0% found this document useful (0 votes)
100 views20 pages

E-Tender for RPF Barrack Construction

The Khurda Road Division is inviting e-tenders for the construction of a 20-bedded lady RPF Barrack-cum-Rest room at Bhadrak station, with a closing date of 19/02/2025. The estimated value of the project is approximately 10.83 million INR, and the completion period is set for 10 months. Bidders must submit their offers electronically, as manual submissions will be disregarded.
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)
100 views20 pages

E-Tender for RPF Barrack Construction

The Khurda Road Division is inviting e-tenders for the construction of a 20-bedded lady RPF Barrack-cum-Rest room at Bhadrak station, with a closing date of 19/02/2025. The estimated value of the project is approximately 10.83 million INR, and the completion period is set for 10 months. Bidders must submit their offers electronically, as manual submissions will be disregarded.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 20

KHURDA ROAD DIVISION-ENGINEERING/ECOR

TENDER DOCUMENT
Tender No: e-tender-NortKUR-306-2024 Closing Date/Time: 19/02/2025 15:00

Divl. Railway Manager - Engg acting for and on behalf of The President of India invites E-Tenders against Tender No
e-tender-NortKUR-306-2024 Closing Date/Time 19/02/2025 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

Construction of 20 bedded lady RPF Barrack-cum-Rest room for lady train


Name of Work
escorting staff at Bhadrak station of Khurda road Division.
Bidding type Normal Tender
Tender Type Open Bidding System Single Packet System
Tender Closing Date Date Time Of Uploading
19/02/2025 15:00 28/01/2025 17:33
Time Tender
Pre-Bid Conference Pre-Bid Conference Date
No Not Applicable
Required Time
Advertised Value 10832448.47 Tendering Section WORKS
Single Rate for Each
Bidding Style Bidding Unit
Schedule
Earnest Money (Rs.) 204200.00 Validity of Offer ( Days) 60
Tender Doc. Cost (Rs.) 0.00 Period of Completion 10 Months
Contract Type Works - General Contract Category Expenditure
Bidding Start Date 05/02/2025
Number of JV Member
Are JV allowed to bid No 0
Allowed
Are Consortium allowed Number of Consortium
No 0
to bid Member Allowed
Ranking Order For Bids Lowest to Highest Expenditure Type Capital (Works)

2. SCHEDULE

S.No. Item Item Qty Qty Unit Unit Basic Value Escl.(%) Amount Bidding
Code Rate Unit
Schedule () A-Execution of all works covered under Volume - I & Volume-II of Above/
7077192.87
CPWD DSR 2021. Except item No,5.22.6 & 5.22A.6 of chapeter-5 Below/Par
Please see Item Breakup for details. 7449676.70 (-) 5.00 7077192.87
1 Description:- Execution of all works covered under Volume - I & Volume-II of CPWD DSR 2021.
Except item No,5.22.6 & 5.22A.6 of chapeter-5

S.No. Item Item Qty Qty Unit Unit Basic Value Escl.(%) Amount Bidding
Code Rate Unit
Schedule () B-Execution of works vide item No,5.22.6 & 5.22A.6 of chapeter-5 Above/
1848134.75
covered under Volume - I, of CPWD DSR 2021. Below/Par
Please see Item Breakup for details. 1945405.00 (-) 5.00 1848134.75
1 Description:- Execution of works vide item No,5.22.6 & 5.22A.6 of chapeter-5 covered under
Volume - I, of CPWD DSR 2021.

S.No. Item Item Qty Qty Unit Unit Basic Value Escl.(%) Amount Bidding
Code Rate Unit
Above/
Schedule () C-Execution of NS items. 56368.06
Below/Par
1 230.00 Sqm 215.00 49450.00 13.99 56368.06
1 Description:- Soil exploration, preparation of architectural plans, elevations, structural designs,
drawings including proof check etc. for RPF post building at BHC & JJKR

S.No. Item Item Qty Qty Unit Unit Basic Value Escl.(%) Amount Bidding
Code Rate Unit
Above/
Schedule () D-Execution of Electrical items 1850752.79
Below/Par
Please see Item Breakup for details. 1850752.79 AT Par 1850752.79
1 Description:- Please see item breakup of details.

Page 1 of 20 Run Date/Time: 28/01/2025 17:34:03


KHURDA ROAD DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: e-tender-NortKUR-306-2024 Closing Date/Time: 19/02/2025 15:00

3. ITEM BREAKUP

Schedule A-Execution of all works covered under Volume - I & Volume-II of CPWD DSR 2021. Except
Schedule
item No,5.22.6 & 5.22A.6 of chapeter-5
Execution of all works covered under Volume - I & Volume-II of CPWD DSR 2021. Except item
Item- 1
No,5.22.6 & 5.22A.6 of chapeter-5
S No. Item No Description of Item Unit Qty Rate Amount
2.0 EARTH WORK
Earth work in excavation by mechanical means
(Hydraulic excavator)/manual means over areas
(exceeding 30 cm in depth, 1.5 m in width as
2.6 well as 10 sqm on plan) including getting out
and disposal of excavated earth lead upto 50 m
and lift upto 1.5 m, as directed by Engineer-in-
charge.
1 2.6.1 All kinds of soil cum 300 205.45 61635
2.25 Filling available excavated earth (excluding cum 20 253.95 5079
rock) in trenches, plinth, sides of foundations
etc. in layers not exceeding 20cm in depth,
2
consolidating each deposited layer by ramming
and watering, lead up to 50 m and lift upto 1.5
m.
2.27 Supplying and filling in plinth with sand under cum 20 2161.2 43224
3 floors, including watering, ramming,
consolidating and dressing complete.
Supplying chemical emulsion in sealed
2.34
containers including delivery as specified.
4 2.34.1 Chlorpyriphos emulsifiable concentrate of 20% Litre 20 200.9 4018
Diluting and injecting chemical emulsion for
2.35 POST-CONSTRUCTIONAL anti-termite treatment
(excluding the cost of chemical emulsion) :
Along external wall where the apron is not
provided using chemical emulsion @ 7.5 litres /
2.35.1 sqm of the vertical surface of the substructure
to a depth of 300mm including excavation
channel along the wall & rodding etc. complete:
2.35.1.1 With Chlorpyriphos E.C. 20% with 1% Metre 50 32.3 1615
5
concentration
4.0 CONCRETE WORK
4.1S CEMENT CONCRETE (CAST IN SITU)
Providing and laying in position cement
concrete of specified grade excluding the cost
4.1
of centering and shuttering - All work up to
plinth level :
4.1.2 1:1.5:3 (1 Cement: 1.5 coarse sand (zone-III) cum 13 7783.65 101187.45
derived from natural sources : 3 graded stone
6
aggregate 20 mm nominal size derived from
natural sources)
4.1.6 1:3:6 (1 Cement : 3 coarse sand (zone-III) cum 45 6670.25 300161.25
derived from natural sources: 6 graded stone
7
aggregate 40 mm nominal size derived from
natural sources)
4.1.8 1:4:8 (1 Cement : 4 coarse sand (zone-III) cum 5 6326.05 31630.25
derived from natural sources : 8 graded stone
8
aggregate 40 mm nominal size derived from
natural sources)
5.0 REINFORCED CEMENT CONCRETE
5.9S FORM WORK
Centering and shuttering including strutting,
5.9
propping etc. and removal of form for
5.9.1 Foundations, footings, bases of columns, etc. Sqm 320 307.95 98544
9
for mass concrete

