1. nit header

32
DY.CSTE/C/GNT-BZA-S AND T/SOUTH CENTRAL RLY TENDER DOCUMENT Tender No: B-SG-CN-SnT-GNT-04-18-19 Closing Date/Time: 07/12/2018 15:00 Page 1 of 32 Run Date/Time: 16 /11/2018 19 :28 :34 Dy.CSTE/CN/GNT@BZA acting for and on behalf of The President of India invites E-Tenders against Tender No B-SG-CN-SnT-GNT- 04-18-19 Closing Date/Time 07/12/2018 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 Name of Work Provision of signaling arrangements with MACLS outdoor works at Sattupalli & Penuballi station in connection with construction of new BG line between BDCR-Sattupalli section of SC division of S.C.Railway. Bidding type Normal Tender Tender Type Open Bidding System Single Packet System Tender Closing Date Time 07/12/2018 15:00 Date Time Of Uploading Tender 16/11/2018 19:28 Pre-Bid Required No Pre-Bid Query Date Time Not Applicable Advertised Value Tendering Section WORKS Bidding Style Single Rate for Each Schedule Bidding Unit Earnest Money (Rs.) 385610.00 Validity of Offer ( Days) 30 Tender Doc. Cost (Rs.) 10000.00 Period of Completion 9 Months Contract Type Works Contract Category Expenditure Bidding Start Date 23/11/2018 Are Joint Venture (JV) firms allowed to bid No Ranking Order For Bids Lowest to Highest 2. SCHEDULE S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Estimated Amount Bidding Unit Schedule A-(SOR-SUPPLY) Above/ Below/Par 1 101 16.00 Numbers 3238.00 51808.00 AT Par 51808.00 Item Description:- Supply of CLS post 140mm dia. 4.5M long to specification IRS.S.6.81 .Inspection : RITES 2 102 14.00 Numbers 3039.00 42546.00 AT Par 42546.00 Item Description:- Supply of CLS post 140mm dia. 3.5M long to specification IRS.S.6.81 .Inspection : RITES 3 103 16.00 Set 4422.00 70752.00 AT Par 70752.00 Item Description:- Supply of CLS ladder set complete with staging, supports, signal number plate, cast iron ladder base to suit 4.5 Metre post as per drg.no.SA.23153.S.2033. 4 104 14.00 Set 3574.00 50036.00 AT Par 50036.00 Item Description:- Supply of CLS ladder set complete with staging, supports, signal number plate, cast iron ladder base to suit 3.5 Metre post as per drg.no.SA.23153.S.2033. 5 105 30.00 Numbers 2370.00 71100.00 AT Par 71100.00 Item Description:- Supply of Surface base 140mm dia.post to suit item no. 1 & 2 as per Drg.S.2011/M. Inspection : RITES 6 106 8.00 Numbers 3377.00 27016.00 AT Par 27016.00 Item Description:- Supply of Offset bracket to suit 140mm dia. CLS post with two numbers of 'U' bolts and nuts complete as per SA-23080 7 107 6.00 Numbers 3242.00 19452.00 AT Par 19452.00 Item Description:- Supply of Calling On signal unit complete and 'U' bolts to drawing no.SA.24351 /Adv. 8 108 6.00 Numbers 4160.00 24960.00 AT Par 24960.00 Item Description:- Supply of position light shunt signal ground type complete with base , Pipe, hoods to Drg.No.SA.23840/Adv./Alt.1 - S.23202 (Adv.) Specn. IRS: S.6/81. 9 109 4.00 Numbers 2416.00 9664.00 AT Par 9664.00 Item Description:- Supply of position light shunt signal Post type with hoods and offset bracket to suit 90mm sockets (CLS) with 2 Nos of 'U' Bolts and nuts complete to fix calling on signal/ shunt signal below main stop signal as per to Drg.No.S23840. 10 115 14.00 Numbers 8939.00 125146.00 AT Par 125146.00 Item Description:- Supply of Colour light signal unit:(1) 2 aspect complete to Drg. No. SA. 23003/A/M with latest amendment and IRS S 26/64. Inspection : RITES

Transcript of 1. nit header

DY.CSTE/C/GNT-BZA-S AND T/SOUTH CENTRAL RLY

TENDER DOCUMENT

Tender No: B-SG-CN-SnT-GNT-04-18-19 Closing Date/Time: 07/12/2018 15:00

Page 1 of 32 Run Date/Time: 16 /11/2018 19 :28 :34

Dy.CSTE/CN/GNT@BZA acting for and on behalf of The President of India invites E-Tenders against Tender No B-SG-CN-SnT-GNT-

04-18-19 Closing Date/Time 07/12/2018 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

Name of Work

Provision of signaling arrangements with MACLS outdoor works at Sattupalli & Penuballi

station in connection with construction of new BG line between BDCR-Sattupalli section of

SC division of S.C.Railway.

Bidding type Normal Tender

Tender Type Open Bidding System Single Packet System

Tender Closing Date Time 07/12/2018 15:00 Date Time Of Uploading Tender 16/11/2018 19:28

Pre-Bid Required No Pre-Bid Query Date Time Not Applicable

Advertised Value Tendering Section WORKS

Bidding Style Single Rate for Each Schedule Bidding Unit

Earnest Money (Rs.) 385610.00 Validity of Offer ( Days) 30

Tender Doc. Cost (Rs.) 10000.00 Period of Completion 9 Months

Contract Type Works Contract Category Expenditure

Bidding Start Date 23/11/2018 Are Joint Venture (JV) firms

allowed to bid No

Ranking Order For Bids Lowest to Highest

2. SCHEDULE

S.No. Item

Code

Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Estimated Amount

Bidding

Unit

Schedule A-(SOR-SUPPLY) Above/

Below/Par

1 101 16.00 Numbers 3238.00 51808.00 AT Par 51808.00

Item Description:- Supply of CLS post 140mm dia. 4.5M long to specification IRS.S.6.81 .Inspection : RITES

2 102 14.00 Numbers 3039.00 42546.00 AT Par 42546.00

Item Description:- Supply of CLS post 140mm dia. 3.5M long to specification IRS.S.6.81 .Inspection : RITES

3

103 16.00 Set 4422.00 70752.00 AT Par 70752.00

Item Description:- Supply of CLS ladder set complete with staging, supports, signal number plate, cast iron

ladder base to suit 4.5 Metre post as per drg.no.SA.23153.S.2033.

4

104 14.00 Set 3574.00 50036.00 AT Par 50036.00

Item Description:- Supply of CLS ladder set complete with staging, supports, signal number plate, cast iron

ladder base to suit 3.5 Metre post as per drg.no.SA.23153.S.2033.

5

105 30.00 Numbers 2370.00 71100.00 AT Par 71100.00

Item Description:- Supply of Surface base 140mm dia.post to suit item no. 1 & 2 as per Drg.S.2011/M.

Inspection : RITES

6

106 8.00 Numbers 3377.00 27016.00 AT Par 27016.00

Item Description:- Supply of Offset bracket to suit 140mm dia. CLS post with two numbers of 'U' bolts and nuts

complete as per SA-23080

7 107 6.00 Numbers 3242.00 19452.00 AT Par 19452.00

Item Description:- Supply of Calling On signal unit complete and 'U' bolts to drawing no.SA.24351 /Adv.

8

108 6.00 Numbers 4160.00 24960.00 AT Par 24960.00

Item Description:- Supply of position light shunt signal ground type complete with base , Pipe, hoods to

Drg.No.SA.23840/Adv./Alt.1 - S.23202 (Adv.) Specn. IRS: S.6/81.

9

109 4.00 Numbers 2416.00 9664.00 AT Par 9664.00

Item Description:- Supply of position light shunt signal Post type with hoods and offset bracket to suit 90mm

sockets (CLS) with 2 Nos of 'U' Bolts and nuts complete to fix calling on signal/ shunt signal below main stop

signal as per to Drg.No.S23840.

10

115 14.00 Numbers 8939.00 125146.00 AT Par 125146.00

Item Description:- Supply of Colour light signal unit:(1) 2 aspect complete to Drg. No. SA. 23003/A/M with latest

amendment and IRS S 26/64. Inspection : RITES

DY.CSTE/C/GNT-BZA-S AND T/SOUTH CENTRAL RLY

TENDER DOCUMENT

Tender No: B-SG-CN-SnT-GNT-04-18-19 Closing Date/Time: 07/12/2018 15:00

Page 2 of 32 Run Date/Time: 16 /11/2018 19 :28 :34

11

115 02 16.00 Numbers 12120.00 193920.00 AT Par 193920.00

Item Description:- Supply of Colour light signal unit:(1) 3 aspect complete to Drg. No. SA. 23002/A/M with latest

amendment and IRS S 26/64. Inspection : RITES

12

201 95.00 Numbers 8960.00 851200.00 AT Par 851200.00

Item Description:- Supply of GKP type Location Boxes Full size as per drg. No. S&T/MFT/2378 (Single).

Inspection : RITES

13 202 40.00 Numbers 5529.00 221160.00 AT Par 221160.00

Item Description:- Supply of GKP type Location Boxes Half size drg. No. S&T/MFT/2378 (Half).

14

204 135.00 Numbers 560.00 75600.00 AT Par 75600.00

Item Description:- Supply of 'E' type locks of different wards as per requirement with key per E- type lock to Drg.

No. SA.3376/M/Latest and RDSO Specn. No. IRS. S.30/64.

15

205 60.00 Numbers 591.00 35460.00 AT Par 35460.00

Item Description:- Supply of relay fixing frame for Full location box, the frame should be made out MS angle of

25mm X 25mm X 3mm and approximate size of 940mm X 150mm with suitable holes to fix the same in the box.

16

206 12.00 Numbers 4821.00 57852.00 AT Par 57852.00

Item Description:- Supply of hylam sheet, resin bonded, 6mm thick, grade P3, to IS specification IS: 2036 of

1974 or latest and size 2400mm X 1200mm of colour approved by the site in-charge

17

207 6.00 Numbers 2356.00 14136.00 AT Par 14136.00

Item Description:- Supply of hylam sheet, resin bonded, 6mm thick ,grade P3, to IS specification IS: 2036 of

1974 or latest and size 2400mm X 600mm of colour approved by the site in-charge.

18

208 4.00 Numbers 1289.00 5156.00 AT Par 5156.00

Item Description:- Supply of hylam , resin bonded, 3 mm thick, grade P3, to IS Specification IS: 2036 of 1974 or

latest and size 2400mmX600mm of colour approved by site in-charge.

19

302 26.00 Set 5767.00 149942.00 AT Par 149942.00

Item Description:- Supply of Ground Connections for the universal type point machines as per drg.no.

RDSO.S.3362.Inspection : RITES

20

304 26.00 Set 496.00 12896.00 AT Par 12896.00

Item Description:- Supply of insulations for 'D' clamp switch extension bracket to suit to universal point machine

as per drawing supplied by the Railways. (One set consists of 'D' clamp insulation - 2 No. Nylon insulation bushes

4 No., Nylon insulation washers - 8 No.). (To be procured from RDSO approved firm).

21

305 26.00 Set 109.00 2834.00 AT Par 2834.00

Item Description:- Supply of drive lug insulation for universal point machine to be procured from RDSO approved

firms. (One set consists of one number central insulation plate, bushes - 2 No. and washers - 4 No.).

22

403 285.00 Numbers 1057.00 301245.00 AT Par 301245.00

Item Description:- Supply of Track lead junction boxes fiber glass as per Drg.No.CWM-00597of F.R.P material to

IRS.S.23 specification along with fixtures i.e., on MS angle 50x50x5mm, 0.9 Meters long two numbers of G.I.

pipes of 25mm dia. along with nuts and bolts and 500mm long (this includes gromite bushes, 60mm PBT

terminal).

23

405 55.00 Numbers 243.00 13365.00 AT Par 13365.00

Item Description:- Supply of track feed regulating resistance disk type 0 to 30 ohmss as per

Drg.No.SA.20161/06/M or latest. To be procured from RDSO approved firms. Inspection : RDSO

24

406 55.00 Numbers 1604.00 88220.00 AT Par 88220.00

Item Description:- Supply of B type chokes to specification no.IRS-S.65/83 to amendment no.1 or latest.

Inspection : RDSO

25

407 165.00 Numbers 2190.00 361350.00 AT Par 361350.00

Item Description:- Stationary low maintenance secondary lead acid cells as per RDSO specification IRS-S-

88/2004 with topping up frequency upto 6 months. This includes supply of inter cell connectors, bolts nuts, acid

level indicating floats and vent plugs.(a) 2 volts 80 AH. Inspection : RDSO

26 408 8.00 Numbers 191.00 1528.00 AT Par 1528.00

Item Description:- Supply of Hydro meter.

27 409 800.00 Litre 7.00 5600.00 AT Par 5600.00

Item Description:- Supply of distilled water for topping of secondary cells.( to be supplied at site.) IS 1106

28

502 65.00 Numbers 4367.00 283855.00 AT Par 283855.00

Item Description:- Supply of AC immunized plug-in-type Style 'QSPA1', DC Neutral line, slow to pickup, 24V,

8F.4B contacts, front and back contacts metal to carbon, complete with plug board, retained clip & connectors

conforming to BRS:933A, IRS:S 60, IRS:S 34 & IRS:S 23 (as applicable). The interlocking code for this unit shall

be ABDEJ.(with ATC clips). Inspection : RDSO

DY.CSTE/C/GNT-BZA-S AND T/SOUTH CENTRAL RLY

TENDER DOCUMENT

Tender No: B-SG-CN-SnT-GNT-04-18-19 Closing Date/Time: 07/12/2018 15:00

Page 3 of 32 Run Date/Time: 16 /11/2018 19 :28 :34

29

504 110.00 Numbers 4831.00 531410.00 AT Par 531410.00

Item Description:- Supply of Relay, plug-in type, Style 'AC-LED' All aspects, AC lamp proving relay unit with in-

built current transformer type, slow release neutral line relay, 4F.4B contacts, front and back contacts metal to

carbon, shall be suitable for working in series with the 110V AC, LED signal lamp Rate (in Rupees)d at 15W

confirming to RDSO spec. STS/E/Relays/AC lit LED signal/09-2002, BRS 941A,IRS:s34 & IRS:S23 (as applicable).

The interlocking code for this unit shall be ABDHK(with ATC clips).Inspection : RDSO

30

506 26.00 Numbers 6859.00 178334.00 AT Par 178334.00

Item Description:- Supply of point contactor relay QBCA-1 AC immunized miniature plug in type DC biased

contractor, attractive armature 24Voits DC with 2HF/4B contacts, Heavy duty front contact, contacts metal to

carbon complete with plug board, retaining clips and connectors to specification. BRS

943,IRS.S@46"[email protected] as applicable. Inspection ; RDSO

31

507 130.00 Numbers 2992.00 388960.00 AT Par 388960.00

Item Description:- Supply of Relay Non-AC immune, plug-in-type Style 'QN1, DC neutral line, 24V, 8F.8B

contacts, front and back contacts metal to carbon with plug board retaining clip and connectors confirming to BRS

930, IRS-S34, IRS-S23 (as applicable). The interlocking code for this unit shall be ABCDF.(with ATC clips) .

Inspection RDSO

32

508 275.00 Numbers 2930.00 805750.00 AT Par 805750.00

Item Description:- Supply of Relay, Non-AC immune plug in type, style QN1, DC neutral line, 24V, 12F.4B

contacts, front and back contacts metal to carbon with plug board, retaining clip & connectors conforming to

BRS:930, IRS: S 34 & IRS:S 23 (as applicable). The interlocking code for this unit shall be ABCDE.(with ATC

clips). Inspection : RDSO

33

509 110.00 Numbers 3173.00 349030.00 AT Par 349030.00

Item Description:- Supply of Relay AC immune, plug-in-type Style 'QNA1, DC neutral line, 24V, 8F.8B contacts,

front and back contacts metal to carbon with plug board retaining clip and connectors confirming to BRS 931A,

IRS-S60, IRS-S34 and IRS-S23 (as applicable). The interlocking code for this unit shall be ABDGH.(with ATC

clips)Inspection : RDSO

34

510 220.00 Numbers 3143.00 691460.00 AT Par 691460.00

Item Description:- Supply of Relay AC immune, plug-in-type Style 'QNA1, DC neutral line, 24V, 12F.4B contacts,

front and back contacts metal to carbon with plug board retaining clip and connectors confirming to BRS 931A,

IRS-S60, IRS-S34 and IRS-S23 (as applicable). The interlocking code for this unit shall be ABDFH.Inspection :

RDSO

35

512 45.00 Numbers 3178.00 143010.00 AT Par 143010.00

Item Description:- Supply of Relay AC immunized, plug in type, style QNA1K, DC neutral line, 24V 1000 ohms,

6F.6B contacts, front contacts metal to carbon and back contacts metal to metal / carbon, complete with plug

board, retaining clip and connectors conforming to BRS 931A, IRS S@45<44@ IRS S@45"44@ IRS S23 and

RDSO specification STS/E/Relays/UEA (PI), dated 30-6-97 (Annexure - II) (as applicable). The interlocking code

for this unit shall be CDEKY.(with ATC clips). Inspection : RDSO

36

601 8.00 Numbers 5111.00 40888.00 AT Par 40888.00

Item Description:- Supply of Relay rack universal type as per drg.no.S&T/MFTI29I with scaffolding, POWDER

COATED with stainless steel nuts and bolts for fixing the racks. Supporting angles, frame mounting triangle base

with J' bolts and insulation of required numbers complete to suit QN1 I K-50 pre wired tag blocks with suitable

inner frames. I way

37

602 8.00 Numbers 5125.00 41000.00 AT Par 41000.00

Item Description:- Supply of Cable termination racks size 880mm x 2 Meters made out of 50mmx50mmx6mm

thick MS angle with stainless steel nuts and bolts for fixing of the rack with POWDER COATED and drilling suitable

holes to suit hylam sheet and relay frames complete as per standard practice with tripod bases and reel insulators

(for K rack, P rack and power rack) and with cable ladder of width 400mm and length of 2 Mtr.. The thickness of

angle to be 5mm. two angles of 40mmX40mmX5mm to be supplied at both ends and supporting flats of 25mm

X5mm.

