Sie sind auf Seite 1von 25

MUMBAI CENTRAL DIVISION-ENGINEERING/WESTERN RLY

TENDER DOCUMENT
Tender No: BCT-19-20-228 Closing Date/Time: 01/10/2019 15:00

Divisional Railway Manager Works Mumbai Central acting for and on behalf of The President of India invites E-Tenders against
Tender No BCT-19-20-228 Closing Date/Time 01/10/2019 15:00 Hrs. Bidders will be able to submit their original/revised bids upto
closing date and time only. Manual offers are not allowed against this tender, and any such manual offer received shall be ignored.

Contractors are allowed to make payments against this tender towards tender document cost and earnest money only through only
payment modes available on IREPS portal like net banking, debit card, credit card etc. Manual payments through Demand draft, Banker
cheque, Deposit receipts, FDR etc. are not allowed.

1. NIT HEADER

Provision of New CCTV system (ISS) in CCG-VR Section in connection with implementation
Name of Work of integrated security system(ISS) on 30 station of CCG-VR Suburban section of Mumbai
division.(Civil portion)
Bidding type Normal Tender
Tender Type Open Bidding System Single Packet System
Tender Closing Date Time 01/10/2019 15:00 Date Time Of Uploading Tender 10/09/2019 16:20
Pre-Bid Required No Pre-Bid Query Date Time Not Applicable
Advertised Value 26870315.28 Tendering Section CETR/EST/I
Bidding Style [ Decision at Schedule level ] Bidding Unit
Earnest Money (Rs.) 284400.00 Validity of Offer ( Days) 45
Tender Doc. Cost (Rs.) 10000.00 Period of Completion 10 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 17/09/2019 No
allowed to bid
Ranking Order For Bids Lowest to Highest Expenditure Type Capital (Works)

2. SCHEDULE

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Schedule A-All USSOR Items 20836331.47
Above/
Please see Item Breakup for details. 216687.06 26.14 273329.06
1 Below/Par
Item Description:- CHAPTER-1
Above/
Please see Item Breakup for details. 25497.90 18.99 30339.95
2 Below/Par
Item Description:- CHAPTER-2
Above/
Please see Item Breakup for details. 344178.92 21.65 418693.66
3 Below/Par
Item Description:- CHAPTER-3A
Above/
Please see Item Breakup for details. 1381669.80 12.97 1560872.37
4 Below/Par
Item Description:- CHAPTER-3B
Above/
Please see Item Breakup for details. 2591389.87 21.42 3146465.58
5 Below/Par
Item Description:- CHAPTER-4A
Above/
Please see Item Breakup for details. 3617252.14 3.28 3735898.01
6 Below/Par
Item Description:- CHAPTER-4B
Above/
Please see Item Breakup for details. 1334634.00 24.00 1654946.16
7 Below/Par
Item Description:- CHAPTER-5
Above/
Please see Item Breakup for details. 1079587.44 4.87 1132163.35
8 Below/Par
Item Description:- CHAPTER-7
Above/
Please see Item Breakup for details. 3382681.24 5.40 3565346.03
9 Below/Par
Item Description:- CHAPTER-8
Above/
Please see Item Breakup for details. 2724185.02 (-) 2.01 2669428.90
10 Below/Par
Item Description:- CHAPTER-9

Pa g e 1 o f 2 5 Ru n Da te/Time: 10 /0 9 /2 0 19 16 :2 0 :5 3
MUMBAI CENTRAL DIVISION-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: BCT-19-20-228 Closing Date/Time: 01/10/2019 15:00

Above/
Please see Item Breakup for details. 285140.26 (-) 1.33 281347.89
11 Below/Par
Item Description:- CHAPTER-10
Above/
Please see Item Breakup for details. 605695.80 2.90 623260.98
12 Below/Par
Item Description:- CHAPTER-11
Above/
Please see Item Breakup for details. 27706.50 (-) 12.23 24318.00
13 Below/Par
Item Description:- CHAPTER-12
Above/
Please see Item Breakup for details. 1325499.20 8.86 1442938.43
14 Below/Par
Item Description:- CHAPTER-13
Above/
Please see Item Breakup for details. 54906.48 4.54 57399.23
15 Below/Par
Item Description:- CHAPTER-14
Above/
Please see Item Breakup for details. 100539.60 1.19 101736.02
16 Below/Par
Item Description:- CHAPTER-15
Above/
Please see Item Breakup for details. 109422.33 7.70 117847.85
17 Below/Par
Item Description:- CHAPTER-18

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Schedule B-ALL NS Items 6033983.81
Above/
1 1579.00 Sqm 292.89 462473.31 AT Par 462473.31
Below/Par
Item Description:- Providing WATER PROOFING treatment with CHINA MOSAIC on terrace slab as per
followingspecifications(a) Preparing the surface for water proofing treatment by scrapping & brushing the surface
so as to remove allloose materialsafter removing old tar felt, bitumen, fibre glass tissues etc.& washing the
surface with water. Dismantling ofconcrete if ordered tobe done by the Railway Engineer or his representative will
be paid for separately (b) Providing cementconcrete to proper slopesas directed by the Railway Engineer or his
representative. However cost of cement concrete will bepaid separately underUSSOR items. (c) Applying one
coat of polymer based water proofing compound of approved make &quality with Cement. Onekg of polymer
based water proofing compound mixed with 2 Kg of cement should cover an area of 2.80Sqm. (d) Laying
1 brokenchina Mosaic (broken pieces of china glazed tiles) 6mm thick of approved colour set in 20mm thicknessof
Cement mortar 1:3mixed with water proofing compound of approved make & quality to correct level & slope. The
joints shall befinished by pouringcement slurry of good consistency and brooming down. The china glazed tiles
shall be closely packed suchthat they coveratleast 90% of the slab area. (e) The above treatment shall be
provided on the parapats/any other wall up to 30cm above floorlevel and the junction between the wall & the
parapat rounded off in shape of an arc of a curve. The tiles then becleaned with wetcloth. (f) Curing should be
done continuously so as to render the surface hard . (g) The rate includes makingproper outlets atentry of the
down take pipes. Dismantling & refixing the bends of the down take pipe to proper level if requiredshall also be
donefor which payment will be made in USSOR items. (h) The oulets should be plugged and water stagnated
todetect the leakageswhich shall be rectified. (i) The rate shall exclude the cost of cement which will be paid for
separately
Above/
2 616.00 Sqm 1559.70 960775.20 AT Par 960775.20
Below/Par

2 Item Description:- Supply and fixing 16mm to 18mm Machine cut polished GRANITE stoneslabsofapproved
colour laid on10mm to 15mm thick (1:3) cement sand mortar and mixed with pigmentstomatchthe colour of
stones and as per the approvedpattern using approved binding agent includingallcontractor'slabour, tools and
plants, fuel, cement, sand etc., all leads, lifts,transport, taxes etc., complete
Above/
3 150.00 Kg 449.00 67350.00 AT Par 67350.00
Below/Par
Item Description:- Supplying, fabricating & fixing stainless steel door with frame.(Door size 1.08m X 0.9m).The
3 door consist of steel sheet & tubes. The rate is inclusive of material, labour ,T&P etc complete. Note:- Door
consist of Outside frame 2 ½" x 1 ¾" tube of 16 guage stainless steel, Shutter ss tube 16 gauge 1" x 1" three
horizontal and two vertical panel of shutter 9tray type) 16 gauge sheet. Concealed hinges 3 nos 4" made of steel
rod ss aldrop 12" long with 16 mm ss rod and tower bolt 9" long
Above/
4 13.50 Sqm 576.63 7784.51 AT Par 7784.51
Below/Par

Pa g e 2 o f 2 5 Ru n Da te/Time: 10 /0 9 /2 0 19 16 :2 0 :5 3
MUMBAI CENTRAL DIVISION-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: BCT-19-20-228 Closing Date/Time: 01/10/2019 15:00

4
Item Description:- Supplying ,cutting and fixing adjustable aluminium louvers of 100 mmbladewithsuitablehandle
and fixing4mm thick glass sheets in louversblades of approved qualitywith five jointsetc.complete(Payment will be
made in sqm i.e.areaof clear opening shall bemeasured correct to two placesofdecimal
Above/
5 2321.00 Sqm 234.72 544785.12 AT Par 544785.12
Below/Par
Item Description:- Providing and applying 20 to 25mm thick water resistance premixed/readymixedplasterof
thickrender'sofRoofit Industries Ltd. or similar. The specifications of the premixed plastershall beasunder. 1.
Colour- Gray 2. Binder-43Gradeportland cement. 3. Fillet- Graded sand conforming to BS1199.4.Additv- Water
soluble polymers to improve workability,waterretention, durability and adhesionstrength.5.Composition- 43 grade
5 Portland cement - 25- 30% graded sand - 75-70%(includingquartz andadditives).6.Max. aggregate- Size 4.5mm
7. Density- 1.80kg/Litre in dry and 1.90kg/litre in wetcondition.8.Pot lift-Onehour. 9. Consumption- 1.7kg per sqm
per mm thickness. 10. Water demand- About 15% of 6litresper40kg.11. Dateofpack- Not/more than 6
months."The ready mix plaster in bags shall be first suppliedtotheSSE(W) in his godown& thendrawnfrom his
godown from time to time. The material should begotapprovedby the Contractor from the RailwayEngineerbefore
useon work. Transportation to site has tobedone atcontractor's cost and payment will be made for area of
workdoneand not forany bags supplied
Above/
6 2320.00 Sqm 291.14 675444.80 AT Par 675444.80
Below/Par
Item Description:- Providing and applying 8 to 15mm thick water resistance
premixed/readymixedroofitmixinternal plasterofthick render's of Roofit Industries Ltd. or similar. The specifications
ofthepremixedinternalplaster shall be as under. 1. Colour-Gray 2. Binder- Ordinary Portland cement. 3. Fillet-
Gradedsandconforming to BS 1199. 4. Additives- Water soluble additivestoto
6 improveworkability,waterretention,durability and adhesion strength. 5. Water Demand: For hand
application:Approx14-16%or 7-8L/50Kg bag.6. Max Aggregate- Size 2.60 mm 7. Pot lift- Approx. One hour.
8.Composition- 2.30Kgpersqmpermmthickness. 9. Particle consumption; Approx 23.0Kg/m2 /mm forthickness 10
mm. 10.Adhesiontoconcrete: >0.75N/mm2(1.0N/mm2) 11. Compressive strength:> 10 N/ mm212. Chloride
content:<0.01%13.Date of pack- Not/more than 6months."The ready mix plaster in bags shallbe first supplied
totheSSE(W)in his godown & then drawn from his godown fromtime totime. The materialshould be gotapprovedby
theContractor from the Railway Engineer before use on work.Transportation tositehas to bedoneatcontractor's
cost and payment will be made for area of work done and not for anybagssupplied
Above/
7 2600.00 Sqm 147.00 382200.00 AT Par 382200.00
Below/Par
7 Item Description:- Providing and applying high polymer based Damp shield of Nostrum/Raincoat
ofpidiliteorsimilar materialfortwo coats.The rate is inclusive of scaffolding, material, labour, T & P
etccomplete."Noworkis to be carried on alreadyplasteredsurface
Above/
8 252.00 cum 489.55 123366.60 AT Par 123366.60
Below/Par
8 Item Description:- Un coursed hand-packed DRY RUBBLE FILLING (in work like rubblefillingbehind abutments
etc.)without anyspecial dressing of stones. Rate includes loading,unloading,T&P, Transportation , taxes etc.
complete
Above/
9 456.00 Sqm 808.77 368799.12 AT Par 368799.12
Below/Par
Item Description:- Supplying & installation of TRAC METAL 600mm x 600mm STEEL COIL COATED TILE TYPE
FALSE CEILING as per following specifications:-(a)STEEL TILESSteel tiles shall be of 600mm x 600mm size
manufactured out of 0.5mm TCT coil coated galvanised steel (base steel as per JIS 3312) produced on advanced
equipment which would include several leveling stages. All the tiles will have square/beveled edges. For clip in
tile, two sides of each tile will be raised and piped and stopped to ensure positive engagement into the spring tee
yet allowing dismounting of individual tiles.SUSPENSION (CLIP IN SYSTEM)Tiles shall be suspended by means
9 of a suspension system consisting of 0.5mm galvanised steel clips in proper profiles installed at correct spacing to
support the tiles. Suspension profiles shall be suspended from roof structure by galvanised iron ceiling brackets
and aluminium hold on clamps at maximum 1200mm centre to centre along the clip in profile.(b)WALL
ANGLESThe ceiling shall be trimmed along the wall perimeter by means of 19mmx19mm coated steel perimeter
angles.(c)PAINT FINISHSteel tiles would be store finished on exposed side with 20 microns polyester coil coating
over primer in approved shade and backing coat on the rear surface (Nominal 5 microns). Tiles would
alternatively finished with 50 microns epoxy polyester powder paint in approved shade on exposed surface.Rate
includes all labour, material, tools & plants etc.. complete and shall also include for making provision in ceiling for
tube lights
Above/
10 785.00 Sqm 775.77 608979.45 AT Par 608979.45
Below/Par

