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

viewNitPdf 4798123

Uploaded by

manisingh1983
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
42 views7 pages

viewNitPdf 4798123

Uploaded by

manisingh1983
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd

KHURDA ROAD DIVISION-ENGINEERING/ECOR

TENDER DOCUMENT
Tender No: eTender-HQ-KUR-266-2024 Closing Date/Time: 22/01/2025 15:00

Divl. Railway Manager - Engg acting for and on behalf of The President of India invites E-Tenders against Tender No
eTender-HQ-KUR-266-2024 Closing Date/Time 22/01/2025 15:00 Hrs. Bidders will be able to submit their
original/revised bids upto closing date and time only. Manual offers are not allowed against this tender, and any such
manual offer received shall be ignored.

1. NIT HEADER

Maintenance of Railway stadium including Cricket Ground with all amenities of


Name of Work stadium, volley Ball complex, tennis & basket ball complex etc at Khurda Road for
a period of 30 months under the jurisdiction of DEN/HQ/KUR.
Bidding type Normal Tender
Tender Type Open Bidding System Single Packet System
Tender Closing Date Date Time Of Uploading
22/01/2025 15:00 01/01/2025 11:14
Time Tender
Pre-Bid Conference Pre-Bid Conference Date
No Not Applicable
Required Time
Advertised Value 4839088.32 Tendering Section WORKS
Single Rate for Each
Bidding Style Bidding Unit
Schedule
Earnest Money (Rs.) 96800.00 Validity of Offer ( Days) 60
Tender Doc. Cost (Rs.) 0.00 Period of Completion 30 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 08/01/2025 No
allowed to bid
Ranking Order For Bids Lowest to Highest Expenditure Type Revenue

2. SCHEDULE

[Link]. Item Item Qty Unit Unit Basic Value Escl.(%) Amount Bidding
Code Qty Rate Unit
Schedule A-Execution of all works covered under CPWD Horticulture-2020 as Above/
2164716.93
mentioned in Schedule-A Below/Par
Please see Item Breakup for details. 2278649.40 (-) 5.00 2164716.93
1
Description:- Please see item break up for details

[Link]. Item Item Qty Unit Unit Basic Value Escl.(%) Amount Bidding
Code Qty Rate Unit
Schedule B-Execution of Only Items of CPWD Horticulture DSR-2020 as Above/
463525.96
mentioned in Schedule-B Below/Par
Please see Item Breakup for details. 487922.06 (-) 5.00 463525.96
1
Description:- Please see item break up for details

[Link]. Item Item Qty Unit Unit Basic Value Escl.(%) Amount Bidding
Code Qty Rate Unit
Above/
Schedule C-Execution of NS Items as mentioned Schedule-C 1622058.00
Below/Par
Please see Item Breakup for details. 1622058.00 AT Par 1622058.00
1 Description:- Regular Supervision of Cricket Ground, cleaning of Stadium pavilion office, toilets,
galleries, surrounding area, Volly Ball Complex, Lawn Tennis and Basket Ball complex etc everyday
for period of 30 months. (1 skilled supervisor and 2 unskilled Labour per day)

[Link]. Item Item Qty Unit Unit Basic Value Escl.(%) Amount Bidding
Code Qty Rate Unit
Above/
Schedule D-Execution of NS items as mentioned in Schedule-D 588787.43
Below/Par
Please see Item Breakup for details. 588787.43 AT Par 588787.43
Description:- Unless otherwise specified, the unit rates for the Items of Sch-D shall include the cost
of following. (a)- All labour and materials, tools and plants, equipments, machinery etc. (b)- All lead,
1
lift, ascent, descent etc. (c)- All handling, rehandling, loading, unloading, freight, consumable stores
fuels, lubricants, transportation, vehicles. (d)- All taxes including octroi on materials, royalty and all
incidental charges complete.

