0% found this document useful (0 votes)
55 views9 pages

Bogadha Tunnel

The South Central Railway is inviting E-Tenders for the Engineering Procurement and Construction (EPC) contract related to the construction of tunnel work and approaches for two tunnels as part of the Guntur - Guntakal doubling line project, with a total length of approximately 6.10 Kms. The closing date for bid submissions is 20/03/2024 at 15:00, and manual offers will not be accepted. Bidders must meet specific financial and technical eligibility criteria, including a minimum net worth and relevant project experience.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
55 views9 pages

Bogadha Tunnel

The South Central Railway is inviting E-Tenders for the Engineering Procurement and Construction (EPC) contract related to the construction of tunnel work and approaches for two tunnels as part of the Guntur - Guntakal doubling line project, with a total length of approximately 6.10 Kms. The closing date for bid submissions is 20/03/2024 at 15:00, and manual offers will not be accepted. Bidders must meet specific financial and technical eligibility criteria, including a minimum net worth and relevant project experience.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 9

SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY

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

SCR Construction Organization - 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)
Name of Work &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.
Bidding type EPC [ Single Stage ]
Tender Type Open Bidding System Two Packet System
Tender Closing Date Time 20/03/2024 15:00 Date Time Of Uploading Tender 06/12/2023 13:37
Pre-Bid Conference
Yes Pre-Bid Conference Date Time 03/01/2024 11:30
Required
2nd Pre-Bid Conference 2nd Pre-Bid Conference Date
No Not Applicable
Required Time
Advertised Value 1254273752.70 Tendering Section GENERAL
Bidding Style Single Rate for Each Schedule Bidding Unit
Earnest Money (Rs.) 6271500.00 Validity of Offer ( Days) 180
Tender Doc. Cost (Rs.) 0.00 Period of Completion 24 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 06/03/2024 Yes
allowed to bid
Ranking Order For Bids Lowest to Highest Expenditure Type Capital (Works)
Docs. Receipt Confirmation Required

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

No item break up added

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

Special Financial Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Pa g e 1 o f 9 Ru n Da te/Time: 2 4/0 2 /2 0 2 4 16 :5 1:0 1


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: EPC-14-CAO-C-SC-2023 Closing Date/Time: 20/03/2024 15:00

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)

Special Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Technical Capacity:- For demonstrating Technical Capacity and experience (the
"Technical Capacity"), the Bidder shall, during the last 5 (five) previous financial years
and the current financial year upto the Base month (not to be read with para-2.1.13).
(i)have received payments for construction of Eligible Project(s), or has undertaken
construction works by itself in a PPP project, such that the sum total thereof, as further
adjusted in accordance with clause 2.2.2.4 (i)& (ii), is more than 2.5 (two and half) times
the Estimated Project Cost (the "Threshold Technical Capacity"). Provided that at least Allowed
1 No No
one fourth of the Threshold Technical Capacity shall be from the Eligible Projects in (Mandatory)
Category 1 and/ or Category 3 specified in Clause 2.2.2.4 (i)& (ii). (ii)undertaken at least
one Eligible Project of Railway Sector as mentioned in clause 2.2.2.4/iii of value of not
less than 35%(thirty-five) per cent of the Estimated Project Cost and have received
payments for not less than 75 (seventy-five) per cent value of present Contract Value
(excluding the payment made for adjustment of Price variation (PVC), if any) of such
project.

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.

Pa g e 2 o f 9 Ru n Da te/Time: 2 4/0 2 /2 0 2 4 16 :5 1:0 1


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: EPC-14-CAO-C-SC-2023 Closing Date/Time: 20/03/2024 15:00

Check Lst

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Uploading of NEFT FORM - as per the format attached with the tender
1 No No Not Allowed
document.
Uploading of certificate by local suppliers in regard to meeting the Minimum
Local Content requirement to avail benefits under Public Procurement Policy
Order-2017 (A) for procurement order of value less than Rs. 10 crores: self-
certificate in accordance with Para-9(a) of Public Procurement(Preference to
2 No No Not Allowed
Make in India) Order 2017. (B) For Procurement Order of value more than Rs.
10 crores, the certificate from Statutory auditor/cost auditor/practicing CA as
the case may be in accordance with Para-9(b) of Public Procurement
(Preference to Make in India) Order 2017.

Commercial-Compliance

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
APPENDIX-VII (BID SECURITY)/EMD (REFER Para 1.2.4 of RFP)The Bidder
shall furnish as part of its Bid, a Bid Security, referred to in Clause 1.2.4 here Allowed
1 No No
in above through [e-payment Gateway of Authority OR in form of Bank (Mandatory)
Guarantee from a Bank as per format at Appendix VII].
ANNEXURE III TO APPENDIX IA- (FINACIAL CAPACITY OF THE BIDDER)
(Refer clause 2.2.2.2, 2.2.2.8(i), 2.2.2.7(iii) of RFP) The Bidder must establish Allowed
2 No No
the minimum Net Worth specified in Clause 2.2.2.2 and provide details as per (Mandatory)
format at Annex-III of Appendix-IA.
APPENDIX IB (LETTER COMPRISING THE FINANCIAL BID) (Para 2.1.4, 2.11
and 3.1.6 of RFP)-The Bid shall be furnished in the format exactly as per
Appendix-IA & IB i.e. Technical Bid as per Appendix IA and Financial Bid as Allowed
3 No No
per Appendix IB and it shall be signed by the Bidder's authorized signatory. (Mandatory)
The Bidder shall first upload all the project details as mentioned in Para No.
2.11.1 of RFP document.
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
4 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.

