tender document swr-const-ubl-s and t/south … · centralized operation of points and signals with...

31
DY.CSTE/CN/UBL acting for and on behalf of The President of India invites E-Tenders against Tender No BGK_KJDI_PI_SIG-2017-18-2 Closing Date/Time 09/03/2018 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 Contract Type Works Name of Work Centralized operation of points and signals with panel Interlocking (Route setting type) at new crossing station Sulikeri between Bagalkot & khajjidoni & termination station Khajjidoni in Bagalkot-Khajjidoni section of new line between Bagalkot -Kudachi section of Hubballi Division Tender Type Open Bidding System Single Packet System Tender Closing Date Time 09/03/2018 15:00 Date Time Of Uploading Tender 13/02/2018 11:06 Pre-Bid Required No Pre-Bid Query Date Time Not Applicable Advertised Value 15480151.60 Tendering Section TENDER SEC Bidding Style [ Decision at Schedule level ] Bidding Unit Earnest Money (Rs.) 227410.00 Validity of Offer ( Days) 90 Tender Doc. Cost (Rs.) 5900.00 Period of Completion 12 Months Bidding Start Date 23/02/2018 Are Joint Venture (JV) firms allowed TO bid No 2. SCHEDULE S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit Schedule A-SOR 9173545.45 Above/ Below/Par 1 Please see Item Breakup for details. 9173545.45 AT Par 9173545.45 Item Description:- SOR S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit Schedule B-Supply 1821711.36 Above/ Below/Par 1 Please see Item Breakup for details. 1821711.36 AT Par 1821711.36 Item Description:- SUPPLY S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit Schedule C-Execution 1328668.88 Above/ Below/Par 1 Please see Item Breakup for details. 1328668.88 AT Par 1328668.88 Item Description:- EXECUTION S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit Schedule D-Supply and installation 675188.81 Above/ Below/Par 1 Please see Item Breakup for details. 675188.81 AT Par 675188.81 Item Description:- SUPPLY AND INSTALLATION Page 1 of 31 Run Date Time: 13/02/2018 11:07:05 SWR-CONST-UBL-S AND T/SOUTH WESTERN RLY TENDER DOCUMENT Tender No: BGK_KJDI_PI_SIG-2017-18-2 Closing Date/Time: 09/03/2018 15:00

Upload: others

Post on 19-Mar-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: TENDER DOCUMENT SWR-CONST-UBL-S AND T/SOUTH … · Centralized operation of points and signals with panel Interlocking (Route setting type) at new crossing station Sulikeri between

DY.CSTE/CN/UBL acting for and on behalf of The President of India invites E-Tenders against Tender NoBGK_KJDI_PI_SIG-2017-18-2 Closing Date/Time 09/03/2018 15:00 Hrs. Bidders will be able to submit theiroriginal/revised bids upto closing date and time only. Manual offers are not allowed against this tender, and anysuch manual offer received shall be ignored.

Contractors are allowed to make payments against this tender towards tender document cost and earnest moneyonly 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

Contract Type Works

Name of WorkCentralized operation of points and signals with panel Interlocking (Route setting type) at newcrossing station Sulikeri between Bagalkot & khajjidoni & termination station Khajjidoni inBagalkot-Khajjidoni section of new line between Bagalkot -Kudachi section of Hubballi Division

Tender Type Open Bidding System Single Packet System

Tender Closing Date Time 09/03/2018 15:00 Date Time Of Uploading Tender 13/02/2018 11:06

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

Advertised Value 15480151.60 Tendering Section TENDER SEC

Bidding Style [ Decision at Schedule level ] Bidding Unit

Earnest Money (Rs.) 227410.00 Validity of Offer ( Days) 90

Tender Doc. Cost (Rs.) 5900.00 Period of Completion 12 Months

Bidding Start Date 23/02/2018Are Joint Venture (JV) firmsallowed TO bid

No

2. SCHEDULE

S.No. ItemCode

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

Schedule A-SOR 9173545.45Above/

Below/Par

1Please see Item Breakup for details. 9173545.45 AT Par 9173545.45

Item Description:- SOR

S.No. ItemCode

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

Schedule B-Supply 1821711.36Above/

Below/Par

1Please see Item Breakup for details. 1821711.36 AT Par 1821711.36

Item Description:- SUPPLY

S.No. ItemCode

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

Schedule C-Execution 1328668.88Above/

Below/Par

1Please see Item Breakup for details. 1328668.88 AT Par 1328668.88

Item Description:- EXECUTION

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit

Schedule D-Supply and installation 675188.81Above/

Below/Par

1Please see Item Breakup for details. 675188.81 AT Par 675188.81

Item Description:- SUPPLY AND INSTALLATION

Page 1 of 31 Run Date Time: 13/02/2018 11:07:05

SWR-CONST-UBL-S AND T/SOUTH WESTERN RLYTENDER DOCUMENT

Tender No: BGK_KJDI_PI_SIG-2017-18-2 Closing Date/Time: 09/03/2018 15:00

Page 2: TENDER DOCUMENT SWR-CONST-UBL-S AND T/SOUTH … · Centralized operation of points and signals with panel Interlocking (Route setting type) at new crossing station Sulikeri between

S.No. ItemCode

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

Schedule E-NON SOR 1088980.00

1

1 200.00 Metre 190.00 38000.00 AT Par 38000.00 Rs.

Item Description:- Excavation of cable trench to a depth of not less than 30 Cm in rocky terrain, concreting thetrench with 150 mm thick concrete in the ratio 1:2:4 and after proper curing , back filling with excavated soil . (Cement, sand & jelly are to be supplied by the contractor). Laying of cables is not included in this schedule.

22 2.00 Numbers 457840.00 915680.00 AT Par 915680.00 Rs.

Item Description:- Supply of Data logger for monitoring of 512 Digital inputs and 32 Analog inputs as per RDSOSpec. No.IRS S. 99/2006 or latest with power supply arrangements & Batteries and Dual card leased linne modem

33 2.00 Numbers 47200.00 94400.00 AT Par 94400.00 Rs.

Item Description:- nstallation, testing and commissioning of the Dataloggers, 512 Digital & 32 Analog inputs(mentioned in supply portion) at site with connecting network with test room with fault diagnostic software.

44 20.00 Numbers 50.00 1000.00 AT Par 1000.00 Rs.

Item Description:- Supply of Piezo electric Buzzers 24Volts

55 8.00 Numbers 1900.00 15200.00 AT Par 15200.00 Rs.

Item Description:- Supply of 200 way unwired tagblock

66 2.00 Numbers 950.00 1900.00 AT Par 1900.00 Rs.

Item Description:- Supply of Hand pump for taking HSD oil from 200 Lts Drum.

77 4.00 Numbers 200.00 800.00 AT Par 800.00 Rs.

Item Description:- Supply of jerry can 20 Ltrs capacity white as per requirement of SE/JE at site

88 20.00 Numbers 300.00 6000.00 AT Par 6000.00 Rs.

Item Description:- Supply of Navtal Godrej make 50mm with 2 keys

99 100.00 Numbers 110.00 11000.00 AT Par 11000.00 Rs.

Item Description:- Supply of universal locks with one key for every ten lock with SWR mark.

1010 4.00 Numbers 500.00 2000.00 AT Par 2000.00 Rs.

Item Description:- Supply of Godrej padlock of size 65mm,7 levers with three key for Relay Room Door lock .

1111 100.00 Numbers 30.00 3000.00 AT Par 3000.00 Rs.

Item Description:- Supply and provision of PPTC fuses for external cicuits.

S.No. ItemCode

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

Schedule F-Non SOR ( Supply and installation ) 1392057.10

1

1 1.00 Numbers 155000.00 155000.00 AT Par 155000.00 Rs.

Item Description:- Supply of loop protected programmable primary Mbps D/I Primary Digital MultiplexingEquipment with conferencing fecility fully wiredfor 30 channelswith power supply card (with redundency) and allcommon cardand accessories having facility toaccomodate data interface cards in multi drop mode and should beable to supportcards need for Video confarenc as per RDSO specification IRS/TC/68/2004 or latest as per thetechnicalspecification enclsed

2

2 1.00 Numbers 237022.00 237022.00 AT Par 237022.00 Rs.

Item Description:- Supply, Installation, testing and commissioning of managed expandable Rack type STM-1ADM S1.1 as per technical specification no. TEC GR No. GR/SDH-04/03 March-05 or latest with STM-1 aggregateinterface with provision for 3rd direction optical aggregate card 21 E1card and 4 port 10/100 base T Ethernet cardorder wire, power supply unit,sub rack, installation material and accessories manual etc. The equipment should befully wired for its ultimate capacity and provide redundancy for power supply & synchronization & other details asgiven. Note: STM-1 should be compatable with the Equipment installed in adjacent stations.

33 2.00 Numbers 21187.00 42374.00 AT Par 42374.00 Rs.

Item Description:- E1 branching interface card as per IRS- TC- 68/2012 with latest amendment..

44 2.00 Numbers 34000.00 68000.00 AT Par 68000.00 Rs.

Item Description:- Line protection module as per IRS- TC- 68/2012 with latest amendment.

5

5 1.00 Numbers 16000.00 16000.00 AT Par 16000.00 Rs.

Page 2 of 31 Run Date Time: 13/02/2018 11:07:05

SWR-CONST-UBL-S AND T/SOUTH WESTERN RLYTENDER DOCUMENT

Tender No: BGK_KJDI_PI_SIG-2017-18-2 Closing Date/Time: 09/03/2018 15:00

Page 3: TENDER DOCUMENT SWR-CONST-UBL-S AND T/SOUTH … · Centralized operation of points and signals with panel Interlocking (Route setting type) at new crossing station Sulikeri between

5 Item Description:- Supply of Lightining and surge arrester of class B and C suitable for single phase supply in TTnetwork as per RDSO spec.no.RDSO/spn/1665/2004 amdt .5 or latest & as recommended by RDSO vide letterno.STS/S/IPS/Genl. Dated27.01.2006.

6

6 4.00 Numbers 800.00 3200.00 AT Par 3200.00 Rs.

Item Description:- Excavation of jointing pit without damaging the fiber and provision of joint chamber of 1.2 mtrdia , 60 Cm height and 50 mm thickness with two piece top cover and bottom cover with holes for drainage andcable entry (The reinforcement drawing enclosed). This includes backfilling and ramming of the trench after placingthe joint closure and cable loop in the chamber without causing any damage to the same and consolidation of soilas well as disposal of soil as per plan and as advised by RailTel Representative.

77 4.00 Numbers 642.00 2568.00 AT Par 2568.00 Rs.

Item Description:- Supply, transport and filling of the RCC joint chambers with dry sand mixed with anti-termitechemical as required in specification up to 400mm height and the cover is refixed in position.

8

8 1.00 Set 15000.00 15000.00 AT Par 15000.00 Rs.

Item Description:- Installation & Commissioning and testing of PD-Mux Equipment complete along with add-oncards supplied duly fixing in covered rack 42U with Z protection, complete with subracks and fittings for MUX andother accessories run way ladder etc., (Z protection for 100 pair, 100 pair kron junction module with backframehas to be supplied by contractor)

9

9 1.00 Numbers 95000.00 95000.00 AT Par 95000.00 Rs.

Item Description:- Supply, Installation and commissioing of 48 V SMPS based FR-BC charger with N+1configuration of 25 Amp basic SMR module equipped with 50 Amps, as per Specification No. RDSO/SPN/TL/23/99Ver. 4 or latest.

1010 1.00 Set 135000.00 135000.00 AT Par 135000.00 Rs.

Item Description:- Supply, Installation on suitable, commissioning of VRLA batteries of 48V, 200AH capacity incharged condition as per technical specification.

11

11 1.00 Numbers 25000.00 25000.00 AT Par 25000.00 Rs.

Item Description:- Wiring of SDH ADMs, PDMUX with accessories, surge protection arragment, FDF, racks,DDF, runway ladder etc. this includes connecting all pig tails and optical patch cards etc. to SDH and Primary Muxequipment with all interface cards to 48V bus including supply of wires and connectors, terminations of all E1s onDDF, termination of VF interface circuits to krone type MDF at both ends including taking PVC cable over runwayor a wall, krone type DP with all surge and lighting protection complete for all the circuits derived from PD Mux. Thiswork includes wiring and connection of telephones in SMs room and extension of generator supply equipment. Allmiscellaneous materials like power wires conduit and accessories etc. shall be supplied by the contractor. Suitablelink panel should be provided on this rack for testing and isolation of fault.

12

12 1.00 Numbers 23896.00 23896.00 AT Par 23896.00 Rs.

Item Description:- Supply and Installation of fiber distribution management system including accessoriescomplete as per RDSO spec no RDSO/SPN/TC/037-2000 (REV 2) SUITABLE FOR TERMINATION OF 2 No's 24OFC at repeater station/ cable hut in 19" rack and splicing of fibre with pig tail cable as per specification . Thisincludes testing of OFC cable.( All items required for execution of work shall be supplied by the contractor) .

13

13 4.00 Numbers 8805.00 35220.00 AT Par 35220.00 Rs.

Item Description:- Supply of OFC joint closure as per tech spec and its installation , splicing of OFC after testingof all fibers as per specifications , drawings and stipulation of tender documents . This includes provision of pit & allneeded materials for splicing of OFC and installation of joint closures.

14

14 2.00 Numbers 41854.00 83708.00 AT Par 83708.00 Rs.

Item Description:- Supply of Telecom termination panel with WAGO/Pheonix/Elmex make or similar disconnectingTerminals blocks of size 1500mm x 500mm x 200mm thickness 1.6mm (16 SWG) 150 numbers of disconnectingterminal block with accessories. (The box should be divided in to two compartments 500 mm from TOP with doorarrangement including locking, and bottom 1000mm closed fully with screws WAGO/Pheonix/Elmex terminalssuitable for cable dimensions maximum of 2.5 sq.mm. Provision of easy and ensuring aesthetics.

1515 1.00 Numbers 400.00 400.00 AT Par 400.00 Rs.

Item Description:- Installation of 100/50/20 pair Krone connection box duly fixing the same on wall as directed byRailway representative.

1616 2.00 Numbers 4677.80 9355.60 AT Par 9355.60 Rs.

Item Description:- Fixing of Telecom Termination Panel and termination of cables on Wago/krone connectors asper the instructions of the site Engineer.

17 150.00 Per Unit 47.67 7150.50 AT Par 7150.50 Rs.

Page 3 of 31 Run Date Time: 13/02/2018 11:07:05

SWR-CONST-UBL-S AND T/SOUTH WESTERN RLYTENDER DOCUMENT

Tender No: BGK_KJDI_PI_SIG-2017-18-2 Closing Date/Time: 09/03/2018 15:00

Page 4: TENDER DOCUMENT SWR-CONST-UBL-S AND T/SOUTH … · Centralized operation of points and signals with panel Interlocking (Route setting type) at new crossing station Sulikeri between

17 Item Description:- Supply & Fixing of PVC pipes consealed type duly breaking concret bed/ wall and levellingsurface by using cement, sand etc., and drawing different types of cables through it. (All the required materialexcept cable should be arranged by the contractor).after levelling wall should be painted with existing colour.(UNIT=RMT)

1818 150.00 Metre 7.00 1050.00 AT Par 1050.00 Rs.

