Terminal Block 6 Way Tender
Terminal Block 6 Way Tender
TENDER DOCUMENT
Tender No: 04-2022-KDO-MMLP-MYS Closing Date/Time: 12/01/2023 15:00
Dy.CPM/S&T/Gati Shakti/MYS acting for and on behalf of The President of India invites E-Tenders against Tender No 04-2022-KDO-
MMLP-MYS Closing Date/Time 12/01/2023 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
Provision of Signalling arrangements for setting up of Multi Modal Logistic Park at Kadakola
Name of Work
(KDO) station of Mysore Division.
Bidding type Normal Tender
Tender Type Open Bidding System Single Packet System
Tender Closing Date Time 12/01/2023 15:00 Date Time Of Uploading Tender 22/12/2022 13:02
Pre-Bid Conference
No Pre-Bid Conference Date Time Not Applicable
Required
Advertised Value 28651760.03 Tendering Section TENDER
Bidding Style [ Decision at Schedule level ] Bidding Unit
Earnest Money (Rs.) 293300.00 Validity of Offer ( Days) 60
Tender Doc. Cost (Rs.) 0.00 Period of Completion 3 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 29/12/2022 No
allowed to bid
Ranking Order For Bids Lowest to Highest Expenditure Type Capital (Works)
2. SCHEDULE
S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Above/
Schedule A-SOR items 3721937.02
Below/Par
Please see Item Breakup for details. 1879766.17 98.00 3721937.02
1
Description:- Sch A SOR items
S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Code
Schedule B-Vetted Supply items 753728.00
1 2.00 Numbers 6805.00 13610.00 AT Par 13610.00 Rs.
Description:- Cable termination racks size 880mm X 2 Meters made out of 50mm X 50mmX6mm thick MS angle
1 POWDER COATED with stainless steel nuts and bolts for fixing the racks with suitable holes for hylem sheet
complete as per standard practice with tripod bases and reel insulators. Cable ladder of 400mmx2000mm be
provided at both sides with angle size 40mmx4mmx 5mm with supporting flate of size 25mmx5mm.
2 250.00 Numbers 315.00 78750.00 AT Par 78750.00 Rs.
2 Description:- ARA Terminal block 6way,25mm centre made up PBT as per RDSO Drg No.SA.23756/Adv/Alt.3,
confirming to specification No.IRS.S75/2006(Rev.2)or latest.
Above/
3 100.00 Numbers 203.00 20300.00 AT Par 20300.00
Below/Par
3 Description:- Supply of Non-Deteriorating(ND) Type of Fuse holders for Railway signalling, Rated voltage 240
AC/DC to Specn. No. IRS S.78/92 (IRS-S-78/97 Tentative) IS:13703 (part 2/sec2):1993 suitable for E1 fuse
20Amps SC-20 Holder Safe Clip / knife edge type size E1 (R-SS) amp. Fuse Block for Fuse Catridge
4 6.00 Set 22780.00 136680.00 AT Par 136680.00 Rs.
4 Description:- Basic material to construct Unit Maintenance Free Earth as per RDSO Spec No. RDSO/
SPN/197/2008 or latest
5 1.00 Set 76926.00 76926.00 AT Par 76926.00 Rs.
5 Description:- Basic material to construct a Maintenance Free Ring Earth with Four Pits (For Interlocked LC
Gates/IB Signalling Application) for achieving less than one Ohm as per RDSO Spec No. RDSO/ SPN/ 197/2008
or latest
6 50.00 Metre 499.00 24950.00 AT Par 24950.00 Rs.
6
Description:- Supply of 50x6 mm GI Tape for interconnecting earth electrodes
7 100.00 Metre 446.00 44600.00 AT Par 44600.00 Rs.
7 Description:- 35 Sq mm Multi-strand Single Core PVC insulated Copper Cable as per IS: 694 for connecting
Main Earth Electrode to MEEB in the equipment room. Color: Green
8 100.00 Metre 199.00 19900.00 AT Par 19900.00 Rs.
8
Pa g e 1 o f 39 Ru n Da te/Time: 2 2 /12 /2 0 2 2 13:0 3:13
MYSORE DIVISION-GATI SHAKTI/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: 04-2022-KDO-MMLP-MYS Closing Date/Time: 12/01/2023 15:00
8
Description:- 16 Sq mm Multi-strand Single Core PVC insulated Copper Cable as per IS: 694 for connecting
MEEB to SEEB and SPDs to MEEB. Color: Green
9 100.00 Metre 125.00 12500.00 AT Par 12500.00 Rs.
9 Description:- 10 Sq mm Multi-strand Single Core PVC insulated Copper Cable as per IS: 694 for connecting
SEEB to all equipments. Color: Green
10 1.00 Set 45835.00 45835.00 AT Par 45835.00 Rs.
Description:- Conventional lightening protection system consisting of Franklin rod of 16mm dia, single prong
10 spike made of copper of length 600mm. Appropriate reducer/coupler for connecting Franklin rod and GI mast, GI
mast approximately 1.5 inch dia, 6 mtr length with flanges for installation of franklin rod with all supporting
accessories, such as guy rope, U-bolt, thimble, adjustable clamp, D-shalkle, hook etc.
11 40.00 Metre 141.00 5640.00 AT Par 5640.00 Rs.
11
Description:- GI bonding strip of size 25 X 3mm for down conductor with all supporting accessories.
12 1.00 Numbers 131287.00 131287.00 AT Par 131287.00 Rs.
12 Description:- Earth Leakage detector 12 channel (4 Channels- 110V AC, 2 Channels- 110V DC , 6 Channels-
24V DC) as per RDSO Spec./256/2002 or latest with 6 digit counter.
13 1.00 Numbers 5922.00 5922.00 AT Par 5922.00 Rs.
13 Description:- AC/DC Digital Clamp meter Current measurement upto 200A AC/DC True RMS measurement for
AC voltage & current.(Large jaw opsize of 18mm ) Model: FLUKE 362/Rishabh or higher specn
14 1.00 Numbers 9122.00 9122.00 AT Par 9122.00 Rs.
14
Description:- Step ladder Aluminium made of BATHLA make or better of App. 5 feet height.
15 50.00 Square Foot 449.00 22450.00 AT Par 22450.00 Rs.
Description:- Flex printing with Sun board fixing of various drawing with Colour (Power board diagram,Relay
15
index chart,Station Rule Diagram, FTOT Particulars, etc), as per instructions of Site In-Charge Railway
Representive.
16 40.00 Numbers 218.00 8720.00 AT Par 8720.00 Rs.
16 Description:- Printed and bounded registers including maintanance registers for SSDAC, point machine,track
circuit etc. (100 Pages each of 75 gsm paper)
17 1.00 Numbers 45842.00 45842.00 AT Par 45842.00 Rs.
Description:- Telecom termination panel with WAGO/Phenix/Elmex make or similar disconnecting Terminals
17 blocks of size 1500mmx500mmx200mm thickness 1.6mm (16SWG) 150numbers of disconnecting terminal block
with accessories.(The box should be divede into two compartments 500mm from top with door arrangement
including locking and bottom 1000mm closed fully with screws WAGO/Phenix/Elmex Terminals suitable for cable
dimensions maximum of 2.5Sqmm provision of easy and ensuring aesthetics.
18 4.00 Numbers 4145.00 16580.00 AT Par 16580.00 Rs.
18
Description:- 20 pair CT box with Disconnecting terminals of Wago/Pheonix/Elmex make or similar
19 4.00 Numbers 2692.00 10768.00 AT Par 10768.00 Rs.
19
Description:- 10 pair CT box with Disconnecting terminals of Wago/Pheonix/Elmex make or similar
20 6.00 Numbers 3891.00 23346.00 AT Par 23346.00 Rs.
20 Description:- Supply of Joint kit conforming to RDSO specificaiton No.IRS-TC 77/2006 Revision1 or latest for
quad cable.
S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Schedule C-Vetted Execution items 1097657.00
1 4.00 Numbers 4381.00 17524.00 AT Par 17524.00 Rs.
1 Description:- Erection of CT Rack with scaffolding suitably concreting tri-pod bases and reel insulators with "J"
bolts and nuts. Tripod and other supporings are to be painted in 2 coats with enamel.
2 250.00 Metre 2264.00 566000.00 AT Par 566000.00 Rs.
2 Description:- Track crossing by Horizontal Boring Method based on RDSO Report No. BS - 105. This also
includes insertion of HDPE Pipe of 110mm Outer dia in the Bore drilled.Mtrs2264.00250566,000.00
3 150.00 Metre 674.00 101100.00 AT Par 101100.00 Rs.
3 Description:- Provision of 2 machine cut grooves in parallel at a seperation of 8 cmseach to a depth of 150mm
in the platform surfaced/tiled floor for laying cable.
4 150.00 RMT 495.00 74250.00 AT Par 74250.00 Rs.
Description:- Concreting of cable laid in the trench or GI pipe/DWC/HDPE pipe in which cable is already laid to a
4
size of 300*300mm with 1:3:6 mortar. (All the matetrials required for the work should be supplied by the
contractor)
11 Description:- Strengthening of foundations of signals, Full/Half location boxes, by carrying out the earth work
around the foundation, ramming of the earth, carrying out masonry work from bottom of earth work using country
stones and cement masonry to prevent the earth from slipping down the bank.
12 2.00 Numbers 3067.00 6134.00 AT Par 6134.00 Rs.
12 Description:- Fixing of 20 pair CT box with disconnecting terminals of wago/phonix/elmex make or similar and
termination of cable at the station/LC gates etc. This includes fixing of Quad/PIJF cables and CT box on the wall.
13 2.00 Numbers 2677.00 5354.00 AT Par 5354.00 Rs.
13 Description:- Fixing of 10 pair CT box with disconnecting terminals of wago/phonix/elmex make or similar and
termination of cable at the station/LC gates etc. This includes fixing of Quad/PIJF cables and CT box on the wall.
14 6.00 Numbers 3553.00 21318.00 AT Par 21318.00 Rs.
Description:- "Provision of normal joint of Heat Shrinkable type complete for 6 quad cable. After the jointing the
through cable has to be tested for insulation resistance and loop resistance in presents of Railway Engineer and
14 in case of any defects the jointing has to be done at free of cost by the contractor. [Heat Shrinkable jointing kit
conforming to RDSO specificaiton No.IRS-TC 77/2006 covered in the supply portion has to be used for this
purpose. The Contractor should supply all other small items free of cost which are required for making a
joint.Only gas blower to be used for blowing]."
S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Schedule D-Vetted Supply and Execution items 2633988.00
1 1.00 Per Unit 98035.00 98035.00 AT Par 98035.00 Rs.
Description:- Preparation of Cable Route Plan, Cable Core Plan, Cable Termination Rack Particulars, Location
Box Particulars, Power Supply Diagram, Track Circuit Bonding Diagram and/or any other drawing on Auto- CAD in
A2/A3/ A4, etc. size (as per instructions of Engineer in-charge). Initially Contractor shall submit 2 sets of 'AS
PLANNED' documents complete for approval of Railways. One set is returned either duly approved for making a
1 fair copy or for re-submission for approval after incorporating the changes as required by railways. After
preliminary approval, execution of work shall be carried out at site. After Completion of work, 2 sets of 'AS MADE'
Check Prints are submitted for Administarative approval. Railways will return one set to the contractor duly
approved with alterations/corrections if any. The contractor shall incorporate Railways alterations/corrections in
the tracings without any deviation and submit all tracings complete in all respect along with its soft copies in USB
Pen Drive and 6 sets of final completion drawings in properly bound booklets. [For Centralized Electronic
Interlocking Stations/Small Stations](Per unit=Per Station)
2 1.00 Numbers 58338.00 58338.00 AT Par 58338.00 Rs.
2 Description:- Supply and Provision of Power Supply Change over arrangement at SM room. CLS panel of size
800x500x275mm powerd coated of MS sheet thickness 1.6mm as per RDSO specification No
TI/SPC/PSI/CLC/0020 .
S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Schedule E-Electronic Interlocking 11681374.00
1 1.00 Set 7832317.00 7832317.00 AT Par 7832317.00 Rs.
Description:- "Supply of Electronic Interlocking excluding Panel Processor (Hot Standby) for stations with
Signaling functions up to 125 units as per Function table enclosed along with 15% spares, tools, manuals and
1 Instruments.EI to be provided as per RDSO Spec No.RDSO/SPN/192/2005 or latest. This includes supply of
Maintenance VDU and Maintenance PC(embedded PC) and all types of indoor relays along with point contactor
relays(QBCA1) required for points/other indoor purposes.(ref Technical specificatons/explanatory note in the
tender document)"
2 21.00 Per Unit 71250.00 1496250.00 AT Par 1496250.00 Rs.