10

Pa g e 3 o f 2 5 Ru n Da te/Time: 10 /0 9 /2 0 19 16 :2 0 :5 3
MUMBAI CENTRAL DIVISION-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: BCT-19-20-228 Closing Date/Time: 01/10/2019 15:00

Item Description:- Construction of 200 mm thick load bearing walls with siporex precast blocks ofsize 200mm X
240mm X 600mm in 1:6 Cement sand mortar. The rate is inclusive of all contractorslabour, tools and plants,
leads, lifts, taxes etc., complete. Only cement for the work shall be paidfree of cost. Sample of siporex block shall
be got approved from the engineer in-charge of the work
Above/
11 24.00 Sqm 1340.00 32160.00 AT Par 32160.00
Below/Par
Item Description:- Supplying & fixing JOINT FREE DESIGNER Highliter TILES of size 300mmx450mmand8mm
thickofbestquality of Dakshamurti life size series or similar of approved colour, design&quality indado,skirting &
verticalsurfaceswithportland grey cement slurry with honey likeconsistencybuttered at therate of3.30 Kg /Sqm on
11 the back of the tilesandwhitecement slurry applied thinlyto theedges and pressedandtapped to line & level. The
joints shall be fine and shall bepointedwithneatwhitecement slurry mixedwithpigments to match the colour &
shade of the tiles.The tiles to be laid on abaseof12mmthickcementplaster1:3 which shall be made rough by
drawing lines and cured sufficientlybeforefixing thetiles.Therateshallincludecost of all materials (except cement for
plastering & fixing tileswhich willbe paidseparatelyor supplied free byRailway),labour,tools & plants, wastages,
taxes etc.complete.Payment will bemade forfinished work only. Sample shall be gotapprovedbyengineer in charge
atsitebefore bringing thesame tosite
Above/
12 8.00 Each 2518.00 20144.00 AT Par 20144.00
Below/Par
Item Description:- Supplying & fixing WASH BASIN TABLE TOP ADMIRAL COLLECTIONofBELLCERAMIC or
12
similar ofsize570mm x 425mm x 175mm, approved quality & colour with CPbrasswastecoupling, PVC connection
etc with completefittings.The rate shall include cost of allmaterials, labour,tools& plants and with all lead, lift,
transportation, taxes etc complete
Above/
13 450.00 Sqm 136.00 61200.00 AT Par 61200.00
Below/Par

13 Item Description:- Supplying & fixing NYLON MOSQUITO NETS of ' Netlon' or similar make on existingouter
frame ofwindows with male-female Welcro tape system. The female shall be suitably fixed to existingouter frame
of windows byadhesives like fevicol & nailed if the frames are of wood. The male shall bestritched on the nylon
mosquito net along theperimeter
Above/
14 10.00 Each 45.00 450.00 AT Par 450.00
Below/Par
14
Item Description:- Supply and fixing PTMT Nahani Trap Prayag or Similar make. Colour will be appprovedby
Engineerincharge. The Rate includes all labour, material , T & P, taxes etc complete
Above/
15 34.00 Each 179.00 6086.00 AT Par 6086.00
Below/Par
15 Item Description:- Supplying & fixing twelve inches size BRASS ALDROPS with necessarybrassscrewsand
makinggoodthesurface after dismantling existing and depositing in store ofconcernedSectionalEngineer. The rate
is inclusive ofallcontractors'labour, T&P, Materials, all leads,lifts,transportation, taxesetc., complete
Above/
Please see Item Breakup for details. 156574.00 AT Par 156574.00
Below/Par
Item Description:- Supplying and fixing counters/cupboards made of marine ply of kit ply gold
orGujranplyorsimilarconforming to IS 710 as per following description.The top shall be supported
byverticalsupportsof marine ply and fixed towallwithout any gap.Drawers with wooden knobs,
16 lockingarrangementsandsliding arrangements consisting of PVC slidingrollers onaluminium angles shall be
providedasperapproved drawings.Shelves as per approved drawings below the workingplatformwith
horizontalandverticaldividers, shutters of marine ply with brass hinges, wooden knobs
andlockingarrangementswithbrass locksshall be provided.Cost of providing veneer, polishing and CT
woodworkinvolved will be paidseparately.Paymentwillbe made for actual area of marine ply and used in the
workasper following itemsand no extra payment will be made forfittings,sliding arrangements etc."
Above/
17 35.00 Sqm 2153.00 75355.00 AT Par 75355.00
Below/Par
Item Description:- Supplying & fixing THREE TRACKED COLOUR ANODISED
SLIDINGWINDOWasperfollowingdescription:- (a)The outer frame shall be colour anodised aluminum tube section
ofsize100mmx 37.5mm x 16 gauge ofJindalor similar make. (b) Three tracks channel for sliding of shutters
17 (ie.,Trackbottom at sill and track top for sides and top)shall beprovided of colour anodised aluminumchannelsof
size100mm x 31.75 mm x 16 guage.(c) The window shutters shall becolouranodised aluminumsection
ofsize40mm x 18mm x 16 guage with interlocking arrangements & concealed lock. 2
nosbestqualitybearingsshallbe provided in each shutter.(d) The glass panels of the shutter shall be of
smokeglass5mmthickprovidedwith PVC liners on top, bottom & sides. All aluminum sections shall be
colouranodisedofapproved colour and windowshall befixed to the masonry by drilling holes, wooden plugs
andscrews.Rateis inclusive all materials, labour, tools &plants,consumables etc.. Complete
Above/
18 78.00 RM 703.00 54834.00 AT Par 54834.00
Below/Par

Pa g e 4 o f 2 5 Ru n Da te/Time: 10 /0 9 /2 0 19 16 :2 0 :5 3
MUMBAI CENTRAL DIVISION-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: BCT-19-20-228 Closing Date/Time: 01/10/2019 15:00

Item Description:- Providing & fixing temporary fencing to enclose construction area of 1.8 m high withmildsteel
angle frame,GIcorrugated sheet as per approved drawings , including foundation. The rateincludes onecoat of
18 red oxide primer beforeerection,two coats of approved paint & shade ( include WesternRailway logo)as per
specification , erection in position , welding/bolting.The rate includes cost of material,labour,transportation, lead,
lift, octroi etc. complete as direct by engineer. 1. Paymentschedulea. 60% ofthepayment will be released on
installation. b. 15% of the payment will be made for maintenance offencingafter6months . Additional 15% will be
paid for maintenance after 12 months. c. 10% payment will bemade onremoval andclearing ofsite. "Released
material will be the property of contractor after satisfactorycompletionof work
Above/
19 53.00 Sqm 1018.00 53954.00 AT Par 53954.00
Below/Par
Item Description:- Supplying and cutting, fixing Aluminium grill of 10 mmthick.DecagrilledesignNo.DG.201with Al.
section DG-6 around the grills including necessary screws atsuitableintervalsasdirectedby the Engineer-in charge
at sitewithnecessarydrillings to block cudappastoneslab/welletc.complete. Rateshall be quoted including all
labours, materials,tools&plants etc.completewithremovingtheold BRC fabric& depositing the same in CIOW's
godown. Note:- (1) Allaluminumgrills,Al.section&screwsshould be silveranodized with 15 micron.(2) The material
to be used shouldbe bestquality andshallbegotapproved bytheEngineer in charge of works. (3) Touching up to the
connectingwallwork withsamecolour, enamelpaintetc.complete Supply and fixing PTMT 150 mm Square grating /
Jali Prayag or Similar make. Colourwill be appprovedbyEngineer in charge. The Rate includes all labour, material,
19 T & P taxes etc complete Providing and applying 20 to 25mm thick water resistance
premixed/readymixedplasterof thickrender'sofRoofit Industries Ltd. or similar. The specifications of the premixed
plastershall beasunder. 1. Colour- Gray 2. Binder-43Gradeportland cement. 3. Fillet- Graded sand conforming to
BS1199.4.Additv- Water soluble polymers to improve workability,waterretention, durability and
adhesionstrength.5.Composition- 43 grade Portland cement - 25- 30% graded sand - 75-70%(includingquartz
andadditives).6.Max. aggregate- Size 4.5mm 7. Density- 1.80kg/Litre in dry and 1.90kg/litre in wetcondition.8.Pot
lift-Onehour. 9. Consumption- 1.7kg per sqm per mm thickness. 10. Water demand- About 15% of
6litresper40kg.11. Dateofpack- Not/more than 6 months."The ready mix plaster in bags shall be first
suppliedtotheSSE(W) in his godown& thendrawnfrom his godown from time to time. The material should
begotapprovedby the Contractor from the RailwayEngineerbefore useon work. Transportation to site has
tobedone atcontractor's cost and payment will be made for area of workdoneand not forany bags supplied
Above/
20 10.00 Each 36.00 360.00 AT Par 360.00
Below/Par
20
Item Description:- Supply and fixing PTMT 150 mm Square grating / Jali Prayag or Similar make. Colourwill be
appprovedbyEngineer in charge. The Rate includes all labour, material, T & P taxes etc complete
Above/
21 595.00 Sqm 1378.00 819910.00 AT Par 819910.00
Below/Par
Item Description:- Supplying and fixing special type 1 mm sunmica of approved quality, design &shapewater
&Termiteresistant with the help of adhesive and edges will be chamfered before fixing onexistingsurface in
21 different shape (ieround, oval,or or as instructed by Railway engineer in charge )as persample ofsunmica
available with concernedSSE(Works)office. Thepayment will be made in rectangularshape. Outerto outer
dimension of design will be taken for length andwidth of rectangle. Thebalance cuttingmaterial ofSunmica from
rectangle other than designed shape will be deposited inSSE(W)office. Therateincluding alllabour, materials &
T&P etc complete. Frame work will be paid separately
Above/
22 86.00 Each 77.00 6622.00 AT Par 6622.00
Below/Par
Item Description:- Supplying and fixing GI clamp making U shape and size 30x30x3 mm flat with 6mm dia round
22
bar threadedboth end side screw, nut including removing and refixing the existing Dn. take pipe in original shape
including cutting the wall andmaking good the same. The rate include all material, labour, leads, lifts
,transportation etc ( b)100 mm dia
Above/
23 30.00 Sqm 2613.00 78390.00 AT Par 78390.00
Below/Par