Item Description:- Laying of HDPE Duct in already made trench and through DWC/GI/RCC pipes where evernecessary and duct intergrity testing.

19

19 15.00 Numbers 2789.00 41835.00 AT Par 41835.00 Rs.

Item Description:- Provision of normal joint of Heat Shrinkable type complete for 6 quad cable. After the jointingthe through cable has to be tested for insulation resistance and loop resistance in presents of Railway Engineerand in case of any defects the jointing has to be re-done free of cost by the contractor. [Heat Shrinkable jointing kitconforming to RDSO specificaiton No.IRS-TC 77/2006 covered in the supply portion has to be used for thispurpose. The Contractor should supply all other small items free of cost which are required for making a joint. Onlygas blower to be used for blowing].

2020 2.00 Numbers 14772.00 29544.00 AT Par 29544.00 Rs.

Item Description:- Supply of 12v/65AH sealed power safe SMF battery for 25 Watt VHF set.

2121 2.00 Numbers 3077.50 6155.00 AT Par 6155.00 Rs.

Item Description:- Supply of VHF stand to accommodate VHF set , battery, battery charger, power supply unit,control telephone, BSNL telephone and Railway telephone

22

22 2.00 Numbers 5539.50 11079.00 AT Par 11079.00 Rs.

Item Description:- Installation , testing and commissioning of 25 watt VHF set with GP antennaand antenna cableof length 30 mtr, power supply and battery of 12V/ 65 AH. This includes supply and fixing of GI pipe of suitable diato the required height as per the guide lines of the field engineer, wiring of antenna cablethrough PVC conduit. Allthe materials required for installation to be supplied by the contractor. VHF equipment , SMPS power supply ,antena & antenna cables will be supplied bythe railways.

23

23 1.00 Numbers 3500.00 3500.00 AT Par 3500.00 Rs.

Item Description:- Installation & commissioning of Class B and C arrestors as supplied. These din rail mountabledevices along with a 63 amps HRC input fuse & fuse base shall be fixed in a wall mountable cabinet ofsize 450 mmx 250 mm x 150 mm made MS steel of 20 gauge or better owith IP31 protection and powder coating. All the internalpower wiring shall be made using 10 sq. mm copper cable. The PF contacts of the class C arrestors shall also bewired using cable thickness of 2.5 sq.mm & terminated on a suitable terminal block. The earth cable shall beconneced to the equipotential bus bar using an insulated cadmium bronze cable of 3/16", as per RDSO specn.IRS:S:103-2004 for redundancy using exothermic welding. All the materials used for exothermic welding shall be ofRDSO approved make. All the materials required for the above work shall be arranged by the contractor.

2424 2.00 Numbers 54500.00 109000.00 AT Par 109000.00 Rs.

Item Description:- Supply of 16 port Master Clock with GPS reciever as per RDSO Spec. RDSO/SPN/TC622008 RED colour

2525 4.00 Numbers 43000.00 172000.00 AT Par 172000.00 Rs.

Item Description:- Supply of Four digit single sided platform clock as per RDSO Spec.RDSO/SPN/TC@47>47@2008

2626 2.00 Numbers 20000.00 40000.00 AT Par 40000.00 Rs.

Item Description:- Supply of Six Digit Single faced office clock as per RDSO Spec. RDSO/SPN/TC 62 2008

27

27 2.00 Numbers 3000.00 6000.00 AT Par 6000.00 Rs.

Item Description:- Installation and commissioning of Supply of 16 port Master Clock with GPS reciever as perRDSO Spec. RDSO-SPNTC 62 2008, all wiring material and mouting and fixing arragemnts required for installationshould be supplied by contractor.

28

28 4.00 Numbers 3000.00 12000.00 AT Par 12000.00 Rs.

Item Description:- Installation and commissioning of Four Digit single sided platform clock as per RDSO SpecRDSO SPN TC 62 2008 all wiring material and mouting and fixing arragemnts required for installation should besupplied by contractor.

29

29 2.00 Numbers 3000.00 6000.00 AT Par 6000.00 Rs.

Item Description:- Installation and commissioning of Six Digit Single faced office clock as per RDSO Spec. RDSOSPN TC 62 2008 all wiring material and mounting and fixing arrangements required for installation should besupplied by contractor.

Page 4 of 31 Run Date Time: 13/02/2018 11:07:05

SWR-CONST-UBL-S AND T/SOUTH WESTERN RLYTENDER DOCUMENT

Tender No: BGK_KJDI_PI_SIG-2017-18-2 Closing Date/Time: 09/03/2018 15:00

Page 5: TENDER DOCUMENT SWR-CONST-UBL-S AND T/SOUTH … · Centralized operation of points and signals with panel Interlocking (Route setting type) at new crossing station Sulikeri between

3. ITEM BREAKUP

Schedule Schedule A-SOR

Item- 1 SOR

S No. ItemNo

Description of Item Unit Qty Rate Amount

1 101010 Excavation of cable trench in all kinds of soil except hardrocky areas including clearing of roots of trees, rocks,bushes etc. to a depth of 1.0 Mtrs and to a width of 0.3Mtrs. Laying of cables is not included in this schedule.

Metre 9000.00 34.65 311850.00

2 101060 Excavation of trench to a depth of 1 Mtr. for track crossingof cables, laying of DWC/ RCC pipes with collar/coupling,refilling of trench by ramming and consolidating it as per theinstructions of Railway representative at site. Duringexcavation of trench it has to be ensured that theexcavated soil does not mix with the ballast available. Thedepth of 1m trench shall be from the bottom of sleepers fortrack crossings. Laying of cables is not included in thisschedule. (Supply of DWC/RCC pipes with couplers/collars is not included in this schedule)

Metre 900.00 208.35 187515.00

3 101080 Provision of GI pipes (50/100mm dia) for cable laying withoffset at both ends and with couplings over RCC Bridges/Drainage/ Culverts with concrete masonry supports of size300mm x 300 mm x 300 mm at an interval of 2m. The endsof the pipes shall be closed with brick masonry abutmentswork so that no cable is exposed, The work shall becarried out as per the instructions of Railwayrepresentative at site. (Supply of GI pipes with couplingsand laying of cables is not included in this schedule). [Stonejelly of size 20/25mm, bricks, sand, cement and all othermiscellaneous materials required for the work shall besupplied by the Contractor].

Metre 250.00 181.95 45487.50

4 101100 Provision of GI pipes (50/100mm dia) for cable laying inhard rocky area with off sets at both ends duly supportedby concrete blocks of size 300mm x 300 mm x 300 mm atan interval of 2m. The ends of the pipes shall be closed withbrick masonry abutments work so that no cable isexposed, The work shall be carried out as per theinstructions of Railway representative at site. (Supply of GIpipes with couplings and laying of cables is not included inthis schedule). [Stone jelly of size 20/25mm, bricks, sand,cement and all other miscellaneous materials required forthe work shall be supplied by the Contractor].

Metre 400.00 168.08 67232.00

5 101110 Laying of signaling/power/telecommunication cables as percable plan in cable trenches, masonry ducts, RCC Pipes,DWC pipes, GI Pipes etc. (Supply of cables is not includedin this schedule).

Metre 55000.00 9.83 540650.00

6 101120 Placing of one layer of country bricks of size approximately220mm x 100mm x 60mm lengthwise vertically in thetrench. [Country bricks of size 220mm x 100mm x 60mm(approximately) shall be supplied by the Contractor].

Metre 3500.00 23.92 83720.00

7 101150 Refilling of cable trench 1m depth by 0.3m width throughout,with earth after laying of cables, and consolidating thetrench by ramming and leveling.

Metre 9000.00 8.33 74970.00

8 101180 Supply of RCC cable markers as per drawingNo.CSTE/CN/OFC/1. The lettering on the cable markershall be "SIG" / "TELE" / "OFC" as per the instructions ofRailway representative at site.

Numbers 260.00 166.29 43235.40

Page 5 of 31 Run Date Time: 13/02/2018 11:07:05

SWR-CONST-UBL-S AND T/SOUTH WESTERN RLYTENDER DOCUMENT

Tender No: BGK_KJDI_PI_SIG-2017-18-2 Closing Date/Time: 09/03/2018 15:00

Page 6: TENDER DOCUMENT SWR-CONST-UBL-S AND T/SOUTH … · Centralized operation of points and signals with panel Interlocking (Route setting type) at new crossing station Sulikeri between

9 101190 Digging of pit to a depth of 800mm of size 300mmX300mm,casting of concrete foundation of size300mmX300mmX300mm and Placing of RCC cablemarkers on top of the foundation and refilling the pit andconsolidating it by ramming. The cable markers shall beprovided at an interval of 20 Mtrs. within station limits and50 Mtrs. outside station limits throughout the cable route,diversions and also at every track/road crossing.

Numbers 340.00 121.43 41286.20

10 101200 Excavation of cable coil pit to a size of 1.5mx1.5m anddepth as instructed by Railway representative at site, forcoiling the cables in rear of relay rooms/ AFTC huts,apparatus cases etc. The work includes coiling theunderground cables, and placing closely one layer ofcountry bricks of size approx. 220mm x 100mm x 60mmbreadth wise above the cables to cover all the cables in thecable pit, closing and consolidating the pit by ramming andleveling. [Country bricks of size 220mmx100mmx60mm(approximately) shall be supplied by the Contractor].

cum 35.00 513.00 17955.00

11 101210 Supply of Double walled corrugated pipe - 103.5mm innerdia & 120mm outer dia conforming to specification No. IS14930(Part 2): 2001 with one coupler for every 6m of pipeas specified in Vol.II of the Tender document.

Metre 200.00 263.20 52640.00

12 101220 Supply of GI pipes - 50mm dia -3.65mm thick as specifiedin Vol.II of the Tender document.

Metre 110.00 343.20 37752.00

13 101230 Supply of GI pipes - 100mm dia-4.5mm thick as specified inVol.II of the Tender document

Metre 200.00 838.80 167760.00

14 101240 Supply of GI pipes - 150mm dia-4.8mm thick as specified inVol.II of the Tender document

Metre 180.00 1273.50 229230.00

15 102010 Excavation of pit, casting concrete foundation and erectionof apparatus case full size as per Drg. No.SG/CN/02/6 andfixing of 2 Nos. of 'E' type locks, one for the front door andanother for the back door, fixing of one hard wood shelfplank 37mm thick and painting the apparatus case insideand outside with one coat of red-oxide and two coats ofaluminium paints. (Supply of apparatus case is not includedin this schedule). [Foundation bolts & nuts, 'E' type locks,cement, river sand, stone jelly of size 20/25 mm, hardwoodplank of 37mm thick, paints, varnish, fixing bolts & nuts andall other miscellaneous materials required for the work shallbe supplied by the Contractor.]

Numbers 40.00 9875.30 395012.00

16 102020 Excavation of pit, casting concrete foundation and erectionof apparatus case half size as per Drg, No.SG/CN/02/7,fixing one 'E' type lock for the front door and latchingarrangement for the back door, and fixing of one hardwoodshelf plank 37mm thick and painting the apparatus caseinside and outside with one coat of red-oxide and two coatsof aluminium paints. (Supply of apparatus case is notincluded in this schedule). [Foundation bolts and nuts,cement, 'E' type locks, river sand, stone jelly of size20/25mm, 37mm hard wood planks, latching arrangements,paints, varnish, fixing bolts & nuts and all othermiscellaneous materials required for the work shall besupplied by the Contractor]

Numbers 25.00 6966.60 174165.00

Page 6 of 31 Run Date Time: 13/02/2018 11:07:05

SWR-CONST-UBL-S AND T/SOUTH WESTERN RLYTENDER DOCUMENT

Tender No: BGK_KJDI_PI_SIG-2017-18-2 Closing Date/Time: 09/03/2018 15:00

Page 7: TENDER DOCUMENT SWR-CONST-UBL-S AND T/SOUTH … · Centralized operation of points and signals with panel Interlocking (Route setting type) at new crossing station Sulikeri between

Termination of main, tail, Signaling and power cables andinternal wiring on terminal/ fuse blocks in new apparatuscases, cable termination boxes and in gate Lodgesexcluding cable termination rack at relay room. The workincludes fixing of all new cables by teakwood clamp onteakwood base plank, fixing of Phynolic synthetic industrialfibre base fine weave cotton fibre board 6mm thick forterminal board to suit each apparatus case, varnishing allteakwood items, fixing of terminals/ fuse blocks on theterminal board, drilling of necessary holes, termination ofcables, wiring, identification of cables using aluminium tagswith letters punched neatly, as per approved circuitdiagram and cable plan, painting of particulars on sleevesand also on the inner side of the doors of apparatus cases.After terminations are over, the side openings of apparatuscase foundation shall be closed with brick work, cementplastered, the inter-space filled with river sand up to baselevel and the bottom surface shall be sealed with sealingcompound. (Supply of PBT terminals and Fuse blocks isnot covered in this schedule). [Cement, teakwood cableclamp 50mm x 50mm, base planks 100mm x 25mm,Phynolic synthetic industrial fibre base fine weave cottonfibre sheet - 6mm thick to IS specification 2036 - 1995 -Type F5, PVC/Nylon sleeves, varnish, paints, bolts, nutsand washers, Nondeteriorating type of fuses of variouscapacities, Aluminium cable tags, sealing compound,country bricks 220mm x 100mm x 60mm, copper bus bars,brass screw, river sand, wire PVC3/0.75mm copper andother miscellaneous materials shall be supplied by theContractor].

17 102101 Termination on 25/60mm PBT terminals (new location)(Phynolic sheet) {Unit: Per Terminal Block}

Per Unit 9000.00 93.16 838440.00

18 102102 Termination on PBT fuse block (new location) (Phynolicsheet) {Unit: Per Fuse Block}

Per Unit 140.00 113.56 15898.40

Manufacture and supply of M.S. relay frames of suitablesize to hold up to 4/ 8/ 12/ 20 relays /plug in type HMU asrequired by Railways and fixing them in apparatus casesfor all types of signal control circuits, LC gate control circuitand Point control circuits, fixing of plug boards, relays,resistors and electrolytic condensers on Phynolic syntheticindustrial fibre base fine weave cotton fibre sheet - 6mmthick to IS specification 2036 - 1995 - Type F5, wiring andtermination as per approved circuit diagram and paintingthe particulars. (Supply of all types of relays, plug boards,connectors, retaining clips and plug in type HMU is notcovered in this schedule). [Wire PVC copper, 3/0.75mmand 16/0.2mm copper, Phynolic synthetic industrial fibrebase fine weave cotton fibre sheet - 6mm thick to ISspecification 2036 - 1995 - Type F5, for fixing resistors andcondensers, MS flats 25mm x 6mm brass bolts and nuts,paints, soldering materials, resistors, condensers and allother miscellaneous materials required for the work shall besupplied by the contractor].