38

603 2400.00 Numbers 61.00 146400.00 AT Par 146400.00

Item Description:- Supply of terminal block 1 way PBT 60mm as per RDSO Drg.No. SA.23745/Alt.5 & IRS

S.75/91 & IRS.S.23 with latest amendment. Inspection : RDSO

39

604 5000.00 Numbers 285.00 1425000.00 AT Par 1425000.00

Item Description:- Supply of terminal block 6 way PBT 25mm as per RDSO Drg.No. SA.23756/Alt.3 & IRS

S.75/91 & IRS.S.23 with amendment no.2 or latest. Inspection : RDSO

40

605 200.00 Set 486.00 97200.00 AT Par 97200.00

Item Description:- Supply of WAGO Terminal as per RDSO Specification No. 189/2004 which consists as per

following:a) 2 Conductor disconnect type terminal block as per Model No. 280-870 -- Qty: 6 No.b) End plate type

280-374 suitable for disconnect terminal of Model No.280-870 -- Qty: 1 No.c) End stop terminal block type 249-

117 -- Qty: 2 No.d) Shorting links (16A) as per model 280-402.

DY.CSTE/C/GNT-BZA-S AND T/SOUTH CENTRAL RLY

TENDER DOCUMENT

Tender No: B-SG-CN-SnT-GNT-04-18-19 Closing Date/Time: 07/12/2018 15:00

Page 4 of 32 Run Date/Time: 16 /11/2018 19 :28 :34

41

606 20.00 Set 43.00 860.00 AT Par 860.00

Item Description:- Supply of Markers for the WAGO terminals as per Model No. 249-502 (Plain masker) - 100

No.

42

Please see Item Breakup for details. 159180.00 AT Par 159180.00

Item Description:- 607-Supply of Non-deteriorating type of fuse holders & fuse links - electric fuse for Railway

signalling Rate (in Rupees)d voltage 240 AC/DC to Specn. No. IRS S.78/92 (IRS-S-78/97 Tentative) IS:13703

(part 2/sec2):1993 suitable for E1 fuse 20Amps SC-20 Holder Safe Clip / knife edge type size E1 (R-SS) amp.

43

701 1.00 Kilometre 128938.00 128938.00 AT Par 128938.00

Item Description:- Supply of indoor cable 60 core X 0.6mm as per IRS S.76/89 amend no.2 or latest. Inspection :

RDSO

44

702 700.00 Per Unit 797.00 557900.00 AT Par 557900.00

Item Description:- Supply o f P V C insulated w i r e copper conductor 16/02mm to ATC IS:694 to RDSO

specification no.IRS.S76/89. Each coil of 100 mts length. To be procured from RDSO approved firms. (Note:Red-

275,black-275, yellow-50,blue-50, grey-50 )Inspection : RDSO, Per Unit = Coils

45

703 45.00 Per Unit 9390.00 422550.00 AT Par 422550.00

Item Description:- Su p p ly o f P V C insulated wire multi-strand copper conductor 10 Sq.mm flexible

Specn.IRS.S76/89. Amendment No.2 or latest. Each coil of 100 mts length. To be procured from RDSO approved

firms (size 140/0.3mm)( Red-25 and Black-25. Inspection : RDSO, Per unit = Coils

46

704 65.00 Per Unit 1635.00 106275.00 AT Par 106275.00

Item Description:- Supply of PVC wire coils of size 28/03 multi strand (flexible). Specn.IRS.S 76/89. Amendment

No.2 or latest. Each coil of 100 mts length. To be procured from RDSO approved firms.( Red-35 and Black-

35)Inspection : RDSO, Per unit = Coils

47

801 2.00 Numbers 25750.00 51500.00 AT Par 51500.00

Item Description:- Supply of Indian Portable Demineralization plant model CA- 10/U as per specification

attached. To be installed at site free of cost.

48

802 4.00 Set 266919.00 1067676.00 AT Par 1067676.00

Item Description:- Supply of factory assembled and performance tested DG set self start 10 KVA single phase

with required BHP diesel engine with facility to start and stop operation. Engine/alternator 1OKVA of Kirloskar

make or equivalent mounted on a fabricated iron base channel vibration free with acoustic enclosure with 75dB(A)

insertion loss along with battery for self start of standard/AMCO/Exide make. All mounting type panel with push

button assembly. DG set shall meet the requirements and specification as mentioned in Annexure-I. The DG set

shall comply with CPCB norms notified vide GSR 371(E) dt 17/2/05 and its amendments (at serial No.94 paras

1&3) as amended by GSR 448(E) dt. 12/7/04 and GSR 520(E) dtd.12/8/04. Facility to charge the DG battery in

DG idle condition through 230V external local supply to be made available in the DG set, with hour meter.

Inspection : RITES

49

805 4.00 Numbers 29724.00 118896.00 AT Par 118896.00

Item Description:- Supply of self regulated battery charger 230V AC I 12V DC 10 Amps. to RDSO Spec. No. IRS

S.86/2000. Inspection : RDSO

50

806 3.00 Numbers 74911.00 224733.00 AT Par 224733.00

Item Description:- Supply of Battery charger of 230Volts AC / 110V DC 30 Amps single phase, signalling /

telecom. Instrument as per RDSO Specn. IRS S.86/2000 Amd.1 or latest. Inspection : RDSO

51

815 4.00 Numbers 3196.00 12784.00 AT Par 12784.00

Item Description:- Supply of Transformer Rectifier 11OV AC Input /24V-30V DC Output, 5 Amp capacity, as per

spec. IRS S 91-2014 with amendment 1 to be procured from RDSO approved firms. Inspection : RDSO

52 1002 200.00 Numbers 60.00 12000.00 AT Par 12000.00

Item Description:- Supply of Universal locks with one key for every ten locks.

53

1003 4.00 Set 2562.00 10248.00 AT Par 10248.00

Item Description:- Supply of the following resistors/condensers/diodes. A) Electrolytic condensers 50V 470 mfd.-

20 nos (B) Electrolytic condensers 50V 1000 mfd - 20 No.(C ) Wire wound resistances 100 ohms 10 Watts - 20

No. (D) Diodes - BY 127 - 10 Nos & (E) PVC Insulation tapes of 25 Mtr.-25 No.

54

1004 4.00 MT 4027.00 16108.00 AT Par 16108.00

Item Description:- Supply of Cement Portland / Ordinary, confirming to ISS: 269/76.(To be supplied at site as per

requirement and as per instruction of site engineer)

55

1005 4.00 Numbers 4691.00 18764.00 AT Par 18764.00

Item Description:- Supply of Clip On Meter MECO 2700 Model or equivalent with similar features. Approval to be

obtained.

56

1006 40.00 Numbers 324.00 12960.00 AT Par 12960.00

Item Description:- Supply of Condensers 10000 Mfd/50 volts, brands like Philips / Keltron etc.,

DY.CSTE/C/GNT-BZA-S AND T/SOUTH CENTRAL RLY

TENDER DOCUMENT

Tender No: B-SG-CN-SnT-GNT-04-18-19 Closing Date/Time: 07/12/2018 15:00

Page 5 of 32 Run Date/Time: 16 /11/2018 19 :28 :34

57

1007 2.00 Numbers 15161.00 30322.00 AT Par 30322.00

Item Description:- Supply of electric track drilling machine similar to model no WD 34 C,RALLI WOLF Make with

suitable horizontal stand with attachments to drill holes of various sizes up to 7mm to 13mm

58

1008 2.00 Set 7035.00 14070.00 AT Par 14070.00

Item Description:- Supply of Office table with plywood plank with thickness of 18mm, teakwood beading with

three draws of size 4' X 2' with heavy duty 'S' type chair with hand rest. The above is of Godrej or similar make.

59 1009 12.00 Numbers 334.00 4008.00 AT Par 4008.00

Item Description:- Supply of steel stools 18" height neatly finished and painted.

60 1012 10.00 Numbers 105.00 1050.00 AT Par 1050.00

Item Description:- Supply of Jerry can 20 Ltrs capacity white as per the requirement of SI at site.

61 1013 40.00 Numbers 384.00 15360.00 AT Par 15360.00

Item Description:- Supply of Navtal Locks godrej make 25/50mm as per instructions of SE/SSE(Sig) at site.

62

1014 80.00 Numbers 23.00 1840.00 AT Par 1840.00

Item Description:- Supply of key chains with ring with plastic name plate of 60mmx20mmx3mm duly engraving

station name on one side and key particulars on one side as specified by the site incharge.

63

1015 900.00 Numbers 40.00 36000.00 AT Par 36000.00

Item Description:- Transparent plastic cover superior quality for keeping circuit diagram sheets with provision for

hanging size "C".

64 1016 12.00 Numbers 819.00 9828.00 AT Par 9828.00

Item Description:- Supply of Rubber Mat of size 2000mm X 500 mm and 12 mm thickness

65

1017 160.00 Per Unit 70.00 11200.00 AT Par 11200.00

Item Description:- Printing, Binding & supply of the following registers with latest proforma given by in-charge

officer each registr of 100 pages..a) Station Asset Register b) Deficiencies c) Officer Inspection book d) Work site

orientation classes note book. e) Station Message book f) Infrigement measure book for signal gears g) Route

cancellation register. h) Relay room Key register i) Selection circuit testing j) Cable testing summary k)Siganl

maintenance record. l) Power Supply systems(Battery maintenance ) m) Mechanical Signalling Register. n)Axle

Counter Maintenance Register o) Block instrument Maintenance Register. p) Track circuit maintenance Register.

q) Lifting barriers maintenance Register. r ) Electrically operated point maintenance Register. s ) Electronic

Interlcoking Maintemnance Register. t) Location box maintenace Register. u) Earth Testing record Register. v)

Cabin/Relay room register. w) Joint Inspection of Points and Crossings register. x) Block Proving Axle Counter

Register. y) Diesel generator /Solar panel Register. Per Unit = Per Register

66

1018 2.00 Set 31434.00 62868.00 AT Par 62868.00

Item Description:- Supply of tool kit as under:(1)Standard Tool Bag (CANAVAS) - 1 No. (2) Soldering Iron (Make

"Soldern/Philips) - 60W/230V (to be kept at equipment room) - 1 No (3)Multi meter (Digital PHILIPS/FLUKE/18S

Rishi B) Upto 20M.ohms 10A, 5KHZ, 2mV to 750V AC, 200V DC -1 No.TRUE RMS METER (4) Screw Driver set of

6 pieces (Taparia Make) - 1 No (5) Cutting plier 6" (Taparia ) - 1 No. (6) Side Cutter (wire cutter) 6" (Taparia ) - 1

No. (7) Nose plier 6" (Taparia) - 1 No. (8) Wire stripper (Taparia ) - 1 No. (9) Fiber tape 3 meters - 1 No (10)

Scale 6" (for tongue rail opening) -1 No (S.S.material) (11) Pop spanner wrench 6mm to 22mm (auto adjustable

spanner) Taparia make -1 No (12) Pop spanner wrench 10 mm to 30 mm (auto adjustable spanner) Taparia

make -1 No (13) Pop spanner wrench 15mm to 41mm (auto adjustable spanner) Taparia make -1 No (14)

Hacksaw frame with blade 6", 4" width (for cutting cable) - 1 No. (15) Hammer 3.0 lbs 1 No. (16) Chisel 6" (for

cutting bond wire) - 1 No. (17) Poker 8" (for removing bond wire, bond pin )- 1 No. (18) Screw Driver Heavy duty

12" with plastic handle (for opening of detector contacts (Taparia ) - 1No. (19) Test piece (Pt wedge piece) - 2 No.

(20) Multi colour torch light ( preferable LED rechargeable type) - 1 No. (21) Universal key - 1 No. (22) Box

spanner for 6 way terminals (13mm) (for opening ARA terminals) - 1 No. (23) Nylon brush (for cleaning purpose) -

1 No. (24) sealing Plier - 1 No. (25) Crimping Tool (1.5 to 16 Sq.mm) - 1 No. (26) Feeler guage - 1 Set (27) TSR

Meter (for testing condition of track circuit) - 1 No. (28) Wooden Block (60mm x 60mm) (for providing between

Tongue rail & Stock rail during maintenance) - 1 No. (29) Track shorting clips - 1 No. (30) Tester - 1 No. (31) Flat

file 12" length x 1" width - 1 No. (32) Clip on meter - 1 No (33) Earth Tester (Digital) -1 No @40"41@ Megger

(Installation test) Digital - 1 No

67

1021 240.00 Numbers 2640.00 633600.00 AT Par 633600.00

Item Description:- Supply of DWC pipe of 180 mm outer dia/ 153 mm inner dia in lengts of 6 Mtr with coupler. to

IS specification No.14930 Part-II.The IS spec shall be marked on the pipe. Inspection : RITES

68

1022 200.00 Numbers 4500.00 900000.00 AT Par 900000.00

Item Description:- Supply of DWC pipe of 250 mm outer dia/217 mm inner dia in lengts of 6 Mtr with coupler. to

IS specification No.14930 Part-II.The IS spec shall be marked on the pipe. Inspection : RITES

69

1023 160.00 Numbers 5700.00 912000.00 AT Par 912000.00

Item Description:- Supply of DWC pipe of 315 mm outer dia/271 mm inner dia in lengts of 6 Mtr with coupler. to

IS specification No.14930 Part-II.The IS spec shall be marked on the pipe. Inspection : RITES

1106 8.00 Set 6282.00 50256.00 AT Par 50256.00

DY.CSTE/C/GNT-BZA-S AND T/SOUTH CENTRAL RLY

TENDER DOCUMENT

Tender No: B-SG-CN-SnT-GNT-04-18-19 Closing Date/Time: 07/12/2018 15:00

Page 6 of 32 Run Date/Time: 16 /11/2018 19 :28 :34

70 Item Description:- Supply of desk type 2 wire , 12 way DTMF selective calling group telephone complete as per

specification IRS. TC. 80-2000 with suitable power supply unit.

71 1127 20.00 Numbers 2462.00 49240.00 AT Par 49240.00

Item Description:- Supply of 12 pair weather proof C.T. Box for station SP/SSP/TSS etc locations

72

1201 16.00 Numbers 4767.00 76272.00 AT Par 76272.00

Item Description:- Supply of Electric Key Transmitters single complete to drg.no.SA.22601/Alt-4& IRS S.21/2001

to ward no. specified. Inspection : RDSO

73 1202 4.00 Numbers 303.00 1212.00 AT Par 1212.00

Item Description:- Supply of double key lock.

74

1204 400.00 Kg 81.00 32400.00 AT Par 32400.00

Item Description:- Supply of wire rope steel galvanized 6/19, 26 SWG for double wire Signalling to spec. No. IRS.

S3-61 ,Amd-1.

75

1303 4.00 Numbers 22301.00 89204.00 AT Par 89204.00

Item Description:- Supply of solar charge controller module of 110V/30A as per specifications to suit the above

system.

76

1404 4.00 Numbers 9742.00 38968.00 AT Par 38968.00

Item Description:- Supply of Teak wood block counter suitable for DIADO/NBT block instruments as per standard

drawing.

77

1602 2.00 Set 14999.00 29998.00 AT Par 29998.00

Item Description:- Supply of lightening and surge arrestors of class B&C suitable for single phase supply in TT

network as per amendment 5 of RDSO spec.No.RDSO/SPN/165/2004 or Latest and as recommended by RDSO

letter No.STS/E/IPS/GENL dated 27.01.06(Amendment5)

78

1603 2000.00 Metre 303.00 606000.00 AT Par 606000.00

Item Description:- Supply of 35 Sq.mm Multi-strand single core PVC insulated copper cable as per IS:694 for

connecting Main earth electrode to MEEB in the equipment room in duplicate. Inspection : RITES

79

1604 500.00 Metre 144.00 72000.00 AT Par 72000.00

Item Description:- Supply of 16 Sq mm Multi-stand single core PVC Insulated copper cable as per IS:694 for

connecting MEEB to SEEB and SPDs and SPDs to MEEB. Inspection : RITES

80

1605 300.00 Metre 87.00 26100.00 AT Par 26100.00

Item Description:- Supply of 10 Sq mm Multi strand single core PVC insulated copper cable as per IS:694 for

connecting various equipments to SEEB. Inspection : RITES

81 1801 120.00 Numbers 94.00 11280.00 AT Par 11280.00

Item Description:- Supply of titanium coated 7.2mm drill bits of Bosch/Addison make

82 1802 16.00 Numbers 41.00 656.00 AT Par 656.00

Item Description:- Supply of channel bond pins single groove 7mm dia (100Nos)

83 1803 400.00 Numbers 4.00 1600.00 AT Par 1600.00

Item Description:- Supply of various type of lugs as per instructions of site in charge

84 1806 30.00 Numbers 35.00 1050.00 AT Par 1050.00

Item Description:- Supply of PVC conduit pipe 3 Mtr. length 25mm dia with bends

85

1808 20.00 Per Unit 1524.00 30480.00 AT Par 30480.00

Item Description:- Vulco tape of size 45mm width x 1.5 mm thick x 10 Mtr. length. It shall be self bonding type

anti corrosive, heat resistant & water proof. Per Unit = Roll

86 1809 600.00 Numbers 17.00 10200.00 AT Par 10200.00

Item Description:- Supply of aluminum lugs 25 Sqmm of reputed make

87 1810 300.00 Set 8.00 2400.00 AT Par 2400.00

Item Description:- Supply of copper lugs10 Sqmm of reputed make

88 1812 2.00 Numbers 3507.00 7014.00 AT Par 7014.00

Item Description:- Supply of Corium Z 105 Battery cleaner and terminal conditioner of 500ml tin can

89 1813 800.00 Numbers 2.00 1600.00 AT Par 1600.00

Item Description:- Supply of Copper eyelets to suit 16/0.2 wire Dowell's make

90 1814 600.00 Numbers 4.00 2400.00 AT Par 2400.00

Item Description:- Supply of Copper eyelets to suit 10.sqmm wire Dowell's make

91

1816 16.00 Numbers 204.00 3264.00 AT Par 3264.00

Item Description:- Supply of Solid State Buzzers with different frequencies in metallic/plastic casing working on

12V-24V-60 Volts.

