0% found this document useful (0 votes)
70 views10 pages

Dy CSTE/RE/KKK Acting For and On Behalf of The President of India Invites E-Tenders Against Tender No RE-KKK-Tele-OT-57 Closing

Download as pdf or txt
Download as pdf or txt
Download as pdf or txt
You are on page 1/ 10

CORE-KKK-S AND T/CORE

TENDER DOCUMENT
Tender No: RE-KKK-Tele-OT-57 Closing Date/Time: 08/07/2022 14:00

Dy CSTE/RE/KKK acting for and on behalf of The President of India invites E-Tenders against Tender No RE-KKK-Tele-OT-57 Closing
Date/Time 08/07/2022 14:00 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

SUPPLY , INSTALLATION, TESTING & COMMISSIONING OF OFC LINK WITH


SP/SSP/TSS AND TOWER WAGON SIDING (MALDA) FROM OFC HUT INCLUDING
Name of Work
TRENCHING, LAYING, JOINTING OF OPTICAL FIBRE CABLE IN TILDANGA,
JAMIRGHATA, KHALTIPUR, MALDA SECTION OF EASTERN RAILWAY.
Bidding type Normal Tender
Tender Type Open Bidding System Single Packet System
Tender Closing Date Time 08/07/2022 14:00 Date Time Of Uploading Tender 07/06/2022 17:54
Pre-Bid Conference
No Pre-Bid Conference Date Time Not Applicable
Required
Advertised Value 14945429.79 Tendering Section S AND T
Bidding Style Single Rate for Each Schedule Bidding Unit
Earnest Money (Rs.) 224700.00 Validity of Offer ( Days) 45
Tender Doc. Cost (Rs.) 0.00 Period of Completion 6 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 24/06/2022 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 A1A-Chapter No.I 18348.69
Below/Par
Please see Item Breakup for details. 14490.00 26.63 18348.69
1
Description:- Preparation of Cable route plan.

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Above/
Schedule A1B-Chapter No.II 9063038.89
Below/Par
Please see Item Breakup for details. 7700118.00 17.70 9063038.89
2
Description:- Cable Laying and cable drum Transportation

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Above/
Schedule A1C-Chapter No.III 532047.08
Below/Par
Please see Item Breakup for details. 438657.00 21.29 532047.08
3
Description:- Jointing and termination of cables.

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Above/
Schedule A1D-Chapter No.IV 145439.17
Below/Par
Please see Item Breakup for details. 121564.00 19.64 145439.17
4
Description:- Wiring, testing, Installation, and commissioning of equipments including OFC equipments.

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Above/
Schedule A1E-Chapter No.V 2750090.48
Below/Par
Please see Item Breakup for details. 2339507.00 17.55 2750090.48
5
Description:- Supply of equipments including OFC equipments.

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

Pa g e 1 o f 10 Ru n Da te/Time: 0 9 /0 6 /2 0 2 2 14:36 :47


CORE-KKK-S AND T/CORE
TENDER DOCUMENT
Tender No: RE-KKK-Tele-OT-57 Closing Date/Time: 08/07/2022 14:00

Above/
Schedule A2A-NON-SOR 27903.00
Below/Par
Please see Item Breakup for details. 27903.00 AT Par 27903.00
1
Description:- NON-SOR

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Above/
Schedule A2B-NON SOR OTHERS 2408562.48
Below/Par
Please see Item Breakup for details. 2408562.48 AT Par 2408562.48
1
Description:- NS-OTHERS

