0% found this document useful (0 votes)
9 views13 pages

Pryj Sig 421 2024 25

The document outlines the tender details for S&T work related to the construction of RUBs in the PRYJ Division, with a closing date for bids on 24/02/2025. The total advertised value of the tender is approximately ₹5,287,156.18, and it includes various tasks related to electronic interlocking and cable laying. Bidders must submit their bids electronically, as manual offers will not be accepted.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
9 views13 pages

Pryj Sig 421 2024 25

The document outlines the tender details for S&T work related to the construction of RUBs in the PRYJ Division, with a closing date for bids on 24/02/2025. The total advertised value of the tender is approximately ₹5,287,156.18, and it includes various tasks related to electronic interlocking and cable laying. Bidders must submit their bids electronically, as manual offers will not be accepted.
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 13

PRAYAGRAJ DIVISION-S AND T/NORTH CENTRAL RLY

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

Page 1 of 13 Run Date/Time: 01/02/2025 16:42:32


PRAYAGRAJ DIVISION-S AND T/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: PRYJ-SIG-421-2024-25 Closing Date/Time: 24/02/2025 15:00

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)

Page 2 of 13 Run Date/Time: 01/02/2025 16:42:32


PRAYAGRAJ DIVISION-S AND T/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: PRYJ-SIG-421-2024-25 Closing Date/Time: 24/02/2025 15:00

13001 30.00 Numbers 2682.34 80470.20 AT Par 80470.20


Description:- Supply and installation of earth electrode as per standard practice and as per NCR
Drawing No. S&T/CONST/6.4/97. It includes supply of GI pipe of 3 meter length. It includes connecting
the earth electrode to the equipments which are required to be earthed including digging of earth pit
14 3 meter deep and fi xing earth electrode pipe, casting of cement concrete enclosure with cover
(cover as per drawing No. S&T/CONST/6.3/97. It includes installation of 7 strand GI wires as earth lead
wires, supported on MS fl at size 5mm x 40 mm, soldering and nut bolt both, one end of both earth
lead wire and MS fl at to earth electrode and other end to Location boxes, block equipments, power
equipments, cable sheath, signals etc. as per site requirement and as per instructions given by
engineer incharge. (Inspection by Consignee)
14009 60.00 Numbers 530.06 31803.60 AT Par 31803.60

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

Page 3 of 13 Run Date/Time: 01/02/2025 16:42:32


PRAYAGRAJ DIVISION-S AND T/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: PRYJ-SIG-421-2024-25 Closing Date/Time: 24/02/2025 15:00

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

Special Financial Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
10.2. Financial Eligibility Criteria: The tenderer must have minimum
average annual contractual turnover of V/N or 'V' whichever is less;
where V= Advertised value of the tender in crores of Rupees N= Number
of years prescribed for completion of work for which bids have been
invited. The average annual contractual turnover shall be calculated as
an average of "total contractual payments" in the previous three
financial years, as per the audited balance sheet. However, in case
Allowed
1 balance sheet of the previous year is yet to be prepared/ audited, the No No
(Mandatory)
audited balance sheet of the fourth previous year shall be considered for
calculating average annual contractual turnover. The tenderers shall
submit requisite information as per Annexure-VIB, along with copies of
Audited Balance Sheets duly certified by the Chartered Accountant/
Certificate from Chartered Accountant duly supported by Audited
Balance Sheet.
( Click here to download Format)
Balance sheet for the 4th previous year (i.e. FY 2019-20 or as applicable
for the instance tender) as per para 10.2 of GCC-2022 shall be
considered in evaluation of financial eligibility criteria only when it is
clearly certified in Annex-VI B or a self declared certificate duly signed by
chartered accountant and the tenderer that the balance sheet of last Allowed
2 No No
financial year (i.e. FY 2022-23 or as applicable for the instance tender) (Mandatory)
has not been audited/yet to be prepared. For Certificate for No Balance
Sheet of Last Financial Year , sample Format of certificate is attached
with NIT.
( Click here to download Format)

Special Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Page 4 of 13 Run Date/Time: 01/02/2025 16:42:32


PRAYAGRAJ DIVISION-S AND T/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: PRYJ-SIG-421-2024-25 Closing Date/Time: 24/02/2025 15:00