DY.CSTE/C/GNT-BZA-S AND T/SOUTH CENTRAL RLY

TENDER DOCUMENT

Tender No: B-SG-CN-SnT-GNT-04-18-19 Closing Date/Time: 07/12/2018 15:00

Page 7 of 32 Run Date/Time: 16 /11/2018 19 :28 :34

92 1817 24.00 Numbers 378.00 9072.00 AT Par 9072.00

Item Description:- Supply of 2 N/2R Micro switch, L&T or Siemens make.

93 1818 20.00 Numbers 938.00 18760.00 AT Par 18760.00

Item Description:- Supply of 24 volts impulse counter 6 digits. (Keltron or Gujral make)

94 000 2.00 Lumpsum 250000.00 500000.00 AT Par 500000.00

Item Description:- Operation of any SOR Item from Chapter-1 to 18 Except Chapter-11

S.No. Item

Code

Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Estimated Amount

Bidding

Unit

Schedule B-(SOR-LABOUR) Above/

Below/Par

1

1901 16.00 Per Unit 994.00 15904.00 AT Par 15904.00

Item Description:- Final location survey of cable route and final preparation of cable route plan as per technical

specification Sch. 'B' Sl.No.2. Per unit = RKM

2

1902 12.00 Per Unit 51912.00 622944.00 AT Par 622944.00

Item Description:- Excavation of trench to a depth of 1200mm and width of 300m at bottom in all types of

soil(Normal soil/soft soil/sandy soil except in hard morum / rocky soils /bridges/ level crossings/ track crossings/

coil pits, ) as per RDSO Sketch no SDO/CABLE LAYING /003 including marking of cable alignment, clearing of

jungle, bushes, trial pits if required, refilling with excavated soil, ramming and consolidation after laying of cables

complete to the finished item of work as directed by supervisor in-charge.Per Unit = RKM

3

1903 8.00 Per Unit 67092.00 536736.00 AT Par 536736.00

Item Description:- Excavation of trench to a depth of 1200mm and width of 300m at bottom in hard morum soil

as per RDSO Sketch no SDO/CABLE LAYING /003 including marking of cable alignment, clearing of jungle,

bushes, trial pits if required, refilling with excavated soil, ramming and consolidation after laying of cables complete

to the finished item of work as directed by supervisor in-charge.Per Unit = RKM

4

1904 1000.00 Per Unit 460.00 460000.00 AT Par 460000.00

Item Description:- Cutting of rock up to a depth of 300 mm and width of 300mm where rock is visible from

surface, concreting to ground level after laying cables with 1 cement: 2 sand: 4 graded stone aggregate 20mm

nominal size and curing of concrete to the required number of days, except in bridges, culverts, level crossings,

track crossings, cable pits, rocky soil including marking of cable alignment, clearing of debris etc., complete to the

finished item of work as directed by site in-charge. Drg No.SK/CN/NEW/1. All the material is to be arranged by

contractor Per Unit = RMT

5

1905 01 2000.00 Per Unit 241.00 482000.00 AT Par 482000.00

Item Description:- Cutting of rock to a depth of 200 mm and width of 200 mm where rock is visible from surface

to a depth more than 300 mm up to 550mm, excavation of trench with width 300mm above rock concreting

200mmx200mm after laying of cable with 1 cement: 2 sand : 4 graded stone aggregate 20mm nominal size and

curing of concrete to the required number of days, refilling with excavated soil ramming and consolidation except

in bridges, culverts, level crossings, track crossings, cable pits, rocky soil including marking of cable alignment,

clearing of debris etc., complete to the finished item of work as directed by site in-charge. Drg No.SK/CN/NEW/3.

All the material is to be arranged by contractor.Per unit = RMT

6

1905 02 1000.00 Per Unit 200.00 200000.00 AT Par 200000.00

Item Description:- When rock is visible for more than 0.5 metre and up to 0.8 metre from the ground level,

excavating the trench minimum 0.5 metre and maximum 0.8 mettre, laying of cable and concreting 200 mm x 200

mm over the rocky surface after levelling with soil/sand. Per unit = RMT

7

1907 1500.00 Per Unit 1403.00 2104500.00 AT Par 2104500.00

Item Description:- Track crossing by horizontal boring method based on the drawing no.DRM/J/6735 dated 7-8-

03 (enclosed) and as advised by the engineer at site. This includes the supply and insertion(pushing) of GI pipe

(80mm) confirming to IS.1239 heavy class in the bore drilled with the coupler between two pipes. All the joints of

casing pipes should be tight and leak proof.Per unit =RMT

8

1908 400.00 Per Unit 141.00 56400.00 AT Par 56400.00

Item Description:- Trenching under Rails for crossing the track(Track crossing) and refilling of trenches as per

RDSO drawing No.SDO/CABLE LAYING /009. The track crossing shall be done at right angles.The depth of cable

trench shall be 1.2 Mtr. below the rail flange. The depth between top cable and the level of rail flange of the rail

shall never be less than 1.0 Mtr.. The ballast shall be Stored separately while making the trench and the earth soil

shall be stored separately. while re-filling the trench, the earth soil has to be filled first to the ground level and the

ballast has to be properly put in the track. this work has to be done under supervision of supervisor of S&T and

supervisor of P.Way. Per unit = RMT

9

1909 240.00 Per Unit 142.00 34080.00 AT Par 34080.00

Item Description:- Breaking of metal/ tar road and refilling after laying the cables as per drawing no.SDO/CABLE

LAYING/010. The surface of the road shall be concreted to match with the old surface. Per unit = RMT

DY.CSTE/C/GNT-BZA-S AND T/SOUTH CENTRAL RLY

TENDER DOCUMENT

Tender No: B-SG-CN-SnT-GNT-04-18-19 Closing Date/Time: 07/12/2018 15:00

Page 8 of 32 Run Date/Time: 16 /11/2018 19 :28 :34

10 1910 194000.00 Per Unit 5.00 970000.00 AT Par 970000.00

Item Description:- Laying different type cables in the trench. Termination covered elsewhere. Per unit = RMT

11

1912 3000.00 Per Unit 21.00 63000.00 AT Par 63000.00

Item Description:- Supply and placing of one layer of fully burnt country bricks ('B' Class of size approximately

220mm X 100mm X 60mm) length wise vertically in the trench for separation of power cable. Size of brick can

vary subject to approval by site officer.Per unit = RMT

12

1914 200.00 Numbers 181.00 36200.00 AT Par 36200.00

Item Description:- Excavation of square coil pit up to a depth of 1 Mtr. X 1.5 Mtr. For providing coil at location

box, point, signals etc., This includes back filling and ramming of trench / pit after laying the cable and

consolidation of soil.

13

Please see Item Breakup for details. 64640.00 AT Par 64640.00

Item Description:- 1916- Cable laying at culverts/bridges -High flood level: Excavation of cable trench of 300mm

width and 800 mm depth in the ramp from the foot of the culvert on to the top of the culvert by storing the ballast

and the excavated soil separately and laying of HDPE pipe( to be supplied by Railways) duly. The pipe is to be

laid, the cables required are to be drawn using bends( to be supplied by Railways) as per the drawing

No.SK.15/11. After drawing the cables the bends are to be concreted to a size of 300mmX1000mmX1000mm

using required shuttering /moulds. Except the HDPE pipe and bends, all other material is to be arranged by the

contractor.

14

1917 2400.00 Per Unit 761.00 1826400.00 AT Par 1826400.00

Item Description:- 1) Supply & laying of DWC split pipe of 250/217mm dia, 2 meters long in already dug cable

trenches as per Drawing No. SK.9/11. The unit of RMT means two split pipes of 1 Mtr each. Inspection RITES, Per

unit = RMT

15 1920 200.00 Numbers 226.00 45200.00 AT Par 45200.00

Item Description:- Supply & Laying of RCC Pipes 150mm outer dia. 2 Meters long, thickness 25mm.

16

1922 8.00 Numbers 496.00 3968.00 AT Par 3968.00

Item Description:- Providing of channel ramps for drawing cables at bridge/culvert entries duly providing GI bend/

flexible conduit 8 cm diameter and constructing channels from a depth of 0.8 meters to surface as per detailed

technical spec. (Concreting to be done at the ratio of 1:4:8 - Cement, sand and fine metal for concreting will be

supplied by contractor

17

Please see Item Breakup for details. 41875.26 AT Par 41875.26

Item Description:- Provision and laying in position cement concrete of 1 cement:3 sand:6 graded stone

aggregate of 20mm normal size excluding cost of cement, centering and shuttering ( including transportation of all

the material) .

18

1924 40.00 Numbers 495.00 19800.00 AT Par 19800.00

Item Description:- Supply and fixing of MS-'C' channel of size 100mmx 50mm x 1200 mm with suitable clamps as

per drawing No. S&T/ RE/78/2/76 and fitting to GI pipe 65/50mm (to be supplied by Railways) of spec. IS-1239/

Part-1/ Light with couplings and with suitable clamps on Girder Bridges without drilling holes in the girders. GI

Pipes are to be drilled with 6 holes of 1/4" dia. per metres around the pipe in zig zag manner before laying the 6

metres pipe.

19 1925 8000.00 Per Unit 4.00 32000.00 AT Par 32000.00

Item Description:- Jungle cutting along with the cable route. Per Unit = RMT

20

1926 8.00 Numbers 610.00 4880.00 AT Par 4880.00

Item Description:- Cutting of masonry walls of at stations, cabins buildings and other locations as indicated by

Railway engineer at site to a depth of 0.75 meters and supplying and fixing 50mm GI pipe The leading in

arrangement shall be as per drawing no. RE/S&T/ ALD/SK/ 161/ 81.

21 2003 80.00 Per Unit 119.00 9520.00 AT Par 9520.00

Item Description:- Test lamp arrangement in LBs/RE cuttings.(Auto mobile handle type)Per unit = Per location

22

2008 60.00 Per Unit 490.00 29400.00 AT Par 29400.00

Item Description:- Supply and fixing of 20mm thick teak wood planks for Keeping Equipment in the Full Box after

applying two coats of wood primer. The approximate size of the flank is 940mmx20mmx300mm. Per unit = Per

plank

23

2009 130.00 Per Unit 204.00 26520.00 AT Par 26520.00

Item Description:- Supply and fixing of teak wood reapers of size 50mm x 50mm x940mm in Full Box after

applying two coats of wood primer & clamping the Cables. Per unit = Per reaper

24

2010 50.00 Per Unit 135.00 6750.00 AT Par 6750.00

Item Description:- Supply and fixing of teak wood reapers of size 50mm x 50mm x470mm in Half Box after

applying two coats of wood primer & clamping the Cables. Per Unit = Per reaper

2011 2.00 cum 43600.00 87200.00 AT Par 87200.00

DY.CSTE/C/GNT-BZA-S AND T/SOUTH CENTRAL RLY

TENDER DOCUMENT

Tender No: B-SG-CN-SnT-GNT-04-18-19 Closing Date/Time: 07/12/2018 15:00

Page 9 of 32 Run Date/Time: 16 /11/2018 19 :28 :34

25

Item Description:- Supply and fixing of Teak Wood planks of of sizes as instructed by the site in-charge with

smooth finishing surface to be provided where ever required such as in location boxes relay room, equipment

room and battery room, Fine wood polish of approved quality to be applied for two times after thorough application

of emery paper. Fixing bolts and wood polish supplied by the contractor painting (Hardwood, paints, fixing bolts

are to be arranged by contractor).

26

2012 3.00 cum 18673.00 56019.00 AT Par 56019.00

Item Description:- Supply and fixing of H. Wood planks of 40mm thick and not less than 200 mm width with

smooth surface, painting (Hardwood, paints, fixing bolts are to be arranged by contractor).

27

2014 60000.00 Per

Conductor 7.00 420000.00 AT Par 420000.00

Item Description:- Cable termination including fixing terminals, fuses, LDs etc,. Meggering the cables and

recording the readings.

28

2015 140.00 Numbers 280.00 39200.00 AT Par 39200.00

Item Description:- Numbering location box as per standard practice and writing all termination particulars inside

the location box as per details. This includes all main and tail cable particulars, writing of cable numbering of

cables, polishing teak wood boards in two coats and painting hard wood shelves in two coats of black enamel.

29

2016 400.00 Per Relay 156.00 62400.00 AT Par 62400.00

Item Description:- Fixing relay bases, wiring in location boxes, bunching, fixing of relays as per circuit diagram.

This includes fixing of condensers, resistance, 6 way / 1 way terminals/ WAGO, ND type fuses, LED indicators for

fuses as per type fuses, LED indicators for fuses.

30

2017 120.00 MT 7176.00 861120.00 AT Par 861120.00

Item Description:- Fabricating, erection and fixing in position of Tie bars fencing using Railway's rail and tie bars

including transportation of rails and Tie bars from Depot to site excavating the earth of size of 0.60 x 0.60 x 1.5 m

erecting rails posts and cutting rail posts to required size erecting rails posts of correct alignment using CC 1:3:6

mix of sixe 0.60 x 0.60 x 1.30 m cutting the tie bars to required size and shape and drilling holes whenever

required revitting/welding connecting the tie bars to horizontal bars by using 16mm dia contractor's revite and

fixing the tie bar panel to rail posts using 15mm dia bolts including drilling holes in Rails including painting and one

coat over the primary coat complete as per drawing No. GM/W/SC/ 3461/1 with all contractor's OP cement labour,

tools bolts with all lead and lift curing complete as directed by the Engineer-in-charge. Note: Different lengths of

Rails and Tie bars will be issued to Contractor at different locations in section has to be cut for the required size

and to be the same has to transported to the site.

31

2018 8.00 Numbers 2938.00 23504.00 AT Par 23504.00

Item Description:- Supply of approved quality of special paint for cooling purpose and painting of battery / BPAC

boxes (Full and half GRS).

32 2102 2400.00 Per Unit 21.00 50400.00 AT Par 50400.00

Item Description:- Earthing and soldering of cable armour. Per unit = Per cable

33

2104 500.00 Per Unit 23.00 11500.00 AT Par 11500.00

Item Description:- 2. Routing and connecting of all the SPDs in the equipment room to MEEB with 16 sq mm

copper cable using copper lugs with stainless steel nut and bolts (for item procured against supply).Per unit =

RMT

34

2105 300.00 Per Unit 23.00 6900.00 AT Par 6900.00

Item Description:- 3. Routing and connecting all the equipments in the equipment/relay room to MEEB/SEEB with

10 sq mm copper cable using copper lugs with stainless steel nuts and bolts and fixtures. The work includes laying

and routing the copper cable in PVC pipes/conduits and fixing them on wall. Per unit = RMT

35

2106 4.00 Numbers 8767.00 35068.00 AT Par 35068.00

Item Description:- Fixing relay bases, wiring in location boxes, bunching, fixing of relays as per circuit diagram.

This includes fixing of condensers, resistance, 6 way / 1 way terminals/ WAGO, ND type fuses, LED indicators for

fuses as per type fuses, LED indicators for fuses.

36

2204 80.00 Per Unit 308.00 24640.00 AT Par 24640.00

Item Description:- Manufacturing, Supply, painting and fixing of markers of G/P/C/A/IB Markers/Number plates

with engineering grade reflective sticker on MS sheet with clamps as per drawings/as per site incharge. including

all fixing materials. Per unit = each

37

2205 5.00 Numbers 484.00 2420.00 AT Par 2420.00

Item Description:- Supply and fixing of wire mesh for the following signals, duly painted with black enamel in two

coats. 2205(4)-Box type mesh for ground type shunt signal

38

2207 90.00 Numbers 2813.00 253170.00 AT Par 253170.00

Item Description:- Strengthening of foundations of signals, Full/Half location boxes, by carrying out the earth

work around the foundation, ramming of the earth, caring out masonry work from bottom of earth work using

country stones and cement masonry to prevent the earth from slipping down the bank.

DY.CSTE/C/GNT-BZA-S AND T/SOUTH CENTRAL RLY

TENDER DOCUMENT

Tender No: B-SG-CN-SnT-GNT-04-18-19 Closing Date/Time: 07/12/2018 15:00

Page 10 of 32 Run Date/Time: 16 /11/2018 19 :28 :34

39

2301 22.00 Numbers 4308.00 94776.00 AT Par 94776.00

Item Description:- Fixing of point machines on PSC/Wooden sleepers as per standard drawing. Wiring as per

circuitry includes fixing & wiring of point contactor unit frames and controlling relays . Includes fixing of crank

handle ward plate.

40

2401 50.00 Numbers 1004.00 50200.00 AT Par 50200.00

Item Description:- Wiring of Track circuits feed end, relay end complete with TLDs, batteries, chargers, track

relays, double lead wires, providing insulation etc,. connected with track commissioning of track circuit including

provision of bracket for TLD covers and painting. Anti-tilting arrangement has to be done for track relays, chargers

& batteries.

41

2402 260.00 Per Unit 725.00 188500.00 AT Par 188500.00

Item Description:- Execution (Supply , transportation, installation and commissioning) of pin brazing /exothermic

out weld connection for continuity bond across fish plates in DC track circuit area as per RDSO Spec. No.IRS S-

103/2004 or latest. (all equipments & material required for brazing /welding of railhead continuity will be arranged

by the contractor. Per unit = Per bond

42

2403 512.00 Per Unit 365.00 186880.00 AT Par 186880.00

Item Description:- Execution (Supply , transportation,installation and commissioning) of pin brazing /exothermic

out weld connection for TLJB/boot leg as per RDSO Spec. No.IRS S-103/2004 or latest. This includes good quality

insulated cable for TLJB for the above purpose. one end on rails web in track circuit area and terminating the

other end of wire on the terminals in the TLJBs, (all the equipments and materials required for welding will be

arranged by the contractor. Per unit = Per bond

43

2404 2000.00 Per Unit 16.00 32000.00 AT Par 32000.00

Item Description:- Drilling of holes 7.2mm on web of the rail , providing bond wires with PVC coated wire rope.

(Bond pins single grove have to be supplied by contractor - Wire rope for bonding is covered under supply portion

). Per unit = Per rail joint

44

2502 4.00 Numbers 3549.00 14196.00 AT Par 14196.00

Item Description:- Fabrication, Supply and fixing of CALLING ON instruction boards, STOP boards with

engineering grade reflective sticker of size 600X900X1200 mm GI sheet, with MS angle of 75X75X6 mm with 6

meter length including paint, excavation of pit and concrete foundation etc..as per the instructions of sight in-

charge. All necessary materials to be arranged by the contractor).