Page 2 of 20 Run Date/Time: 28/01/2025 17:34:03


KHURDA ROAD DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: e-tender-NortKUR-306-2024 Closing Date/Time: 19/02/2025 15:00

5.9.3 Suspended floors, roofs, landings, balconies Sqm 330 766.55 252961.5
10
and access platform
5.9.5 Lintels, beams, plinth beams, girders, Sqm 440 608.35 267674
11
bressumers and cantilevers
5.9.6 Columns, Pillars, Piers, Abutments, Posts and Sqm 220 804.25 176935
12
Struts
5.33S DESIGN MIX CONCRETE
Providing and laying in position ready mixed or
site batched design mix cement concrete for
reinforced cement concrete work; using coarse
aggregate and fine aggregate derived from
natural sources, Portland Pozzolana / Ordinary
Portland /Portland Slag cement, admixtures in
recommended proportions as per IS: 9103 to
accelerate / retard setting of concrete, to
improve durability and workability without
impairing strength; including pumping of
concrete to site of laying, curing, carriage for all
5.33
leads; but excluding the cost of centering,
shuttering, finishing and reinforcement as per
direction of the engineer-in-charge; for the
following grades of concrete. Note: Extra
cement up to 10% of the minimum specified
cement content in design mix shall be payable
separately. In case the cement content in
design mix is more than 1.10 times of the
specified minimum cement content, the
contractor shall have discretion to either re-
design the mix or bear the cost of extra cement.
5.33.1 All works upto plinth level
5.33.1.2 Concrete of M30 grade with minimum cement cum 70 8825.35 617774.5
13
content of 350 kg /cum
5.33.2 All works above plinth level upto floor V level
5.33.2.2 Concrete of M30 grade with minimum cement cum 85 10477.75 890608.75
14
content of 350 kg /cum
5.35 Add for using extra cement in the items of Quintal 50 688.45 34422.5
15 design mix over and above the specified
cement content therein.
6.0 MASONRY WORK
Brick work with common burnt clay F.P.S. (non
6.1 modular) bricks of class designation 7.5 in
foundation and plinth in:
16 6.1.2 Cement mortar 1:6 (1 cement : 6 coarse sand) cum 25 6658.25 166456.25
6.26S EXPOSED BRICK WALL
Brick work with non modular fly ash bricks
conforming to IS:12894, class designation 10
6.34 average compressive strength in super
structure above plinth level up to floor V level in
:
17 6.34.2 Cement mortar 1:6 (1 cement : 6 Coarse sand) cum 160 7676.3 1228208
Half brick masonry with non modular fly ash
bricks of class designation 10, conforming to IS
6.45
:12894, in super structure above plinth and
upto floor V level.
18 6.45.2 Cement mortar 1 : 4 (1 cement : 4 coarse sand) Sqm 100 969.65 96965
8.0 CLADDING WORK

Page 3 of 20 Run Date/Time: 28/01/2025 17:34:03


KHURDA ROAD DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: e-tender-NortKUR-306-2024 Closing Date/Time: 19/02/2025 15:00

Providing and fixing 18 mm thick gang saw cut,


mirror polished, premoulded and prepolished,
machine cut for kitchen platforms, vanity
counters, window sills, facias and similar
locations of required size, approved shade,
colour and texture laid over 20 mm thick base
8.2
cement mortar 1:4 (1 cement : 4 coarse sand),
joints treated with white cement, mixed with
matching pigment, epoxy touch ups, including
rubbing, curing, moulding and polishing of
edges to give high gloss finish etc. complete at
all levels.
Granite stone slab of all colour and texture
8.2.3
except black, Cherry/Ruby red
19 8.2.3.2 Area of slab over 0.50 sqm Sqm 5 3301.45 16507.25
Providing edge moulding to 18 mm thick marble
stone counters, Vanities etc., including machine
8.3 polishing to edge to give high gloss finish etc.
complete as per design approved by Engineer-
in-Charge.
20 8.3.2 Granite work Metre 10 418.85 4188.5
8.20S STONE WORK DRY CLADDING
8.31 Providing and fixing Ist quality ceramic glazed Sqm 180 1063.45 191421
wall tiles conforming to IS: 15622 (thickness to
be specified by the manufacturer), of approved
make, in all colours, shades except burgundy,
bottle green, black of any size as approved by
21 Engineer-in-Charge, in skirting, risers of steps
and dados, over 12 mm thick bed of cement
mortar 1:3 (1 cement : 3 coarse sand) and
jointing with grey cement slurry @ 3.3kg per
sqm, including pointing in white cement mixed
with pigment of matching shade complete.
9.0 WOOD AND P.V.C. WORK
Providing and fixing 25 mm thick shutters for
9.16
cup board etc. :
Providing and fixing ISI marked flush door
shutters conforming to IS : 2202 (Part I)
decorative type, core of block board
9.20 construction with frame of 1st class hard wood
and well matched teak 3 ply veneering with
vertical grains or cross bands and face veneers
on both faces of shutters.
9.20.1 35 mm thick including ISI marked Stainless Sqm 28 3086.1 86410.8
22
Steel butt hinges with necessary screws
9.40S MISCELLANEOUS-WOOD WORK
Providing and fixing M.S. grills of required
pattern in frames of windows etc. with M.S.
9.48 flats, square or round bars etc. including
priming coat with approved steel primer all
complete.
9.48.2 Fixed to openings /wooden frames with rawl Kg 2300 197.7 454710
23
plugs screws etc.
COPER OXIDISED MILD STEEL FITTINGS
9.57S
(COPPER OXIDISED AS PER IS: 1378)
Providing and fixing ISI marked oxidised M.S.
9.62 sliding door bolts with nuts and screws etc.
complete : (copper oxidized as per IS: 1378)
24 9.62.1 300x16 mm Each 10 180.55 1805.5
9.70S STAINLESS STEEL FITTINGS
Providing and fixing IS : 12817 marked stainless
9.71 steel butt hinges (heavy weight) with stainless
steel screws etc. complete :
25 9.71.1 125x64x2.50 mm Each 50 104.2 5210
9.72S BRASS FITTINGS

