IRCON INTERNATIONAL LIMITED General Consultancy & DPR
1
IRCON INTERNATIONAL LIMITED (A Government of India Undertaking)
e-Procurement Notice
for
“Providing consultancy services for feasibility study and preparation of
Detailed Project Report (DPR) including traffic study, land acquisition
works and estimating various items, in connection with construction of
new coal sidings with total approximate length of 50km in Raigarh
district in the state of Chhattisgarh in the jurisdiction of SEC Railway.”
No: IRCON/2059/A/CGRP/e-tender EW4/15/DPR Dt.02/02/2015.
TECHNICAL BID & FINANCIAL BID
FEBRUARY, 2015
IRCON INTERNATIONAL LIMITED (A Govt. of India Undertaking)
C-4, DISTRICT CENTRE, SAKET, NEW DELHI-110017 PHONE: +91-11-29565666; FAX: +91-11-26522000, 26854000
E-mail: [email protected] ; Web: www.ircon.org
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
2
Part – II
TABLE OF CONTENTS
SECTION - I ................................................................................................................. 3
e-Procurement Notice ................................................................................................ 3
SECTION - II ................................................................................................................ 8
Form of Bid ..................................................................................................................... 8
SECTION - III ............................................................................................................. 11
Instructions to Tenderers........................................................................................ 11
SECTION - IV ............................................................................................................ 37
Appendix to Tender ................................................................................................... 37
SECTION - V .................................................................................................................. 39
Special Conditions of Contract ..................................................................................... 39
SECTION -VI .................................................................................................................. 50
TERMS OF REFERENCE (TOR) ....................................................................................... 50
SECTION-VII .................................................................................................................. 57
Certificate of Familirisation .......................................................................................... 57
SECTION –VIII.…………………………………………………………………………………………….58
Bill of Quantities (BOQ).……………………………………………………………………………….59
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
3
SECTION – I
e-Procurement Notice
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
4
IRCON INTERNATIONAL LIMITED (A Govt. of India Undertaking)
No.: IRCON/2059/A/CGRP/e-tender/EW4/15/DPR Date: 02/02/2015
e-Procurement Notice
1.0 Executive Director/General, Ircon International Limited (IRCON in abbreviation), C-4, District Centre, Saket, New Delhi-110017, invites online bids in two packet system on prescribed forms from confide firms/companies having requisite experience and financial capacity for execution of the work detailed in the table given below. The bidder is advised to examine carefully all instructions including addendum/corrigendums, condition of contract data, forms, terms, technical specification, bill of quantities in the bid document.
S.
No. Name of Work Estimated
Cost of Work
Rs. (रु.)
Earnest Money
Rs. (रु.)
Completion Period
1 Providing consultancy services
for feasibility study and
preparation of Detailed Project
Report (DPR) including traffic
study, land acquisition works and
estimating various items in
connection with construction of
new coal sidings with total
approximate length of 50 km and
five loading yards for 3 MT to 15
MT of coal per annum in Raigarh
district in the state of
Chhattisgarh in the jurisdiction of
SEC Railway.
148.77 Lacs
2.50 lacs
Six months
2.0 Website http://www.tenderwizard.com/IRCON may be referred for detailed
terms and conditions of the Bidding Documents which is available on line. Amendments/Corrigendum/Addendum, if any would be hosted on the website only.
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
5
3.0 ELIGIBILITY CRITERIA Eligibility of the applicants shall be assessed based on the “Essential Qualifying Criteria” and “Other Qualifying Criteria” as given in Annexure-IV to “Instructions to Tenderers”.
4.0 Accessing/ Purchasing of Bid Documents 4.1 The complete Bid Document can be viewed / downloaded from the e-
Procurement portal i.e. http://www.tenderwizard.com/IRCON free of cost. 4.2 A vender’s manual containing the detailed guidelines for e-Procurement system
is also available on e-Procurement portal of IRCON.
4.3 It is mandatory for all the bidders to have class-III Digital Signature Certificate (in the name of person having power of attorney to sign the Bid) from any of the licensed Certifying Agency (Bidders can see the list of licensed CA’s from the link www.cca.gov.in) to participate in e-Procurement of IRCON.
4.4 It is mandatory for the bidders to get their firm/company registered with e-procurement portal of IRCON, i.e. http://www.tenderwizard.com/IRCON to have user ID & password by submitting a non-refundable annual registration charge of
रु. (Rs.)2500/-(exclusive of taxes, levies, etc.) which can be paid online through
Debit/ Credit Card in favour of “M/s ITI Limited”, payable at New Delhi using the payment gateway of Punjab National Bank. The registration so obtained by the prospective bidder shall be valid for one year from the date of its issue and shall be subsequently renewed.
4.5 Tender documents will be available online on website http://www.tenderwizard.com/IRCON from 19/02/2015 (17:00 Hrs.) which can be downloaded free of cost till the last date and time of submission of tender. However, to participate in the online bidding process, bidders are required to pay
a non-refundable fee of Rs.(रु.)10,000/- (Rupees. Ten thousand only) towards
the cost of one set of tender document through NEFT or RTGS only in IRCON’s e-Procurement bank account no.: 040802000002237, RTGS/IFSC code: IOBA0000408 in favour of “IRCON INTERNATIONAL LIMITED” payable at New Delhi.
4.6 In addition to this, Bidder shall submit a non-refundable fee of रु.5000/-(Rupees
five thousands only) inclusive of all taxes towards e-bid processing fee paid online through Debit/ Credit Card in favour of “M/s ITI Limited”, using the payment gateway of Punjab National Bank.
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
6
5.0 Validity of Bidder’s Registration on the e-Procurement portal of IRCON Bidders may note the following:
(a) This shall be the sole responsibility of the bidder(s) to keep the Registration valid up to the original/extended date of submission of bid.
(b) Bids can be submitted only during the validity of their registration.
6.0 IRCON may issue addendum(s)/corrigendum(s) to the tender documents. In such case, the addendum(s)/corrigendum(s) shall be issued and placed on website http://www.tenderwizard.com/IRCON at any time before the closing time of tender. The tenderers who have downloaded the tender documents from website must visit the website and ensure that such addendum(s)/corrigendum(s) (if any) is also downloaded by them. This shall be the responsibility of the prospective registered bidders to check the web site for any scuh corrigendum/addendum at the time of closing time of tender and ensure that bid submitted by them are in accordance with all the corrigendums/addendums. Suitable time extension (not less than 3 days beyond the date of last amendment) for submission of bids will be granted.
7.0 The tender documents shall be submitted online on or before 15:00 Hrs on
25.03.2015 in the prescribed format given on the websites and technical bids received online shall be opened at 15:30 Hrs. on 25.03.2015. No other mode of submission is acceptable. Detailed credentials as per the requirement of eligibility criteria and all tender papers except Bill of Quantities are to be submitted in “Technical Bid”. Bill of Quantities with rates duly filled in are to be submitted in the format provided online in the name of “Financial Bid”. Hence, physical submission of the documents is limited as per the Annexure V of ITB. Representative of the bidder, who chooses to attend, may attend the online opening of the technical bids on 25.03.2015 at 15:30 Hrs. However, such representatives shall be allowed to attend the opening of the Technical Bids, only, if such person presents the letter of authority issued in his name by the bidder on his letter head.
8.0 Bidders cannot submit the tender after the due date and time of e-bid submission. Time being displayed on e-procurement portal of IRCON (“Standard Time”) shall be final and binding on the bidder. e-Bids are required to be submitted by bidders, only as per the Standard Time and not the time as per their location/country.
9.0 The bidders are advised to submit their e-bids well before the e-bid due date. IRCON shall not be responsible for any delay in submission of e-bids for any reason including server and technical problems.
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
7
10.0 The Technical and Financial Bid shall be digitally signed by the Authorized Signatory of the bidder & submitted “on-line” only. The authorised signatory of the bidder must be in possession of Power of Attorney before submitting the digitally signed bid. Scan copies of various documents can be prepared in different file format (PDF, JPEG). Bidders can upload a single file of size of 5 MB only but he can upload multiple files.
11.0 Tender shall be submitted as per “Instructions to Bidders” forming a part of the bid document.
12.0 Any bid received without Earnest Money in the form as specified in bid documents shall not be considered and shall be summarily rejected.
13.0 IRCON reserves the right to cancel the bids before submission/opening of bids, postpone the bid submission/opening date and to accept/reject any or all bids without assigning any reasons thereof. IRCON’s assessment of suitability as per eligibility criteria shall be final and binding.
14.0 Bidders may note that they are liable to be disqualified at any time during bidding process in case any of the information furnished by them is not found to be true. EMD of such bidder shall be forfeited. The decision of IRCON in this regard shall be final and binding.
15.0 IRCON reserves the right to pre-qualify the bidder(s) provisionally based on the documents submitted by them and open financial bid(s), subject their final verification. In the event of any document being found false, the provisional qualification shall stand withdrawn, and the next lower bidder shall automatically come to the position of such disqualified bidder. Action against such disqualified bidders shall be taken as per above clause no.: 14.0 of e-procurement Notice.
16.0 The validity of the offer shall be 90 days after the date of opening (Technical Bid) of the tender.
For and Behalf of
Ircon International Limited
(Sanjay Rastogi) Executive Director/General
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
8
SECTION – II
Form of Bid
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
9
FORM OF BID To Executive Director/General, IRCON INTERNATIONAL LIMITED, C-4, District Centre, Saket, New Delhi – 110017. Dear Sir, I/We, ____________________________ (Name and address of the tenderer) have read the various terms and conditions of the e-Procurement documents attached here with duly signed by me/us and agree to abide by the same. I/We also agree to keep this bid open for acceptance for a period of 90 days from the date fixed for opening the same and on default thereof our Earnest Money (Bid Security) is liable to be forfeited. I/We hereby declare that we have visited the site of the work and have made ourselves fully conversant of the conditions therein and including the topography of area, soil strata at site of work, sources and availability of construction materials, rates of construction materials, water, electricity, all local taxes, royalties, octroi etc., availability of local labour (both skilled and unskilled), relevant labour rates and labour laws, the existing road and approaches to the site of work, requirements for further service roads / approaches to be constructed by me / us, the availability and rates of private land etc. that may be required by me / us for various purposes, climatic conditions, law and order situation and availability of working days. I/We have quoted our rates for various items in the Bill of Quantities taking into account all the above factors and We offer to do the work “_____________________________________________” (Name of the work) at the rates quoted in the attached Bill of Quantities and hereby bind ourselves to complete the work in all respects within time schedule depicted in bid documents from the date of issue of letter of acceptance of bid.