2 Description:- Incremental rate for signaling functions in EI SYSTEM over and above 125 functions under item
36001 above.(per unit = per function)
3 3.00 Numbers 226320.00 678960.00 AT Par 678960.00 Rs.
3 Description:- Supply of commercial/industrial grade operator VDU of sizes 55'' Full HD,HDMI/DVI connectivity, in
built speaker etc (For this item pror approval of engineer in charge is required in written)
4 3.00 Numbers 257250.00 771750.00 AT Par 771750.00 Rs.
Description:- Supply of fan less industrial grade embedded PC (Similar to moxa v2406 or better) with all
4
accesaries such as key board, mouse, Antivirus etc of industrial grade as per RDSO TAN No. STS/TAN/3007
Version 1.0 or latest )
5 1.00 Per Unit 633807.00 633807.00 AT Par 633807.00 Rs.
5 Description:- Installation, Wiring, testing, Soldering of all EI equipments, earthing of EI Equipment, Relay Racks
and Power Equipment etc. including supply power cable and Documents/Manuals etc. (Per unit= per EI)
S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Unit
Schedule F-Telecom items 508601.58
1 4.00 Numbers 4604.84 18419.36 AT Par 18419.36 Rs.
Description:- Excavation of jointing pit without damaging the fiber and provision of joint chamber of 1.2 mtr dia ,
1 60 Cm height and 50 mm thickness with two piece top cover and bottom cover with holes for drainage and cable
entry (The reinforcement drawing enclosed). This includes backfilling and ramming of the trench after placing the
joint closure and cable loop in the chamber without causing any damage to the same and consolidation of soil as
well as disposal of soil as per plan and as advised by RailTel Representative.
2 50.00 Numbers 353.32 17666.00 AT Par 17666.00 Rs.
Description:- Supply, Transporting and fixing of cable route markers as per drawing given in tender document.
Markers shall normally be provided at a distance of every 100mtrs on the cable route, at places/corners where
2 the route of the cable changes, on either side of culvers, bridges, L.C.Gates, road cuttings etc. These shall be of
standard RCC with letters "RCIL OFC' "engraved and suitably painted. They shall be painted with Green when
placed near joint chambers and should be painted with orange at all other places. The engraved portion RCIL
OFC should be painted with white.
3 50.00 Numbers 96.36 4818.00 AT Par 4818.00 Rs.
3 Description:- Concreting of route markers as directed by RCIL/Rly site Engineer, route markers shall be
concreted to keep it in vertical position. The concreting to be done 15cm above the ground level and 15cm below
the ground level. Length and width are 30cm each as per drawing supplied at 1:3:6 ratios.
4 200.00 Metre 67.16 13432.00 AT Par 13432.00 Rs.
4 Description:- Trenching in normal soil to a depth of 1.2 meter and 300mm wide and backfilling after laying OFC
as per specification.
5 6.00 Numbers 876.00 5256.00 AT Par 5256.00 Rs.
5 Description:- Supply, transport and filling of the RCC joint chambers with dry sand mixed with anti-termite
chemical as required in specification up to 400mm height and the cover is refixed in position.
6 4.00 Numbers 15040.92 60163.68 AT Par 60163.68 Rs.
Description:- Supply and provision of Mid-section OFC joint including splicing (24 fiber) inside already prepared
6
jointing pit. This does not include provision of joint chamber, top plate & back filling. The joint enclosure shall be
as recommended in the technical specification.
7 8.00 Numbers 3500.00 28000.00 AT Par 28000.00 Rs.
Description:- Provision of normal joint to heat shrinkable type complete for 6 quad cable. Thermal sleeves to be
provided for all the conductors after jointing.After jointing the through cable has to be tested for insulation
7 resistance and loop resistance in presence of a railway engineer and in case of any defects the jointing has to be
re done at free of cost by contractor( Heat shrinkable jointing kit conforming to RDSO spec no.TRS TC/77/2006
will be supplied by Railways. The contractor should supply all other small items free of cost which are required for
making a joint including thermal sleeves.
8 6.00 Numbers 4000.00 24000.00 AT Par 24000.00 Rs.
8 Description:- Supply of joint kit confirming to RDSO specification No.IRS-TC 77/2012 Revision-3, amendment
No.3 or latest for quad cable.
9 1.00 Numbers 13000.00 13000.00 AT Par 13000.00 Rs.
9
Description:- Supply of 12V 65AH sealed power safe SMF battery for the use of 25W VHF sets.
10 1.00 Numbers 16688.00 16688.00 AT Par 16688.00 Rs.
10
Description:- Supply of VHF SET 25 W
11 1.00 Numbers 6000.00 6000.00 AT Par 6000.00 Rs.
Description:- Installation,testing and commissioning of 25W VHF set with GP antenna and antenna cable of
11 length 30m, power vsupply and battery of 12V 65 AH.This includes supply and fixing of GI pipe of suitable dia to
the required height as per the guidance of field engineer, wiring of antenna cable through PVC conduit. All
materials required for installation to be supplied bythe contractor. VHF equipment.SMS power supply, antenna
and antenna cable will be supplied by the railways.
12 1.00 Numbers 3000.00 3000.00 AT Par 3000.00 Rs.
12
Pa g e 5 o f 39 Ru n Da te/Time: 2 2 /12 /2 0 2 2 13:0 3:13
MYSORE DIVISION-GATI SHAKTI/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: 04-2022-KDO-MMLP-MYS Closing Date/Time: 12/01/2023 15:00
12
Description:- Supply of VHF stand to accommodate VHF set, battery , battery charger, power supply unit,
control telephone , BSNL telephone and railway telephone ( L angle rack with 3 horizontal sheets and minimum
height of 4 feet)
13 10.00 Numbers 500.00 5000.00 AT Par 5000.00 Rs.
13
Description:- Supply of OFC cable patch cards for connecting for the STM1
14 10.00 Numbers 1300.00 13000.00 AT Par 13000.00 Rs.
14 Description:- Supply of AUTO telephones with caller ID facility of model Panasonic KXTSC60SX or better model
of the same company
15 2.00 Numbers 2100.00 4200.00 AT Par 4200.00 Rs.
15
Description:- Supply of Krone insertion and exertion Tool of KRONE make or better.
16 1.00 Numbers 60000.00 60000.00 AT Par 60000.00 Rs.
Description:- Supply of 19 inch 42U telecom rack with standard accessories (Closed type telecom rack) with
16 front door glass type, all doors should be removable type two exhaust fans, one horizontal tray, one AC multiple (
4 Nos of 5A sockets) earthing strip (copper)-1 with fasteners-2 pac,rack mountable DCDB panel with one
common copper strip and 4 MCB 6A+2MCB 26A. The rack make is of EURO/President/HCL/Netrack as per the
drawing.
17 1.00 Numbers 40000.00 40000.00 AT Par 40000.00 Rs.
17 Description:- Supply and installation of lightning and surge arrestors of class B&C suitable for single phase
power supply in TT network as per RDSO specification RDSO/SPN /165/2004 amendment 5 or latest of make
OBO or similar.
18 2.00 Numbers 130.51 261.02 AT Par 261.02 Rs.
18
Description:- Supply of 10 pair Krone IDC module Make:ADC Krone
19 1000.00 Metre 7.00 7000.00 AT Par 7000.00 Rs.
19 Description:- Laying of HDPE Duct in already made trench in all type of soils and through existing RCC cable
Duct/GI/RCC pipes. Proper couplers have to be provided for blowing OFC.
20 1000.00 Metre 20.00 20000.00 AT Par 20000.00 Rs.
20 Description:- Blowing of OFC cable in HDPE/DWC in duct by using blowing machine and other associated works
and as directed by Railway Engineers.
21 1.00 Job 2000.00 2000.00 AT Par 2000.00 Rs.
Description:- Leading in arrangement for OFC cable inside service building by providing large GI band at bottom
21
and vertical GI pipe of 75mm dia. The vertical pipe shall be taken 75mm above the floor level and the mouth of
the pipe shall be covered by plastic cap. The floor shall be restored to the original condition.
22 2.00 Numbers 24000.00 48000.00 AT Par 48000.00 Rs.
26 Description:- Fixing of PVC /pipes or casing and capping using bends, coupler,T joints and flexible pipe
wherever ncecessary with fixtures( all required materials for fixing like clamps, bends,couplers , t joits and flexible
pipes etc are to be borne by the contractor)
27 1500.00 Metre 4.59 6885.00 AT Par 6885.00 Rs.
27 Description:- Drawing of different type of switch board cable, OFC, inclusive of cat6 cable through conduit pipe,
casing/capping fixed on wall.
28 50.00 Numbers 4.00 200.00 AT Par 200.00 Rs.
28
Description:- RJ 45 connector (D-Link) or its equivalent.
29 2.00 Numbers 4082.21 8164.42 AT Par 8164.42 Rs.
29 Description:- Supply and installation of Fast Ethernet Media converter (F CAT), With working voltage 230 V AC,
Standalone type, converts Ethernet to optical (from 10/100 base -T to 100 Base-X) on single mode fiber as per
the following specifications. a) Single mode single fiber operation with a minimum range of 15 KM b) DIP switch
configuration for copper Ethernet port c) Link, Activity & speed LED indications d) SC connector for 100 Base-FX
fiber port link e) Auto MDI-I/MDI-X copper Ethernet port f) Standard Compliance IEEE 802.3 u, 10/100 Base-T,
100 Base-FX g) LFP (Link Fault Passthrough) feature. Similar to MROTEK FCAT 01/SA/SF15/SC/AC 10/100
Mbps or better Firm's Offer:-Make/Brand - FCAT-01/SA/SF15(1310Tx/1550Rx)/SC/AC
30 100.00 Numbers 100.00 10000.00 AT Par 10000.00 Rs.
30
Description:- Splicing of OFC single fiber
31 1.00 Numbers 6785.00 6785.00 AT Par 6785.00 Rs.
Description:- "19"" Rack mount FMS SCPC 24F FIXED TYPE fully loaded which includes • 24 Nos SCPC Single
31
mode simplex adaptors • 24 Nos SCPC Single mode simplex pigtails • Additional standard accessories similar to
R&M make"
32 10.00 Numbers 225.00 2250.00 AT Par 2250.00 Rs.
32
Description:- Supply of OFC Patch cord 3m length as per the site requirement.(SCPC to LCSC)
33 10.00 Numbers 298.56 2985.60 AT Par 2985.60 Rs.
33 Description:- Supply and termination of Single port CAT 6 Information outlet face plate with SMB Box for
DataOutlets
S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Schedule G-Misc 2252727.76
1 2.00 Numbers 77056.00 154112.00 AT Par 154112.00 Rs.
1 Description:- Supply of point machine non trialable confirming to Spec IRS-S-24/2002 amendment-1 or latest
with 143mm throw and standard toolkit for every 8 point machines with ground connection for IRS point
machine(Suitable for 60KG rails)
2 5.00 Numbers 8566.80 42834.00 AT Par 42834.00 Rs.
2 Description:- Supply of Signal aspects - LED Red with current regulator for the following types, with necessary
inspection as per specification RDSO/SPN/199/2010 revision 1.0 or latest.
3 6.00 Numbers 8566.80 51400.80 AT Par 51400.80 Rs.
3 Description:- Supply of Signal aspects - LED Yellow with current regulator for the following types, with necessary
inspection as per specification RDSO/SPN/199/2010 revision 1.0 or latest
4 4.00 Numbers 9756.24 39024.96 AT Par 39024.96 Rs.
4 Description:- Supply of Signal aspects - LED Green with current regulator for the following types, with necessary
inspection as per specification RDSO/SPN/199/2010 revision 1.0 or latest.
5 5.00 Numbers 5900.00 29500.00 AT Par 29500.00 Rs.
5 Description:- Route-Colour light signal LED signal lighting unit for railway signalling as per RDSO spec
RDSO/SPN/153/2011 Rev 4.1 or latest.
6 4.00 Numbers 7080.00 28320.00 AT Par 28320.00 Rs.
6 Description:- Calling on-Colour light signal LED signal lighting unit for railway signalling as per RDSO spec
RDSO/SPN/153/2011 Rev 4.1 or latest.
7 15.00 Numbers 5900.00 88500.00 AT Par 88500.00 Rs.