Page 4 of 20 Run Date/Time: 28/01/2025 17:34:03


KHURDA ROAD DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: e-tender-NortKUR-306-2024 Closing Date/Time: 19/02/2025 15:00

Providing and fixing bright finished brass tower


9.74 bolts (barrel type) with necessary screws etc.
complete :
26 9.74.1 250x10 mm Each 10 374.35 3743.5
27 9.74.3 150x10 mm Each 24 232.3 5575.2
9.82 Providing and fixing bright finished brass Each 10 109.6 1096
28 hanging type floor door stopper with necessary
screws, etc. complete.
9.83 Providing and fixing aluminium die cast body Each 5 1025.65 5128.25
tubular type universal hydraulic door closer
(having brand logo with ISI, IS : 3564, embossed
29
on the body, door weight upto 35 kg and door
width upto 700 mm), with necessary
accessories and screws etc. complete.
9.88S CHROMIUM PLATED BRASS FITTINGS
9.88 Providing and fixing chromium plated brass 100 Each 1 817.5 817.5
mm mortice latch and lock with 6 levers and a
30
pair of lever handles of approved quality with
necessary screws etc. complete.
Providing and fixing chromium plated brass
9.92
handles with necessary screws etc. complete:
31 9.92.1 125 mm Each 20 226.5 4530
9.105S GYPSUM BOARD PARTITIONS
Providing and fixing factory made panel PVC
door shutter consisting of frame made out of
M.S. tubes of 19 gauge thickness and size of 19
mm x 19 mm for styles and 15x15 mm for top
& bottom rails. M.S. frame shall have a coat of
steel primers of approved make and
manufacture. M.S. frame covered with 5 mm
thick heat moulded PVC 'C' channel of size 30
mm thickness, 70 mm width out of which 50
mm shall be flat and 20 mm shall be tapered in
45 degree angle on both side forming styles
and 5 mm thick, 95 mm wide PVC sheet out of
which 75mm shall be flat and 20 mm shall be
tapered in 45 degree on the inner side to form
top and bottom rail and 115 mm wide PVC
9.120 sheet out of which 75 mm shall be flat and 20
mm shall be tapered on both sides to form lock
rail. Top, bottom and lock rails shall be
provided both side of the panel. 10 mm (5 mm
x 2 ) thick, 20 mm wide cross PVC sheet be
provided as gap insert for top rail & bottom rail,
paneling of 5 mm thick both side PVC sheet to
be fitted in the M.S. frame welded/ sealed to the
styles & rails with 7 mm (5 mm+2 mm) thick x
15 mm wide PVC sheet beading on inner side,
and joined together with solvent cement
adhesive. An additional 5 mm thick PVC strip of
20 mm width is to be stuck on the interior side
of the 'C' Channel using PVC solvent adhesive
etc. complete as per direction of Engineer-in-
charge, manufacturer's specification & drawing.
32 9.120.1 30 mm thick plain PVC door shutters Sqm 23 2455.1 56467.3
9.121 Providing and fixing Fiber Glass Reinforced Metre 62 702.6 43561.2
plastic (FRP) Door Frames of cross-section 90
mm x 45 mm having single rebate of 32 mm x
15 mm to receive shutter of 30 mm thickness.
The laminate shall be moulded with fire
resistant grade unsaturated polyester resin and
33
chopped mat. Door frame laminate shall be
2mm thick and shall be filled with suitable
wooden block in all the three legs. The frame
shall be covered with fiber glass from all sides.
M.S. stay shall be provided at the bottom to
steady the frame.

Page 5 of 20 Run Date/Time: 28/01/2025 17:34:03


KHURDA ROAD DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: e-tender-NortKUR-306-2024 Closing Date/Time: 19/02/2025 15:00

Providing and fixing wire gauge shutters using


stainless steel grade 304 wire gauge with wire
9.134 of dia 0.5 mm and average width of aperture
1.4 mm in both directions for doors, windows
and clerestory windows with necessary screws :
Providing and fixing factory made uPVC white
colour fixed glazed windows/ventilators
comprising of uPVC multi-chambered frame and
mullion (where ever required) extruded profiles
duly reinforced with 1.60 +/- 0.2 mm thick
galvanized mild steel section made from roll
forming process of required length (shape &
size according to uPVC profile), , uPVC extruded
glazing beads of appropriate dimension, EPDM
gasket, G.I fasteners 100 x 8 mm size for fixing
frame to finished wall, plastic packers, plastic
caps and necessary stainless steel screws etc.
Profile of frame shall be mitred cut and fusion
9.147B
welded at all corners, mullion (if required) shall
be also fusion welded including drilling of holes
for fixing hardware's and drainage of water etc.
After fixing frame the gap between frame and
adjacent finished wall shall be filled with
weather proof silicon sealant over backer rod of
required size and of approved quality, all
complete as per approved drawing & direction
of Engineer-in-Charge. (Single / double glass
panes and silicon sealant shall be paid
separately). Variation in profile dimension in
higher side shall be accepted but no extra
payment on this account shall be made.
9.147B.1 Fixed window / ventilator made of (small series) Sqm 5 7249.9 36249.5
frame 47 x 50 mm & mullion 47 x 68 mm both
34 having wall thickness of 1.9 +/- 0.2 mm and
single glazing bead of appropriate dimension.
(Area upto 0.75 sqm.)
Providing and fixing factory made uPVC white
colour sliding glazed window upto 1.50 m in
height dimension comprising of uPVC multi-
chambered frame with in-built roller track and
sash extruded profiles duly reinforced with 1.60
+/- 0.2 mm thick galvanized mild steel section
made from roll forming process of required
length (shape & size according to uPVC profile),
appropriate dimension of uPVC extruded
glazing beads and uPVC extruded interlocks,
EPDM gasket, wool pile, zinc alloy (white
powder coated) touch locks with hook, zinc
alloy body with single nylon rollers (weight
bearing capacity to be 40 kg), G.I fasteners 100
9.147D x 8 mm size for fixing frame to finished wall and
necessary stainless steel screws etc. Profile of
frame & sash shall be mitred cut and fusion
welded at all corners, including drilling of holes
for fixing hardware's and drainage of water etc.
After fixing frame the gap between frame and
adjacent finished wall shall be filled with
weather proof silicon sealent over backer rod of
required size and of approved quality, all
complete as per approved drawing & direction
of Engineer-in-Charge. (Single / double glass
panes, wire mesh and silicon sealent shall be
paid separately). Variation in profile dimension
in higher side shall be accepted but no extra
payment on this account shall be made.