19 102123 Wiring of Signal/ Point/ LC control circuit (up to 12relays/plug in type HMU)

Set 14.00 6137.85 85929.90

20 102170 Filling earth around location boxes/signal foundations for awidth of 0.5m on all sides, up to a level 150mm below thefoundation top. This work includes consolidation of earth bywatering and ramming. The earth shall be taken fromRailway premises as instructed by Railway representativeat site.

cum 140.00 125.02 17502.80

Page 7 of 31 Run Date Time: 13/02/2018 11:07:05

SWR-CONST-UBL-S AND T/SOUTH WESTERN RLYTENDER DOCUMENT

Tender No: BGK_KJDI_PI_SIG-2017-18-2 Closing Date/Time: 09/03/2018 15:00

Page 8: TENDER DOCUMENT SWR-CONST-UBL-S AND T/SOUTH … · Centralized operation of points and signals with panel Interlocking (Route setting type) at new crossing station Sulikeri between

21 102180 Excavation of pit, casting concrete foundation as perDrg.No.SG/CN/02/9 using metallic templates, for erection ofcolour light signals up to 4 aspects. [Foundation bolts,cement, river sand, stone jelly of size 20/25mm dia and allother miscellaneous materials required for the work shall besupplied by the Contractor].

Numbers 18.00 5008.20 90147.60

22 102190 Erection of surface base, signal pole, mounting of colourlight signal up to 4 aspects complete on Signal pole/ Off-setbracket, (for LED/ filament bulbs) with lenses, triple polelamp holder, filament switching units, CLS transformer,current regulators (whichever is applicable), fixing of ladderwith platform complete and concreting of ladder shoe, fixingof number plates, marker board, lens guard, fixing of speedlimit board wherever necessary, 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 paints. When theaspect is fixed on Offset bracket using 'U' bolts and nuts, athrough bolt shall be provided by drilling a hole in the signalpole to prevent the offset bracket from sliding down.(Supply of surface base, Offset bracket, CLS pole, CLSaspects complete, ladder with shoes and platform, Speedlimit board, LED aspects, current regulators, lamp holders,lamps, filament switching unit and CLS transformer is notcovered in this schedule). ['U' bolts and nuts, through boltsand nuts, cement, stone jelly 20/25mm dia, river sand,Signal Collar Rings, wire PVC 3/0.75mm copper, lens-guard, all fixing bolts and nuts, lead wool, paints PVC/Nylonsleeves, enameled number plates. enameled markerboards, EWS locks, and all other miscellaneous materialsfor the work shall be supplied by the Contractor].

Numbers 15.00 5501.20 82518.00

23 102200 Excavation of pit and casting concrete foundation as perDrg, No.SG/CN/02/10 using metallic templates, for erectionof ground type colour light shunt signal. [Foundation boltsand nuts, cement, river sand, stone jelly of size 20/25mmand all other miscellaneous materials for the work shall besupplied by the Contractor].

Numbers 4.00 2518.55 10074.20

24 102210 Erection of Ground type shunt signal complete includingsurface base, signal pole, LED aspects/ lenses, bulbs withholders (whichever is applicable), fixing of lens guards,number plate, termination of tail cables, wiring of signal unitwith PVC wire 3/0.75mm copper, provision of EWS locksand painting of one coat of red oxide and two coats ofAluminium/ enamel paint. (Supply of Ground type shuntsignal complete including surface base, signal pole, LEDaspects, holder, bulbs, and lenses is not covered in thisschedule). [Wire PVC 3/0.75mm copper, lens guards, EWSlocks, Enameled number plates, bolts and nuts, lead wool,paints and all other miscellaneous materials shall besupplied by the Contractor].

Numbers 4.00 2097.00 8388.00

Fixing of junction type route indicators - 1 way to 6 ways -complete/ fixing of additional limb to the existing routeindicators, termination of tail cables, wiring as per approvedcircuits diagram using wire PVC 3/0.75mm copper,provision of required No of EWS locks, wire mesh, andpainting. (Supply of junction type Route Indicators -complete and additional limb is not covered in thisschedule). [3/0.75mm wire PVC, fixing bolts and nuts, EWSlocks, wire mesh, PVC/Nylon sleeves, paints and all othermiscellaneous materials shall be supplied by theContractor].

25 102242 Fixing and wiring of direction type route indicator - 2 way Numbers 3.00 1824.00 5472.00

Page 8 of 31 Run Date Time: 13/02/2018 11:07:05

SWR-CONST-UBL-S AND T/SOUTH WESTERN RLYTENDER DOCUMENT

Tender No: BGK_KJDI_PI_SIG-2017-18-2 Closing Date/Time: 09/03/2018 15:00

Page 9: TENDER DOCUMENT SWR-CONST-UBL-S AND T/SOUTH … · Centralized operation of points and signals with panel Interlocking (Route setting type) at new crossing station Sulikeri between

26 102250 Fixing of Offset brackets using 'U' bolts and nuts, erectionof Calling On Signals/ 'A' marker lights, termination of tailcables and wiring using wire PVC 3/0.75mm copper,provision of EWS lock, number plates/ marker boards andpainting. The work also includes drilling suitable holes onthe CLS post and provision of a through bolt with nut toprevent the Offset bracket from slipping down. (Supply ofCalling On Signal/ 'A' marker light, LED aspects/holders &bulbs and Off set brackets is not covered in this schedule).['U' bolts and nuts, through bolts with nut, wire PVC3/0.75mm copper, EWS lock, Enameled number plates,wire mesh, PVC/Nylon sleeves, paints and all othermiscellaneous materials shall be supplied by thecontractor].

Numbers 3.00 1427.25 4281.75

27 102290 Manufacture and supply of Enameled Number plates as perdrawing No.TY/08/2008 with fixing arrangements and fixingthem on the existing Signals as per the instructions ofRailway representative at site. [Enameled number plateswith fixing arrangements with bolts and nuts shall besupplied by the Contractor].

Numbers 18.00 339.00 6102.00

Provision of DC Single/ Double rail track circuit to suit RE/Non-RE areas as per approved signaling plan using Plug-intype track relays. This work includes provision of doublebonding, and parallel jumpers, provision of bond wire clips,provision of track lead connections using 2c X 2.5 sq.mmcable, provision of TLD boxes 2 Nos. at Relay end, 2 Nos.at Feed end and 2 Nos for parallel jumpers as necessary tosuit layouts, for each Track Circuit, and termination ofjumpers and tail cables in track lead junction boxes,installation of relays, track feed battery chargers to chargeup to 4 cells, track feed resistance, B type choke andsecondary cells - 80 AH capacity in apparatus cases andwiring with wire PVC 3/0.75mm copper. The work alsoincludes painting of track Circuit No. with Feed end/ Relayend details on the TLD boxes. The work also includesprovision of insulations for gauge tie plates and nosecrossing plates wherever required. (Provision of rail jointinsulation is not covered in this schedule.) (Uninsulatedgauge type plate and nose crossing plate will be suppliedby Railways. Supply of track feed battery charger, B typechoke, track relays, uncharged secondary cells (2V -80AH), TLD boxes with stumps, 2cX2.5 sq.mm cable, isnot covered in this schedule). [track feed resistance,Gauge tie plate and nose crossing plate insulations,PVC/Nylon bushes for TLD boxes, PVC sleeves, all typesof fixing bolts and nuts with spring and flat washers,teakwood stand for fixing track feed resistance, GI bondwire 8 SWG, Channel bond pins, bond wire clips, paints andall other miscellaneous materials shall be supplied by thecontractor. Secondary cells-80 AH capacity shall becharged by the contractor through reputed chargingagencies].

28 102311 Provision of track circuit in (point zone) Numbers 16.00 4818.65 77098.40

29 102312 Provision of track circuit in (other than point zone) Numbers 22.00 3862.40 84972.80

Page 9 of 31 Run Date Time: 13/02/2018 11:07:05

SWR-CONST-UBL-S AND T/SOUTH WESTERN RLYTENDER DOCUMENT

Tender No: BGK_KJDI_PI_SIG-2017-18-2 Closing Date/Time: 09/03/2018 15:00

Page 10: TENDER DOCUMENT SWR-CONST-UBL-S AND T/SOUTH … · Centralized operation of points and signals with panel Interlocking (Route setting type) at new crossing station Sulikeri between

30 102350 Supply and provision of earth electrodes as per RDSOspecification No.RDSO/SPN/TC/75/2008 with copper baseof size 1000mm X 1000 X 3mm, for sophisticated signalingequipments. The work involves digging of pit to a depth of2.5m and placing of the copper plate and connecting it tothe signaling equipments through copper strips 25mm X3mm (2 Nos) by welding and taking it through to the wall ofthe equipment room where it shall be connected to acopper bus bar fixed on the wall. The work also involvesproviding a perforated up to 2m HDPE pipe 75mm OD -4mm thick, 2600mm long vertically at the centre of thecopper plate which shall be used for watering. The workalso involves back filling the pit by a mixture of app 200kgof charcoal/ graphite and soil free from sand, gravel andstone in the ratio of 6:1. The pit shall be covered using anRCC slab 100mm thick supported by an MS angle50mmx50mmx3mm and MS rods 6mm dia. The HDPE pipeshall be covered using concrete enclosure with GI coverand handle. [Copper earth plate, copper strips, HDPE pipe,charcoal, RCC slabs, MS angles and rods, and all othermiscellaneous materials required for the work shall besupplied by the Contractor].

Numbers 45.00 31118.00 1400310.00

31 102360 Installation of combined type point machine - IRS type andconnecting all ground connections including wiring andtermination in point machine and interconnections betweenpoint machine and CT box through PVC hose pipe with3/0.75mm and 7/1.40mm copper wire and painting. Thiswork includes provision of insulation to stretcher bars,throw bar lug and "D" bracket wherever required, cutting ofnotches on the point machines covers to suit crank handleconfiguration. (Combined type point machine with groundconnection, uninsulated stretcher bar, throw bar lug and 'D'brackets will be supplied by Railways. [All types ofinsulations connected to point work, coal bengal, all type ofbolts and nuts, washers spring/flat wire PVC 7/1.4mmcopper, PVC hope pipe, paints, PVC/nylon sleeves and allother miscellaneous materials required for the work shall besupplied by the Contractor].

Numbers 16.00 8856.15 141698.40

Supply of Colour light Signal pole 140mm dia, 4.6m/ 3.6mtall with necessary inspection as per specification/ drawing/description enclosed in this document.

32 102381 Supply of colour light Signal pole (4.6m) Numbers 12.00 3318.00 39816.00

33 102382 Supply of colour light Signal pole (3.6m) Numbers 6.00 2974.00 17844.00

34 102390 Supply of surface base to suit CLS Signal pole 140mm diawith necessary inspection as per specification/ drawing/description enclosed in this document.

Numbers 18.00 4118.00 74124.00

Supply of ladder with platform and shoes to suit CLS pole4.6m/ 3.6m tall, with necessary inspection as perspecification/ drawing/ description enclosed in thisdocument.

35 102401 Supply of ladder with platform and shoes for 4.6m CLS pole Numbers 12.00 3203.00 38436.00

36 102402 Supply of ladder with platform and shoes for 3.6m CLS pole Numbers 6.00 3089.00 18534.00

37 102420 Supply of Ground type shunt signal - complete with surfacebase, signal pole, hood etc., with necessary inspection asper specification/ drawing/ description enclosed in thisdocument.

Numbers 4.00 4118.00 16472.00

Supply of Colour Light Signal Multi Unit type - complete for4/ 3/ 2 aspect with mounting socket, with necessaryinspection as per specification/ drawing/ descriptionenclosed in this document.

Page 10 of 31 Run Date Time: 13/02/2018 11:07:05

SWR-CONST-UBL-S AND T/SOUTH WESTERN RLYTENDER DOCUMENT

Tender No: BGK_KJDI_PI_SIG-2017-18-2 Closing Date/Time: 09/03/2018 15:00

Page 11: TENDER DOCUMENT SWR-CONST-UBL-S AND T/SOUTH … · Centralized operation of points and signals with panel Interlocking (Route setting type) at new crossing station Sulikeri between

38 102432 Supply of colour light Signal unit - 3 aspect Numbers 9.00 10296.00 92664.00

39 102433 Supply of colour light Signal unit - 2 aspect Numbers 9.00 8580.00 77220.00

Supply of Junction type route indicator - 5 unit arm - 1/ 2/ 3/4/ 5/ 6 way with mounting sockets, with necessaryinspection as per specification/ drawing/ descriptionenclosed in this document.

40 102442 Supply of Junction type route indicator - 2 way Numbers 3.00 14300.00 42900.00

Supply of Calling On Signal / 'A' marker light - complete withnecessary inspection as per specification/ drawing/description enclosed in this document.

41 102451 Supply of Calling On Signal Numbers 3.00 2059.00 6177.00

Supply of Off-set brackets - large/ small made of cast ironwith necessary inspection as per specification/ drawing/description enclosed in this document.

42 102461 Supply of Off-set bracket (large) Numbers 3.00 2059.00 6177.00

43 102462 Supply of Off-set bracket (small) Numbers 3.00 1487.00 4461.00

44 102470 Supply of cable termination box (FRP type) with necessaryinspection as per specification/ drawing/ descriptionenclosed in this document.

Numbers 16.00 9266.00 148256.00

45 102480 Supply of track lead junction box - FRP type with 4terminals and stumps with necessary inspection as perspecification/ drawing/ description enclosed in thisdocument.

Numbers 210.00 1030.00 216300.00

Supply of PBT terminals 25mm/ 60mm centre and PBTFuse blocks with necessary inspection as perspecification/ drawing/ description enclosed in thisdocument.

46 102491 Supply of PBT terminal - 25mm centre Numbers 9500.00 44.00 418000.00

47 102492 Supply of PBT terminal - 60mm centre Numbers 450.00 60.00 27000.00

Supply of apparatus cases (full/ half/ quarter size) to suitSouthern Railway standard with necessary inspection asper specification/ drawing/ description enclosed in thisdocument:

48 102511 Supply of apparatus case - Full size Numbers 47.00 12012.00 564564.00

49 102512 Supply of apparatus case - Half size Numbers 27.00 8580.00 231660.00

50 102570 Supply of Electric key transmitter - rotary type of requiredward Nos. with keys, with necessary inspection as perspecification/ drawing/ description enclosed in thisdocument.

Numbers 12.00 4279.00 51348.00

51 102610 Supply of B type choke as per specification/ descriptionenclosed in this document.