23 Item Description:- Supplying and fixing 5mm mirror with design hatching line all round edgewith aluminum
anodised frame,powder quoted with copper colour or any other colour as directed byRly.Engineer.Aluminum
frame shall be 40mm thick with hard board packing behind the mirror and providedwith hanging arrangements.
The quality of mirror shall be confirm to Modigaurd or simila
Above/
24 50.00 RM 250.00 12500.00 AT Par 12500.00
Below/Par
24 Item Description:- Supply and fixing decorative type aluminium powder coated curtain rod 25 mm dia. withboth
side anmentalends powder coated aluminium. The rate is inclusive of all labour ,T&P , materials ,lead,lifts, taxes
etc complete
Above/
25 3.00 Each 4693.00 14079.00 AT Par 14079.00
Below/Par

25

Pa g e 5 o f 2 5 Ru n Da te/Time: 10 /0 9 /2 0 19 16 :2 0 :5 3
MUMBAI CENTRAL DIVISION-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: BCT-19-20-228 Closing Date/Time: 01/10/2019 15:00

Item Description:- Supplying & fixing COLOURED CHINA CLAY PEDESTAL TYPE EUROPEAN WC with integral
'P' or 'S' trapof Nycer, Parryware or similar make with all fittings etc.. complete including testing of joints for water
tightness. The materialsshall be got approved by the Railway Engineer or his representative in respect of colour,
type, design & quality before use onwork
Above/
26 2.00 Each 1033.00 2066.00 AT Par 2066.00
Below/Par
26 Item Description:- Providing and Fixing Two way bib cock chromium plated (toilet bib) of jacquarmakecode No-
041/Marc Series No- MOR-1380 or similar as approved by engineer in charge withall contractor'smaterial, labour,
tools & plants etc. complete with all lead & lift
Above/
27 10.00 Each 699.00 6990.00 AT Par 6990.00
Below/Par
27 Item Description:- Providing and Fixing angle cock chromium plated ( Under Wash basin ) ofjacquar makecode
No- 053/marc Series No. MOR-1060 A of similar as approved by engineer incharge with all contractor'smaterial,
labour, tools & plants etc. complete with all leads & Lifts
Square Above/
28 258.06 2.94 758.70 AT Par 758.70
28 Centimetre Below/Par
Item Description:- Supply and Fixing Brass Name plate
Above/
29 45.00 Sqm 2130.00 95850.00 AT Par 95850.00
Below/Par
29
Item Description:- Supply and Fixing Roller blind as per sample available at SSE(W)includingallcontractor's
labour, tools and plants,etc., all leads, lifts, transport, taxes etc., complete
Above/
30 241.00 Sqm 1018.00 245338.00 AT Par 245338.00
Below/Par
Item Description:- Supplying & fixing 9mm minimum thickness FULLY VITRIFIED of Marbonite /Euro or similar
30 make of approved size colour & design in flooring with 20mm thick cement mortar 1:3 and in dado laid on 12mm
thick cement mortar .. Rate shall be inclusive of all materials (excluding cement) labour, tools & plants,
transportation, loading, unloading, taxes etc.. complete. Sample of tile should be got approved by the Railway
Engineer before use on work. Specifications of Fully vitrified tiles
Above/
31 2.00 Each 1603.00 3206.00 AT Par 3206.00
Below/Par
31 Item Description:- Supplying & fixing half stall URINAL of Nycer/ Hindware/ Parry ware or similar make of size
640mm x 430mm x 370mm with CP brass waste water coupling of 40mm dia and PVC connector 40mm dia &
600mm long with GI pipe connection for flushing
Above/
32 15.00 Sqm 2657.00 39855.00 AT Par 39855.00
Below/Par
32
Item Description:- Supply and fixing 12 mm thick Toughened Etched glass with all edge Machinepolished.The
rateshallincludecost of all materials , labour, tools & plants and with all lead, lift,transportation,taxesetc. Complete
Above/
33 4.00 Each 2450.00 9800.00 AT Par 9800.00
Below/Par
33 Item Description:- Providing and Fixing Pillar Cock chromium plated (mixer) for wash basin jacquar makecode
No-167/Marc series NO. MOR-1100 or similar as approved by engineer incharge with all contractor'smaterial,
labour, tools & plants etc. complete with all lead & lift
Above/
34 90.00 RM 95.00 8550.00 AT Par 8550.00
Below/Par
34 Item Description:- Supplying & fixing 150mm width PLASTER OF PARIS MOULDEDSECTIONS/CORNICEwith
nylon reinforcements at corners of ceiling of plaster of paris and finishing thejoints with nice consistency of plaster
of paris
Above/
35 4.00 Each 1411.00 5644.00 AT Par 5644.00
Below/Par
35 Item Description:- Providing and Fixing Spray hose chromium plated of jacquar make code No. 563/MarcSerise
No. MAC-3050 or similar as approved by engineer in charge with all contractor's material,labour,tools & plants
etc. complete with all lead & lif
Above/
36 2.00 Each 932.00 1864.00 AT Par 1864.00
Below/Par
36
Item Description:- Supply and fixing C P Brass Push cock including spreader for urinal jaguar Marc orsimilar
make . The rateinclusive all labour , material and T&P charges, taxes etc complete
Above/
37 10.00 Each 868.00 8680.00 AT Par 8680.00
Below/Par

37

Pa g e 6 o f 2 5 Ru n Da te/Time: 10 /0 9 /2 0 19 16 :2 0 :5 3
MUMBAI CENTRAL DIVISION-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: BCT-19-20-228 Closing Date/Time: 01/10/2019 15:00

Item Description:- Providing and Fixing stop cock chromium plated of jacquar make code No-069/MarcSeries
No- MOR-1040or similar as approved by engineer in charge with all contractor's material,labour,tools & plants
etc.complete with all leads &Lifts
Above/
38 6.00 Sqm 1801.00 10806.00 AT Par 10806.00
Below/Par
Item Description:- Supplying & fixing COLOUR ANODISED SLIDING WINDOW as perfollowingdescription:- (a)
Theouterframe shall be colour anodised aluminium tube section of size63.5mm x 38.1mmx 1.5mm of Jindal or
38 similar make. (b)Twotracks for sliding of shutters shallbe provided of colour anodisedaluminium channels of size
61.85mm x 31.75mm x 1.5mm(c)Thewindow shutters shall be colour anodisedaluminum section of size 40mm x
18mm x 1.5mm withinterlockingarrangements &concealed lock. (d) Theglass panes of the shutter shall be of
smokeglass 5mm thick provided with PVC linerson top, bottom&sides. All aluminum sections shall becolour
anodised of approved colour and window shall be fixed tothemasonary by drillingholes,wooden plugs and screws.
Rate is inclusive all materials, labour, tools &plants, consumablesetc.complete

3. ITEM BREAKUP

Schedule Schedule A-All USSOR Items


Item- 1 CHAPTER-1
S No. Item No Description of Item Unit Qty Rate Amount
Earth work in excavation as per approved drawings
and dumping at embankment site or spoil heap,
within railway land, including 50m lead and 1.5m lift,
the lead to be measured from the centre of gravity of
excavation to centre of gravity of spoil heap: the lift
to be measured from natural ground level and paid
for in layers of 1.5m each, including incidental work,
as per specifications-in
1 011011 All kinds of soils cum 342.00 109.36 37401.12
2 011012 Ordinary Rock (Not requiring blasting) cum 139.88 267.32 37392.72
3 013140 Removal of excavated/slip earth/ debris/ malba from cum 1169.00 121.38 141893.22
the site of works to any other place outside Railway
land/premises, including all excavations, handling,
re-handling, loading, unloading and leading, etc. all
labour and material as a complete job. Removal of
Earth (all kinds of soils)/ROCKS, BOULDERS
including mud/slush, slipped earth in catch water
drains, side drains, over berms in cutting, water way
of bridges, over coping of toe/breast/retaining walls
etc. including crossing of nallah, railway tracks,
making/repairing approach roads if required, all lead,
lift, ascent, descents, or any other obstruction. Earth
spoils to be dumped outside the cutting or railway
embankments as per direction of Engineer in charge
Total 216687.06
Item- 2 CHAPTER-2
S No. Item No Description of Item Unit Qty Rate Amount
1 021510 Hiring of JCB Machine (in good working condition) Hour 30.00 849.93 25497.90
for leveling and dressing ground / dismantling
structures including disposal of debris through
dumpers etc. with contractor's labour, JCB machine,
machine operator, fuel, etc. The contractor shall
arrange road permit for vehicle for all the States of
operation, as per instructions of engineer in-charge
and vehicle shall not be more than three years old.
Payment shall be made for actual working hours at
site.
Total 25497.90
Item- 3 CHAPTER-3A
S No. Item No Description of Item Unit Qty Rate Amount

Pa g e 7 o f 2 5 Ru n Da te/Time: 10 /0 9 /2 0 19 16 :2 0 :5 3
MUMBAI CENTRAL DIVISION-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: BCT-19-20-228 Closing Date/Time: 01/10/2019 15:00

Providing and laying in position cement concrete of


specified proportion excluding cost of cement,
centering and shuttering - All works upto Plinth level :
1 031011 1:3:6 (1 cement : 3 sand : 6 graded stone aggregate cum 116.00 1521.77 176525.32
20mm nominal size)
Providing and laying cement concrete, up to plinth in
retaining walls, walls (any thickness) including
attached plasters, columns, pillars, posts, struts,
buttresses, string or lacing courses, parapets,
coping, bed blocks, anchor blocks, plain window sills,
fillets etc, excluding the cost of cement and of
shuttering, centering.
2 031023 1:2:4 (1 cement : 2 sand : 4 graded stone aggregate cum 31.62 1645.73 52037.98
20mm nominal size)
3 031024 1:1.5:3 (1cement : 1.5 sand : 3 graded stone cum 66.00 1645.73 108618.18
aggregate 20mm nominal size)
Centering and shuttering including strutting,
propping etc. and removal of form work for :
4 031061 Foundations, footings, bases of columns Sqm 48.00 145.78 6997.44
Total 344178.92
Item- 4 CHAPTER-3B
S No. Item No Description of Item Unit Qty Rate Amount
Supply and using cement at worksite :
1 033062 OPC 53 grade Tonne 21.06 4830.00 101719.80
2 033063 PPC Tonne 265.00 4830.00 1279950.00
Total 1381669.80
Item- 5 CHAPTER-4A
S No. Item No Description of Item Unit Qty Rate Amount
Providing and laying in position M 20 Grade concrete
for reinforced concrete structural elements but
excluding cost of centering, shuttering,
reinforcement and Admixtures in recommended
proportion (as per IS:9103) to accelerate, retard
setting of concrete, improve workability without
impairing strength and durability as per direction of
Engineer in charge
1 041011 All work upto plinth level, including raft foundation of cum 192.00 1931.52 370851.84
washable aprons, HS tank, pile cap, footings of FOB,
and Platform shelter etc.
2 041012 All work in buildings above plinth level upto floor two cum 386.00 2173.63 839021.18
level.
Centering and shuttering including strutting,
propping etc. and removal of form for :
3 042011 Foundations, footings, bases of columns, raft Sqm 389.00 145.30 56521.70
foundation of washable aprons, Pile caps, Footings
of FOB etc.
4 042012 Walls (any thickness) including attached plasters, Sqm 140.00 282.60 39564.00
buttresses, plinth and string courses etc.
5 042013 Suspended floors, roofs, landings, balconies, FOB Sqm 1424.00 303.84 432668.16
slabs, walkway slabs and access platform
6 042014 Lintels, beams, plinth beams, bed blocks, girders, Sqm 1558.00 253.33 394688.14
bressumers and cantilevers
7 042015 Columns, pillars, , posts and struts Sqm 1244.96 352.80 439221.89
8 046010 Extra for RCC work in superstructure above floor two cum 62.00 304.08 18852.96
level for every floor or part thereof.
Total 2591389.87
Item- 6 CHAPTER-4B
S No. Item No Description of Item Unit Qty Rate Amount

