Pryj Sig 421 2024 25
Pryj Sig 421 2024 25
TENDER DOCUMENT
Tender No: PRYJ-SIG-421-2024-25 Closing Date/Time: 24/02/2025 15:00
SR. DSTE/COORDINATION/ALLAHABAD acting for and on behalf of The President of India invites E-Tenders against
Tender No PRYJ-SIG-421-2024-25 Closing Date/Time 24/02/2025 15:00 Hrs. Bidders will be able to submit their
original/revised bids upto closing date and time only. Manual offers are not allowed against this tender, and any such
manual offer received shall be ignored.
1. NIT HEADER
S&T work in connection with construction of RUBs in lieu of LC No.-113 & 114 in
Name of Work
TDL-GZB section of PRYJ Division.
Bidding type Normal Tender
Tender Type Open Bidding System Single Packet System
Tender Closing Date Date Time Of Uploading
24/02/2025 15:00 01/02/2025 16:41
Time Tender
Pre-Bid Conference Pre-Bid Conference Date
No Not Applicable
Required Time
Advertised Value 5287156.18 Tendering Section SDSTE/ALJN
Bidding Style Single Rate for Tender Bidding Unit Above/Below/Par
Earnest Money (Rs.) 105800.00 Validity of Offer ( Days) 60
Tender Doc. Cost (Rs.) 0.00 Period of Completion 6 Months
Contract Type Works - General Contract Category Expenditure
Bidding Start Date 10/02/2025
Number of JV Member
Are JV allowed to bid No 0
Allowed
Are Consortium allowed Number of Consortium
No 0
to bid Member Allowed
Ranking Order For Bids Lowest to Highest Expenditure Type Capital (Works)
2. SCHEDULE
S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Schedule () 1-S&T work in connection with construction of RUBs in lieu of LC No.-
5287156.18
113 & 114 in TDL-GZB section of PRYJ Division. section of PRYJ section.
Please see Item Breakup for details. 2633973.76 AT Par 2633973.76
Description:- Alteration in internal circuits/logic of EI(Electroninc interlocking of Hitachi make) of the
controlling station due to deletion of interlocked LC gate. NOTE: 1. Payment shall be done as per no.
of alterations executed in EI/CTC. 2. All physical alterations (Relay/wiring) involved in the closure of LC
1 has to be done by contractor. 3. Changes/alterations related to LC gate closure in CTC, LCP & MPC at
TDL are to be done. 4. FAT 1 is to be conducted at OEM premises. FAT report duly signed by OEM and
railway representatives for the same has to be produced before comissioning. 5. Commissioning at
site will be done by OEM. SAT/commissioning certificate shall be produced by OEM. 6. The contractor
shall ensure that the altered software is compatible with existing set up and fulfills the requirement of
altered controlled table.
NS 2.00 Job 274010.18 548020.36 AT Par 548020.36
2 Description:- Indoor Alteration in SSI System installed in LSCs due to deletion interlocked LC gates.
(This includes all Hardware alternation of LSCs). (Inspection by Consignee)
NS 2.00 LC Gate 118788.24 237576.48 AT Par 237576.48
Description:- Design & modification of existing circuit diagram with SSI installations to suit alteration
3 due to deletion of LC gates. NOTE: 1. 2 sets of logic & interface documents have to be supplied for
tentative approval for conducting FAT. 2. Tracing of approved circuit after commissioning and 5 sets
of the same with spiral binding and folder file along with soft copy of the same (02 nos. DVD) is to be
supplied for each alteration. (Inspection by Consignee)
12006 3000.00 Metre 6.84 20520.00 AT Par 20520.00
Description:- Laying of S&T Cables of various cores/ pairs/ quads in trenches/ GI pipes/ RCC pipes/
DWC pipes etc. as per the site requirement and as per approved cable route plan. This also includes
4 laying of cables in track crossings & road crossings.(Cables will be meggered before and after its
laying by contractor under supervision of Railway Representative and he will submit the meggering
report of each testing). Length of the cable laid includes the length of the cable coiled for termination
purposes. (Inspection by Consignee)
12004 300.00 Metre 529.44 158832.00 AT Par 158832.00
Description:- Horizontal Boring/Manual moling without damage to surface road /track for
laying/isertion of DWC/GI/HDPE pipe. The bore shall be done at the depth of minimum 1400 mm from
5 the ground level. The ground level shall be considered ignoring the bank height of the bank of the
road. Note:- DWC/HDPE/GI Pipe Supply is not covered under this item. Contactor shall provide all
material required for work and adequate nos. of labours for proper laying of cables into the bore.