3. ITEM BREAKUP

Schedule Schedule A1A-Chapter No.I


Item- 1 Preparation of Cable route plan.
S No. Item Description of Item Unit Qty Rate Amount
No
1 011010 Final location joint survey of proposed cable route plan Kilometre 15.00 966.00 14490.00
(Quad / OFC cable) and submission for approval of
Railway.The details instruction / guide lines regarding joint
survey and preparation of cable route plan are given in
Tender document. Contractor will submit two copies of
prints with soft copy to checking by Railways. If alterations
are suggested by Railways, then again two copies of prints
will be provided for advance approval after carrying out all
the alterations as suggested / proposed by Railways.
Tracing will be provided to approval by Railway. All
drawings will be prepared in CAD. It also includes
preparation and submission of final cable route plan on 75
microne standard polyster film which includes details of
entire section in which quad / OFC cables are laid. Once
Railway has approved and signed tracings for cable route
plan then contractor will submit 6 (six) sets of zerox copies
for cable route plan in proper binding form.
Total 14490.00
Schedule Schedule A1B-Chapter No.II
Item- 2 Cable Laying and cable drum Transportation
S No. Item Description of Item Unit Qty Rate Amount
No
1 021010 Trenching up to depth of 1000 mm with 300 mm wide base Kilometre 20.00 57718.00 1154360.00
in all types of soil (Normal soil, Hard soil & Black cotton soil
except rocky soil ) and backfilling after laying of HDPE pipe
/ OFC cable and 6 quad/PIJF cable etc. at 1000mm & 800
mm depth respectively as per Drg.
No.CORE/S&T/ALD/SK/571/04 Ramming and consolidation
of soil in trenches as well as disposal of the soil if any.
2 021080 Supply & laying of RCC pipe/ split pipe of 150 mm dia, 2 Metre 400.00 461.00 184400.00
meter long in trenches near Traction sub station .
3 021090 Supply and placing of second class bricks of standard size Numbers 84000.00 9.00 756000.00
at site along the excavated trenches within station limit /
station area. The contractor shall arrange to place the
bricks flat and position them breadthwise so that an
average eight to nine bricks shall be laid.
4 021120 Supply & fixing of perforated G.I. Pipe of 80mm/75 mm Metre 150.00 1912.00 286800.00
outer/ internal dia as per arrangement shown in Drg No.
CORE/S&T/ALD/SK/589/2007 on Girder bridges up to 6
metres for protection of OFC or 6 quad cable. (with no
intermediate support) (Required HDPE pipe shall be
procured through seperate item of contract by Railway and
supplied to contractor for execution of works in case OFC
to be laid )

Pa g e 2 o f 10 Ru n Da te/Time: 0 9 /0 6 /2 0 2 2 14:36 :47


CORE-KKK-S AND T/CORE
TENDER DOCUMENT
Tender No: RE-KKK-Tele-OT-57 Closing Date/Time: 08/07/2022 14:00

5 021130 Supply & fixing of perforated G.I. Pipe of 80mm/75 mm Metre 150.00 1269.00 190350.00
outer/ internal dia as per arrangement shown in Drg No.
CORE/S&T/ALD/SK/589/2007 on Girder bridges more than
6 metre and up to 12 metres for protection of OFC O R 6
quad cable separately (with one intermediate support)
(Required HDPE pipe shall be procured through seperate
item of contract by Railway and supplied to contractor for
execution of works in case OFC to be laid )
6 021160 Supply & fixing of perforated G.I. Pipe of 80mm/75 mm Metre 100.00 1269.00 126900.00
outer/ internal dia as per arrangement shown in Drg No.
CORE/S&T/ALD/SK/578/04 on Culverts (pipe box) with
high flood level varying from 6 meter to 12 meter for
protection of OFC OR 6 quad cable separately (Required
HDPE pipe shall be procured through seperate item of
co n tr a ct by Railway and supplied to contractor for
execution of works in case OFC to be laid in work)
7 021170 Supply & fixing of perforated G.I. Pipe of 80mm/75 mm Metre 100.00 1912.00 191200.00
outer/ internal dia as per arrangement shown in Drg No.
CORE/S&T/ALD/SK/578/04 on Culverts (pipe box) with
high flood level up to 6 metres for protection of OFC OR 6
quad cable separately (with no intermediate support)
(Required HDPE pipe shall be procured through seperate
item of contract by Railway and supplied to contractor for
execution of works)
8 021180 Supply & fixing of RCC Pipe of 150 mm internal dia as per Metre 100.00 754.00 75400.00
arrangement shown in Drg No. CORE/S&T/ALD/SK/576/04
at belows Culverts and water logged area varying from 6
meter to 12 meter in RCC pipe for protection of OFC
and/or 6 quad cable (Required HDPE pipe shall be
procured through seperate item of contract by Railway and
supplied to contractor for execution of works in case OFC
to be laid in work)
9 021190 Trenching and refilling of trenches at places under track Metre 100.00 148.00 14800.00
and road. Level crossing gate, cutting near FP as per Drg
No. CORE/S&T/ALD/SK/572/04
10 021200 Trenching /cutting , reffiling & cement concreating on Metre 300.00 279.00 83700.00
plateform as decided by Railway Engineer
11 021210 Supply & laying of RCC pipe of 150 mm dia, 2 meter at Metre 100.00 399.00 39900.00
places under track and road. Level crossing gate,
plateforms near FP for protection of OFC & 6 quad or OFC
or 6 quad cable / PIJF cable to be laid
12 021240 Chase cutting 500 mm deep in hard rocky area as per Drg Metre 500.00 300.00 150000.00
No.CORE/S&T/ALD/SK/579/04 per metre.
13 021250 Execution of trench less horizontal boring (HDD) work Metre 2500.00 1352.00 3380000.00
(boring size up to 125 mm) up to a depth of minimum 1.00
mtr from the ground level at location, as per direction of
engineer in charge. This includes supply & laying of DWC
HDPE pipe as per specification No. IS 14930 part II or
latest of 120 mm OD/103 mm ID). This includes all
accessories and tools required to do the trenchless
horizontal boring.
14 021260 Supply of 50 mm dia HDPE DWC pipe along with fittings & Metre 150.00 414.00 62100.00
fixing of same at stations, cabins and other buildings with
fixing materials as per drawing
no.RE/S&T/ALD/SK/495/2000 and making necessary entry
arrangements duly approved by engineer incharge as per
requirement.This includes all accessories and tools
required to do the works.
15 021270 Blowing / drawing of OFC cable in the HDPE pipe duct and Kilometre 20.00 8256.00 165120.00
in protective works already provided.
16 021280 Laying of HDPE duct in the trenches and in the protective Kilometre 20.00 5950.00 119000.00
works already provided including in HDD portion and
supply pulling of Nylone rope through it at diffident places
as per direction of engineer in charge or site engineer.