A sum of रु.____________ (Rupees _________________) (amount of Earnest Money
Deposit) is herewith forwarded as Bid Security. I/We understand that the full value of the Bid Security shall stand forfeited without prejudice to any other rights and remedies available to IRCON International Limited in case our bid is accepted and if:- i) I/We do not execute the Contract Agreement within time period specified in the
bid documents. ii) I/We do not commence the work as soon as is reasonably possible after the
receipt of the Letter of Acceptance or elsewhere stated in the Contract documents.
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
10
I/We also understand that until a formal Contract Agreement is executed, Letter of Acceptance alongwith all bid documents shall constitute a binding contract between me/us and Ircon International Limited. Our bank account no. for the purpose of refund of EMD is ……………. (Account no. name of the A/c holder, other details of NEFT/RTGS). Thanking you, Yours Faithfully, Signature_____________ in capacity of____________ duly authorised to sign bids for and on behalf of: _________________________________________________________ (In Block capital letters) Date this________day of __________ 2015.
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
11
SECTION – III
Instructions to Bidders
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
12
Section III : INSTRUCTIONS TO BIDDERS (ITB)
TABLE OF CLAUSES Clause No. Description A.1 General
A.2 Cost of Bidding
B. The Bidding Documents
B.3 Content of Bidding Documents
B.4 Understanding and Amendment of Bid Documents
C. Preparation of the Bids
C.5 Language of Bid
C.6 Signing of All Bid papers and Completing Bill of Quantities
C.7 Deviations
C.8 Transfer of bid documents
C.9 Earnest Money (Bid Security)
C.10 Period of validity of the bid
D. Submission of Bids
D.11 Deadline for submission of bid
D.12 Withdrawal of bid
E. e-Bid opening and Evaluation
E.15 Opening of the bid
E.16 Clarification of the bids
E.17 Preliminary Examination of bids
E.18 Evaluation and comparison of bids
E.19 Canvassing
E.20 Right to accept any tender or reject all bids
E.22 Award of Contract
Annexure-I Assessment of Performance of working contractor
Annexure-II Assessment of Performance of working consultant
Annexure-III Format of Affidavit to be signed by the bidder
Annexure-IV Essential Qualifying Criteria
QCF1 Requirement of Skilled and trained Manpower including Engineers and technical Staffs.
QCF2 Minimum Requirement of Tools, Plants and Machineries (in working conditions)
Annexure-V Check list for list of documents to be scanned, uploaded with the e-tender and submitted in physical form not later than the prescribed date and time for e-bid submission
Format-1 Details of similar works completed in last seven years
Format-2 Annual Turnovers for the last three years
Format-3 Programme for deployment of manpower
Format-4 Programme for deployment of plant and machinery proposed to be deployed on the project
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
13
INSTRUCTIONS TO BIDDERS
A
1 General
1.1 Name of the Work: As indicated in ‘Appendix to Bid.
1.2 “A bidder in the capacity of Individual or Sole Proprietor, Partnership Firm, or
Company can participate in the bid and the bidder must upload and forward
attested copies of the constitution of its firm such as Partnership Deed,
Memorandum & Articles of Association, etc. along with original Power of Attorney
of authorised signatory”.
Joint Venture firms/ companies shall not be considered.
1.3 The work is proposed to be executed under the following relationship.
a) Client : As indicated in ‘Appendix to Bid.
b) Employer : IRCON INTERNATIONAL LIMITED address as given in
‘Appendix to Bidder.
c) Contractor : The successful bidder to whom the work is awarded shall
become the contractor for the execution of this work.
1.4 Throughout these bidding documents, the terms “bid” and “tender” and their
derivatives (“bidder” / “tenderer”),“bid / tendered”, “bidding”/ “tendering”, etc.) are
synonymous. Day means calendar day. Singular also means plural.
1.5 Scope of Work: As indicated in ‘Appendix to Bid.
The scope given above is only indicative. The detailed scope has been described
in the bid documents.
1.6 Approximate Estimated cost of the work is as indicated in the ‘Appendix to Bid.’
1.7 A bidder shall submit only one bid in the capacity of an Individual or Sole
Proprietor, Partnership firm, or Company. Violation of this condition is liable to
disqualify the bids in which such bidder has participated and EMD of all such
bidders shall stand forfeited.
2. Cost of Bidding
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
14
2.1 The bidder shall bear all costs associated with the preparation and submission of
the bid and the Employer will in no case be responsible or liable for these costs
regardless of the conduct or the outcome of the bidding process.
B The Bidding Documents
The bidders must use the online technical and financial sheets available in excel
format in this Bid Document for submission of their Technical as well as Financial
Bid. Any Bid not conforming to the prescribed format is liable to be declared non-
responsive.
3 Content of bidding documents
3.1 The bidding documents include the following:
e-Procurement Notice
Instructions to Bidders
Appendix to Bid
Form of Bid
Special Conditions of Contract/
General Conditions of Contract
Terms of reference (TOR)/Technical Specifications
Certificate of familiarisation
Codes and manuals
Bill of Quantities (BOQ)
3.2 The bidder is expected to examine all instructions, terms, conditions, forms,
specifications, corrigendum/addendums and other information in the bidding
documents. Failure to furnish all information required by the bidding documents
or submission of a bid not substantially responsive to the bidding documents in
every respect will be at the bidders' risk and may result in rejection of his bid.
4 Understanding and Amendment of Bid Documents
4.1 The bidder must obtain for itself on its own responsibility and its own cost all the
information including risks, contingencies & other circumstances in execution of
the work. It shall also carefully read and understand all its obligations & liabilities
given in bid documents.
4.2 The bidder is advised to visit and examine the site where the work is to be
executed and its surroundings or other areas as deemed fit by the bidder and
obtain for itself on its own responsibility all information that may be necessary for
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
15
preparing the bid and execution of the contract. The cost of visiting the site and
collecting relevant data shall be at the bidder’s own expenses. It is a condition of
the bid that the bidder is deemed to have visited the site and satisfied himself
with all the conditions prevailing including any difficulties for executing the work.
4.3 At any time prior to the deadline for submission of bids, Employer may for any
reason whether at its own initiative or in response to any request by any
prospective bidder amend the bidding documents by issuing Corrigendum, which
shall be part of the bid documents. The amendment shall be advised to all the
prospective bidders.
4.4 Employer may at its discretion extend the deadline for submission of the bids at
any time before the time of submission of the bids.
C Preparation of the Bids
5 Language of Bid
5.1 The bid prepared by the bidder and all documents related to the bid shall be
written in English.
6 Signing of All Bid papers and Completing Bill of Quantities
6.1 It shall be deemed that e-bid uploaded by the bidder is digitally signed by his authorised representative holding the Power of Attorney. All the pages of documents submitted physically shall also be signed and stamped by the bidder or his authorised representative holding the Power of Attorney.
6.2 While filling up the rates in the Bill of Quantities, bidder shall ensure that the rates
are filled up in figures only. System will automatically convert such filled up rates
into words In case of item rate bids, the system will automatically calculate the
total price by multiplying the unit rate with quantity.
6.3 The bid should be submitted online only in the prescribed format given in the e-procurement portal of IRCON. No other mode of submission is accepted. The Technical and Financial Bid shall be digitally signed by the authorized signatory of the bidder & submitted “online” only. No hard copy of Technical and Financial bid is required to be submitted. Check list for the documents required to be submitted physically given in Annexure – V must be received by Employer at the address specified in the “e-procurement Notice” not later than one hour before the prescribed date and time for opening of e-bid.
The bidder may download financial bid form and upload the same duly filled through online e-Procurement process.
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
16
The bidder must fill and submit the prices as per instructions given in Bill of
Quantities. The system does not permit any addition or alteration in the bid
documents. The requisite details should be filled in by the bidder wherever
required in the documents. Incomplete bid or bid not submitted as per
instructions is liable to be rejected. If a bidder does not quote a price/rate for any
BOQ item, the system will not accept the bid document.
7 Deviations
7.1 The bidder should clearly read and understand all the terms and conditions,
specifications, drawings, etc. mentioned in the original bid documents. Any
deviation submitted by the Bidder shall not be accepted.
8 Transfer of bid documents
Bid documents will be received in electronic form only after payment of bid
document fee and bid processing fee.
9 Earnest Money (Bid Security)
9.1 The bidder must furnish the Earnest Money (Bid Security) as indicated in
‘Appendix to Bid for the work as specified failing which the bid shall be summarily
rejected. The Bid Security may be in any one of the following forms:
a) Pay Order/Demand Draft of any Scheduled Bank in India in favour of Ircon
International Limited payable at a place as given in Appendix to Bid. It is
mandatory for bidders to provide their Banker's details (Name of Bank & Branch)
along with their own bank details (Account No., Name of Account Holder,
NEFT/RTGS details).
b) Fixed Deposit Receipt issued by any Scheduled Bank in India endorsed in favour
of IRCON INTERNATIONAL LIMITED.
c) Bid Security value upto रु.10.00 Lacs must be in the form of Pay Order/DD/FDR
In addition, EMD may also be paid through NEFT or RTGS in IRCON’s e-
Procurement bank account no.: 040802000002237, RTGS/IFSC code:
IOBA0000408 in favour of “IRCON INTERNATIONAL LIMITED” payable at New
Delhi. In case of Bid Security amount being more than Rs. रु.10.00 Lacs, it can
also be deposited in the form of irrevocable Bank Guarantee valid for minimum
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
17
180 days beyond the last date of submission of bid, issued by a Scheduled Bank
situated in the State Capitals of India or cities listed in the Annexure-III to 'Special
Conditions of Contract (SCC)', as per the format enclosed at Annexure II to
'SCC'. B.G. not valid for 180 days beyond the last date of submission of bid, will
not be considered a valid EMD instrument. The B.G. must be made invokable at
any branch in Delhi/NCR/Project HQ branch of the issuing bank.