Pa g e 8 o f 2 5 Ru n Da te/Time: 10 /0 9 /2 0 19 16 :2 0 :5 3
MUMBAI CENTRAL DIVISION-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: BCT-19-20-228 Closing Date/Time: 01/10/2019 15:00

Supplying Reinforcement for R.C.C. work including


straightening, cutting, bending, placing in position
and binding all complete.
1 045014 High yield strength deformed bars Kg 32811.00 57.94 1901069.34
2 045016 Thermo-Mechanically Treated bars Kg 29620.00 57.94 1716182.80
Total 3617252.14
Item- 7 CHAPTER-5
S No. Item No Description of Item Unit Qty Rate Amount
Cement Concrete Solid Block Masonry in foundation
and plinth with:(factory made blocks)
1 056041 Cement mortar 1:3 (1cement: 3fine sand) cum 350.00 3356.13 1174645.50
2 056050 Extra over Item 056040 for Cement Concrete Solid cum 350.00 457.11 159988.50
Block masonry in superstructure above plinth level
upto floor two level
Total 1334634.00
Item- 8 CHAPTER-7
S No. Item No Description of Item Unit Qty Rate Amount
Providing wood work in frames of doors, windows,
clerestory windows and other frames and trusses,
wrought, framed and fixed in position :
1 071011 Second class teak wood cudm 400.00 93.19 37276.00
2 071012 Sal wood cudm 1000.00 30.53 30530.00
3 071014 Kail, venteak, pillamarudhu or locally available cudm 150.00 32.61 4891.50
comparable species of good country wood (to be
listed by respective railway)
Providing and fixing panelled/glazed or panelled and
glazed shutters for doors, windows and clerestory
windows including ISI marked black enamelled M.S.
butt hinges with necessary screws excluding,
panelling/glazing which will be paid for separately
4 072012 Second class teak wood, 30mm thick Sqm 10.00 1898.13 18981.30
Providing and fixing panelling/glazing or panelling
and glazing in panelled/ glazed or panelled and
glazed shutters for doors, windows and clerestory
windows (Area of opening for panel inserts excluding
portion inside grooves or rebates to be measured).
Panelling/glazing for panelled/ glazed or panelled
and glazed shutters 25mm to 40mm thick
5 072024 Ply wood 5ply 9mm thick. Teak ply on both faces Sqm 161.00 1015.91 163561.51
Providing and fixing paneling and/or glazing in
panelled and/or glazed shutters for doors, windows
and clerestory windows (Area of opening for panel
inserts excluding portion inside grooves or rebates to
be measured). Panelling/glazing for panelled/ glazed
or panelled and glazed shutters 25mm to 40mm
thick
6 072031 Particle board 12mm thick. flat pressed 3layer (like Sqm 273.00 913.67 249431.91
Novapan, Ecoboard etc.) or graded wood particle
board (like Bhutan Board) medium density Grade-I,
IS: 3087 marked
Providing and fixing to IS: 2202 Part-1 marked flush
door shutter decorative type, core of block board
construction with frame of 1st class hard wood and
well matched teak 3ply veneering with vertical grains
or cross bands and face veneers on both faces of
shutters
7 072142 30mm thick including ISI marked stainless steel butt Sqm 19.00 1363.21 25900.99
hinges with necessary screws

Pa g e 9 o f 2 5 Ru n Da te/Time: 10 /0 9 /2 0 19 16 :2 0 :5 3
MUMBAI CENTRAL DIVISION-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: BCT-19-20-228 Closing Date/Time: 01/10/2019 15:00

Providing and fixing flush door shutters to IS: 2202


Part-I non-decorative type, core of block board
construction with frame of 1st class hard wood and
well matched commercial 3ply veneering with vertical
grains or cross bands and face veneers on both
faces of shutters
8 072151 35mm thick including ISI marked stainless steel butt Sqm 92.00 1357.40 124880.80
hinges with necessary screws
9 072152 30mm thick including ISI marked stainless steel butt Sqm 8.00 1344.63 10757.04
hinges with necessary screws
Providing and fixing wooden moulded beading to
door and window frames with iron screws, plugs and
priming coat on unexposed surface etc. complete
10 074131 2nd class teak wood, 50x12mm Metre 50.00 101.10 5055.00
Providing and fixing M.S. grills of required pattern in
frames of windows etc. with M.S. flats, square or
round bars etc. all complete
11 074232 Fixed to opening/ wooden frames with rawl plugs Kg 3210.00 90.56 290697.60
screws etc.
Providing and fixing decorative laminated plastic
veneers of approved quality and make (e.g.
Sunmica, formica or equivalent) over wooden
surfaces, including smoothening of wooden surface
and fixing of veneers with approved synthetic resin
adhesive, complete
12 074351 1 mm thick Sqm 184.00 267.15 49155.60
Providing and fixing bright finished brass sliding
doors bolts - with screws etc. complete of size
13 077052 250x16mm Each 15.00 362.51 5437.65
Providing and fixing bright finished brass tower bolts
(barrel type) with necessary screws etc. complete
14 077063 150x10mm Each 47.00 234.01 10998.47
Providing and fixing bright finished brass handles -
with screws etc. complete - of size
15 077071 125 mm Each 47.00 256.31 12046.57
16 077090 Providing and fixing bright finished brass 100mm Each 5.00 919.49 4597.45
mortice latch and lock with 6 levers and a pair of
lever handles with necessary screws etc. complete
(best make of approved quality)
17 077100 Providing and fixing bright finished brass 100mm Each 4.00 873.03 3492.12
mortice latch with one dead bolt and a pair of lever
handles with necessary screws etc. complete (best
make of approved quality)
Providing and fixing special quality bright finished
brass cupboard or ward robe locks with four levers
including necessary screws etc. complete (best
make of approved quality)
18 077122 50mm Each 5.00 205.17 1025.85
19 077180 Providing and fixing IS: 3564 marked aluminium die Each 19.00 891.92 16946.48
cast body tubular type universal hydraulic door
closer, hardwyn make (Classic Queen) or equivalent
with necessary accessories and screws etc.
complete
Providing and fixing IS: 3564 marked aluminium
extruded section body tubular type universal
hydraulic door closer with double speed adjustment
with necessary accessories and screws etc.
complete
20 077192 Hardwyn make (Mytel) or equivalent Each 6.00 744.41 4466.46

Pa g e 10 o f 2 5 Ru n Da te/Time: 10 /0 9 /2 0 19 16 :2 0 :5 3
MUMBAI CENTRAL DIVISION-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: BCT-19-20-228 Closing Date/Time: 01/10/2019 15:00

21 078310 Providing and fixing of fibre glass reinforced plastic RM 10.40 909.34 9457.14
(FRP) door frames of three legged of cross-section
90 mm x 45 mm having single rebate of 32 mm x 15
mm to receive shutter of 30 mm thickness. The
laminate door frame moulded with fire retardant
grade unsaturated polyester resin and chopped mat.
Door frame laminate shall be 2 mm thick and shall
be filled with suitable wooden block in all the three
legs. The frame shall be covered with fibre glass
from all sides. M.S. stay shall be provided at the
bottom to ready the frame
Total 1079587.44
Item- 9 CHAPTER-8
S No. Item No Description of Item Unit Qty Rate Amount
Structural steel work welded in built up sections,
trusses and framed work, girders, stagings, racks,
etc including cutting, bending, straightening, hoisting,
fixing in position, including applying a priming coat of
approved steel primer, complete - upto 6m height
above GL
1 081031 In RSJ, tees, angles and channels Kg 6600.00 75.92 501072.00
2 081032 In flats, plates , round or square bars Kg 10500.00 73.32 769860.00
3 081120 Providing and fixing hard drawn steel wire fabric Sqm 50.00 553.80 27690.00
75X25 mm mesh of weight not less than 7.75 Kg per
sqm on angle iron or flat iron frame including all
incidental work complete. Cost of frames to be paid
separately under relevant item
4 081180 Providing and fixing in position collapsible steel Sqm 45.00 3733.18 167993.10
shutters with vertical channels 20x10x2mm and
braced with flat iron diagonals 20x5mm size with top
and bottom rail of T-iron 40x40x6mm with 40mm dia,
steel pulleys complete with bolts, nuts, locking
arrangement, stoppers, handles and hold fasts
including applying a priming coat of approved steel
primer
Providing and fixing anodised aluminium work for
doors, windows, ventilators and partitions with
extruded built up standard tubular and other sections
of approved make conforming to IS:733 and
IS:1285, anodised transparent or dyed to required
shade according to IS:1868 (Minimum anodic
coating of grade AC 15), fixed with rawl plugs and
screws or with fixing clips, or with expansion hold
fasteners including necessary filling up of gaps at
junctions, at top, bottom and sides with required
PVC/neoprene felt etc. Aluminium sections shall be
smooth, rust free, straight, mitered and jointed
mechanically wherever required including cleat
angle. Aluminium snap beading for glazing/
panelling, C.P. brass/stainless steel screws, all
complete as per architectural drawings and the
directions of Engineer-in-charge. (Glazing and
panelling to be paid for separately)
5 082011 For fixed portion Kg 1050.00 282.10 296205.00
6 082012 For openable/sliding portions and fixing hinges / Kg 2500.00 289.50 723750.00
pivots, PVC/ neoprene gasket required and making
provision for fixing of fittings. (Fittings shall be paid
for separately)
Providing and fixing glazing in aluminium door,
window, ventilator shutters and partitions etc. with
PVC/ neoprene gasket etc. complete as per the
architectural drawings and the directions of
engineer-in-charge. (Cost of aluminium snap
beading shall be paid in basic item)

Pa g e 11 o f 2 5 Ru n Da te/Time: 10 /0 9 /2 0 19 16 :2 0 :5 3
MUMBAI CENTRAL DIVISION-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: BCT-19-20-228 Closing Date/Time: 01/10/2019 15:00