Page 6 of 20 Run Date/Time: 28/01/2025 17:34:03


KHURDA ROAD DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: e-tender-NortKUR-306-2024 Closing Date/Time: 19/02/2025 15:00

9.147D.2 Three track three panels sliding window with fly Sqm 25 10030.3 250757.5
proof SS wire mesh (Two nos. glazed & one no.
wire mesh panels) made of (small series) frame
35 92 x 44 mm & sash 32 x 60 mm both having
wall thickness of 1.9 +/- 0.2 mm and single
glazing bead of appropriate dimension (Area of
window upto 1.75 sqm).
10.0 STEEL WORK
Steel work welded in built up sections/ framed
work, including cutting, hoisting, fixing in
10.25 position and applying a priming coat of
approved steel primer using structural steel etc.
as required.
10.25.2 In gratings, frames, guard bar, ladder, railings, Kg 200 142.3 28460
36
brackets, gates and similar works
10.28 Providing and fixing stainless steel ( Grade 304) Kg 100 612.25 61225
railing made of Hollow tubes, channels, plates
etc., including welding, grinding, buffing,
polishing and making curvature (wherever
required) and fitting the same with necessary
stainless steel nuts and bolts complete, i/c
fixing the railing with necessary accessories &
37 stainless steel dash fasteners , stainless steel
bolts etc., of required size, on the top of the
floor or the side of waist slab with suitable
arrangement as per approval of Engineer-in-
charge, (for payment purpose only weight of
stainless steel members shall be considered
excluding fixing accessories such as nuts, bolts,
fasteners etc.).
11.0 FLOORING
Tile work in skirting, risers of steps and dado up
to 2 m height over 12 mm thick bed of cement
mortar 1:3 (1 cement :3 coarse sand) and
11.22
jointed with grey cement slurry @ 3.3 kg/sqm,
including pointing in white cement mixed with
pigment of matching shade complete.
11.22.1 Marble tiles (polished) Raj Nagar
38 11.22.1.1 8 mm thick Sqm 65 1298.8 84422
11.37S CERAMIC GLAZED TILES
11.39 Providing and laying rectified Glazed Ceramic Sqm 110 1142.8 125708
floor tiles of size 300x300 mm or more
(thickness to be specified by the manufacturer),
of 1st quality conforming to IS : 15622, of
approved make, in colours White, Ivory, Grey,
39
Fume Red Brown, laid on 20 mm thick cement
mortar 1:4 (1 Cement: 4 Coarse sand), jointing
with grey cement slurry @ 3.3 kg/ sqm
including grouting the joints with white cement
and matching pigments etc., complete.
11.41S VITRIFIED FLOOR TILES
Providing and laying vitrified floor tiles in
different sizes (thickness to be specified by the
manufacturer) with water absorption less than
0.08% and conforming to IS: 15622, of
approved make, in all colours and shades, laid
11.41
on 20mm thick cement mortar 1:4 (1 cement : 4
coarse sand), jointing with grey cement slurry
@ 3.3 kg/ sqm including grouting the joints with
white cement and matching pigments etc.,
complete.
40 11.41.2 Size of Tile 600x600 mm Sqm 115 1416.65 162914.75
12.0 ROOFING

Page 7 of 20 Run Date/Time: 28/01/2025 17:34:03


KHURDA ROAD DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: e-tender-NortKUR-306-2024 Closing Date/Time: 19/02/2025 15:00

Providing, fixing and embedding sand cast iron


accessories for rain water pipes in the masonry
12.40 surrounded with 12 mm thick cement mortar of
the same mix, as that of masonry (lead
caulking will be paid for separately):
Providing and fixing on wall face unplasticised
Rigid PVC rain water pipes conforming to IS :
12.41 13592 Type A, including jointing with seal ring
conforming to IS : 5382, leaving 10 mm gap for
thermal expansion, (i) Single socketed pipes.
41 12.41.2 110 mm diameter Metre 50 319.75 15987.5
Providing and fixing on wall face unplasticised -
PVC moulded fittings/ accessories for
unplasticised Rigid PVC rain water pipes
12.42
conforming to IS : 13592 Type A, including
jointing with seal ring conforming to IS : 5382,
leaving 10 mm gap for thermal expansion.
12.42.1 Coupler
42 12.42.1.2 110 mm Each 20 119.95 2399
12.42.5 Bend 87.5 degrees
43 12.42.5.2 110 mm bend Each 10 132 1320
12.42.6 Shoe (Plain)
44 12.42.6.2 110 mm Shoe Each 10 115.95 1159.5
Providing and fixing false ceiling at all height
including providing and fixing of frame work
made of special sections, power pressed from
M.S. sheets and galvanized with zinc coating of
120 gms/sqm (both side inclusive) as per IS :
277 and consisting of angle cleats of size 25
mm wide x 1.6 mm thick with flanges of 27 mm
and 37mm, at 1200 mm centre to centre, one
flange fixed to the ceiling with dash fastener
12.5 mm dia x 50mm long with 6mm dia bolts,
other flange of cleat fixed to the angle hangers
of 25x10x0.50 mm of required length with nuts
& bolts of required size and other end of angle
hanger fixed with intermediate G.I. channels
45x15x0.9 mm running at the spacing of 1200
mm centre to centre, to which the ceiling
section 0.5 mm thick bottom wedge of 80 mm
with tapered flanges of 26 mm each having lips
of 10.5 mm, at 450 mm centre to centre, shall
be fixed in a direction perpendicular to G.I.
intermediate channel with connecting clips
made out of 2.64 mm dia x 230 mm long G.I.
12.45
wire at every junction, including fixing
perimeter channels 0.5 mm thick 27 mm high
having flanges of 20 mm and 30 mm long, the
perimeter of ceiling fixed to wall/partition with
the help of rawl plugs at 450 mm centre, with
25mm long dry wall screws @ 230 mm interval,
including fixing of gypsum board to ceiling
section and perimeter channel with the help of
dry wall screws of size 3.5 x 25 mm at 230 mm
c/c, including jointing and finishing to a flush
finish of tapered and square edges of the board
with recommended jointing compound , jointing
tapes , finishing with jointing compound in 3
layers covering upto 150 mm on both sides of
joint and two coats of primer suitable for board,
all as per manufacturer's specification and also
including the cost of making openings for light
fittings, grills, diffusers, cutouts made with
frame of perimeter channels suitably fixed, all
complete as per drawings, specification and
direction of the Engineer in Charge but
excluding the cost of painting with :