10.1 Technical Eligibility Criteria: (a)The tenderer must have successfully


completed any of the following during last 07 (seven) years, ending last
day of month previous to the one in which tender is invited: Three similar
works each costing not less than the amount equal to 30% of advertised
value of the tender, or Two similar works each costing not less than the
amount equal to 40% of advertised value of the tender, or One similar
work each costing not less than the amount equal to 60% of advertised
value of the tender. (b) (i)In case of tenders for composite works (e.g.
works involving more than one distinct component, such as Civil
Engineering works, S&T works, Electrical works, OHE works etc. and in
the case of major bridges - substructure, superstructure etc.), tenderer
must have successfully completed any of the following during last 07
(seven) years, ending last day of month previous to the one in which
tender is invited: Three similar works each costing not less than the
amount equal to 30% of advertised value of each component of tender,
or Two similar works each costing not less than the amount equal to 40%
of advertised value of each component of tender, or One similar work
each costing not less than the amount equal to 60% of advertised value
of each component of tender. Note for b(i): Separate completed works of
minimum required values for each component shall also be considered
for fulfilment of technical eligibility criteria. (b) (ii) In such cases, what Allowed
1 No No
constitutes a component in a composite work shall be clearly predefined (Mandatory)
with estimated tender cost of it, as part of the tender documents without
any ambiguity. (b) (iii) To evaluate the technical eligibility of tenderer,
only components of work as stipulated in tender documents for
evaluation of technical eligibility, shall be considered. The scope of work
covered in other remaining components shall be either executed by
tenderer himself if he has work experience as mentioned in clause 7 (a)
(ii) of Part-II of GCC or through subcontractor fulfilling the requirements
as per clause 7 of Part-II of GCC or jointly i.e., partly himself and
remaining through subcontractor, with prior approval of Chief Engineer
in writing However, if required in tender documents by way of Special
Conditions, a formal agreement duly notarised, legally enforceable in the
court of law, shall be executed by the main contractor with the
subcontractor for the component(s) of work proposed to be executed by
the subcontractor(s), and shall be submitted along with the offer for
considering subletting of that scope of work towards fulfilment of
technical eligibility. In case after award of contract or during execution of
work it becomes necessary for contractor to change subcontractor, the
same shall be done with subcontractor(s) fulfilling the requirements as
per clause 7 of Part-II of GCC, with prior approval of Chief Engineer in
writing.

Page 5 of 13 Run Date/Time: 01/02/2025 16:42:32


PRAYAGRAJ DIVISION-S AND T/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: PRYJ-SIG-421-2024-25 Closing Date/Time: 24/02/2025 15:00

Note for b(1): Separate completed works of minimum required values


shall also be considered for fulfillment of technical eligibility criteria for
different components.(b)(2)In such cases, what constitutes a component
in a composite work shall be clearly predefined with estimated tender
cost of it, as part of the tender documents without any ambiguity. (b) (3)
To evaluate the technical eligibility of tenderer, only components of work
as stipulated in tender documents for evaluation of technical eligibility,
shall be considered. The scope of work covered in other remaining
components shall be either executed by tenderer himself if he has work
experience as mentioned in clause 7 of the Standard General Conditions
of Contractor through subcontractor fulfilling the requirements as per
clause 7 of the Standard General Conditions of Contract or jointly i.e.,
partly himself and remaining through subcontractor, with prior approval
of Chief Engineer in writing. However, if required in tender documents by
way of Special Conditions, a formal agreement duly notarised, legally
enforceable in the court of law, shall be executed by the main contractor
with the subcontractor for the component(s) of work proposed to be
executed by the subcontractor(s), and shall be submitted along with the
offer for considering subletting of that scope of work towards fulfilment
of technical eligibility. Such subcontractor must fulfill technical eligibility
criteria as follows: The subcontractor shall have successfully completed
at least one work similar to work proposed for subcontract, costing not
less than 35% value of work to be subletted, in last 5 years, ending last
Allowed
1.1 day of month previous to the one in which tender is invited through a No No
(Mandatory)
works contract. Note: for subletting of work costing up to Rs 50 lakh, no
previous work experience of subcontractor shall be asked for by the
Railway. In case after award of contract or during execution of work it
becomes necessary for contractor to change subcontractor, the same
shall be done with subcontractor(s) fulfilling the requirements as per
clause 7 of the Standard General Conditions of Contract, with prior
approval of Chief Engineer in writing.Note for Item 10.1: Work
experience certificate from private individual shall not be considered.
However, in addition to work experience certificates issued by any Govt.
Organisation, work experience certificate issued by Public listed
company having average annual turnover of Rs 500 crore and above in
last 3 financial years excluding the current financial year, listed on
National Stock Exchange or Bombay Stock Exchange,
incorporated/registered at least 5 years prior to the date of closing of
tender, shall also be considered provided the work experience certificate
has been issued by a person authorized by the Public listed company to
issue such certificates.In case tenderer submits work experience
certificate issued by public listed company, the tenderer shall also submit
along with work experience certificate, the relevant copy of work order,
bill of quantities, bill wise details of payment received duly certified by
Chartered Accountant, TDS certificates for all payments received and
copy of final/last bill paid by company in support of above work
experience certificate.
Allowed
2 Definition of similar work:-"Any Signalling or Telecom work." No No
(Mandatory)