7 082031 With float/frosted glass panes of 4mm thickness Sqm 50.00 820.11 41005.50
(weight not less than 10.0 kg/sqm)
8 082032 With float/frosted glass panes of 5.5mm thickness Sqm 200.00 957.59 191518.00
(weight not less than 13.75 kg/sqm)
9 082080 Aluminium Composite Cladding - Providing and fixing Sqm 238.00 1551.78 369323.64
Aluminium Composite Panels having total thickness
of 4mm (with 0.5mm thick aluminium foil skin on both
sides) alongwith minimum 25 micron PVdF Coating
on top coil and Polymer/epoxy coating on Back coil
(4-7 microns) fixed on aluminium substructure of
50mm x 25mm x 3mm or 38mm x 38mm x 4mm (IS
Grade Aluminium Extrusion) with stainless steel
fastening system of Hilti/Fischer Dash Fasteners on
facade, horizontal / vertical surfaces of columns,
suspended ceiling, sills, jambs, canopies etc. and
making 25mm grooves and applying non staining
and non streaking sealant 789 or 991 HP with Baker
Rod complete as per approved shop drawings and
as per specifications (straight and curved). Only
exposed surfaces to be measured and paid.
10 083050 Fabricating, supplying & installing stainless steel Kg 600.00 443.98 266388.00
railings for staircases, balconies, FOBs,
Enquiry/Reservation complex etc., made of SS 304
grade stainless steel, laser cut / water jet cut (no
shearing), polished with Automatic round/flat
polishing machine to get a uniform hairline finish. All
parts shall be connected to each other with the help
of prescribed size CNC made solid connectors,
countersunk screws. Welding should be finished
ensuring that no welding marks are visible and
assembly is mounted on floor with the help of dash
fasteners. Railings shall be fabricated as per
approved drawings by engineer-in-charge.
Manufacturer shall submit maintenance manual and
basic material test report for grade certification.
11 083060 Extra over item 083050 for using SS 316 Grade Kg 600.00 46.46 27876.00
stainless steel (to be used in corrosive coastal
areas) instead of SS 304 Grade
Total 3382681.24
Item- 10 CHAPTER-9
S No. Item No Description of Item Unit Qty Rate Amount
Providing and fixing Ist quality ceramic tiles
conforming to Group B-III (Ceramic Wall Tiles) of
IS:15622 of manufacturers approved by railway in all
colours, shades, and design as approved by the
Engineer-in-Charge in skirting, risers of steps and
dado over 12mm thick bed of cement mortar 1:3
(1cement: 3coarse sand) including pointing in white
cement mixed with pigment of matching shade
complete
1 095012 200x300 mm Sqm 235.00 551.32 129560.20
2 095013 300x450 mm and above Sqm 755.00 739.59 558390.45
Providing and fixing ceramic tiles conforming to
IS:15622 of manufacturers approved by railway in all
colours, shades, design and abrasion resistance
class as approved by the Engineer-in-Charge in
floors and landings over 20mm thick bed of cement
mortar 1:4 (1cement: 3coarse sand) including
pointing in white cement mixed with pigment of
matching shade complete
3 095021 Of Group B-II Clause 5.1 (for abrasion resistance) of Sqm 86.00 515.36 44320.96
IS:15622 (Ceramic Floor Tiles) of size 300x300mm
4 095026 Of Group B-I-a of IS : 15622 (Vitrified tiles) of size Sqm 560.00 642.75 359940.00
above 400x400mm upto 600x600 mm

Pa g e 12 o f 2 5 Ru n Da te/Time: 10 /0 9 /2 0 19 16 :2 0 :5 3
MUMBAI CENTRAL DIVISION-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: BCT-19-20-228 Closing Date/Time: 01/10/2019 15:00

5 095027 Of Group B-I-a of IS : 15622 (Vitrified tiles) of size Sqm 45.00 1027.30 46228.50
800x800mm and above
Supplying and laying interlocking pre-cast CC block
pavers of approved design factory manufactured of
specified grade cement concrete on passenger
platform, foot paths, circulating area etc. including
setting in position over 25mm thick bedding layer of
fine sand, filling the joints with fine sand, leveling
including compaction as per IS:15658
6 098022 80mm thick blocks of M35 grade for medium traffic Sqm 58.00 475.92 27603.36
Extra for providing edge moulding to 16mm to 20mm
thick marble/granite stone counters, vanities etc
including machine polishing to edge to give high
gloss finish etc. complete as per design approved by
the Engineer-in-Charge
7 099062 Granite work Metre 25.00 131.23 3280.75
Providing and fixing 25mm thick flame cut/machine
cut for floors /stairs and similar locations of required
size of approved shade, colour and texture laid over
20mm thick base cement mortar 1:4 (1cement:
4coarse sand) with joints treated with white cement,
mixed with matching pigment, epoxy touchups,
including rubbing, curing etc. complete at all levels
8 099183 Granite Pink - Area of slab over 0.2 Sqm but upto Sqm 78.00 3633.11 283382.58
0.5 Sqm
9 099184 Granite Pink - Area of slab over 0.5 Sqm but upto Sqm 152.00 3689.19 560756.88
1.0 Sqm
10 099230 Providing and fixing Group-25 Rectified Tiles of 10 Sqm 570.00 950.69 541893.30
mm ± 0.5 mm thickness of sizes upto 605 mm x 605
mm on floors having skid free, smooth surface of
any colour, shade and design as approved by
Engineer Incharge having abrasion resistance of
25000 revolutions as per the PEI methodology; laid
over 20 mm thick cement mortar of 1:4 (1 cement : 4
coarse sand) and joints filled with matching grouting
material; complete work
Providing and fixing 25mm thick flame cut/machine
cut for floors /stairs and similar locations of required
size of approved shade, colour and texture laid over
20mm thick base cement mortar 1:4 (1cement:
4coarse sand) with joints treated with white cement,
mixed with matching pigment, epoxy touchups,
including rubbing, curing etc. complete at all levels
11 099183(099186) Extra for providing 40mm thick flame cut granite in Sqm 78.00 726.62 56676.36
lieu of 25 mm from item 099181 to 099185 [RATE =
20% of respective items]
12 099184(099186) Extra for providing 40mm thick flame cut granite in Sqm 152.00 737.84 112151.68
lieu of 25 mm from item 099181 to 099185 [RATE =
20% of respective items]
Total 2724185.02
Item- 11 CHAPTER-10
S No. Item No Description of Item Unit Qty Rate Amount

Pa g e 13 o f 2 5 Ru n Da te/Time: 10 /0 9 /2 0 19 16 :2 0 :5 3
MUMBAI CENTRAL DIVISION-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: BCT-19-20-228 Closing Date/Time: 01/10/2019 15:00

1 105010 Providing & laying water-proof treatment on roof Sqm 76.00 567.21 43107.96
slabs by applying after preparation, cement slurry
mixed with Tapecrete acrylic based polymer water
proofing compound (having solid content 30% ± 2,
pH >7) in a ratio of 2:1 (2 cement : 1 water proofing
compound), followed by laying of fibre glass cloth;
2nd coat of cement slurry mixed with acrylic based
polymer water proofing compound and a final coat of
water proofing compound brush topping having
water proofing compound, cement and c/sand @
1:2:2 by weight. Complete job to be carried out as
per specifications
Providing and fixing on wall face unplasticised - Rigid
PVC single socketed rain water pipes conforming to
IS: 13592 Type A including jointing with seal ring
conforming to IS: 5382 leaving 10mm gap for
thermal expansion.
2 108162 110mm dia. Metre 324.15 485.97 157527.18
Providing and fixing on wall face unplasticised - PVC
moulded fittings/ accessories for unplasticised- Rigid
PVC rain water pipes conforming to IS: 13592 Type
A including jointing with seal ring conforming to IS:
5382 leaving 10mm gap for thermal expansion.
3 108172 Coupler, 110mm Each 20.00 696.34 13926.80
Providing and fixing on wall face unplasticised - PVC
moulded bend and shoe for unplasticised-Rigid PVC
rain water pipes conforming to IS:13592 Type A
including jointing with seal ring conforming to
IS:5382 leaving 10mm gap for thermal expansion
4 108181 Bend 87.5 degree, 75mm dia bend Each 20.00 412.44 8248.80
5 108182 Bend 87.5o, 110mm dia bend Each 52.00 540.70 28116.40
6 108184 Shoe (Plain), 110mm dia shoe Each 20.00 461.72 9234.40
Providing and fixing unplasticised-PVC pipe clips of
approved design to unplasticised-PVC rain water
pipes by means of 50x50x50mm hard wood plugs,
screwed with M.S. screws of required length
including cutting brick work and fixing in cement
mortar 1:4 (1 cement : 4 coarse sand) and making
good the wall etc. complete
7 108192 110mm Each 208.00 120.09 24978.72
Total 285140.26
Item- 12 CHAPTER-11
S No. Item No Description of Item Unit Qty Rate Amount
1 112040 Providing and applying plaster of Paris putty of 2mm Sqm 3180.00 99.89 317650.20
average thickness over plastered surface to prepare
the surface even and smooth complete
2 115080 Finishing walls with Deluxe Multi surface paint Sqm 4670.00 61.68 288045.60
system for interiors and exteriors using Primer as
per manufacturers specifications with two or more
coats applied @ 1.25ltr/10 sqm over and including
one coat of Special primer applied @ 0.75 ltr/10sqm
Total 605695.80
Item- 13 CHAPTER-12
S No. Item No Description of Item Unit Qty Rate Amount
Painting with synthetic enamel paint of approved
brand and manufacture to give an even shade
1 121051 Two or more coats on new work Sqm 300.00 47.36 14208.00
2 124040 Melamine polishing on wood work (one or more Sqm 150.00 89.99 13498.50
coats)
Total 27706.50
Item- 14 CHAPTER-13

Pa g e 14 o f 2 5 Ru n Da te/Time: 10 /0 9 /2 0 19 16 :2 0 :5 3
MUMBAI CENTRAL DIVISION-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: BCT-19-20-228 Closing Date/Time: 01/10/2019 15:00

S No. Item No Description of Item Unit Qty Rate Amount


Providing and fixing Chlorinated Polyvinyl Chloride
(CPVC) pipes, having thermal stability for hot & cold
water supply including all CPVC plain & brass
threaded fittings including fixing the pipe with clamps
at 1.00m spacing. This includes jointing of pipes &
fittings with one step CPVC solvent cement and
testing of joints complete as per direction of
Engineer-in-Charge. Internal work - exposed on wall
1 131081 15mm nominal outer dia. Pipes Metre 50.00 226.69 11334.50
2 131082 20mm nominal outer dia. Pipes Metre 15.00 399.29 5989.35
Providing and fixing G.I. pipes complete with G.I.
fittings and clamps, including cutting and making
good the walls etc. Internal work - Exposed on wall
3 131131 15 mm dia. nominal bore Metre 95.00 156.08 14827.60
4 131132 20 mm dia. nominal bore Metre 60.00 193.31 11598.60
5 131133 25 mm dia. nominal bore Metre 90.00 249.57 22461.30
Providing and fixing medium grade G.I. pipes
complete with G.I. fittings including trenching and
refilling etc. External Work
6 131153 25 mm dia. nominal bore Metre 1500.00 217.93 326895.00
7 131156 50 mm dia. nominal bore Metre 1350.00 369.36 498636.00
Providing and fixing gun metal gate valve with C.I.
wheel of approved quality (screwed end)
8 132031 25 mm nominal bore Each 36.00 280.50 10098.00
9 132034 50 mm nominal bore Each 18.00 640.28 11525.04
Providing and fixing ball valve (brass) of approved
quality complete high or low pressure with plastic
floats complete :
10 132041 15 mm nominal bore Each 15.00 50.91 763.65
Providing and fixing PTMT bib cock of approved
quality and colour
11 134011 15mm nominal bore, 86mm long. Weighing not less Each 20.00 218.43 4368.60
than 88 gms
Providing and fixing PTMT pillar cock of approved
quality and colour
12 134031 15mm nominal bore, 107mm long. Weighing not less Each 36.00 231.71 8341.56
than 110 gms
13 136150 Providing and placing on terrace/staging (at all Litre 62000.00 6.43 398660.00
heights) polyethylene water storage tank ISI : 12701
marked with cover and suitable locking arrangement
and making necessary holes for inlet, outlet and
overflow pipes but without fittings and the base
support for tank
Total 1325499.20
Item- 15 CHAPTER-14
S No. Item No Description of Item Unit Qty Rate Amount
Providing, laying and jointing glazed stoneware pipes
grade 'A' as per IS:651 including bends etc. with stiff
mixture of cement mortar in the proportion of 1:1
(1cement : 1fine sand) including testing of joints etc.
complete
1 141011 100mm diameter Metre 25.00 155.78 3894.50
2 141012 150mm diameter Metre 80.00 231.20 18496.00
Providing and laying cement concrete 1:4:8
(1cement: 4coarse sand: 8graded stone aggregate
40mm nominal size) all round S.W. pipes including
bed concrete as per standard design
3 141031 100mm diameter S.W. pipe Metre 25.00 202.72 5068.00