Bid Security in the form of Pay Order/DD/FDR/BG shall be scanned & uploaded
through online e-Procurement process. Further Bid Security in original form
sealed in an envelope must be received by Employer at the address specified in
the “e-procurement Notice” not later than prescribed date and time for e-bid
submission.
Proof of transaction towards payment of Bid Security through NEFT or RTGS
shall be scanned ether in PDF or JPEG format such that file size is not more than
5 MB and uploaded during the online submission of the e-bid. These documents
must be received in ‘ORIGINAL’ by Employer at the address specified in the “e-
procurement Notice” not later than the prescribed date and time for e-bid
submission.
No interest shall be allowed on Bid Security Deposit.
9.2 Forfeiture of Bid security:
9.2.1 The Bid Security of the bidder shall be forfeited if he withdraws his bid after
opening of the bid during the period of bid validity specified in the “Appendix to
Bid” or extended validity period as agreed to in writing by the bidder.
9.2.2 The Bid Security of the successful bidder is liable to be forfeited if he fails to;
i) sign the Contract Agreement in accordance with the terms of the bid, or
ii) furnish Performance Guarantee in accordance with the terms of the bid, or
iii) commence the work within the time period stipulated in the bid.
9.2.3 In case of forfeiture of Bid Security, the bidder shall be debarred from bidding in
case of re-invitation of the bids.
9.3 Refund of Bid Security:
9.3.1 The Bid Security of the unsuccessful bidders in the form of FDR/BG shall be
discharged and returned as promptly as possible and the Bid Security in the form
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
18
of DD/Pay Order/ NEFT or RTGS shall be directly credited to his bank account
through Electronic Fund Transfer, under advice to the bidder.
9.3.2 The Bid Security Deposit of the successful bidder shall be dealt as under:-
i) If the Bid Security Deposit is in the form of Fixed Deposit Receipt
(FDR)/Bank Guarantee (BG), the FDR/BG shall be returned after
deduction of an equivalent amount from the first on account bill and further
deduction of retention money from the bills shall commence after adjusting
this Bid Security amount.
ii) If the Bid Security Deposit is in the form of Demand Draft/Pay Order/
NEFT or RTGS, the same shall be retained towards retention money and
further deduction of retention money from the bills shall commence after
adjusting this Bid Security amount.
10 Period of validity of the bid
10.1 The bid shall remain valid for the period indicated in “Appendix to Bid” after the
date of the opening of the bid. If the bidder gives validity period less than that
fixed/prescribed by Employer, the bid shall be liable to be rejected.
10.2 Notwithstanding the above clause, Employer may solicit the bidder’s consent to
extend the validity period of the bid. The request and the response shall be made
in writing.
D Submission of Bids
11 Deadline for submission of bid
11.1 The documents required in physical form, as per the list given in Annexure V
must be received by Employer at the address specified in the “e-Procurement
Notice” not later than the prescribed date and time for of e-bid submission.
11.2 A bid received later than the deadline prescribed for submission of bid by
Employer is liable to be rejected.
12 Modification / Substitution / Withdrawal of bid
12.1 The bidder may modify, substitute or withdraw his e-bid after online submission
prior to the date and time of e-bid opening.
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
19
12.2 For modification of e-bid, bidder has to first detach its old e-bid from the e-
procurement portal of IRCON and then upload / resubmit digitally signed
modified e-bid in the e-procurement portal of IRCON.
12.3 For withdrawal of e-bid, bidder can withdraw his e-bid by clicking on withdrawal
icon at e-procurement portal.
12.4 Before withdrawal of an e-bid, it may specifically be noted that after withdrawal of
an e-bid for any reason, tender processing fee will not be refunded. The bidder
trying to re-submit the e-bid will have to pay the processing fee and cost of bid
document again.
13. Submission of an e-bid by a bidder implies that he had read all the bid
documents including amendments if any, visited the site and has made himself
aware of the scope and specifications of the work to be done, local conditions
and other factors having any bearing on the execution of the work.
14. Submission of bids (e-bid).
14.1 All documents/ forms/instructions/specifications etc listed in item 3.1 of this notice
and those attached as per the Annexure V are deemed to be a part of the
bid/tender and accepted by the bidder.
14.2 In case of any discrepancy between uploaded documents and those submitted in
physical form, the physical form will prevail. In case of any ambiguity, IRCON will
be free to seek confirmation of information from the issuer of the document.
E e-Bid opening and Evaluation
15 Opening of the bid
15.1 Bids will be opened at the address mentioned in “e-procurement notice” in
presence of bidders or their authorised representatives who wish to attend the
opening of bids Physical presence during e-bid opening is optional.
15.2 Bidders or their authorised representatives who are present shall sign on register
in evidence of their attendance.
15.3 Bidder’s name, presence or absence of requisite Security Deposit, total cost of
work quoted or any other details as Employer may consider appropriate will be
displayed with list to all participating bidders online after bid opening.
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
20
16. Clarification of the bids
16.1 To assist the examination, evaluation and comparison of the bids, Employer may
at his discretion ask the bidders for any clarifications as considered essential. All
such correspondence shall be in writing and no change in price or substance of
the bid shall be sought or permitted. The above clarification for submission of the
details shall form part of the bid and shall be binding on bidder.
17. Preliminary examination of bids
17.1 The Employer shall examine the bids to determine whether they are complete,
whether physical copy of all the relevant documents have been received not
later than the prescribed date and time for of e-bid submission and
generally they are in order.
17.2 Prior to the detailed evaluation, Employer shall determine whether each bid is of
acceptable quality, is generally complete and is substantially responsive to the
bidding documents. For purposes of this determination, a substantially
responsive bid is one that conforms to all the terms, conditions and specifications
of the bidding documents without material deviations, objections, conditionality or
reservation. A material deviation, objections, conditionality or reservation is one;
i) that affects in any substantial way the scope, quality or performance of the
contract.
ii) that limits in any substantial way, inconsistent with the bidding
documents, the Employers’ rights or the successful Bidder’s obligations
under the contracts; or
iii) whose rectification would unfairly affect the competitive position of other
Bidders who are presenting substantially responsive bids.
17.3 If an e-bid is not substantially responsive, it shall be rejected by the Employer.
17.4 In case of bids containing any conditions or deviations or reservations about
contents of bid document, Employer may ask for withdrawal of such
conditions/deviations/reservations. If the bidder does not withdraw such
conditions/deviations/ reservations, the bid shall be treated as non responsive.
Employer’s decision regarding responsiveness or non-responsiveness of a bid
shall be final and binding.
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
21
18. Evaluation and comparison of bids
18.1 In case of open tenders, bids, which are determined as substantially responsive,
shall be evaluated based on criteria as given in Annexure-IV. The bidder must
submit all necessary authentic data with necessary supporting certificates of the
various items of evaluation criteria failing which his bid is liable to be rejected.
18.2 The Employer/Engineer reserves the right to negotiate the offer submitted by the
bidder to withdraw certain conditions or to bring down the rates to a reasonable
level. The bidder must note that during negotiations of rates of items of BOQ can
only be reduced and not increased by the bidder. In case the bidder introduces
any new condition or increases rates of any item of BOQ, his negotiated offer is
liable to be rejected and the original offer shall remain valid and binding on him.
19. Canvassing
19.1 No bidder is permitted to canvass to Employer on any matter relating to this bid.
Any bidder found doing so may be disqualified and his bid may be rejected.
20 Right to accept any bid or reject all bids
Employer/Engineer reserves the right to accept, split, divide, negotiate, cancel or
reject any bid or to annul and reject all bids at any time prior to the award of the
contract without incurring any liability to the affected bidders or any obligation to
inform affected bidder, the grounds of such action.
21 If the bidder, as individual or as a partner of partnership firm, expires after the
submission of his bid but before award of work, the Employer/Engineer shall
deem such bid as invalid.
22 Award of Contract
22.1 Employer/Engineer shall notify the successful bidder in writing by a Registered
Letter/Courier/ Speed Post or per bearer that his bid has been accepted.
22.2 Letter of Acceptance after it is signed by the Contractor in token of his
acceptance shall constitute a legal and binding contract between
Employer/Engineer and the contractor till such time the contract agreement is
signed.
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
22
23 Contractor Performance Feedback and Evaluation System
The employer will have a ‘Contractor Performance Feedback and Evaluation
System’ for periodic evaluation of Contractors performance during execution of
Contract. In case contractor’s over-all performance is found unsatisfactory (<85%
for Works Contracts and <75% for Consultancy Contracts) based on the
parameters as listed in Annexure 'I' and 'II' respectively, the Contractor is liable to
be declared a ‘Non-Performer’, and will become ineligible for participation in
future bid of this Organization for a period of 2 (two) years from the date of such
decision. This decision is to be conveyed to the Contractor in writing. The non-
performer status may be revoked during currency of the contract on improvement
of performance parameters during the next annual review.
This is without prejudice to any other recourse available to the Employer under
the Conditions of Contract.
24 Ineligibility to participate in re-tenders/ future cases
Notwithstanding anything contained in the Qualification Clauses of ITB, if a
bidder withdraws from an offer after having been declared a preferred bidder or
after Notification of Award or does not sign the Contract Agreement pursuant to
the Letter of Acceptance or does not submit an acceptable Performance Security
which results in tender being annulled then such bidder shall be treated as
ineligible for participation in re-tendering of this particular work and also for any
other work for a period of 6 months. A repeat incident of similar type within a
period of 2 (two) years will render the bidder ineligible for participation in all future
tenders for a further period of 2 (two) years.
25 Declaration of non-performance or ban status
Bidders are not eligible to participate in the bid process under the following
conditions:
a) They have been declared a non-performer by Central Government/State
Government or a CPSU during the preceding 2 years.
b) They are currently debarred from contract work by Central or State
Governments or a CPSU.
Accordingly, bidders are required to sign an Affidavit as per the enclosed pro-
forma in Annexure-'III', declaring their status of non-performance or debarment.
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
23
26 Details of disputed status of ban/non-performance
Bidders will clearly state the status of dispute in the cases of ban/non-
performance pending in courts against them as on the date of opening of tender.
Merely, pending appeal with the Departments concerned and Courts will not
merit change of status. Grant of stay order by a Competent Court will be taken
into account while considering the status of ban/non-performance.