45

2503 8.00 Numbers 650.00 5200.00 AT Par 5200.00

Item Description:- Supply and fixing of LUMINOUS/IBS LEGEND BOARD of size 2-1/2 feet x 2 feet as per

Drawing enclosed. The letters to be written in LUMINOUS formal Black colour and Red Colour. The script should

be first in HINDI and next in ENGLISH on yellow background. The size of letters shall be 2-1/2 inch height. Two

holes of 1/2" dia. should be drilled on top and bottom on the central line for fixing the board. The back side of the

board shall be painted with black enamel. Rail post & Cement will be given by Railways. All other materials are to

be arranged by the contractor.

46

2602 4.00 Per Unit 2789.00 11156.00 AT Par 11156.00

Item Description:- Installation and wiring of token/token-less block Instrument in ASM's room with suitable

foundation including fixing of LD's, terminals, fuses &earth connections. All ancillary works included. Per unit = Per

instrument

47

2605 9.00 Numbers 3848.00 34632.00 AT Par 34632.00

Item Description:- Providing crank handle box, wiring, testing as per technical specification including concealed

wiring in the wall

48

2606 4.00 Numbers 255.00 1020.00 AT Par 1020.00

Item Description:- Manufacturing arid fixing of glass fronted box (key box) made out of teak wood of size 10

inches x 16 inches.

49

2607 4.00 Lumpsum 3628.00 14512.00 AT Par 14512.00

Item Description:- Fixing of PVC pipes & bends, drawing of required wires through the same up to functions like

control telephone, Dy.control telephone, magneto phones inside SM's office as per circuit diagram. This includes

supply and fixing of required DPDT and rotary switches, PVC pipes and bends 25mm dia with 2mm wall thickness,

Lightening dischargers and painting of particulars.

50

2611 12.00 Per Unit 341.00 4092.00 AT Par 4092.00

Item Description:- Erection of Relay rack 1way/2way/4way with scaffolding suitably concreting tri-pod bases

using J-bolts, fixing rack supporting of size 50x50x6 mm on to the wall. Reel insulators are to be provided for

insulating the rack from the scaffolding & tri-pod bases. ( payment based on number of equivalent 1 way relay

racks).Per unit = Per one way rack

51

2613 40.00 Numbers 294.00 11760.00 AT Par 11760.00

Item Description:- Fabrication and supply of MS frames to suit 'Q' series relays to accommodate 6 No. in each

set as per Drg.No. B.SG.CN. MISC.9.98 duly drilling required holes for relay bases (All materials such as frames,

bolts, nuts and washers to be supplied by the contractor) (Only Relay bases will be supplied by the Railways).

DY.CSTE/C/GNT-BZA-S AND T/SOUTH CENTRAL RLY

TENDER DOCUMENT

Tender No: B-SG-CN-SnT-GNT-04-18-19 Closing Date/Time: 07/12/2018 15:00

Page 11 of 32 Run Date/Time: 16 /11/2018 19 :28 :34

52

2614 200.00 Numbers 174.00 34800.00 AT Par 34800.00

Item Description:- Fixing relay bases on the relay frames erected in Relay Room, Wiring of all types of relays by

drawing various sizes of wires/multicore cable, fixing fuses, condensers, resistances, LEDs etc and wiring duly

soldering the same as per approved circuit diagram, testing point to point before soldering and after soldering,

bunching and lacing as per detailed technical specification.Different colour codes and sizes of wire to be used as

per standard practice. This also includes, provision of all PVC sleeves required to be provided. Copper lugs to suit

to 16/02 wire and neat bunching, lacing with Modi Nylon / Twine thread and using PVC dotted tape with buttons

were required. This also includes soldering all the wires in the relay room with Rosine core of IS Spec. 1921

@40<37@ Tin and 40% Led). Soldering should be done as per standard practice. This also includes inserting the

clips, point to point testing as per the circuit diagram and plugging relays to Relay bases (except Inter-cables,

relays other materials such as Rosine core, flux, nylon thread. PVC dotted tape should be supplied by the

contractor). Point to point testing should be done in the presence of Engineer-in-charge as instructed in two

stages, one before soldering and the other after soldering.

53

261501 8.00 Set 479.00 3832.00 AT Par 3832.00

Item Description:- A) Fixing of approx.200 Nos. 6 way/ 1 way terminal blocks horizontally on 6mm hylem sheet

which in turn to be fixed to rack with all supports as per instructions of site incharge. Material such as bolts , nuts ,

washers, screws, supporting flats are to be arranged by the contractor.

54

261502 12.00 Lumpsum 103.00 1236.00 AT Par 1236.00

Item Description:- B) Cutting and fixing of hylem sheet 6mm / 3 mm thick to suit to 1-way relay rack anf fixing

wire wound resistances and condensers of various values. Material such as bolts, nuts, washers, screws, clips,

resistances are to be arranged by the contractor.

55

261503 200.00 Numbers 5.00 1000.00 AT Par 1000.00

Item Description:- C) Fixing of ND type fuses with LED indication and resistances along with negative terminal

strips on 6mm hylem sheet with contractors bolts, nuts, screws and washers.

56 2616 300.00 Numbers 14.00 4200.00 AT Par 4200.00

Item Description:- Preparation of Contact Analysis for 'Q' style relays as per detailed technical specification.

57 2621 2.00 Lumpsum 3301.00 6602.00 AT Par 6602.00

Item Description:- Indoor Painting as per technical specification for 4/5/6 road stations.

58

2623 8.00 Month 43437.00 347496.00 AT Par 347496.00

Item Description:- Provision of one skilled and 2 unskilled staff round the clock to attend to teething trouble of the

installation along with SI/CSI after the installation has been brought into commissioning. The work includes routine

maintenance, failure restoration as per the direction of the SI/CSI.

59

2624 30.00 Numbers 82.00 2460.00 AT Par 2460.00

Item Description:- Fabrication, fixing of required configuration of key in point machine for grouping of crank

handle of point machines.

60 2625 2.00 Lumpsum 12300.00 24600.00 AT Par 24600.00

Item Description:- Non Interlocking arrangements

61

270102 144000.00 Per Unit 4.80 691200.00 AT Par 691200.00

Item Description:- Transportation of materials from any Stores to Site and vice-versa including loading and

unloading. (2) Lead above 50 Kms, Per unit = PTPK

62

2801 2.00 Lumpsum 12227.00 24454.00 AT Par 24454.00

Item Description:- Installation and wiring of all power supply equipments, viz DC Distribution system, chargers,

transformers,batteries etc, and its wiring as per the tech specn No10.8( lacing ,bunching wit copper eyelytes/lugs

required for crimping 10sqmm wire are to be supplied by the contractor. for power panel, bolts,nuts and fixing

screws are to be arranged by the contractor. hylam sheets and wire coils will be arranged by the railways.

63 280202 200.00 Numbers 220.00 44000.00 AT Par 44000.00

Item Description:- Initial Charging of Secondary Cells:-(a) 2 volts 80 AH

64

Please see Item Breakup for details. 164740.00 AT Par 164740.00

Item Description:- 2804- Foundation, Erecting & Wiring, changeover arrangements in Generator room,

commissioning as per Technical Specification, for Installation of two generators of capacity up to 10 KVA.

65

2901 50.00 Per Unit 316.00 15800.00 AT Par 15800.00

Item Description:- Testing of wires drawn point to point using buzzer. (Before and after soldering.)Per unit + Per

sheet

66

2903 200.00 Numbers 12.00 2400.00 AT Par 2400.00

Item Description:- Fixing of LEDs along with Jewels, Resistors, Sleeves duly drilling holes and soldering including

drawing of wires, bunching and lacing. (All materials to be supplied by the contractor).

67

3016 8.00 Numbers 602.00 4816.00 AT Par 4816.00

DY.CSTE/C/GNT-BZA-S AND T/SOUTH CENTRAL RLY

TENDER DOCUMENT

Tender No: B-SG-CN-SnT-GNT-04-18-19 Closing Date/Time: 07/12/2018 15:00

Page 12 of 32 Run Date/Time: 16 /11/2018 19 :28 :34

Item Description:- Fixing and wiring RKT/EKT for siding or L.C. Gate interlocking as per Tech. /Specn. No. 15.12.

This includes installation of Magneto telephones at location, gate, SM's office etc.,

68

3101 108.00 Per Unit 363.00 39204.00 AT Par 39204.00

Item Description:- Fixing of Solar panels on roof top etc., concreting the base and their wiring as per the details

given by Engineer at site and also extending the solar panel output to 6 way PBTerminal/change over switch as

per( c ) below located inside the room/gate lodge using 10 sq.mm wire through PVC pipes. all materials excluding

PVC wire coil shall be supplied by contractor includies installation of charge controller. AJB, foundation related

items on roof top including cement and any other materials supplied with system. Per unit = Per panel

69

3102 4.00 Numbers 246.00 984.00 AT Par 984.00

Item Description:- change over arrangements for solar/DCDP supply using 3 NO/3NC 25amps contact rating

(L&T/Siemens contactor unit) and connecting to the battery. Wires shall be supplied by Rlys. PVC conduit pipe by

contractor. The arrangement to be fixed on a Hylum sheet of suitable size.

70

3301 2.00 Numbers 83295.00 166590.00 AT Par 166590.00

Item Description:- Design of cable route plan, cable core chart, location box particulars, panel particulars, fuse

particulars, track bonding diagram, numbered wiring diagrams, relay index, contact analysis, posting of contacts in

wiring diagram to be supplied by Rlys, surveillance panel particulars, data logger particulars, K rack, rack details,

resistor, condenser particulars, power equipment wiring, power equipment foot print diagram, etc as per

requirement. Supply of 6 sets of final hard copy of the approved circuit diagrams and the documents mentioned

above along with contact analysis in A2, A3, and A4 sizes as required with 1 set of prints on tracing film and a soft

copy on compact disc (CD) to be supplied. (Arranging rexin cloth bound booklets and binding for large and small

sizes of drawings).

71

330201 130.00 Per Unit 99.00 12870.00 AT Par 12870.00

Item Description:- (b) Preparation of A-3 size drawings as at site. Providing one print on tracing paper on in

standard format. Drawings are to be prepared on polyester tracing film of double side 50 microns thickness.

(Polyester tracing film and other consumables are to be arranged by the contractor.) Per unit = Per sheet of A3

size

72

330203 630.00 Per Unit 7.00 4410.00 AT Par 4410.00

Item Description:- (d) Taking copies of approved circuit diagrams/drawings issued by the Railways on ammonia

printing paper. (A-2 size.) - including supply of ammonia paper. Per unit = Each sheet of A2 size

73

330204 910.00 Per Unit 4.00 3640.00 AT Par 3640.00

Item Description:- (e) Taking copies of approved circuit diagrams/drawings issued by the Railways on ammonia

printing paper. (A-3 size.) - including supply of ammonia paper. Per unit = Each sheet A3 size

74

330206 14.00 Per Unit 174.00 2436.00 AT Par 2436.00

Item Description:- rranging rexin cloth bound booklets and binding for large size drawings Per unit = Each

booklet

75

330207 14.00 Per Unit 142.00 1988.00 AT Par 1988.00

Item Description:- (h) Arranging rexin cloth bound booklets and binding for small size drawings Per unit = Each

booklet

76

3524 20.00 Numbers 217.00 4340.00 AT Par 4340.00

Item Description:- Fixing of 12 pair weather proof C.T. Box WAGO type and termination of 6 quad jelly filled

cable on teak wood plank of size 375mm x 250 mm x 20 mm thickness

77

3608 10.00 Numbers 555.00 5550.00 AT Par 5550.00

Item Description:- Fabrication and supply of un-insulated trolley board made of MS sheet 3 mm thick duly

supporting with MS flat around, painting the same as per approved diagram and fixing on to the rail post / channel

already erected. (All materials such as Frame, bolts, nuts and washers to be supplied by the contractor).

78

3701 2.00 Numbers 28594.00 57188.00 AT Par 57188.00

Item Description:- Casting of foundation with 1:2:4, 20mm metal and river sand to be used, supply & erection of

lattice type tripod towers of GI 15 meters 01 height as per spec enclosed. Provision of earth electrode near the

tower and connect the same to tower which is to be erected above the station building/at the site shown by the site

Engineer of the Railways.. Cement shall be supplied by Rlys. Work includes installation of the antenna, drawing

the cable and installation of the battery and 25W set and commissioning the system. 25W set, cable, antenna,

battery will be supplied by Rlys.

S.No. Item

Code

Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Estimated Amount

Bidding

Unit

Schedule C-(NON-SOR-SUPPLY) Above/

Below/Par

1 340.00 Numbers 130.00 44200.00 AT Par 44200.00

DY.CSTE/C/GNT-BZA-S AND T/SOUTH CENTRAL RLY

TENDER DOCUMENT

Tender No: B-SG-CN-SnT-GNT-04-18-19 Closing Date/Time: 07/12/2018 15:00

Page 13 of 32 Run Date/Time: 16 /11/2018 19 :28 :34

1 Item Description:- Supply of Polymeric Positive Temperature Co-efficient Device (Self-Re setting type) 1.1 Amps

capacity with soldered 16/0.02 copper wire leads (As per required length) and crimping of copper lugs. Necessary

wire coils will be supplied by the Railways. materials such as solder lead, copper lug etc., are to be arranged by

the contractor within the cost of the work. Make little Fuse/TYCO/Fuzitech only

2

2 30.00 Numbers 2579.00 77370.00 AT Par 77370.00

Item Description:- Fabrication & supply of G.I. termination box for point machines of size 45 cm x 23 cm x 12

cm. The termination box to be fabricated out of G.I. sheet 10SWG and to be with 2 nos of M.S. angle of size

50x50x6mm of length 1000mm each and GI pipe of 40 mm dia and length of 450mm. The termination box is also

provided with teak wood plank of size 25 mm thicknesses for fixing of terminals. Necessary bolts, nuts and screws

are to be provided for fabrication of termination box. (All materials are to be procured by the contractor).

3 3 600.00 Metre 369.00 221400.00 AT Par 221400.00

Item Description:- supply of 50x6mm G.I tape for interconnecting earth electrodes

4

4 2.00 Numbers 133187.00 266374.00 AT Par 266374.00

Item Description:- Earth Leakage detector 12 channels as per RDSO Specn. No. RDSO/SPN/256/2002 with

latest amendment including - 1) Mounting stand for ELD and 2 fuse board to isolate from distribution board, for

the following requirement of channels:.24V DC - 1 to 4 channels 110V DC - 5 to 8 channels 110V AC - 9 to 12

channels Inspection : RDSO

5

5 16.00 Numbers 1409.00 22544.00 AT Par 22544.00

Item Description:- Supply of Vitreous enamel coating board each of size 1000mm X 500mm made out of 2mm

thick sheet with yellow backgroud, black letters as per technical specifications.

6 6 2.00 Numbers 23742.00 47484.00 AT Par 47484.00

Item Description:- Earth cable pair insulation tester type 906M.

7

7 6.00 Numbers 2031.00 12186.00 AT Par 12186.00

Item Description:- Supply of Failsafe electronic time delay unit to operate on 24V DC Time setting 60 seconds as

per RDSO specn.No. RDSO/S.61/2000

8

8 1.00 Numbers 166192.00 166192.00 AT Par 166192.00

Item Description:- Supply of Cable route locator with accessories, Make & model RIDGID USA, SR 20+ST 305 or

similar make or latest etc.. (a) Receiver seek tech SR-20 line locator-01 Nos. (b) Transmitter seek Tech ST-305(5

watts)- 01 No, (c ) 4'' inductive signal clamp -01 No, (d) Instruction manual & Training Video-01 No, (e) Batteries -

01 set, (e) Hard carrying case -01 No (or similar make or latest) etc..

9

9 55.00 Numbers 5775.00 317625.00 AT Par 317625.00

Item Description:- Supply of track feed battery charger to work on 110V/AC input to charge 1,2,3 lead acid cells

of 80AH with 10A capacity with potential free contacts as per Spec No IRS: S.89/2013 version1.0 or latest.

Inspection: RDSO

10 10 80.00 Numbers 84.00 6720.00 AT Par 6720.00

Item Description:- Wire wound resistors, 2.2 ohms/50watts

11 Please see Item Breakup for details. 102572.64 AT Par 102572.64

Item Description:- Supply of Colour light signal unit:

12

12 2.00 Numbers 6450.00 12900.00 AT Par 12900.00

Item Description:- Supply of Alcosign felt notice board of size 4' X 3' with glassy fibre doors having locking

arrangements.