Page 1 of 7 Run Date/Time: 01/01/2025 [Link]


KHURDA ROAD DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eTender-HQ-KUR-266-2024 Closing Date/Time: 22/01/2025 15:00

3. ITEM BREAKUP

Schedule A-Execution of all works covered under CPWD Horticulture-2020 as mentioned in


Schedule
Schedule-A
Item- 1 Please see item break up for details
S No. Item Description of Item Unit Qty Rate Amount
No
2.0 HORTICUTURE AND LANDSCAPING
2.2 Supplying and stacking of good earth at site cum 75 515.6 38670
including royalty and carriage upto 5 km lead
1
complete (earth measured in stacks will be
reduced by 20% for payment).
Complete maintenance of the entire garden
features having as per yardstick in the garden
area i.e. lawn trees, shrubs, herbs, edge, flower
beds, foliages, creepers etc. including
hoeing,weeding, pruning, replacement of plants,
gap filling, watering, mowing of lawn, grass
cutting by lawn mover and brush cutter, removal
of garden waste, applying insecticide, pesticide &
2.40 fertilizers(whenever required) top dressing of lawn
with good earth and manure and maintenance of
other garden related works as directed by office-
in-charge (Cost of Good Earth, Manure, Fertilizer,
Insecticide, Pesticide will be provided by the
Department & lawn mover and brush cutter with
fuel and other T & P material/articles shall be
provided by the contractor.) and as per direction
of officer in charge.
2.40.5 Sqm 404323.5 2.4 970376.4
2 Play grounds / Public parks (1Mali for 2.00Acre). per
month
2.56 Anti termite treatment of lawn area through Sqm 165000 7.55 1245750
premise 30.50% I P. one liter premise diluted in
499 liters water and applying solution @ 1.00 litre
3
solution per sqm lawn or bed area.(two
application) i/c cost of chemical)and as per
direction of officer-in-charge.
2.60 Removal of garden waste by TATA 407 or Per Trip 60 397.55 23853
equivalent including loading/ unloading and
4 carriage upto 1 km lead,complete disposal upto
designated place as per direction of officer-in-
charge .
Total 2278649.40
Schedule Schedule B-Execution of Only Items of CPWD Horticulture DSR-2020 as mentioned in Schedule-B
Item- 1 Please see item break up for details
S No. Item Description of Item Unit Qty Rate Amount
No
1 1 Clearing grass and removal of the rubbish up to a Sqm 63919.13 6.25 399494.56
distance of 50 m outside the periphery of the area
cleared.
2 2 Supplying and spreading of sand in lawn area, cum 50.00 1768.55 88427.50
including watering, and dressing complete
Total 487922.06
Schedule Schedule C-Execution of NS Items as mentioned Schedule-C
Regular Supervision of Cricket Ground, cleaning of Stadium pavilion office, toilets, galleries,
Item- 1 surrounding area, Volly Ball Complex, Lawn Tennis and Basket Ball complex etc everyday for period
of 30 months. (1 skilled supervisor and 2 unskilled Labour per day)
S No. Item Description of Item Unit Qty Rate Amount
No
1 1 Skilled supervisor for regular visit the ground. Man- 912.00 734.00 669408.00
(Skilled supervisor should posses curator's Days
certificate issued by BCCI ) (1 skilled supervisor
per day )

Page 2 of 7 Run Date/Time: 01/01/2025 [Link]


KHURDA ROAD DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eTender-HQ-KUR-266-2024 Closing Date/Time: 22/01/2025 15:00

2 2 02 No Un-Skilled Labour for sweeping and Man- 1825.00 522.00 952650.00


cleaning of stadium pavilion office, toilets, Days
galleries, surrounding area, Volly Ball Complex,
Lawn Tennis and Basket Ball complex etc. (2
unskilled Labour per day) (area to be cleaned=
8000 Sqm)
Total 1622058.00
Schedule Schedule D-Execution of NS items as mentioned in Schedule-D
Unless otherwise specified, the unit rates for the Items of Sch-D shall include the cost of following.
(a)- All labour and materials, tools and plants, equipments, machinery etc. (b)- All lead, lift, ascent,
Item- 1 descent etc. (c)- All handling, rehandling, loading, unloading, freight, consumable stores fuels,
lubricants, transportation, vehicles. (d)- All taxes including octroi on materials, royalty and all
incidental charges complete.
S No. Item Description of Item Unit Qty Rate Amount
No
1 1 Supplying & spreading of good quality groomer Sqm 33693.63 11.55 389161.43
(Per Sqm-70 Gm) and DAP (Per Sqm - 70 gm) on
field for development of grass etc. 3 times per
year
2 2 Supply of Black cotton soil (Bolangir) selected & cum 42.00 4753.00 199626.00
approved by BCCI.
Total 588787.43