26.1 Bidder to be fully responsible for the consequences of misrepresentation
a) Any suppression of information and misrepresentation will render the bidder
ineligible for the bid along with the forfeiture of Bid Security. The bidder will
also be liable for disqualification for future bids of IRCON for a period of 2
years.
b) If any suppression of information and misrepresentation is found after the
award of Contract, the Contract may be terminated with forfeiture of EMD, PG
and SD (if any). The Contractor will also be disqualified for future tenders of
IRCON for a period of 2 years.
-------xx----
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
24
Annexure -‘I’
(Ref. Clause 23 of Instructions to Tenderers)
ASSESSMENT OF PERFORMANCE OF WORKING SUBCONTRACTOR
Sl. No. Description Weightage Remarks
Assigned Obtained
1 Resource Management/ Financial Status
1.1 Timely mobilization of manpower, as per the requirement of work and/or as suggested by Engineer in writing
5
1.2 Timely mobilization of machinery, as per the requirement of work and/or as suggested by Engineer in writing
5
2 Physical Progress /Project Execution Capability 75
2.1 Target Vs Achieved review of the progress and adherence to milestones of the work as per above submitted & approved programme (may be judged as below, to be modified depending on availability of front/site or as indicated in Contract)
a At 33% time: >15%
b At 50% time: >30%
c At 100% time: >60%
d At 175% time: >98%
3 Quality Assurance Capability
3.1 Documentation of procedures, work instructions, check list and adherence to the requirements of ISO 9001:2008
4
3.2 Rectification of defects/non-conformity to quality standards within 30 days: (Nos. mentioned in writing/Rectified within 30 days of writing)
4
3.3 Implementation of corrective and preventive measures to control non-conformities/ rejections
2
4 Claims and Disputes
4.1 Raising unnecessary claims and litigation
5
TOTAL: 100
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
25
Annexure-‘II’ (Ref. Clause 23 of Instructions to Tenderers at Page 19).
ASSESSMENT OF PERFORMANCE OF WORKING CONSULTANT S.
No. Description Weightage Remarks
Assigned Obtained
1. Resource Management 15
1.1. Mobilisation time 5 Shall be immediate as per the submission.
1.2. Deputation of qualified team leader. - overall co-ordination.
5 Person so nominated at the time of submission shall not be changed.
1.3. Deputation of experienced staff for specific job / trade
5 Persons identified at the time of submission may not be changed.
2. Quality Assurance 20
2.1. Methodology of submission of drawing
5 There has to be a document stating the methodology of forwarding the drawing.
2.2. Methodology to ensure that integrated drawings are issued and not in isolation.
5 Working on the same platform and on the same corrected drawing.
2.3. Formats for delivery stages of project
5 So as to segregate the drawings for info, tender and working drawings.
2.4. Quality of submission – adequate detailing
5 Is there in house cross checking facility
3 Physical Progress 65
3.1. Submission of detailed schedule of delivery with number of drawings to be submitted
5 This needs to be tweaked with construction programme.
3.2. Adherence to Milestones for various submissions
10 Important to ensure smooth working
3.3 Capability of change management and incorporation of changes
10
3.4 Timely response to the queries Important for execution and is measure of seriousness about the project.
a. During design stage 5
b. During execution stage 5
3.5. Quality and detailing of Report 20 Speaks about the effort and sincerity
3.6 Timely submission of the reports / details / calculations etc.
10 Mandatory for timely execution of the project.
TOTAL 100
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
26
Annexure-'III' (Ref. Clause 25.of Instructions to tenderers and A.5 of Essential Qualifying Criteria)
FORMAT
AFFIDAVIT*
1. I/we, the undersigned, do hereby certify that all the statements made in the enclosed attachments are true and correct.
2. The undersigned also hereby certifies that
i) Neither our firm M/s _____________________ have abandoned any work awarded to us by any Authority / Department of Government of India or CPSU or any multi-laterally funded project work nor any contract awarded to us for such works have been rescinded, during the last 2 years prior to the date of this bid.
Or
The details of contracts awarded to us by the Authorities / Departments of Government of India, CPSUs and the multi-laterally funded projects which have been abandoned / rescinded during the last 2 years prior to the date of this bid and the reasons there for are enclosed**.
ii) We have not been declared a non-performer by any Authority / Department of Government of India or a CPSU or a multi-laterally funded agency during the last 2 years prior to the date of this bid.
iii) We are not debarred for any contract work by any Authority / Department of Government of India or CPSU or a multi-laterally funded agency.
Or
We were debarred for contract work by __________ for a period of _____ and the debarred period is already over.***
3. We have no objection to IRCON requesting to any bank, person, firm or body and any such agency furnishing pertinent information as deemed necessary or to verify this statement or regarding our competence and general reputation.
4. We understand that further qualifying information may be requested by Ircon and we agree to furnish any such information at the request of IRCON within the prescribed time.
5. We bind ourselves with all the stipulations of the Bidding Document including period of completion, provision of adequate equipment, personnel and other resources required for completion within the stipulated completion period and
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
27
agree to augment any resources, if found necessary for timely completion of the project, as desired by the Ircon.
6. We have read and understood all the provisions included in the bid documents and abide by them.
7. The information furnished by us is correct and we understand the consequences in case any of the information furnished is not found to be true.
(Signed by the Authorized Representative of the Firm)
Name of the Authorized Representative.
Name of the Firm.
Dated:
---------------------------------------------------------
* To be executed on a non-judicial stamp paper of Rs.100/-.
** If no details are attached, it will be presumed that there is no rescission of any contract in the relevant two years. A willful suppression of information may result in termination of Contract and debarring for two years.
*** Disputes pending with courts may be listed along with their status.
All reference dates are to be reckoned from the date of opening of tender.
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
28
ANNEXURE - IV A. Essential Qualifying Criteria 1. The contractor should possess the experience of having successfully completed
similar works during the last five (5) years (ending last day of the month previous to the one in which tenders are invited) which should be any one of the following:-
i) One similar work of length not less than 30 km including one loading yard
handling minimum 4 rakes per day as a part of the same work or as a separate work.
ii) Two similar works of length not less than 20 km each including one loading yard handling minimum 4 rakes per day as a part of the one of the works work or as a separate work.
. Notes :
Works are considered similar if the work consists of preparation of DPR including selection of alignment based on digital elevation model using Mx rail or AutoCAD civil 3D soft ware for construction of new BG electrified railway track.
2. The average annual financial turnover during the last 3-years should be at least
150% of the estimated cost. Notes :
The financial turnover shall be judged from ITCC or Annual Reports including Profit and Loss Account.
3. The Contractor should have positive networth. This will be judged from the audited Balance Sheet of the last financial year ending on a date not prior to 18 months from the date of submission of the tender.
4. The contractor should submit performance certificates in reference to S.No.1
(minimum, 2 nos. or 1 no. as the case may be) above issued by Government Organizations / Semi Government Organizations/ Public Sector Undertakings/ Autonomous bodies/ Municipal bodies/ Public Limited Company listed on BSE/NSE for having successfully completed similar works in the last five (5) years. Certificates issued by such Public Limited Company must be supported by Tax Deducted at Source (TDS) Certificates in evidence of the value of work and the bidder shall also submit documentary proof that such public limited company was listed on BSE/NSE when the work was executed.
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
29
5. The Contractor shall sign the Affidavit as enclosed in Annexure-'III' of
“Instructions to Bidders” on a non-judicial stamp paper of रु.100/-.
B. Other Qualifying Criteria
(a) GENERAL
As per prevailing laws/rules at the site/place of work
Sl. No.
Description Maximum
Marks
1
Registration of Company, Partnership Deed (in case of a partnership company), Article of Association, Registration under Labour Laws, registration under Sales Tax Act
5
2 Availability of IS/ISO-9001-2008 certification 5
3 Availability of Banker’s certificate 5
Total 15
The marks awarded above will either be 100% in case of availability of relevant documents or zero in case the documents are not available. Total marks scored above will general score (SG)
(b) TECHNICAL
Sl. No.
Personnel Qualification Minimum Numbers Required
Total Experience for each person (in
years)
Maximum marks
1 Team Leader B. Tech. 1 20
10
2 Chief Survey
Engineer B. Tech. 1 15
10
3 Survey Engineer B. Tech. 2 5 10
4 Alignment Expert B. Tech. 1 10
10
5 Bentley Rail Track and
AutoCAD expert B. Tech. 1 5 10
Total 6 50
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
30
Sl. No.
Description Maximum
Marks
1 Availability of skilled and trained manpower, relevant to the work as per QCF 1
50
2 Availability of equipment, tools, instruments relevant to the work as per QCF 2
35
Total 85
QCF 1: Availability of skilled and trained manpower, relevant to the work
NOTE:
1. The agency should submit CVs duly signed by candidate and employer for the
post deployed on the project.
2. Marks shall be awarded on pro rata basis. If the candidate has years of experience
equal to or more than the required year of experience, he will be awarded 100%
marks. If he has the experience less than the required years of experience,
reduced marks will be awarded on pro rata basis.
3. Discretion of IRCON in evaluating the experts can not be challenged.
QCF 2: Availability of equipment, tools, instruments relevant to the work
Bidders must submit ownership proof of their equipments. If they don’t own any of the equipment and intend to hire the same, proper documents shall be submitted which guarantee the availability of the equipment at engineer’s disposal at site during the contract period.
S. No.
Description
Capacity Numbers required
Maximum marks
1 Total Station 1 sec accuracy-
2 10
2 DGPS (WAAS enabled) Latest Model 1 5
3 Bentley rail Track Latest Model
1 5
4 Satellite Image Processing Soft ware (IREDAS Imaging, Arc Info etc.)
Latest Model 1 5
5 AutoCAD Civil 3D Latest Model 1 5
6 Plotter (Office equipment) Latest Model 1 5
Total 35
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
31
Total of marks scored in QCF 1 and QCF 2 will be Technical score of the bid (ST). Short listing of bids
The bidder should qualify in all items of “Essential Qualifying Criteria” and should obtain minimum 75 marks out of the 100 of “Other Qualifying Criteria” , as per above three tables (To be filled by bidder) to get shortlisted/qualified in general
& technical qualification. Bidders may please note that their offers will be evaluated as per the credentials/documents attached by the bidder(s) along with the bid. Of the applicants not more than five shall be pre-qualified and short-listed for the financial evaluation in the second stage. However, if the number of such pre-qualified bidders is less than two, IRCON may, in its sole discretion, pre qualify the highest scoring bidders from those, whose technical score is less than 75 marks, provided that in such an event, the total number of prequalified and shortlisted bidders shall not exceed two.