Pa g e 3 o f 10 Ru n Da te/Time: 0 9 /0 6 /2 0 2 2 14:36 :47


CORE-KKK-S AND T/CORE
TENDER DOCUMENT
Tender No: RE-KKK-Tele-OT-57 Closing Date/Time: 08/07/2022 14:00

17 021290 Laying of 6 quad cable / derivation cable /PIJF cable in the Kilometre 22.00 4504.00 99088.00
trenches and in the protective works already provided at
different places as per direction of engineer in charge or
site engineer.
18 021300 Loading, unloading and transportation of cable drums of Drum- 13000.00 27.00 351000.00
OFC from Railway depot to the site of work. Measurement Km
for the purpose of payment shall be Railway Track Kms
19 021310 Loading, unloading and transportation of cable drums of 6 Drum- 15000.00 18.00 270000.00
quad cable & derivation cable from Railway depot to the Km
site of work. Measurement for the purpose of payment
shall be Railway Track Kms
Total 7700118.00
Schedule Schedule A1C-Chapter No.III
Item- 3 Jointing and termination of cables.
S No. Item Description of Item Unit Qty Rate Amount
No
1 031020 Supply and fixing of 20 pair C.T. Box and termination of Numbers 30.00 1971.00 59130.00
cable as per Tech. Spcn Section III, Chapter IX and as per
details given in jointing schedule approved by the
Engineers.
2 031050 Supply of of OFC joint closure as per Tech. spec. given in Numbers 10.00 8805.00 88050.00
Section III Chapter IX and its installation, splicing of OFC
after testing of all fibres as per specifications, drawings and
stipulations of tender documents as detailed in section III
chapter VI as per cable route plan. This includes provision
of pit & all needed materials for splicing of OFC &
installation of joint closures .
3 031060 Supply of Thermo shrink jointing kit as per Spec. given in Numbers 15.00 2789.00 41835.00
Section III Chapter IX & its installation for 6 quad cable for
straight through joints and derivation joints for L C gate,
pump house etc. where V F Transformers are not
required.
4 031070 Supply of Thermo shrink jointing kit as per Spec. given in Numbers 15.00 3242.00 48630.00
Section III Chapter IX & its installation for 6 quad cable for
derivation/ termination joints with V F Transformers .(VF
Transformer shall be procured against SOR Item No.
00520 and issued to contractor for execution of work.)
5 031090 Supply, installation of 50 pair Krone termination box as per Numbers 4.00 2461.00 9844.00
specifications, drawings and stipulations of tender
documents. This includes all materials required for fixing
including salwood /hylem board in cable hut and hardware
required for fixing. This also includes termination of all
cables and other associated works.
6 031100 Supply and Installation of Fibre distribution management Numbers 8.00 23896.00 191168.00
system including accessories complete as per RDSO
specification No. RDSO/SPN/TC/037-2000 (Rev 2) suitable
for termination of two nos 24 fibre OFC at Repeater station
/ cable hut in 19"rack and splicing of fibre with pig tail cable
as per specification. This includes testing of OFC cable (
All items required for execution of work shall be supplied
by the contractor).
Total 438657.00
Schedule Schedule A1D-Chapter No.IV
Item- 4 Wiring, testing, Installation, and commissioning of equipments including OFC equipments.
S No. Item Description of Item Unit Qty Rate Amount
No