Page 8 of 20 Run Date/Time: 28/01/2025 17:34:03


KHURDA ROAD DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: e-tender-NortKUR-306-2024 Closing Date/Time: 19/02/2025 15:00

12.45.1 12.5 mm thick tapered edge gypsum plain Sqm 18 1145.95 20627.1
45 board conforming to IS: 2095- (Part I) :2011
(Board with BIS certification marks)
13.0 FINISHING
13.1S CEMENT PLASTER (IN FINE SAND)
13.1 12 mm cement plaster of mix :
46 13.1.2 1:6 (1 cement: 6 fine sand) Sqm 600 282 169200
15 mm cement plaster on the rough side of
13.2
single or half brick wall of mix :
47 13.2.2 1:6 (1 cement: 6 fine sand) Sqm 950 324.3 308085
13.16S 6MM CEMENT PLASTER
13.16 6 mm cement plaster of mix :
48 13.16.1 1:3 (1 cement : 3 fine sand) Sqm 270 253.05 68323.5
13.25 Extra for plastering:
13.26 Providing and applying plaster of paris putty of Sqm 670 214.3 143581
49 2 mm thickness over plastered surface to
prepare the surface even and smooth complete.
Distempering with oil bound washable
13.41 distemper of approved brand and manufacture
to give an even shade :
13.41.1 New work (two or more coats) over and Sqm 650 162.55 105657.5
50 including water thinnable priming coat with
cement primer
13.44S EXTERIOR FINISHING
Finishing walls with Acrylic Smooth exterior
13.46
paint of required shade :
13.46.1 New work (Two or more coat applied @ 1.67 Sqm 550 166.85 91767.5
51 ltr/10 sqm over and including priming coat of
exterior primer applied @ 2.20 kg/10 sqm)
Painting with synthetic enamel paint of
13.61 approved brand and manufacture to give an
even shade :
52 13.61.1 Two or more coats on new work Sqm 65 131.45 8544.25
15.0 DISMANTLING AND DEMOLISHING
Demolishing cement concrete manually/ by
mechanical means including disposal of
15.2
material within 50 metres lead as per direction
of Engineer - in - charge.
15.2.1 Nominal concrete 1:3:6 or richer mix (i/c cum 5 2007.1 10035.5
53
equivalent design mix)
15.60 Disposal of building rubbish / malba / similar cum 50 219.35 10967.5
unserviceable, dismantled or waste materials
by mechanical means, including loading,
54 transporting, unloading to approved municipal
dumping ground or as approved by Engineer-in-
charge, beyond 50 m initial lead, for all leads
including all lifts involved.
17.0 SANITARY INSTALLATIONS
Providing and fixing water closet squatting pan
(Indian type W.C. pan ) with 100 mm sand cast
Iron P or S trap, 10 litre low level white P.V.C.
flushing cistern, including flush pipe, with
17.1
manually controlled device (handle lever)
conforming to IS : 7231, with all fittings and
fixtures complete, including cutting and making
good the walls and floors wherever required:
17.1.1 White Vitreous china Orissa pattern W.C. pan of Each 3 5781.35 17344.05
55
size 580x440 mm with integral type foot rests

Page 9 of 20 Run Date/Time: 28/01/2025 17:34:03


KHURDA ROAD DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: e-tender-NortKUR-306-2024 Closing Date/Time: 19/02/2025 15:00

Providing and fixing white vitreous china


pedestal type water closet (European type W.C.
pan) with seat and lid, 10 litre low level white
P.V.C. flushing cistern, including flush pipe, with
17.2
manually controlled device (handle lever),
conforming to IS : 7231, with all fittings and
fixtures complete, including cutting and making
good the walls and floors wherever required :
17.2.1 W.C. pan with ISI marked white solid plastic Each 3 5540.55 16621.65
56
seat and lid
Providing and fixing wash basin with C.I.
brackets, 15 mm C.P. brass pillar taps, 32 mm
17.7 C.P. brass waste of standard pattern, including
painting of fittings and brackets, cutting and
making good the walls wherever require:
17.7.1 White Vitreous China Wash basin size 630x450 Each 5 2275 11375
57
mm with a pair of 15 mm C.P. brass pillar taps
Providing and fixing Stainless Steel A ISI 304
(18/8) kitchen sink as per IS:13983 with C.I.
brackets and stainless steel plug 40 mm,
17.10
including painting of fittings and brackets,
cutting and making good the walls wherever
required :
17.10.2 Kitchen sink without drain board
58 17.10.2.1 610x510 mm bowl depth 200 mm Each 1 4274.4 4274.4
17.16A Providing and fixing 8 mm dia C.P. / S.S. Jet with Each 6 299.35 1796.1
flexible tube upto 1 metre long with S.S.
59 triangular plate to Eureopean type W.C. of
quality and make as approved by Engineer - in -
charge.
17.23 Providing and fixing white vitreous china flat Each 1 1382.3 1382.3
back or wall corner type lipped front urinal
60
basin of 430x260x350 mm or 340x410x265
mm sizes respectively.
17.24 Providing and fixing white vitreous china Each 6 3389.35 20336.1
61 squatting plate urinal with integral rim
longitudinal flush pipe.
17.29 Providing and fixing 100 mm sand cast Iron Each 15 45.25 678.75
62
grating for gully trap.
17.31 Providing and fixing 600x450 mm beveled edge Each 1 1411.15 1411.15
mirror of superior glass (of approved quality)
63 complete with 6 mm thick hard board ground
fixed to wooden cleats with C.P. brass screws
and washers complete.
Providing and fixing mirror of superior glass (of
approved quality) and of required shape and
17.32 size with plastic moulded frame of approved
make and shade with 6 mm thick hard board
backing :
64 17.32.4 Rectangular shape 1500x450 mm Each 2 1817.2 3634.4
17.33 Providing and fixing 600x120x5 mm glass shelf Each 7 942.15 6595.05
with edges round off, supported on anodised
65 aluminium angle frame with C.P. brass brackets
and guard rail complete fixed with 40 mm long
screws, rawl plugs etc., complete.
17.34 Providing and fixing toilet paper holder :
66 17.34.1 C.P. brass Each 6 680.8 4084.8
Providing and fixing PTMT Waste Coupling for
17.69 wash basin and sink, of approved quality and
colour.
17.69.2 Waste coupling 38 mm dia of 83 mm length Each 10 109.7 1097
67 and 77mm breadth, weighing not less than 60
gms
Providing and fixing PTMT Bottle Trap for Wash
17.70
basin and sink.

