Bogadha Tunnel
Bogadha Tunnel
TENDER DOCUMENT
Tender No: EPC-14-CAO-C-SC-2023 Closing Date/Time: 20/03/2024 15:00
Chief Administrative Officer / CON acting for and on behalf of The President of India invites E-Tenders against Tender No EPC-14-
CAO-C-SC-2023 Closing Date/Time 20/03/2024 15:00 Hrs. Bidders will be able to submit their original/revised bids upto closing date
and time only. Manual offers are not allowed against this tender, and any such manual offer received shall be ignored.
1. NIT HEADER
2. SCHEDULE
S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Above/
Schedule LS-LumpSum 1254273752.70
Below/Par
Lump Sum 1254273752.70 AT Par 1254273752.70
Description :- Engineering Procurement and Construction (EPC) Contract for Construction of Tunnel work and
approaches for Bogadha tunnel(T-1)- (Km: 219.000 - Km: 223.800) 4.80Kms length(1.60Km tunnel length +
1 3.20Km length of tunnel approaches) &Chelama tunnel(T-2) - (Km: 232.300 - Km: 233.600) 1.30Kms length
(0.34Km tunnel length + 0.96Km length of tunnel approaches) (approximate total length of 6.10 Kms)& allied
works of Guntur - Guntakal doubling line project - Diguvametta - Gazulapalli section in Guntur division of South
Central Railway.
3. ITEM BREAKUP
4. ELIGIBILITY CONDITIONS
Important : All documents uploaded and remarks / confirmation entered by the bidders against any eligibility condition
shall be opened as part of technical bid only
The Bidder shall have a minimum Net Worth (the "Financial Capacity") of Rs. 6.35 crore Allowed
1 No No
at the close of the preceding Financial Year. (Mandatory)
Bidders shall confirm and certify on the behalf of the tenderer including its constituents as under:
S.No. Description
1 I/we the tenderer (s) am/are signing this document after carefully reading the contents.
2 I/We the tenderer(s) also accept all the conditions of the tender and have signed all the pages in confirmation thereof.
I/we hereby declare that I/we have downloaded the tender documents from Indian Railway website www.ireps.gov.in . I/we have
verified the content of the document from the website and there is no addition, no deletion or no alteration to the content of the
3
tender document. In case of any discrepancy noticed at any stage i.e. evaluation of tenders, execution of work or final payment
of the contract, the master copy available with the railway Administration shall be final and binding upon me/us.
I/we declare and certify that I/we have not made any misleading or false representation in the forms, statements and
4
attachments in proof of the qualification requirements.
I/We also understand that my/our offer will be evaluated based on the documents/credentials submitted along with the offer and
5
same shall be binding upon me/us.
I/We declare that the information and documents submitted along with the tender by me/us are correct and I/we are fully
6
responsible for the correctness of the information and documents, submitted by us.
I/we certify that I/we the tenderer(s) is/are not blacklisted or debarred by Railways or any other Ministry / Department of Govt.
7 of India from participation in tender on the date of submission of bids, either in individual capacity or as a HUF/ member of the
partnership firm/LLP/JV/Society/Trust.
I/we understand that if the contents of the certificate submitted by us are found to be forged/false at any time during process for
evaluation of tenders, it shall lead to forfeiture of the Bid Security and may also lead to any other action provided in the contract
8
including banning of business for a period of upto two year. Further, I/we and all my/our constituents understand that my/our
offer shall be summarily rejected.
I/we also understand that if the contents of the certificate submitted by us are found to be false/forged at any time after the
award of the contract, it will lead to termination of the contract, along with forfeiture of Bid Security/Security Deposit and
9
Performance guarantee and may also lead to any other action provided in the contract including banning of business for a
period of upto two year.
I/We have read the clause regarding restriction on procurement from a bidder of a country which shares a land border with India
and certify that I am/We are not from such a country or, if from such a country, have been registered with the competent
10
Authority. I/We hereby certify that I/we fulfil all the requirements in this regard and am/are eligible to be considered (evidence of
valid registration by the competent authority is enclosed)
Partnership firm/Joint Venture (JV) / Hindu Undivided Family (HUF) / Limited Liability Partnership (LLP) etc.
S.No. Description
Partnership firm/Joint Venture (JV) / Hindu Undivided Family (HUF) / Limited Liability Partnership (LLP) etc. Please
submit a certificate in the prescribed format (please download the format from the link given below). Non submission of the
1 certificate, or submission of certificate either not properly filled in, or in a format other than the prescribed format shall lead to
summary rejection of your offer.
( Click here to download the Format of Self Certification)
5. COMPLIANCE
Important : All documents uploaded and remarks / confirmation entered by the bidders against any compliance
condition shall be opened as part of technical bid only.