13

13 2.00 Set 5000.00 10000.00 AT Par 10000.00

Item Description:- Supply of portable Solar Illumination Unit with solar panels 5Wp each, LED lamps 1 watt 3

Nos,2600 mAH Li-Ion battery, Lamp holder and mobile charging kit

14

14 3.00 Set 690000.00 2070000.00 AT Par 2070000.00

Item Description:- High Availability Single Section Digital Axle Counter System complete with dual sensor as per

RDSO specification No. RDSO/ SPN/ 177/ 2012 version.3 with latest amendment. Phase reversal type with all

aceessories for complete system and required length of cable. inspection ; RDSO

15

15 3.00 Numbers 29494.50 88483.50 AT Par 88483.50

Item Description:- Supply of Signal Conditioner Card(SCC1) for HASSDAC as per RDSO Specification

No.RDSO/SPN/177/2012 with version 3 or latest.. Inspection : RDSO

16

16 3.00 Numbers 29494.50 88483.50 AT Par 88483.50

Item Description:- Supply of Signal Conditioner Card(SCC2) for HASSDAC as per RDSO Specification

No.RDSO/SPN/177/2012 with version 3 or latest. Inspection : RDSO

17

17 6.00 Numbers 29494.50 176967.00 AT Par 176967.00

Item Description:- Supply of Modem Card for HASSDAC as per RDSO Specification No.RDSO/SPN/177/2012

with version 3 or latest. Inspection ; RDSO

DY.CSTE/C/GNT-BZA-S AND T/SOUTH CENTRAL RLY

TENDER DOCUMENT

Tender No: B-SG-CN-SnT-GNT-04-18-19 Closing Date/Time: 07/12/2018 15:00

Page 14 of 32 Run Date/Time: 16 /11/2018 19 :28 :34

18

18 3.00 Numbers 79045.50 237136.50 AT Par 237136.50

Item Description:- Supply of Micro Controller Logic Card for HASSDAC as per RDSO Specification

No.RDSO/SPN/177/2012 with version 3 or latest. Inspection : RDSO

19

19 3.00 Numbers 29494.50 88483.50 AT Par 88483.50

Item Description:- Supply of Relay Driver Card for HASSDAC as per RDSO Specification

No.RDSO/SPN/177/2012 with version 3 or latest. Inspection : RDSO

20

20 6.00 Numbers 17696.70 106180.20 AT Par 106180.20

Item Description:- Supply of DC-DC Converter Card for HASSDAC as per RDSO Specification No.RDSO/SPN/

177/2012 with version 3 or latest. Inspection : RDSO

21

21 3.00 Numbers 29494.50 88483.50 AT Par 88483.50

Item Description:- Supply of Event Logger Card for HASSDAC as per RDSO Specification No.RDSO/SPN/

177/2012 with version 3 or latest. Inspection : RDSO

22

22 3.00 Set 40112.52 120337.56 AT Par 120337.56

Item Description:- Supply of Web Detector(Each set consists of 2 nos of Tx and 2 nos of Rx Coils) for HASSDAC

as per RDSO Specification No.RDSO/SPN/ 177/2012 with version 3 or latest. Inspection : RDSO

23

23 2.00 Set 82584.00 165168.00 AT Par 165168.00

Item Description:- Supply of Tool Kit for maintenance of High Availability Single section Digital Axle Counter

Systems consisting of :-1.Pure sine wave Digital Mulitmeter:Kusam-MECO Make Model No.859 CF or equivalent-

One No. 2.Train simulator High frequency(TS267P) for SSDAC-One No. 3.Extender Card No.557. 4.Dummy

Wheel -One No. 5.Spanner:- 6.Ring Spanner 17-19,24-26 One each. 7.Open end Spanner:17-19,24-26-One

each. 8.Socket Spanner with handle-One no. i)Screw Driver No.902-One no. ii) Screw Drive No.935-One no.

9.Marking jig for drilling-1No 10.Torque Wrench-One No. 11.Dummy load to check power supply(resistive)-One

No

24

24 6.00 Set 42250.00 253500.00 AT Par 253500.00

Item Description:- Reset box for HASSDAC as per RDSO spec No.RDSO/SPN/177/ 2012 with version 3 or

latest.etc Inspection : RDSO

25 Please see Item Breakup for details. 336296.00 AT Par 336296.00

Item Description:- Supply of following furniture for station

26

26 4.00 Numbers 176701.95 706807.80 AT Par 706807.80

Item Description:- Integrated OFC device MAPLE 4CS device 1U height & 19" rack mountable supporting

E&M/FXO/FXS & Ethernet, with built in OFC ports supporting Single mode fibre for connecting stations/IBH on

dark fibre; Two E1 interfaces to be available with cross connection feature; unit support dual power supply DC

main/Stand by DCor AC in lieu of DC through adaptor (AC-DC through adaptor to be supplied); E&M 2W/4W 08

port module to be provided, which is configurable; 10 port Auto phone module & 10 port hot line module &

100Mbps Ethernet to be avialable in the unit; Unit is SNMP complaint, MAKE: MROTEK/ WAVES/ FABIO

27

27 540.00 Per Unit 475.44 256737.60 AT Par 256737.60

Item Description:- Supply of Steel tubes galvanized ISI marked to IS:1239(part-1)/2004 in random 1 both end as

per IS:554 :1999 socketed at one end and another end protected with plastic protector. Socket confirming to

IS.1239/part 2/1992 with amdt.1to 3(Re-affirmed 2002) Ncm, bore dia 80mm, class: medium. GI.PIPE-80MM

Make: TATA/Jindal/SAIL. Per unit = RMT

28

28 660.00 Per Unit 694.40 458304.00 AT Par 458304.00

Item Description:- Supply of Steel tubes galvanized ISI marked to IS:1239(part-1)/2004 in random 1 both end as

per IS:554 :1999 socketed at one end and another end protected with plastic protector. Socket confirming to

IS.1239/part 2/1992 with amdt.1to 3(Re-affirmed 2002) Ncm, bore dia 100mm, class: medium. GI.PIPE-100MM.

Make: SAIL/JINDAL/TATA. Per unit = RMT Inspection : RITES

29

29 50.00 Numbers 2466.00 123300.00 AT Par 123300.00

Item Description:- Supply of Relay Non-AC immune, plug-in-type Style 'QNIK, DC neutral line, 24V, 1000 ohms

6F/6B front contacts Tin coated and back contacts metal to metal / carbon, complete with plug board retaining clip

and connectors tin coated confirming to BRS 930A, IRS S34, IRS S23 or latest as applicable Inspection : RDSO

30

30 60.00 Numbers 3271.00 196260.00 AT Par 196260.00

Item Description:- Supply of AC immune, plug-in-type, Style 'QTA2' DC Neutral track, 9 ohm, 4F.2B contacts,

front and back contacts metal to carbon, complete with plug-board, retaining clip and connectors conforming to

BRS: 939A, BRS: 966 (Appendix F2), IRS:S 34 & IRS:S 23 (as applicable). The interlocking code for this unit shall

be FGHKX.(with ATC clips) Inspection : RDSO

31

31 30.00 Numbers 1032.00 30960.00 AT Par 30960.00

Item Description:- Supply of un wired Tag block 200Way confirming to IRS:S-77/91. The material shall be

procured from RDSO approved firms with proof Inspection : RDSO

32 32 2.00 Numbers 23500.00 47000.00 AT Par 47000.00

Item Description:- Supply of HP Officejet Pro 8620 e Multi-function Printer (Black) or similar.

DY.CSTE/C/GNT-BZA-S AND T/SOUTH CENTRAL RLY

TENDER DOCUMENT

Tender No: B-SG-CN-SnT-GNT-04-18-19 Closing Date/Time: 07/12/2018 15:00

Page 15 of 32 Run Date/Time: 16 /11/2018 19 :28 :34

33

33 2.00 Numbers 281.00 562.00 AT Par 562.00

Item Description:- Supply of Fiber boards of 'Alter the points immediately on arrival of the train as per GR:3.38

(2)' in bilingual i.e., in Hindi and English of size 4.5" X 12"

34

34 80.00 Set 16837.00 1346960.00 AT Par 1346960.00

Item Description:- 1. Supply of basic material to construct unit maintenance free earth consisting as per RDSO

spec no.RDSO/SPN/197/2008 consisting of:a) copper bonded steel electrode of 3.0m long, 17.0 mm dia with

copper bonding thickness mini 250 micron and UL listed and marked--1 no. b)Earth enhancement compound of

RDSO approved brand supplied in sealed bags of min 10 Kgs-03 No. c) Copper strip of 150X25x6mm to

terminate earth rod-2 No. d) Copper strip of 300X25x6mm (MEEB)-1 No. e) Cadmium bronze cable of size 3/16' -

10Mtrs. Inspection : RITES

35 Please see Item Breakup for details. 52200.00 AT Par 52200.00

Item Description:- PROVISION OF SMOKE DETECTION AND FIRE ALARM SYSTEM IN RELAY ROOM.

36

36 2.00 Numbers 1627.50 3255.00 AT Par 3255.00

Item Description:- Supply of Tips for ASM on panel operation boards, of size 16" x 18" in fiber sheet of 4mm

thickness with glassy lamination.

37 37 30.00 Numbers 1207.50 36225.00 AT Par 36225.00

Item Description:- Supply of cast iron ladder shoes to suit 3.5Mtrs/4.5Mtrs CLS ladders

38

38 20.00 Numbers 98.00 1960.00 AT Par 1960.00

Item Description:- Supply of Vitreous Enamel Coating board each of size 280mm x 102mm made out of 2mm

thick sheet (signal number plate) with wight back ground , black letters as per technical specifiations.

39

39 12.00 Numbers 191.00 2292.00 AT Par 2292.00

Item Description:- Supply of Vitreous Enamel Coating board each of size 230mm dia (A,P,G,C,IB markers) made

out 2mm thick sheet as per following coloue scheme. Supply of G marker yellow back ground, black letters, (b)

Supply of other boards : white back ground, black letters.

40

40 4.00 Numbers 1686.00 6744.00 AT Par 6744.00

Item Description:- Supply of Vitreous enamel coating board each of size 1000mm x 600mm made out of 2mm

thick sheet with yellow background, blcack letters as per technical specifications.

41

41 4.00 Numbers 3040.00 12160.00 AT Par 12160.00

Item Description:- Fabrication, Supply, and installation of powder coated cabinet, for the termination of power

cables. The body of the cabinet to be made of 3mm thick. This includes sizing bending, providing holes 6mm dia

on flat of size 3mm x 25mm for mounting 1 way PBTs and 40mm dia holes on top & bott surface. 6 Nos. on each

side with provision of grommet bushes for cable entry, as per the drawing supplied by the railways. Color of

powder coating as per instructions of site engineer in charge. All the materials will be supplied by the contractor

except 1 way PBTs.

42

42 2.00 Numbers 9606.00 19212.00 AT Par 19212.00

Item Description:- Supply of printer Dot matrix 80 column, 24 pin, 300 CPS equivalent to TVS-MSP 450

champion or better

43

43 4.00 Numbers 934800.00 3739200.00 AT Par 3739200.00

Item Description:- Supply and installation of USFBI as per Spec. No. RDSO/SPN/188/2004 or latest for single

line operation. Inspection : RDSO

44 44 4.00 Numbers 41200.00 164800.00 AT Par 164800.00

Item Description:- Modem for UFSBI (for use with secondary media OFC/Quad). Inspection :RDSO

45

45 2.00 Set 905000.00 1810000.00 AT Par 1810000.00

Item Description:- Supply of solar panel system each set consisting of (all items should be supplied from the

same manufacturer) a)Solar modules-12V 80Wp as per RDSO specification IRS S84/92 amend 2 or latest - No.

50. b) Solar charge controller - 110v, 40 amps - 2 No. to RDSO/SPN/187/2004 or latest suitable for LMLA

batteries wall mountable should be supplied with spares as mentioned in the IRS spec. 187/2004 or latest. c) 10

module mounting structures - 5 Nos. as per drawing structures to be powder coated with facility to change the

angle of inclination. d) Array junction box (5..1) - 1 No. e) Copper cable 2c x 2.5 sq.mm - 150m, 2c x 10 sq.mm -

60m, 1c x 25 sq.mm - 20 m. f) Super earthing kit - 06 Nos. g) Installation kit - 1 No. Inspection : RDSO

S.No. Item

Code

Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Estimated Amount

Bidding

Unit

Schedule D-(NON-SOR-LABOUR) Above/

Below/Par

1 95.00 Numbers 9875.00 938125.00 AT Par 938125.00

DY.CSTE/C/GNT-BZA-S AND T/SOUTH CENTRAL RLY

TENDER DOCUMENT

Tender No: B-SG-CN-SnT-GNT-04-18-19 Closing Date/Time: 07/12/2018 15:00

Page 16 of 32 Run Date/Time: 16 /11/2018 19 :28 :34

1 Item Description:- Excavation of pit, casting concrete foundation and erection of apparatus case full size as per

Drg. No. SK/CN/1/89/A/1 and fixing of 1 No.of 'E' type lock for the front door, fixing of one hylam sheet of 1000mm

X 940mm X 10mm thickness and painting the apparatus case inside and outside with one coat of redoxide and

two coats of aluminium paints (foundation bolts and nuts,' E' type lock, cement, river sand, stone jelly of size

20/20mm, hylam sheet of size 1000mm X 940mm X 10mm, paints, varnish, fixing bolts and nuts and all other

miscellaneous material required for the work shall be supplied by the contractor).

2

2 40.00 Numbers 6967.00 278680.00 AT Par 278680.00

Item Description:- Excavation of pit, casting concrete foundation and erection of apparatus case half size as per

Drg. No.SK/CN/1/89/B/1, fixing one 'E' type lock for the front door and latching arrangements for the back door

and fixing of one hard wood shelf plank 37mm thick and painting the apparatus case inside and outside with one

coat of redoxide and two coats of aluminium paints (foundation bolts and nuts, E type locks, cement, river sand,

stone jelly of size 20/20mm, hardwood plank of 37mm thick, paints, varnish, fixing bolts and nuts and all other

miscellaneous material required for the work shall be supplied by the contractor).

3

3 30.00 Numbers 5008.00 150240.00 AT Par 150240.00

Item Description:- Excavation of pit, casting concrete foundation as per Drg. No. SC/N/CN@47>47@A/1 using

metallic templates, for erection of Colour light Signals upto 4 aspects (foundation bolts, cement, river sand, stone

jelly of size 20/20mm dia and all other miscellaneous materials required for the work shall be supplied by the

contractor).

4

4 30.00 Numbers 5501.00 165030.00 AT Par 165030.00

Item Description:- Erection of surface base, signal pole, mounting of Colour Light Signal upto 4 aspects

complete on signal pole / offset bracket, (for LED / filament bulbs) with lenses, triple lamp holder, filament

switching units, CLS transformers, current regulators (whichever is applicable), fixing of ladder with platform

complete and concreting of ladder shoe, fixing of number plates, marker board, lenses guard, fixing of speed

Limit board, whichever is necessary, termination tail cables, wiring of signal unit with PVC wire 3/0.75mm copper,

provision of EWS locks, and painting of one coat of redoxide and two coats of aluminium/enamel paints. When the

aspect is fixed on offset bracket using 'U' bolts and nuts, a through bolt shall be provided by drilling of hole in the

signal pole to prevent the offset bracket from sliding down. (Supply of surface base, offset bracket, CLS pole, CLS

aspect complete, ladder with shoes and platform, Speed limit board, LED aspects, current regulators, lamp

holders, lamps, filament switching unit and CLS transformer is not covered in this schedule). ['U' bolts and nuts,

through bolts and nuts, cement, stone jelly 20/25mm dia, river sand, Signal Colour Rings, wire PVCV 3/0.75mm

copper, lens-guard, all fixing bolts and nuts, lead wood, paints PVC/Nylon sleeves, enamelled number plates,

enamelled marker boards, EWS locks, and all other miscellaneous materials for the work shall be supplied by the

contractor).

5

5 6.00 Numbers 2519.00 15114.00 AT Par 15114.00

Item Description:- Excavation of pit and casting concrete foundation as per Drg. No. SC/N/CN@47>47@B/1

using metallic templates, for erection of GROUND TYPE Shunt signal. (Foundation bolts and nuts, cement, river

sand, stone jelly of size 20/25mm and all other miscellaneous materials for the work shall be supplied by the

contractor).

6

6 6.00 Numbers 2097.00 12582.00 AT Par 12582.00

Item Description:- Erection of Ground type shunt signal complete including surface base, signal pole, LED

aspects/Lenses, bulbs with holders (whichever is applicable), fixing of lens guards, number plate, termination of

tail cables, wiring of signal unit with PVC wire 3/0.75mm copper, provision of EWS locks and painting of one coat

of redoxide and two coats of Aluminium /.enamel paint, (Supply of Ground type shunt signal complete including

surface base, signal pole, LED aspects, holder, bulbs and lenses is not covered in this schedule). [Wire PVC

3/0.75mm copper, lens guards, EWS locks, enamelled number plates, bolts and nuts, lead wool, paints and all

other miscellaneous materials shall be supplied by the contractor).

7

Please see Item Breakup for details. 7864.50 AT Par 7864.50

Item Description:- Fixing of junction type route indicator - 1 way to 6 way - complete / fixing of additional limb to

the existing route indicators, termination of tail cables, wiring as per approved circuits diagram using wire PVC

3/0.75mm copper, provision of required number of EWS locks, wire mesh and painting. (Supply of junction type

Route Indicators - complete and additional limb is not covered in this schedule). [3/0.75mm wire PVC fixing bolts

and nuts, EWS locks, wire mesh, PVC/Nylon sleeves, paints and all other miscellaneous materials shall be

supplied by the contractor] -

8

8 4.00 Numbers 1613.25 6453.00 AT Par 6453.00

Item Description:- Fixing of offset bracket using 'U' bolts and nuts erection of posts type shunt signal termination

of tail cables, pvovision of EWS lock and painting of one coat of redoxide and two coats of aluminium / enameled

paint. The work also includes drilling suitable holes ont he CLS post and provision of a through bolt with nut to

prevent the offset bracket from slipping down.

9 4.00 Numbers 1427.25 5709.00 AT Par 5709.00

DY.CSTE/C/GNT-BZA-S AND T/SOUTH CENTRAL RLY

TENDER DOCUMENT

Tender No: B-SG-CN-SnT-GNT-04-18-19 Closing Date/Time: 07/12/2018 15:00

Page 17 of 32 Run Date/Time: 16 /11/2018 19 :28 :34

9 Item Description:- Fixing of Offset brackets using 'U' bolts and nuts, erecting of Calling On Signals/'A' marker

lights, termination of tail cables and wiring using wire PVC 3/0.75mm copper, provision of EWS lock, number

plates/ markers boards and painting. The work also includes drilling suitable holes on the CLS post and provision

of a through bolt with nut to prevent the Off-set bracket from slipping down. (Supply of Calling On Signal / 'A'

marker light, LED aspect / holders and bulbs and off set brackets is not covered in this schedule). ['U' bolts and

nuts, through bolts with nut, EWS lock, Enamelled number plates, wire mesh, PVC/Nylon sleeves, paints and all

other miscellaneous materials shall be supplied by the contractor].

10

10 600.00 Metre 148.00 88800.00 AT Par 88800.00

Item Description:- Laying of 50x6mm G.I. tape for interconnecting of earth electrodes.( This includes excavating

of trench to a suitable depth as per site requirement and refilling of the same after laying of GI tape as per

requirement)

11

11 200.00 Per Unit 518.00 103600.00 AT Par 103600.00

Item Description:- Fabrication and Supply of Powder coated Aluminum ladder of Size 38mmX38mmX5mm and

250 mm wide , with 38mm X5mm flat fixed at intervals of not more than 250 mm. All nuts, bolts, PVC sleeves,

insulators etc. are to be arranged by the contractor. per unit= RMT

12

12 10.00 Sqm 450.00 4500.00 AT Par 4500.00

Item Description:- Design, Printing and making of display boards made with laminated wooden(NUWUD) sheet

of 12mm thickness as per given description

13 13 240.00 Numbers 533.00 127920.00 AT Par 127920.00

Item Description:- Supply, painting and fixing of cable Gland Plate for full / half GKP box as per site requirement.