Page 10 of 20 Run Date/Time: 28/01/2025 17:34:03


KHURDA ROAD DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: e-tender-NortKUR-306-2024 Closing Date/Time: 19/02/2025 15:00

17.70.2 Bottle trap 38 mm single piece moulded with Each 10 325.1 3251
height of 270 mm, effective length of tail pipe
68 260 mm from the centre of the waste coupling,
77 mm breadth with 25 mm minimum water
seal, weighing not less than 263 gms
17.72 Providing and fixing PTMT towel ring trapezoidal Each 4 204.7 818.8
shape 215 mm long, 200 mm wide with
minimum distances of 37 mm from wall face
69
with concealed fittings arrangement of
approved quality and colour, weighing not less
than 88 gms.
18.0 WATER SUPPLY
18.7S C.P.V.C. PIPES
Providing and fixing Chlorinated Polyvinyl
Chloride (CPVC) pipes, having thermal stability
for hot & cold water supply, including all CPVC
plain & brass threaded fittings, including fixing
18.7 the pipe with clamps at 1.00 m spacing. This
includes jointing of pipes & fittings with one
step CPVC solvent cement and testing of joints
complete as per direction of Engineer in
Charge.-Internal work - Exposed on wall
70 18.7.3 25 mm nominal dia Pipes Metre 50 408.55 20427.5
Providing and fixing Chlorinated Polyvinyl
Chloride (CPVC) pipes, having thermal stability
for hot & cold water supply, including all CPVC
plain & brass threaded fittings, i/c fixing the
pipe with clamps at 1.00 m spacing. This
includes jointing of pipes & fittings with one
18.8
step CPVC solvent cement and the cost of
cutting chases and making good the same
including testing of joints complete as per
direction of Engineer in Charge, Concealed
work, including cutting chases and making good
the wall etc.
71 18.8.1 15 mm nominal dia Pipes Metre 120 441.15 52938
72 18.8.2 20 mm nominal dia Pipes Metre 100 513.75 51375
18.15S BRASS FITTINGS
Providing and fixing gun metal gate valve with
18.17
C.I. wheel of approved quality (screwed end) :
73 18.17.3 40 mm nominal bore Each 1 707.3 707.3
Providing and fixing ball valve (brass) of
18.18 approved quality, High or low pressure, with
plastic floats complete :
74 18.18.2 20 mm nominal bore Each 2 397.45 794.9
Providing and fixing gun metal non- return
18.19
valve of approved quality (screwed end) :
18.19.1 25 mm nominal bore
75 18.19.1.1 Horizontal Each 1 506.65 506.65
C.I. SLUICE VALVES/ FIRE HYDRANTS &
18.31S
FIXTURES
18.48 Providing and placing on terrace (at all floor Litre 10000 9.7 97000
levels) polyethylene water storage tank, IS :
12701 marked, with cover and suitable locking
76
arrangement and making necessary holes for
inlet, outlet and overflow pipes but without
fittings and the base support for tank.
18.49S C.P. BRASS FITTINGS
Providing and fixing C.P. brass bib cock of
18.49
approved quality conforming to IS:8931 :
77 18.49.1 15 mm nominal bore Each 14 434.2 6078.8
Providing and fixing C.P. brass long nose bib
18.50 cock of approved quality conforming to IS
standards and weighing not less than 810 gms.
78 18.50.1 15 mm nominal bore Each 7 715.05 5005.35

Page 11 of 20 Run Date/Time: 28/01/2025 17:34:03


KHURDA ROAD DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: e-tender-NortKUR-306-2024 Closing Date/Time: 19/02/2025 15:00

Providing and fixing C.P. brass stop cock


18.52 (concealed) of standard design and of approved
make conforming to IS:8931.
79 18.52.1 15 mm nominal bore Each 20 594.75 11895
18.59S AIR VALVE & WATER METER (BULK TYPE)
18.65 Providing and fixing PTMT soap Dish Holder Each 12 96.75 1161
having length of 138mm, breadth 102mm,
80
height of 75mm with concealed fitting
arrangements, weighing not less than 106 gms.
21.0 ALUMINIUM WORK
Providing and fixing aluminium work for doors,
windows, ventilators and partitions with
extruded built up standard tubular sections/
appropriate Z sections and other sections of
approved make conforming to IS: 733 and IS:
1285, fixing with dash fasteners of required dia
and size, including necessary filling up the gaps
at junctions, i.e. at top, bottom and sides with
21.1 required EPDM rubber/ neoprene gasket etc.
Aluminium sections shall be smooth, rust free,
straight, mitred and jointed mechanically
wherever required including cleat angle,
Aluminium snap beading for glazing / paneling,
C.P. brass / stainless steel screws, all complete
as per architectural drawings and the directions
of Engineer-in-charge. (Glazing, paneling and
dash fasteners to be paid for separately) :
21.1.1 For fixed portion
21.1.1.1 Anodised aluminium (anodised transparent or Kg 5 433.95 2169.75
81 dyed to required shade according to IS: 1868,
Minimum anodic coating of grade AC 15)
For shutters of doors, windows & ventilators
including providing and fixing hinges/ pivots
and making provision for fixing of fittings
21.1.2
wherever required including the cost of EPDM
rubber / neoprene gasket required (Fittings
shall be paid for separately)
21.1.2.1 Anodised aluminium (anodised transparent or Kg 2 531.8 1063.6
82 dyed to required shade according to IS: 1868,
Minimum anodic coating of grade AC 15)
Providing and fixing glazing in aluminium door,
window, ventilator shutters and partitions etc.
with EPDM rubber / neoprene gasket etc.
21.3 complete as per the architectural drawings and
the directions of engineer-in-charge . (Cost of
aluminium snap beading shall be paid in basic
item):
21.3.3 With float glass panes of 8 mm thickness Sqm 5 1496.15 7480.75
83
(weight not less than 20 kg/sqm)
22.0 WATER PROOFING
22.14 Grading roof for water proofing treatment with
22.14.1 Cement concrete 1:2:4 (1 cement : 2 coarse cum 8 7510.75 60086
84 sand : 4 graded stone aggregate 20mm
nominal size)
26.0 NEW TECHNOLOGIES AND MATERIALS
26.73S PREFAB/PRECAST TECHNOLOGY

Page 12 of 20 Run Date/Time: 28/01/2025 17:34:03


KHURDA ROAD DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: e-tender-NortKUR-306-2024 Closing Date/Time: 19/02/2025 15:00