7 Description:- Shunt-Colour light signal LED signal lighting unit for railway signalling as per RDSO spec
RDSO/SPN/153/2011 Rev 4.1 or latest.
8 50.00 Numbers 3622.60 181130.00 AT Par 181130.00 Rs.
8 Description:- Relay,Non AC immune, plug in type, style QN1, Neutral line 24 V DC 8F/8B contacts, front & back
contacts metal to carbon, complete with plug board retaining clip & connectors confirming to BRS:930, IRS:S-
23/88 (Amdt 1) & IRS:S@45"47@68 (upto Amdt 6) or latest .The interlocking code for this unit shall be ABCDF
9 50.00 Numbers 3776.00 188800.00 AT Par 188800.00 Rs.
Description:- Relay, AC immune ,plug in type, style QNA1, Neutral line 24 V DC 8F/8B contacts, front & back
9 contacts metal to carbon, complete with plug board retaining clip & connectors confirming to BRS:931A, IRS:S-
23/88 (Amdt 1), IRS:S@45"47@68 (upto Amdt 6) & IRS:S@45<47@78 (Amdt 1) or latest .The interlocking code
for this unit shall be ABDGH.
10 10.00 Numbers 8940.00 89400.00 AT Par 89400.00 Rs.
Description:- Relay, AC immune, plug in type, style QNA1K, Neutral line 24 V DC, 1000 Ohm, 6F/6B contacts,
10 front & back contacts metal to carbon, complete with plug board retaining clip & connectors confirming to
BRS:931A, IRS:S-23/88 (Amdt 1), IRS:S@45"47@68 (upto Amdt 6), IRS:S@45<47@78 (Amdt 1) &
RDSO/SPN/STS/E/Relays /UEA (PI) or latest .The interlocking code for this unit shall be CDEKY.
15 Description:- "CO2 fire extinguisher: supply, installation, testing and commissioning of co2 fire extinguisher of
6.5 Kg capacity conforming to ISI5683 with ISI mark provided with all fitting and accessories .Make: Safex/Bharat
or similar "
S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Above/
Schedule H-List of Electrical items 1283839.00
Below/Par
Please see Item Breakup for details. 1283839.00 AT Par 1283839.00
1
Description:- Electrical items
S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Schedule A1-Engineering items-The list of items that are included in DSR-2021 2943398.87
Above/
Please see Item Breakup for details. 3725821.36 (-) 21.00 2943398.87
1 Below/Par
Description:- The list of items that are included in DSR-2021
S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Schedule B1-Non-Vetted Supply items 1130578.30
1 5.00 Numbers 4233.84 21169.20 AT Par 21169.20 Rs.
Description:- Supply of class 'C' pluggable and testable type Surge protection Device for track feed battery
1 charger with visual indication and potential free contacts suitable for up to 24-60V DC. AC application installation
pattern L1-L2, L1- PE, L2-PE (one set consisting of three SPDs) specn No RDSO/SPN/165/2012 or latest(one set
of two SPDs) VAL MS350VF ST+VALMS BE/FM. make phonoix or similar. acceptedbrand/make: HAKEL model
noPIIIM-320 SDs/1+1.
2 5.00 Numbers 20231.10 101155.50 AT Par 101155.50 Rs.
Description:- Supply of Surge protection device (Type I + II) for Single phase 230V with progressive indication of
2 the arrestor Zotup make or similar. limp (10/350 µs) L-N = 25 KA, limp (10/350 µs) N-PE = 50 KA, In (8/20 µs) ( L-
N)=60kA, In (8/20µs) (N-PE) =100 KA, Voltage protection level with I (20kA) 500V Voltage protection level (L-N
with I (25KA) 1.25 kV, Voltage protection level (N-PE) 1.50 kV.
3 5.00 Set 17464.00 87320.00 AT Par 87320.00 Rs.
Description:- Supply of Surge protection device (Type II) for DC application for common and differential mode
3
24-60V, with progressive indication of the arrestor Zotup make or similar. (One set consisting of 3 nos).limp
(10/350 µs=3 KA, In (8/20 µs=20 kA, Imax 98/20µs)=30 KA, Voltage protection level with I (20kA) 500V
4 100.00 Numbers 180.00 18000.00 AT Par 18000.00 Rs.
4
Description:- Supply of Universal Lock.
5 3.00 Numbers 2000.00 6000.00 AT Par 6000.00 Rs.
5
Description:- Supply of 200 Way Tag block.
6 4.00 Numbers 1800.00 7200.00 AT Par 7200.00 Rs.
6
Description:- Supply of 3/0.75 mm Cu cable (100 Mtrs each coil).(Unit=Coil)
7 1.00 Kilometre 40000.00 40000.00 AT Par 40000.00 Rs.
7
7
Description:- Supply of Switch board cable 10 pair
8 10.00 Numbers 400.00 4000.00 AT Par 4000.00 Rs.
8
Description:- Supply of Navtal Godrej make lock 50 mm with 2 keys.
9 50.00 Numbers 50.00 2500.00 AT Par 2500.00 Rs.
9
Description:- Supply of Fuse links 20 A as per RDSO spec IRS.S-78/92 or latest._Knife edge type.
10 50.00 Numbers 50.00 2500.00 AT Par 2500.00 Rs.
10
Description:- Supply of Fuse links 10 A as per RDSO spec IRS.S-78/92 or latest._Knife edge type.
11 30.00 Numbers 49.56 1486.80 AT Par 1486.80 Rs.
11
Description:- Supply of Fuse links 6 A as per RDSO spec IRS.S-78/92 or latest._Knife edge type.
12 30.00 Numbers 49.56 1486.80 AT Par 1486.80 Rs.
12
Description:- Supply of Fuse links 4 A as per RDSO spec IRS.S-78/92 or latest._Knife edge type.
13 100.00 Numbers 50.00 5000.00 AT Par 5000.00 Rs.
13
Description:- Supply of Fuse links 2 A as per RDSO spec IRS.S-78/92 or latest.
14 20.00 Numbers 30.00 600.00 AT Par 600.00 Rs.
14 Description:- Supply of Piezo electric Buzzers 24 V of different tone to be approved by Supervisor incharge of
work.
15 50.00 Numbers 200.00 10000.00 AT Par 10000.00 Rs.
15
Description:- Supply of HRC fuse holders 32 A with fuse links.
16 2.00 Numbers 25000.00 50000.00 AT Par 50000.00 Rs.
16 Description:- Supply of toolkit for ESM as recommended by CSTE technical instructions consisting of 15 items
including tool box.
17 10.00 Numbers 3000.00 30000.00 AT Par 30000.00 Rs.
17
Description:- Supply of crimping tool 25 Sqmm.
19 5.00 Numbers 1800.00 9000.00 AT Par 9000.00 Rs.
19
Description:- "Supply of LED (white) type Hand Torch Re-chargeable."
20 4.00 Numbers 20790.00 83160.00 AT Par 83160.00 Rs.
20
Description:- Supply & installation of digital multimeter true RM Rishab 185 or similar
21 1.00 Numbers 650000.00 650000.00 AT Par 650000.00 Rs.
Description:- supply of data logger 512 digital inputs and 32 analog inputs for remote monitoring with netwok as
21 per RDSO spec No. IRS:S-99/2006 (Amdt-2) or latest incluing supplyof card leased line modem, power supply
arrangement for data logger consists of 12V,42AH VRLA batteries-4 Nos and 10A charger 1 No and fault
diagaonastics softwarefor data logger and protocal converter to suitable for EI.
S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Unit
Schedule C1- Non-Vetted Execution items 248982.00
1 950.00 Numbers 34.00 32300.00 AT Par 32300.00 Rs.
1 Description:- Fixing of 6 way PBT terminal blocks and termination of cable on each temrinal. Payment will be
done per no.of cable terminations
2 1.00 Numbers 40000.00 40000.00 AT Par 40000.00 Rs.
2
Description:- Installation and testing and commissioning of data logger 512 digital & 32 anolog inputs.
3 460.00 Metre 326.70 150282.00 AT Par 150282.00 Rs.
3 Description:- Digging of cable trench to a depth of not less than 30cm in rocky terrain, concreting the trench with
150mm thick concrete in the ratio 1:2:4 and after proper curing ,back filling with excavated soil.
4 7.20 Kilometre 3500.00 25200.00 AT Par 25200.00 Rs.
4 Description:- Video recording of cable trench using minimum720P and above HD camera and submit one copy
in New removable hard disks (With capacity as per requirement); Two copies in DVD-R
5 30.00 Per Unit 40.00 1200.00 AT Par 1200.00 Rs.
5
Description:- Cable armours soldering and earthing as instructed by incharge SSE/JE at site.(Per unit= cable)
S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Schedule D1-Non-Vetted Supply and Execution items 394948.50
1 1.00 Numbers 335000.00 335000.00 AT Par 335000.00 Rs.
Description:- Supply, Fabrication, Installation and Fixing of Panel Operator Console in SM Room with
arrangements to fix 2 No. VDUs, SM Key Cum Counter Box, Axle Counter Reset Boxes, etc. The Basic Frame
Structure of the console to be made of Teak Wood and Water Proof Plywood Sheet of 19mm thickness of
1 reputed make to be used for fabrication of table duly consisting of required partitions/ compartments for
accomodating associated necessary equipments/ terminations. Interior and Exterior to be covered using
Laminated sheet of reputed make and approved colors. All the materials required for the fabrication and fixing of
console to be supplied by contractor including Lead, Lift and Man-power. Work need to be carried out as per the
tentative drawing enclosed and the instruction of site engineer. This item also includes supply of Godrej C13 or
better make/ model Computer Table (1 No.) for installation of Maintenance VDU and Godrej Office Executive
Chair or better make (2 No.s).
2a 100.00 RMT 148.50 14850.00 AT Par 14850.00 Rs.
Description:- "Provision of Earth connection to Location Boxes and Signals with MS Flat as per
2
Drg.No.RVNL/S&T/SC-07/2016:" "a) Supply of MS Flat of size 40x6mm at site which includes loading, unloading,
transportation and fixing."
2b 50.00 Set 25.74 1287.00 AT Par 1287.00 Rs.
2 Description:- "b) Supply of GI bolt of size M20x40mm with Two Nuts along with two plain washers and one
spring washer"
2c 50.00 Set 13.86 693.00 AT Par 693.00 Rs.
2 Description:- c) Supply of GI bolt of size N12x25mm with two Nuts along with two plain washers and one spring
washer."
2d 50.00 Numbers 14.85 742.50 AT Par 742.50 Rs.
2
Description:- "d) Drilling of holes in MS Flat of different sizes at site."
2e 50.00 Per Unit 19.80 990.00 AT Par 990.00 Rs.
2
Description:- e) Cutting, bending and twisting of MS Flat duly heating at site. "(Per unit="Per cut/bend/ twist)
2f 100.00 RMT 13.86 1386.00 AT Par 1386.00 Rs.
2 Description:- "f} Painting of MS Flat with one coating of red oxide as primary and two coats of anti- corrosive
black. "
3 10.00 Set 4000.00 40000.00 AT Par 40000.00 Rs.
Description:- "Supply of Polyamide terminal block & accessories each set as per the following descrtiption. Item
a), d) , g) are as per RDSO spec No:RDSO/SPN/189/2004 or latest. a)4 conductor disconnecting type terminal
block-2.5 sq.mm grey color - 50 Nos. b)End plate for terminal block-2.5 sq.mm -2x2 grey color - 04 Nos. c)
3 Marker for terminal block-2.5 sq.mm -2x2 01 strips. d) Fuse terminal block red color - 02 Nos. e)End plate for
fuse terminal block red color - 02 Nos. f) Marker for fuse terminal block - 01 strip. g) 2 conductor feed through
terminal block-4 sq.mm Black color - 02 Nos. h)End plate for terminal block-4 sq.mm - 02 Nos. I)Marker for
terminal block-4 sq.mm - 01 strip. j) 2 conductor feed through terminal block-35 sq.mm Black color - 01 Nos. k) 2
conductor feed through terminal block-35 sq.mm Black color - 01 Nos. l) Marker for terminal block- 35 sq.mm -
01 strip. m) 32mm DIN channel for the terminal - 01 mtr. "
3. ITEM BREAKUP
3 101070 Excavation of trench to a depth of 1 Mtr. for road Metre 100.00 270.83 27083.00
crossing of cables, laying of DWC/ RCC pipes with collar/
coupling, refilling of trench by ramming and consolidating
it and resurfacing it to the original position. Laying of
cables is not included in this schedule. (Supply of
DWC/RCC pipes with couplers/ collars is not included in
this schedule).