Pa g e 4 o f 10 Ru n Da te/Time: 0 9 /0 6 /2 0 2 2 14:36 :47


CORE-KKK-S AND T/CORE
TENDER DOCUMENT
Tender No: RE-KKK-Tele-OT-57 Closing Date/Time: 08/07/2022 14:00

1 041010 Wiring, testing, installation & commissioning of control Numbers 1.00 1272.00 1272.00
room HQ equipment for controller,s use operated on 48
volt DC. (This includes supply of all materials for execution
of work such as PVC casing & caping, fixing materials
10/20 pair indoor PVC cable, wiring & masonary works
except control room HQ equipment which will be procured
by Railway against other SOR item & issued to contractor
for execution).
2 041020 Wiring, testing & installation of Test room equipment on Numbers 1.00 1272.00 1272.00
19" rack. (This includes supply of all materials for
execution of work such as PVC casing & caping, fixing
materials 10/20 pair indoor PVC cable, wiring & masonary
works except Test room equipment which will be procured
by Railway against other SOR item & issued to contractor
for execution).
3 041030 Installation, wiring, testing & commissioning of way side Numbers 4.00 2394.00 9576.00
equipments on the rack per station wise. (This includes
supply of all materials for execution of work except way
side equipments which will be procured by Railway against
other SOR item & issued to contractor for execution).
4 041050 Installation of DTMF /way side Telephone in all stations, Set 8.00 981.00 7848.00
SP, SSP and TSS. This includes supply & fixing of DP, PVC
Channel, Telephone bracket and laying/ termination of
switch board cable.
5 041080 Installation and commissioning of Primary digital drop Numbers 4.00 6870.00 27480.00
insert Multiplexer with all accessories and power supply
connection, surge and lightning protection arrangement,
racks including indoor Krone box, ladder etc in cable hut
including wiring of all the equipments up to Krone / C.T.
Box of out-door quad / derivation cables.
6 041090 Supply, installation and commissioning of earthing Numbers 4.00 17265.00 69060.00
arrangement (ring earth) as per the technical supplement
(Section III, Chapter VIII) at each location of OFC
installation.
7 041100 Installation, wiring and commissioning of battery chargers Numbers 4.00 1264.00 5056.00
& charging and installation of low maintenance lead acid
cells on wooden (Sal) rack at each station as per para 5.2
of Sec III, chapter VII of tender document.
Total 121564.00
Schedule Schedule A1E-Chapter No.V
Item- 5 Supply of equipments including OFC equipments.
S No. Item Description of Item Unit Qty Rate Amount
No
1 051010 Supply of control room equipment operated on 48 V DC, Numbers 2.00 130535.00 261070.00
with three digit 7 segment LED display and way station
calling facility up to 80 stations by pressing push button
along with 20 local Telephone calling facility with
microphone speaker and handset along with remote
patching equipment capacity as per RDSO specification
No. RDSO/SPN /TC/66 /2007 with ammendment-2,
including latest amendment.
2 051020 Supply of Test room equipment with 19" Rack mounting 48 Numbers 2.00 132077.00 264154.00
V DC operated directly interface with OFC 4wire circuit as
per RDSO specification no. RDSO/SPN/TC/66/2007 with
ammendment-2, including latest amendment.
3 051030 Supply of way station control equipment as per RDSO Numbers 8.00 63600.00 508800.00
specification No. RDSO/SPN/TC/66/07 with amendment 2
including latest amendment with necessary mounting
arrangement on composite rack or on wall as decided by
site engineer. It shall be 48 VDC operated provide to give
connect to at least four station Telephone and have a
facility to give more connections by using 3 way amplifier.