4. ELIGIBILITY CONDITIONS

5. COMPLIANCE

Check Lst

[Link]. Description Confirmation Remarks Documents


Required Allowed Uploading
Whether History sheet of tenderers (Annexure-2 of Part-II of
1 Tender documents) uploaded duly filled in with supportive No No Not Allowed
documents.
Whether the details of facilities available vis-a-vis the
requirements mentioned in STR in a tabular/narrative form if you
2 No No Not Allowed
are not on the approved list of RDSO, if required in the Annexed
Document, is submitted.
Whether, EACH PAGE of the copy of documents/certificates in
support of credential is self attested/digitally signed by
3 No No Not Allowed
tenderer/authorised representative with signature, stamp &
date.
Whether all the documents related "Mandatory Requirement", as
4 applicable and mentioned in the bid documents are enclosed No No Not Allowed
with the tender.

Commercial-Compliance

[Link]. Description Confirmation Remarks Documents


Required Allowed Uploading
The tenderers shall submit a copy of certificate stating that all
their statements/ documents submitted along with bid are true
Allowed
1 and factual. Standard format of certificate to be submitted by Yes Yes
(Mandatory)
the bidder. A model format is enclosed as Annexure-V in the
Tender documents.
For the cost of work up to Rs 50.00 Lakhs where in the minimum
eligibility criteria is not specified in the tender documents, the
tenderer is required to submit in support of his/ their financial Allowed
2 Yes Yes
capacity, capability and past performance as well as the existing (Mandatory)
work load. (Ref Rly Board Lr No 2013/CEI/ CT/O/25/VOC dt
05.08.2013)
Please submit bank details as per enclosed Annexure-12 of Part -
Allowed
3 II of Tender Documents or photo copy of a "Cancelled Cheque". Yes No
(Optional)
(For details refer tender documents)
Please submit Certificate of Familiarisation as per Annexure-1 of
Allowed
4 Part-II of Tender Documents. (For details refer tender Yes No
(Optional)
documents)

Page 3 of 7 Run Date/Time: 01/01/2025 [Link]


KHURDA ROAD DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eTender-HQ-KUR-266-2024 Closing Date/Time: 22/01/2025 15:00

Please submit required details as required from Annexure 2 to


11 of Part-II of Tender documents duly filled in and signed.
Supportive documents/separate sheet are to be submitted, if
required. Annex-2: HISTORY SHEET OF THE TENDERER, Annex-3:
TECHNICAL EIGIBILITY CRITERIA, Annex-4: DETAILS OF
CONSTRUCTIONS MACHINERIES, TOOLS & PLANTS, VEHICLES
ETC. AVAILABLE (ON HAND AND PROPOSED TO BE UTILISED,
Annex-5: DETAILS OF TECHNICAL AND OTHER PERSONNELS Allowed
5 Yes No
AVAILABLE ON HAND & PROPOSED TO BE ENGAGED. Annex- 6: (Optional)
DETAILS OF WORKS COMPLETED DURING PREVIOUS THREE
FINANCAIL YEARS & CURRENT YEAR, Annex-7: DETAILS OF
WORKS ON HAND, Annex- 8: DECLARATION REGARDING
ASSOCIATION OF RAILWAY OFFICER (S) WITH TENDERER(S),
A n n e x - 9 : LIST OF COURT CASES, Annex-10: LIST OF
ARBITRATION CASES. Annex- 11: BROAD PLAN FOR EXECUTION
OF THIS WORK. (For details refer tender documents)
Please enter the percentage of local content in the material
being offered. Please enter 0 for fully imported items, and 100
Allowed
6 for fully indigenous items. The definition and calculation of local No Yes
(Optional)
content shall be in accordance with the Make in India policy as
incorporated in the tender conditions.
The tenderer shall clearly specify whether the tender is
submitted on his own (Proprietary Firm) or on behalf of a
Partnership Firm / Company / Joint Venture (JV) / Registered
Society / Registered Trust / Hindu Undivided Family (HUF)/
Limited Liability Partnership (LLP) etc. If it is NOT mentioned in
the submitted tender that tender is being submitted on behalf of
a Sole Proprietorship firm/Partnership firm/Joint
Venture/Registered Company etc., then the tender shall be
treated as having been submitted by the individual who has
Allowed
7 signed the tender . The tenderer(s) shall enclose the attested Yes Yes
(Mandatory)
copies of the constitution of their concern and copy of PAN card
along with the tender. Tender Documents in such cases are to
be signed by such persons as may be legally competent to sign
them on behalf of the firm, company, association, trust or
society, as the case may be. (for details refer tender documents)
NOTE: Any document containing PAN number of the tenderer(s)
shall also be considered in lieu of PAN card. However, if no
document having mention of PAN number is uploaded, offer will
be summarily rejected. (For details refer Tender documents)
For all tenders having advertised cost of Rs.10 lakh or above,
the contractor shall have to submit the option to take payment
from Railways through a letter of credit (LC) arrangement. The
tenderer shall affirm having read over and agreed to the terms
and conditions of the LC option. The option of taking payment
Allowed
8 through LC arrangement, once exercised by tenderer at the time Yes Yes
(Optional)
of bidding, shall be final and no change shall be permitted,
thereafter, during execution of contract. (The tenderer have to
submit the option to take payment from Railway through a
Letter of Credit arrangement) (For details refer Tender
documents)
The list of personnel / organization on hand and proposed to be
engaged for the tendered work. Similarly, list of Plant &
Allowed
9 Machinery available on hand and proposed to be inducted and Yes Yes
(Optional)
hired for the tendered work. (For details refer tender
documents)
Documents to be submitted as per Clause 14 of GCC-April 2022
in support of (a)Sole Proprietorship firm (b) HUF (c) Partnership
Firm (d) Joint Venture (JV) (e) Company registered under
Allowed
10 Companies Act 2013 (f) LLP (Limited Liability Partnership) (g) Yes No
(Mandatory)
Registered Society & Registered Trust. (for details refer tender
documents) NOTE: Non submission of above documents will lead
to summarily rejection of the offer.