4 101080 Provision of GI pipes (50/100mm dia) for cable laying Metre 100.00 181.95 18195.00
with offset at both ends and with couplings over RCC
Bridges/ Drainage/ Culverts with concrete masonry
supports of size 300mm x 300 mm x 300 mm at an
interval of 2m. The ends of the pipes shall be closed with
brick masonry abutments work so that no cable is
exposed, The work shall be carried out as per the
instructions of Railway representative at site. (Supply of
GI pipes with couplings and laying of cables is not
included in this schedule). [Stone jelly of size 20/25mm,
bricks, sand, cement and all other miscellaneous
materials required for the work shall be supplied by the
Contractor].
5 101100 Provision of GI pipes (50/100mm dia) for cable laying in Metre 100.00 168.08 16808.00
hard rocky area with off sets at both ends duly supported
by concrete blocks of size 300mm x 300 mm x 300 mm
at an interval of 2m. The ends of the pipes shall be
closed with brick masonry abutments work so that no
cable is exposed, The work shall be carried out as per
the instructions of Railway representative at site. (Supply
of GI pipes with couplings and laying of cables is not
included in this schedule). [Stone jelly of size 20/25mm,
bricks, sand, cement and all other miscellaneous
materials required for the work shall be supplied by the
Contractor].
6 101110 Laying of signaling/power/telecommunication cables as Metre 31000.00 9.83 304730.00
per cable plan in cable trenches, masonry ducts, RCC
Pipes, DWC pipes, GI Pipes etc. (Supply of cables is not
included in this schedule).
7 101150 Refilling of cable trench 1m depth by 0.3m width Metre 2050.00 8.33 17076.50
throughout, with earth after laying of cables, and
consolidating the trench by ramming and leveling.
8 101180 Supply of RCC cable markers as per drawing Numbers 100.00 166.29 16629.00
No.CSTE/CN/OFC/1. The lettering on the cable marker
shall be "SIG" / "TELE" / "OFC" as per the instructions of
Railway representative at site.
9 101190 Digging of pit to a depth of 800mm of size Numbers 100.00 121.43 12143.00
300mmX300mm, casting of concrete foundation of size
300mmX300mmX300mm and Placing of RCC cable
markers on top of the foundation and refilling the pit and
consolidating it by ramming. The cable markers shall be
provided at an interval of 20 Mtrs. within station limits and
50 Mtrs. outside station limits throughout the cable route,
diversions and also at every track/road crossing.
10 101220 Supply of GI pipes - 50mm dia -3.65mm thick as Metre 200.00 343.20 68640.00
specified in Vol.II of the Tender document.
11 101230 Supply of GI pipes - 100mm dia-4.5mm thick as specified Metre 130.00 838.80 109044.00
in Vol.II of the Tender document
12 102010 Excavation of pit, casting concrete foundation and Numbers 10.00 9875.30 98753.00
erection of apparatus case full size as per Drg.
No.SG/CN/02/6 and fixing of 2 Nos. of 'E' type locks, one
for the front door and another for the back door, fixing of
one hard wood shelf plank 37mm thick and painting the
apparatus case inside and outside with one coat of red-
oxide and two coats of aluminium paints. (Supply of
apparatus case is not included in this schedule).
[Foundation bolts & nuts, 'E' type locks, cement, river
sand, stone jelly of size 20/25 mm, hardwood plank of
37mm thick, paints, varnish, fixing bolts & nuts and all
other miscellaneous materials required for the work shall
be supplied by the Contractor.]
13 102020 Excavation of pit, casting concrete foundation and Numbers 10.00 6966.60 69666.00
erection of apparatus case half size as per Drg,
No.SG/CN/02/7, fixing one 'E' type lock for the front door
and latching arrangement for the back door, and fixing of
one hardwood shelf plank 37mm thick and painting the
apparatus case inside and outside with one coat of red-
oxide and two coats of aluminium paints. (Supply of
apparatus case is not included in this schedule).
[Foundation bolts and nuts, cement, 'E' type locks, river
sand, stone jelly of size 20/25mm, 37mm hard wood
planks, latching arrangements, paints, varnish, fixing
bolts & nuts and all other miscellaneous materials
required for the work shall be supplied by the Contractor]
14 102090 Termination of new main/tail cables on the existing Per Unit 100.00 39.78 3978.00
terminals/ fuse blocks in apparatus cases/ battery boxes/
CT boxes/ cable termination racks as per approved
circuit diagram. The terminal particulars are to be
repainted /corrected on the doors of apparatus cases/
battery boxes/ cable termination boxes and FTOT index
board as instructed by Railway representative at site.
This work includes closing the opening created for entry
of new cables in the apparatus cases with masonry brick
work and sealing the bottom of the apparatus cases/
cable termination racks with cable compound. [Paints,
wire PVC 3/0.75mm and 16/0.2mm copper, sealing
compound, bricks, cement, river sand and all other
required miscellaneous materials shall be supplied by the
contractor]. {Unit: Per Terminal Block}
20 102190 Erection of surface base, signal pole, mounting of colour Numbers 6.00 5501.20 33007.20
light signal up to 4 aspects complete on Signal pole/ Off-
set bracket, (for LED/ filament bulbs) with lenses, triple
pole lamp holder, filament switching units, CLS
transformer, current regulators (whichever is applicable),
fixing of ladder with platform complete and concreting of
ladder shoe, fixing of number plates, marker board, lens
guard, fixing of speed limit 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 red oxide and two coats of
aluminium/ enamel paints. When the aspect is fixed on
Offset bracket using 'U' bolts and nuts, a through bolt
shall be provided by drilling a hole in the signal pole to
prevent the offset bracket from sliding down. (Supply of
surface base, Offset bracket, CLS pole, CLS aspects
complete, ladder with shoes and platform, Speed limit
board, LED aspects, current regulators, lamp holders,
lamps, filament switching unit and CLS transformer is not
covered in this schedule). ['U' bolts and nuts, through
bolts and nuts, cement, stone jelly 20/25mm dia, river
sand, Signal Collar Rings, wire PVC 3/0.75mm copper,
lens-guard, all fixing bolts and nuts, lead wool, paints
PVC/Nylon sleeves, enameled number plates. enameled
marker boards, EWS locks, and all other miscellaneous
materials for the work shall be supplied by the
Contractor].
21 102200 Excavation of pit and casting concrete foundation as per Numbers 3.00 2518.55 7555.65
Drg, No.SG/CN/02/10 using metallic templates, for
erection of ground type colour light shunt signal.
[Foundation bolts and nuts, cement, river sand, stone
jelly of size 20/25mm and all other miscellaneous
materials for the work shall be supplied by the
Contractor].
22 102210 Erection of Ground type shunt signal complete including Numbers 3.00 2097.00 6291.00
surface base, signal pole, LED aspects/ lenses, bulbs
with holders (whichever is applicable), fixing of lens
guards, number plate, termination of tail cables, wiring of
signal unit with PVC wire 3/0.75mm copper, provision of
EWS locks and painting of one coat of red oxide and two
coats of Aluminium/ enamel paint. (Supply of Ground
type shunt signal complete including surface base, signal
pole, LED aspects, holder, bulbs, and lenses is not
covered in this schedule). [Wire PVC 3/0.75mm copper,
lens guards, EWS locks, Enameled number plates, bolts
and nuts, lead wool, paints and all other miscellaneous
materials shall be supplied by the Contractor].
23 102220 Fixing of Offset brackets using 'U' bolts and nuts, erection Numbers 3.00 1613.25 4839.75
of Post type shunt Signals, termination of tail cables and
wiring using wire PVC 3/0.75mm copper, provision of
EWS lock and painting of one coat of redoxide and two
coats of aluminium/ enameled paint. The work also
includes drilling suitable holes on the CLS post and
provision of a through bolt with nut to prevent the Off-set
bracket from slipping down. (Supply of Post type Shunt
Signals, LED aspects and Off set brackets is not covered
in this schedule). ['U' bolts and nuts, through bolts with
nut, wire PVC 3/0.75mm copper, EWS lock, Enameled
number plates, wire mesh, PVC/Nylon sleeves, paints
and all other miscellaneous materials shall be supplied by
the contractor].
28 102312 Provision of track circuit in (other than point zone) Numbers 3.00 3862.40 11587.20
29 102340 Provision of earth electrodes as per drawing Numbers 10.00 1799.00 17990.00
No.SG/SN/02/13 and earthing of metallic sheath and
armour of all cables in all apparatus cases, relay room,
equipment room, ASM room for block and control, and
earthing of all equipments in apparatus cases, power
room, relay rack, cable termination rack, control panel,
signals, lever frames with MS flat 35mm X 6mm/19c
cable (MS flat for closer by areas and MS flat/19c cable
combination for farther areas) as per the instructions of
Railway representative at site. The work includes painting
of earth resistance value on the earth pit. (Supply of 19C
cable is not covered in the scope of this schedule). [MS
flat for earthing 35mm X 6mm, cement, GI earth
electrodes, common salt, charcoal, country bricks, river
sand, soldering materials and all other miscellaneous
materials required for the work shall be supplied by the
Contractor].
30 102360 Installation of combined type point machine - IRS type Numbers 2.00 8856.15 17712.30
and connecting all ground connections including wiring
and termination in point machine and interconnections
between point machine and CT box through PVC hose
pipe with 3/0.75mm and 7/1.40mm copper wire and
painting. This work includes provision of insulation to
stretcher bars, throw bar lug and "D" bracket wherever
required, cutting of notches on the point machines covers
to suit crank handle configuration. (Combined type point
machine with ground connection, uninsulated stretcher
bar, throw bar lug and 'D' brackets will be supplied by
Railways. [All types of insulations connected to point
work, coal bengal, all type of bolts and nuts, washers
spring/flat wire PVC 7/1.4mm copper, PVC hope pipe,
paints, PVC/nylon sleeves and all other miscellaneous
materials required for the work shall be supplied by the
Contractor].
Supply of Colour light Signal pole 140mm dia, 4.6m/ 3.6m
tall with necessary inspection as per specification/
drawing/ description enclosed in this document.
31 102381 Supply of colour light Signal pole (4.6m) Numbers 3.00 3318.00 9954.00
32 102382 Supply of colour light Signal pole (3.6m) Numbers 4.00 2974.00 11896.00
33 102390 Supply of surface base to suit CLS Signal pole 140mm Numbers 7.00 4118.00 28826.00
dia with necessary inspection as per specification/
drawing/ description enclosed in this document.
Supply of ladder with platform and shoes to suit CLS pole
4.6m/ 3.6m tall, with necessary inspection as per
specification/ drawing/ description enclosed in this
document.
34 102401 Supply of ladder with platform and shoes for 4.6m CLS Numbers 3.00 3203.00 9609.00
pole
35 102402 Supply of ladder with platform and shoes for 3.6m CLS Numbers 4.00 3089.00 12356.00
pole
36 102410 Supply of post type shunt signal - complete with hood Numbers 3.00 2860.00 8580.00
etc., with necessary inspection as per specification/
drawing/ description enclosed in this document.
37 102420 Supply of Ground type shunt signal - complete with Numbers 3.00 4118.00 12354.00
surface base, signal pole, hood etc., with necessary
inspection as per specification/ drawing/ description
enclosed in this document.
Supply of Colour Light Signal Multi Unit type - complete
for 4/ 3/ 2 aspect with mounting socket, with necessary
inspection as per specification/ drawing/ description
enclosed in this document.
38 102432 Supply of colour light Signal unit - 3 aspect Numbers 3.00 10296.00 30888.00
39 102433 Supply of colour light Signal unit - 2 aspect Numbers 4.00 8580.00 34320.00
55 103370 Provision of signaling arrangement during Non- Station 1.00 18178.95 18178.95
Interlocked working of Signals and Points, such as
erection and wiring of temporary relay racks and wiring of
relays, SM's slide instruments, wiring alterations in the
cable termination rack, apparatus cases, signals, Control
panel etc, as per the instructions of Railway
representative at site. (Supply of relay rack, relays, and
SM slide instrument is not included in this schedule). [All
other miscellaneous materials required for the work shall
be supplied by the Contractor].
56 104120 Supply and installation of teakwood glass fronted box of Numbers 1.00 4057.00 4057.00
size 300mm x 600mm x 75mm with hooks to keep
various keys with description engraved on the tags. [TW
Glass fronted box of size 300mmx600mmx 75mm with
built in lock, hooks, engraved tags and all other
miscellaneous materials required for the work shall be
supplied by the Contractor].