(c) FINANCIAL 1. The financial proposal of those bidders who could not qualify in general &
technical qualification, shall be returned un-opened to the bidders. 2. In the second stage, financial evaluation of the bid will be carried out. For this
purpose, the total cost indicated in the Financial Proposal (Quoted Price in BOQ) will be taken inclusive of Service Tax etc.
3. IRCON INTERNATIONAL LIMITED will determine whether the Financial
Proposals are complete, unqualified and unconditional. The cost indicated in the financial proposal shall be deemed as final reflecting the total of services.
4. The successful bidder will be the one having lowest financial proposal (FM) and
satisfying the above criteria.
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
32
ANNEXURE – V
(Ref. Clause 10.0 of e-procurement notice, sub-clause C 6.3 of ITT, Sub-clause D.11.1 of ITT and Sub-clause D.14.1 of ITT)
CHECK LIST FOR LIST OF DOCUMENTS duly page numbered, signed, stamped by authorised signatory of the bidder to be scanned, uploaded (in PDF/JPG Format such that file size is not more than 5 MB) with the tender and submit in physical form at the address specified in the “e-procurement Notice” not later than the prescribed date and time for e-bid submission: 1. Forwarding letter of the Bidder.
2. Form of Bid.
3. Details of similar works completed in last 5 years (Fornat-1)
4. Annual Turnover for the last three years with supporting documents (Format - 2).
5. Programme for deployment of key personnel (Format - 3).
6. Programme for deployment of Plant and Machinery on the project (Format-4)
7. Attested copies of the constitution of its firm such as Partnership deed (in case
of partnership company), Memorandum of Articles of Association, etc..
8. Sales Tax/Works Contract Tax Registration Certificate, Service Tax -Registration
Certificate (as applicable).
9. ISO 9001-2008 certificate, if any.
10. Banker’s Solvency Certificate.
11. Schedule of start and completion of work in the form of Bar Chart.
12. Methodology for execution of works.
13. Programme for Quality assurance during execution of work
14. Month wise Cash flow requirements.
15. Proof of transaction towards payment of Earnest Money through NEFT or RTGS
and copy of Earnest Money Deposit of requisite amount in the prescribed form.
16. Original Power of Attorney duly attested by Notary Public of the in favour of the
person signing the tender e-bidding documents digitally as well as manually or
photocopy duly attested by Notary Public.
17. Banker’s Details (Name of the Bank and Branch), along with bidders own bank
details (Account no., Name of Account holder, NEFT/RTGS details)
18. Affidavit (as per format given in annexure-III)
19. Original EMD in prescribed form.
20. Any other details sought through ITB.
Note: Hard copy of Financial Bid must not be submitted along with any document. This
will make the bid invalid.
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
33
FORMAT-1 (Ref. Sr. No. 3 of Annexure-V to Instruction to tenderers)
DETAILS OF SIMILAR WORKS COMPLETED IN LAST FIVE YEARS
S. No.
Description of the Work
Name and address
of the Employer
Contract No. and
date
Date of
award of
work
Stipulated date of
completion
Date of actual
completion
Value of completed
work (In
Lacs of रु.)
Reasons for
delays, if any
Penalty ,if any,
imposed for delay
Any other relevant
information
Remarks
1
2
3
4
5
6
Note :
1. Please attach copies of the certificates issued by the Client.
2. Only those works shall be considered for evaluation for which copies of the certificates issued by the client are attached.
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
34
FORMAT-2 (Ref. Sr. No. 4 of Annexure-V to Instruction to tenderers)
ANNUAL TURNOVERS FOR THE LAST THREE YEARS
S. No.
YEAR Turnover from Civil Engineering works
(In lacs of रु.)
Turnover from all sources
(In lacs of रु.)
Remarks
1
2
3
Note :
1. Please attach certified/attested copies of the latest ITCC and/or Profit and Loss Account statement to support the information
furnished.
2. Certified copy of Chartered Accountant showing turn-over of
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
35
FORMAT-3 (QCF-1) (Ref. Sr. No. 5 of Annexure-V to Instruction to tenderers and QCF-1 of ITT)
PROGRAMME FOR DEPLOYMENT OF MAN POWER ALONGWITH COMPLETE ORGANISATION CHART AND BIO-DATA OF
KEY PERSONNELS.
S. No.
Name Qualification Designation Total Experience (in years)
Programme for Deployment
1
2
3
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
36
FORMAT-4(QCF-2) (Ref. Sr. No. 6 of Annexure-V to Instruction to tenderers and QCF-2 of ITT)
PROGRAMME FOR DEPLOYMENT OF PLANT AND MACHINERY PROPOSED TO BE PROCURED/HIRED ON THE PROJECT.
S. No.
Description Make Model & Year of
manufacture
Capacity Condition Nos. proposed to be deployed
Programme of Deployment
Remarks
1
2
3
4
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
37
SECTION – IV
Appendix to Bid
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
38
APPENDIX TO BID
DESCRIPTION Reference Clause Providing consultancy services for feasibility study and preparation of Detailed Project Report (DPR) including traffic study, land acquisition works and estimating various items in connection with construction of new coal sidings with total approximate length of 50 km and five loading yards for 3 MT to 15 MT of coal per annum in Raigarh district in the state of Chhattisgarh in the jurisdiction of SEC Railway.
1.1 of Instructions to Bidders
Client:- Chhattisgarh East Railway Limited, Mahadev Ghat Road, Raipura Chowk, Raipur, Chhattisgarh
1.3(a) of Instructions to Bidders
Employer:-
IRCON INTERNATIONAL LIMITED C-4, District Centre, Saket, New Delhi-110 017.
1.3(b) of Instructions to Bidders
Scope of Work:- Scope of work consists of as per Terms of Reference (TOR/Technical Specifications)
1.5 of Instructions to Bidders
Approximate Estimated Cost of the Work:- Rs.148.77 lakhs
1.6 of Instructions to Bidders
Amount of Earnest Money and in case EMD is submitted in the form of Pay Order/Demand Draft, the same shall be payable at:- Rs. 2.50 lakh
9.1 of Instructions to Bidders
Period of Validity of Bid:-
90 days.
10.1 of Instructions to Bidders
Period of Completion:-
Six months.
8.0 of Special Conditions
of Contract
Defect Liability Period:- Six Months
9.0 of Special Conditions
of Contract
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
39
SECTION - V
Special Conditions of Contract
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
40
1..0 ORDER OF PRIORITY OF CONTRACT DOCUMENTS:
Where there is any conflict between the various documents in the contract, the following order of priority shall be followed i.e. a document appearing earlier shall override the document appearing subsequently:
1) Agreement
2) Letter of Acceptance
3) Notice Inviting Bid
4) Instructions to the Bidders
5) Appendix to Bid
6) Form of Bid
7) Special Conditions of the Contract
8) General Conditions of Contract
9) Terms of Reference (TOR)/ Technical Specifications
11) Relevant codes and Standards
13) Bill of Quantities (BOQ)
2.0 MOBILISATION ADVANCE: No mobilization advance shall be paid to contractor.
3.0 SUPPLY OF MATERIALS (Ref.: G.C.C. Clause ‘34.0’ and ‘56.0’)
3.1 Contractor shall make his own arrangements at his cost for all materials required
for execution, completion and maintenance of all items of work included in his scope of work to the complete satisfaction of the Engineer. Engineer shall not supply any materials nor shall assist for procurement of any materials required for execution, completion and maintenance of works.
4.0 SUPPLY OF PLANT AND MACHINERY BY EMPLOYER/ENGINEER (Ref.: G.C.C. Clause ‘35.0’ and ’56.0’)
4.1 Contractor shall make his own arrangements at his cost for all Plant and Machinery required for execution, completion and maintenance of all items of work included in his scope of work to the complete satisfaction of the Engineer. Engineer shall neither supply any Plant and Machinery nor assist for procurement of any Plant and Machinery required for execution, completion and maintenance of works.
5.0 LABORATORY AND TESING FACILITIES OF SAMPLES
The laboratory tests on samples shall be done through national reputed agency approved by IRCON.
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
41
The Contractor shall have to arrange for all field / lab tests at his own cost for carrying out all the tests required, as per Specifications or as stated elsewhere in the contract, including supply of laboratory equipment and also provision of adequate number of qualified personnel, erection, maintenance and running of laboratory including all consumable like chemicals and reagents.
6.0 SALES TAX ON WORKS CONTRACT (Ref.: G.C.C. Clause ‘56.0’,’57.0’, ‘62.0’ and ’64.0’)
6.1 The Contractor shall get registered with the concerned Sales Tax Department of the relevant state(s) of the project and submit a copy of the same to the Employer/Engineer. He shall be responsible for filing sales tax returns and assessments, as necessary as per prevalent Laws, Rules and Regulations and shall also furnish necessary certificates to Employer/Engineer from time to time.
6.2 Employer/Engineer intends to register with the Sales Tax Department under the Composition Scheme and shall be responsible for depositing of Sales Tax on works contract leviable on this project. The Contractors need not consider Sales Tax liability on works Contract while quoting their rates. The Contractor may arrange necessary TDS exemption certificate from Sales tax/Commercial tax/Trade tax authorities for exemption from deduction of tax at source. Till the TDS exemption certificate is submitted by the Contractor, the Engineer will continue to deduct the Sales tax at source from the payments due to the Contractor and deposit the same with Sales Tax Department. If requested, the Employer/Engineer shall issue necessary certificate in this regard.
6.3 Wherever certain exemptions/benefits are available on custom duty, excise duty, service tax, Sales tax, works contract tax etc., the Contractor shall consider the same while quoting his rates. For instance, materials/ Plant and Machinery etc. used for execution of the projects financed by International organizations enjoy exemption from custom duty and/or excise duty on fulfilling the conditions as per Govt. notifications. Similarly the Contractor shall ensure that whenever any benefits are available under Sales tax/Works contract tax, Service tax, these shall be considered while quoting the rates.