General Instructions

[Link]. Description Confirmation Remarks Documents


Required Allowed Uploading
Please read carefully the entire e-tender document before
1 No No Not Allowed
submission of tender offer.

Page 4 of 7 Run Date/Time: 01/01/2025 [Link]


KHURDA ROAD DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eTender-HQ-KUR-266-2024 Closing Date/Time: 22/01/2025 15:00

Rates quoted by the tenderer in the relevant fields of the


Financial Bid Page/Financial offer only will be the ruling terms for
2 deciding inter-se-ranking and any condition having financial No No Not Allowed
repercussions, if quoted anywhere else shall not be considered
for deciding the inter-se-ranking.
The quantities specified in the tender schedule are only
3 No No Not Allowed
approximate and liable to vary.
Standard General Conditions of Contract April-2022 corrected
upto date of the closing of tender, SOR-1992, USSOR East Coast
4 Railway-2010, 2019, CPWD's DSR corrected up to date of the No No Not Allowed
closing of tender, CPWD DSR and the Annexed documents are
part of the tender document and applicable.
Tender offer should accompany with scanned copies of all the
5 No No Not Allowed
required documents.
GUIDELINES/SPECIAL CONDITIONS FOR AWARD OF TENDERS IN
SUB SECTIONING WORK, Ref: Railway Board letter No. 2018/CE-
I/CT/AP/2 dtd. 17.04.2018. If sub-sectioning has been done with
a view to expedite the work, then only one tender will be
6 awarded to one firm, or alternatively, if the same firm becomes No No Not Allowed
L-1 in all the subsections, then evaluation of the firm for its
fitness for award of all the works should be done for the work as
a whole. This will avoid over-loading of the firms beyond their
financial capability.
The validity of tender offer if mentioned elsewhere in the bid
document is different from the number of days shown in the "NIT
7 No No Not Allowed
HEADER", then the validity of offer as indicated in the "NIT
HEADER" shall prevail and considered binding.
Railway reserves the right to ask clarification with respect to
8 No No Not Allowed
documents available/attached with the E-tender, if required.
Mandatory Special Condition of contracts on Police Verification
of Staff/labour deployed by the contractors on Railway premises
applicable for both Works and Service Contracts. (Required
9 No No Not Allowed
during execution of work)[ Authority: GM/[Link]/BBS's letter
No. ECoR /GA /PVR /MSCC /98 dtd. 24.02.2020 ](For details
please refer Part-II Tender documents)
Tenderer(s) are allowed to make payments against this tender
towards tender document cost and Bid security(wherever
applicable as per NIT HEADER') only through online payment
10 modes available on IREPS portal like net banking, debit card, No No Not Allowed
credit card etc. Manual payments through Demand draft,
Banker's cheque, Deposit receipts, FDR etc. are not allowed. (For
details refer Tender documents)