57 104260 Supply of 2 pin socket - 5A with switch, fixing the same Numbers 10.00 398.00 3980.00
on the hardwood plank available and extending the
110VAC using wire PVC 3/0.75mm copper, in all the
apparatus cases, as per the instructions of Railway
representative at site. [2 pin socket - 5A with switch, wire
PVC 3/0.75mm copper and all other miscellaneous
materials required for the work shall be supplied by the
Contractor].
58 104280 Submission of all relevant final AS MADEs of circuit Sheet 125.00 206.55 25818.75
diagrams, contact analysis charts, termination particulars
of apparatus cases and cable termination rack, power
supply arrangements, relay index board, cable plans,
cable route plans, red boundary plans and all other
particulars covered under various schedules. All AS
MADEs shall be prepared by the Contractor in AUTOCAD
2000 or latest and submitted in CDs. One copy of the AS
MADEs check print shall be submitted before Testing the
circuits. The final negatives shall be made in tracing
sheet (80 to 90 gsm). All AS MADEs except cable plan,
cable route plan, bonding diagram & power supply
diagram shall be prepared in A3 size. On approval the
contractor shall submit along with the negatives, 8 copies
in each, duly making booklet neatly bound. Out of 8 sets,
2 sets of drawings and other plans shall be kept in
transparent plastic cover (2 sheets back to back in one
plastic cover) and handed over to Railways. Also the
contractor has to supply one set of AS MADEs in
Reproduction Film . The approved circuit diagram will be
issued by Railways in soft copy as well as two sets of
hard copies. Wherever alterations to existing circuits are
involved, the existing AS MADE circuit diagrams will be
supplied by Railways either in CDs or RP film. The
Contractor shall incorporate the details of all the new
wirings and alterations in the CD/ RP film and submit
them to Railways. On approval 8 copies shall be made
for AS MADE circuit diagrams also as mentioned above.
59 105030 Breaking of concrete and releasing of STOP Numbers 2.00 854.25 1708.50
board/Warning board/ LEGEND boards along with rails,
accounting and stacking them neatly at a place as
instructed by Railway representative at site. Also the
resultant pits shall be re-surfaced and consolidating by
ramming and levelling.
60 105070 Releasing of existing apparatus cases (Full/ Half/ Quarter Numbers 6.00 1625.25 9751.50
size) without damage after releasing the shelf planks,
Terminal blocks, Fuse Blocks, Terminal Boards, Relays
of all types EKTs, Secondary Cells, power equipments,
'E' type locks, etc., and breaking the concrete foundation.
After releasing, the resultant pits are to be closed and
consolidated by ramming and levelling. The released
materials shall be accounted and stacked at a place as
instructed by Railway representative at site.
61 105080 Breaking of concrete and releasing the existing cable Numbers 6.00 1083.75 6502.50
termination boxes, after releasing the base plank,
Terminal blocks, Fuse Blocks, Terminal Boards, cut rails,
pipes, etc., closing the resultant pits and consolidating it
by ramming and levelling. The released materials shall
be accounted and stacked neatly at a place as instructed
by Railway representative at site.
62 105090 Releasing of existing SM's control panel including base Set 1.00 2841.75 2841.75
plank, and other gadgets connected very carefully
without causing any damage to the panel, acounting and
stacking them neatly at a place as instructed by Railway
representative at site. The resultant pit in the flooring
shall be removed of all cable bits, levelled and cement
plastered.
63 105100 Dismantling and releasing of existing Colour light Signals Numbers 3.00 1666.50 4999.50
complete (upto 4 aspects) with or without Route
Indicators, calling on signals, shunt signals etc., carefully
without any damage to the gadgets, accounting and
stacking them neatly at a place as instructed by Railway
representative at site. The work includes breaking the
concrete foundation, closing the resultant pit and
resurfacing it by ramming and levelling.
64 105140 Releasing of existing Block Instruments (all types), Block Numbers 2.00 958.50 1917.00
counters, batteries, block filter, block bell equipment etc.,
carefully without any damage, accounting and stacking
them neatly at a place as instructed by Railway
representative at site.
65 105180 Releasing of existing TLD boxes with stumps and Numbers 15.00 86.10 1291.50
terminals after releasing all the bond wires. The released
materials shall be accounted and stacked neatly at a
place as instructed by Railway representative at site.
66 105200 Releasing of existing control equipments - complete Set 1.00 3249.75 3249.75
including way station equipments, telephones, power
supply for way station equipment and telephones, along
with all wiring, accounting and stacking them neatly at a
place as instructed by Railway representative at site.
Transportation of Signalling materials by road as per the
instructions of Railway representative at site. The work
also includes loading and unloading of the materials.
67 105211 Transportation upto 100 Kms. {Unit: per Ton per KM} Per Unit 10000.00 12.30 123000.00
Total 1879766.17
Schedule Schedule H-List of Electrical items
Item- 1 Electrical items
S No. Item No Description of Item Unit Qty Rate Amount
1 1 Liasion work with EB officials in getting Power supply - Job 1.00 5460.00 5460.00
making Agreement & Commissioning work exclusive of
EB Deposit work. Job154605460
2 2 Payment toward getting additional load from EB authority Job 1.00 50000.00 50000.00
for enhancement of additional load.(as per EB guidelines)
etc
3 3 Laying of XLPE power cable of 1.1 KV grade of upto 35 Metre 550.00 200.00 110000.00
sqmm size direct in ground including excavation and
refilling the trench etc as required but excluding sand
cushioning and protective covering as per CPWD
Standard
4 4 Supply of LTUG Cable with Alumuniumconductor,XLPE Metre 1100.00 166.00 182600.00
insulated and armoured, 4 x 25 qmm as per IS-7098
5 5 Supply of LTUG Cable with Al conductor,XLPE insulated Metre 250.00 370.00 92500.00
and armoured, 4 x 50 sqmm as per IS-7098
6 6 Laying of XLPE power cable of 1.1 KV grade of size 35 Metre 250.00 217.00 54250.00
sqmm to 95 sqmm size direct in ground including
excavation and refilling the trench etc as required but
excluding sand cushioning and protective covering as per
CPWD Standard
7 7 Supply of HDPE pipe of dia 75 mm grade PE-100 with Metre 500.00 162.00 81000.00
pressure of PN 6 for safety of cables.
8 8 Laying of HDPE Pipe of dia 75 mm grade PE-100 with Metre 500.00 17.00 8500.00
pressure of PN 6 for safety of cables.
9 9 Supply of HDPE pipe of dia 110 mm grade PE-100 with Metre 250.00 333.00 83250.00
pressure of PN 6 for safety of cables.
10 10 Laying of HDPE Pipe grade PE-100 with pressure of PN 6 Metre 250.00 26.00 6500.00
for safety of cables.
11 11 Excavation of cable trench below the Rail track/road Metre 50.00 274.00 13700.00
crossing 450 mm wide and 1000 mm. deep in all types of
soil and refilling the released ballastMtrs.
12 12 Platform surface/concrete cutting for excavation of cable Metre 100.00 560.00 56000.00
trench 300 mm wide x 300 deep, re-fitting of soil and re-
plastering of excavated trench with cement to bring back
to its original shape.
13 13 Supply of 2 Ton split AC plant 5 star rated with minimum Numbers 2.00 44965.00 89930.00
ISEER 4.56, rotary compressor, inverter type similar to
M/s Blue star Model No. IC524DATU
14 14 Supply of metallic mount powder coated suitable for 2 Numbers 2.00 1100.00 2200.00
TON split AC similar to M/s LLOYD
15 15 Erection , testing and commisioning of 2 ton split Acs Numbers 2.00 1760.00 3520.00
including suitable stand and all other acessories
complete
16 16 Supply fixing testing and comissioning of Dgital time Numbers 1.00 5730.00 5730.00
switch with modular contactor including suitable
acessories in suitable size enclosure complete
17 17 Wiring for circuit/ submain wiring alongwith earth wire 2 X Metre 210.00 334.00 70140.00
4 sq. mm + 1 X 4 sq. mm earth wire sizes of FRLS PVC
insulated copper conductor, single core cable in surface/
recessed medium class PVC conduit as required as per
CPWD Standard
18 18 Wiring for circuit/ submain wiring alongwith earth wire 2 X Metre 300.00 275.00 82500.00
2.5 sq. mm + 1 X 2.5 sq. mm earth wire sizes of FRLS
PVC insulated copper conductor, single core cable in
surface/ recessed medium class PVC conduit as required
as per CPWD Standard
19 19 Wiring for light point/ fan point/ exhaust fan point/ call bell Point 60.00 1467.00 88020.00
point with 1.5 sq.mm FRLS PVC insulated copper
conductor single core cable in surface / recessed
medium class PVC conduit, with modular switch, modular
plate, suitable GI box and earthing the point with 1.5
sq.mm FRLS PVC insulated copper conductor single core
cable etc. as required as per CPWD Standard
20 20 supply of 36 Watts 2 FeetX2 Feet surface mounted LED Numbers 20.00 3000.00 60000.00
type light fitting as per specification SWR/LED LIGHT
FITTING(Indoor/outdoor)/001-2016 effective from
18.04.2016 or latest.
21 21 Freight,Fixing and comissioning including wiring of LED Numbers 20.00 150.00 3000.00
fitting with suitable hardware and acessories complete.
22 22 L.T. Earthing arrangements for hard soil using 50 mm C- Set 2.00 5653.00 11306.00
Class GI Pipe- 2.7 Mtr length, soil treatment by spreading
of 25 kgs each of salt and charcoal, duly painting eath pit
with black paint and stenciling of earth resistance value
with date, including supply and laying of 6 SWG G.I. wire
and other hardware to connect equipment at site
complete.Set2565311306L.T. Earthing arrangements for
hard soil using 50 mm C-Class GI Pipe- 2.7 Mtr length,
soil treatment by spreading of 25 kgs each of salt and
charcoal, duly painting eath pit with black paint and
stenciling of earth resistance value with date, including
supply and laying of 6 SWG G.I. wire and other hardware
to connect equipment at site
complete.Set2565311306L.T. Earthing arrangements for
hard soil using 50 mm C-Class GI Pipe- 2.7 Mtr length,
soil treatment by spreading of 25 kgs each of salt and
charcoal, duly painting eath pit with black paint and
stenciling of earth resistance value with date, including
supply and laying of 6 SWG G.I. wire and other hardware
to connect equipment at site complete.
23 23 Supply, fixing, testing and commissioning of TPN-4 Way Set 1.00 18873.00 18873.00
MCB distribution board Double door type with following
No. of Switchgears (All C-curve). Incoming FP RCBO 63
A Sensitivity 100 mA - 1 No. Out- going DP MCB 6-32 A-
2 No.s , SP MCB 6-32 A- 4 No.s. along with SPD TYPE2
AC TP+N Similar to Havells
24 24 Supply & Provision of outdoor type 1 Ph Meter panel Numbers 1.00 2206.00 2206.00
board made up of 14 SWG MS steel enclosure with
locking/sealing arrangements of minimum size 300x 250x
250 mm, front glass for meter reading with hylam sheet
(3mm thick) inside & fixed with following items:(a)
Porcelain f u s e cut out 32 amps- 1No,(b).DP-MCB(C-
Series) 32 Amps -1 No. & including all internal wirings
complete as per specification.(Meter will be supplied by
Railways)
25 25 Supply of 30 Watt LED street lights, as per specification Numbers 14.00 2700.00 37800.00
SWR/LED LIGHT FITTING(Indoor/outdoor)/001-2016
effective from 18.04.2016 or latest.
26 26 Freight, fixing, testing and commissioning of LED street Numbers 14.00 1051.00 14714.00
lights along with suitable size pipe bracket and hardware
complete
27 27 Supply of BLDC ceiling fans 26 W 5 star rated with Numbers 6.00 3650.00 21900.00
remote 1200 mm size simialr to Havells
28 28 Installation, testing and commissioning of ceiling fan, Each 6.00 213.00 1278.00
including wiring the down rods of standard length (upto
30 cm) with 1.5 sq. mm FRLS PVC insulated, copper
conductor, single core cable etc. as required
29 29 Supply of 20 watt 6500k LED lighting fixture as per Numbers 16.00 272.00 4352.00
specification SWR/LED LIGHT
FITTING(Indoor/outdoor)/001-2016 effective from
18.04.2016 or latest.
30 30 Freight,Fixing and comissioning including wiring of LED Numbers 16.00 127.00 2032.00
fitting complete with suitable acessories .