Pa g e 15 o f 2 5 Ru n Da te/Time: 10 /0 9 /2 0 19 16 :2 0 :5 3
MUMBAI CENTRAL DIVISION-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: BCT-19-20-228 Closing Date/Time: 01/10/2019 15:00

4 141032 150mm diameter S.W. pipe Metre 80.00 247.92 19833.60


Providing and laying non-pressure NP2 class (light
duty) R.C.C. pipes including bends etc with collars
jointed with stiff mixture of cement mortar in the
proportion of 1:2 (1cement: 2fine sand) including
testing of joints etc. complete upto 800mm dia.
5 142012 150mm dia. R.C.C. pipe Metre 20.00 226.53 4530.60
Constructing brick masonry manhole in cement
mortar 1:4 (1cement: 4coarse sand) R.C.C. top slab
with 1:2:4 (1cement: 2coarse sand: 4graded stone
aggregate 20mm nominal size), foundation concrete
1:4:8 mix (1cement: 4coarse sand: 8graded stone
aggregate 40mm nominal size) inside plastering
12mm thick with cement mortar 1:3 (1cement:
3coarse sand) finished with floating coat of neat
cement and making channels in cement concrete
1:2:4 (1cement: 2coarse sand: 4graded stone
aggregate 20mm nominal size) finished with a
floating coat of neat cement complete as per
standard design
6 143011 Inside size 90x80cm and 45cm deep including C.I. Each 1.00 3083.78 3083.78
cover with frame (light duty) 455x610mm internal
dimensions total weight of cover and frame to be not
less than 38kg (weight of cover 23kg and weight of
frame 15kg). With F.P.S. bricks class designation 7.5
Total 54906.48
Item- 16 CHAPTER-15
S No. Item No Description of Item Unit Qty Rate Amount
Providing and fixing water closet squatting pan
(Indian type W.C. pan) with 100mm sand cast iron P
or S trap, 10litre low level white P.V.C. flushing
cistern with manually controlled device (handle lever)
conforming to IS : 7231, with all fittings and fixtures
complete including cutting and making good the
walls and floors wherever required
1 151011 White Vitreous China Orissa pattern W.C. pan of size Each 6.00 2864.78 17188.68
580x440-mm with integral type foot rests
Providing and fixing white, vitreous china flat back
half stall urinal of 580x380x350mm with white P.V.C.
automatic flushing cistern, with fittings, standard size
C.P. brass flush pipe, spreaders with unions and
clamps (all in C.P. brass) with waste fitting as per IS:
2556, C.I. trap with outlet grating and other coupling
in C.P. brass including painting of fittings and cutting
and making good the walls and floors wherever
required
2 151051 Single half stall urinal with 5litre P.V.C. automatic Each 6.00 5541.52 33249.12
flushing cistern
Providing and fixing wash basin with C.I./ M.S.
brackets, 15mm C.P. brass pillar taps, 32mm C.P.
brass waste of standard pattern, including painting of
fittings and brackets, cutting and making good the
walls wherever required
3 151073 white vitreous china wash basin size 550x400mm Each 24.00 1686.18 40468.32
with a pair of 15mm C.P. brass pillar taps
Providing and fixing P.V.C. low level flushing cistern
with manually controlled device (handle lever)
conforming to IS: 7231, with all fittings and fixtures
complete
4 151181 10 litre capacity- white Pair 6.00 756.43 4538.58
5 154140 Providing and fixing 75 mm PVC soil, waste and vent Metre 30.00 169.83 5094.90
pipes including jointing and cost of spun yarn and
sand etc., complete

Pa g e 16 o f 2 5 Ru n Da te/Time: 10 /0 9 /2 0 19 16 :2 0 :5 3
MUMBAI CENTRAL DIVISION-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: BCT-19-20-228 Closing Date/Time: 01/10/2019 15:00

Total 100539.60
Item- 17 CHAPTER-18
S No. Item No Description of Item Unit Qty Rate Amount
Demolishing plain cement concrete including
disposal of material within 50m lead
1 181021 1:2:4 or richer mix with max. 20 mm coarse cum 76.00 592.73 45047.48
aggregate
2 181030 Demolishing R.C.C. work including cutting and cum 22.00 903.09 19867.98
stacking of steel bars and disposal of unserviceable
material within 50m lead. (Extra payment for
scraping, cleaning and straightening of bars to be
made separately)
3 181040 Extra over Item Nos. 181021 and 181050 if cum 50.00 270.93 13546.50
pavement breaker is used on orders of Engineer
Demolishing brick work including stacking of
serviceable material and disposal of unserviceable
material within 50m lead
4 182013 In cement mortar cum 55.00 467.47 25710.85
5 183020 Dismantling tile work in floors/dado/skirting laid in Sqm 60.00 30.28 1816.80
cement mortar/ chemical mortar/synthetic adhesive
including stacking material within 50m lead
Dismantling roofing including ridges, hips valleys and
gutters etc. and stacking the material within 50m
lead of
6 184082 Asbestos sheet Sqm 32.00 22.11 707.52
Dismantling wooden boarding in lining of walls and
partitions, sunshades etc excluding supporting
members but including stacking within 50m lead
7 185061 Upto 10mm thick Sqm 180.00 15.14 2725.20
Total 109422.33
Schedule Schedule B-ALL NS Items
Supplying and fixing counters/cupboards made of marine ply of kit ply gold orGujranplyorsimilarconforming to IS
710 as per following description.The top shall be supported byverticalsupportsof marine ply and fixed
towallwithout any gap.Drawers with wooden knobs, lockingarrangementsandsliding arrangements consisting of
PVC slidingrollers onaluminium angles shall be providedasperapproved drawings.Shelves as per approved
Item- 16
drawings below the workingplatformwith horizontalandverticaldividers, shutters of marine ply with brass hinges,
wooden knobs andlockingarrangementswithbrass locksshall be provided.Cost of providing veneer, polishing and
CT woodworkinvolved will be paidseparately.Paymentwillbe made for actual area of marine ply and used in the
workasper following itemsand no extra payment will be made forfittings,sliding arrangements etc."
S No. Item No Description of Item Unit Qty Rate Amount
1 1 19mm marine ply conforming to IS 710 Sqm 159.00 661.00 105099.00
2 2 12mm marine ply conforming to IS 710 Sqm 100.00 499.00 49900.00
3 3 06mm marine ply conforming to IS 710 Sqm 5.00 315.00 1575.00
Total 156574.00

4. ELIGIBILITY CONDITIONS

Standard Financial Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The tenderer must have received contractual payments in the previous three financial
years and the current financial year upto the date of opening of tender, at least 150% of
the advertised value of the tender. The tenderers shall submit Certificates to this effect Allowed
1 No No
which may be an attested Certificate from the concerned department / client and/or (Mandatory)
Audited Balance Sheet duly certified by the Chartered Accountant etc. (As per GCC
Nov.2018 Para 10.2, Page 12)

Pa g e 17 o f 2 5 Ru n Da te/Time: 10 /0 9 /2 0 19 16 :2 0 :5 3
MUMBAI CENTRAL DIVISION-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: BCT-19-20-228 Closing Date/Time: 01/10/2019 15:00

There will be no post tender correspondence. Tender will be decided based on document
s ubmitted by tenderer a l o n g w i t h t h e t ender. Tenderer s h a l l s u b m i t adequate
documentary proof o f having fulfilled the eligibility criteria. There will be no back
reference to confirm credentials, except for the purpose of verifying the certificates
1.1 No No Not Allowed
submitted along with the tender. If the tenderer do not submit any proof of meeting with
eligibility criteria as laid down in the NIT and tender conditions, offer shall be treated as
incomplete and should be summarily rejected. (PCE CCG's letter no. W/118/0 (Policy)(L)
(W6) dated 28.11.14 & 29.06.2016)

Submission of Affidavit

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Please submit notarized affidavit on a non-judicial stamp paper in the prescribed format
(please download format from the link given below) for verification / confirmation of the
documents submitted for compliance of eligibility/qualifying criteria. Non submission of Allowed
1 No No
properly filled affidavit in the prescribed format shall lead to summary rejection of your (Mandatory)
offer.
Click here to download the format for Affidavit

Standard Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
(a) The tenderer must have successfully completed any of the following during last 07
(seven) years, ending last day of month previous to the one in which tender is invited:
Three similar works costing not less than the amount equal to 40% of advertised value
Allowed
1 of the tender, or Two similar works costing not less than the amount equal to 50% of No No
(Mandatory)
advertised value of the tender, or One similar work costing not less than the amount
equal to 80% of advertised value of the tender. (As per GCC Nov.2018 Para 10.1 (a),
Page 12)
(b) (i) In case of composite works (e.g. works involving more than one distinct
component, such as Civil Engineering works, S&T works, Electrical works, OHE works
etc. and in the case of major bridges - substructure, superstructure etc.), tenderer must
have successfully completed any of the following during last 07 (seven) years, ending
last day of month previous to the one in which tender is invited: Three similar works
1.1 costing not less than the amount equal to 40% of advertised value of each component of No No Not Allowed
tender, or Two similar works costing not less than the amount equal to 50% of
advertised value of each component of tender, or One similar work costing not less than
the amount equal to 80% of advertised value of each component of tender. Note:
Separate completed works of minimum required values for each component can also be
considered for fulfillment of technical eligibility criteria. (As per Para 10.1 (b) (i), Page 12)
(b) (ii) In such cases, what constitutes a component in a composite work shall be clearly
pre-defined with estimated tender cost of it, as part of the tender documents without any
1.1.1 ambiguity. Any work or set of works shall be considered to be a separate component, No No Not Allowed
only when cost of the component is more than 2 crore each. (As per GCC Nov.2018
Para 10.1 (b) (ii), Page 12)
(a)Similar nature of work physically completed within the qualifying period as mentioned
1.2 in Para 1 above (even though the work might have commenced before qualifying period) No No Not Allowed
should only be considered in evaluating the eligibility criteria.
(b)The total value of similar nature of work completed during the qualifying period and not
the payments received within qualifying period alone, should be considered. In case the
final bill of similar nature of work has not been passed and final measurements have not
been recorded, the paid amount including statuary deduction is to be considered. If final
measurements have been recorded and work h a s been completed within negative
1.2.1 No No Not Allowed
variation, then also the paid amount including statuary deduction is to be considered.
However, if final measurements have been recorded and the work has been completed
with positive variation, but variation has not been sanctioned. Original agreement value
or last sanction agreement value whichever is lower should be considered for judging
eligibility
The tenderer is required to submit proof as how they meet the eligibility criteria for the
1.3 tendered work. In case they do not submit any proof for the same, the offer will be No No Not Allowed
considered incomplete and will be summarily rejected.
Certificate from private individuals for whom such works are executed/being executed
1.4 should not be accepted. ( A s per para 2.3.4.2 recommendation of Sudhir Chandra No No Not Allowed
Committee & CE(W)CCG's letter No. W1180/0 Vol.VI(W-6) dt.13.03.14.)
1.5 Defination of Similar Work :- Construction of any building/Civil engineering structure. No No Not Allowed

5. COMPLIANCE

Pa g e 18 o f 2 5 Ru n Da te/Time: 10 /0 9 /2 0 19 16 :2 0 :5 3
MUMBAI CENTRAL DIVISION-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: BCT-19-20-228 Closing Date/Time: 01/10/2019 15:00

Commercial-Compliance

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Please enter the percentage of local content in the material being offered.
Please enter 0 for fully imported items, and 100 for fully indigenous items. The Allowed
1 No Yes
definition and calculation of local content shall be in accordance with the Make (Optional)
in India policy as incorporated in the tender conditions.
The payment towards tender document cost (TDC) and earnest money (EMD)
against the works tenders should be made through online payment modes like
net banking, debit/ credit cards etc. available on IREPS portal only. No
2 payment for works tender should be made through Demand Draft, Banker's Yes No Not Allowed
cheque, Cash Deposit receipts or in cash for tender document cost (TDC) and
Earnest money (EMD).(Railway Board's letter no 2015/CE-I/CT/5/1 dt 31st
August 2016).
If the payment for TDC & EMD should not be made as per the above
2.1 Yes No Not Allowed
Mentioned criteria, offer will be summarily rejected.