Providing and fixing factory made single


extruded WPC (Wood Polymer Composite) solid
door/window/clerestory windows & desertory
other Frames/Chowkhat comprising of virgin
PVC polymer of K value 58-60 (Suspension
Grade), calcium carbonate and natural fibers
(wood powder/ rice husk/wheat husk) and non
toxic additives (maximum toxicity index of 12
for 100 gms) fabricated with miter joints after
applying PVC solvent cement and screwed with
full body threaded star headed SS screws
having minimum frame density of 750 kg/cum,
screw withdrawal strength of 2200 N (Face) &
1100 N (Edge), minimum compressive strength
26.86 of 58 N/mm2, modulus of elasticity 900 N/mm2
and resistance to spread of flame of Class A
category with property of being termite/borer
proof, water/moisture proof and fire retardant
and fixed in position with M.S hold fast/lugs/SS
dash fasteners of required dia and length
complete as per direction of Engineer-In-
Charge. (M.S hold fast/lugs or SS dash fasteners
shall be paid for separately). Note: For WPC
solid door/window frames, minus 5mm
tolerance in dimensions i.e depth and width of
profile shall be acceptable. Variation in profile
dimensions on plus side shall be acceptable but
no extra payment on this account shall be
made.
85 26.86.6 Frame size 65 x 125 mm Metre 55 1247.7 68623.5
Total 7449676.70
Schedule B-Execution of works vide item No,5.22.6 & 5.22A.6 of chapeter-5 covered under Volume
Schedule
- I, of CPWD DSR 2021.
Execution of works vide item No,5.22.6 & 5.22A.6 of chapeter-5 covered under Volume - I, of CPWD
Item- 1
DSR 2021.
S No. Item No Description of Item Unit Qty Rate Amount
5.0 REINFORCED CEMENT CONCRETE
5.22S STEEL REINFORCEMENT
Steel reinforcement for R.C.C. work including
straightening, cutting, bending, placing in
5.22
position and binding all complete upto plinth
level.
5.22.6 Thermo-Mechanically Treated bars of grade Fe- Kg 9800 89.65 878570
1
500D or more.
Steel reinforcement for R.C.C. work including
straightening, cutting, bending, placing in
5.22A
position and binding all complete above plinth
level.
5.22A.6 Thermo-Mechanically Treated bars of grade Fe- Kg 11900 89.65 1066835
2
500D or more.
Total 1945405.00
Schedule Schedule D-Execution of Electrical items
Item- 1 Please see item breakup of details.
S No. Item No Description of Item Unit Qty Rate Amount
1 1 Supply of T8 LED tube light fitting complete Numbers 40.00 445.45 17818.00
with lamp
2 2 Supply of BLDC energy efficient ceiling fan 1200 Numbers 24.00 3048.30 73159.20
mm sweep
3 3 Supply & fixing of modular electronic stepped Numbers 24.00 404.16 9699.84
regulator on control board
4 4 Supply of 200 MM EXHAUST FAN,230V,50Hz Numbers 8.00 1324.88 10599.04
5 5 Supply of LED down light fitting complete with Per Unit 300.00 68.76 20628.00
luminaire.(Note: The unit is taken PER UNIT
which means WATT)

Page 13 of 20 Run Date/Time: 28/01/2025 17:34:03


KHURDA ROAD DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: e-tender-NortKUR-306-2024 Closing Date/Time: 19/02/2025 15:00

6 6 PVC concealed wiring of light/fan/call bell point Numbers 130.00 682.50 88725.00
with 1.5 sq.mm copper wire. (Modular Type)
7 7 PVC concealed wiring of 6A socket point Numbers 60.00 1143.12 68587.20
(separate board) with 2.5 sq.mm copper wire.
(Modular Type)
8 8 PVC concealed wiring of 16A socket point with 4 Point 20.00 1490.87 29817.40
sq.mm copper wire. (Modular Type)
9 9 PVC concealed wiring with 6 Sq.mm copper wire Point 150.00 165.99 24898.50
10 10 PVC concealed sub-sub main wiring with 4 Metre 300.00 125.07 37521.00
Sq.mm copper wire
11 11 Supply of 12 way double door DB with 01 No Numbers 6.00 6190.89 37145.34
40A TPN MCB,2 Nos 32A DP and 4 Nos
16A/25A/32A MCB
12 12 Supply, erection, testing and commissioning of Numbers 10.00 2904.31 29043.10
6way distribution box (acrylic window) with
I/C:1x32A MCB DP, 10KA C series,
O/G:4x6A/10A/16A MCB SP 10KA C series
13 13 Supply and erection of VTPN DB with I/C: 1 No. Numbers 2.00 19316.61 38633.22
100A MCCB and O/G: 3 nos 63 A MCB,3 Nos SP
MCB 16A/25A/32A
14 14 Supply of foot light with LED lamp complete Numbers 20.00 576.48 11529.60
15 15 Supply of LED mirror light of capacity 5W Numbers 4.00 1221.76 4887.04
16 16 Fixing, testing and commissioning of light Numbers 126.00 67.59 8516.34
fitting, ceiling fan and exhaust fan
17 17 Supply, erection, testing and commissioning of Numbers 2.00 2659.72 5319.44
Flying Insect Killer
18 18 Supply of 2KVA online UPS with 10KA surge Numbers 1.00 64310.00 64310.00
protection & 120 minute battery backup with
rack & link connectors as per Annexure-A ,
19 19 Provision of domestic Refrigerator 300 Ltrs. Numbers 1.00 30904.06 30904.06
20 20 Supply installation testing and commissioning Numbers 2.00 36934.00 73868.00
of heavy duty electric chimney
21 21 Supply of 10 Liter, 5 Star Water Heater. Numbers 4.00 4872.06 19488.24
22 22 Supply of Split Air-Conditioner of capacity 2 Numbers 8.00 51866.00 414928.00
tonne, Star rating- 5
23 23 Installation charge of Split Air -Conditioner Numbers 8.00 1649.57 13196.56
24 24 SETC of 20A AC Box with 16/32A SP MCB and Numbers 8.00 1641.89 13135.12
25A starter switch
25 25 Single Cable laying along the road/track Metre 750.00 409.61 307207.50
26 26 Single Cable laying in air Metre 100.00 30.20 3020.00
27 27 Single Cable laying across the road/track Metre 50.00 703.40 35170.00
28 28 Excavation of wall and fixing of cable with Metre 100.00 89.98 8998.00
cement plastering
29 29 Provision of maintenance free chemical earthing Numbers 10.00 16562.62 165626.20
30 30 Supply & laying of 6/8/12SWG GI steel wire Kg 50.00 30.30 1515.00
31 31 Supply, erection, testing and commissioning of Numbers 1.00 78376.93 78376.93
outdoor type distribution feeder pillar box
consisting of Copper bus bar 200Amp, I/C:
1X200A MCCB 4P, 35kA, O/G:4X63A MCCB
FP,25kA, 2X32A MCB TPN.10kA.
32 32 Supply of LED street light Luminaires 45Watt Numbers 10.00 2193.85 21938.50
with complete accessories
33 33 Fixing & Commissioning charge of light Numbers 10.00 416.95 4169.50
Luminaires on building.
34 34 Supply & installation of water cooler cum Numbers 1.00 78373.92 78373.92
purifier of 120 ltrs capacity.
Total 1850752.79