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.

Page 6 of 13 Run Date/Time: 01/02/2025 16:42:32


PRAYAGRAJ DIVISION-S AND T/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: PRYJ-SIG-421-2024-25 Closing Date/Time: 24/02/2025 15:00

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

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The tenderer whether sole proprietor / a company or a
partnership firm / joint venture (JV) /registered society /
registered trust / HUF / LLP etc if they want to act through agent
or individual partner(s), should submit along with the tender, a
copy of power of attorney duly stamped and authenticated by a
Notary Public or by Magistrate in favour of the specific person
whether he/they be partner(s) of the firm or any other person,
specifically authorizing him/them to sign the tender, submit the
tender and further to deal with the Tender/ Contract up to the
stage of signing the agreement except in case where such
specific person is authorized for above purposes through a
provision made in the partnership deed / Memorandum of
Understanding / Article of Association /Board resolution, failing
which tender shall be summarily rejected. A separate power of Allowed
1 No No
attorney duly stamped and authenticated by a Notary Public or (Mandatory)
by Magistrate in favour of the specific person whether he/they
be partner(s) of the firm or any other person, shall be submitted
after award of work, specifically authorizing him/them to deal
with all other contractual activities subsequent to signing of
agreement, if required. Note: A Power of Attorney executed and
issued overseas, the document will also have to be legalized by
the Indian Embassy and notarized in the jurisdiction where the
Power of Attorney is being issued. However, the Power of
Attorney provided by Bidders from countries that have signed
the Hague Legislation Convention 1961 are not required to be
legalized by the Indian Embassy if it carries a conforming
Apostille certificate.(Note:In case of non-submission of above
documents, offer may be summarily rejected)

Page 7 of 13 Run Date/Time: 01/02/2025 16:42:32


PRAYAGRAJ DIVISION-S AND T/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: PRYJ-SIG-421-2024-25 Closing Date/Time: 24/02/2025 15:00