31 31 Supply assembly fixing and comissioning of 200mm size Numbers 2.00 3175.00 6350.00
BLDC Ventilating fan complete Similar to M/s.
ATOMBERG Model no. Efficio
32 32 Supplying and fixing suitable size GI box with modular Each 20.00 477.00 9540.00
plate and cover in front on surface or in recess, including
providing and fixing 3 pin 5/6 A modular socket outlet and
5/6 A modular switch, connections etc. as required
33 33 Supplying and fixing suitable size GI box with modular Each 8.00 586.00 4688.00
plate and cover in front on surface or in recess, including
providing and fixing 6 pin 5/6 & 15/16 A modular socket
outlet and 15/16 A modular switch, connections etc. as
required
Total 1283839.00
Schedule Schedule A1-Engineering items-The list of items that are included in DSR-2021
Item- 1 The list of items that are included in DSR-2021
S No. Item No Description of Item Unit Qty Rate Amount
2.0 EARTH WORK
Earth work in excavation by mechanical means
(Hydraulic excavator)/manual means over areas
(exceeding 30 cm in depth, 1.5 m in width as well as 10
2.6
sqm on plan) including getting out and disposal of
excavated earth lead upto 50 m and lift upto 1.5 m, as
directed by Engineer-in-charge.
1 2.6.1 All kinds of soil cum 91.82 205.45 18864.42
Earth work in excavation by mechanical means
(Hydraulic excavator)/manual means over areas
(exceeding 30 cm in depth, 1.5 m in width as well as 10
2.7
sqm on plan) including getting out and disposal of
excavated earth lead upto 50 m and lift upto 1.5 m, as
directed by Engineer-in-charge.
2 2.7.1 Ordinary rock cum 61.21 412.95 25276.67
2.25 Filling available excavated earth (excluding rock) in cum 87.66 253.95 22261.26
trenches, plinth, sides of foundations etc. in layers not
3 exceeding 20cm in depth, consolidating each deposited
layer by ramming and watering, lead up to 50 m and lift
upto 1.5 m.
Diluting and injecting chemical emulsion for POST-
2.35 CONSTRUCTIONAL anti-termite treatment (excluding the
cost of chemical emulsion) :
2.36 Extra for levelling & neatly dressing of disposed soil cum 153.04 76.7 11738.17
4
completely as directed by Engineer-in-charge.
4.0 CONCRETE WORK
4.1S CEMENT CONCRETE (CAST IN SITU)
Providing and laying in position cement concrete of
4.1 specified grade excluding the cost of centering and
shuttering - All work up to plinth level :
4.1.5 1:3:6 (1 Cement : 3 coarse sand (zone-III) derived from cum 38.55 6833.4 263427.57
5 natural sources : 6 graded stone aggregate 20 mm
nominal size derived from natural sources)
Providing and fixing up to floor five level precast cement
concrete solid block, including hoisting and setting in
4.7
position with cement mortar 1:3 (1 cement : 3 coarse
sand), cost of required centering, shuttering complete :
4.7.1 1:1.5:3 (1 Cement: 1.5 coarse sand(zone-III) derived cum 52.66 15762.45 830050.62
6 from natural sources : 3 graded stone aggregate 20 mm
nominal size derived from natural sources).
4.10S DAMP-PROOF COURSE
4.10 Providing and laying damp-proof course 40mm thick with Sqm .5 370.85 185.43
cement concrete 1:2:4 (1 cement : 2 coarse sand (zone-
7 III) derived from natural sources: 4 graded stone
aggregate 12.5mm nominal size derived from natural
sources)
5.0 REINFORCED CEMENT CONCRETE
5.9S FORM WORK
Centering and shuttering including strutting, propping etc.
5.9
and removal of form for
5.9.1 Foundations, footings, bases of columns, etc. for mass Sqm 72.15 307.95 22218.59
8
concrete
5.9.3 Suspended floors, roofs, landings, balconies and access Sqm 148.19 766.55 113595.04
9
platform
5.9.5 Lintels, beams, plinth beams, girders, bressumers and Sqm 103.58 608.35 63012.89
10
cantilevers
11 5.9.6 Columns, Pillars, Piers, Abutments, Posts and Struts Sqm 77.74 804.25 62522.4
12 5.9.19 Weather shade, Chajjas, corbels etc., including edges Sqm 14.16 814.95 11539.69
5.22S STEEL REINFORCEMENT
Steel reinforcement for R.C.C. work including
5.22 straightening, cutting, bending, placing in position and
binding all complete upto plinth level.
5.22.6 Thermo-Mechanically Treated bars of grade Fe-500D or Kg 2682.59 89.65 240494.19
13
more.
Steel reinforcement for R.C.C. work including
5.22A straightening, cutting, bending, placing in position and
binding all complete above plinth level.
5.22A.6 Thermo-Mechanically Treated bars of grade Fe-500D or Kg 3254.04 89.65 291724.69
14
more.
5.33S DESIGN MIX CONCRETE
Providing and laying in position ready mixed or site
batched design mix cement concrete for reinforced
cement concrete work; using coarse aggregate and fine
aggregate derived from natural sources, Portland
Pozzolana / Ordinary Portland /Portland Slag cement,
admixtures in recommended proportions as per IS: 9103
to accelerate / retard setting of concrete, to improve
durability and workability without impairing strength;
including pumping of concrete to site of laying, curing,
5.33
carriage for all leads; but excluding the cost of centering,
shuttering, finishing and reinforcement as per direction of
the engineer-in-charge; for the following grades of
concrete. Note: Extra cement up to 10% of the minimum
specified cement content in design mix shall be payable
separately. In case the cement content in design mix is
more than 1.10 times of the specified minimum cement
content, the contractor shall have discretion to either re-
design the mix or bear the cost of extra cement.
5.33.1 All works upto plinth level
5.33.1.1 Concrete of M25 grade with minimum cement content of cum 26.83 8683.8 232986.35
15
330 kg /cum
5.33.2 All works above plinth level upto floor V level
5.33.2.1 Concrete of M25 grade with minimum cement content of cum 32.54 10306.2 335363.75
16
330 kg /cum
7.0 STONE WORK
7.1S RANDOM RUBBLE MASONRY
Random rubble masonry with hard stone in foundation
and plinth including levelling up with cement concrete
7.1
1:6:12 (1 cement : 6 coarse sand : 12 graded stone
aggregate 20 mm nominal size) upto plinth level with :
17 7.1.1 Cement mortar 1:6 (1 cement : 6 coarse sand) cum 61.78 6653.45 411050.14
9.0 WOOD AND P.V.C. WORK
9.1S FRAMES AND TRUSSES
Providing wood work in frames of doors, windows,
clerestory windows and other frames, wrought framed
9.1 and fixed in position with hold fast lugs or with dash
fasteners of required dia & length (hold fast lugs or dash
fastener shall be paid for separately).
18 9.1.1 Second class teak wood cum .13 131576.95 17105
Providing and fixing 25 mm thick shutters for cup board
9.16
etc. :
9.122.1 30 mm thick Glass Fibre Reinforced Plastic (FRP) Sqm 1.68 3496.75 5874.54
panelled door shutter of required colour and approved
brand and manufacture, made with fire - retardant grade
unsaturated polyester resin, moulded to 3 mm thick FRP
30 laminate for forming hollow rails and styles, with wooden
frame and suitable blocks of seasoned wood inside at
required places for fixing of fittings, cast monolithically
with 5 mm thick FRP laminate for panels conforming to
IS: 14856, including fixing to frames.
10.0 STEEL WORK
10.17 Providing and fixing M.S. fan clamp type I or II of 16 mm Each 2 185.95 371.9
dia M.S. bar, bent to shape with hooked ends in R.C.C.
31 slabs or beams during laying, including painting the
exposed portion of loop, all as per standard design
complete.
11.0 FLOORING
11.37S CERAMIC GLAZED TILES
11.38 Providing and laying Ceramic glazed floor tiles of size Sqm 16.44 1107.05 18199.9
300x300 mm (thickness to be specified by the
manufacturer), of 1st quality conforming to IS : 15622, of
approved make, in all colours, shades, except White,
32 Ivory, Grey, Fume Red Brown, laid on 20 mm thick bed of
cement mortar 1:4 (1 Cement : 4 Coarse sand), jointing
with grey cement slurry @ 3.3 kg/ sq.m including pointing
the joints with white cement and matching pigments etc.,
complete.
11.41S VITRIFIED FLOOR TILES
Providing and laying vitrified floor tiles in different sizes
(thickness to be specified by the manufacturer) with
water absorption less than 0.08% and conforming to IS:
15622, of approved make, in all colours and shades, laid
11.41
on 20mm thick cement mortar 1:4 (1 cement : 4 coarse
sand), jointing with grey cement slurry @ 3.3 kg/ sqm
including grouting the joints with white cement and
matching pigments etc., complete.
33 11.41.2 Size of Tile 600x600 mm Sqm 70 1416.65 99165.5
Providing and laying Vitrified tiles in different sizes
(thickness to be specified by the manufacturer), with
water absorption less than 0.08% and conforming to IS:
15622, of approved brand & manufacturer, in all colours
11.47 and shade, in skirting, riser of steps, laid with cement
based high polymer modified quick set tile adhesive
(water based) conforming to IS: 15477, in average 6 mm
thickness, including grouting of joints (Payment for
grouting of joints to be made separately).
34 11.47.2 Size of Tile 600x600 mm Sqm 14 1676.15 23466.1
12.0 ROOFING
Providing, fixing and embedding sand cast iron
accessories for rain water pipes in the masonry
12.40 surrounded with 12 mm thick cement mortar of the same
mix, as that of masonry (lead caulking will be paid for
separately):
Providing and fixing on wall face unplasticised Rigid PVC
rain water pipes conforming to IS : 13592 Type A,
12.41 including jointing with seal ring conforming to IS : 5382,
leaving 10 mm gap for thermal expansion, (i) Single
socketed pipes.
35 12.41.2 110 mm diameter Metre 13.8 319.75 4412.55
Providing and fixing on wall face unplasticised - PVC
moulded fittings/ accessories for unplasticised Rigid PVC
12.42 rain water pipes conforming to IS : 13592 Type A,
including jointing with seal ring conforming to IS : 5382,
leaving 10 mm gap for thermal expansion.
17.31 Providing and fixing 600x450 mm beveled edge mirror of Each 1 1411.15 1411.15
superior glass (of approved quality) complete with 6 mm
48
thick hard board ground fixed to wooden cleats with C.P.
brass screws and washers complete.
17.34 Providing and fixing toilet paper holder :
49 17.34.1 C.P. brass Each 1 680.8 680.8
Providing and fixing PTMT Waste Coupling for wash
17.69
basin and sink, of approved quality and colour.
17.69.2 Waste coupling 38 mm dia of 83 mm length and 77mm Each 1 109.7 109.7
50
breadth, weighing not less than 60 gms
17.71 Providing and fixing PTMT liquid soap container 109 mm Each 1 146.3 146.3
wide, 125 mm high and 112 mm distance from wall of
51 standard shape with bracket of the same materials with
snap fittings of approved quality and colour, weighing not
less than 105 gms.
Providing and fixing PTMT towel rail complete with
brackets fixed to wooden cleats with CP brass screws
17.73
with concealed fittings arrangement of approved quality
and colour.
17.73.2 600 mm long towel rail with total length of 645 mm, width Each 1 600.35 600.35
52 78 mm and effective height of 88 mm, weighing not less
than 190 gms.
18.0 WATER SUPPLY
18.7S C.P.V.C. PIPES
Providing and fixing Chlorinated Polyvinyl Chloride
(CPVC) pipes, having thermal stability for hot & cold
water supply, including all CPVC plain & brass threaded
fittings, i/c fixing the pipe with clamps at 1.00 m spacing.
This includes jointing of pipes & fittings with one step
18.8
CPVC solvent cement and the cost of cutting chases and
making good the same including testing of joints
complete as per direction of Engineer in Charge,
Concealed work, including cutting chases and making
good the wall etc.