Numbers 60.00 2076.00 124560.00

Concreting and erection of cable termination rack500/210/140 Terminals capacity on teakwood base frameof size 50mmx150mm of suitable length and width withrectangular slot in the centre for taking in the cables, andpainting as per standard practice. (Supply of cabletermination racks is not included in this schedule).[Foundation bolts and nuts with washers, cement, sand,stone jelly, teak wood base frame 50mmx150mm ofsuitable length and breadth, paint, varnish and all othermiscellaneous materials required for the work shall besupplied by the contractor].

52 103011 Concreting and erection of cable termination rack - 210/140terminal capacity.

Numbers 2.00 5271.75 10543.50

53 103012 Concreting and erection of cable termination rack - 500terminal capacity

Numbers 2.00 7388.25 14776.50

Page 11 of 31 Run Date Time: 13/02/2018 11:07:05

SWR-CONST-UBL-S AND T/SOUTH WESTERN RLYTENDER DOCUMENT

Tender No: BGK_KJDI_PI_SIG-2017-18-2 Closing Date/Time: 09/03/2018 15:00

Page 12: TENDER DOCUMENT SWR-CONST-UBL-S AND T/SOUTH … · Centralized operation of points and signals with panel Interlocking (Route setting type) at new crossing station Sulikeri between

Fixing of PBT terminal block/ PBT fuse block, rubbergrommets, clamping of cables using teakwood cableclamps and base planks, termination of cables, provision ofND type fuses of required capacities, provision of copperbus bar for supply terminals, wiring, provision of terminationparticulars diagram board using plywood of thickness12mm - teakwood finish of size 1800mm x 1200mm withAluminium grooved channel frame in the relay room. Theblank spaces over the top of the cable termination rackshall be covered with phynolic sheet of thickness 3mmwherever required. The termination and cable coreparticulars shall be painted on the PVC/ nylon sleeves. Thework also includes identification of cables using aluminiumtags provided on each cable with letters punched neatly.(Supply of PBT terminal blocks 25mm & 60mm centers andPBT Fuse blocks is not covered in the schedule) [WirePVC 3/0.75mm copper, brass bolts and nuts and washers,for fixing PBT terminal/Fuse Block, other fixing bolts andnuts, rubber grommets, PVC/ Nylon sleeves, copper busbars, teakwood 50mm x 50mm for cable clamps, 25mmx100mm for base planks, phynolic sheet 6mm thick of size1200mm x 1800mm with aluminium grooved channel frame,phynolic sheet 3mm thick, paint and all other miscellaneousmaterials shall be supplied by the Contractor].

54 103021 Fixing of PBT terminal blocks (25mm/60mm centre) andtermination {Unit: Per Terminal Block}

Per Unit 1800.00 90.82 163476.00

55 103022 Fixing of PBT fuse block with ND fuses and termination{Unit: Per Fuse Block}

Per Unit 180.00 108.82 19587.60

Concreting and erection of Relay racks- 168/56 relaycapacity using J type bolts and painting of relay rack as perthe instructions of Railway representative at site. (Supply ofrelay rack is not covered in this schedule). [J type boltsand nuts with washers, nylon bushes, concreting materials,paint and all other miscellaneous materials required for thework shall be supplied by the Contractor].

56 103031 Concreting and erection of Relay Rack - 168 relay capacity Numbers 24.00 3685.50 88452.00

57 103032 Concreting and erection of Relay Rack - 56 relay capacity Numbers 4.00 1629.75 6519.00

58 103040 Fixing of plug boards, 50 way terminal blocks with 2BAterminals, and wiring of relays as per the approved circuitdiagram using wire PVC 16/0.2mm copper. Suitable wiresupporting tray with cover made of PVC shall be providedhorizontally and vertically in the relay racks.. While runningthe wires on the aluminium ladder proper care shall betaken to provide smooth materials like rubber beading in theopenings on Phynolic sheets, to avoid damage to wires.The work also includes wiring of contacts for data loggerand terminating them in tag blocks, provision of relay indexboard. (Supply of relays, plug boards, connectors andretaining clips is not covered in this schedule). [Wire PVC16/0.2mm copper, tag blocks, 2BA terminals, hard woodplank of size 600mmx 900mmx25mm with decolum finish,MS angles of size 25mmX25mmX6mm, relay fixing boltsand nuts, teakwood plank 25mm thick for fixing resistorsand condensers, phynolic sheet 6mm thick of size1200mmX1800mm with aluminium grooved channel framefor relay index board, paints, soldering materials, bunchingthread, wire wound resistance, condenser, wire supportingtray with cover of suitable size made of PVC, paint, varnishand all other miscellaneous materials required for the workshall be supplied by the Contractor].

Per Relay 900.00 565.27 508743.00

Page 12 of 31 Run Date Time: 13/02/2018 11:07:05

SWR-CONST-UBL-S AND T/SOUTH WESTERN RLYTENDER DOCUMENT

Tender No: BGK_KJDI_PI_SIG-2017-18-2 Closing Date/Time: 09/03/2018 15:00

Page 13: TENDER DOCUMENT SWR-CONST-UBL-S AND T/SOUTH … · Centralized operation of points and signals with panel Interlocking (Route setting type) at new crossing station Sulikeri between

Erection and concreting of SM's control panel on teakwoodbase frame 50mm x 150mm of suitable length and breadth,varnishing, termination of cables and wiring of knobs,buttons, indications, counters, etc., as per the approvedcircuit diagram with wire PVC 16/0.2mm copper. The workincludes fixing of one digital voltmeter, required No. ofbuzzers and wiring. The termination particulars shall bepainted on the back doors of the panel. (Supply of SM'scontrol panel is not included in the schedule). [Foundationbolts and nuts with washers, concreting materials, wirePVC 16/0.2mm copper, 50mmx150mm teakwood baseframe, soldering materials, buzzers to work on 24VDC, onedigital voltmeter 0-300V AC and all other miscellaneousmaterials required for the work shall be supplied by theContractor].

59 103071 Erection, concreting and wiring of SM's control panel (up to5 roads)

Numbers 2.00 23971.50 47943.00

Provision of Interconnections between relay racks, cabletermination racks, SM's control panel, battery room, powerroom, termination and wiring. The work involves laying ofunderground cables in the duct as well as with clampingarrangements on the walls, supply and fixing of aluminiumladders and supports with 3mm thick phynolic sheet forrunning the cables in the relay room. Interconnection shallbe carried out with signaling multi core cable (skinned/unskinned) and power cables as per the instructions ofRailway representative at site. The work also includetermination of the interconnection cables on 50 wayterminals in the relay rack/ control panel, cable terminationrack etc. After the interconnection cables are laid, the ductsshall be filled with river sand and closed. Wherever requiredthe cables shall be taken to other floors in the building byclamping them on MS angles and flats grouted on the walls.(Supply of interconnection cables is not included in thisschedule). [2BA terminals, Aluminium ladder arrangementsusing 37mmx37mmx5mm aluminium angles and25mmx6mm aluminium flats, aluminium supports, phynolicsheet - 3mm thick for bottom of aluminium ladders, MSangles and flats, bolts and nuts, concreting materials, andall other materials required for the work shall be supplied bythe contractor].

60 103081 Provision of interconnection at stations (up to 5 roads). Lumpsum 2.00 41768.15 83536.30

61 103110 Supply and wiring of LEDs with resistance and fixing on thecable termination rack for indicating FUSE BLOWN OUTfor each circuit. The LEDs and resistances shall be fixedon a phynolic sheet 50mm width and 3mm thick. Thephynolic sheet shall be fixed by the side of thecorresponding Fuse Blocks. Separate switch shall beprovided for each circuit. [LEDs 10mm, holders, resistance,switch, phynolic sheet, soldering materials and all othermiscellaneous materials required for the work shall besupplied by the Contractor]. {Unit: per Fuse}

Per Unit 299.00 32.80 9807.20

Page 13 of 31 Run Date Time: 13/02/2018 11:07:05

SWR-CONST-UBL-S AND T/SOUTH WESTERN RLYTENDER DOCUMENT

Tender No: BGK_KJDI_PI_SIG-2017-18-2 Closing Date/Time: 09/03/2018 15:00

Page 14: TENDER DOCUMENT SWR-CONST-UBL-S AND T/SOUTH … · Centralized operation of points and signals with panel Interlocking (Route setting type) at new crossing station Sulikeri between

62 103250 Installation of single line push button token less blockinstruments on teakwood base frame. The work involvestermination of cables on the test panel, block wiringincluding duplicating switch for "Train Arrival" andinterconnection between test panel and block instrument byunderground signaling cable and painting the instrument inconsultation with Railway representative at site. (Supply ofblock instrument and underground cables is not included inthis schedule). [Wire PVC 16/0.2mm copper, 3/0.75mm,Teak Wood base frame of size 50mmx 150mm, foundationbolts, paint, concreting materials and all othermiscellaneous materials required for the work shall besupplied by the contractor].

Numbers 4.00 8526.00 34104.00

63 103350 Supply and installation of 4 wire DTMF based way stationequipment complete as per RDSO specificationNo.IRS.TC@45<47@93 and 4 wire control telephone withaudio visual indication and reset button fitted on telephoneconforming to specification No.IRS-TC@45&47@97 orlatest. This work also includes supply and wiring of powersupply arrangements for way station equipment conformingto specification IRS.TC.72/97. or latest [All the materialsrequired for the work shall be supplied by the Contractor].

Set 2.00 8215.00 16430.00

64 103360 Supply and provision of Rubber mat of not less than 6mmthick and with an insulation to withstand 650VAC, on thefloor of relay room etc at places as indicated by railwayrepresentative at site.

SquareFoot

100.00 78.30 7830.00

65 104120 Supply and installation of teakwood glass fronted box ofsize 300mm x 600mm x 75mm with hooks to keep variouskeys with description engraved on the tags. [TW Glassfronted box of size 300mmx600mmx 75mm with built inlock, hooks, engraved tags and all other miscellaneousmaterials required for the work shall be supplied by theContractor].

Numbers 4.00 4057.00 16228.00

66 104130 Manufacture and supply of teak wood tool box of size1000X750X100mm made of 25mm thick teak woodpersplex sheet fronted 6mm (Colourless) fixed on the wallat a convenient location as instructed by Railwayrepresentative at site. The board should have provision ofpad lock and locking arrangements and shall be equippedwith the following tools[reputed make]: a. Digital Mulltimetersimilar to Model No.Rish Multi 15S with suitable carryingcase and test probes. b. Multimeter similar to Model No.HM102 BZ Hungchung with test probes with suitable carryingcase.- 1 No. c. Centre zero ammeter 30-0-30 Amps - 1 No.d.. Screw drivers of different types and sizes with commonhandle - 1 set e. Spanner double ended 33mm - 1 No. f.Spanners double ended 3/8x1/2" - 1 No. g. Spannersdouble ended 5/8x3/4" - 1 No. h. Spanners double ended7/8x1" - 1 No. i. Hammer 1 1/2 lbs ball pane - 1 No. j.Hacksaw frame - 1 No. k. Adjustable screw spanner 12" -1 No. l. Insulated cutting pliers- 1 No. m. Insulated noseplier- 1 No. n. Electric soldering iron 230V 60WSoldron/Philips make - 1 No. o. Electric soldering iron 110V35W Soldron/Philips make - 1 No. p. Megger 500V/500Mohms. with Probe - 1 No. The above tools shall bepurchased from Reputed manufacturers only inconsultation with the Railway representative at site. [Teakwood tool box made of 25mm teak wood plank, perspexsheet, all the tools mentioned above, padlock and othermiscellaneous items shall be supplied by the Contractor].

Set 2.00 16388.00 32776.00

Page 14 of 31 Run Date Time: 13/02/2018 11:07:05

SWR-CONST-UBL-S AND T/SOUTH WESTERN RLYTENDER DOCUMENT

Tender No: BGK_KJDI_PI_SIG-2017-18-2 Closing Date/Time: 09/03/2018 15:00

Page 15: TENDER DOCUMENT SWR-CONST-UBL-S AND T/SOUTH … · Centralized operation of points and signals with panel Interlocking (Route setting type) at new crossing station Sulikeri between

67 104140 Fixing of EKT instrument with (or) without crank handle oron suitable fixtures at station/apparatus case, provision ofeconomiser push switch with locking facility, wiring withwire PVC 16/0.2mm copper, provision of teakwood terminalbox covered with decolum along with locking facility andpainting. (Supply of electric key transmitter and crankhandles is not covered in this schedule). [wire PVC16/0.2mm copper, wire wound resistance, decolumcovered terminal box with locking facility by using 25mmthick teakwood, bolts and nuts, paints, push switches,padlocks and other miscellaneous materials required forthis work shall be supplied by the contractor].

Numbers 11.00 2943.75 32381.25

68 104150 Casting concrete foundation and erection and painting ofboards with LEGEND such as //Draw close if signal is aton// at the required places as per the Signalling plan. Thework involves concreting of rail post to a size of 600mm x600mm x 900mm, and fixing the board to the rail using MSclamps, bolts and nuts. (Supply of boards is not covered inthis schedule. Rails of different lengths will be supplied byRailways and the Contractor has to cut them to therequired lengths) [Stone jelly of size 20/25mm dia, riversand, cement,M.S.flats, fixing bolts and nuts, paint and allother miscellaneous materials required for the work shall besupplied by the Contractor].

Numbers 6.00 2159.00 12954.00

69 104160 Painting, erection and concreting of Goods warning boardson rails as per the Signalling plan. The work includesmanufacturing of clamps and fixing the board to the rails,supply and fixing of scotch lite reflectors and concreting therail post to a size of 600mm x 600mm x 900mm. (Supply ofgoods warning boards is not covered in this schedule. Railsof different lengths will be supplied by Railways and theContractor has to cut them to the required lengths). [Stonejelly of size 20/25mm dia, river sand, cement, M.S.flats,scotch lite strips (14 Nos) for each board, fixing bolts andnuts, paint and all other miscellaneous materials shall besupplied by the Contractor].

Numbers 3.00 2929.95 8789.85

70 104170 Supply and installation of magneto telephone handle typeand supply and wiring of Ni-cad power pack 4V- 2.2AH withcharger to work on 110VAC, at the station house, LC Gateand top points. [Magneto telephone handle type with Ni-cadpower pack 4V-2.2AH with charger to work on 110VAC,wire PVC 16/0.2mm copper, and all other miscellaneousmaterials shall be supplied by the Contractor.]

Numbers 6.00 6178.00 37068.00

71 104200 Supply and installation of Signal post telephone with facilityof paging and talk-back including voice communicationequipment with suitable switching arrangement at the Signalpost and at SM's room as per specification enclosed in thisdocument. This includes drawal of tail cable through GI pipe25mm dia and 2 mtrs long duly clamped to Signal post withbend as required at site, termination of tail cable at one endin the apparatus case and other end in the console. In theSM's room, console shall be fixed on a table top. The wiringshall be done using wire PVC 16/0.2mm copper. [Talk-backequipment complete including housing box, wire PVC16/0.20mm and all other miscellaneous materials requiredfor the work shall be supplied by the Contractor].