The tenderer will give full information ( in annexure-A) as to the


date of retirement of such Engineer or gazetted officer from the
said service and as to whether permission for taking such
contract, or if the Contractor be a partnership firm or an
incorporated company, to become a partner or director as the
case may be, has been obtained by the tenderer or the Engineer
or officer, as the case may be from the President of India or any
officer, duly authorized by him in this behalf, shall be clearly
stated in writing at the time of submitting the tender,if a
tenderer is - i) be a retired Engineer of the gazetted rank or any
other gazetted officer working before his retirement, whether in
the executive or administrative capacity or whether holding a Allowed
2 No No
pensionable post or not, in the Engineering or any other (Optional)
department of any of the railways owned and administered by
the President of India for the time being, OR ii) being partnership
firm / joint venture (JV) / registered society / registered trust etc
have as one of its partners/members a retired Engineer of the
gazetted rank or any other gazetted officer working before his
retirement, OR iii) being an incorporated company have any
such retired Engineer of the gazetted rank or any other gazetted
officer working before his retirement as one of its directors AND
in case where such Engineer or officer had not retired from
government service at least 1 year prior to the date of
submission of the tender
If a tenderer or Contractor being an individual, have member(s)
of his family or in the case of partnership firm/ company / joint
venture (JV) / registered society / registered trust etc. one or
more of his partner(s)/shareholder(s) or member(s) of the family
of partner(s)/shareholder(s) having share of more than 1% in the Allowed
3 No No
tendering entity employed in gazetted capacity in the (Optional)
Engineering or any other department of the railway, then the
tenderer at the time of submission of tender, will inform the
authority inviting tenders the details of such persons. ( in
annexure-A)
An undertaking shall be submitted ( in Annexure-V attached as
document) by sole proprietorship firm, HUF, JV, LLP, Company
registered under companies Act 2013 that he/they are not
blacklisted or debarred by Railways or any other Ministry /
Department of the Govt. of India from participation in tenders /
contracts as on the date of opening of bids, either in their
Allowed
4 individual capacity or in any firm in which they were / are No No
(Mandatory)
partners. Concealment / wrong information in regard to above
shall make the contract liable for determination under Clause 62
of the General Conditions of Contract.(Note: Each member must
sign separately in case of JV/Partnership firm/LLP.).(Note:In case
of nonsubmission of above documents, offer may be summarily
rejected).
In case of Partnership firm/Joint Venture (JV) / Hindu Undivided
Family (HUF) / Limited Liability Partnership (LLP) etc. an
undertaking ( in Annexure-VA attached as document)shall be
submitted by attorney/authorized signatory/each member
partners of Partnership firm/Joint Venture (JV) / Hindu Undivided
Family (HUF) / Limited Liability Partnership (LLP) etc. that they
are not blacklisted or debarred by Railways or any other Ministry
Allowed
5 / Department of the Govt. of India from participation in tenders / No No
(Mandatory)
contracts as on the date of submission of bids, either in their
individual capacity or in any firm in which they were / are
partners. Concealment / wrong information in regard to above
shall make the contract liable for determination under Clause 62
of the General Conditions of Contract.(Note: In case of non-
submission of above documents, offer may be summarily
rejected).
Stamp Duty fee for Bank Guarantee (for bid security) should be
Allowed
6 paid which should be 0.5% of the Bid security or Rs.10,000/-, No No
(Optional)
whichever is less or as per latest/revised state policy of UP state.
Please submit your bank details i.e.Name of the Bank along with
Allowed
7 Bank Branch Code, Account Number, IFSC Code, and PAN No No
(Optional)
Number.

Page 8 of 13 Run Date/Time: 01/02/2025 16:42:32


PRAYAGRAJ DIVISION-S AND T/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: PRYJ-SIG-421-2024-25 Closing Date/Time: 24/02/2025 15:00

Please furnish list of plant and Machinery available on hand own


Allowed
8 and proposed to be inducted own and hired to be given No No
(Optional)
separately for the subject work.
Please furnish list of Works on hand indicating Description of
Allowed
9 Work, Contract Value, Approximate value of balance work yet to No No
(Optional)
be done and Date of award.
Please furnish list of Works completed in last three financial
years giving Description of Work, Organization for whom
Allowed
10 executed, approximate value of contract at time of award, Date No No
(Optional)
of award and Date of Completion. Date of actual Start, Actual
Completion and Final value of Contract shall also be given.
Please furnish list of personal, organization available on hand Allowed
11 No No
and proposed to be engaged for the subject work. (Optional)
Please enter the percentage of local content in the material
being offered. Please enter 0 for fully imported items, and 100
Allowed
12 for fully indigenous items. The definition and calculation of local No Yes
(Optional)
content shall be in accordance with the Make in India policy as
incorporated in the tender conditions.