Page 5 of 7 Run Date/Time: 01/01/2025 [Link]


KHURDA ROAD DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eTender-HQ-KUR-266-2024 Closing Date/Time: 22/01/2025 15:00

Assignment or Subletting of Contract (Para-7 of GCC): The


Contractor shall not assign or sublet the contract or any part
thereof or allow any person to become interested therein in any
manner whatsoever without the special permission in writing of
the Chief Engineer, save as provided below. Any breach of this
condition shall entitle the Railway to rescind the contract under
Clause 62 of these Conditions and also render the Contractor
liable for payment to the Railway in respect of any loss or
damage arising or ensuing from such cancellation; provided
always that execution of the details of the work by petty
Contractor under the direct and personal supervision of the
Contractor or his agent shall not be deemed to be sub-letting
under this clause. In case Contractor intends to subcontract part
of work, he shall submit a proposal in writing seeking permission
of Chief Engineer for the same. While submitting the proposal to
railway, Contractor shall ensure the following: (a) (i) Total value
11 of work to be assigned to sub-contractor(s) shall not be more No No Not Allowed
than 50% of total contract value. (ii) The subcontractor shall
have successfully completed at least one work similar to work
proposed or subcontract in last 5 years, ending date of
submission of proposal by Contractor to Railway, costing not less
than 35% value of work to be subletted, through a works
contract. For fulfilment of above, Work Experience Certificate
issued by a Govt. Department/Organisation shall be considered.
Further, Work Experience Certificate issued by a Public listed
company shall be considered provided the company is 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, registered
at least 5 years back from the date of submission of proposal by
Contractor to Railway and work experience certificate issued by
a person authorised by the Public Listed Company to issue such
certificates. (For details please refer Tender Documents)

Undertakings

[Link]. Description Confirmation Remarks Documents


Required Allowed Uploading
I/ We have visited the works site and I / We am / are aware of
1 No No Not Allowed
the site conditions.
I/We have read the various conditions attached/referred to in
2 No No Not Allowed
this tender document and agree to abide by the said conditions.
I/We hereby confirm that the rates, rebates and/or other
financial terms, if any, quoted by us in the relevant fields of the
Financial Bid page will only be the ruling terms for deciding the
3 No No Not Allowed
inter-se-ranking and any such conditions having financial
repercussions, if quoted by us anywhere else including attached
documents shall not be considered for deciding inter-se-ranking.
Until a formal agreement is prepared and executed, acceptance
of this tender shall constitute a binding contract between us
4 subject to modifications, as may be mutually agreed to between No No Not Allowed
us and indicated in the letter of acceptance of my/our offer to
this work.
I/we hereby confirm that I/we have satisfied myself/ourselves by
actual inspection of the site and locality of the work that all
conditions liable to be encountered during execution of the work
are taken into account and that the rates entered in the tender
5 No No Not Allowed
are adequate and all inclusive, in accordance to the provision in
Clause-37 of the Indian Railway Standard General Conditions of
Contract-April-2022 with corrections up to the date of closing of
tender.
I/We have submitted all the relevant documents as required in
6 No No Not Allowed
the bid.
I/We undertake that I/We have purchased/Conversant myself/
ourselves with SOR-1992, East Coast Railway Unified Standard
Schedule of Rates(USSOR-2010 & 2019), Indian Railways
7 Standard General Conditions of Contract April-2022 with all up to No No Not Allowed
date correction slips and amendments. I/We undertake that I/We
have purchased/Conversant myself/ ourselves CPWD DSR and
all other manuals/documents referred/ adopted in this tender.

Page 6 of 7 Run Date/Time: 01/01/2025 [Link]


KHURDA ROAD DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: eTender-HQ-KUR-266-2024 Closing Date/Time: 22/01/2025 15:00

6. Documents attached with tender

[Link]. Document Name Document Description


Tenderconditionw.e.f07-10-
1 e tendering condition
[Link]
2 [Link] Spl Condition of Contract

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

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

Signed By: SIBA SANKAR SAHU

Designation : DENHQ/KUR

Page 7 of 7 Run Date/Time: 01/01/2025 [Link]

You might also like