7.0 PRICE ADJUSTMENT (Ref.: G.C.C. Clause ‘57.0’)
7.1 No price adjustment shall be applicable in this tender during the work period till completion of the works.
8.0 COMPLETION PERIOD The work is required to be completed within a period as specified in the Appendix to Bid from the date of issue of letter of acceptance. The work shall be completed in phased manner if specified in the Appendix to Bid.
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
42
The work has to be executed in co-ordination with other agencies working on or near the project.
In case of any delay in the completion period, the extension of the same shall be dealt as per the clause 49.0 of General Conditions of the contract.
9.0 Defect Liability Period Defect Liability Period has been specified in the Appendix to Bid. 10.0 Insurance (Ref.: G.C.C. Clause ‘9.0’): Clause 9.0 of GCC may be referred. 11.0 Performance Security:
Relevant clauses (clause 8.0) of General Conditions of Contract are applicable regarding retention money.
12.0 RETENTION MONEY:
Relevant clauses (clause 8.0) of General Conditions of Contract are applicable regarding retention money.
13.0 COMPLETION PERIOD, WORK PROGRAMME SUBMISSION AND COMMENCEMENT OF WORK AND DELAY & EXTENSION OF CONTRACT
13.1 The work is required to be completed within a continuous period of six months including monsoon period from the date of issue of letter of acceptance.
13.2 Within 7(Seven) days of the issue of Letter of Award and before the work is commenced; the contractor shall have to submit a detailed programme for each major element of the work, using the modern networking techniques for Project monitoring, for approval of the Engineer. The construction programme will show the general methods, arrangements, order and timing for all the significant activities in the works identifying the critical path for the work clearly.
13.3 The agreement or the approval of the programme by the Engineer shall not relieve the contractor of any of his responsibilities to complete the whole works by the prescribed time.
13.4 The Contractor shall submit to the Engineer, for approval, an updated Program, whenever the Engineer may so direct, to take account of the actual progress of the Contract Works so as to achieve completion either before the due date for completion or by the due date for completion or as soon as practicable thereafter. The Engineer may further require the Contractor to indicate the means by which the programmed progress will be achieved. If the Contractor does not submit an
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
43
updated Programme within a reasonable period as indicated by the Engineer, the Engineer may withhold the payment of next on account bill until the overdue Programme has been submitted.
13.5 In case of any delay in the completion period, the extension of the same shall be dealt as per clause 49 of General conditions of contract (GCC).
14.0 ACHIEVEMENT OF MILESTONE PROGRESS
14.1 In order to ensure progress during execution of the work, the contractor will be expected to achieve the following milestone targets ahead of dates mentioned against each. Failure to accomplish milestone targets within allocated time frame, save for reasons accepted as valid by the Engineer-in-charge, shall create and constitute ground for failure on the part of contractor for maintaining progress of the work as per agreed programme sufficient enough to recover liquidated damage @ Rs 20,000/- per day after the due date of each mile stone, limited to amount as per GCC.
Mile stone targets
Description of mile stone to achieve Time frame to achieve Mile stone
Milestone 1 Drawing of alignment and yards on topo-sheet for approval and survey of approved alignment and yards and submission of draft feasibility report for approval of Railway / SECL
D1 = D+50 days
Milestone 2 Submission of final feasibility report after incorporation of comments / remarks from the Railway / SECL (Clause 5 – Vol I of TOR)
D2 = D1+30 days
Milestone 3 Final location survey and centre line pegging along with marking of rail corridor for land acquisition on Mouza map along with land requirement and land acquisition schedule, topographic survey and alignment design report
D3 = D1+60 days
Milestone 4 Details & design of bridges, GADs, curves, followed by geo-technical investigation and submission of draft DPR
D4 = D1 + 100 days
Milestone 5 Submission of final DPR incorporating the comments of Railway / SECL ( Clause 5 – all parts of Vol II of TOR)
D5 = D4+30 days
Note: 1) ‘D’ is the date of issue of Letter of Award by IRCON to the contractor.
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
44
2) The liquidity damages recovered under clause 14.0 and clause 49.6
of GCC together would be limited to 10% of the contract value of the work.
15.0 VITIATION OF CONTRACT
The contract shall not be vitiated by any inadvertent error of any kind in the surveys, information, specification drawing or schedule of quantities. The aspect of vitiation of contract with respect to variation in quantities should be checked and avoided. However, during execution of work if variation of quantities against item of work become inevitable and such variation causes vitiation of the contract, the amount of vitiation will be deducted from the contractor’s bill.
16.0 Implementation of Quality, Safety, Health and Environment management
system (ref. clause 44 of GCC) In reference to clause 44 of GCC, specification of Safety, health and Environment specification has been attached, which shall be followed by the contract, during execution of work.
--------xxx------
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
45
ANNEXURE - VI
BANK GUARANTEE FOR ADVANCE PAYMENT
To IRCON INTERNATIONAL LIMITED, Name & Address of Project. [Acting through ______________________(Project Incharge) & Address of the Project] _________________________________________ [name of Contract] Gentlemen: In accordance with the provisions of the Conditions of contract, Sub-Clause ____
(“Advance Payment”) of the above-mentioned contract,
____________________________________________________ [name and address of
the Contractor] (hereinafter called “the Contractor”) shall deposit with
____________________ [name of Employer] a bank guarantee to guarantee his proper
and faithful performance under the said Clause of the Contract in an amount of
____________ [amount of Guarantee], ________________________ [amount in
words].
We, the ____________________ [name of bank], as instructed by the Contractor,
agree unconditionally and irrevocably to guarantee as primary obligator and not as
Surety merely, the payment to IRCON INTERNATIONAL LIMITED on their first demand
without whatsoever right of objection on our part and without his first claim to the
Contractor, in the amount not exceeding ______________ [amount of Guarantee],
______________________________ [amount in words].
We further agree that no change or addition to or other modification of the terms of the
Contract or of Works to be performed there under or of any of the Contract documents
which may be made between IRCON INTERNATIONAL LIMITED and the Contractor,
shall in any way release us from any liability under this guarantee, and we hereby waive
notice of any such change, addition, or modification.
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
46
This guarantee shall remain valid and in full effect from the date of the advance
payment under the Contract upto ______ (until IRCON INTERNATIONAL LIMITED
receives/recovers full repayment of advance along with interest accrued thereon from
the Contractor).
Yours truly,
SIGNATURE AND SEAL OF THE GUARANTOR
Name of Bank:
Address:
Date:
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
47
ANNEXURE - VII
(to be executed on a non-judicial stamp paper of रु.100/- only)
BANK GUARANTEE FOR EARNEST MONEY DEPOSIT
(Tender Notice No. and date)
Ref: (Bank Guarantee No. and Date) To IRCON INTERNATIONAL LIMITED, [Acting through ____________________(Tender Inviting Authority) & Address] WHEREAS,_________________________________ [name of Bidder] (hereinafter called “the Bidder”) intends to submit his bid dated ________ (date) for_____[name of work] (hereinafter called “the Bid”).
1. KNOW ALL PEOPLE by these presents that We _________________ [name of bank] of _____________(name of country) having our registered office at ____________(hereinafter called “the Bank”) are bound unto IRCON INTERNATIONAL LIMITED (hereinafter called “the Employer”) in the sum of
रु._________* [amount of Guarantee],________ [amount in words] for which
payment well and truly to be made to IRCON INTERNATIONAL LIMITED. The Bank binds itself, its successors and assigns by these presents with the Common Seal of the Bank this _______ day of _____ 20__ and undertake to pay to the Employer up to the above amount upon receipt of their first written demand, without IRCON INTERNATIONAL LIMITED having to substantiate their demand.
The CONDITIONS of this obligation are : (i) If the bidder withdraws his tender during the period of tender validity specified in
the bid or extended validity period as agreed to in writing by the bidder; or (ii) If the successful tenderer having been notified of the acceptance of his tender by
IRCON INTERNATIONAL LIMETED during the period of Bid validity: (a) fails to sign the Contract Agreement in accordance with the terms of the
bid; or (b) fails to furnish the Performance Guarantee in accordance with the terms of
the bid; or
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
48
(c) fails to commence the work within the time period stipulated in the tender. 2. We, the ____________________ [name of bank], and our local branch at New
Delhi (Indicate detail address of local New Delhi branch with Code No.), undertake to pay to IRCON INTERNATIONAL LIMITED up to the above amount upon receipt of their first written demand, without IRCON INTERNATIONAL LIMITED having to substantiate their demand, PROVIDED THAT in their demand IRCON INTERNATIONAL LIMITED will note that the amount claimed by them is due to them owing to the occurrence of one or any of the above conditions, specifying the occurred condition or conditions.
3. This guarantee will remain valid and in full effect upto and including the date
____________ **. Any demand in respect of this Guarantee should reach the Bank not later than the above date.
4. We, the ____________ Bank further agree that this guarantee shall be
invokable at our place of business at New Delhi (Indicate detail address of local New Delhi branch with Code No.)***. The branch at New Delhi is being advised accordingly.
DATE_______________ SIGNATURE OF THE BANK ____________________ SEAL ________________________ WITNESS _____________ [Signature, name and address] ______________________________________________________________ *. The Bank should insert the amount of the guarantee in words and figures
denominated in Indian Rupees. This figure should be the same as mentioned in the Tender Notice named on top.
**. Date to be filled in keeping a margin of minimum 180 days after the last date for
submission of Bids as stated in the “Notice Inviting Tenders” or as executed by IRCON INTERNATIONAL LIMITED (through corrigenda).
***. The Bank should indicate detailed address of New Delhi branch along with its
Code No.