General Instructions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
STUDY OF DRAWINGS AND LOCAL CONDITIONS: The drawings for the
works can be seen in the office of the Chief Administrative Officer,
Construction, S.C.Railway, Secunderabad - 500071 or in the office of the
concerned field Deputy Chief Engineer / Construction / S.C.Railway . It should
be noted that these drawings are meant for general guidance only and
Railway may suitably modify them during the execution of work according to
the circumstances without making the Railways liable for any claims on
account of such changes. If there is any variation between the description in
the tender and the detailed plans, the Engineer-in-Charge will operate the
1 correct description and his decision is final and binding on the tenderer/ No No Not Allowed
Contractor. The Tenderer/Contractor is required to inspect the sites of works
and acquaint himself with the site conditions, availability of approaches for
transporting of men and materials, space and other factors relating to the
works, availability of labour, electricity and water, etc., before quoting his rates.
The extent of lead and lift involved in the execution of works and any
difficulties involved in the execution of work should also be examined before
formulating the rates for complete items of works described in the schedule.
The Tender submitted will be deemed to have been made after such
inspection.

Pa g e 3 o f 9 Ru n Da te/Time: 2 4/0 2 /2 0 2 4 16 :5 1:0 1


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: EPC-14-CAO-C-SC-2023 Closing Date/Time: 20/03/2024 15:00

CORRIGENDUM NOTICE ON IREPS: [I]Railway may modify the tender


document by issuing online corrigendum through "www.ireps.gov.in" 15 days
prior to the tender closing date. For the purpose of CORRIGENDUM in the
2 tender, NIT period is splitted as under: (a) ADVERTISEMENT PERIOD: The No No Not Allowed
time during which all information pertaining to tender shall be available but
offers cannot be submitted (b) OFFER SUBMISSION PERIOD: 15 days prior to
closing of tender, during which tenderers can submit their offer.
Applicable for the tenders with eligibility criteria: The offer of Tenderer(s) who
do not enclose Work Experience Certificate & Financial eligibility Certificate
3 with requisite details, and supporting documents along with their Tender to No No Not Allowed
establish their credentials shall be summarily rejected, even though they are
working contractors or contractors on approved list.
The offer shall be evaluated only from the certificates/documents submitted
3.1 No No Not Allowed
along with the tender offer.
Any Certificate /Documents offered / submitted / received after the tender
3.2 No No Not Allowed
opening shall not be given any credit and shall not be considered.
Railway reserves the right to verify the authenticity of the
3.3 No No Not Allowed
documents/information furnished.
Tenderer(s) shall note that conditional/alternate offer will not be considered
4 and will summarily be rejected, even though such condition makes them as the No No Not Allowed
lowest tenderer.

Special Conditions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
ANNEXURE II TO APPENDIX IA(TECHNICAL CAPACITY OF THE BIDDER):
1 No No Not Allowed
Refer CLAUSE 2.2.2.1, 2.2.2.4 and 2.2.2.6 of RFP.
ANNEXURE IV TO APPENDIX IA (DETAILS OF ELIGIBLE PROJECTS) Refer
2 No No Not Allowed
Clause 2.2.2.1, 2.2.2.4 and 2.2.2.6 of RFP.
3 ANNEXURE V TO APPENDIX IA- (STATEMENT OF LEGAL CAPACITY) No No Not Allowed
ANNEXURE I TO APPENDIX IA-(DETAILS OF BIDDER) The Bidder shall
4 ensure that all the details are updated as on the due date of submission of this No No Not Allowed
Bid.
APPENDIX IA (LETTER COMPRISING THE TECHNICAL BID) Clause 2.1.4,
5 No No Not Allowed
2.11 and 3.1.6 of RFP.
APPENDIX-II (FORMAT FOR POWER OF ATTORNEY FOR SIGNING OF BID)
6 No No Not Allowed
Clause No. 2.1.5 of RFP.
APPENDIX IV (FORMAT FOR JOINT BIDDING AGREEMENT FOR
7 No No Not Allowed
(CONSORTIUM/ JOINT VENTURE) Clause 2.1.11 of RFP.
APPENDIX III- Format for power of attorney for lead member of
8 No No Not Allowed
Consortium/Joint venture CLAUSE 2.1.6 of RFP.