Numbers 3.00 9345.00 28035.00

Page 15 of 31 Run Date Time: 13/02/2018 11:07:05

SWR-CONST-UBL-S AND T/SOUTH WESTERN RLYTENDER DOCUMENT

Tender No: BGK_KJDI_PI_SIG-2017-18-2 Closing Date/Time: 09/03/2018 15:00

Page 16: TENDER DOCUMENT SWR-CONST-UBL-S AND T/SOUTH … · Centralized operation of points and signals with panel Interlocking (Route setting type) at new crossing station Sulikeri between

72 104210 Excavation of pit and construction of masonry platform asper drawing No. SG/CN/02/12 with country bricks of size220mmx 100mmx60mm (app) at the foot of signal posttelephones as per the instructions of Railwayrepresentative at site. [Country bricks of size220mmx100mmx60mm (app), cement, river sand and allother miscellaneous materials required for the work shall besupplied by the Contractor].

Numbers 3.00 2896.80 8690.40

73 104260 Supply of 2 pin socket - 5A with switch, fixing the same onthe hardwood plank available and extending the 110VACusing wire PVC 3/0.75mm copper, in all the apparatuscases, as per the instructions of Railway representative atsite. [2 pin socket - 5A with switch, wire PVC 3/0.75mmcopper and all other miscellaneous materials required forthe work shall be supplied by the Contractor].

Numbers 35.00 398.00 13930.00

Testing and commissioning the entire signalling installationsjointly with the Railway representative at site at the stations/LC gates covered under various schedules of the Contract,and ensuring that all the signalling gears are installed andadjusted as per the existing rules. The work also involvessupply of required number of bound registers with goodquality papers with all updated details of cable meggering,relays, batteries, block joints, route cancellation, relay roomkey entries, block instrument key, earth resistance etc.,and handing over to Railways. (Supply of 'As mades' is notcovered in this schedule).

74 104271 Testing and commissioning of stations (upto 5 roads) Station 2.00 21018.75 42037.50

75 104280 Submission of all relevant final AS MADEs of circuitdiagrams, contact analysis charts, termination particularsof apparatus cases and cable termination rack, powersupply arrangements, relay index board, cable plans, cableroute plans, red boundary plans and all other particularscovered under various schedules. All AS MADEs shall beprepared by the Contractor in AUTOCAD 2000 or latestand submitted in CDs. One copy of the AS MADEs checkprint shall be submitted before Testing the circuits. The finalnegatives shall be made in tracing sheet (80 to 90 gsm). AllAS MADEs except cable plan, cable route plan, bondingdiagram & power supply diagram shall be prepared in A3size. On approval the contractor shall submit along with thenegatives, 8 copies in each, duly making booklet neatlybound. Out of 8 sets, 2 sets of drawings and other plansshall be kept in transparent plastic cover (2 sheets back toback in one plastic cover) and handed over to Railways.Also the contractor has to supply one set of AS MADEs inReproduction Film . The approved circuit diagram will beissued by Railways in soft copy as well as two sets of hardcopies. Wherever alterations to existing circuits areinvolved, the existing AS MADE circuit diagrams will besupplied by Railways either in CDs or RP film. TheContractor shall incorporate the details of all the newwirings and alterations in the CD/ RP film and submit themto Railways. On approval 8 copies shall be made for ASMADE circuit diagrams also as mentioned above.

Sheet 200.00 206.55 41310.00

Page 16 of 31 Run Date Time: 13/02/2018 11:07:05

SWR-CONST-UBL-S AND T/SOUTH WESTERN RLYTENDER DOCUMENT

Tender No: BGK_KJDI_PI_SIG-2017-18-2 Closing Date/Time: 09/03/2018 15:00

Page 17: TENDER DOCUMENT SWR-CONST-UBL-S AND T/SOUTH … · Centralized operation of points and signals with panel Interlocking (Route setting type) at new crossing station Sulikeri between

Preparation of circuits, location diagrams, power diagrams,cable plan, bonding plan etc in Auto Cad 200o or latest. Thedrawings shall be prepared in A3/A2/U size as required byRailways. The hard copies of the documents will besupplied by Railways. The Contractor has to draw thedrawings in Auto Cad very carefully and submit one copy ofcheck print along with the soft copy in CD. The drawingsshall be checked and returned by Railways indicatingcorrections if any. The corrections have to be made andfinal copy submitted in A3/ A2/ U size as required byRailways along with the final soft copy in CD. The hardcopy given by Railways have to be returned back withoutany damage. The size of sheet given in the unit column isfor the hard copy given by Railways.

76 104291 For preparation of softcopy from A3 size hard copy Sheet 180.00 118.00 21240.00

Transportation of Signalling materials by road as per theinstructions of Railway representative at site. The workalso includes loading and unloading of the materials.

77 105212 Transportation more than 100 Kms. {Unit: per Ton per KM} Per Unit 40000.00 7.52 300800.00

78 105220 Engaging mechanical excavators like JCB or othermachineries for regarding and levelling the formation,dismantling any infringing structures, clearing and removingdebris etc., with all leads and lifts etc., complete and as perthe instruction of Railway representative at site.

Hour 15.00 650.00 9750.00

Total 9173545.45

Schedule Schedule B-Supply

Item- 1 SUPPLY

S No. ItemNo

Description of Item Unit Qty Rate Amount

Non-deteriorating type of fuse holders & fuse links offollowing rating

1 201011 Fuse holder 20A capacity. IRS Spec.S.75/91 (IRS-S78/Tentative) or latest

Numbers 400.00 158.33 63332.00

2 201012 Fuse link 20 Amps IRS Spec.S.78/92 or latest Numbers 70.00 22.57 1579.90

3 201013 Fuse link 10 Amps IRS Spec.S.78/92 or latest Numbers 90.00 20.75 1867.50

4 201014 Fuse link 2 Amps IRS Spec.S.78/92 or latest Numbers 300.00 17.67 5301.00

Relay rack universal type as per drg.no.SK/SC/CN/51/94with MS Frame to suit 'Q' series relays scaffolding,POWDER COATED with stainless steel nuts and bolts forfixing the racks and cable ladder made out of MS angle65mmX65mmX6mm for fixing the racks. Supporting angles.frame mounting triangle base with J bolts and insulation ofrequired numbers complete to suit QNI/K-50 prewired tagblock.

5 201021 1 way Numbers 8.00 5294.00 42352.00

6 201022 2 way Numbers 10.00 10646.00 106460.00

7 201030 Cable termination racks size 880mm X 2 Meters made outof 50mm X 50mmX6mm thick MS angle POWDERCOATED with stainless steel nuts and bolts for fixing theracks with suitable holes for hylem sheet complete as perstandard practice with tripod bases and reel insulators.Cable ladder of 400mmx2000mm be provided at both sideswith angle size 40mmx4mmx 5mm with supporting flate ofsize 25mmx5mm (for K rack & P rack).

Numbers 4.00 5308.00 21232.00

8 201040 Supply of LED holders with LED's of size 5 mm and 0.5Watt resistance.

Numbers 280.00 6.63 1856.40

Page 17 of 31 Run Date Time: 13/02/2018 11:07:05

SWR-CONST-UBL-S AND T/SOUTH WESTERN RLYTENDER DOCUMENT

Tender No: BGK_KJDI_PI_SIG-2017-18-2 Closing Date/Time: 09/03/2018 15:00

Page 18: TENDER DOCUMENT SWR-CONST-UBL-S AND T/SOUTH … · Centralized operation of points and signals with panel Interlocking (Route setting type) at new crossing station Sulikeri between

9 201050 Domino type Control Cum Indication Panel (up to 4 Road)as per approved panel diagram and as per RDSO Spcn NoRDSO/SPN/186/2004 rev 2 or latest. Panel Diagram to besupplied by contractor as per approved signalling plan.Following spares to be supplied with each Panel. 1) KnobSwitches 10 Nos 2) Domino with cancellation button -05Nos 3) Spare Domino of diff type -10 Nos 4) 24 V impulsecounter -04 Nos 5) NO/NC contact elements 15 each

Numbers 2.00 307500.00 615000.00

10 201080 Conventional lightening protection system consisting ofFranklin rod of 16mm dia, single prong spike made ofcopper of length 600mm. Appropriate reducer/coupler forconnecting Franklin rod and GI mast, GI mastapproximately 1.5 inch dia, 6 mtr length with flanges forinstallation of franklin rod with all supporting accessories,such as guy rope, U-bolt, thimble, adjustable clamp, D-shalkle, hook etc.

Set 2.00 35750.00 71500.00

11 201090 GI bonding strip of size 25 X 3mm for down conductor withall supporting accessories.

Metre 80.00 110.00 8800.00

12 201110 Basic material to construct Unit Maintenance Free Earth asper RDSO Spec No. RDSO/ SPN/197/2008 and as perSchedule specification.

Set 24.00 17767.86 426428.64

13 201120 Basic material to construct a Maintenance Free Ring Earthwith Four Pits for achieving less than one Ohm as per asper RDSO Spec No. RDSO/ SPN/ 197/2008 or latest andas per specification.

Set 2.00 60000.00 120000.00

14 201130 Bare copper tape25x2 mm for interconnecting the earthpits.

Metre 140.00 350.00 49000.00

15 201140 35 Sq mm Multi-strand Single Core PVC insulated CopperCable as per IS: 694 for connecting Main Earth Electrode toMEEB in the equipment room in duplicate.

Metre 50.00 348.00 17400.00

16 201150 16 Sq mm Multi-strand Single Core PVC insulated CopperCable as per IS: 694 for connecting MEEB to SEEB andSPDs to MEEB.

Metre 100.00 155.00 15500.00

17 201170 Steel Almairah (Model : Godrej Store well/slimline 4S ) Numbers 2.00 17720.00 35440.00

18 201180 Steel Almairah (Model : Godrej Store well/slimline 2S ) Numbers 2.00 11211.00 22422.00

19 201190 Tool kit for ESM as recommended in CSTE technicalinstructions and as per technical spcn.

Set 1.00 30000.00 30000.00

20 201200 Navtal locks godrej make 75mm with 2 keys Numbers 4.00 500.00 2000.00

21 201210 Hylam sheet of size 2400mm x1200mm x 6mm thick ofcolour approved by site incharge to suit 'K' and 'P' rack.

Numbers 8.00 4378.00 35024.00

22 201220 Fail Safe Electronic flasher 24 V DC,3 Amps as per RDSOSpcn no RDSO/SPN/173/2002 amdt 1 or latest

Numbers 4.00 3295.50 13182.00

Resistors/condensers/diodes.

23 201251 Electrolytic condensers 50V 470 mfd Numbers 100.00 43.33 4333.00

24 201252 Electrolytic condensers 50V 1000 mfd. Numbers 110.00 46.67 5133.70

25 201253 Wire wound resistance 100/150/500 ohms 10w Numbers 220.00 31.67 6967.40

26 201280 AC/DC Digital Clamp meter Current measurement upto200A AC/DC True RMS measurement for AC voltage &current.(Large jaw opsize of 18mm ) Model: FLUKE362/Rishabh or higher spen.

Numbers 1.00 4619.00 4619.00

27 201360 10 pair CT box with disconnecting terminals ofwago/phonix/elmex make or similar.

Numbers 4.00 2100.00 8400.00

28 201370 20 pair CT box with disconnecting terminals ofwago/phonix/elmex make or similar.

Numbers 4.00 3233.33 12933.32

29 201380 Step ladder aluminium made of BATHLA make App. 5 feetheight.

Numbers 2.00 7115.00 14230.00

Page 18 of 31 Run Date Time: 13/02/2018 11:07:05

SWR-CONST-UBL-S AND T/SOUTH WESTERN RLYTENDER DOCUMENT

Tender No: BGK_KJDI_PI_SIG-2017-18-2 Closing Date/Time: 09/03/2018 15:00

Page 19: TENDER DOCUMENT SWR-CONST-UBL-S AND T/SOUTH … · Centralized operation of points and signals with panel Interlocking (Route setting type) at new crossing station Sulikeri between

30 201390 Supply of permanently solid lubricated HDPE Telecom pipeof size 40/33mm as per Spec. TEC. GR No.G/CDS-08/01Dec. 99 or latest.

Kilometre 0.20 69500.00 13900.00

31 201400 Supply of joint kit conforming to RDSO specificaitonNo.IRS-TC 77/2006 Revision1 or latest for quad cable.

Numbers 15.00 3034.50 45517.50

Total 1821711.36

Schedule Schedule C-Execution

Item- 1 EXECUTION

S No. ItemNo

Description of Item Unit Qty Rate Amount

Arranging of sufficient staff by contractor and giving test tothe railway in charge in the following stages as perinstructions of site in charge.

1 211041 Stage-1: Testing of wires drawn point to point usingbuzzer(Before and after soldering).

Sheet 120.00 364.00 43680.00

2 211042 Stage-II: Fabrication of simulation test board of plywoodsize 1.5M X 1.0Mx3mm and Painted according to the yardlayout fixing 1 way / 2 way switches on its approximateposition for track circuit, point setting lamp holders andlamps. Carrying out testing using simulation board afterenergising of internal circuit to commission indoor andoutdoor signalling equipments. {Unit: per Road}

Per Unit 6.00 3391.00 20346.00

3 211050 Installation of conventional lightening protection systemconsisting of Franklin rod, appropriate reducer/coupler,flanges and GI mast with all supporting accessories suchas guy rope(6 mm GI wire),U-bolt ,thimble, adjustableclamp, D-shackle, hook etc.

Set 2.00 9833.33 19666.66

4 211060 Installation and routing of down conductor strip 25X3 mmfrom top of the building to ground level duly securing thesame to the building.

Metre 80.00 63.00 5040.00

5 211080 Installation of Single Earth Pit as per RDSO specificationNo.RDSO/ SPN/197/ 2008 or latest and as per technicalspecification.

Set 24.00 8442.86 202628.64

6 211090 Installation of Ring Earth Pit as per RDSO specificationNo.RDSO/ SPN/197/ 2008 or latest and as per technicalspecification.

Set 2.00 30000.00 60000.00

7 211100 Transportation, erection and wiring of IPS to powerdistribution panel. This includes transportation of IPSbatteries from store of Dy CSTE/CN to the site, Erection ofIPS panels on teakwood planks, interconnection betweenpanels and wiring the IPS to power distribution panel using10 sqmm multi-stand copper cable. The wiring should bedone neatly using Aluminium ladder with Phenolic sheet(Aluminium ladder, Phenolic sheet of thickness 6mm, teakwood plank of width 150 mm and thickness 25mm, 10sq.mm multi strand copper cable and all othermiscellaneous materials to be supplied by the contractor).