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
49
ANNEXURE -V III
List of Cities from where Bank Guarantees from Scheduled Bank Branches will be recognized by IRCON INTERNATIONAL LIMLTED
a. All State Capitals in India b. Other cities including Capital cities as listed below:
S.N. Cities S.N. Cities S.N. Cities
1 Agra 26 Ghaziabad 51 Mangalore
2 Ahmadabad 27 Gorakhpur 52 Meerut
3 Aligarh 28 Greater Mumbai
53 Moradabad
4 Allahabad 29 Guntur 54 Mysore
5 Amravati 30 Guwahati 55 Nagpur
6 Amritsar 31 Gwalior 56 Nashik
7 Asansol 32 Hubli-Dharwad 57 Patna
8 Aurangabad (M.S.) 33 Hyderabad 58 Pondicherry
9 Bareilly 34 Indore 59 Pune
10 Belgaum 35 Jabalpur 60 Raipur
11 Bengaluru 36 Jaipur 61 Rajkot
12 Bhavnagar 37 Jalandhar 62 Ranchi
13 Bhiwandi 38 Jammu 63 Salem
14 Bhopal 39 Jamnagar 64 Solapur
15 Bhubaneshwar 40 Jamshedpur 65 Srinagar
16 Bikaner 41 Jodhpur 66 Surat
17 Chandigarh 42 Kanpur 67 Thiruvananthapuram
18 Chennai 43 Kochi 68 Tiruchirappalli
19 Coimbatore 44 Kolhapur 69 Tirrupur
20 Cuttak 45 Kolkata 70 Vadodara
21 Dehradun 46 Kota 71 Varanasi
22 Delhi, NOIDA, Gurgaon 47 Kozhikode 72 Vijayawada
23 Dhanbad 48 Lucknow 73 Visakhapatnam
24 Durg – Bhilainagar 49 Ludhiana 74 Warangal
25 Faridabad 50 Madurai
Note: The Bank Guarantee must be made invokable at any branch in Delhi/NCR/ Project HQ branch of the issuing bank.
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
50
SECTION -VI
TERMS OF REFERENCE (TOR)/
(TECHNICAL SPECIFICATIONS)
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
51
TERMS OF REFERENCE (TOR) (TECHNICAL SPECIFICATIONS)
1. GENERAL
IRCON International Limited (IRCON), intends to appoint the consultant for “Providing consultancy services for feasibility study and preparation of Detailed Project Report (DPR) including traffic study, land acquisition works and estimating various items in connection with construction of new coal sidings with total approximate length of 50 km and five loading yards for 3 MT to 15 MT of coal per annum in Raigarh district in the state of Chhattisgarh in the jurisdiction of SEC Railway.
IRCON will be the employer and firm will be executing agency for the works. The standards of output required from the appointed agency/firm are to be of the international level both in terms of quality and adherence to the agreed time schedule.
The broad scope of the present study has been identified as follows:
2.0 PURPOSE AND AREA OF STUDY
The purpose of this study is to assess the probable alignment of coal sidings taking off from the new East Corridor Railway line (which is under construction) to cater for the coal mines near Chhal, Korichchhapur and the entire mines area situated in north-west of Dharamjaigarh station. The study will also cover the proposed stations and their locations with their connectivity to East Corridor Railway line, coal loading points and the loading yard plans depending on the traffic projection. Given length of 50 Km is approximate that includes yards/ stations and may vary and shall be under the scope of this contract. A separate design of coal loading yards at five locations to cater for 3 MT to 15 MT of coal per annum is also included in scope of the present work.
3.0 SCOPE OF SERVICES
3.1 Feasibility Study
(i) To conduct study on location of mines in the feeder area near Chhal,
Korichhapuram and north-west of Dharamjaigarh of east corridor line basing on CMPDI maps and identify allotted Coal Blocks to prospective owners and unallocated coal blocks which has potential for exploring and conduct feasibility study for connectivity to East corridor line along with the traffic projection.
(ii) To study the project vicinity and identification of possible Rail route alignment / alternative alignment and location of five yards based on the available topo-sheet.
(iii) To conduct foot by foot reconnaissance survey with hand held GPS along the
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
52
proposed alignments, duly checking various geographical features, site constraints such as existing hilly area, existing roads, power lines etc. and to assess modification to the proposed alignment as per site conditions.
(iv) To study the traffic projection and to prepare conceptual plan and drawing for the proposed traffic up to the plant entry point.
(v) To prepare plan for siding takeoff point, the junction arrangement and the connectivity line duly accounting for the site constraints and to check the technical feasibility of the alignment and the five loading yards.
(vi) To study the proposed serving stations, identification of locations for bridges, cross-drainage structures, level crossings / ROB / RUB and marking of high tension/low tension wire and road / NH / SH crossing etc.
(vii) To collect GPS coordinates along the proposed / possible alignments and spot levels to establish X, Y, Z co-ordinates along alignment and taking coordinates of stations, yard, as may be required.
(viii) To prepare index plan and index section at 500 m interval based on contour level correlated with site observations.
(ix) To prepare abstract cost estimates for Earth work, Bridges, Track & signaling and other miscellaneous Civil works.
(x) To prepare draft feasibility report and submit to IRCON for approval.
(xi) To make presentations, concept drawings etc., for discussions with SEC Railway and SECL whenever required to maximum 3 times during period of study.
(xii) On receipt of approval from IRCON and discussions with railways / SECL, to submit the Final Feasibility Report to Railways / SECL for their ‘in-principle’ acceptance.
(xiii) To obtain approval of Feasibility Report from railway authorities.
(xiv) To assist for obtaining approval of RTC by Railway Board (If required)
3.2 Detailed Project Report
On obtaining in principle approval from Railway / SECL, final location survey shall be carried out for the approved alignment and the five yards.
i) To check / review alignments finalized at FSR. ii) To carry out Final Location survey of the approved alignment and the yards and
detailed design of the alignment & connectivity.
iii) To fix the proposed alignment and the yards by Total Station Survey as per Indian Railway stipulation.
iv) To take detailed longitudinal and transverse levels along the alignment and the
yards.
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
53
v) To fix bench marks at 500 m intervals along the line and in the yards to facilitate checks during construction work.
vi) Centre line pegging along with marking rail corridor for land acquisition on Mouza
map, with details of land ownership (forest, revenue or private), khasra details, liaison and collection of signed documents from revenue and forest and other concerned departments, preparation of rehabilitation and resettlement plan, preparation of land acquisition documents as per the relevant Land Acquisition Acts.
vii) To fix permanent reference points along alignment and the yards.
viii) To survey water courses for computation of flood discharge including fixing exact
location of bridges on the alignment for proper drainage.
ix) To carry out geo-technical investigations adequate for tender drawings of all major and minor bridges, station and other buildings, borrow areas for earth-fill etc.
x) To prepare Engineering Scale Plans and sections for the project (as per Indian
Railway code), as may be required in the draft DPR. a) Index map
b) Index section and plan
c) Detailed plans and sections
d) Plan for junction arrangements
xi) To prepare Detailed Project Report along with detailed estimates, drawings of Civil
work as applicable, and covering various railway related requirements of the siding, GADs & construction drawings, bill of quantities, rate analysis, signaling arrangements, electrification of yards, station and other buildings.
xii) To assist for obtaining approval of DPR by railway authorities.
4.0 Other Supports
i) IRCON shall provide necessary support for obtaining Forest Maps & Other
maps as required for superimposition of the alignment if required.
ii) Documentation required i.e. S&T Schematic Plan, Estimate & Report in
line with scope of services as mentioned above shall be arranged by
IRCON.
5.0 DELIVERABLES
The following reports will be delivered covering the milestones activities as shown in
SCC Clause 14.1:
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
54
Volume – I Feasibility Report (Draft followed by Final): This report will include all the information collected based on the studies under clause 3.1 as mentioned above including the alignment shown on topo-sheet, geographical features and site constraints along the alignment, traffic survey report, conceptual plan and drawings upto plant entry point, locations of proposed track features like take-off points, stations, bridges, level crossings, ROB/RUB, cross-drainage structures, power line crossings, index plans and abstract cost estimate of the project.
Volume – II Land acquisition: This part will give the details of land to be acquired
along with strip plans showing the rail corridor and encumbrances on certified Mauza maps and all necessary documents (Form 10 etc.) duly certified by the concerned department for verification as per the relevant land acquisition Act. This part will also have the rehabilitation & resettlement plan.
Volume – III Part 1 Detailed Design Report: This part will consist of alignment design
details, L-section and plan, geo-technical investigation report, details & design of bridges, ROBs / RUBs, GADs, curves, gradients, yard plans, Index plans, embankment / cutting slope design etc. supported by computer printout of calculations wherever applicable. The Report shall clearly bring out the various features of design standards adopted for the study. This part will also include details of quantities and bill of quantities for execution.
Volume – III Part 2 Rate analysis and cost estimate: This part will present the
analysis of rates for all items of works. The details of unit rate of materials at source, carriage charges, any other applicable charges, labour rates, and machine charges as considered in arriving at unit rates will be included in this volume. This part wil also include detailed estimate indicating the cost of each item of work.
Volume – III Part 3 Drawings: This part will have all drawings forming part of the
Detailed Project Report.
Volume – IV Detailed Project Report: This report will cover all the above said
parts in brief including Executive Summary that will include the project background, social analysis of the project, details of surveys and investigations carried out, final location survey report, analysis and interpretation of survey and investigation data, designs, abstract cost estimate, PAP, traffic survey report, availability of labour & material land acquisition required and its ownership (whether private, forest or revenue) and other features like sanctuary/wild life that may need environmental clearance along the alignment, economic analyses and conclusions brief accounts of the findings of the study and recommendations. This part will also include maps, alignment shown on the topo-sheet, charts and diagrams based on topographic survey showing locations and details of track features like stations, yards, bridges, ROBs/RUBs, level crossings, cross drainage works, their conceptual plan along with junction arrangement and signaling features.
The basic data obtained from the field studies and investigations and input data used for
the preliminary design shall be submitted as an Appendix. All the above said reports will be submitted in four copies each.
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
55
The CDs containing all basic as well as the processed data from all field studies and investigations, reports, appendices, annexures, documents and drawings shall be submitted to Employer at the time of submission of Final report.
6.0 Design Standards/ Technical Specifications:
General These specifications to be followed while designing and execution of works under
the contract or otherwise directed by the Engineer. Codes and Specifications The abbreviations mentioned elsewhere for standard specifications and code of
practices shall be considered to have the following meaning. BIS : Bureau of Indian Standard of the Indian Standards Institution.
IRS : Indian Railway Standard Specifications and Code of Practices.