Pa g e 5 o f 10 Ru n Da te/Time: 0 9 /0 6 /2 0 2 2 14:36 :47


CORE-KKK-S AND T/CORE
TENDER DOCUMENT
Tender No: RE-KKK-Tele-OT-57 Closing Date/Time: 08/07/2022 14:00

4 051050 Supply of push button telephone Pulse /Tone switchable Numbers 8.00 477.00 3816.00
Telephone set with Redial, Mute, Pause, Flash Tone/
Pulse Facility as per TEC spec No.GR/TEL-02/04 Sept 02
with amendment 2 including latest amendment.
5 051110 Supply of 2MB programmable primary digital drop insert Numbers 6.00 139557.00 837342.00
multiplexer with conference facility as per technical
specifications IRS:TC-68-2012 with latest amendments,
with other stipulations of tender document, fully wired for
30 channels complete with power supply unit, remote
control supervision facility & all other accessories,
installation material, technical manuals etc. The MUX shall
be equipped for 16 E&M VF circuits, 4 data circuits of
64kbps, 6 hot line/ subscriber interface circuits and 4
Exchange interface circuits and one V.24 low data
interface card for SCADA. The equipment shall be RDSO
approved on opening of bid
6 051120 Supply of surge suppressor for all the 30 circuits derived Numbers 4.00 7195.00 28780.00
from primary MUX,s (Z-protection) complete as per
technical specifications and other stipulations of tender
document.
7 051130 Supply of maintenance portable terminals including Numbers 1.00 73539.00 73539.00
associated software as per technical specifications and
other stipulations of tender document complete with all
accessories. It should be possible to plug in the
maintenance portable terminal at any of the stations to be
programmed for any network element from any location of
network and read the full status of any element in the
network from maintenance portable terminal.
8 051140 Supply of covered racks complete with all fittings and Numbers 4.00 29590.00 118360.00
accessories for housing SDH equipments, primary MUXs,
using krone module and other equipments like runway
ladders etc., completely wired and equipped for all
channels as per technical specifications and other
stipulations of tender document. It should be possible to
lock all the equipments with only order wire telephone
remaining outside the rack.
9 051150 Supply of SMPS based battery charger for telecom use of Numbers 4.00 49089.00 196356.00
230V AC/ 48V DC, 25 Amp capacities. This shall be
consisting of 3 modules of 12.5 Amps each in 2+1
configuration with automatic switching between the
modules as per RDSO spec No. RDSO/SPN/TL/23/99 (Ver.
III) with latest amendment (as on date of opening of
technical bid).
10 051180 Supply of 24 fiber straight joint closure (SJC) complete with Numbers 10.00 1945.00 19450.00
all accessories as per DOT spec G/OJC-01/01 of Aug 92
with latest amendment.
11 051200 V F Transformers (1 Quad/2T) as per Tech spcn. Given in Numbers 30.00 928.00 27840.00
Section III, chapter IX.
Total 2339507.00
Schedule Schedule A2A-NON-SOR
Item- 1 NON-SOR
S No. Item Description of Item Unit Qty Rate Amount
No
1 041110 Supply and fixing of earth pipe at places as advised by the Numbers 12.00 2325.25 27903.00
Engineer. This includes laying of earth lead wire and
connecting to earth electrode and to the equipments. (
Earthing to be done as per RDSO drg. No. TCA-565 (Adv)
with latest amendments as detailed in Section III chapter
VIII
Total 27903.00
Schedule Schedule A2B-NON SOR OTHERS
Item- 1 NS-OTHERS