Check Lst
Commercial-Compliance
General Instructions
Special Conditions
Undertakings
[i] I/We the tenderer(s) am/are signing this document after carefully reading
the contents. [ii]I/We the tenderer(s) also accept all the conditions of the
tender and have signed all the pages in confirmation thereof.[iii]I/we hereby
declare that I/we have downloaded the tender documents from Indian Railway
website www.ireps.gov.in . I/we have verified the content of the document from
the website and there is no addition, no deletion or no alteration to the content
of the tender document. In case of any discrepancy noticed at any stage i.e.
evaluation of tenders, execution of work or final payment of the contract, the
3.1 master copy available with the railway Administration shall be final and binding No No Not Allowed
upon me/us. [iv] I/We declare and certify that I/We have not made any
misleading or false representation in the documents, forms, statements
attached in proof of the qualification requirements. [v] I/We also understand
that my/our offer will be evaluated based on the documents/credentials
uploaded along with the offer and the same shall be binding upon me/us. [vi]
I/We declare that the information and the documents attached alongwith the
tender by me/us are correct and I/We are fully responsible for the correctness
of the information and the documents submitted by us.
I/We indemnify and save harmless the Railway from and against all actions,
suit proceedings losses, costs, damages, charges, claims and demands of
every nature and description brought or recovered against the Railways by
reason of any act or omission of the Contractor, his agents or employees, in
4 No No Not Allowed
the execution of the works or in his guarding of the same. All sums payable by
way of compensation under any of these conditions shall be considered as
reasonable compensation to be applied to the actual loss or damage
sustained, and whether or not any damage shall have been sustained.
I/We are aware that: Should the Railway decide to negotiate with a view to
bring down the rates, the tenderer called for negotiations should furnish the
following form of declaration before commencement of negotiations. I/We ------
------------------- do declare that in the event of failure of contemplated
negotiations relating to Tender No. ..........., dt............ Item No. opened on
dt:.......... my original tender shall remain open for acceptance on its original
terms and condition. I also declare that I am aware that during this
5 negotiations, I cannot increase the originally quoted rates against any of the No No Not Allowed
individual items and that in the event of my doing so the same would not be
considered at all i.e., reduction in rates during negotiation alone would be
considered and for some items if I/we increase the rates, the same would not
be considered and in lieu my originally quoted rates alone would be
considered and my offer would be evaluated accordingly. I/We are also aware
that the validity of such negotiated offer will be 30 days from the date of
negotiations or the validity of original offer, whichever is later.
I/We certify that I/We the tenderer (s) is/are not blacklisted or debarred by
Railways or any other Ministry / Department of Govt. of India from participation
6 No No Not Allowed
in tender on the date of submission of bids, either in individual capacity or as a
HUF/member of the partnership firm/LLP/JV/Society/Trust.
I/We understand that if the contents of the Appendix-IA submitted by us are
found to be forged/false or incorrect, i)at any time during process for
evaluation of tenders, it shall lead to forfeiture of the Bid Security and may also
lead to any other action provided in the contract including banning of business
for a period of upto two years. Further, I/We (insert name of the
7 tenderer)**____ and all my/our constituents understand that my/our offer shall No No Not Allowed
be summarily rejected. ii)at any time after the award of the contract, it will lead
to termination of the contract, along with forfeiture of Bid Security/Security
Deposit and Performance guarantee and may also lead to any other action
provided in the contract including banning of business for a period of upto two
years.
Clause 2.11.2 of RFP: The Bidder shall submit the following documents
physically within time as mentioned in Clause 1.3 : (a) Original Power of
Attorney for signing the Bid as per format at Appendix-II; (b) if applicable,
Original Power of Attorney for Lead Member of Consortium/Joint Venture as
per the format at Appendix-III; (c)if applicable, Original Joint Bidding
Agreement for Consortium / Joint Venture as per the format at Appendix-IV;
(d) Bid Security in the form of Original Bank Guarantee in the format at
Appendix-VII from a Bank. Clause 2.11.3 of RFP: The documents listed at
Clause 2.11.2 shall be placed in an envelope, which shall be sealed. The
envelope shall clearly bear the identification BID for the "Engineering,
Procurement and Construction (EPC) contract for Construction of Tunnel work
and approaches for Bogadha tunnel(T-1)- (Km: 219.000 - Km: 223.800)
4.80Kms length(1.60Km tunnel length + 3.20Km length of tunnel approaches) Allowed
1 No No
&Chelama tunnel(T-2) - (Km: 232.300 - Km: 233.600) 1.30Kms length (Mandatory)
(0.34Km tunnel length + 0.96Km length of tunnel approaches) (approximate
total length of 6.10 Kms)& allied works of Guntur - Guntakal doubling line
project - Diguvametta - Gazulapalli section in Guntur division of South Central
Railway " and shall clearly indicate the name and address of the Bidder. In
addition, the Bid Due Date should be indicated on the right hand top corner of
the envelope. Clause 2.11.4 of RFP: The envelope shall be addressed to the
officer and address as mentioned in page 27 of RFP. Clause 2.11.5 of RFP: If
the envelope is not sealed and marked as instructed above, the Authority
assumes no responsibility for the misplacement or premature opening of the
contents of the Bid submitted and consequent losses, if any, suffered by the
Bidder. Clause 2.11.6 of RFP: Bids submitted by fax, telex, telegram or e-mail
shall not be entertained and shall be summarily rejected.
