CENTRAL RAILWAY Office of the DRM(W) Mumbai, CST

Open Tender Notice No.Engg./DRM(W)BB/2015/22 of 12-6-2015.

Divisional Railway Manager (works), 3 rd floor, Above Computerized Reservation Center, Mumbai CST-400001, for and on behalf of the President of , invites sealed open tenders from the reputed contractors on the date of opening upto 15.00 hrs. and will be opened at 15.15 hrs. S. Name of work Approx EMD Cost of Completion/ N. Value ` Tender Mainten- ` Form ` ance period 1 Dismantling of Railway Quarters 9.47 18940/- 2000/- 3 months / building No.RB/I/994 40 units at lakhs 3 months Waldhuni Railway Kalyan under ADEN(Wks) Kalyan 2 a) Repairs to Track Machine Office 52.36 104720/- 5000/- 6 months / and Rest Room at kalyan under lakhs 12 months ADEN(W) Kalyan b) Repairs to RPF barrac at Kolsewadi under ADEN(W) Kalyan 3 a) Repairs to valley gutter, down 64.55 129100/- 5000/- 12 months / take pipe, leaky AC sheet roof of lakhs 6 months COP shed at Down side Booking office at Vithalwadi, Ulhasnagar and Badlapur station under ADEN(T)KYN section b) Repairs to leaky roof RCC slab, broken doors, windows of traction sub-station (TSS) sectioning and parelling station (SSP) in Kalyan- section and Chowk (SP-KM 88/1) Moihape (SSP-KM 83/2), Chikhale (SSP KM 74/4) in Karjat- section c) Karjat- Repairs to toilet for Station Manager’s office at Karjat and proposed garbage bins for disposal of station garbage at Karjat under ADEN(T)KYN section d) Bhivpuri– Repairs to booking office and booking hall of Bhivpuri station under ADEN (T)KYN section 4 Repairs to Public Foot Over Bridge 76.27 152540/- 5000/- 6 months / (FOB) at a) Matunga- Near lakhs 12 months Matunga Work Shop 10/22-23 b) Kurla- At km 15/14-15 Kalyan end c) Dadar- At km 8/16-17 & 9/22-23 new and old (Kalyan end) Repairs to ‘N’ Type FOB (BB end) 12/11-12 d) Guru Teg Bahadur Nagar- At KM 11/21-22 Mumbai end Repairs to station FOB at BB end 11/10-13 and Kalyan end 10/17-18 e) King Circle- Repairs FOB in (“N” type) and FOB public 10/20-22 5 i) Repairs to station Foot Over 136.92 218460/- 5000/- 12 months / Bridges (FOBs) at a) Vidhya Vihar- lakhs 12 months

CSTM end 17/12-13 b) Vikroli- Kalyan end 22/15-16 c) Chembur- Vashi end 17/15-16 d) Govandi- Middle FOB 19/8-9 ii) Repairs to station Foot Over Bridges (FOBs) at a) Matunga- CSTM end 10/2-3 b) King Circle- Repairs to FOB in King Circle station 10/20-22 c) Sion- Repairs to “N” Type FOB (BB end) 12/11-12 d) Chunna Bhatthi- Repairs to FOB (“N” TYPE) 13/10- 11 e) Guru Teg Bahadur Nagar- Repairs to station FOB at BB end 11/10-13 and Kalyan end 10/17-18 6 Sanpada– Provision of 4.88m wide 234.04 267020/- 10000/- 4 months / Foot Over Bridge at km 30/14-15 lakhs 12 months near Dattamandir at Sanpada on Harbour and Trans Harbour Line

Date of opening of tenders on 21-7-2015, the offer will remain open for 90 days.

Prescribed tender forms can be obtained from the above office on all working day upto 17.00 hrs. on cash payment of the cost of tender form (Non refundable). The tender form if required by post will be charged `.500/- extra. The tender document is also displayed on our website at www.cr.indianrailways.gov.in If the tender documents are downloaded from website, the payment towards cost of Tender document must be made in the form of “Demand Draft” issued by Nationalized Bank in favour of Sr.Divisional Finance Manager Central Railway Mumbai CST or Cash receipt obtained from any station of Central Railway. Sale of tender forms will be closed at 17.00 Hrs. one day before the opening day. Tenderer, who wants to be present at the time of opening of tenders he/they may do so. Cost of each tender form should be paid in cash with Chief Cashier Central Railway, CSTM or with Divisional Pay Master Central Railway CSTM or with Station Manager, Central Railway, Mumbai and money receipt should be attached to the tender.

Earnest Money :- The Earnest Money should be deposited in the following form, a) In cash with Divisional Cashier, Central Railway, Mumbai and producing the money receipt to the effect along with tender form b) Banker’s Cheque/ Demand Drafts in favour of Sr. DFM, Central Railway, Mumbai executed by State Bank of India or any of the Nationalized Banks or by a Scheduled Bank. Validity should be minimum 3 months from the date of opening in the name of Sr. Divisional Finance Manager, Central Railway Mumbai CST . No confirmatory advice from the Reserve Bank of India will be necessary. Conditional offer will not be considered. (Authority Railway Board’s Letter No. No.2013/CE- I/CT/O/45/JV dated 22-09-2014)

Tenderer should fulfill the following:- MINIMUM ELIGIBLITY CRITERIA (Applicable for works costing more than ` 50.00 Lakhs) : Only those firms, which in their individual capacity satisfy the following criteria, need to quote for this tender”; (a)Total contract amount received during the last three financial year (i.e. current year and three previous financial years) should be a minimum of 150 % of advertised tender value (b)Should have completed in the last three financial years (i.e. Current Year and three previous financial years) at least one similar single work for a minimum value of 35% of advertised tender value.