Numbers 2.00 42080.63 84161.26

Transportation of 10KVA DG set, including all lifts and leads(Lift and lead shall be done using suitable Hydrauliccrane/Fork Lift. The contractor will be responsible for thesafe transhipment of the DG set without causing anydamages during transportation).

8 211112 Transportation of the DG sets (4 nos) over a distance of 80to 150kms

Per Trip 1.00 12000.00 12000.00

Generator foundation & installation.

9 211121 Excavation of pit, casting concrete foundations as per DrgNo.SG/Proj/SK/DG/01/08 for installation of DG set as perthe direction of Railway Engineer.

Numbers 4.00 11550.00 46200.00

Page 19 of 31 Run Date Time: 13/02/2018 11:07:05

SWR-CONST-UBL-S AND T/SOUTH WESTERN RLYTENDER DOCUMENT

Tender No: BGK_KJDI_PI_SIG-2017-18-2 Closing Date/Time: 09/03/2018 15:00

Page 20: TENDER DOCUMENT SWR-CONST-UBL-S AND T/SOUTH … · Centralized operation of points and signals with panel Interlocking (Route setting type) at new crossing station Sulikeri between

10 211122 1st service of the Dg set (2nos) as per the manufacture'sinstruction.

Lumpsum 1.00 1713.00 1713.00

11 211130 Provision of Security Guards round the clock in 12 hoursshift beat from Up Home Signal to Down Home Signal toavoid theft of signalling assets.

Shift 720.00 450.00 324000.00

12 211140 Provision of one skilled and one unskilled staff round theclock to attend to teething trouble of the installation alongwith SSE/JE(Sig) after the installation has been brought intocommissioning. The work includes routine maintenance,failure restoration as per the direction of the SSE/JE(Sig).

Man-Month

6.00 48000.00 288000.00

13 211160 Strengthening of foundations of signals, Full/Half locationboxes, by carrying out the earth work around thefoundation, ramming of the earth, carrying out masonrywork from bottom of earth work using country stones andcement masonry to prevent the earth from slipping downthe bank.

Numbers 40.00 3175.00 127000.00

14 211170 Arranging skilled labour at S&T Stores for loading/unloading/stacking of departmental materials.

Man-Days

50.00 220.00 11000.00

15 211190 Excavation of pit, erection of cable termination boxes onRails/L-Angles and concreting as per DRG. No.SG/CN/02/8, drilling of suitable holes in the box, fixing of 2Nos. of GI pipes 32mm dia and 300mm long at the bottomwith clamp nuts - 12 mm thick, one at the inner side andanother at the outer side for each pipe for cable throughingand one GI pipe 150mm long 32mm dia for drawl of jumperwires for Point machines etc.., provision of one EWS lockand painting the boxes inside and outside with one coat ofred-oxide and to coats of aluminium paints. CT Boxes,Rails/L-angles of different length shall be supplied byRailways. (Cement, river sand, stone jelly of size 20/25mm,paint, varnish, GI pipes 32mm dia - 300mm long - 2 Nosand 150mm long - 1 No., clamp nuts -12mm thick - 2 Nos.for each pipe, fixing bolts and nuts with washers, EWSlocks and all other miscellaneous items required to besupplied by contractor).

Numbers 16.00 3625.00 58000.00

16 211230 Fixing of 10 pair CT box with disconnecting terminals ofwago/phonix/elmex make or similar and termination of cableat the station/LC gates etc. This includes fixing ofQuad/PIJF cables and CT box on the wall.

Numbers 4.00 1833.33 7333.32

17 211240 Fixing of 20 pair CT box with disconnecting terminals ofwago/phonix/elmex make or similar and termination of cableat the station/LC gates etc. This includes fixing ofQuad/PIJF cables and CT box on the wall.

Numbers 4.00 2100.00 8400.00

18 211250 Cable armouring soldering and Continuity with Earthing forcables terminated at Indoor as per instructions ofSSE/JE/Sig in charge at site. {Unit: per Cable}

Per Unit 500.00 19.00 9500.00

Total 1328668.88

Schedule Schedule D-Supply and installation

Item- 1 SUPPLY AND INSTALLATION

S No. ItemNo

Description of Item Unit Qty Rate Amount

1 221010 Supply and fixing of retro reflective type Calling-On/STOP/BSLB/Un-insulated trolley prohibited boards asper practice & SEM (Angle/Rail is to be supplied byRailway).

Numbers 10.00 4853.67 48536.70

2 221020 Supply and fixing of retro reflective type Goods WarningBoards as per practice & SEM(Angle/Rail is to be suppliedby Railway).

Numbers 3.00 6171.43 18514.29

Page 20 of 31 Run Date Time: 13/02/2018 11:07:05

SWR-CONST-UBL-S AND T/SOUTH WESTERN RLYTENDER DOCUMENT

Tender No: BGK_KJDI_PI_SIG-2017-18-2 Closing Date/Time: 09/03/2018 15:00

Page 21: TENDER DOCUMENT SWR-CONST-UBL-S AND T/SOUTH … · Centralized operation of points and signals with panel Interlocking (Route setting type) at new crossing station Sulikeri between

3 221030 Supply and Fixing of Crank Handle Box/ Emergency KeyBox made of Teak wood with Glass fronted door asperdrawing 03/91. Polishing on all exposed surface and forwith EKT inside the box. Micro push switch of L&T makewith 2NO+2NC contacts and veeder counter non-resettype and wire them asper the approved circuit diagram.Clamp and terminate the cable in the cable termination boxin ASM office and in the Relay room. Bunching and lacingwith lacing thread and Interlock the EKT key with Crankhandle by Nickle coated Dog chain/welded. The box shouldhave hinges and pad locking arrangements with one No.40mm Navtal-Lock with duplicate keys and key chain withlabel. (All materials except EKT are to be supplied by thecontractor).

Numbers 8.00 4640.00 37120.00

4 221050 Supply and fixing of Digital volt meter and ammeter ofMECO make for Power Distribution panel and wiring thesame carefully as per the Power Distribution diagram.Necessary shunts and current transformers are to beprovided fo DC Ammeters as per standard practiceincluding supply of required size of wires and erection ofrack as per direction site incharge. Meters are of thefollowing types and ranges. Note: All the meters are to becalibrated for correct reading at site by the companyrepresentative. Volt Meter : a) 0-150V DC 02 Nos b) 0-150V AC 02 Nos c) 0-50V DC 06 Nos Ammeter: a) 0-20ADC 02 Nos b) 0-20A AC 06 Nos c) 0-30A DC 02 Nos

Numbers 20.00 2546.67 50933.40

5 221060 Supply and installation of De-ioniser plant (Aqua-Ion ModelNo. ACAMB 4 Brd Type).

Numbers 1.00 34000.00 34000.00

6 221080 Fabrication and fixing of MS frames to suit Q series relaysto accommodate 6 nos in each set duly drilling requiredholes for relay bases( all materials such as frames, bolts,nut and washers to be supplied by contractor) Only Relaybases will be Supplied by the Railways.

Numbers 240.00 305.00 73200.00

7 221100 Supply and provision of power supply change overarrangement at SM room. CLS panel of size800x500x275mm powder coated of MS sheet thickness1.6mm as per RDSO specification NoTI/SPC/PSI/CLC/0020 .

Numbers 2.00 45730.00 91460.00

8 221140 Supply and fixing of PVC casing and capping/PVC pipe ofminimum 25 mm size or higher as per requirement at siteon the wall/floor etc., using bends, coupler and T joints andflexible pipe wherever necessary with fixture in the OFCroom from equipment rack to common termination and fromOFC room to SM room/Reservation office /Datalogger/FOIS room etc. (All required material for fixing to bearranged by the contractor)

Metre 100.00 41.68 4168.00

Design and preparation of computer aided (Auto CAD)diagrams as per technical specification. Note: DetailsDesign and drawing of above drawings and submission oftwo draft copies for approval. One copy is returned eitherduly approved for making a fair copy or for resubmissionfor approval after incorporating the changes as required byrailways. After preliminary approval two number of printsare submitted for Administrative approval. After theAdministrative approval negatives of the above drawings ,have to be submitted. After completion of work 6 sets of asmade documents are to be submitted in bound bookletsand soft copies on CD.

9 221151 Power supply diagram ( Equipment room particulars,Battery room particulars, Generator panel diagram, andmiscellaneous diagram.,)

Set 2.00 13242.90 26485.80

Page 21 of 31 Run Date Time: 13/02/2018 11:07:05

SWR-CONST-UBL-S AND T/SOUTH WESTERN RLYTENDER DOCUMENT

Tender No: BGK_KJDI_PI_SIG-2017-18-2 Closing Date/Time: 09/03/2018 15:00

Page 22: TENDER DOCUMENT SWR-CONST-UBL-S AND T/SOUTH … · Centralized operation of points and signals with panel Interlocking (Route setting type) at new crossing station Sulikeri between

10 221152 Track circuit bonding Set 2.00 5328.67 10657.34

11 221153 Location particulars diagram Set 2.00 15892.87 31785.74

12 221154 Cable termination rack particulars Set 2.00 7946.67 15893.34

13 221155 Cable Core plan Set 2.00 23840.00 47680.00

14 221156 Cable Route plan Set 2.00 10597.10 21194.20

Termination of main, tail, Signalling and power cables andinternal wiring on terminal/ fuse blocks in cable terminationRack at relay room. The work includes fixing of all newcables by teakwood clamp on teakwood base plank, fixingof Hylem sheet 6mm thick for terminal board , varnishing allteakwood items, fixing of terminals/ fuse blocks on theterminal board, drilling of necessary holes, termination ofcables, wiring, identification of cables using aluminium tagswith letters punched neatly, as per approved circuitdiagram and cable plan, painting of particulars on sleeves .After terminations are over, cable entry at the bottom shallbe closed with , cement plastered, the inter-space filled withriver sand upto base level and the bottom surface shall besealed with sealing compound. Cable armour to besoldered to earth. [All bolts and nuts with washers, cement,sand, stone jelly, teak wood base , paints and all othermiscellaneous materials required for the work shall besupplied by the contractor]

15 221161 Termination on 25/60mm PBT terminals {Per Terminal} Per Unit 1450.00 112.80 163560.00

Total 675188.81

4. ELIGIBILITY CONDITIONS

Standard Financial Criteria

S.No. Description ConfirmationRequired

RemarksAllowed

DocumentsUploading

1

FOR WORKS COSTING ABOVE RS.50.00 LAKH: The total contract amountreceived by the tenderer(s)during the last 3 financial years and in the currentfinancial year should be a minimum of 150% of the Advertised tender value.The certificate from the employer / client or audited balance sheet dulycertified by the Chartered Accountant during qualifying period as per AnnexureII is to be submitted along with the tender offer. For the duration of qualifyingperiod for which the balance sheet is not audited i.e., for previous/ currentfinancial year,a certificate issued by Chartered Account indicating explicitlycontract receipts details of various organizations (Name of organization,Agreement wise receipts etc.), is to be submitted. The submission of thedocuments is to be done electronically (attached to this e-tender). No posttender correspondence will be entertained to submit fresh details.

No NoAllowed(Mandatory)

Standard Technical Criteria

S.No. Description ConfirmationRequired

RemarksAllowed

DocumentsUploading

1

FOR WORKS COSTING ABOVE Rs. 50.00 LAKHS: The tenderer(s) shouldhave physically completed within the qualifying period i.e, the last threefinancial years and the current financial year, at least one similar nature ofwork as given below for a minimum value of 35% of the Advertised tendervalue. The experience certificate as per Annexure-I is to be submitted alongwith the tender offer. The submission of documents is to be done electronically(attached to this e-tender).

No NoAllowed(Mandatory)

1.1Defination of Similar Work :- Execution of any RRI/ PI/ EI work or anysignalling work of IBS/IBH

No No Not Allowed

Page 22 of 31 Run Date Time: 13/02/2018 11:07:05

SWR-CONST-UBL-S AND T/SOUTH WESTERN RLYTENDER DOCUMENT

Tender No: BGK_KJDI_PI_SIG-2017-18-2 Closing Date/Time: 09/03/2018 15:00

Page 23: TENDER DOCUMENT SWR-CONST-UBL-S AND T/SOUTH … · Centralized operation of points and signals with panel Interlocking (Route setting type) at new crossing station Sulikeri between

5. COMPLIANCE

Check List

S.No. Description ConfirmationRequired

RemarksAllowed

DocumentsUploading

1 Documents to be attached in Electronic Mode No No Not Allowed

1.1Scanned copy/copies of proof(s) of Technical Eligibility Criteria as mentionedin Standard Technical Criteria (As per Annexure -I)

No No Not Allowed

1.2Scanned copy/copies of proof(s) of Financial Eligibility Criteria as mentioned inStandard Financial Criteria (As per Annexure - II(A) & II(B))

No No Not Allowed

1.3Scanned copy of Statement of Completed Works in the Last Three FinancialYears (As per Annexure - III(A))

No No Not Allowed

1.4 Scanned copy of Statement of Works on Hand (As per Annexure - III(B)) No No Not Allowed

1.5Scanned copy of List of Machinery, Tools, Plants & Staff to be Deployed onthis work (As per Annexure IV(A) & IV(B))

No No Not Allowed

1.6 Scanned copy of NEFT Mandate Form (As per Annexure - VI) No No Not Allowed

1.7

Required documents in case of Proprietary Firm / Concern OR PartnershipFirm OR Limited Company OR Joint Venture Firm as mentioned inCommercial Compliance (If Applicable and whichever is applicable) (As perAnnexure - VIII)

No No Not Allowed

1.8Scanned copy of Affidavit on non-judicial stamp paper of Rs.100/- asmentioned in General Instructions required for Two Packet system (As perAnnexure - IX)

No No Not Allowed

1.9 Scanned copy of Method Statement (As per Annexure - X) No No Not Allowed

Commercial-Compliance

S.No. Description ConfirmationRequired

RemarksAllowed

DocumentsUploading

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. Thedefinition and calculation of local content shall be in accordance with the Makein India policy as incorporated in the tender conditions.