General Instructions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Whether the cost of tender form is submitted in hard copy if
1 No No Not Allowed
uploaded as a scanned copy in website.
Whether the cost of Bid Security is submitted in hard copy if
2 No No Not Allowed
uploaded as a scanned copy in website.
16.(1) Security Deposit: The Security Deposit shall be 5% of the
contract value. The Bid Security submitted by the Contractor
with his tender will be retained/encashed by the Railways as
part of security for the due and faithful fulfilment of the contract
by the Contractor. Provided further that, if Contractor submits
the Cash or Term Deposit Receipt issued from a Scheduled
commercial bank of India or irrevocable Bank Guarantee Bond
from a Scheduled commercial bank of India, either towards the
Full Security Depositor the Part Security Deposit equal to or
more than Bid Security, the Railway shall return the Bid Security,
to the Contractor. Balance of Security Deposit may be deposited
by the Contractor in cash or Term Deposit Receipt issued from
Scheduled commercial bank of India or irrevocable Bank
Guarantee bond issued from Scheduled commercial bank of
India, or may be recovered at the rate of 6% of the bill amount
till the full Security Deposit is recovered. Provided also that in
case of defaulting Contractor, the Railway may retain any
amount due for payment to the Contractor on the pending "on
account bills" so that the amounts so retained (including amount
3 No No Not Allowed
guaranteed through Performance Guarantee) may not exceed
10% of the total value of the contract. The Irrevocable Bank
Guarantee submitted towards Security deposit shall be initially
valid up to the stipulated date of Maintenance period plus 60
days and shall be extended from time to time, depending upon
extension of contract granted in terms of Clause 17A and 17B of
the Standard General Conditions of Contract. Note: Security
Deposit deposited in cash by the Contractor or recovered from
the running bills of a Contractor or submitted by contractor as
Term Deposit Receipt(s) can be refunded/returned to the
contractor, in lieu of irrevocable Bank Guarantee bond issued
from scheduled commercial bank of India, to be submitted by
him, for an amount equal to or more than the already available
Security Deposit, provided however that, in a contract of value
less than Rs. 50 Crore, such refund/ return of the already
available Security Deposit is permitted up to two times and in a
contract of value equal to or more than Rs. 50 Crore, such
refund / return of the already available Security Deposit is
permitted up to three times.

Page 9 of 13 Run Date/Time: 01/02/2025 16:42:32


PRAYAGRAJ DIVISION-S AND T/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: PRYJ-SIG-421-2024-25 Closing Date/Time: 24/02/2025 15:00

16.(4) Performance Guarantee:- The procedure for obtaining


Performance Guarantee is outlined below: (a)The successful
bidder shall have to submit a Performance Guarantee (PG)
within 21 (Twenty-one) days from the date of issue of Letter of
Acceptance (LOA). Extension of time for submission of PG
beyond 21 (Twenty-one) days and upto 60 days from the date of
issue of LOA may be given by the Authority who is competent to
sign the contract agreement. However, a penal interest of 12%
per annum shall be charged for the delay beyond 21(Twenty-
one) days, i.e. from 22ndday after the date of issue of LOA.
Further, if the 60thday happens to be a declared holiday in the
concerned office of the Railway, submission of PG can be
4 No No Not Allowed
accepted on the next working day. In all other cases, if the
Contractor fails to submit the requisite PG even after 60 days
from the date of issue of LOA, the contract is liable to be
terminated. In case contract is terminated railway shall be
entitled to forfeit Bid Security and other dues payable to the
contractor against that particular contract, subject to maximum
of PG amount. In case a tenderer has not submitted Bid Security
on the strength of their registration as a Startup recognized by
Department of Industrial Policy and Promotion (DIPP) under
Ministry of Commerce and Industry, DIPP shall be informed to
this effect. The failed Contractor shall be debarred from
participating in re-tender for that work.
(b)The successful bidder shall submit the Performance
Guarantee (PG) in any of the following forms, amounting to 5%
of the original contract value: - (i)A deposit of Cash;
(ii)Irrevocable Bank Guarantee; (iii)Government Securities
including State Loan Bonds at 5% below the market value;
(iv)Pay Orders and Demand Drafts tendered by any Scheduled
Commercial Bank of India; (v)Guarantee Bonds executed or
Deposits Receipts tendered by any Scheduled Commercial Bank
of India; (vi)Deposit in the Post Office Saving Bank; (vii)Deposit in
the National Savings Certificates; (viii)Twelve years National
Defence Certificates; (ix)Ten years Defence Deposits; (x)
National Defence Bonds and (xi) Unit Trust Certificates at 5%
below market value or at the face value whichever is less. Also,
FDR in favour of FA&CAO (free from any encumbrance) may be
accepted. (c)The Performance Guarantee shall be submitted by
the successful bidder after the Letter of Acceptance (LOA) has
been issued, but before signing of the contract agreement. This
P.G. shall be initially valid upto the stipulated date of completion
plus 60 days beyond that. In case, the time for completion of
work gets extended, the Contractor shall get the validity of P.G.
extended to cover such extended time for completion of work
4.1 plus 60 days. (d)The value of PG to be submitted by the No No Not Allowed
Contractor is based on original contract value and shall not
change due to subsequent variation(s) in the original contract
value. (e)The Performance Guarantee (PG) shall be released
after physical completion of the work based on 'Completion
Certificate' issued by the competent authority stating that the
Contractor has completed the work in all respects satisfactorily.
(f)Whenever the contract is rescinded, the Performance
Guarantee already submitted for the contract shall be encashed.
(g)The Engineer shall not make a claim under the Performance
Guarantee except for amounts to which the President of India is
entitled under the contract (not withstanding and/or without
prejudice to any other provisions in the contract agreement) in
the event of: (i)Failure by the Contractor to extend the validity of
the Performance Guarantee as described herein above, in which
event the Engineer may claim the full amount of the
Performance Guarantee. (ii)Failure by the Contractor to pay
President of India any amount due, either as agreed by the
Contractor or determined under any of the Clauses/Conditions of
the Agreement, within 30 days of the service of notice to this
effect by Engineer. (iii)The Contract being determined or
rescinded under clause 62 of these conditions.