Notes:

(i) criterion (a) following documents will be relied upon for working out the total contractual amount received by the tenderer to evaluate credential against criterion (a) above : (i) Attested copy of Annual Income Tax Return filed with Income tax department, (ii) Attested copy of Tax Deducted at sources (TDS) certificate. (iii) Audited balance sheet distinctly showing the amount received from contracts duly certified by the Chartered Accountant, (iv) Attested certificates from Employer / clients about contractual payment received for work done. (ii) Criterion (b); (i) Similar nature of works physically completed within the qualifying period i.e. the last 3 (Three) financial year and current financial year should only be considered in evaluating the eligibility criteria. (ii) WORK OF SIMILAR NATURE Sr.No.2, 3 Any type of Civil work viz. Building upto G+4 & Structure work, pipe Line, Underground & overhead tanks, Foundation Treatment works in any Railway embankment / cutting, any earth works, Cover Over Platform, Bore well, Level crossing works including lifting barriers, Cement Concrete Apron works etc. Sr.No.4, 5 Any Civil Engineering work involving bridge/FOB work on running line involving fabrication, launching and removal of steel girders/composite girder. Cost component of bridge work in the completion certificate shall be at least 35% of the tendered value of the proposed work. Note – The tenderer must have carried out launching of main steel girders from column to column across running lines using crane(s) in the qualifying single similar work. Sr.No.6 Any Civil Engineering work involving bridge/FOB work on running line involving fabrication, launching and removal of steel girder/composite girder. Cost component of bridge work in the completion certificate shall be at least 35% of the tendered value of the proposed work. (iii) The total value of similar nature of work completed during the qualifying period & not the payments received within qualifying period alone, should be considered. (iv) 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 statutory deduction is to be considered. If final measurement have been recorded and work has been completed with negative variation, then also the paid amount including statutory deduction is to be considered. (v) However, if final measurement have been recorded and work has been completed with positive variation but variation has not been sanctioned, original agreement value or last sanctioned agreement value whichever is lower should be considered for judging eligibility. Authority (Railway Board’s letter No.94/CE-I/CT/4 dated 23-11-2006)

The following documents should be submitted along with Tender document: (a) List of personal, organization available on hand (own) and proposed to be engaged for the subject work. (b) List of plants & Machineries available on hand (own) and proposed to be inducted (own and hired to be engaged separately) for the subject work. (c) List of Works completed in the qualifying period (i.e. current year and three previous financial years) giving description of work, organization for whom executed, approximate value of Contract at the time of award, payment received in the qualifying period, date of award and date of scheduled completion of work. Date of actual start, actual completion and final value of contract should also be given. The certificate submitted by the tenderer should not be signed by an officer below the rank of Executive Engineer of the concerned department. (d) List of works on hand indicating description of work, contract value, and approximate value of balance work yet to be done and date of award. Note: - (1) In case of items C & D above, supporting documents/ certificates from the organizations with whom they worked / are working should be enclosed.

(2) i) Certificates from Private Individuals for whom such works are executed/being executed shall not be accepted. However, in case of certificate from non-Government/ Non-PSU Corporate Organization the Certificate should be from authorized signatory of the public limited company/institutions. Applicable for building work & ballast supply. ii) Certificates from private individuals for whom such works are executed / being executed will not be accepted. Private individuals include proprietary firms and partnership firms between individuals. Applicable for other than building work & ballast supply. (3) Tenderer should not quote any conditional offer, giving rebate for early finalization of their offer. Such conditional offer will be summarily rejected and no correspondence in this matter will be entertained. (Other terms and conditions & Drawings are available in this office). Tenderers may carefully note that their contract Agreement for his work is liable to be terminated at any time later, in case any of the information furnished by them is found to be untrue or any adverse points come to light subsequently. The decision of Railway in this regard shall be final and binding.

The tenderer should note for carrying out any construction work in must get themselves registered from the Registering Officer under Section-7 of the Building and Other Construction Workers Act, 1996 and rules made thereto by the Maharashtra Government and submit certificate of Registration issued from the Registering Officer of the Maharashtra Government (Labour Department). For enactment of this Act, the tenderer shall be required to pay cess @ 1% of cost of construction work to be deducted from each bill. Cost of material shall be outside the purview of cess, when supplied under a separate schedule item.

Tenderers are free to download the tender document from the website at their own risk and cost for the purpose of perusal and to use the same as tender document. If so desired for submitting their offer, if the offer of the any tenderer who has submitted the tender document down loaded from the website is accepted, the contract agreement will be prepared based on the master copy of the document and will be binding on the contractor. The Railway does not own any responsibility for any alteration / omission in the contents of the tender form uploaded on the website. No claim on this account will be entertained. The administration will not own any responsibility, if website is not opened for downloading/uploading the tender documents due to any technical snag.

The prospective tenderers are advised to visit website “www.cr.indianrailways.gov.in” before one week to the date of tender opening to note any changes/corrigenda of any tender.

DRM (W) BB