Cable shall be laid cautiously so that it should not get damage due to rough handling & pressure on
cable. Payment of boring shall be made only after DWC/HDPE/GI pipe is laid in the bore. (Inspection
by Consignee)
12013 2000.00 Metre 84.29 168580.00 AT Par 168580.00
Description:- Excavation of cable trench as per cable route plan, 1.2 Mtr. deep and of 0.3 Mtr. to 0.6
Mtr. wide at bottom as per RDSO sketch No. SDO/CABLE LAYING/003, issued vide RDSO document no.
RDSO/SI/G/2010 Version 1.1 dated 04.02.2014 or latest, alongside the track in all type of soil,
conforming to distances as per cable route plan and refilling and ramming of loose soil. This work
6 includes clearing of route from bushes etc, covering of cable laid in trench by loose soil for a layer of
50mm thickness approximately before covering by bricks. The work shall be done as per the extant
practice on North Central Railway and instructions of Railway Engineer at site. In case the full depth is
not available, there shall be no proportionate payment and after the approval of minimum JAG officer,
the concreting shall be done as per the RDSO drawing no.SDO/Cable laying/008, issued vide RDSO
document no. RDSO/SI/G/2010 Version 1.1 dated 04.02.2014 or latest. (Inspection by Consignee)
NS 300.00 Metre 6.52 1956.00 AT Par 1956.00
7 Description:- Laying of DWC Pipes of 120 mm/200 mm outer dia along with collers at places of track
, road crossing , plate form cutting etc. or as directed by Railway representative at site. (Inspection
by Consignee)
11006 10.00 Numbers 9543.24 95432.40 AT Par 95432.40
Description:- Excavation, casting, curing of foundation and Installation and Erection of Apparatus
case Full (App. Case as per RDSO drg. no. RDSO/S-11500 or latest) with contractor's own frame,
8 cement and other material in the ratio 1:3:6. 'E' type lock to be supplied and installed with App.
case.This includes filling of location foundations with river bed sand and plastering on top with a
mixture of 1:4 of cement and sand. It covers fixing of lamp holder , switch and lamp etc. in Apparatus
Case. (Inspection by Consignee)
11011 10.00 Numbers 3481.02 34810.20 AT Par 34810.20
Description:- Fabrication and fixing of phenolic laminated sheet of grade P3, minimum 10 mm thick,
as per Apparatus case diagram/plan, in location box by providing all fixtures like ARA/Disconnect
9 terminals, fuse blocks, fuses, relays on square bars etc. including fi xing of PVC coated string rods at
the back side for cable support with contractor's own material like iron angle, nuts, bolts etc. Th e iron
angle for fi xing shall be minimum 3 mm thick. Th is also includes fixing of teak wood shelf minimum
25 mm thick for holding track circuit equipments. Th e work shall be done as per instructions of Rly
engineer at site. (Apparatus case Full). (Inspection by Consignee)
NS 200.00 Metre 714.25 142850.00 AT Par 142850.00
Description:- Supply of Double Walled Corrugated (DWC) Pipe/duct with associated collars etc. as
per RDSO Specification No. RDSO/SPN/204/2011 or latest anti-rodent & anti-oxidant and non flame
propagating type in 6 meters straight length and of size 120 mm outer dia,& 103.5 mm inner dia.
(The manufacturers, suppliers must produce valid IS license and should be certified under ISO 9000
10 and shall submit copy of certificate). One coupler with suitable rubber O-ring should be supplied with
every 6m of pipe length. (The total quantity of above items is equal to no. of pipes supplied.) DWC
pipe shall be marked at every 1 mtr length in such a way that manufacturer's name, vendor name
and year of manufacture can be easily identified. Note:- If Contractor is asked to provided half round
DWC pipe than contractor has to provide double the quantity with respect to single full round DWC
pipe. (Inspection by Consignee)
NS 500.00 Sheet 678.26 339130.00 AT Par 339130.00
11 Description:- Preparation of Cable Route Plan/ Cable core plan/ Track bonding plan of stations/ Block
section in Auto CAD and 02 nos. of hard copies to be supplied in A-3 size along with soft copy.
(Inspection by Consignee)
Per
11010 800.00 11.48 9184.00 AT Par 9184.00
Conductor
Description:- Termination of Outdoor Cables (Main Cables /tail cables) at ARA/Disconnect type
12 terminals provided in Apparatus Cases, Cable termination rack in relay room, station building,
generator room etc. The item includes dressing of cables and wires with dressing threads as per
standard practice. All material required for this item will be supplied by contractor. The outdoor cable
shall be terminated in Relay Room, DG Room, ASM Room etc under supervision and instructions
issued by Engr. incharge of the work. (Inspection by Consignee)
11008 800.00 Numbers 14.06 11248.00 AT Par 11248.00
Description:- Fixing of ARA(M-6) Terminals /Screw less connectors / modular disconnect terminal
blocks and fuse blocks on phenolic laminated sheets and fixing by stainless steel/brass nuts & bolts.