4. ELIGIBILITY CONDITIONS

Standard Financial Criteria

Page 14 of 20 Run Date/Time: 28/01/2025 17:34:03


KHURDA ROAD DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: e-tender-NortKUR-306-2024 Closing Date/Time: 19/02/2025 15:00

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Financial Eligibility Criteria: 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 Allowed
1 No No
previous year is yet to be prepared/ audited, the audited balance sheet (Mandatory)
of the fourth previous year shall be considered for calculating average
annual contractual turnover. The tenderers shall submit requisite
information as per Annexure-VIB, along with copies of Audited Balance
Sheets duly certified by the Chartered Accountant/ Certificate from
Chartered Accountant duly supported by Audited Balance Sheet. (For
details refer tender documents)

Special Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Similar nature of Work: Construction of any building with RCC framed Allowed
1 No No
structure. (Mandatory)

Standard Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Technical Eligibility Criteria: (a) The tenderer must have successfully
completed or substantially completed any one of the following categories
of work(s) during last 07 (seven) years, ending last day of month
previous to the one in which tender is invited: (i) Three similar works
each costing not less than the amount equal to 30% of advertised value
of the tender, or (ii) Two similar works each costing not less than the
amount equal to 40% of advertised value of the tender, or (iii) One
similar work costing not less than the amount equal to 60% of advertised
value of the tender. For composite work refer Tender documents. Note
for Item 10.1: Work experience certificate from private individual shall
not be considered. However, in addition to work experience certificates
issued by any Govt. Organisation, work experience certificate issued by
Allowed
1 Public listed company having average annual turnover of Rs 500 crore No No
(Mandatory)
and above in last 3 financial years excluding the current financial year,
listed on National Stock Exchange or Bombay Stock Exchange,
incorporated/registered at least 5 years prior to the date of closing of
tender, shall also be considered provided the work experience certificate
has been issued by a person authorized by the Public listed company to
issue such certificates. In case tenderer submits work experience
certificate issued by public listed company, the tenderer shall also submit
along with work experience certificate, the relevant copy of work order,
bill of quantities, bill wise details of payment received duly certified by
Chartered Accountant, TDS certificates for all payments received and
copy of final/last bill paid by company in support of above work
experience certificate.

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

S.No. Description
1 I/we the tenderer (s) am/are signing this document after carefully reading the contents.
I/We the tenderer(s) also accept all the conditions of the tender and have signed all the pages in confirmation
2
thereof.
I/we hereby declare that I/we have downloaded the tender documents from Indian Railway website
www.ireps.gov.in . I/we have verified the content of the document from the website and there is no addition, no
3 deletion or no alteration to the content of the tender document. In case of any discrepancy noticed at any stage
i.e. evaluation of tenders, execution of work or final payment of the contract, the master copy available with the
railway Administration shall be final and binding upon me/us.
I/we declare and certify that I/we have not made any misleading or false representation in the forms,
4
statements and attachments in proof of the qualification requirements.
I/We also understand that my/our offer will be evaluated based on the documents/credentials submitted along
5
with the offer and same shall be binding upon me/us.

Page 15 of 20 Run Date/Time: 28/01/2025 17:34:03


KHURDA ROAD DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: e-tender-NortKUR-306-2024 Closing Date/Time: 19/02/2025 15:00

I/We declare that the information and documents submitted along with the tender by me/us are correct and I/we
6
are fully responsible for the correctness of the information and documents, submitted by us.
I/we certify that I/we the tenderer(s) is/are not blacklisted or debarred by Railways or any other Ministry /
7 Department of Govt. of India from participation in tender on the date of submission of bids, either in individual
capacity or as a HUF/ member of the partnership firm/LLP/JV/Society/Trust.
I/we understand that if the contents of the certificate submitted by us are found to be forged/false at any time
during process for evaluation of tenders, it shall lead to forfeiture of the Bid Security and may also lead to any
8
other action provided in the contract including banning of business for a period of upto two year. Further, I/we
and all my/our constituents understand that my/our offer shall be summarily rejected.
I/we also understand that if the contents of the certificate submitted by us are found to be false/forged at any
time after the award of the contract, it will lead to termination of the contract, along with forfeiture of Bid
9
Security/Security Deposit and Performance guarantee and may also lead to any other action provided in the
contract including banning of business for a period of upto two year.
I/We have read the clause regarding restriction on procurement from a bidder of a country which shares a land
border with India and certify that I am/We are not from such a country or, if from such a country, have been
10
registered with the competent Authority. I/We hereby certify that I/we fulfil all the requirements in this regard
and am/are eligible to be considered (evidence of valid registration by the competent authority is enclosed)

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

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

5. COMPLIANCE

Check Lst

S.No. 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

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Please submit bank details as per enclosed Annexure-12 of Part -
Allowed
1 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
2 Part-II of Tender Documents. (For details refer tender Yes No
(Optional)
documents)

Page 16 of 20 Run Date/Time: 28/01/2025 17:34:03


KHURDA ROAD DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: e-tender-NortKUR-306-2024 Closing Date/Time: 19/02/2025 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
3 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
4 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
5 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
6 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
7 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
8 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

S.No. 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 17 of 20 Run Date/Time: 28/01/2025 17:34:03


KHURDA ROAD DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: e-tender-NortKUR-306-2024 Closing Date/Time: 19/02/2025 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/E.Co.Rly/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 18 of 20 Run Date/Time: 28/01/2025 17:34:03


KHURDA ROAD DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: e-tender-NortKUR-306-2024 Closing Date/Time: 19/02/2025 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

S.No. 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 19 of 20 Run Date/Time: 28/01/2025 17:34:03


KHURDA ROAD DIVISION-ENGINEERING/ECOR
TENDER DOCUMENT
Tender No: e-tender-NortKUR-306-2024 Closing Date/Time: 19/02/2025 15:00

6. Documents attached with tender

S.No. Document Name Document Description


1 SplCondforElectrical.pdf Spl Cond Electrical
2 ExplNoteElectrical.pdf Expl Note Elect
Tenderconditionw.e.f07-10-
3 e tender cond
2024.pdf
4 DesignMixN.pdf Spl cond Concrete
5 SplcondSoilExplo.pdf Spl Cond Soil Expl

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: VINEET KUMAR YADAV

Designation : DEN/NORTH/KUR

Page 20 of 20 Run Date/Time: 28/01/2025 17:34:03

You might also like