Pa g e 6 o f 10 Ru n Da te/Time: 0 9 /0 6 /2 0 2 2 14:36 :47


CORE-KKK-S AND T/CORE
TENDER DOCUMENT
Tender No: RE-KKK-Tele-OT-57 Closing Date/Time: 08/07/2022 14:00

S No. Item Description of Item Unit Qty Rate Amount


No
1 1 Providing and fixing mediam grade G.I pipes complete with Metre 100.00 424.70 42470.00
G.I fittings including trenching and refilling etc,: External
work.(40mm dia normal bore)
2 2 Supply of integrated Access device supporting three Numbers 8.00 189093.88 1512751.04
tributary slots & one optical module supporting distance of
20 Kms with (1+1) protection on optical interface (one dual
core & one single core), 2 E1 ports and four 100 Mbps
ETH interface through optical interface and built in DSL
modem to work on quad or copper upto five Kms with auto
hangeover feature between DSL line and optical interfaces
and 3 tributary slots loaded with one 4 port E&M interface
supporting 2W/4W configurable for TPC/EC provision; One
tributary slot loaded with ETH module upporting RSTP
feature for connecting RTU and one tributary module
support4 port 2 Wire voice for connecting hotline &
Autophone (2 port each (FXO & FXS)) unit to support DC
power supply (18-72 VDC) & AC vide adapter
230VAC/110VAC); unit to be standard telecom rack
mountable and supplied with rack mounting kit/unit to have
E1 tributary module supporting 2 E1 as option for
converting E1 to ETH for RTU purpose at SP/SSP/TSS
locations: LANTANA/FABIO 4CSRE/ Team Engg/TEAM
ink/MOGRA/Nokia or similar, inspection by RDSO/RITES.
Spec. No.RDSO/SPN/TC/103/2013 Rev 2.0 option 3-2.1.7
& 2.6 all clauses included for SCADA connectivity.
3 3 Supply of Two port E1 module which can be Numbers 8.00 20514.57 164116.56
accommodated in the integrated access device to convert
E1 to ETH for SCADA purpose Similar inspection:
Consignee.
4 4 Installation, testing & Commissioning of OFC equipment for Numbers 8.00 11431.37 91450.96
SCADA as per location.
5 5 Supply of appropriate OFC pathch cords 1.5 metres) for Numbers 50.00 1864.96 93248.00
connecting FABIO or TANSY or similar with FDMS
(Inspection by Consignee)
6 6 Standard 1 9 " i n c h 1 2 U r a c k f o r h o u sin g F A B I O and Numbers 4.00 16960.00 67840.00
telecom items like FDMS etc., with wheel and power supply
arrangement of reputed make
7 7 Supply of 200 AH VRLA battery set, nominal voltage of 48 Numbers 4.00 109171.48 436685.92
volts, 200AH at 10 hrs fully charged complete with all
accessories and manual o f instructions with each sets as
p e r R D S O sp e cifica tio n S - 9 3 - 9 6 ( A ) w i t h latest
ammendments.
Total 2408562.48

4. ELIGIBILITY CONDITIONS

Special Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Meaning of similar nature of work: Any OFC / OFC & Quad / Quad Cable / underground Allowed
1 No No
telecom cable work involving trenching, laying, jointing of cable. (Mandatory)

Submission of Document Verification Certificate

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Please submit a certificate in the prescribed format (please download the format from the
link given below) for verification / confirmation of the documents submitted for
compliance of eligibility / qualifying criteria. Non submission of the certificate, or Allowed
1 No No
submission of certificate either not properly filled in, or in a format other than the (Mandatory)
prescribed format shall lead to summary rejection of your offer.
( Click here to download the Format of Self Certificatio)

Pa g e 7 o f 10 Ru n Da te/Time: 0 9 /0 6 /2 0 2 2 14:36 :47


CORE-KKK-S AND T/CORE
TENDER DOCUMENT
Tender No: RE-KKK-Tele-OT-57 Closing Date/Time: 08/07/2022 14:00

Standard Financial Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The tenderer must have minimum average annual contractual turnover of 1.5 V/N crores;
where V= Advertised value of the tender in crores of Rupees N= Number of years
prescribed for completion of work for which bids have been invited. The average annual
contractual turnover shall be calculated as an average of "total contractual payments" in
the previous three financial years, as per the audited balance sheet. However, in case Allowed
1 No No
balance sheet of the previous year is yet to be prepared/ audited, the audited balance (Mandatory)
sheet of the fourth previous year shall be considered for calculating average annual
contractual turnover. The tenderers shall submit requisite information, along with copies
of Audited Balance Sheets duly certified by the Chartered Accountant/ Certificate from
Chartered Accountant duly supported by Audited Balance Sheet.