GCC : General Condition of Contract
IRC : Indian Roads Congress. RDSO : Research, Designs and Standards Organizations (RDSO)
(Ministry of Railways) Reference of standard specification and relevant IS codes
1. The works shall be carried out to the relevant I.S. Codes of practice and other
specifications. Relevant specifications are as follows
2. RDSO’s specifications for earth work in formation vide 2003 July.
3. IS: 10379-1982- Code of practice for field control of moisture and
compaction of soils for Embankment and Subgrade.
4. Specifications for Mechanically produced Blanketing Material for Railway
Formations including Guide lines for laying- Specification No. : GE:IRS-
2(Final) July-2005
5. IS.2720 (Pt. XIV) 1983
6. IS:2720 (Pt. VIII)-1983 and all parts latest revision with upto date
correction slips for IS method on testing of soil
7. IS: 3764-1992 code for safety for excavation work.
8. IS 13416: 1992 Code for preventive measures at work place.
9. I.S. Code of practice for plain and reinforced concrete for general
building construction (IS-456-2000)
10. IRS code of practice for plain concrete construction – 1982.
11. IS 4926(Ready Mixed Concrete)
12. IS:3558-1983 Code for use of vibrator
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
56
13. IS 7861 Part I & II Code for extreme weather concreting
14. IS 12468:1988 Code for general requirement for vibrators for mass
concreting
15. IS 9013 -1978 Code for method for making curing and determining
compressor strength of concrete test.
16. IS:516 - 1959 Code for test of concrete
17. I.S. Code of practice for use of structural steel in general building
construction (IS-800-1984).
18. IS 1786-1985 (grade Fe 415/ Fe 500)
19. I.S. specification for fine and coarse aggregate from natural sources for
concrete IS-383-1970 and IS-515 & 516-1959 latest with upto date correction
slips.
20. IS : 2430:1986 Code for sampling of aggregate for concrete
21. IS:2386-1983 all relevant parts (Code for testing aggregate for concrete.
22. RDSO specification of Track ballast, June 2004
23. Indian railway schedule of dimensions 1676mm (5’6”) gauge 1939
reprinted in 1979.
24. I.S. Specifications for medium quality galvanized mild steel continuous
welded cables conforming to IS-1239-1979.(latest edition)
25. IS:226-1975 specifications for structural steel latest edition.
26. Indian Railways Permanent Way Manual (IRPWM).
27. Indian Railways Track Manual.
28. Indian Railways Engineering Codes.
29. Indian Railways Ultrasonic Testing of Rails and Welds
30. Indian Railways Alumino-thermic welding by SKV process.
31. Indian Railways manual of instructions for fabrication, installation and
maintenance of Glued Insulated Rail joints.
32. Indian Railways Manual for Flash Butt Welding of rails
33. Indian Railways Manual CE-1000 – Guidelines on Handling of Rails-July
2000 –Issued by RDSO.
34. Other approved drawings and latest relevant IS, IRS, IRC, RDSO and ISI
etc. codes of practice required to complete the work.
35. The above list is indicative and the items in the BOQ governed by
standard specification /code are to be executed accordingly.
Wherever a reference is made to any of the standard specifications and code of practice it shall be taken as a reference to the latest versions/revision of the same and shall include all the ERRATA/corrections made in the same from time to time.
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
57
SECTION-VII
CERTIFICATE OF FAMILIARISATION
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
58
CERTIFICATE OF FAMILIARISATION
A. I/We hereby solemnly declare that I/We have visited the site/place of work and have familiarized myself/ourselves of the working conditions therein all respects and in particular, the following:
a) Topography of the Area. b) Soil conditions at the site of work. c) Sources & availability of Construction material. d) Borrow areas of earth. e) Rates for construction materials. f) Availability of local labour, both skilled and unskilled and the prevailing
labour rates. g) Availability of water & electricity. h) The existing roads and access to the site of work. i) Availability of space for putting labour camps. Officers, stores, godown,
sheds engineering yards etc. j) Climatic condition and availability of working days. k) Prevailing all taxes, VAT, duties etc.
B. I/We have kept myself/ourselves fully informed of the provisions of this bid
document comprising Instructions to the Bidders, General Conditions of the Contract, Special Conditions of Contracts and Special Technical Specifications/ Conditions of contract apart from information conveyed to me/us through various other provisions in this bid document.
C. I/We have quoted my / our rates as ‘Percentage above / below / at par “ and
quoted against blank items by rates in figure and words, with total cost as per Schedule of Items Rates and Quantities (BOQ) in Schedule “A to H”, in FINANCIAL BID (volume-II) taking into account all the factors given above.
(Signature of Bidder/s) Date: ________________ Place: ________________
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
59
SECTION-VIII
BILL OF QUANTITIES
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
60
BILL OF QUANTITIES (BOQ)
Name of Work - Providing consultancy services for feasibility study and preparation of Detailed Project Report (DPR) including traffic study, land acquisition works and estimating various items in connection with construction of new coal sidings with total approximate length of 50 km and five loading yards for 3 MT to 15 MT of coal per annum in Raigarh district in the state of Chhattisgarh in the jurisdiction of SEC Railway. No.: IRCON/2059/A/CGRP/e-tender EW4/15/DPR Dt.02/02/2015
Schedule-I (Siding)
Sl. no.
Activity Details of work Unit Qty. Rate (`) Amount (`)
1 Desk Study of alternatives
Desk study of alternative aligments on topo-sheet as per the purpose, area and scope of work defined in TOR in consultation with SECR/SECL/IRCON/ other stake holders - proposal of alignment on topo-sheet Google Earth, KMZ format
km 50 2,730.00 136,500.00
2 Reconnaissance Survey and traffic study (Feasibility Report)
To conduct foot by foot reconnaissance survey with hand held GPS along the proposed alignment, duly collecting various information and to suggest modification to the proposed alignment as per site condition, traffic survey and submssion of draft feasibility report as defined in TOR and then submitting final feasibility report in consultation with SECR/SECL/IRCON/other stake holder
km 50 5,250.00 262,500.00
3 Final Location Survey and plot verification
Fixing of alignment by centre line pegging with RCC pillars (of size 15 cm x 15 cm x 450 cm with 4 nos of 8 mm dia steel & 6 mm plain bar stirrups and M20 grade concrete) @100 m C/C in straight portion, tangent points and apex point of curve including travesing between existing control points, marking of land corridor for land acquisition and facilitate verification of village plots and land schedule on ground etc. by State govt. officials.
Km 50 10,500.00 525,000.00
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
61
4 Topographic Survey and identification of bridges, road crossings, power line and other utilities
Detailed field survey along the final selected route, comparision with other routes as per the available details, establishing horizontal and vertical control points, collecting details of land, PAP, marking of rail corridor, crossings, buildings, hydrological data collection, proposal for bridge openings, road crossings, RUBs and ROBs, etc.along the alignment and submission of draft report.
Km 50 34,965.00 1,748,250.00
5 Preparation of Estimates, L-Section,
Alignment design, preparation of survey report including plans, L-Section @20m interval , estimate, cross sections at every 50m and submssion of draft report
Km 50 13,650.00 682,500.00
6 Land requirement and land acquisition schedules
Preparation of land width plans based on forest, agriculture, rural and urban position and land schedules based on Khasara maps including digitisation of the same.
Km 50 16,800.00 840,000.00
7 Detailed Engineering
Detailed design of bridges including GADs, yards, junction arrangements, service buildings, colony layout, station building/platform including design of structures with drawings, geo-technical investigations etc. as per Railway circulars. (The item includes required field works, liaison with concerned department etc for collection / obtaining signed documents / data in connection with design of structures, preparation and submission of reports etc.)
Km 50 90,914.69 4,545,734.50
Total 8,740,484.50
Add: Service tax @ 12.36% (present rate) 1,080,323.88
Grand Total 9,820,808.38
From the payments under items 3 to 7 an amount of 25% will be retained that will be release after submission of final version of DPR in four copies as defined in TOR along with the CDs
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
62
Schedule-II (Loading yards)
Sl. no.
Activity Details of work Unit Qty. Rate (`) Amount (`)
1 Design of in campus loading yards
Designing in campus loading yards for loading projected traffic of coal at SECL pit heads in the range of 3 to 15MTPA ( 2 rakes to 12 rakes per day) including in- campus in-yard, loading lines and out yard, engine escape lines, etc. with loading arrangements to be suggested including silo loading, mechanical loading from platforms, circulation of vehicles, loading PFs etc., excluding conveyor or silo systems. (stacking area for coal also to be suggested)
A. Preparation of conceptual plan for each location depending on quantum of loading and suggested and agreed method of loading and obtaining Client and SEC Rly's approval through draft Feasibility Report
each 5 100,000.00 500,000.00
B. Finalization of loading yard as per approval of SEC Railway, tracks, PF and structures, Circulation and roads, total space requirement ( within the specified boundaries of SECL) and submission of final feasibility report
each 5 100,000.00 500,000.00
2 Preparation of Estimates, L-Section,
Alignment design, preparation of survey report including plans, L-Section @20m interval , estimate, cross sections at every 50m and submssion of draft report
each 5 200,000.00 1,000,000.00
3 Preparation of DPR
GADs and ESPs of bridges and structures , yards, junction arrangements, service buildings, station building/platform as per Railway circulars and agreed instructions of Clients and Rly., Estimation of the project within SECL campus, analysis of rates and approval of the same from SEC Railway and submission of draft DPR
each 5 200,000.00 1,000,000.00
IRCON INTERNATIONAL LIMITED General Consultancy & DPR
63
4 Detailed Engineering
Detailed design of bridges including GADs, yards, junction arrangements, service buildings, station building/platform including design of structures with drawings, geo-technical investigations etc. as per Railway circulars. (The item includes required field works, liaison with concerned department etc for collection / obtaining signed documents / data in connection with design of structures, preparation and submission of reports etc.)
each 5 300,000.00 1,500,000.00
TOTAL OF SCHEDULE I AND II
Total 4,500,000.00
Add: Service tax @ 12.36% (present rate)
556,200.00
Grand Total 5,056,200.00
TOTAL AMOUNT ( ` ) OF SCHEDULE I AND II 14,877,008
From the payments under items 3 to 4 an amount of 25% will be retained that will be release after submission of final version of DPR in four copies as defined in TOR along with the CDs. Note:- 1. In case yard involves reversal loop, payment for the loop length will be on per km basis of
Schedule I.
Recommended