14 14 4.00 Numbers 219.00 876.00 AT Par 876.00

Item Description:- Carrying of New Warning Board to the site and fixing them at location.

15

15 400.00 Sqm 78.00 31200.00 AT Par 31200.00

Item Description:- Supply of approved quality of paint manufactured by Asian/British/Johnson and Nicholas

accepted by DSTE/ASTE and Painting of all S&T gadgets in two coats duly scarping the rust as directed by

SSE/SE at site, the colour to be used as per standard practice and as directed by SSE/SE at site.

16

16 150.00 Per Unit 1050.00 157500.00 AT Par 157500.00

Item Description:- Execution (Supply, transportation, installation and commissioning of pin brazing/exothermic

out of weld connection as per IEEE 837 for earth connection 38 or/50mmx6mm GI flat either in location box or

conventional earth or MFE electrode. All equipments & matirials required for brazing/welding of rail head

continuity will be arranged by contractor.)per unit= per bond.

17

17 400.00 Square Foot 291.00 116400.00 AT Par 116400.00

Item Description:- Supply and fixing of Netlon wire mesh of all windows and ventilators as per instructions of

Engineer-in-charge including labour charges.

18 18 2.00 Numbers 8000.00 16000.00 AT Par 16000.00

Item Description:- Installatin of Earth Leakage detector 12 channels.

19

19 360.00 Per Unit 407.00 146520.00 AT Par 146520.00

Item Description:- Labour assistance for SE/JE in day to day works i.e checking the curves/straight alignment of

formation, levels etc. Carrying the tools & equipment etc. during the course of execution of work as per the

instructions of concerned SE/JE. Per unit = Per day

20 20 2.00 Per Unit 5000.00 10000.00 AT Par 10000.00

Item Description:- Implementation and testing per station of point reversal alaram. Per unit = Per station

21

21 420.00 Numbers 807.00 338940.00 AT Par 338940.00

Item Description:- Transporting and supply and installation of Concrete (RCC) route indicators at intervals of 50

meters as per technical specification. They should be of standard RCC with letters " one side "SCR" and the other

side "S&T cables" as per drawing SK 12/10 of RVNL/SC . In case of telecom quad cable joint locations it shall be

painted with red color.

22 80.00 Set 4276.00 342080.00 AT Par 342080.00

DY.CSTE/C/GNT-BZA-S AND T/SOUTH CENTRAL RLY

TENDER DOCUMENT

Tender No: B-SG-CN-SnT-GNT-04-18-19 Closing Date/Time: 07/12/2018 15:00

Page 18 of 32 Run Date/Time: 16 /11/2018 19 :28 :34

22 Item Description:- Installation of single earth(maintenance free) including the following:- welding and fixing of

copper tape (used as bus bar) welding of cadmium bronze cable to copper plate using material supplied. All the

material supplied for mounting of copper tape, exothermic weld materials, tools and fixtures for welding copper

tapes shall be arranged by contractor. for BPAC location.a. Digging /Auguring/Boring of single earth pit of 100mm

to 125 mm dia to the depth of approx. 2.8 meter. b. Insertion of 3.0 meter electrode and penetrating it at least .2

meter by pushing gently with sledge hammer where the natural soil is assumed. c. Filling of earth pit with earth

enhancement compound (EEC) in slurry from and backfilling. d. Carrying out exothermic weld connection on

single earth electrode to a copper tape of 150X25X6mm. e. Carrying out exothermic weld connection on the

copper tape of 150X25X6mm on earth electrode for connecting two 35 Sq mm cables for redundancy.. f. The

exothermic welding material for bonding the earth system shall be procured from RDSO approved firms, which

includes graphite moulds, clamps, weld metal powders. g. Digging a trench to a depth of at least 0 .5 Mtr. and run

the two 35 Sq mm earth conductor ( procured against supply item) from earth pit to MEEB. h. Routing and

termination of two 35 sq mm earth conductors in trench from earth pit to 300X25X6mm MEEB, which is to be fixed

inside the equipment room with two insulation studs. i. 300X300X300 mm (inside dimension) concrete earth pit

with a concrete lid, approx 50mm thick with pulling hooks, shall be provided to cover the pit. Back side of the

cover will be painted in black and dare of the testing and average resistance value shall be written.

23 23 100.00 Metre 700.00 70000.00 AT Par 70000.00

Item Description:- Supply and laying of 50 Sq.mm. insulated copper cable as per specification IS:694

24

24 4.00 Pair 8427.00 33708.00 AT Par 33708.00

Item Description:- Installation of MAPLE 4C Or Similar Equipment from Reputed system at station for BPAC

working on OFC

25

25 3.00 Set 56180.00 168540.00 AT Par 168540.00

Item Description:- HASSDAC INSTALLATION- Installation, energization, testing & commissioning charges with

dual detection the work consists of (i) to (iv) i) Fixing of Axle counter track device consisting of Tx-Rx coil

assembly for each detection point (2 in Up direction & 2 in Down direction. Total-4 in double line section) by

drilling holes in the rails as per the marking given by the site in-charge. (Note: Tx-Rx coil assembly and rail

mounting fixtures are covered under supply of single section digital axle counter) ii) Fixing of Rail deflector plates

on either side of each detection points as per the marking given by the site in charge. iii) Fixing of evluators inside

pre-erected location boxes on the nominated planks along with VR assembly duly providing anti vibration

arrangement as per the instructions of site incharge. iv) Routing cables from Tx/Rx coil assembly through pre laid

GI pipe/HDPE pipe arrangement of track crossing and entering termination box and termination. Note: Rs.

10000/- will be released after installation & testing, Remaining amount will be released after completion of field

training for minimum 10 persons.

26 26 4.00 Per Unit 2000.00 8000.00 AT Par 8000.00

Item Description:- Supply and installation of Wago Connector FTB set. Per Unit = Per location

27

27 4.00 Per Unit 1800.00 7200.00 AT Par 7200.00

Item Description:- Supply and installation of Wago Connector UFTB set (Un-fused terminal block) Per unit = Per

location

28 28 4.00 Per Unit 1300.00 5200.00 AT Par 5200.00

Item Description:- Supply and installation of Wago Connector End plate set (End clamp) Per unit = Per location

29 29 4.00 Per Unit 350.00 1400.00 AT Par 1400.00

Item Description:- Supply and installation of Din Rail. Per unit = Per location

30 30 2.00 Lumpsum 200000.00 400000.00 AT Par 400000.00

Item Description:- Any other USSR 2010 items of SCR USSR as per the instructions of engineer in charge

31

Please see Item Breakup for details. 396000.00 AT Par 396000.00

Item Description:- Supply and installation of SPD indicative type class'D' , complete with enclosure and

connecting wire/cables as per technical specifications. Make : OBO/Pheonix

32

32 1000.00 Per Unit 434.00 434000.00 AT Par 434000.00

Item Description:- Provision of Security guards round the clock beet from UP Home Signal to DN Home Sgnal to

avoid theft of signaling gadgets in 12hour shift. Per unit = Per 12 hours

33

33 250.00 Per Unit 231.00 57750.00 AT Par 57750.00

Item Description:- Arranging unskilled workers with all tools for Non Interlocking working as per the instructions

of engineer in charge. Per unit = Man days

34

34 250.00 Per Unit 308.00 77000.00 AT Par 77000.00

Item Description:- Arranging skilled workers for non Interlocking working with all tools and plants required as per

instructions of engineer in charge Per unit = Man days

35 1200.00 Per Unit 91.00 109200.00 AT Par 109200.00

DY.CSTE/C/GNT-BZA-S AND T/SOUTH CENTRAL RLY

TENDER DOCUMENT

Tender No: B-SG-CN-SnT-GNT-04-18-19 Closing Date/Time: 07/12/2018 15:00

Page 19 of 32 Run Date/Time: 16 /11/2018 19 :28 :34

35 Item Description:- Laying GI pipes of 50/80/100 mm.dia. with coupling wherever required as per the railway

requirement over the cement bridges, girder bridges, drainage culverts etc.,. The cables are to be taken through

pipes without causing any damage. GI Pipe will be supplied by Railways and all other materials shall be arranged

by the contractor. The pipes he GI pipes are to be provided on MS channels with suitable fitting on Girder bridges

without drilling holes on the girders and GI pipes are to be drilled with holes 6 nos. of 1/4" dia. per Mtr. and

around the pipe before laying for 6 m. pipe in zigzag manner).Per unit = RMT

36

36 600.00 Numbers 25.00 15000.00 AT Par 15000.00

Item Description:- laying of DWC pipe of REX/Duraline/Tirupathi plasto of 120mm /103mm (or)180mm outer

dia/153mm inner dia (or) 250mm/217mm (or) 315mm/271mm inner dia to IS spec. no. 14930 (part-II) for

underground cables of 6mtrs.

37

37 240.00 Metre 196.00 47040.00 AT Par 47040.00

Item Description:- Supply and laying of DWC pipe made of polythine of size 103mm inner dia and 120mm outer

dia in 6mtrs. Length as per IS 14930 Part-II along with 1 coupler per pipe as per specifications IP 67 grade for

every 6mtrs.

38

38 80.00 Numbers 5100.00 408000.00 AT Par 408000.00

Item Description:- Excavation of earth and providing earth pipe of size 50mm dia, 3.5mm thick 2.0 m. long G.I.

pipe with masonry tub constructed around at earth locations as specified by site Engineer. Alternate layers of

30kgs-char coal and 30kgs-common salt to be filled in the pit while closing. The pipe perforation etc., to be carried

out as per drawing No. G/SG/09/2002. The earth pipe to be connected to the function with cable as supplied by

Railways. Earth reading should be less than 03 Ohms The reading should be painted on the masonry tub. The

masonry tub of 300X300X300mm should be covered with cement slab. ( All materials to be supplied by the

contractor except cable.)

39 39 120.00 Numbers 352.00 42240.00 AT Par 42240.00

Item Description:- Fixing of Fiber TLJB.

40

40 120.00 Numbers 300.00 36000.00 AT Par 36000.00

Item Description:- Excavation of pit of 400mm x 400mm x 1500mm at a given location and erecting rail posts of

various lengths, plumbing and concreting it with cement concrete in the ratio of 1:3:6 with 40mm graded stone

and river sand and curing the same. (Rails and cement will be supplied by the railways)

41 41 400.00 cum 164.84 65936.00 AT Par 65936.00

Item Description:- Earth work in filling enmbankment

42

42 100.00 Square Foot 200.00 20000.00 AT Par 20000.00

Item Description:- Supply and fixing of high resolution Vinyl/star flex /0.16mm radium strikers of required size as

instructed by Engineer in Charge of various Signalling details like LB particulars, Point machine numbers, Track

circuit numbers, CT rack particulars, Fuse particulars etc.,

43

43 120.00 Square Foot 236.50 28380.00 AT Par 28380.00

Item Description:- Supply & fixing of Hard drawn steel wire fabric 75 x 25 mm mesh of weight not less than

7.75kg. per Sq.. Including 60 x 20mm beading of country teak wood.

44 44 50.00 cum 615.03 30751.50 AT Par 30751.50

Item Description:- Supply and filling sand as per the technical specifications.

45

45 400.00 Numbers 95.50 38200.00 AT Par 38200.00

Item Description:- Painting of particulars of Glued Joint on rails/track circuit No. on TLJ boxes as per particulars

issued by Engineer in charge. Before painting on surface of the Glued Joint Rails/TLJ boxes shall be cleaned

thoroughly. Painting shall be done with approved quality of stranded paints like Asian/Johnson/Nicholas /Berger

etc., All the men and materials shall be arranged by the contractor the colors scheme shall be as per the

instructions of Engineer in charge.

46 46 14.00 Numbers 350.00 4900.00 AT Par 4900.00

Item Description:- Installation of smoke cum heat detector.

47 47 2.00 Lumpsum 750.00 1500.00 AT Par 1500.00

Item Description:- Installation of Microcontroller based Fire Alarm monitoring, control unit & alarm hooter

48 48 2.00 Lumpsum 600.00 1200.00 AT Par 1200.00

Item Description:- Testing and commissioning charges for smoke cum heat detector

49

Please see Item Breakup for details. 85320.00 AT Par 85320.00

Item Description:- Fabrication and Supply of perfarated GI FRAME for earthing of cable armour in FULL & Half

location boxes. This includes sizing, bending, holes drilling and galvanizing of MS flat as per the drawing supplied

by railways. All materials will be supplied by the contractor.

50 50 400.00 Metre 190.00 76000.00 AT Par 76000.00

Item Description:- Supply of G.I.Tape 38x6x (80-100 microns)

51 135.00 Numbers 433.00 58455.00 AT Par 58455.00

DY.CSTE/C/GNT-BZA-S AND T/SOUTH CENTRAL RLY

TENDER DOCUMENT

Tender No: B-SG-CN-SnT-GNT-04-18-19 Closing Date/Time: 07/12/2018 15:00

Page 20 of 32 Run Date/Time: 16 /11/2018 19 :28 :34

51 Item Description:- Laying and fixing of GI flat to the existing conventional earth to LB/Signal post by Arc/Gas

welding as per the instructions of site engineer in charge. All men and materials shall be arranged by the

contractor except G.I.Flat.

52

52 26.00 Numbers 328.00 8528.00 AT Par 8528.00

Item Description:- Supply and fixing of cross on the signals (signal not in use) made of hard wood of size

1000mm x 100mm x 20mm (painted white as per SEM & suitable clamp made of MS flat.

3. ITEM BREAKUP

Schedule Schedule A-(SOR-SUPPLY)

Item- 42

607-Supply of Non-deteriorating type of fuse holders & fuse links - electric fuse for Railway signalling Rate (in

Rupees)d voltage 240 AC/DC to Specn. No. IRS S.78/92 (IRS-S-78/97 Tentative) IS:13703 (part 2/sec2):1993

suitable for E1 fuse 20Amps SC-20 Holder Safe Clip / knife edge type size E1 (R-SS) amp.

S No. Item

No

Description of Item Unit Qty Rate Amount

1 1 (1) Fuse holder 20A capacity. Inspection : RDSO Numbers 900.00 150.00 135000.00

2 2 (2) Fuse links 2 Amps. Inspection : RDSO Numbers 600.00 20.00 12000.00

3 3 (3) Fuse links 16 Amps. Inspection: RDSO Numbers 100.00 21.00 2100.00

4 4 (4) Fuse links 10 Amps. Inspection :RDSO Numbers 120.00 21.00 2520.00

5 5 (5) Fuse links 6 Amps. Inspection : RDSO Numbers 160.00 21.00 3360.00

6 6 (6) Fuse links 1 Amps. Inspection : RDSO Numbers 200.00 21.00 4200.00

Total 159180.00

Schedule Schedule B-(SOR-LABOUR)

Item- 13

1916- Cable laying at culverts/bridges -High flood level: Excavation of cable trench of 300mm width and 800 mm

depth in the ramp from the foot of the culvert on to the top of the culvert by storing the ballast and the excavated

soil separately and laying of HDPE pipe( to be supplied by Railways) duly. The pipe is to be laid, the cables

required are to be drawn using bends( to be supplied by Railways) as per the drawing No.SK.15/11. After

drawing the cables the bends are to be concreted to a size of 300mmX1000mmX1000mm using required

shuttering /moulds. Except the HDPE pipe and bends, all other material is to be arranged by the contractor.

S No. Item

No

Description of Item Unit Qty Rate Amount

1 1 (a) Excavation of trench at the culvert from foot of the culvert

to top of it in the ramp to a size of 300mm width , 800mm

depth by storing the ballast and the excavated soil separately,

laying of the HDPE/DWC pipe using couplers and bends as

per drawing No.SK.15/11, drawing of cables through the pipe

and refilling of the trench duly putting back the removed

ballast in its proper place and shape. Per unit = RMT

Per Unit 200.00 80.00 16000.00

2 2 (b) Concreting of portion of the pipe at the bend near the

culvert as per the drawing SK.15/11. Per unit = Per bend

Per Unit 40.00 1216.00 48640.00

Total 64640.00

Item- 17 Provision and laying in position cement concrete of 1 cement:3 sand:6 graded stone aggregate of 20mm normal

size excluding cost of cement, centering and shuttering ( including transportation of all the material) .

S No. Item

No

Description of Item Unit Qty Rate Amount

1 1 1923-01 (1) Plain cement Concrete o f 1 cement: 3 sand : 6

graded stone aggregade 20mm nominal size

cum 6.00 2085.21 12511.26

2 2 1923-02 (2) Cement 53 grade (@ the Rate (in Rupees) of 2.2

quintals per Cum of concrete

Quintal 13.20 460.00 6072.00

3 3 1923 -03 (3) Centering and shuttering Sqm 80.00 291.15 23292.00

Total 41875.26

Item- 64 2804- Foundation, Erecting & Wiring, changeover arrangements in Generator room, commissioning as per

Technical Specification, for Installation of two generators of capacity up to 10 KVA.

S No. Item

No

Description of Item Unit Qty Rate Amount

DY.CSTE/C/GNT-BZA-S AND T/SOUTH CENTRAL RLY

TENDER DOCUMENT

Tender No: B-SG-CN-SnT-GNT-04-18-19 Closing Date/Time: 07/12/2018 15:00

Page 21 of 32 Run Date/Time: 16 /11/2018 19 :28 :34

1 1 2 8 0 4 - 0 1 Foundation, Erecting & Wiring, changeover

arrangements in Generator room, commissioning as per

Technical Specification, for Installation of two generators of

capacity up to 10 KVA.