No Yes Not Allowed

2Certificate to prove the Financial Eligibility as given in Financial EligibilityCriteria. Any one of the following certificates will be accepted:

No NoAllowed(Optional)

2.1 Copy of certificate(attested) from the employer / client No No Not Allowed

2.2

Audited balance sheet/Income Tax Returns certified by the CharteredAccountant for qualifying period. ( For the duration of qualifying period forwhich the balance sheet is not audited i.e., for pervious / current financial year,a certificate issued by Chartered Accountant indicating explicitly contractreceipts details of various organizations (Name of organization, Agreementwise receipts etc.,) is to be enclosed along with the tender documents. Thetenderers may note that CA's certificate alone without copies of AuditedBalance sheets/Income Tax Returns will not be considered for evaluation).(Asper Annexure II)

No No Not Allowed

3 NEFT Mandate Form (As per Annexure - VI) No NoAllowed(Mandatory)

4 Affidavit / Certificate in case of Proprietary Firm / Concern No NoAllowed(Optional)

5 Details of Partnership Deed (If applicable): No No Not Allowed

5.1 Copy of Current Partnership Deed (If applicable) No NoAllowed(Optional)

5.2Copy of Registration Certificate for the current partnership deed in theprescribed form issued by the registrar of firms for the changes in theconstitution of the partnership deed, if any (If applicable)

No NoAllowed(Optional)

Page 23 of 31 Run Date Time: 13/02/2018 11:07:05

SWR-CONST-UBL-S AND T/SOUTH WESTERN RLYTENDER DOCUMENT

Tender No: BGK_KJDI_PI_SIG-2017-18-2 Closing Date/Time: 09/03/2018 15:00

Page 24: TENDER DOCUMENT SWR-CONST-UBL-S AND T/SOUTH … · Centralized operation of points and signals with panel Interlocking (Route setting type) at new crossing station Sulikeri between

5.3Original Special Power of Attorney (duly registered / notarised as per theprevailing law) (If applicable)

No NoAllowed(Optional)

5.4

Copies of those Partnership / Joint Venture(s) Deeds covering the period fromthe date of commencement to the date of completion of the work for whichcredentials are submitted, mentioning the share of the limited company ORCopies of the experience certificates issued to the limited company mentioningthe share of interest in that partnership/Joint venture(s) Deeds (If Applicable)

No NoAllowed(Optional)

6 Details of Limited Company (If Applicable): No No Not Allowed

6.1Copy of Memorandum of Association and Articles of Association of theCompany (If applicable)

No NoAllowed(Optional)

6.2 Copy of incorporation certificate of the Company (If Applicable) No NoAllowed(Optional)

6.3Copy of certificate issued by Registrar of Companies in regard of change ofname, if any (If Applicable)

No NoAllowed(Optional)

6.4Copy of General Power of Attorney / Original Special Power of Attorney (dulyregistered / notarised as per the prevailing law) (If Applicable)

No NoAllowed(Optional)

6.5Copies of complete documents establishing the Merger / De-Merger /conversion / Taking over / acquisition / Sale etc. of the Limited Company (IfApplicable)

No NoAllowed(Optional)

6.6

Copies of those Partnership / Joint Venture(s) Deeds covering the period fromthe date of commencement to the date of completion of the work for whichcredentials are submitted, mentioning the share of the limited company ORCopies of the experience certificates issued to the limited company mentioningthe share of interest in that partnership/Joint venture(s) Deeds (If Applicable)

No NoAllowed(Optional)

7 Details of Joint Venture Firm (If Applicable): No No Not Allowed

7.1Copy of the Memorandum of Understanding of Joint Venture Firm (JointVenture Agreement) as per Pro forma - 8 on a non-judicial stamp paper ofappropriate value as per the stamp duty Act (If applicable)

No NoAllowed(Optional)

7.2

Consent of all partners of the Partnership Firm to enter into the Joint VentureAgreement on a stamp paper of an appropriate value in original in case ofPartnership Firm as a Partner of JV OR Copy of Board of Directors resolutioncertified by Company Secretary / Auditor / Competent Authority consentingagreeing for entering into Joint Venture Agreement in case of limitedcompanies (If Applicable)

No NoAllowed(Optional)

7.3Copy of General Power of Attorney / Original Special Power of Attorney (dulyregistered / notarized as per the prevailing law) (If Applicable)

No NoAllowed(Optional)

7.4

In case of members belonging to sole proprietary concern / firm partnershipFirms / Limited Companies, additional documents, as applicable for theseentities and as indicated in the tender document, should also be furnished (IfApplicable)

No NoAllowed(Optional)

7.5

Copies of those Partnership(s) / Joint Venture(s) Deeds covering the periodfrom the date of commencement to the date of completion of the work forwhich credential / experience certificate is submitted, as the case may be,mentioning the share of the said member in the Joint Venture / Partnershipshould be submitted along with tender OR The copies of the experiencecertificate issued for the said member, the Joint Venture firm mentioning theshare of interest in that Partnership / Joint Venture(s) Deeds (If Applicable)

No NoAllowed(Optional)

8 Details of HUF / Society or any other type of organization / firm (If Applicable): No No Not Allowed

8.1 Documents in support of formation and registration (If Applicable) No NoAllowed(Optional)

8.2 Working instructions of the organization (If Applicable) No NoAllowed(Optional)

8.3Copy of General Power of Attorney / Original Special Power of Attorney (dulyregistered / notarised as per the prevailing law) (If Applicable)

No NoAllowed(Optional)

9Any other document considered necessary for evaluation of the offer (IfApplicable)

No NoAllowed(Optional)

General Instructions

Page 24 of 31 Run Date Time: 13/02/2018 11:07:05

SWR-CONST-UBL-S AND T/SOUTH WESTERN RLYTENDER DOCUMENT

Tender No: BGK_KJDI_PI_SIG-2017-18-2 Closing Date/Time: 09/03/2018 15:00

Page 25: TENDER DOCUMENT SWR-CONST-UBL-S AND T/SOUTH … · Centralized operation of points and signals with panel Interlocking (Route setting type) at new crossing station Sulikeri between

S.No. Description ConfirmationRequired

RemarksAllowed

DocumentsUploading

1The tenderer(s) are advised to visit the site of work in their own interest andacquaint themselves with the site conditions and expected quantum of work.The rates should be quoted duly considering the site conditions.

No No Not Allowed

2

The bid / tender offer shall be digitally signed. For this purpose the tenderer(s)should possess legally valid Digital Certificate (Class III) as per InformationTechnology Act - 2000. The tenderer(s) should also register as a contractor inIREPS website.

No No Not Allowed

3

In case the tenderer(s) does/do not possess Class III Digital Certificate, thesame shall have to be procured from any of the Licensed Certifying Authoritiesin India, before submitting the offer. It is possible to submit the bid / tender offerduly signed digitally only if a legally valid Class-III digital certificate in the nameof the tenderer(s) in the form of e-token is inserted in the system.

No No Not Allowed

4

In case the tenderer(s) is/are not registered as a contractor in IREPS website,it is not possible to submit the bid / tender offer. Before proceeding further, thetenderer(s) has/have to register as a contractor in IREPS website. Online helpcan be taken from 'Learning Centre' in the menu on the left hand side.

No No Not Allowed

5

Any queries can be mailed to [email protected] sufficiently well inadvance of the date of closing of the tender and not later than ten days beforethe date of closing of the tender. The queries may be replied depending uponthe reasonableness of the query and availability of time.

No No Not Allowed

6The tenderers shall clearly specify whether the tender is submitted in thename of individual / proprietary firm / partnership firm / limited company / jointventure / HUF / society / any other type of organisation / firm etc.

No No Not Allowed

7 Joint Venture is applicable for tenders valuing more than Rs.10.00 crore only. No No Not Allowed

8No post tender correspondence will be permitted and the tender shall bedecided based on the documents uploaded with the offer.

No No Not Allowed

9

For Two Packet Tender, an Affidavit as per Annexure - IX on Non judicialstamp paper of Rs.100/- executed in presence of Public Notary shall besubmitted along with tender document without fail. Non compliance of thisstipulation will lead to summary rejection of the offer.

No No Not Allowed

10 No offer in physical form will be accepted. No No Not Allowed

11Incomplete tenders i.e. tenders without tender form cost, without EarnestMoney Deposit (EMD) and without other required documents specified aboveshall be summarily rejected.

No No Not Allowed

12Railway reserves the right to cancel the tender without assigning any reasonthereof.

No No Not Allowed

13Railways reserve the right to reject any or all tenders without assigning anyreason thereof.

No No Not Allowed

14

The cost of Tender Document shall be paid in electronic form by using theirown valid Debit / Credit Card or internet banking through the PaymentGateway Option provided on the website by filling and submitting the requireddata about amount, Bank, Card details in proper screens.

No No Not Allowed

15

The Earnest Money Deposit (EMD) can be paid in electronic form by usingtheir own valid Debit / Credit Card or internet banking through the PaymentGateway Option provided on the website by filling and submitting the requireddata about amount, Bank, Card details in proper screens.

No No Not Allowed

16Neither the standing deposit, if any lodged with this Railways nor any otherdeposit against any other tender will be accepted as EMD for the purpose ofthis tender.

No No Not Allowed

17No interest will be payable by the Railway on the Earnest Money Deposit orany other payment made to Railways.

No No Not Allowed

18All the documents (as applicable to the tenderer(s)) mentioned in the check listshall be scanned and attached to the offer.

No No Not Allowed

Page 25 of 31 Run Date Time: 13/02/2018 11:07:05

SWR-CONST-UBL-S AND T/SOUTH WESTERN RLYTENDER DOCUMENT

Tender No: BGK_KJDI_PI_SIG-2017-18-2 Closing Date/Time: 09/03/2018 15:00

Page 26: TENDER DOCUMENT SWR-CONST-UBL-S AND T/SOUTH … · Centralized operation of points and signals with panel Interlocking (Route setting type) at new crossing station Sulikeri between

19

In case of Proprietary Firm / concern an Affidavit declaring that his / herconcern is a Sole Proprietary concern and he / she is the Sole Proprietor ofthe Concern or a certificate issued by charted accountant / registrar of firmsstating that his / her concern / firm is sole proprietary concern / firm or anyother document to establish that his / her concern / firm is sole proprietary firm/ concern shall be submitted.

No No Not Allowed

20

In case of Partnership Firm, the following shall be submitted:(i)Copy of currentPartnership Deed;(ii)Copy of Registration Certificate for the currentpartnership deed as prescribed by the registrar of firms for the changes in theconstitution of the partnership deed if any;(iii)Original Special Power ofAttorney(duly registered/notarised as per prevailing law)by all partners of thePartnership Firm in favour of any Partner for signing the tender document andAgt./Rider Agt.(s), witness measurement Book, signing the measurementBook, correspondence, Receiving Payments, settlements, Compromise,signing of No Objections Certificate and referring the disputes/claims toArbitration etc. on behalf of the Partnership Firm, if the said Partner is notauthorised as per the partnership deed terms and conditions;(iv)PartnershipDeed should clearly indicate the share of interest of each individual partner inthe partnership Firm;(v)In case the partnership firm claims the credentials ofone of its partners for fulfilment of technical eligibility criteria, partnership deedshould clearly indicate the share of interest of each individual partner in thepartnership firm;(vi)In case of a Partnership Firm which submitted tenderclaiming the credentials/experience of a partner as a partner of anotherPartnership Firm(s)/Joint Venture(s), either of the following document shall beattached along with the tender without fail: The copies of thosePartnership/Joint Venture(s) Deeds covering the period from the date ofcommencement to the date of completion of the work for whichcredential/experience certificate is attached, as the case may be, mentioningthe share of the partner/firm should be attached along with tender OR Thecopies of the experience certificate issued to the partner/partnership firmmentioning share of interest in that partner/firm. If these documents are notattached along with tender, then the credentials/experience as claimed by thatpartner shall not be considered.

No No Not Allowed

21

In case of Limited Company, the following shall be submitted: (a) Copy ofMemorandum of Association and Articles of Association of the Company; (b)Copy of incorporation certificate of the Company; (c) Copy of certificateissued by Registrar of Companies in regard of change of name, if any; (d)Copy of General Power of Attorney / Original Special Power of Attorney (dulyregistered as per prevailing law) in favour of Authorised Person of theCompany for signing the tender document on behalf of the company in Originaland Board of Directors resolution of the Company duly certified by CompanySecretary / Auditor / Competent Authority in regard to authorization given toDirector / Managing Director etc., to issue Power of Attorney on behalf of theCompany; (e) Copy of complete documents establishing the Merger /De-Merger / conversion / Taking over / acquisition / Sale etc., with a LimitedCompany / Partnership Firm / Proprietor etc. together with the documentsestablishing the transfer of assets / liabilities / credentials to the transfereecompany from the transferor company, if applicable; (f) In case the limitedCompany which submitted tender claims the credentials / experience as apartner / Member of another Joint Venture(s) / Limited Company, either of thefollowing documents shall be submitted along with the tender without fail: Thecopies of those Partnership / Joint Venture(s) Deeds covering the period fromthe date of commencement to the date of completion of the work for whichcredential / experience certificate is submitted, as the case may be,mentioning the share of the limited company should be submitted along withtender OR The copies of the experience certificates issued to the limitedcompany mentioning the share of interest in that partnership/Joint venture(s)Deeds. If these documents are not submitted along with tender, then thecredentials / experience as claimed by the Limited Company shall not beconsidered.

No No Not Allowed

Page 26 of 31 Run Date Time: 13/02/2018 11:07:05

SWR-CONST-UBL-S AND T/SOUTH WESTERN RLYTENDER DOCUMENT

Tender No: BGK_KJDI_PI_SIG-2017-18-2 Closing Date/Time: 09/03/2018 15:00

Page 27: TENDER DOCUMENT SWR-CONST-UBL-S AND T/SOUTH … · Centralized operation of points and signals with panel Interlocking (Route setting type) at new crossing station Sulikeri between

22

In case of Joint Venture Firm, the following shall be submitted:(a)Copy of theMemorandum of Understanding of Joint Venture Firm (Joint VentureAgreement) as per Pro forma-8 on a non-judicial stamp paper of appropriatevalue as per the stamp duty Act;(b)In case of Partnership Firm as a Partner ofJV, then the consent of all partners of the Partnership Firm to enter into theJoint Venture Agreement on a stamp paper of an appropriate value in original.In case of limited companies, copy of Board of Directors resolution certified byCompany Secretary/Auditor/Competent Authority consenting agreeing forentering into Joint Venture Agreement;(c)Copy of General Power ofAttorney/Original Special Power of Attorney(duly registered/notarised as perprevailing law)in favour of one of the Partner of partnership Firm (partner ofJV) or Authorized Signatory in case of Limited company(partner of JV)to signthe tender document, signing the Agreement/Rider Agreements(s), witnessingmeasurement Books, signing the measurement Book, correspondence,Receiving Payments, settlements, Compromise, signing of No ObjectionsCertificate and referring the disputes/claims to Arbitration etc., on behalf of theJoint Venture, if the same is not covered by the JV agreement terms andconditions.(d)In case of members belonging to sole proprietary concern/firmpartnership Firms/Limited Companies, additional documents,as applicable forthese entities and as indicated in the tender document,should also befurnished.(e)In case,a the JV firm of a JV which submitted tender,claims thecredentials/experience of any member of the JV as a partner/Member ofanother Partnership Firm(s)/Joint Venture(s)/Limited Company, either of thefollowing documents shall be submitted along with the tender without fail:Copies of those Partnership(s)/Joint Venture(s) Deeds covering the periodfrom the date of commencement to completion of the work for whichcredential/experience as claimed by that JV firm shall be considered.