13
This includes provision of two additional holes on the board on either side for cable conductor entry.
The work shall be carried out a per instructions of railway Engineer incharge.(Supply of all above
terminals has been covered separately). (Inspection by Consignee)
15 Description:- Painting of two coats of Enamel paint over one coat of Red Oxide primer after
scrapping and cleaning of the surface. Paint to be of reputed make Asian/Dulux/Berger or similar.App.
Cases inside and outside to be done by Silver colour. (Apparatus Case Full). (Inspection by Consignee)
14015 80.00 Numbers 482.05 38564.00 AT Par 38564.00
Description:- Painting of two coats of Enamel paint over one coat of Red Oxide primer after
16 scrapping and cleaning of the surface. Paint to be of reputed make Asian/Dulux/Berger or similar.App.
Cases inside and outside to be done by Silver colour. (Apparatus Case Half). (Inspection by
Consignee)
14007 140.00 Numbers 66.52 9312.80 AT Par 9312.80
17 Description:- Lettering and Numbering of all S&T gears like Signals, Loc. Boxes, Pt. Machines, TLJBs,
Block joints etc. Each item to be taken as one unit. (Inspection by Consignee)
14001 10.00 cum 4269.20 42692.00 AT Par 42692.00
Description:- Cement concrete work for miscellaneous, unscheduled items in ratio 1:3:6 of cement,
18 coarse, sand and aggregate Item includes excavation, ramming of CC by using vibrator, curing and
plastering with cement and sand mixture in ratio 1:4 (aggregate will not exceed beyond 3.8 cm). The
aggregate cement and sand will be supplied by contractor. (Inspection by Consignee)
15030 10.00 Numbers 11638.43 116384.30 AT Par 116384.30
Description:- Splicing of 24 core optic fibre cable and making the splicing joint with contractor's own
19 machine and tools. Joint should be prepared in such a way that the top of the enclosure should be at
a depth of minimum 1.2 meter and the enclosure should be covered with soft soil and bricks. Splice
loss of each fibre should be less than 0.05 dB. (Inspection by Consignee)
15019 20.00 Numbers 5335.73 106714.60 AT Par 106714.60
Description:- Supply of 24 fiber optical fiber cable straight joint enclosure (SJC) complete with all
20 accessories along with enclosures with heat shrinkable splice protection sleeve as per RDSO
spec.RDSO/SPN/TC68/2014Revision 1.0, Amndt. 1.0 or latest. Splice losses in nocase should be more
than0.1 dB. (Inspection by Consignee)
15020 20.00 Numbers 3257.44 65148.80 AT Par 65148.80
21 Description:- Supply of thermo shrink jointing kit as per RDSOSpecn.No. IRS: TC 77-2012 (Rev.3.0)
with(Amdt.-1 to 3) or latest, suitable for 6 Quad/jelly filled cables for straight through/derivation joints.
It includes supply of all the accessories, without transformer. (Inspection by Consignee)
15021 11.00 Numbers 1630.66 17937.26 AT Par 17937.26
Description:- Installation of thermo shrink jointing kit as perRDSO Specn.No. IRS: TC 77- 2012
22 (Rev.3.0) with(Amdt.-1 to 3) or latest, suitable for 6 Quad/jelly filled cables for straight
through/derivation joints. It includes supply of all the accessories, without transformer. (Inspection by
Consignee)
15036 4.00 Kilometre 74422.18 297688.72 AT Par 297688.72
23 Description:- Supply of permanently lubricated HDPE duct, 40 mm outer dia, as per RDSO spec. No.
RDSO/SPN/TC/45/2013 Rev.2 Amndt.2 or latest, along with all accessories like end caps, collars,
bends, couplers etc. (Inspection by Consignee)
15037 1.00 Kilometre 7840.34 7840.34 AT Par 7840.34
Description:- Laying of HDPE duct as per the approved cable route plan in the excavated
trenches/other protected works/RCC channel etc. including all accessories like end caps, collars,
24 bends, couplers etc. Th e ends of the duct to be sealed with end plugs till OFC blowing is done.
Important: Th e laying of OFC cable independently or along with Quad cable/PIJF cable in the same
trench shall be governed by the RDSO drawings No. RDSO/TCDO/COP-6(a) and RDSO/ TCDO/COP-8
(a) respectively, issued vide Chapter-XIII of the Telecomm Manual. (Inspection by Consignee)
15034 1.00 Kilometre 16561.40 16561.40 AT Par 16561.40
Description:- Blowing/drawing of OFC cable in the HDPE pipe duct and protective work already
25 provided in the trench. Th e cable shall be laid only after the successful completion of the DIT (Duct
Integrity test). The DIT should be certified by the Railway engineer at site. All the
equipments/machinery required shall be arranged by the contractor. (Inspection by Consignee)
NS 2.00 Lot 26962.48 53924.96 AT Par 53924.96
26
Description:- Releasing of lever frame, old location boxes, LC Gate, signal posts, TLJB, equipment's
in site the location boxes and all fitting etc. (Lot/station) (Inspection by Consignee)
3. ITEM BREAKUP
Schedule 1-S&T work in connection with construction of RUBs in lieu of LC No.-113 & 114 in TDL-
Schedule
GZB section of PRYJ Division. section of PRYJ section.