Page 10 of 13 Run Date/Time: 01/02/2025 16:42:32


PRAYAGRAJ DIVISION-S AND T/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: PRYJ-SIG-421-2024-25 Closing Date/Time: 24/02/2025 15:00

Balance sheet for the 4th previous year (i.e. FY 2019-20 or as


applicable for the instance tender) as per para 10.2 of GCC-2022
shall be considered in evaluation of financial eligibility criteria
only when it is clearly certified in Annex-VI B or a self declared
certificate duly signed by chartered accountant and the tenderer
5 No No Not Allowed
that the balance sheet of last financial year (i.e. FY 2022-23 or
as applicable for the instance tender) has not been audited/yet
to be prepared. For Certificate for No Balance Sheet of Last
Financial Year , sample Format of certificate is attached with
NIT.
All Rules of NIT & Post LOA shall be governed by GCC & tenderer
6 No No Not Allowed
agree to adhere to it without any dispute.
Old GCC has been changed and replaced with new General
Conditions of Contract-2022, which has been added in tender
document. Please go through this new General Condition of
7 Contract-2022 along with all advanced correction slips before No No Not Allowed
bidding. In case of any discrepancy, contradiction with regard to
GCC (except special condition of contract) in that case GCC-
2022 will be applicable.

Special Conditions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
1 Mode of Payment. No No Not Allowed
Payment for those items which involve both " Supply and
1.1 No No Not Allowed
Installation"
(i) 80% of the cost of schedule item will be paid on receipt of
materials at the nominated stores depot duly inspected by
1.1.1 inspecting authority subject to the furnishing of Inspection No No Not Allowed
certificates, receipt certificate, Challans and all other relevant
documents as per rule.
(ii)10% of cost of schedule item will be paid after the installation
1.1.2 No No Not Allowed
of materials.
(iii) Balance 10% of the cost of material will be paid after the
1.1.3 successful commissioning of the work/part of work(i.e. No No Not Allowed
commissioning of work at individual station).
1.2 For those items involving "Supply only" No No Not Allowed
(i) 90% of the cost of the material supplied will be paid on
receipt of materials at the nominated stores duly inspected by
1.2.1 No No Not Allowed
the inspecting authority subject to furnishing of Inspection
certificate.
(ii) Balance 10% of the cost of materials supplied will be paid
1.2.2 after the successful commissioning of the work/part of work(i.e. No No Not Allowed
commissioning of work at individual station).
1.3 For those items involving "Designing/Installation/Erection only" No No Not Allowed
(i) 90% of the cost will be paid after completion of activity/part
1.3.1 No No Not Allowed
of activity.
(ii) Balance 10% cost will be paid after the successful
1.3.2 commissioning of the work/part of the work(i.e. commissioning No No Not Allowed
of work at individual station)
Instructions to tenderer:- Staggering of supply of high value
2 No No Not Allowed
material shall be done.
Make and model of schedule items for consignee inspection is to
3 No No Not Allowed
be approved from Railway before bulk procurement.
If the Bid Security deposited by the bidder is in shape of Bank
Guarantee, it should be supported by proper stamp duty, rate
4 prescribed as per section 13 & 24 of the UP Stamp Act, 2008 and No No Not Allowed
amended from time to time at the time of submission of Bank
Guarantee.