Undertakings

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
I/ We have visited the works site and I / We am / are aware of the site
1 No No Not Allowed
conditions.
I/We understand that no post-tender correspondence will be entertained.
However, if any clarification is required by the Railway, the same will be sought
2 from the tenderer. Also, I/We are aware that any Certificate/ Documents No No Not Allowed
offered after the tender opening shall not be given any credit and shall not be
considered.
I/we do hereby solemnly affirm and state on behalf of the tenderer including its
3 No No Not Allowed
constituents as under:

Pa g e 4 o f 9 Ru n Da te/Time: 2 4/0 2 /2 0 2 4 16 :5 1:0 1


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: EPC-14-CAO-C-SC-2023 Closing Date/Time: 20/03/2024 15:00

[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.

Physical Docs Mandatory Submission

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Pa g e 5 o f 9 Ru n Da te/Time: 2 4/0 2 /2 0 2 4 16 :5 1:0 1


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: EPC-14-CAO-C-SC-2023 Closing Date/Time: 20/03/2024 15:00

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

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

6. Documents attached with tender

S.No. Document Name Document Description


1 APPROVEDLISTofBRANDS.pdf Approved Brands and makes
2 FEAIBILITY_T1_Part-1of3_1.pdf TUNNEL 1 FEAIBILITY REPORT Part 1 OF 3
3 FEAIBILITY_T1_Part-2of3.pdf TUNNEL 1 FEAIBILITY REPORT Part 2 OF 3
4 FEAIBILITY_T1_Part-3of3.pdf TUNNEL 1 FEAIBILITY REPORT Part 3 OF 3
5 FEAIBILITY_T2_Part-1of2.pdf TUNNEL 2 FEAIBILITY REPORT Part 1 OF 2
6 FEAIBILITY_T2_Part-2of2.pdf TUNNEL 2 FEAIBILITY REPORT Part 2 OF 2
7 CORELANDDETAILS.pdf CORE LAND DETAILS
8 ReplytoPreBIDqueriesTunnelEPC1_1.pdf REPLY TO PRE BID QUERIES
9 CORRIGENDUMTOCHANGESINEPCDocument.pdf Corrigedum to EPC Document
10 CORRIGENDUMTOCHANGESINRFP.pdf Corrigendum to RFP Document
11 SITEOFFICE_CORRIGENDUM.pdf Corrigendum to site facilities
12 SCH-G_21_02_24.pdf Corrigendum to Schedule G
13 EIA_T1.pdf Environmental Impact Assessment Tunnel1
14 EIA_T2.pdf Environmental Impact Assessment Tunnel2
15 StageI53.07ha_Minutes.pdf Forest stage I Clearance
16 SC-NBWL_Minutes_75thCommittee.pdf Wild life clearance minutes
PUBLIC PROCUREMENT 9PREFERENCE TO MAKE
17 PublicProcurementPolicy-2017.pdf
IN INDIA0 ORDER - 2017
18 NEFTFORM.pdf NEFT FORM
19 RITES-SCR-DPR-T1-P01-002-AA1A3_1.pdf Tunnel 1
20 RITES-SCR-DPR-T1-P01-003-AA1A3.pdf Tunnel 1
21 RITES-SCR-DPR-T1-P01-004-AA1A3.pdf Tunnel 1
22 RITES-SCR-DPR-T1-P01-011-AA3.pdf Tunnel 1

Pa g e 6 o f 9 Ru n Da te/Time: 2 4/0 2 /2 0 2 4 16 :5 1:0 1


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: EPC-14-CAO-C-SC-2023 Closing Date/Time: 20/03/2024 15:00

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

Pa g e 7 o f 9 Ru n Da te/Time: 2 4/0 2 /2 0 2 4 16 :5 1:0 1


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: EPC-14-CAO-C-SC-2023 Closing Date/Time: 20/03/2024 15:00

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

Pa g e 8 o f 9 Ru n Da te/Time: 2 4/0 2 /2 0 2 4 16 :5 1:0 1


SCR-CONST-HQ-ENGG/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: EPC-14-CAO-C-SC-2023 Closing Date/Time: 20/03/2024 15:00

120 10155_1to6.pdf MISCELLANEOUS


121 10155-10.pdf MISCELLANEOUS
122 MiscStandardDrawings.pdf MISCELLANEOUS
123 B-10271_12.20mPSCSlab.pdf MISCELLANEOUS
124 B-10272-R-9.15mPSCSlab.PDF MISCELLANEOUS
125 B-10274-6.10mPSCSlab.PDF MISCELLANEOUS
126 BRandFPDrgsfor6.10_9.15_12.20.pdf MISCELLANEOUS
127 ESO_87_5.15mDeckwidth.pdf MISCELLANEOUS
128 IRSODBG2021.pdf MANUALS
129 VCdetailsTunnelsEPC.pdf VC details
130 EPC_Tunnel_06.12.2023.pdf EPC document
131 RFP_06.12.2023.pdf RFP document

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.

Signed By: SAMBASIVA LADI RAO

Designation : Dy.CE/C/Plg

Pa g e 9 o f 9 Ru n Da te/Time: 2 4/0 2 /2 0 2 4 16 :5 1:0 1

You might also like