No No Not Allowed

23

In case of HUF / Society or any other type organization / firm, documents insupport of registration, formation, working instructions of the organisation andCopy of General Power of Attorney / Original Special Power of Attorney (dulyregistered/notarised as per prevailing law) in favour of authorized signatoryetc. has to be submitted along with the offer.

No No Not Allowed

24

An individual / Proprietor / Partnership Firm / Limited Company / HUF / Societycan submit only one offer either in his / their Individual capacity or as aProprietor or as a partner of Partnership Firm / JV Firm or as a Director of anyLimited Company etc. In case of more than one offer received and any personis also a Proprietor / partner of Partnership Firm / JV or Director of a LimitedCompany / subsidiary company which also participated in the same tender, allsuch offers shall be considered as "Invalid".

No No Not Allowed

25Any other document considered necessary for evaluation of the offer shall besubmitted along with the offer itself. Documents submitted subsequently willnot be considered.

No No Not Allowed

26

For Two Packet Tenders, an Affidavit as given in Annexure - IX is required tobe submitted by the tenderers without fail. Based on this Affidavit, the TenderCommittee will deliberate and decide eligibility of tenderer(s) for Technical Bid.However, the suitability / eligibility of short listed tenderers will be provisionaland same shall be subject to verification of their credentials from the issuingauthority. Price Bid of only eligible tenderer(s) will be opened and relevantdocuments of lowest eligible tenderer will be got verified. If the content indocuments submitted by tenderer(s) are found to be incorrect / false, actionwill be taken against such tenderer(s) as per provisions contained in theAffidavit submitted by. In such an eventuality, the next lowest eligible tenderer /offer will be considered. If the Tenderer(s) fail to submit the Affidavit asprescribed above along with his / her / their offer, the offer shall be consideredincomplete and will be rejected summarily.

No No Not Allowed

27

Sequence of Opening of tenders in case of two packet system: On the date ofclosing of tender, only the contents of "TECHNICAL BID" part of the Tenderwill be opened. The contents of "PRICE BID" part of the Tenders, which getqualified as a result of consideration of "TECHNICAL BID" will be openedsubsequently.

No No Not Allowed

Page 27 of 31 Run Date Time: 13/02/2018 11:07:05

SWR-CONST-UBL-S AND T/SOUTH WESTERN RLYTENDER DOCUMENT

Tender No: BGK_KJDI_PI_SIG-2017-18-2 Closing Date/Time: 09/03/2018 15:00

Page 28: TENDER DOCUMENT SWR-CONST-UBL-S AND T/SOUTH … · Centralized operation of points and signals with panel Interlocking (Route setting type) at new crossing station Sulikeri between

28

If eligible L-1 tenderer resiles / withdraws his tender after opening of the tenderin the case of single packet system / after opening of price bid in the case oftwo packet system, such tenderer(s) shall be barred from participation in thetender for this work if the tender gets discharged due to his / her / their resilingfrom the offer, apart from forfeiting of his / her / their EMD.

No No Not Allowed

29

REFUND OF EMD: In case of single packet system, the EMD ofunsuccessful tenderers will be released on finalization / award of the tender. Incase of two packet system, the Earnest Money of tenderers who do not getshort-listed on evaluation of "TECHNICAL BID" will be returned after shortlisting. The "Price-Bids" of short-listed tenderers will be further evaluated forconsideration and award of work and the EMD of unsuccessful tenderers willbe released on finalization / award of the tender.

No No Not Allowed

30

The Earnest Money of the successful tenderer(s) will be adjusted towardspart of Security Deposit and in case where such tenderer(s) furnishes fullSecurity Deposit as per the tender conditions, EMD will be refunded afterreceipt of full Security Deposit.

No No Not Allowed

31Unreleased EMD if any, held with the Railway Administration, shall not beadjusted towards the EMD to be remitted for the present tender.

No No Not Allowed

32

The tenderers shall not add any conditions on their own either in their coveringletter submitting the documents or in the remarks while submitting their offer.Any such conditions if stated and if are in violation of Railway's tenderconditions, may lead to summary rejection of the offer. Railway reserves theright to reject such tenders summarily without assigning any reasonswhatsoever.

No No Not Allowed

33All the required documents shall be submitted along with the tender offer (inelectronic form by attaching the scanned documents to the offer). The systemwill not allow any more documents to be attached once the offer is submitted.

No No Not Allowed

34 No post tender correspondence will be entertained. No No Not Allowed

35The decision of the Railway regarding the corrections/suitability of thecertificates is final and the tenderer shall not have any claim whatsoever in thisregard.

No No Not Allowed

36 The responsibility of submitting the correct documents lies with the tenderers. No No Not Allowed

37

If the tenderer/tenderers deliberately gives wrong information in his/theirtender or create circumstance for the acceptance of his/their tender theRailway reserves the right to reject such tender at any stage. The entire EMDwith railway will be forfeited. In addition, action will be taken to suspend thebusiness with the tenderer for a period one year as per para no.7 of theAffidavit in Annexure - IX.

No No Not Allowed

38

Work experience certificate issued by Central Govt. / State Govt. / Semi Govt.Organisations /Authorities, PSU's Govt. Of India / State Govt. shall only beconsidered. Certificates issued from Private Individual / Private Firms will notbe considered.

No No Not Allowed

39Certificates issued to tenderer as sub-contractor for Sublet works by anyorganisation (Govt / Pvt. Organisation) will not be considered.

No No Not Allowed

40

Even if the tenderer(s) is / are working contractor(s) of any division /construction organization of any Indian Railways including South WesternRailway, the required credentials and documents have to be attached alongwith the tender offer. Even for the working contractors of this railway, the onusof establishing the credentials of the tenderer(s) from the office records orotherwise does not lie with the Railway. Railway does not take theresponsibility of collecting the credentials / documents even if they pertain tothe organisation inviting the tender. If the required credentials / documents arenot electronically attached with the offer, the offer will not be considered.Railway will evaluate the offer only from the certificates / documents attachedalong with the offer before the closing date and time.

No No Not Allowed

41Railways reserve the right to verify / seek clarification from authority /professional who has issued certificate towards Technical / Financial eligibilityof the tenderer.

No No Not Allowed

Page 28 of 31 Run Date Time: 13/02/2018 11:07:05

SWR-CONST-UBL-S AND T/SOUTH WESTERN RLYTENDER DOCUMENT

Tender No: BGK_KJDI_PI_SIG-2017-18-2 Closing Date/Time: 09/03/2018 15:00

Page 29: TENDER DOCUMENT SWR-CONST-UBL-S AND T/SOUTH … · Centralized operation of points and signals with panel Interlocking (Route setting type) at new crossing station Sulikeri between

42The offer of the tenderer(s) shall be considered open for acceptance for aminimum period of One Hundred and Twenty days for two packet system andninety days for single packet system from the date of closing of the tender.

No No Not Allowed

43If the closing date happens to be a holiday, the tenders will be opened on thenext working day at the same time.

No No Not Allowed

Special Conditions

S.No. Description ConfirmationRequired

RemarksAllowed

DocumentsUploading

1Regulations for Tender and Contracts, Special Conditions of Contract andTechnical Specifications relevant to the work are attached. Tenderer(s) shallgo through the same.

No No Not Allowed

Technical-Compliances

S.No. Description ConfirmationRequired

RemarksAllowed

DocumentsUploading

1Copy / copies of the Certificate(s) to prove the Technical Eligibility as given inTechnical Eligibility Criteria should be uploaded. The following guidelines shallbe followed:

No NoAllowed(Optional)

1.1

The certificate(s) to satisfy similar work should be signed by an officer notlower than JAG Rank in Railways and Executive Engineer Rank or equivalentgrade in other departments of Govt. of India / State Governments / Stateundertaking / PSUs of Govt. Of India and State Govt.

No No Not Allowed

1.2

For evaluating tenderer(s)s eligibility with regard to work experience, he / she /they shall furnish the relevant certificates and details of the physicallycompleted work(s). The total value of similar nature of work(s) completedduring the qualifying period in terms of the final bill amount and not thepayments received within qualifying period alone, will be considered. In casethe final bill of similar nature of work has not been passed and finalmeasurements have not been recorded, the paid amount including statutorydeduction will be considered. If final measurements have been recorded andwork has been completed with negative variation, then also the paid amountincluding statutory deduction will be considered. However, if finalmeasurements have been recorded and work has been completed withpositive variation but variation has not been sanctioned, original agreementvalue or last sanctioned agreement value whichever is lower will beconsidered for judging eligibility.

No No Not Allowed

1.3Even if the tender(s) is / are working contractor(s) of any division /construction organization and if he / she / they does / do not enclose therequired certificates his / her / their offer will not be considered.

No No Not Allowed

1.4

Work experience certificate issued by Central Govt. / State Govt. / Semi Govt.Organisations and Authorities / PSUs of Govt. Of India and State Govt. willonly be considered. Certificates issued by Private Individual / Private Firms willnot be considered.

No No Not Allowed

1.5Certificates issued to tenderer as sub-contractor for sublet works by anyorganisation (Govt. / Pvt. Organisation) will not be considered.

No No Not Allowed

2Scanned Copy of List of Completed works in last Three Financial years as perAnnexure - III(A)

No NoAllowed(Mandatory)

3 Scanned Copy of List of works on hand as per Annexure - III(B) No NoAllowed(Mandatory)

4

Scanned Copy of List of personnel organization available on hand andproposed to be engaged for the subject work. These two lists should be givenseparately and signed by Tenderer and to be submitted in the Performa givenin the Annexure-IV(A).

No NoAllowed(Mandatory)

5Scanned Copy of List of Plant & Machinery available on hand (own) andproposed to be inducted (own and hired to be given separately) for the subjectwork to be submitted in the pro forma given in the Annexure - IV(B).

No NoAllowed(Mandatory)

Page 29 of 31 Run Date Time: 13/02/2018 11:07:05

SWR-CONST-UBL-S AND T/SOUTH WESTERN RLYTENDER DOCUMENT

Tender No: BGK_KJDI_PI_SIG-2017-18-2 Closing Date/Time: 09/03/2018 15:00

Page 30: TENDER DOCUMENT SWR-CONST-UBL-S AND T/SOUTH … · Centralized operation of points and signals with panel Interlocking (Route setting type) at new crossing station Sulikeri between

6Scanned Copy of Form for Reporting of Employment, If applicable (As perAnnexure - VII)

No NoAllowed(Optional)

7

Scanned Copy of Method statement and Time Schedule in the form of PERTchart indicating all activities and showing the period of time that he will take forthe various items of work listed therein. The Tenderer shall indicate in the formof notes to the schedule the assumptions and the basis adopted for thepreparation of the time schedule. (As per Annexure X)

No NoAllowed(Mandatory)

8Scanned Copy of Certificate of Familiarization of site conditions (As perAnnexure- XI)

No NoAllowed(Mandatory)

9Any other document considered necessary for evaluation of the offer (IfApplicable)

No NoAllowed(Optional)

Undertakings

S.No. Description ConfirmationRequired

RemarksAllowed

DocumentsUploading

1

I / We, have read the conditions of tender attached hereto and agree to abideby the said conditions. I / We have perused the contract documents (i.e., TheGeneral Conditions of Contract, Special Conditions and Specifications, SpecialSpecifications (if any) and the Schedule of Rates of South Western Railwayand all other documents attached to the tender) and that I / We am / are fullyaware that I / We will have to perform the contract if my / our tender isaccepted subject to the contract documents complete aforesaid. I/We alsohereby agree to abide by the Indian Railways Standard General Conditions ofContract with all correction slips up-to-date and to carry out the worksaccording to the Special Conditions of Contract and Specification of materialsand works laid down by Railway in the annexed Special Conditions/Specifications, Schedule or Rates with all correction slips up-to-date for thepresent contract.

No No Not Allowed

2

I / we also agree to keep this tender open for acceptance for a period of 90days in case of single packet system and 120 days in case of two packetsystem from the date fixed for closing the same and in default thereof I / Wewill be liable for forfeiture of my / our earnest money.

No No Not Allowed

3

A sum as mentioned above is herewith forwarded as earnest money. The fullvalue of the earnest money shall stand forfeited without prejudice to any otherright or remedies available to the railway in case my / our tender is acceptedand if:

No No Not Allowed

3.1A) I / We do not execute the contract documents within seven days afterreceipt of notice issued by the railway that such documents are ready; OR

No No Not Allowed

3.2B) I / We do not commence the work within fifteen days after receipt of ordersto that effect.

No No Not Allowed

4

Until a formal agreement is prepared and executed, acceptance of this tendershall constitute a binding contract between the Railways and me / us subjectto modifications as may be mutually agreed to between us and indicated in theletter of acceptance of my / our offer for this work.

No No Not Allowed

5

I / We also undertake to carry out the work in accordance with the said plans,specifications and conditions of contract, to find and provide such of thematerials (other than those to be supplied by the Railway) for satisfactoryexecution of the work and to do all such things which in the opinion of theengineer may be necessary or incidental to the satisfactory execution,completion and maintenance thereof and to complete the whole of the saidworks in all respects and hand them over to Railways or Railway'srepresentative(s) within the period specified and to maintain the same for theperiod and in the manner provided in the conditions of contract.

No No Not Allowed

Custom

S.No. Description ConfirmationRequired

RemarksAllowed

DocumentsUploading

Page 30 of 31 Run Date Time: 13/02/2018 11:07:05

SWR-CONST-UBL-S AND T/SOUTH WESTERN RLYTENDER DOCUMENT

Tender No: BGK_KJDI_PI_SIG-2017-18-2 Closing Date/Time: 09/03/2018 15:00

Page 31: TENDER DOCUMENT SWR-CONST-UBL-S AND T/SOUTH … · Centralized operation of points and signals with panel Interlocking (Route setting type) at new crossing station Sulikeri between

1Price variation Clause: The work falls under the Category: "D"(OTHERWORKS CONTRACT)

No No Not Allowed

6. Documents attached with tender

S.No. Document Name Document Description

1Modificationtoclause-64ofGCC-2014.pdf

Modification to GCC

2 Regulations_for_tenders.pdf Regulation for Tenders

3 General_Conditions_of_Contract.pdf IR GCC

4 Annexures_I-XIV.pdf Annexures

5 2017_CE-I_CT_4_GST.pdf GST Compliance

6TECHSPECIFICATIONSBGK-KJDI_2.pdf

TECHNICAL SPECIFICATIONS

7 SCC-BGK-KJDI-02_2.pdf SPE CONDITION OF CONTRACT

Signed By: ASHISH PANDEY

Designation : Dy.CSTE/CN/UBL

Page 31 of 31 Run Date Time: 13/02/2018 11:07:05

SWR-CONST-UBL-S AND T/SOUTH WESTERN RLYTENDER DOCUMENT

Tender No: BGK_KJDI_PI_SIG-2017-18-2 Closing Date/Time: 09/03/2018 15:00