Custom
23 RITES-SCR-DPR-T1-P01-KP-1-AA3.pdf Tunnel 1
24 RITES-SCR-DPR-T1-P01-LA-001-AA2.pdf Tunnel 1
25 RITES-SCR-DPR-T1-P02-001-AA3.pdf Tunnel 1
26 RITES-SCR-DPR-T1-P02-002-AA1A3.pdf Tunnel 1
27 RITES-SCR-DPR-T1-P02-004-AA1A3.pdf Tunnel 1
28 RITES-SCR-DPR-T1-P02-005-AA1A3.pdf Tunnel 1
29 RITES-SCR-DPR-T1-P02-006-AA1A3.pdf Tunnel 1
30 RITES-SCR-DPR-T1-P03-001-AA1A3.pdf Tunnel 1
31 RITES-SCR-DPR-T1-P03-002-AA1A3.pdf Tunnel 1
32 RITES-SCR-DPR-T1-P03-003-AA1A3.pdf Tunnel 1
33 RITES-SCR-DPR-T1-P03-004-AA1A3.pdf Tunnel 1
34 RITES-SCR-DPR-T1-P03-011-AA1A3.pdf Tunnel 1
35 RITES-SCR-DPR-T1-P03-021-AA3.pdf Tunnel 1
36 RITES-SCR-DPR-T1-P03-022-AA3.pdf Tunnel 1
37 RITES-SCR-DPR-T1-P03-023-AA3.pdf Tunnel 1
38 RITES-SCR-DPR-T1-P03-024-AA3.pdf Tunnel 1
39 RITES-SCR-DPR-T1-P05-001-AA3.pdf Tunnel 1
40 RITES-SCR-DPR-T1-P05-002-AA3.pdf Tunnel 1
41 RITES-SCR-DPR-T1-P06-001-AA3.pdf Tunnel 1
42 RITES-SCR-DPR-T1-P06-010-AA3.pdf Tunnel 1
43 RITES-SCR-DPR-T1-P06-011-AA3.pdf Tunnel 1
DPRDrawingSubmissionRegister-MAINTUNNEL-
44 Tunnel 1
T1COMBINED29-03-2019.pdf
45 FireFighteningarrang_T-1.pdf E and M T 1
46 LayoutofEarthingconnection_T-1.pdf E and M T 1
47 Layoutofescaperootorientation_T-1.pdf E and M T 1
48 LayoutplanofOHEandFixingarrangement-T-1.pdf E and M T 1
49 OHEBracketarrangement_T-1.pdf E and M T 1
50 SafetyEquipmentInstallation-1-T-1.pdf E and M T 1
51 SafetyEquipmentinstallation-2-T-1.pdf E and M T 1
52 Tunnellighteninglayoutwithcableway-T-1.pdf E and M T 1
53 TunnelLighteningLayOut-T-1.pdf E and M T 1
54 RITES-SCR-DPR-T2-P01-003-AA1A3.pdf Tunnel 2
55 RITES-SCR-DPR-T2-P01-004-AA1A3.pdf Tunnel 2
56 RITES-SCR-DPR-T2-P01-011-AA3.pdf Tunnel 2
57 RITES-SCR-DPR-T2-P01-KP-1-AA3.pdf Tunnel 2
58 RITES-SCR-DPR-T2-P02-001-AA3.pdf Tunnel 2
59 RITES-SCR-DPR-T2-P02-007-AA1A3.pdf Tunnel 2
60 RITES-SCR-DPR-T2-P03-001-AA1A3.pdf Tunnel 2
61 RITES-SCR-DPR-T2-P03-002-AA1A3.pdf Tunnel 2
62 RITES-SCR-DPR-T2-P03-003-AA1A3.pdf Tunnel 2
63 RITES-SCR-DPR-T2-P03-004-AA1A3.pdf Tunnel 2
64 RITES-SCR-DPR-T2-P03-011-AA3.pdf Tunnel 2
65 RITES-SCR-DPR-T2-P03-021-A1A3.pdf Tunnel 2
66 RITES-SCR-DPR-T2-P03-022-A1A3.pdf Tunnel 2
67 RITES-SCR-DPR-T2-P03-023-A1A3.pdf Tunnel 2
68 RITES-SCR-DPR-T2-P03-024-A1A3.pdf Tunnel 2
69 RITES-SCR-DPR-T2-P05-001-AA3.pdf Tunnel 2
70 RITES-SCR-DPR-T2-P05-002-AA3.pdf Tunnel 2
71 RITES-SCR-DPR-T2-P06-001-A1A3.pdf Tunnel 2