Standard Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
(a)The tenderer must have successfully completed or substantially completed any one of
the following categories of work(s) during last 07 (seven) years, ending last day of month
previous to the one in which tender is invited: (i)Three similar works each costing not
less than the amount equal to 30% of advertised value of the tender, or (ii)Two similar
works each costing not less than the amount equal to 40% of advertised value of the
tender, or (iii)One similar work costing not less than the amount equal to 60% of
advertised value of the tender. (b) (1)In case of tenders for composite works (e.g. works
involving more than one distinct component, such as Civil Engineering works, S&T
works, Electrical works, OHE works etc. and in the case of major bridges - substructure,
superstructure etc.), tenderer must have successfully completed or substantially
completed any one of the following categories of work(s) during last 07 (seven) years,
ending last day of month previous to the one in which tender is invited: (i)Three similar
works each costing not less than the amount equal to 30% of advertised value of each
component of tender, or (ii)Two similar works each costing not less than the amount
equal to 40% of advertised value of each component of tender, or (iii)One similar work
each costing not less than the amount equal to 60% of advertised value of each
component of tender. Note for b(1): Separate completed works of minimum required
values shall also be considered for fulfillment of technical eligibility criteria for different
Allowed
1 components. (b)(2)In such cases, what constitutes a component in a composite work No No
(Mandatory)
shall be clearly pre-defined with estimated tender cost of it, as part of the tender
documents without any ambiguity. (b) (3) To evaluate the technical eligibility of tenderer,
only components of work as stipulated in tender documents for evaluation of technical
eligibility, shall be considered. The scope of work covered in other remaining
components shall be either executed by tenderer himself if he has work experience as
mentioned in clause 7 of the Standard General Conditions of Contractor through
subcontractor fulfilling the requirements as per clause 7 of the Standard General
Conditions of Contract or jointly i.e., partly himself and remaining through subcontractor,
with prior approval of Chief Engineer in writing. However, if required in tender documents
by way of Special Conditions, a formal agreement duly notarised, legally enforceable in
the court of law, shall be executed by the main contractor with the subcontractor for the
component(s) of work proposed to be executed by the subcontractor(s), and shall be
submitted along with the offer for considering subletting of that scope of work towards
fulfilment of technical eligibility. Such subcontractor must fulfill technical eligibility
criteria as follows: The subcontractor shall have successfully completed at least one
work similar to work proposed for subcontract, costing not less than 35% value of work
to be subletted, in last 5 years, ending last day of month previous to the one in which
tender is invited through a works contract.

5. COMPLIANCE

Commercial-Compliance

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Pa g e 8 o f 10 Ru n Da te/Time: 0 9 /0 6 /2 0 2 2 14:36 :47


CORE-KKK-S AND T/CORE
TENDER DOCUMENT
Tender No: RE-KKK-Tele-OT-57 Closing Date/Time: 08/07/2022 14:00