Lumpsum 4.00 30531.00 122124.00

2 2 2804 - 2 Running charges for DG set. Fuel to be arranged by

contractor. Per unit = Per hour

Per Unit 800.00 45.00 36000.00

3 3 2804 3 1st service of the DG set as per the manufacture's

instructions. per unit= per service

Per Unit 4.00 1654.00 6616.00

Total 164740.00

Schedule Schedule C-(NON-SOR-SUPPLY)

Item- 11 Supply of Colour light signal unit:

S No. Item

No

Description of Item Unit Qty Rate Amount

1 1 (b) Supply of Junction type/Directional type route indicator-2

way to drawing no.SA.23401 with IRS - S 66/84 with

amendment-1 (FRP type) Inspection RITES

Numbers 2.00 24528.24 49056.48

2 2 (c) Supply of Junction type/Directional type route indicator-3

way to drawing no.SA.23402 with IRS - S 66/84 with

amendment-1 (FRP type) Inspection : RITES

Numbers 2.00 26758.08 53516.16

Total 102572.64

Item- 25 Supply of following furniture for station

S No. Item

No

Description of Item Unit Qty Rate Amount

1 1 A) Supply of Office table similar to Godrej T 104 model Numbers 4.00 20569.00 82276.00

2 2 B) Supply of Cane chair with full arms similar to godrej CH7

model

Numbers 14.00 2801.00 39214.00

3 3 C) Supply of Visitor chair similar to godrej PCH 5d13R model

"STARR"

Numbers 16.00 3801.00 60816.00

4 4 D) Supply of Revolving chair similar to godrej mid back

PCH5002T

Numbers 6.00 7360.00 44160.00

5 5 E) Supply of steel Alma rah similar to godrej Storewel plain

with 4 adjustable shelves with dimensions916X486X 1981mm

Numbers 6.00 18305.00 109830.00

Total 336296.00

Item- 35 PROVISION OF SMOKE DETECTION AND FIRE ALARM SYSTEM IN RELAY ROOM.

S No. Item

No

Description of Item Unit Qty Rate Amount

1 1 (a) Supply of smoke cum Heat sensors as per Technical

specifications.

Numbers 14.00 2194.00 30716.00

2 2 (b) Supply of Microcontroller based fire alaram monitoring &

control unit (Semi addressable) as per technical specifications.

It includes supply of 2 nos. if batteries 12V 7 AH. Digital

contacts of each zone are to be connected through existing

Data logger network.

Numbers 2.00 7346.00 14692.00

3 3 (c ) Supply of Alarm hooter with strobe as per Technical

specifications.

Numbers 2.00 2546.00 5092.00

4 4 (d) Supply of 1 inch PVC conduit pipe 10 feet length of

reputed make with ISI mark.

Numbers 50.00 34.00 1700.00

Total 52200.00

Schedule Schedule D-(NON-SOR-LABOUR)

Item- 7

Fixing of junction type route indicator - 1 way to 6 way - complete / fixing of additional limb to the existing route

indicators, termination of tail cables, wiring as per approved circuits diagram using wire PVC 3/0.75mm copper,

provision of required number of EWS locks, wire mesh and painting. (Supply of junction type Route Indicators -

complete and additional limb is not covered in this schedule). [3/0.75mm wire PVC fixing bolts and nuts, EWS

locks, wire mesh, PVC/Nylon sleeves, paints and all other miscellaneous materials shall be supplied by the

contractor] -

S No. Item

No

Description of Item Unit Qty Rate Amount

1 1 (b) Fixing and wiring of direction type route indicator - 2 way Numbers 2.00 1824.00 3648.00

2 2 (c) Fixing and wiring of direction type route indicator - 3 way Numbers 2.00 2108.25 4216.50

DY.CSTE/C/GNT-BZA-S AND T/SOUTH CENTRAL RLY

TENDER DOCUMENT

Tender No: B-SG-CN-SnT-GNT-04-18-19 Closing Date/Time: 07/12/2018 15:00

Page 22 of 32 Run Date/Time: 16 /11/2018 19 :28 :34

Total 7864.50

Item- 31 Supply and installation of SPD indicative type class'D' , complete with enclosure and connecting wire/cables as

per technical specifications. Make : OBO/Pheonix

S No. Item

No

Description of Item Unit Qty Rate Amount

1 1 a) 110VoltsDc Numbers 6.00 16500.00 99000.00

2 2 b) 110VoltsAc Numbers 6.00 16500.00 99000.00

3 3 c) 24Volts Dc Numbers 12.00 16500.00 198000.00

Total 396000.00

Item- 49

Fabrication and Supply of perfarated GI FRAME for earthing of cable armour in FULL & Half location boxes. This

includes sizing, bending, holes drilling and galvanizing of MS flat as per the drawing supplied by railways. All

materials will be supplied by the contractor.

S No. Item

No

Description of Item Unit Qty Rate Amount

1 1 a) Full Location Box. Numbers 80.00 776.00 62080.00

2 2 b) Half Location Box. Numbers 40.00 581.00 23240.00

Total 85320.00

4. ELIGIBILITY CONDITIONS

Special Technical Criteria

S.No. Description Confirmation

Required

Remarks

Allowed

Documents

Uploading

1

Technical Eligibility in terms of Experience: (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 of the tender, or Two similar works costing

not less than the amount equal to 50% of advertised value of the tender, or One similar

work costing not less than the amount equal to 80% of advertised value of the tender. (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 costing not

less than the amount equal to 40% of advertised value of each component of 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 fulfilment of

technical eligibility criteria.

No

No

Allowed

(Mandatory)

1.1

Similar nature of work for this tender is: "Execution of any outdoor MACLS works

connected with PI, RRI or EI" (Ref: CSTE/SC Lr.No.36/I/PC/Similar Nature Vol.III

dt.24.05.2017.)

No

No

Not Allowed

Special Financial Criteria

S.No. Description Confirmation

Required

Remarks

Allowed

Documents

Uploading

DY.CSTE/C/GNT-BZA-S AND T/SOUTH CENTRAL RLY

TENDER DOCUMENT

Tender No: B-SG-CN-SnT-GNT-04-18-19 Closing Date/Time: 07/12/2018 15:00

Page 23 of 32 Run Date/Time: 16 /11/2018 19 :28 :34

1

The total contract amount received during the last three Financial Years and in the

current Financial Year upto the date of opening of Tender at least 150% of Advertised

value of the Tender. Tenderers shall submit Upload/Submit to this effect which may be

an attested Certificate from the concerned department / client and/or Audited Balance

Sheet duly certified by the Chartered Accountant etc. Upload/Submit any of the fallowing

authentic documents/Certificates for evaluating the above financial eligibility criteria: (a)

Attested Certificates(s) issued by Executive or Nominated Authority of the Government

Departments or Semi-Government/Public Sector Undertakings for the value of work done

for them during the Qualifying period including current financial year certifying the bill

amounts paid Agreement-wise and Date-wise or attested photo copy of such certificate.

Such certificates will be accepted only from Govt. / Govt. bodies / PSUs authorities.

Certificates issued by Private bodies will not be Considered. (b) Audited Balance Sheets

Clearly indicating contractual receipts from the works done for Govt. / Govt. Bodies /

PSUs / Pvt. Organizations in the P&L Account of the Balance sheet duly certified by the

Charted Accountant for the completed Financial Years. For the Current Financial Year,

Provisional Balance Sheet issued by Charted Accountant, Clearly indicating contractual

receipts and Supported by Income Tax Form-26AS. NOTE: (i) Financial Year shall

normally, be reckoned as 1st April to 31st March of the Next Year. However, for

Turnover criteria, the Financial Year as applicable to the Company/ Tenderer is to be

considered, if it defers from the above. (ii) Current Financial Year is Reckoned as the

Complete Financial Year in which the date of tender submission falls. (iii) Charted

Accountant statements duly Indicating yearly receipts will not be considered until and

unless backed by Audited Balance Sheets or Provisional Balance Sheet with 26 AS

statement of Income Tax Department. (iv) If the tenderer is not accompanied by the

certificate(s) in support of financial eligibility as above, the tender shall be rejected. No

post Tender correspondence will be entertained. (v) Attestation of documents may be

self attested or attested by the Gazetted Officer

No

No

Allowed

(Mandatory)

Submission of Affidavit

S.No. Description Confirmation

Required

Remarks

Allowed

Documents

Uploading

1

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

properly filled affidavit in the prescribed format shall lead to summary rejection of your

offer.

Click here to download the format for Affidavit

No

No

Allowed

(Mandatory)

5. COMPLIANCE

Check Lst

S.No. Description Confirmation

Required

Remarks

Allowed

Documents

Uploading

1 Whether the prescribed cost of tender document & EMD deposited through

IREPS e-payment. No No Not Allowed

2

Uploading of Certificate in support of Technical Eligibility, self attested photo

copy [ a ] In case of Railway works, the certificate should be issued by an

officer not below the rank of JA grade. [b] In case of any other Government

departments/ PSUs (other than Railways), the certificate should be issued by

an officer not below the rank of Executive Engineer / equivalent grade.

No

No

Not Allowed

3

Submission of Certificate in support of Financial Eligibility. [a] Audited Balance

sheet duly certified by Chartered Accountant clearly indicating contractual

payments. [b] Certificates from the Govt. department or Semi Governments /

PSUs for the work done for them.

No

No

Not Allowed

4

In case the Tenderer is a Partnership Firm, uploading of scanned copies of: [i]

Notary certified copy of the Partnership deed or Partnership deed duly attested

by Gazetted officer. [ii] Power of Attorney in favour of one of the partners to act

on behalf of the firm [only if such a power is not delegated in partnership deed

itself] and to enter into liability by signing the tender / agreement.

No

No

Not Allowed

5

In case the Tenderer is a Private Limited / Limited Company, uploading of

scanned copies of the following documents: [i] Notary certified copy of

Resolution of the Directors of the Company authorizing one of the Directors /

Managers of the company to act on behalf of the company. [ii] Copy of

Memorandum and Articles of Association of the Company. [iii] Power of

Attorney by the Company authorizing the person to act as per [i] above[if such

authority is not already delegated in the resolution of directors].

No

No

Not Allowed

DY.CSTE/C/GNT-BZA-S AND T/SOUTH CENTRAL RLY

TENDER DOCUMENT

Tender No: B-SG-CN-SnT-GNT-04-18-19 Closing Date/Time: 07/12/2018 15:00

Page 24 of 32 Run Date/Time: 16 /11/2018 19 :28 :34

6

Uploading of Declaration regarding Employment of Retired Engineer/Retired

Railway Officer as per clause no.17 of Part-I of IRSGCC. [in the format

attached in - Documents]

No

No

Not Allowed

7 Uploading of NEFT FORM - as per the format attached with the tender

document. No No Not Allowed

8 Uploading of Method statement. No No Not Allowed

9 Uploading of Details of Personnel to be deployed on work as per the format

attached to the tender document. No No Not Allowed

10 Uploading of Statement Showing the particulars of Works on Hand Works

Completed as per the format attached to the tender document. No No Not Allowed

11 Up Loading of Details of Plant and Machinery to be deployed on Work as per

the Format attached to the Tender Document. No No Not Allowed

12

The Tenderers shall submit a notarized affidavit on a non-judicial stamp paper

stating that all their statements / documents submitted along with bid are true

and factual. Standard format of the AFFIDAVIT to be submitted by the bidder

is enclosed in 'DOCUMENTS' attached to the tender. Non submission of

affidavit by the bidder shall result in summary rejection of his/their bid. It shall

be mandatory the tenderer should submit the supporting documents duly self

attested by which they / he is qualifying the "Qualifying Criteria" mentioned in

the tender document. It will not be obligatory on the part of the tender

committee to scrutinize beyond the submitted document of tenderer as far as

his qualification for the tender is concerned.

No

No

Not Allowed

13

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:

selfcertificate in accordance with Para-9(a) of Public Procurement(Preference

to 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.

No

No

Not Allowed

Commercial-Compliance

S.No. Description Confirmation

Required

Remarks

Allowed

Documents

Uploading

1

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

definition and calculation of local content shall be in accordance with the Make

in India policy as incorporated in the tender conditions.

No

Yes

Allowed

(Optional)

2 IN CASE OF SINGLE PACKET TENDERS; CONSORTIUM AGREEMENTS,

JOINT VENTURE FIRMS AND MOUS SHALL NOT BE CONSIDERED. No No Not Allowed

3

CONDITIONS FOR PARTICIPATION OF PROPRIETARY FIRM /

PARTNERSHIP FIRM /PRIVATE LIMITED COMPANY / LIMITED COMPANY/

JV FIRMS:

No

No

Not Allowed

3.1

[i] In case the tenderer is an individual / proprietary concern, the experience

and turnover shall be in the name and style of the Individual / Proprietary

concern only. Note: The partner of a Partnership Firm cannot claim the

credentials of Partnership firm to the extent of his share either during the

subsistence of the Partnership firm or after its dissolution. [ii] In case the

tenderer is a Partnership Firm, the experience and turnover shall be in the

name and style of the firm only. [iii] If the Tenderer is a Partnership Firm, all

the partners shall be jointly and severally liable for successful completion of

the work and no request for change in the constitution of the Firm shall be

entertained. [iv] During the currency of the contract, no partner of the firm shall

be permitted to withdraw from the Partnership business and in such an event it

shall be treated as breach of trust and abandonment of contract work.

No

No

Not Allowed

DY.CSTE/C/GNT-BZA-S AND T/SOUTH CENTRAL RLY

TENDER DOCUMENT

Tender No: B-SG-CN-SnT-GNT-04-18-19 Closing Date/Time: 07/12/2018 15:00

Page 25 of 32 Run Date/Time: 16 /11/2018 19 :28 :34

3.2

[A] In case of Partnership Firm, the following documents shall be enclosed:

[i]Notary certified copy of the Partnership deed. [Note: Partnership deed duly

attested by a Gazetted Officer, certified true copy by authorised notary public

is also acceptable. However railway reserves the right to call for the production

of original partnership deed for verification, if necessary.] [ii] Power of Attorney

[duly registered as per prevailing law] in favour of one of the partners of the

Partnership Firm [if such power is already not assigned in partnership deed] to

sign the tender/agreement on behalf of the Partnership Firm and create

liability against the firm. [B] In case Private Limited /Limited Company, the

following documents shall be enclosed: [i] Notary certified copy of Resolution

of the Directors of the Company permitting the company to participate in the

tender, authorizing MD or one of the Directors or Managers of the Company to

sign the tender/agreement, such other documents required to be signed on

behalf of the company and enter into liability against the company and/or do

any other act on behalf of the company. [ii] Copy of Memorandum and Articles

of Association of the Company. [iii] Power of Attorney [duly registered as per

prevailing law] authorizing the person to do/act mentioned in the para [i]

above, [if such authority is not already delegated in the resolution of directors].

[C] In case of JV firms: Clause No.65 of IRSGCC-2014 with upto date

correction slip shall be applicable in all aspects for Participation of Joint

Venture[JV] firms in works tenders. JV firm should submit Memorandum of

Understanding[MOU] as per the format attached as annexure to the tender

document. Submission of all other documents should also be as per

Cl.No.65.15 of IRSGCC-2014.

Yes

No

Allowed

(Mandatory)

4

IDENTIFICATION: 1) Tenderer should attach self attested Copy of PAN CARD

& PHOTO IDENTIFICATION in support of their IDENTITY. 2) The Documents

attached to the Tender Document should be clear and Legible for evaluation

of Tenders. Proper care should be taken in this regard.

No

No

Allowed

(Mandatory)

General Instructions

S.No. Description Confirmation

Required

Remarks

Allowed

Documents

Uploading

1

The General Conditions of Contract governing the performance of the works

covered by this tender are the Indian Railway Standard General Conditions of

Contract [IRSGCC] as amended from time to time up to date. A soft copy of

the Indian Railway Standard General conditions of Contract is uploaded in the

attached documents to the tender for reference. Hard copy of IRSGCC (with

up-to-date correction slip) may be perused in the office of the Chief Signal and

Telecommunication Engineer/ Construction/ South Central Railway /

Secunderabad - 500071. The tenderer/s is/are deemed to have kept

himself/themselves fully Informed of the provisions of the IRS General

conditions of Contract including all corrections and Amendments issued up to

date while submission of offer and any claim that he/they is/are not aware of

any amendment or correction slip to the IRSGCC shall not be entertained.

No

No

Not Allowed

2

STUDY OF DRAWINGS AND LOCAL CONDITIONS: The drawings for the

works can be seen in the office of the Chief Signal and Telecommunication

Engineer, Construction, S.C.Railway, Secunderabad - 500071 or in the office

of the concerned field Deputy Chief Signal and Telecommunication Engineer /

Construction / Vijayawada / 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 correct description and his

decision is final and binding on the tenderer/ 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.

No

No

Not Allowed

DY.CSTE/C/GNT-BZA-S AND T/SOUTH CENTRAL RLY

TENDER DOCUMENT

Tender No: B-SG-CN-SnT-GNT-04-18-19 Closing Date/Time: 07/12/2018 15:00

Page 26 of 32 Run Date/Time: 16 /11/2018 19 :28 :34

3

DRAWINGS FOR WORKS: The percentage rates for the schedule items and

itemized rates for the non-scheduled items quoted by the tenderer as may be

accepted by the railways will, hold good irrespective of any changes,

modifications, alterations, additions, omissions in the locations of structures

and detailed drawings, specifications and/or the manner of executing the work.

It should be specifically noted that some of the detailed drawings may not have

been finalised by the Railway and will, therefore, be supplied to the contractor

as and when they are finalised on demand. No compensation whatsoever on

this account shall be payable by the Railway Administration. No claim

whatsoever will be entertained by the Railway on account of any delay or hold

up of the works arising out of delay in approval of drawings, changes,

modifications, alterations, additions, omission and the site layout plans or

detailed drawings and design and/or late supply of such material as are

required to be arranged by the Railway or due to any other factor on Railway

Accounts.

No

No

Not Allowed

4 Manual tenders sent by Post/FAX/Courier or in Person SHALL NOT BE

ACCEPTED. No No Not Allowed

5

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

document by issuing online corrigendum through www.ireps.gov.in [II]

Prospective Bidders shall keep watch for CORRIGENDUM upto 15 days prior

to the deadline for submission of bids. For the purpose of CORRIGENDUM in

the tender, NIT period is splitted as under: (a) ADVERTISEMENT PERIOD:

The 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. [III]To give

prospective bidders a reasonable time on account of CORRIGENDUM in

preparing their bids, the Railways may at their discretion extend as necessary,

the deadline for submission of Tender document. Railways decision will be

final and no correspondence will be entertained from prospective bidders.