53 18.8.1 15 mm nominal dia Pipes Metre 10 441.15 4411.5
54 18.8.2 20 mm nominal dia Pipes Metre 10 513.75 5137.5
18.15S BRASS FITTINGS
18.15 Providing and fixing brass bib cock of approved quality :
55 18.15.1 15 mm nominal bore Each 2 303.85 607.7
18.16 Providing and fixing brass stop cock of approved quality :
56 18.16.1 15 mm nominal bore Each 1 303.85 303.85
Providing and fixing gun metal gate valve with C.I. wheel
18.17
of approved quality (screwed end) :
57 18.17.1 25 mm nominal bore Each 1 532.35 532.35
Providing and fixing ball valve (brass) of approved
18.18 quality, High or low pressure, with plastic floats complete
:
58 18.18.2 20 mm nominal bore Each 1 397.45 397.45
18.31S C.I. SLUICE VALVES/ FIRE HYDRANTS & FIXTURES
18.48 Providing and placing on terrace (at all floor levels) Litre 1000 9.7 9700
polyethylene water storage tank, IS : 12701 marked, with
59 cover and suitable locking arrangement and making
necessary holes for inlet, outlet and overflow pipes but
without fittings and the base support for tank.
19.0 DRAINAGE
19.1S STONE WARE PIPES AND FITTINGS
Providing, laying and jointing glazed stoneware pipes
class SP-1 with stiff mixture of cement mortar in the
19.1
proportion of 1:1 (1 cement : 1 fine sand) including
testing of joints etc. complete :
22.6 Providing and laying water proofing treatment on roofs of Sqm 140 585.55 81977
slabs by applying cement slurry mixed with water
proofing cement compound consisting of applying: (a)
after surface preparation, first layer of slurry of cement @
0.488 kg/sqm mixed with water proofing cement
compound @ 0.253 kg/sqm. (b) laying second layer of
Fibre glass cloth when the first layer is still green.
Overlaps of joints of fibre cloth should not be less than 10
cm. (c) third layer of 1.5 mm thickness consisting of slurry
65
of cement @ 1.289 kg/sqm mixed with water proofing
cement compound @ 0.670 kg/sqm and coarse sand @
1.289 kg/sqm. This will be allowed to air cure for 4 hours
followed by water curing for 48 hours. The entire
treatment will be taken upto 30 cm on parapet wall and
tucked into groove in parapet all around. (d) fourth and
final layer of brick tiling with cement mortar (which will be
paid for separately. For the purpose of measurement the
entire treated surface will be measured.
Total 3725821.36
4. ELIGIBILITY CONDITIONS
5. COMPLIANCE
Check Lst
The Bid Security shall be deposited either in cash through e-payment gateway
or submitted as Bank Guarantee bond from a scheduled commercial bank of
1.1.3 India or as mentioned in tender documents. The Bank Guarantee bond shall No No Not Allowed
be as per Annexure- VIA and shall be valid for a period of 90days beyond the
bid validity period.
In case, submission of Bid Security in the form of Bank Guarantee, following
shall be ensured:- i. A scanned copy of the Bank Guarantee shall be uploaded
on e-Procurement Portal (IREPS) while applying to the tender. ii. The original
Bank Guarantee should be delivered to the Deputy CPM/S&T/Gatis
shakti/MYS,2nd floor Divisional Railway Manager buiding, Irwin Road,South
Western Railway, Mysore-570001, within 5 working days of deadline of
submission of bids. iii. Non submission of scanned copy of Bank Guarantee
with the bid on e-tendering portal (IREPS) and/or non submission of original
Bank Guarantee within the specified period shall lead to summary rejection of
bid. iv. The Tender Security shall remain valid for a period of 90 days beyond
the validity period for the Tender. v. The details of the BG, physically submitted
should match with the details available in the scanned copy and the data
1.1.4 No No Not Allowed
entered during bid submission time, failing which the bid will be rejected. vi.
The Bank Guarantee shall be placed in an envelope, which shall be sealed.
The envelope shall clearly bear the identification "Bid for the ***** Project" and
shall clearly indicate the name and address of the Bidder. In addition, the Bid
Due Date should be indicated on the right hand top corner of the envelope. vii.
The envelope shall be addressed to the Deputy CPM/S&T/Gatis
shakti/MYS,2nd floor Divisional Railway Manager buiding, Irwin Road,South
Western Railway, Mysore-570001 viii. If the envelope is not sealed and
marked as instructed above, the Railway assumes no responsibility for the
misplacement or premature opening of the contents of the Bid submitted and
consequent losses, if any, suffered by the Bidder. ix. The benificiary for the PG
will be Senior Divisional Finance Manager, South Western Railway, Mysore
Uploading of Certificate in support of Technical Eligibility (No Technical
1.2 No No Not Allowed
credentials are required for tenders having advertised value up to Rs 50 lakh).
Submission of Certificate(s) in support of Financial Eligibility (No Financial
1.3 No No Not Allowed
credentials are required for tenders having advertised value up to Rs 50 lakh).
IN CASE THE TENDER is Partnership firm/ JOINT Venture firm (JV)/ LLP A
1.4 copy of certificate to be submitted/uploaded by tenderer as per format given at No No Not Allowed
annexure -v of IRGCC 2022.
IN CASE OF ADVERTISED TENDER VALUE IS MORE THAN RS. 20
CRORES: Bid capacity is applicable, the tenderers should submit proforma
1.5 attached in DOCUMENTS. In case, the tenderer/s failed to upload BID No No Not Allowed
CAPACITY PROFORMA along with offer, their/his offer shall be considered as
incomplete and will be rejected summarily.
In case tenderer is other than sole proprietorship firm, following documents
1.6 No No Not Allowed
shall be uploaded by the tenderer:
In case the Tenderer is a Partnership Firm: [i] A notarized copy of Partnership
deed or a copy of the Partnership deed registered with the Registrar. [ii] A
notarized or registered Power of Attorney (duly registered as per prevailing
law) in favour of an individual to sign the tender documents and create liability
1.6.1 No No Not Allowed
against the Firm. [iii] PAN / TAN number of Partnership firm (PAN / TAN
number in the name of any of the constituent partners shall not be
considered). [iv] All other documents in terms of Para 10 of the Tender Form
(Second Sheet) above.
In case the Tenderer is a LLP Firm registered under LLP Act-2008 (i) A copy
of LLP Agreement, (ii) A copy of Certificate of Incorporation; and (iii) A copy of
Power of Attorney/Authorization issued by the LLP Firm in favour of the
1.6.2 No No Not Allowed
individual to sign the tender on behalf of the LLP Firm and create liability
against the Firm. (iv) Copy of PAN number of the LLP Firm. [v] All other
documents in terms of Para 10 of the Tender Form (Second Sheet) above.
In case the Tenderer is a Company registered under Companies Act-2013: (i)
The copies of MOA (Memorandum of Association) / AOA (Articles of
Association) of the company (ii) A copy of Certificate of Incorporation (iii) A
copy of Authorization/Power of Attorney issued by the Company (backed by
1.6.3 No No Not Allowed
the resolution of Board of Directors) in favour of the individual to sign the
tender on behalf of the company and create liability against the company.(iv)
copy of PAN number of the Company. and (v) All other documents in terms
Para 10 of the Tender Form (Second Sheet) above
In case the Tenderer is a Registered Society & Registered Trust: (i) A copy of
the Certificate of Registration. (ii) A copy of Memorandum of Association of
Society/Trust Deed; (iii) A copy of Power of Attorney in favour of the individual
1.6.4 to sign the tender documents and create liability against the Society/Trust. And No No Not Allowed
(iv) A copy of Rules and Regulations of the society (v) Copy of PAN number of
the Society/Trust. (vi) All other documents in terms Para 10 of the Tender
Form (Second Sheet) above.
Incase JV Firms are allowed to participate: Uploading of MEMORANDUM OF
1.7 UNDERSTANDING as per the format given in "Documents attached with No No Not Allowed
tender" and also below documents
In case one or more members is/are Proprietary Firm or HUF, the following
documents shall be enclosed: (i) A copy of notarized affidavit on Stamp Paper
declaring that his/her Concern is a Proprietary Concern and he/she is sole
1.7.1 No No Not Allowed
proprietor of the Concern OR he/she is in position of "KARTA" of Hindu
Undivided Family (HUF) and he/she has the authority, power and consent
given by other partners to act on behalf of HUF.
In case one or more of the members of the JV is/are partnership firm(s),
following documents shall be submitted: (i) A notarized copy of the Partnership
Deed or a copy of the partnership deed registered with the Registrar. (ii)A
copy of consent of all the partners or individual authorized by partnership firm,
1.7.2 No No Not Allowed
to enter into the Joint Venture Agreement on a stamp paper. (iii) A notarized or
registered copy of Power of Attorney in favour of the individual to sign the
MOU/JV Agreement on behalf of the partnership firm and create liability
against the firm.
In case one or more members of the JV is/are companies, the following
documents shall be submitted: (i) A copy of resolutions of the Directors of the
Company, permitting the company to enter into a JV agreement. (ii) The
copies of MOA (Memorandum of Association) / AOA (Articles of Association) of
1.7.3 the company. (iii) A copy of Certificate of Incorporation. (iv) A copy of No No Not Allowed
Authorization/copy of Power of Attorney issued by the Company (backed by
the resolution of Board of Directors) in favour of the individual to sign the
tender, sign MOU/JV Agreement on behalf of the company and create liability
against the company
In case one or more members of the JV is/are LLP firm/s, the following
documents shall be submitted: (i) A copy of LLP Agreement. (ii) A copy of
Certificate of Incorporation of LLP. (iii) A copy of resolution passed by partners
of LLP firm, permitting the Firm to enter into a JV agreement. (iv) A copy of
1.7.4 No No Not Allowed
Authorization /copy of Power of Attorney issued by the LLP firm (backed by
resolution passed by the Partners) in favour of the individual, to sign the
tender and/or sign the MOU/ JV agreement on behalf of the LLP and create
liability against the LLP.
In case one or more members of the JV is/are Society/s or Trust/s, the
following documents shall be submitted: (i) A copy of Certificate of
Registration. (ii) A copy of Memorandum of Association of Society/Trust Deed.
1.7.5 No No Not Allowed
(iii) A copy of Rules & Regulations of the Society. (iv) A copy of Power of
Attorney, in favour of the individual to sign the tender documents and create
liability against the Society/Trust
Uploading of Declaration regarding Employment of Retired Engineer/Retired
2 Railway Officer as per clause no.16 of Part-I of GCC April 2022. [in the format No No Not Allowed
attached in - Documents]
Uploading of NEFT FORM - as per the format attached with the tender
3 No No Not Allowed
document.
The list of personnel / organization on hand and proposed to be engaged for
4 No No Not Allowed
the tendered work.
List of Plant & Machinery available on hand and proposed to be inducted and
5 No No Not Allowed
hired for the tendered work.
Uploading of Statement Showing the particulars of Works on Hand & Works
6 No No Not Allowed
Completed as per the format attached to the tender document
Commercial-Compliance
General Instructions
DRAWINGS FOR WORKS: The percentage rates for the schedule items and
itemized rates for the non-scheduled items quoted by the tenderer as may be
accepted by the railways will, hold good irrespective of any changes,
modifications, alterations, additions, omissions in the locations of structures
and detailed drawings, specifications and/or the manner of executing the work.
It should be specifically noted that some of the detailed drawings may not have
been finalized by the Railway and will, therefore, be supplied to the contractor
3 as and when they are finalized on demand. No compensation whatsoever on No No Not Allowed
this account shall be payable by the Railway Administration. No claim
whatsoever will be entertained by the Railway on account of any delay or hold
up of the works arising out of delay in approval of drawings, changes,
modifications, alterations, additions, omission and the site layout plans or
detailed drawings and design and/or late supply of such material as are
required to be arranged by the Railway or due to any other factor on Railway
Accounts.
Manual tenders, supporting documents etc., sent by Post/FAX/Courier or in
4 No No Not Allowed
Person SHALL NOT BE ACCEPTED.
All requisite documents are to be properly submitted online only and the
4.1 bidders should ensure that the content of the documents uploaded is distinctly No No Not Allowed
legible /readable.
CORRIGENDUM NOTICE ON IREPS: Railway may modify the tender
document by issuing online corrigendum through "www.ireps.gov.in" 15 days
prior to the tender closing date. For the purpose of CORRIGENDUM in the
5 tender, NIT period is splitted as under: (a) ADVERTISEMENT PERIOD: The No No Not Allowed
time during which all information pertaining to tender shall be available but
offers cannot be submitted (b) OFFER SUBMISSION PERIOD: 15 days prior to
closing of tender, during which tenderers can submit their offer.
If the Bid of a Tenderer is seriously unbalanced in relation to the Engineer's
estimate of the cost of work to be performed under the contract, the Railways
6 may require the tenderer to produce detailed price analysis for any or all items No No Not Allowed
of the Tender Schedule, to demonstrate the internal consistency of those
prices with the construction methods and schedule proposed.