Alteration in internal circuits/logic of EI(Electroninc interlocking of Hitachi make) of the controlling
station due to deletion of interlocked LC gate. NOTE: 1. Payment shall be done as per no. of
alterations executed in EI/CTC. 2. All physical alterations (Relay/wiring) involved in the closure of LC
has to be done by contractor. 3. Changes/alterations related to LC gate closure in CTC, LCP & MPC
Item- 1 at TDL are to be done. 4. FAT 1 is to be conducted at OEM premises. FAT report duly signed by OEM
and railway representatives for the same has to be produced before comissioning. 5.
Commissioning at site will be done by OEM. SAT/commissioning certificate shall be produced by
OEM. 6. The contractor shall ensure that the altered software is compatible with existing set up and
fulfills the requirement of altered controlled table.
S No. Item Description of Item Unit Qty Rate Amount
No
1 1 Alteration in EI. Insp. By Consignee Job 2.00 855736.88 1711473.76
2 2 Alteration in CTC. Insp. By Consignee Job 2.00 461250.00 922500.00
Total 2633973.76
4. ELIGIBILITY CONDITIONS
Bidders shall confirm and certify on the behalf of the tenderer including its constituents as under:
S.No. Description
1 I/we the tenderer (s) am/are signing this document after carefully reading the contents.
I/We the tenderer(s) also accept all the conditions of the tender and have signed all the pages in confirmation
2
thereof.
I/we hereby declare that I/we have downloaded the tender documents from Indian Railway website
www.ireps.gov.in . I/we have verified the content of the document from the website and there is no addition, no
3 deletion or no alteration to the content of the tender document. In case of any discrepancy noticed at any stage
i.e. evaluation of tenders, execution of work or final payment of the contract, the master copy available with the
railway Administration shall be final and binding upon me/us.
I/we declare and certify that I/we have not made any misleading or false representation in the forms,
4
statements and attachments in proof of the qualification requirements.
I/We also understand that my/our offer will be evaluated based on the documents/credentials submitted along
5
with the offer and same shall be binding upon me/us.
I/We declare that the information and documents submitted along with the tender by me/us are correct and I/we
6
are fully responsible for the correctness of the information and documents, submitted by us.
I/we certify that I/we the tenderer(s) is/are not blacklisted or debarred by Railways or any other Ministry /
7 Department of Govt. of India from participation in tender on the date of submission of bids, either in individual
capacity or as a HUF/ member of the partnership firm/LLP/JV/Society/Trust.
I/we understand that if the contents of the certificate submitted by us are found to be forged/false at any time
during process for evaluation of tenders, it shall lead to forfeiture of the Bid Security and may also lead to any
8
other action provided in the contract including banning of business for a period of upto two year. Further, I/we
and all my/our constituents understand that my/our offer shall be summarily rejected.
I/we also understand that if the contents of the certificate submitted by us are found to be false/forged at any
time after the award of the contract, it will lead to termination of the contract, along with forfeiture of Bid
9
Security/Security Deposit and Performance guarantee and may also lead to any other action provided in the
contract including banning of business for a period of upto two year.
I/We have read the clause regarding restriction on procurement from a bidder of a country which shares a land
border with India and certify that I am/We are not from such a country or, if from such a country, have been
10
registered with the competent Authority. I/We hereby certify that I/we fulfil all the requirements in this regard
and am/are eligible to be considered (evidence of valid registration by the competent authority is enclosed)
Partnership firm/Joint Venture (JV) / Hindu Undivided Family (HUF) / Limited Liability Partnership
(LLP) etc.
S.No. Description
Partnership firm/Joint Venture (JV) / Hindu Undivided Family (HUF) / Limited Liability Partnership
(LLP) etc. Please submit a certificate in the prescribed format (please download the format from the link given
1 below). Non submission of the certificate, or submission of certificate either not properly filled in, or in a format
other than the prescribed format shall lead to summary rejection of your offer.
( Click here to download the Format of Self Certification)
5. COMPLIANCE
Commercial-Compliance
General Instructions
Special Conditions
Undertakings
This tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017,
issued by Department of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway
Board letter no. 2015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions
thereof.
As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not
violate provisions of GFR regarding procurement through GeM.
Designation : Sr.DSTE/ALJN