General Instructions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
1 Applicability of rules for this tender No No Not Allowed
1.1 GCC-November 2018 with upto date correction slip. No No Not Allowed
USSOR-2011 and IR UNIFIED Standard Specification with upto date correction
1.2 No No Not Allowed
slip.
1.3 Relevant IS-CODE. No No Not Allowed
In these Special Conditions of Contract the following terms shall have the
2 meaning hereby assigned to them except where the context otherwise No No Not Allowed
requires.
(a)"General Condition of Contract" shall mean General Conditions of Contract-
November 2018 as contained in Western Railway, Engineering Department
2.1 No No Not Allowed
"Indian Railways Unified standard specifications (works and materials)Vol-I
&II".
(b)Standard Specifications shall mean " Indian Railways Unified standard
2.2 No No Not Allowed
specifications (works and materials) Vol-I & II".
(c)Standard Schedule Items/Rates shall mean the Items/Rates in the Unified
2.3 No No Not Allowed
standard schedule of rates (works & materials)-2011.
Where there is any conflict in conditions/Specifications contained in various
3 No No Not Allowed
parts, order of precedence will be as given below.
3.1 i. Any foot note given by the Railway in the schedule of quantities and rates. No No Not Allowed
3.2 ii. Description of item in the Schedule of Quantities and rates. No No Not Allowed
3.3 iii. Special Specifications. No No Not Allowed
3.4 iv Additional Special Conditions/of Contract. No No Not Allowed
3.5 v. Standard Specifications. No No Not Allowed
3.6 vi. Special Conditions of Contract. No No Not Allowed
4 Signature on Receipts for Amount. No No Not Allowed

Pa g e 19 o f 2 5 Ru n Da te/Time: 10 /0 9 /2 0 19 16 :2 0 :5 3
MUMBAI CENTRAL DIVISION-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: BCT-19-20-228 Closing Date/Time: 01/10/2019 15:00

Every receipt for money which may become payable or for any security which
may become transferable to the Contractors under these presents, shall, if
signed in the partnership name by anyone of the partners of a Contractor's
firm be a good and sufficient discharge to the Railway in respect of the
moneys or security purported to be acknowledged thereby and in the event of
death of any of the Contractor, partners during the pendency of the contract, it
is hereby expressly agreed that every receipt by anyone of the surviving
Contractor partners shall if so signed as aforesaid be good and sufficient
4.1 No No Not Allowed
discharge as aforesaid provided that nothing in this Clause contained shall be
deemed to prejudice or effect any claim which the Railway may hereafter have
against the legal representative of any Contractor partner so dying for or in
respect to any breach of any of the conditions of the contract, provided also
that nothing in this clause contained shall be deemed to prejudice or effect the
respective rights or obligations of the Contractor partners and of the legal
representatives of any deceased Contractor partners interse. (As per GCC
Nov.2018, Para 53, Page 67)
Modification to GCC-2018 for introduction of measurement and recording of
"Executed works" by the contractor in Railway construction works. "
5 No No Not Allowed
Introduction of Item in clause 45 (1), 45 (2) (a) (b), 46 (1), 46 (2), 46 (3), 46
(4), 51 (1), 51 (2), 51-A of Part II of IREPS GCC-November 2018.
(i) Certificates and testimonials regarding contracting experience for the type
of job for which tender is invited with list of works carried out in the past. (ii)
Certificates which may be an attested Certificate from the client, Audited
Balance Sheet duly certified by the Chartered Accountant etc regarding
contractual payments received in the past. (iii) The list of personnel /
organization on hand and proposed to be engaged for the tendered work.
Similarly list of Plant & Machinery available on hand and proposed to be
inducted and hired for the tendered work. (iv) A copy of notarized affidavit on a
non-judicial stamp paper stating that they are not liable to be disqualified and
all their statements/documents submitted alongwith bid are true and factual.
Standard format of the affidavit to be submitted by the bidder is enclosed as
Annexure-V. Non submission of a copy of notarised affidavit by the bidder shall
result in summarily rejection of his/their bid. It shall be mandatorily incumbent
upon the tenderer to identify, state and submit the supporting documents duly
self attested by which they/he are/is qualifying the Qualifying Criteria
mentioned in the Tender Document. (v) The Railway reserves the right to
verify all statements, information and documents submitted by the bidder in his
tender offer, and the bidder shall, when so required by the Railway, make
available all such information, evidence and documents as may be necessary
for such verification. Any such verification or lack of such verification, by the
6 Railway shall not relieve the bidder of its obligations or liabilities hereunder nor No No Not Allowed
will it affect any rights of the Railway thereunder. (vi) (a) In case of any
information submitted by tenderer is found to be false forged or incorrect at
any time during process for evaluation of tenders, it shall lead to forfeiture of
the tender Earnest Money Deposit besides banning of business for a period of
upto five years. (b) In case of any information submitted by tenderer is found
to be false forged or incorrect after the award of contract, the contract shall be
terminated. Earnest Money Deposit (EMD), Performance Guarantee and
Security Deposit available with the railway shall be forfeited. In addition, other
dues of the contractor, if any, under this contract shall be forfeited and agency
shall be banned for doing business for a period of upto five years. (vi) (a) In
case of any information submitted by tenderer is found to be false forged or
incorrect at any time during process for evaluation of tenders, it shall lead to
forfeiture of the tender Earnest Money Deposit besides banning of business
for a period of upto five years. (b) In case of any information submitted by
tenderer is found to be false forged or incorrect after the award of contract, the
contract shall be terminated. Earnest Money Deposit (EMD), Performance
Guarantee and Security Deposit available with the railway shall be forfeited. In
addition, other dues of the contractor, if any, under this contract shall be
forfeited and agency shall be banned for doing business for a period of upto
five years. (As per GCC Nov.2018, Para 11, Item no. (i) to (vi), Page 13)

Pa g e 2 0 o f 2 5 Ru n Da te/Time: 10 /0 9 /2 0 19 16 :2 0 :5 3
MUMBAI CENTRAL DIVISION-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: BCT-19-20-228 Closing Date/Time: 01/10/2019 15:00

ELECTRIC CONNECTION IS TO BE PROVIDED TAKE ALL THE SAFETY


PRECAUTIONS SUCH AS: i) Use of 3 core cable with earth wire /4 core cable
with armour. ii) Ensuring earthing of the 3 core / 4 core cable iii) Use of RCBO
iv) Use of properly sealed distribution board / switch board with appropriate
size MCBs. v) Proper laying of the cables vi) No temporary joints to be
permitted. vii) Use of proper size plug / sockets. For the un-metered
7 connections of less than 1200 watt, only item No. VI & VII with the use of 3 No No Not Allowed
core cable with earth wire only to be insisted as other items will not be
applicable. Before connecting the assets to electrical power supply, SSE
incharge must personally be satisfied that the firm's installation is safe against
any fire hazards / electric shocks. (This is as per letter no. Sr.DEE(P) BCT's
letter no. EL.197/13/9 (Tech circular) dt 25/07/2018). (As per GCC-Nov 2018
Para 31.4 Item no.(a) & (b), Page 49)

Special Conditions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
'Tenderers should submit their offer strictly in accordance with the terms and
conditions of the tender document. Tenderer should not quote any deviation
from the tender document and should not quote any conditions. Nevertheless,
as an exception, if any unavoidable deviations or conditions are quoted by the
tenderers, financial impact of each of such conditions / deviations on their
quoted unit rates, in terms of Rupees per unit rate, shall be clearly mentioned
by the tenderer in the tender offer. If any of the deviation / condition has no
1 No No Not Allowed
financial impact on the quoted rates, in such cases also, the tenderer must
clearly mention its financial impact as 'NIL'. This is required for proper financial
evaluation of such conditional / deviated offers. Conditional offers / offers with
deviations, without quantified financial impact of each of the condition /
deviation on the quoted rates, shall be considered as "incomplete" and shall
be summarily rejected'. (In terms of CE(Works)CCG's Letter No.
W.118/0/3/S.I(W6) dt. 27.06.16,)
SPECAIL PROVISION IN CONNECTION WITH PARA 26 OF GCC Nov-
2 No No Not Allowed
2018(As per Railway Bd's letter no 2012/CE-I/CT/0/20 dt 10/05/13)
(A) In terms of provisions of new Clause 26A.1 to the General Conditions of
Contract (GCC), contractor shall also employ following Qualified Engineers
during execution of the allotted work: (a)One Qualified Graduate Engineer
2.1 No No Not Allowed
when cost of work to be executed is Rs. 200 lakh and above, and (b)One
Qualified Diploma Holder Engineer when cost of work to be executed is more
than Rs. 25 lakh, but less than Rs. 200 lakh.
(B) Further, in case the contractor fails to employ the Qualified Engineer, as
aforesaid in Para (A) above, he, in terms of provisions of Clause 26A.2 to the
2.2 General Conditions of Contract, shall be liable to pay an amount of Rs. 40,000 No No Not Allowed
and Rs. 25,000 for each month or part thereof for the default period for the
provisions, as contained in Para A(a) and A(b) above respectively.
(C)Provision for deployment of Qualified Engineers (Graduate Engineer or
Diploma Holder Engineer) shall be for the values as prescribed above.
However, for the works contract tenders, if it is considered appropriate by the
2.3 tender inviting authority, not to have the services of qualified engineer, the No No Not Allowed
same shall be so mentioned in the tender documents by the concerned
Executive with the approval of Officer not below the level of SAG Officer, for
reasons to be recorded in writing.
As per para 26 A.3 Part (II), No. of qualified Engineers required to be deployed
by the Contractor for various activities contained in the works contract shall be
2.4 No No Not Allowed
specified in the tender documents as 'Special Condition of Contract' by the
tender inviting authority." (As per GCC Nov.2018, Para 26-A, Page 47).
RESTRICTIONS ON ARBITRATION CLAUSES. (As per GCC Nov.2018, Para
3 No No Not Allowed
64. (I), Page 78)
Demand for Arbitration:- As per clause No 64, GCC part-II Nov'2018 corrected
3.1 No No Not Allowed
up-to date.
Settlement of disputes-Indian railway Arbitration and Conciliation Rules:- As
3.2 No No Not Allowed
per clause No 63, GCC part-II Nov'2018 corrected up-to date.
These special conditions shall prevail over existing clauses 63 and 64 of
3.3 No No Not Allowed
General Conditions of Contract.