No Technical and Financial credentials are required for tenders having value
up to Rs 50 lakh. For tenders valuing more than Rs. 50.00 lakh: The offer of
Tenderer(s) who do not enclose Experience Certificate & Turnover Certificate
7 No No Not Allowed
with requisite details, and supporting documents along with their Tender to
establish their credentials shall be summarily rejected, even though they are
working contractors or contractors on approved list.
The offer shall be evaluated only from the certificates/documents submitted
7.1 No No Not Allowed
along with the tender offer.
Any Certificate /Documents offered / submitted /received after the tender
7.2 No No Not Allowed
opening shall not be given any credit and shall not be considered.
Attestation of documents may be self attested or attested by a Gazetted
7.3 No No Not Allowed
Officer.
Railwayreservestherighttoverifythe authenticityofthe documents/information
7.4 No No Not Allowed
furnished.
IRSGCC para 6.0 of part-I (a)(ii) Tenderers will examine the various provisions
of The Central Goods and ServicesTax Act, 2017(CGST)/ Integrated Goods
and Services Tax Act, 2017(IGST)/ Union Territory Goods and Services Tax
Act, 2017(UTGST)/ respective state's State Goods and Services Tax Act
(SGST) also, as notified by Central/State Govt.& as amended from time to time
and applicable taxes before bidding. Tenderers will ensure that full benefit of
Input Tax Credit (ITC) likely to be availed by them is duly considered while
quoting rates. (a)(iii) The successful tenderer who is liable to be registered
under CGST/IGST/UTGST/SGST Act shall submit GSTIN along with other
details required under CGST/IGST/ UTGST /SGST Act to railway immediately
after theaward of contract, without which no payment shall be released to the
8 Contractor. The Contractor shall be responsible for deposition of applicable No No Not Allowed
GST to the concerned authority. (a)(iv) In case the successful tenderer is not
liable to be registered under CGST/IGST/UTGST/ SGST Act, the railway shall
deduct the applicable GST from his/their bills under reverse charge
mechanism (RCM) and deposit the same to the concerned authority. (b) When
work is tendered for by a firm or company, the tender shall be signed by the
individual legally authorized to enter into commitments on their behalf. (c) The
Railway will not be bound by any power of attorney granted by the tenderer or
by changes in the composition of the firm made subsequent to the execution
of the contract. It may, however, recognize such power of attorney and
changes after obtaining proper legal advice, the cost of which will be
chargeable to the Contractor.
Increase/decrease of TAXES: if rates of existing GST or cess on GST for
Works Contract is increased or any new tax /cess on Works Contract is
imposed by Statute after the date of opening of tender but within the original
date of completion/date of completion extended under clause 17 & 17A and
the Contractor thereupon properly pays such taxes/cess, the Contractor shall
8.1 No No Not Allowed
be reimbursed the amount so paid. Further, if rates of existing GST or cess on
GST for Works Contract is decreased or any tax/cess on Works Contract is
decreased / removed by Statute after the date of opening of tender, the
reduction in tax amount shall be recovered from Contractor's bills/Security
Deposit or any other dues of Contractor with the Government of India.
This tender complies with PUBLIC PROCUREMENT POLICY ORDER-2017
dated 15.06.2017.Please enter the percentage of local content in the material
being offered. Please enter 0 for fully imported items, and 100 for fully
9 indigenous items. The definition and calculation of local content shall be in No No Not Allowed
accordance with the Make in India policy as incorporated in the tender
conditions. Provisions of Make in India Policy 2017 issued by Govt. of India, as
amended from time to time, shall be followed for consideration of tenders.
Fixed Deposit Receipts (FDRs) submitted after award of tender towards
10 Security Deposit/Performance Guarantee should be with automatic renewal No No Not Allowed
facility only.
CONSORTIUM AGREEMENTS AND MOUS SHALL NOT BE CONSIDERED
11 No No Not Allowed
FOR PARTICIPATING IN THIS TENDER.
Tenderer(s) shall note that conditional/alternate offer will not be considered
12 and will summarily be rejected, even though such condition makes them as the No No Not Allowed
lowest tenderer.
Shramik kalyan While processing payment of any 'On Account Bill' or 'Final Bill'
or release of 'Advances' or 'Performance Guarantee / Security deposit',
contractor shall submit a certificate to the Engineer or Engineer's
13 representatives that "I have uploaded the correct details of contract labours No No Not Allowed
engaged in connection with this contract and payments made to them during
the wage period in Railway's Shramikkalyan portal at
'www.shramikkalyan.indianrailways.gov.in' till ____Month, ____Year.
Date of inviting tender shall be the date of publishing tender notice on IREPS
14 website if tender is published on website or the date of publication in No No Not Allowed
newspaper in case tender is not published on website.
Special Conditions
Bidders should carefully read all the conditions and the Special Conditions
along with Special Conditions - General & Technical, which are annexed to the
tender document in the DOCUMENTS attached to the tender. These special
conditions form part of the tender document and will supplement to the
1 No No Not Allowed
conditions of GCC April - 2022 along with updated correction slips GCC April-
2022. Where the provisions of these special conditions are at variance with
GCC and other documents mentioned above, these Special Conditions shall
prevail.
MOBILISATION ADVANCE IS APPLICABLE FOR TENDERS OF VALUE Rs. 25
2 CRORES OR ABOVE. as detailed in Special Conditions - General attached to No No Not Allowed
the tender in documents.
IN CASE OF ADVERTISED TENDER VALUE IS MORE THAN Rs. 10 CRORES,
3 No No Not Allowed
JOINT VENTURE (JV) FIRMS ARE ALSO CONSIDERED FOR ELIGIBILITY.
IN CASE OF ADVERTISED TENDER VALUE IS MORE THAN RS. 20
CRORES: The tender/technical bid will be evaluated based on bid capacity
formula detailed as Annexure-VI of IRSGCC April - 2022. NOTE: i)The
Tenderer(s) shall furnish the details of existing commitments and balance
amount of ongoing works with tenderer as per the prescribed proforma of
4 Railway for statement of all works in progress and also the works which are No No Not Allowed
awarded to tenderer but yet not started up to the of inviting of tender. In case
of no works in hand, a 'NIL' statement should be furnished. This statement
should be submitted duly verified by Chartered Accountant.(ii) In case, the
tenderer/s failed to submit the above statement along with offer, their/his offer
shall be considered as incomplete and will be rejected summarily.
IN CASE OF ADVERTISED TENDER VALUE IS MORE THAN RS. 50
CRORES: Electronic Reverse Auction (e-RA) method will be applicable as per
5 No No Not Allowed
guide lines issued by Railway Board vide Lr no. 2017/Trans/01/Policy/Pt-S Dt
28/3/2018. (Copy attached in the list of documents)
Price Variation Clause (PVC) is applicable If the advertised tender value above
Rs.2 Crores . As detailed in -ACS No 1 for Para 46A of IRGCC April - 2022
attached to the tender in - DOCUMENTS. This clause is not applicable for AT
welding portions supply contract. Base Month: The Base Month for 'Price
6 No No Not Allowed
Variation Clause' shall be taken as the one month prior to closing of tender,
unless otherwise stated elsewhere. The quarter for applicability of PVC shall
commence from the month following the Base month. The Price Variation shall
be based on the average Price Index of the quarter under consideration.
Technical-Compliances
Undertakings
(i)I/We have read the various conditions of the tender attached hereto and
hereby agree to abide by the said conditions. I/We also agree to keep this
tender open for acceptance for the period mentioned in the tender document
[NIT HEADER] from the date fixed for opening the same and in default thereof,
I/We will be liable for forfeiture of my/our Earnest Money Deposit submitted. (ii)
I/We offer to do the work at the percentage rates quoted by me/us in the
attached schedule and bind myself/ourselves to complete the work within the
period of completion given in this tender document[NIT HEADER] from the
date of issue of letter of acceptance of this tender. I/We also hereby agree to
abide by the IRGCC and Special Conditions of contract and to carry out the
1 works according to the IRU Standard Specifications for materials and works, No No Not Allowed
2010, laid down by South Western Railway for the present contract. (iii) The
full value of the earnest money paid shall stand forfeited without prejudice to
any other rights or remedies of the railway if (a) I/We do not execute the
contract document within seven days after receipt of notice issued by the
Railway that such documents are ready: OR (b) I/We do not commence the
work within fifteen days after receipt of orders to that effect. (iv) Until a formal
agreement is prepared and executed, acceptance of this tender shall
constitute a binding contract between us subject to modifications, as may be
mutually agreed to between us and indicated in the letter of acceptance of
my/our offer for this work.
I/We fail to submit the requisite Performance Guarantee [P.G] in the
prescribed format even after 60 (Sixty days) from the date of issue of Letter of
2 Acceptance, we are aware that the contract liable to be terminated duly No No Not Allowed
forfeiting EMD and other dues, if any payable against the contract. Also, I/We
shall be debarred from participating in the retender for this work
I/We understand that no post-tender correspondence will be entertained;
however, if any clarification is required by the Railway, the same will be sought
3 from the tenderer. Also, I/We are aware that any Certificate/ Documents No No Not Allowed
offered after the tender opening shall not be given any credit and shall not be
considered
I/we do hereby solemnly affirm and state on behalf of the tenderer including its
4 No No Not Allowed
constituents as under:
(i) I/We the tenderer(s) am/are signing this document after carefully reading
the contents. (i) I/We declare and certify that I/We have not made any
misleading or false representation in the documents, forms, statements
attached in proof of the qualification requirements. (iii) I/We also understand
4.1 that my/our offer will be evaluated based on the documents/credentials No No Not Allowed
uploaded along with the offer and the same shall be binding upon me/us. (iv)
I/We declare that the information and the documents attached along with the
tender by me/us are correct and I/We are fully responsible for the correctness
of the information and the documents submitted by us.
I/We understand that, if any of the certificates regarding eligibility criteria
submitted by us are found to be forged / false / incorrect will lead to banning of
business with the tenderer/all the partners in case of partnership firm/all the
members of a JV in case of a Joint Venture on entire Indian Railways for 5
4.2 years. i) if it is found during the process of evaluation of tender, it shall lead to No No Not Allowed
forfeiture of the EMD, and my/our offer shall be summarily rejected. ii) If it is
found after the award of the contract, it will lead to termination of contract
along with forfeiture of EMD/SD and PG besides any other action provided in
the contract.
It is certified that I/We/HUF/Company/LLP have not been blacklisted or
debarred by Railways or any other Ministry/Department/public sector
undertaking of the government of India/State Government from participation in
tenders/contract on the date of opening of bids, EITHER in individual capacity
5 or in any firm in which we are/were partners or as a member of JV firm in No No Not Allowed
which I/We/HUF/Company/LLP were/are members. I/We understand if above
declaration found to be false/incorrect at any time during process of evaluation
of bid or after the award of contract, will lead to determination under Clause 62
of the General Conditions of Contract.
I/We indemnify and save harmless the Railway from and against all actions,
suit proceedings losses, costs, damages, charges, claims and demands of
every nature and description brought or recovered against the Railways by
reason of any act or omission of the Contractor, his agents or employees, in
6 No No Not Allowed
the execution of the works or in his guarding of the same. All sums payable by
way of compensation under any of these conditions shall be considered as
reasonable compensation to be applied to the actual loss or damage
sustained, and whether or not any damage shall have been sustained.
I/We are aware that: Should the Railway decide to negotiate with a view to
bring down the rates, the tenderer called for negotiations should furnish the
following form of declaration before commencement of negotiations. I/We ------
------------------- do declare that in the event of failure of contemplated
negotiations relating to Tender No. ..........., dt............ Item No. opened on
dt:.......... my original tender shall remain open for acceptance on its original
terms and condition. I also declare that I am aware that during this
7 negotiations, I cannot increase the originally quoted rates against any of the No No Not Allowed
individual items and that in the event of my doing so the same would not be
considered at all i.e., reduction in rates during negotiation alone would be
considered and for some items if I/we increase the rates, the same would not
be considered and in lieu my originally quoted rates alone would be
considered and my offer would be evaluated accordingly. I/We are also aware
that the validity of such negotiated offer will be 30 days from the date of
negotiations or the validity of original offer, whichever is later.
I/we aware that: for all the tenders having advertised cost of Rs. 10 lakh or
8 above, there is a provision to take payment from Railways through a letter of No No Not Allowed
credit (LC) arrangement.
Custom
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.