No

No

Not Allowed

6

If the Bid of a Tenderer is seriously unbalanced in relation to the Engineers

estimate of the cost of work to be performed under the contract, the Railways

may require the tenderer to produce detailed price analysis for any or all items

of the Tender Schedule, to demonstrate the internal consistency of those

prices with the construction methods and schedule proposed.

No

No

Not Allowed

7 Cost of tender document is non-refundable. No No Not Allowed

Special Conditions

S.No. Description Confirmation

Required

Remarks

Allowed

Documents

Uploading

1 The Bidder/Tenderers should ensure that they are GST Compliant and their

quoted Tax Structure/ rates are as per GST Law. No No Not Allowed

DY.CSTE/C/GNT-BZA-S AND T/SOUTH CENTRAL RLY

TENDER DOCUMENT

Tender No: B-SG-CN-SnT-GNT-04-18-19 Closing Date/Time: 07/12/2018 15:00

Page 27 of 32 Run Date/Time: 16 /11/2018 19 :28 :34

2

Subsequent to the enactment of GST Act of 2017, w.e.f. 01.07.2017 the para

(a) of Clause 6, Part-I of Indian Railways Standard General Conditions of

Contract, July - 2014 has been modified and the Revised Para is as under,

shall be applicable to this Tender: 6. Care in Submission of Tender:- (a) (i)

Before submitting a Tender, the tenderer will be deemed to have satisfied

himself by actual inspection of the site and locality of the works, that all

conditions liable to be encountered during the execution of the works are

taken in to account and that the rates he enters in the tender forms are

adequate and all inclusive to accord with the provisions in Clause-37 of the

standard General Conditions of Contract for the completion of works to the

entire satisfaction of the Engineer. (ii) Tenderers will examine the various

provisions of the Central Goods and Services Tax Act, 2017 (CGST) /

Integrated Goods and Services Tax Act, 2017 (IGST) / Union Territory Goods

and Services Tax Act, 2017 (UTGST) / respective state's Goods and Services

Tax Act (SGST) also, as notified by Central / State Govt. & as amended from

time to time and applicable taxes before bidding. Tenderers will ensure that full

benefit of Input Tax Credit (ITC) likely to be availed by them is duly considered

while quoting rates. (iii) The successful tenderer who is liable to be registered

under CGST / IGST / UTGST / SGST Act shall submit GSTIN along with other

details required under CGST / IGST / UTGST / SGST Act to Railway

Immediately after the award of Contract, without which no payment shall be

released to the Contractor. The Contractor shall be responsible for deposition

of applicable GST to the concerned authority. (iv) In case the successful

tenderer is not liable to be registered under CGST/IGST/UTGST/SGST Act,

the Railway shall deduct the applicable GST from his/their bills under reverse

charge mechanism (RCM) and deposit the same to the concerned authority.

No

No

Not Allowed

3

E-Tender shall be rejected if it is not accompanied by the prescribed: [1] Cost

of tender document [2] EMD [3] Notarised AFFIDAVIT in the prescribed format

executed on Non-Judicial Stamp paper of value Rs. 100/- [4] Certificate(s) in

support of technical eligibility criteria [5] Certificate(s) in support of financial

eligibility criteria [6] Copy of documents in support of Proprietary concern/

Partnership firm / Pvt.Ltd.company / Limited Company as detailed in

Commercial Compliance.

No

No

Not Allowed

3.1

Note for the AFFIDAVIT: a)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 railway

shall not relieve the bidder of its obligations or liabilities hereunder nor will it

affect any rights of the railway there under. b)In case of any wrong information

submitted by tenderer, the contract shall be terminated, EMD/PG and SD of

contract forfeited and agency barred for doing business on entire Indian

Railways for 5(five) years.

No

No

Not Allowed

4

Bidders should refer to the Special Conditions - General & Technical, which

are attached to the tender document in the DOCUMENTS ATTACHED TO

THE TENDER. These special conditions form part of the tender document and

will supplement to the conditions of tender already submitted by the tenderer,

IR GCC- Nov 2018 along with updated correction slip. Where the provisions of

these special conditions are at variance with IRSGCC and other documents

mentioned above, these Special Conditions shall prevail.

No

No

Not Allowed

4.1 FDRs submitted (after award of tender) towards Performance Guarantee

should be with automatic renewal facility only. No No Not Allowed

4.2 The bidders/tenderers should ensure that they are GST compliant and their

quoted tax structure/rates are as per GST Law No No Not Allowed

5 The tender complies with Public Procurement policy Order-2017 dated

15.06.2017. No No Not Allowed

6

No offer of rates or financial implication of any proposed deviation shall be

enclosed with Technical Bid Document. If any such documents having financial

implications are found in the uploaded documents in Technical bid, the tender

shall be summarily rejected. The offer of rates and/or any information

connected with rates/ financial implications must be uploaded through link for

uploading documents in Financial Rate page (FIN.OFFER TAB). This link is

available on bottom left of FIN. OFFER Tab where it is written that "Click here

to upload only those documents which are to be opened with 2ndPacket i.e.,

''financial bid".

No

No

Not Allowed

DY.CSTE/C/GNT-BZA-S AND T/SOUTH CENTRAL RLY

TENDER DOCUMENT

Tender No: B-SG-CN-SnT-GNT-04-18-19 Closing Date/Time: 07/12/2018 15:00

Page 28 of 32 Run Date/Time: 16 /11/2018 19 :28 :34

Technical-Compliances

S.No. Description Confirmation

Required

Remarks

Allowed

Documents

Uploading

1

List of Personal organization available on hand and proposed to be engaged

for the subject work. These two lists should be given separately and signed by

Tenderer and are to be submitted in the Proforma given in the Annexure - A.

No

No

Allowed

(Optional)

1.1

List of Plant & Machinery available on hand (own) and proposed to be

inducted (own and hired to be given separately) for the subject work and the

list shall be signed by the Tenderer and is to be submitted in the Proforma

given in the Annexure - B.

No

No

Allowed

(Optional)

1.2

List of completed works in the last three Financial Years giving description of

work, organization for whom executed, approximately value of contract at the

time of award, 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 in the Annexure - D1.

No

No

Allowed

(Optional)

1.3

List of Works on Hand indicating name of work, contract value, bill amount

paid so far; due date of completion etc. to be furnished by Contractor in

Annexure -D2 and this Certificate is to be signed by Contractor.

No

No

Allowed

(Optional)

2

The tenderer[s] may also upload the following documents along with his/their

tender: The tenderer may upload method statement, which shall contain

organizational set up and working systems to be adopted by the successful

tenderer s during the operation of the contract. It shall contain the details of

man power and machineries in the prescribed format and details of

methodology for planning, execution, monitoring and completion of the project.

The methodology so adopted shall suit to the nature of work and shall also

comply fully with best practice and current regulations. A comprehensive

detailing for each activity like setting-up organization, safety plan, execution

plan, quality assurance plan, sequence of work to achieve the mile stones,

ensure targeted progress and quality and in turn deployment of resources, risk

analysis and its mitigation strategy shall be given communication arrangement

within his organization and with the railways for decisions, progress or any

other matter connected with this project to ensure full information about the

project including progress of work at different time scale shall also be

furnished.

No

No

Allowed

(Optional)

2.1 Tenderer shall adhere to the time frame as mentioned in Mile stone chart

prescribed in the tender. No No

Allowed

(Optional)

2.2 Tenderer shall engage the personnel with requisite qualification as per Special

Conditions of Contract. No No

Allowed

(Optional)

2.3 Tenderer shall deploy adequate no. of plant equipment for the execution of

subject contract works to achieve progress as per mile stone chart. No No

Allowed

(Optional)

2.4

List of works completed in the last three financial years giving description of

work, organization for whom executed, approximate value of contract at the

time of award, 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.

No

No

Allowed

(Optional)

2.5 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. No No

Allowed

(Optional)

2.6

Supportive documents/certificates from the organizations with whom they

worked/are working as list of works completed and list of works on hand

should be enclosed.

No

No

Allowed

(Optional)

3

A CERTIFICATE FROM CHARTED ACCOUNTANT IN THEIR LEETER HEAD

INDICATING TURNOVER AS PER ELIGIBILITY CRITERIA is to be submitted

in the Proforma given in the ANNEXURE - C.

No

No

Allowed

(Mandatory)

4

The Tenderers shall submit a notarized affidavit on a nonjudicial stamp

paperstating that all their statements / documents submitted along with bid are

trueand factual. Standard format of the AFFIDAVIT to be submitted by the

bidderis enclosed in 'DOCUMENTS' attached to the tender. Non submission

ofaffidavit by the bidder shall result in summary rejection of his/their bid. It

shallbe mandatory the tenderer should submit the supporting documents duly

selfattested by which they / he is qualifying the "Qualifying Criteria" mentioned

inthe tender document. It will not be obligatory on the part of the

tendercommittee to scrutinize beyond the submitted document of tenderer as

far ashis qualification for the tender is concerned.

No

No

Allowed

(Mandatory)

DY.CSTE/C/GNT-BZA-S AND T/SOUTH CENTRAL RLY

TENDER DOCUMENT

Tender No: B-SG-CN-SnT-GNT-04-18-19 Closing Date/Time: 07/12/2018 15:00

Page 29 of 32 Run Date/Time: 16 /11/2018 19 :28 :34

Undertakings

S.No. Description Confirmation

Required

Remarks

Allowed

Documents

Uploading

1

[1]I/We have read the various conditions of the tender attached hereto and

hereby agree to abide by the said conditions. I/We also agree to keep this

tender open for acceptance for the period mentioned in the tender document

[NIT HEADER] from the date fixed for opening the same and in default thereof,

I/We will be liable for forfeiture of my/our Earnest Money Deposit submitted. [2]

I/We offer to do the work at the percentage rates quoted by me/us in the

attached schedule and bind myself/ourselves to complete the work within the

period of completion given in this tender document[NIT HEADER] from the

date of issue of letter of acceptance of this tender. I/We also hereby agree to

abide by the IRS GCC and Special Conditions of contract and to carry out the

works according to the IRU Standard Specifications for materials and works,

2010, laid down by South Central Railway for the present contract. [3]. The full

value of the earnest money paid shall stand forfeited without prejudice to any

other rights or remedies of the railway if [a]I/We do not execute the contract

document within seven days after receipt of notice issued by the Railway that

such documents are ready: OR [b] I/We do not commence the work within

fifteen days after receipt of orders to that effect. [4]. Until a formal agreement

is prepared and executed, acceptance of this tender shall constitute a binding

contract between us subject to modifications, as may be mutually agreed to

between us and indicated in the letter of acceptance of my/our offer for this

work.

No

No

Not Allowed

2

I/We fail to submit the requisite Performance Guarantee [P.G] in the

prescribed format even after 60 Sixty days from the date of issue of Letter of

Acceptance, we are aware that the contract shall be terminated duly forfeiting

EMD and other dues, if any payable against the contract. Also, I/We shall be

debarred from participating in the retender for the work

No

No

Not Allowed

3

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

from the tenderer. Also, I/We are aware that any Certificate/ Documents

offered after the tender opening shall not be given any credit and shall not be

considered.

No

No

Not Allowed

4 I/we do hereby solemnly affirm and state on behalf of the tenderer including its

constituents as under: No No Not Allowed

4.1

[i] I/We the tenderer(s) am/are signing this document after carefully reading

the contents. [ii] 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. [iii] 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. [iv]

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.

No

No

Not Allowed

4.2

[i] I/We do hereby undertake that, if any of the certificates regarding eligibility

criteria submitted by us are found to be forged / false / incorrect at any time

during the process of evaluation of the tenders, it shall lead to forfeiture of the

tender EMD; Further, I/We and all my/our constituents understand that my/our

offer shall be summarily rejected. [ii] I/We also understand that, if the

certificates submitted by us are found to be false/forged/incorrect at any time

after the award of the contract, it will lead to termination of the contract

besides suspending of business for 5 years, with the tenderer and with all the

partners in case of partnership form and with all the members of a JV in case

of a Joint Venture, forfeiture of EMD/SD and Performance Guarantee and any

other action provided in the contract.

No

No

Not Allowed

5

It is certified that I/We have not been blacklisted or debarred by railways or

any other ministry/department/public sector undertaking of the government of

India/State Government from participation in tenders/contract on the date of

opening of bids, EITHER in individual capacity OR as a member of JV firm in

which I/We were/are members.

No

No

Not Allowed

DY.CSTE/C/GNT-BZA-S AND T/SOUTH CENTRAL RLY

TENDER DOCUMENT

Tender No: B-SG-CN-SnT-GNT-04-18-19 Closing Date/Time: 07/12/2018 15:00

Page 30 of 32 Run Date/Time: 16 /11/2018 19 :28 :34

6

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

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.

No

No

Not Allowed

7

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. - -2017 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

negotiations, I cannot increase the originally quoted rates against any of the

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.

No

No

Not Allowed

8

I/We fail to submit the requisite Performance Guarantee [P.G] in the

prescribed format even after 90 days from the date of issue of Letter of

Acceptance, we are aware that the contract shall be terminated duly forfeiting

EMD and other dues, if any payable against the contract. Also, I/We shall be

debarred from participating in the retender for the work.

No

No

Not Allowed

8.1 I/ We have visited the works site and I / We am / are aware of the site

conditions. No No Not Allowed

8.2

[1]I/We have read the various conditions of the tender attached hereto and

hereby agree to abide by the said conditions. I/We also agree to keep this

tender open for acceptance for the period mentioned in the tender document

[NIT HEADER] from the date fixed for opening the same and in default thereof,

I/We will be liable for forfeiture of my/our Earnest Money Deposit submitted. [2]

I/We offer to do the work at the percentage rates quoted by me/us in the

attached schedule and bind myself/ourselves to complete the work within the

period of completion given in this tender document[NIT HEADER] from the

date of issue of letter of acceptance of this tender. I/We also hereby agree to

abide by the IRS GCC and Special Conditions of contract and to carry out the

works according to the IRU Standard Specifications for materials and works,

2010, laid down by South Central Railway for the present contract. [3]. The full

value of the earnest money paid shall stand forfeited without prejudice to any

other rights or remedies of the railway if [a]I/We do not execute the contract

document within seven days after receipt of notice issued by the Railway that

such documents are ready: OR [b] I/We do not commence the work within

fifteen days after receipt of orders to that effect. [4]. Until a formal agreement

is prepared and executed, acceptance of this tender shall constitute a binding

contract between us subject to modifications, as may be mutually agreed to

between us and indicated in the letter of acceptance of my/our offer for this

work.

No

No

Not Allowed

8.3

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

from the tenderer. Also, I/We are aware that any Certificate/ Documents

offered after the tender opening shall not be given any credit and shall not be

considered.

No

No

Not Allowed

8.4 I/we do hereby solemnly affirm and state on behalf of the tenderer including its

constituents as under: No No Not Allowed

8.4.1

[i] I/We the tenderer(s) am/are signing this document after carefully reading

the contents. [ii] 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. [iii] 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. [iv]

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.

No

No

Not Allowed

DY.CSTE/C/GNT-BZA-S AND T/SOUTH CENTRAL RLY

TENDER DOCUMENT

Tender No: B-SG-CN-SnT-GNT-04-18-19 Closing Date/Time: 07/12/2018 15:00

Page 31 of 32 Run Date/Time: 16 /11/2018 19 :28 :34

8.4.2

[i] I/We do hereby undertake that, if any of the certificates regarding eligibility

criteria submitted by us are found to be forged / false / incorrect at any time

during the process of evaluation of the tenders, it shall lead to forfeiture of the

tender EMD; Further, I/We and all my/our constituents understand that my/our

offer shall be summarily rejected. [ii] I/We also understand that, if the

certificates submitted by us are found to be false/forged/incorrect at any time

after the award of the contract, it will lead to termination of the contract

besides suspending of business for 5 years, with the tenderer and with all the

partners in case of partnership form and with all the members of a JV in case

of a Joint Venture, forfeiture of EMD/SD and Performance Guarantee and any

other action provided in the contract.

No

No

Not Allowed

8.5

It is certified that I/We have not been blacklisted or debarred by railways or

any other ministry/department/public sector undertaking of the government of

India/State Government from participation in tenders/contract on the date of

opening of bids, EITHER in individual capacity OR as a member of JV firm in

which I/We were/are members.

No

No

Not Allowed

8.6

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

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.

No

No

Not Allowed

8.7

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

negotiations, I cannot increase the originally quoted rates against any of the

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.

No

No

Not Allowed

8.8 I have read the entire tender document including uploaded documents. No No Not Allowed

Custom

S.No. Description Confirmation

Required

Remarks

Allowed

Documents

Uploading

1

Payment towards the Cost of Tender Document & EMD (Earnest Money

Deposit)as indicated in the NIT HEADER should be made ONLY through the

NET BANKING or PAYMENT GATEWAY FACILITY provided in the IREPS web

portal. Any other mode of payment is not acceptable. Any deviation from these

instructions will render the offer invalid.

No

No

Not Allowed

6. Documents attached with tender

S.No. Document Name Document Description

1 IRGCCNOVEMEBR2018.pdf IR GCC Nov 2018

2 2017_CE-I_CT_4_GST.pdf GST Guidelines

3 ACS54forIRCED-2007_CE-

I_CT_18_Pt_3.pdf ACS 54

4 TechnicalGuidelinesforSTWorks16.11.18.pdf Technical Guidelines for SnT Works

5 SelfAFFIDAVITformatfore-Tendering.pdf Self Affidavit Format

6 sathupallipenuballioutdoor.pdf tender document sattupalli penuball

7 GuideLinesforSnTWorksande-

Tenders16.11.2018_1.pdf Guidlines for SnT Works n e Tender

DY.CSTE/C/GNT-BZA-S AND T/SOUTH CENTRAL RLY

TENDER DOCUMENT

Tender No: B-SG-CN-SnT-GNT-04-18-19 Closing Date/Time: 07/12/2018 15:00

Page 32 of 32 Run Date/Time: 16 /11/2018 19 :28 :34

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.

Signed By: SATHISH SANKAR PAMARTHI

Designation : Dy.CSTE/C/GNT@BZA