Tenderer will be required to submit copy of partnership deed with Registration


certificate of partnership firm alongwith offer (in case of partnership firm) .
Tenderer will submit copy of Memorandum of Understanding and Article of
Association in case of Company. Tenderer will submit copy of affidavit
alongwith offer (in case of proprietorship) the tenderer/s who are constituents
of firm, company association or society must necessarily upload the attested
copies of the constitution of their concern, partnership deed and power of Allowed
1 No No
attorney along with their tender. Tender documents in such cases are to be (Mandatory)
signed by such persons as may be legally competent to sign them on behalf of
the firm, company, association or society as the case may be. The
Cooperative societies must likewise submit a attested copy of their certificate
of registration along with the documents as above mentioned. Partnership
deed and power of attorney should be of proper stamp value as per the stamp
act. (Please see details as s.n.11 to 16 also)
Tenderer shall upload all the documents in support of minimum eligibility
criteria/credentials alongwith the tender offer. No documents in suport of
Allowed
2 minimum eligibility/criteria/credentials will be considered /accepted/entertained No No
(Mandatory)
after closing of tender and the decision will be taken based on the
documents/credentials submitted by the tenderer alongwith offer only.
Certificates which may be an attested Certificate from the client, Audited
Allowed
3 Balance Sheet duly certified by the Chartered Accountant etc regarding No No
(Mandatory)
contractual payments received in the past.
Tenderer shall upload all the documents in support of minimum eligibility
criteria/credentials alongwith the tender offer. No documents in suport of
Allowed
4 minimum eligibility/criteria/credentials will be considered /accepted/entertained No No
(Mandatory)
after closing of tender and the decision will be taken based on the
documents/credentials submitted by the tenderer alongwith offer only.
Certificates which may be an attested Certificate from the client, Audited
Allowed
5 Balance Sheet duly certified by the Chartered Accountant etc regarding No No
(Mandatory)
contractual payments received in the past.
Tenderer will be required to submit undertaking that he/they are not
Allowed
6 blacklisted/debarred from any department of central Govt./state Govt. or any No No
(Mandatory)
PSU.
Allowed
7 Tenderer has to upload a copy of PAN card alongwith the offer. No No
(Mandatory)
The tenderer shall supply the materials (whether RDSO/RITES/Consignee
Allowed
8 Inspection) with written authority from Railway and which shall be compatible No No
(Mandatory)
to existing system.
Please enter the percentage of local content in the material being offered.
Please enter 0 for fully imported items, and 100 for fully indigenous items. The Allowed
9 No Yes
definition and calculation of local content shall be in accordance with the Make (Optional)
in India policy as incorporated in the tender conditions.

General Instructions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Tenderer will be required to submit undertaking that he/they are not
1 blacklisted/debarred from any department of central Govt./state Govt. or any No No Not Allowed
PSU.

Technical-Compliances

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Tenderer shall upload all the documents in support of minimum eligibility
criteria/credentials alongwith the tender offer. No documents in suport of
Allowed
1 minimum eligibility/criteria/credentials will be considered /accepted/entertained No No
(Mandatory)
after closing of tender and the decision will be taken based on the
documents/credentials submitted by the tenderer alongwith offer only.

Pa g e 9 o f 10 Ru n Da te/Time: 0 9 /0 6 /2 0 2 2 14:36 :47


CORE-KKK-S AND T/CORE
TENDER DOCUMENT
Tender No: RE-KKK-Tele-OT-57 Closing Date/Time: 08/07/2022 14:00

Offloading of Part(s) of Work: At the final stage of completion/ commissioning


of work, in case the contractor fails to complete the final part(s) of the work
and the value of such part(s) of the work is limited to 5% of the original
contract value, the Engineer may allow/decide for offloading of such part(s) of
works, either after the Contractor's request in writing to do so or after serving a
14 (Fourteen) days suo-moto notice (as per annexure- VIIA of GCC-
April'2022), if the Engineer is of the opinion that :- (i) Such Offloading of works
(up to 5% of original contract value) would enable successful completion of
contract/work, (ii) Termination/ Part termination of the contract at this stage is
not be in the interest of the Railway/work;, and (iii) The anticipated additional Allowed
2 No No
cost for execution of such works through other mode would not be substantial (Mandatory)
and can be recovered from the pending dues of the contractor; The Contractor
shall be informed, in due course, by the Engineer of the mode and cost of
execution of such offloaded work through other agency(ies) (as per annexure-
VIIB of GCC-April'2022). The extra expenditure so incurred in execution of the
offloaded work, shall be recovered from subsequent Bill(s) or any other dues
of the Contractor, but not exceeding the value of Performance Guarantee
available in the contract. There shall be no other repercussion of such
offloading on execution of the balance contract. The Contractor shall have no
claim on account of above mentioned offloading of works.

6. Documents attached with tender

S.No. Document Name Document Description


1 TenderDocument57_1.PDF Tender Documents

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.

Signed By: WILSON D.K. BAGE

Designation : Dy.CSTE

Pa g e 10 o f 10 Ru n Da te/Time: 0 9 /0 6 /2 0 2 2 14:36 :47

You might also like