72 RITES-SCR-DPR-T2-P06-010-AA3.pdf Tunnel 2
73 RITES-SCR-DPR-T2-P03-003-AA1A3_1.pdf Tunnel 2
74 RITES-SCR-DPR-T2-P03-004-AA1A3_1.pdf Tunnel 2
75 RITES-SCR-DPR-T2-P03-011-AA3_1.pdf Tunnel 2
76 RITES-SCR-DPR-T2-P07-005-AA3.pdf Tunnel 2
77 RITES-SCR-DPR-T2-P07-006-AA3.pdf Tunnel 2
78 RITES-SCR-DPR-T2-P07-003-AA3.pdf Tunnel 2
79 RITES-SCR-DPR-T2-P07-004-AA3.pdf Tunnel 2
80 RITES-SCR-DPR-T2-P07-011-AA3.pdf Tunnel 2
81 RITES-SCR-DPR-T2-P06-010-AA3_1.pdf Tunnel 2
82 RITES-SCR-DPR-T2-P06-011-A1A3.pdf Tunnel 2
83 RITES-SCR-DPR-T2-P09-EM-001.pdf E and M T 2
84 RITES-SCR-DPR-T2-P09-EM-002.pdf E and M T 2
85 RITES-SCR-DPR-T2-P09-EM-003.pdf E and M T 2
86 RITES-SCR-DPR-T2-P09-EM-004.pdf E and M T 2
87 RITES-SCR-DPR-T2-P09-EM-005.pdf E and M T 2
88 RITES-SCR-DPR-T2-P09-EM-006.pdf E and M T 2
89 RITES-SCR-DPR-T2-P09-EM-007.pdf E and M T 2
90 RITES-SCR-DPR-T2-P09-EM-008.pdf E and M T 2
91 RITES-SCR-DPR-T2-P09-EM-009.pdf E and M T 2
92 RDSO-T-3711_BLT_1.pdf BLT IFS
93 RT-2263_BLT.pdf BLT IFS
94 RT-3701new_BLT.pdf BLT IFS
95 RT-3706to3708Alt.8_BLT.pdf BLT IFS
96 RT-5919new_BLT.pdf BLT IFS
97 RT-6901Alt5_BLT.pdf BLT IFS
98 RT-8206TOEGAP_BLT.pdf BLT IFS
99 RT-8299_BLT.pdf BLT IFS
100 RT-8301_BLT.pdf BLT IFS
101 RT-8304_BLT.pdf BLT IFS
102 RT-8305_BLT.pdf BLT IFS
103 RT-8307Alt-1_BLT.pdf BLT IFS
104 RT-8308_BLT.pdf BLT IFS
105 Br.No-273-3x5x3_RCCBox_1.pdf BRIDGE GAD
106 Br.No-274-1x4x1.8_RCCBox.pdf BRIDGE GAD
107 Br.No-275-1x3x1.8_RCCBox.pdf BRIDGE GAD
108 Br.No-276-3x1.8_RCCBOX.pdf BRIDGE GAD
109 Br.No-302A_2x3x2_RCCBOX.pdf BRIDGE GAD
110 Br.No-303-1x1.5x2.5_RCCBox.pdf BRIDGE GAD
111 Br.No-303A-2x3x2_RCCBox.pdf BRIDGE GAD
112 Br.No-304-4x3x2_RCCBox.pdf BRIDGE GAD
113 Br.No-304A-2x1.5_RCCBOX.pdf BRIDGE GAD
114 Br.No-3059.15mPSCSlab.pdf BRIDGE GAD
115 Bogadha_T-1andApproach.pdf L Section
116 Chelama_T-2andApproach.pdf L Section
117 BOGADHAMUCKDUMPINGSKETCH_02.08.2023.pdf Muck Dumping
118 CMZMUCKDUMPINGSKETCH_02.08.2023.pdf Muck Dumping
119 3.05m10277Slab_BR_FP.pdf MISCELLANEOUS
This tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued by
Department of Induswww Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.
2015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.
As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions of
GFR regarding procurement through GeM.
Designation : Dy.CE/C/Plg