Undertakings

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Page 11 of 13 Run Date/Time: 01/02/2025 16:42:32


PRAYAGRAJ DIVISION-S AND T/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: PRYJ-SIG-421-2024-25 Closing Date/Time: 24/02/2025 15:00

Until a formal agreement is prepared and executed, acceptance


of this tender shall constitute a binding contract between us
1 subject to modifications, as may be mutually agreed to between No No Not Allowed
us and indicated in the letter of acceptance of my/our offer for
this work.
I/We also hereby agree to abide by the Indian Railways Standard
General Conditions Of Contract, with all correction slips up-to-
date and to carry out the work according to the Special
2 Conditions of Contract and Specifications of materials and works No No Not Allowed
as laid down by Railway in the annexed Special
Conditions/Specifications, Schedule of Rates with all correction
slips up-todate for the present contract.
I/We have read the various conditions to tender attached hereto
and agree to abide by the said conditions. I/We also agree to
keep this tender open for acceptance for a period of 45 days
from the date fixed for opening the same and in default thereof,
I/We will be liable for forfeiture of my/our Bid Security. I/We offer
3 No No Not Allowed
to do the work for North Central Railway, at the rates quoted in
the attached schedule and hereby bind myself/ourselves to
complete the work in all respects within the period of completion
stipulated in the tender document, from the date of issue of
letter of acceptance of the tender.
The amount as situplated in tender document is herewith
forwarded as Bid Security. Full value of the Bid Security shall
4 No No Not Allowed
stand forfeited without prejudice to any other right or remedies
in case my/our Tender is accepted and if :
I/We do not execute the contract documents as stipulated in
4.1 performance gurantee clause of GCC as detailed in general No No Not Allowed
instructions.
I/We do not commence the work within Fifteen days after receipt
4.2 No No Not Allowed
of orders to that effect.
I/We hereby Confirm that the rates, rebates and/or other
financial terms, if any, quoted by us in the relevant fields of the
Financial Bid page will only be the ruling terms for deciding the
inter-se ranking, and any such condition having financial
4.3 repercussions, if quoted by us anywhere else including attached No No Not Allowed
documents shall not be considered for deciding inter-se ranking.
However, Railways shall have the right to incorporate any such
condition quoted by us, in the contract, at their discretion, if
contract is placed on us.
I/We have read the various conditions attached/ referred to in
5 No No Not Allowed
this tender document, and agree to abide by the said conditions.
I/ We have visited the works site and I / We am / are aware of
6 No No Not Allowed
the site conditions.

6. Documents attached with tender

S.No. Document Name Document Description


1 Annexure-VIABidsecurity.pdf Bid Security
2 Annexure-VIB.pdf Annexure VIB
3 NewGCCCorrec.Slip1to6.pdf New GCC and Correc Slip
4 TenderDoc27pageLatestUpdt..pdf TENDER DOCUMENT 27 page Latest
5 AnnexureAForm.pdf Annexure A
6 LASTFYDECLARATION.pdf certificate for last FY balance she

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.

Page 12 of 13 Run Date/Time: 01/02/2025 16:42:32


PRAYAGRAJ DIVISION-S AND T/NORTH CENTRAL RLY
TENDER DOCUMENT
Tender No: PRYJ-SIG-421-2024-25 Closing Date/Time: 24/02/2025 15:00

Signed By: ANIL KUMAR SINGH

Designation : Sr.DSTE/ALJN

Page 13 of 13 Run Date/Time: 01/02/2025 16:42:32

You might also like

pFad - Phonifier reborn

Pfad - The Proxy pFad of © 2024 Garber Painting. All rights reserved.

Note: This service is not intended for secure transactions such as banking, social media, email, or purchasing. Use at your own risk. We assume no liability whatsoever for broken pages.


Alternative Proxies:

Alternative Proxy

pFad Proxy

pFad v3 Proxy

pFad v4 Proxy