Pa g e 2 1 o f 2 5 Ru n Da te/Time: 10 /0 9 /2 0 19 16 :2 0 :5 3
MUMBAI CENTRAL DIVISION-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: BCT-19-20-228 Closing Date/Time: 01/10/2019 15:00

GUIDELINE FOR THE MAINTENANCE PERIOD (As per GCC Nov-2018, Para
4 No No Not Allowed
47, Page 63).
1)The tenderer/s shall be required to maintain the work effectively as
mentioned in the special conditions in tender documents. Maintenance period
will commence from the date of completion as per Clause No.47 of the
4.1 No No Not Allowed
General Conditions of Contract of Western Railway. Security deposit will not be
released until maintenance period is completed. For Zonal contracts, please
see para 4.2 below.
2) However, for a zonal work, the maintenance period shall be as under As per
Annexure-III, GCC part-I (a) and (b) Nov'2018 corrected up-to date. a)Repair
4.2 and maintenance work including white/color washing: three calendar months No No Not Allowed
from date of completion for each work-order. b) All new works except earth
work: Six calendar months from date of completion for each work order.
3)To cover up monsoon period, the maintenance period will be extended in
cases when required and contractor shall remain responsible for maintenance
for this extended period also. The contractor shall make good and remedy at
his own expense within such period as may be stipulated by the Engineer, any
defect which may develop or may be before the expiry of this period and
intimation of which has been sent to the contractor within seven days of the
4.3 expiry of the said period by a letter, sent by hand delivery or by registered No No Not Allowed
post. In case the contractor fails to make adequate arrangements to rectify the
defects within seven days of the receipt of such notices, the Engineer without
further notice may make his own arrangement to rectify the defects and the
cost of such rectification shall be recovered from the Security Deposit of the
contractor or from any other money due to the contractor under this or any
other contract.
5 SPECIAL CONDITION FOR TAX DEDUCTION No No Not Allowed
(1) In respect of works, the contract value of which is more than Rs. 5,000/-
each, a deduction of 2% on the gross payment from each of the Contractor's
5.1 bills shall be made in terms of section 194(C) of the Income Tax Act of 1961 & No No Not Allowed
1991. (From time to time surcharge will also be deducted along with I. Tax as
per extent rules.
(2)The Railway will deduct sales tax if leviable in a particular state where the
work is going on, the gross amount of each bill while making payment to the
5.2 No No Not Allowed
contractor(s). The recovery shall be governed as per the guide lines & rates
prescribed by the concerned State Government
(3) Any Other taxes The Contractor shall bear in full all taxes and royalties
levied by the State Government and/or Central Government from time to time.
This would be entirely a matter between the contractor and State
5.3 No No Not Allowed
Government/or Central Government. Railway will recover the taxes and
royalties through final bills if the contractor fails to pay the taxes and royalties
to the Government.
DETAILS OF INSPECTION REGISTER AND RECORDS ARE TO MAINTAINED
6 No No Not Allowed
BY TENDERER ARE AS FOLLOWS:
1)The Contractor/s shall maintain accurate records, plans and charts showing
the dates and progress of all main operations and the Engineer shall have
6.1 access to this information at all reasonable times. Records of tests made shall No No Not Allowed
be handed over to the Engineer/s representative after carrying out the tests.
The following registers will be maintained at site by the Contractor/s.
2)Site Order Register: The Contractor/s shall promptly acknowledge by putting
his signature in the site order against any order given therein by the Engineer
6.2 or his representative or his superior officers and comply with them. The No No Not Allowed
Compliance shall be reported by the Contractor/s to the Engineer in good time
so that it can be checked.
3)Labour Register: This register will be maintained to show daily strength of
6.3 No No Not Allowed
labour in different categories employed by the Contractor/s.
4)LOG book of events: All events are required to be chronologically logged in
6.4 No No Not Allowed
this book shift wise and date wise.
6.5 5)Cement & steel registers shall be maintained by the contractor. No No Not Allowed
7 APPLICABILITY OF PRICE VARIATION CLAUSE AS PER GCC CLAUSE 46A No No Not Allowed

Pa g e 2 2 o f 2 5 Ru n Da te/Time: 10 /0 9 /2 0 19 16 :2 0 :5 3
MUMBAI CENTRAL DIVISION-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: BCT-19-20-228 Closing Date/Time: 01/10/2019 15:00

Applicability: I. Price Variation Clause (PVC) shall be applicable only in those


contracts where tender conditions specifically permits it and irrespective of the
7.1 contract completion period. (As per GCC- Nov.2018, Para no. 46 (A), Page 58, No No Not Allowed
GCC part-II Nov'2018 corrected up-to date. Applicability of PVC in this work is
mentioned in the special conditions in tender document.
II. Price Variation Clause for Annual Maintenance Contract or Zonal Contract :-
The price variation Clause of General Conditions of Contract shall not apply to
7.2 a works contract which is either an Annual Maintenance Contract or a Zonal No No Not Allowed
Contract as per Railway Boards letter No.2013/CE/I/CT/O/10-PVC-Pt.I
dtd.27.01.2015.
8 DISASTER MANAGMENT No No Not Allowed
"All the available vehicles and equipment's of the contractor can be drafted by
the Railway Administration in case of accidents/natural calamities involving
human lives. The payment for such drafting shall be made according to the
rates as shall be fixed by the Engineer. However, if the contractor is not
8.1 satisfied with the decision of the Engineer in this respect he may appeal to the No No Not Allowed
Chief Engineer within 30 Days of getting the decision of the Engineer,
supported by analysis of the rates claimed. The Chief Engineer's decision after
hearing both the parties in the matter would be final and binding on the
contractor and the Railway".
9 EMERGENCY WORK No No Not Allowed
In the event of any accident or failure occurring in the execution of work/
arising out of it which in the opinion of the Engineer requires immediate
attention, the Railway may bring its own workmen or other agency/agencies to
9.1 execute or partly execute the necessary work or carry out repairs if the No No Not Allowed
Engineer-in-charge considers that the contractor(s) is/are not in a position to
do so in time without giving any notice and charge the cost thereof, to be
determined by the Engineer-in-charge, to the contractor.
10 DAMAGE BY ACCIDENT/ FLOOD/ TIDES OR NATURAL CALAMITIES No No Not Allowed
The Contractor shall take all precautions against damages from accidents,
floods tides or other natural occurrences. He shall not be entitled to any
compensation for his tools, plants, materials, machines and other equipment
lost or damaged by any cause whatsoever. The Contractor shall be liable to
make good the damage to any structure or part of a structure, plant or
10.1 No No Not Allowed
material of every description belonging to the Railway covered under the
Contract, lost or damaged by him due to any cause during the course of
execution of work. The Railway Administration will not be liable to pay the
contractor any charge for rectification or repair to any damage which may
have occurred from any cause what so ever.
Tender Credentials:- As per para no 11 of GCC Nov'2018 Part-I corrected up
to date. Non-compliance with any of the conditions set forth therein above is
11 No No Not Allowed
liable to result in the tender being rejected clause no 12 Part-I of GCC
Nov'2018 corrected up to date . (As per GCC Nov.2018, Para 11, Page 13)
Procedure for contractual payment after implementations of GST Act 2017
(Railway Board's letter no. 2017/CE-I/CT/4/GST dated 29/06/2017,
12 CIRCULATED BY CE(WORKS) CCG vide letter no. W118/0 VOL. IX (W6) No No Not Allowed
dated 30.06.2017 for implementation of GST ACT' 2017). The said letter is
attached with tender document for reference.
13 INCLUSION OF LETTER OF CREDIT AS MODE OF PAYMENT No No Not Allowed
Inclusion of LETTER OF CREDIT as mode of payment In works tenders or
service tenders invited by railways through E tendering on IREPS, having
14 advertising value of Rs.10 lakhs and above (as per railway Bd's letter no No No Not Allowed
2018/CE-I/CT/9 dt 04/06/2018. The said letter is attached with tender
document for reference

Technical-Compliances

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Partnership deeds, Power of attorney, JV, LLP etc., as per clause No. 14 (i) to
1 (vi) and 15 of GCC Part-I Nov 2018 corrected up to date. (As per GCC - Yes No Not Allowed
Nov.2018, Para 14(i) to (vi), Page -14)

Pa g e 2 3 o f 2 5 Ru n Da te/Time: 10 /0 9 /2 0 19 16 :2 0 :5 3
MUMBAI CENTRAL DIVISION-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: BCT-19-20-228 Closing Date/Time: 01/10/2019 15:00

Certificate of Information regarding Employment/Partnership etc. of Retired


Railway Employees with the tender as per the attached Performa. As per Allowed
2 No No
clause No 16 (a) and (b) of GCC Part-I Nov 2018 corrected up to date. (As per (Mandatory)
GCC -Nov.2018, Para 16, Page -15).
Restrictions on the Employment of Retired Engineers of Railway Services
2.1 Within One Year of their Retirement: As per GCC -Nov.2018, Para 59.9, Page Yes No Not Allowed
-73.
Certificate of NO Relative being an employee of Western Railway as per Allowed
2.2 No No
attached Performa. (Mandatory)
Joint Venture (JV) in works tenders. Refer GCC para no 17.1 to 17.15.3 of
Allowed
3 Part-I Nov 2018 corrected up to date. (As per GCC -Nov.2018, Para 17, Page No No
(Mandatory)
-16 to 20)
Participation of Partnership Firm in works tenders. Refer GCC para no 18.1 to
Allowed
4 18.12 of Part-I Nov 2018 corrected up to date. (As per GCC -Nov.2018, Para No No
(Mandatory)
18, Page -20 to 22)
The tenderer should upload the scan copy of EPFO and ESI registration
number. However EPFO and ESI registration would be mandatory and Allowed
5 No No
documents towards EPFO and ESI registration must be submitted before (Mandatory)
execution of the agreement.
The tenderers shall submit a copy of notarized affidavit on a non-judicial stamp
paper stating that all their statements / documents submitted alongwith bid are
true and factual. Standard format of the affidavit to be submitted by the bidder
is enclosed as Annexure-V. Non submission of notarized affidavit by the bidder Allowed
6 No No
shall result in summarily rejection of his/their bid. It shall be mandatorily (Mandatory)
incumbent upon the tenderer to identify, state and submit the supporting
documents duly self attested by which they/he is qualifying the Qualifying
Criteria mentioned in the Tender Document.
Performance Bank Guarantee:- As per Clause No. 16.(4) of GCC Part-I,
7 November 2018 corrected up to date. (As per GCC -Nov.2018, Para 16.(4), No No Not Allowed
Page 39) Performa Attached.

Undertakings

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
I/We agree to execute the above work as per special conditions laid down
1 No No Not Allowed
above.
I/ We have visited the works site and I / We am / are aware of the site
2 No No Not Allowed
conditions.

6. Documents attached with tender

S.No. Document Name Document Description


1 Scopeofwork.pdf Scope of work
2 Specialcondition-BCT-19-20-228.pdf Special Tender condition
3 3-JPOSTandElectfordiggingwork.pdf JPO for cable digging
4 Newcertificateforretiredrailwayemployees.pdf New Certificate for Retd Railway Employees Proforma
5 NOrelativecertificate.pdf No relative certificate
6 ProcedureforpaymentofContractorbillasperGST.pdf Procedure of payment of Contractor bill post GST
7 Letterofcreditasmodeofpayment_1.pdf Letter of Credit
8 NewNotarizedAffidavit.pdf New Notarized Affidavit
9 IRGCCNOVEMEBR2018.doc_1.pdf GCC RB NOV 2018
10 2-guidelineforelectricalcondition.pdf Guideline for electrial connection
11 1-Safetyrules.pdf Saftey Rule
12 4-PBGproforma.pdf PBG performa

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

Pa g e 2 4 o f 2 5 Ru n Da te/Time: 10 /0 9 /2 0 19 16 :2 0 :5 3
MUMBAI CENTRAL DIVISION-ENGINEERING/WESTERN RLY
TENDER DOCUMENT
Tender No: BCT-19-20-228 Closing Date/Time: 01/10/2019 15:00

Signed By: ARUN KUMAR

Designation : DENEst/S

Pa g e 2 5 o f 2 5 Ru n Da te/Time: 10 /0 9 /2 0 19 16 :2 0 :5 3

Das könnte Ihnen auch gefallen