viewNitPdf 4403397

You might also like

Download as pdf or txt
Download as pdf or txt
You are on page 1of 46

HUBLI DIVISION-GATI SHAKTI/SOUTH WESTERN RLY

TENDER DOCUMENT
Tender No: H-GS-UBL-09-2023-24-02 Closing Date/Time: 29/04/2024 11:00

CPM/Gati Shakti/UBL acting for and on behalf of The President of India invites E-Tenders against Tender No H-GS-UBL-09-2023-24-02
Closing Date/Time 29/04/2024 11:00 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

Hubli Division:- BAY-RDG Section: Provision of New Crossing Station with 03 running lines at
Name of Work
Badnahallu between SLM-RDG (Phase-1) Signalling and General Electrical arrangements
Bidding type Normal Tender
Tender Type Open Bidding System Single Packet System
Tender Closing Date Time 29/04/2024 11:00 Date Time Of Uploading Tender 16/03/2024 17:55
Pre-Bid Conference
No Pre-Bid Conference Date Time Not Applicable
Required
Advertised Value 51828652.24 Tendering Section GATISHAKTI
Bidding Style [ Decision at Schedule level ] Bidding Unit
Earnest Money (Rs.) 409200.00 Validity of Offer ( Days) 60
Tender Doc. Cost (Rs.) 0.00 Period of Completion 8 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 15/04/2024 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 N-Electrical General 3233552.00
Below/Par
Please see Item Breakup for details. 3233552.00 AT Par 3233552.00
01
Description:- Electrical General

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Above/
Schedule SA-Signaling (SOR) 3814263.24
Below/Par
Please see Item Breakup for details. 3814263.24 AT Par 3814263.24
01
Description:- Supply and Execution

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Code
Above/
Schedule SB-Signaling (Non SOR) 40080812.23
Below/Par
Please see Item Breakup for details. 40080812.23 AT Par 40080812.23
02
Description:- Supply and Execution

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Above/
Schedule TC-Telecom (Non SOR) 4700024.77
Below/Par
Please see Item Breakup for details. 4700024.77 AT Par 4700024.77
03
Description:- Supply and Execution

3. ITEM BREAKUP

Schedule Schedule N-Electrical General


Item- 01 Electrical General

Pa g e 1 o f 46 Ru n Da te/Time: 16 /0 3/2 0 2 4 17:5 6 :42


HUBLI DIVISION-GATI SHAKTI/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: H-GS-UBL-09-2023-24-02 Closing Date/Time: 29/04/2024 11:00

S No. Item Description of Item Unit Qty Rate Amount


No
1 1 "Laying of one number PVC insulated and PVC Metre 300.00 217.00 65100.00
sheathed / XLPE power cable of 1.1 KV grade of above
35 sq. mm and upto 95 sq. mm size direct in ground
including excavation and refilling the trench etc as
required, but excluding sand cushioning and protective
covering.
2 2 "Laying of one number PVC insulated and PVC Metre 800.00 200.00 160000.00
sheathed / XLPE power cable of 1.1 KV grade of upto
35 sq. mm size direct in ground including excavation
and refilling the trench etc as required, but excluding
sand cushioning and protective covering.
3 3 Fabrication, supply and erection of 6 Mtrs long hot dip Each 25.00 10584.00 264600.00
galvanized octogonal pole with BSEN 10025 grade
S355 JO steel plate for shaft, IS 2062 for base plate
with door opening arrangements, including suitable
boards, backelite sheet and MCBs as per IS
specifications suitable to withstand the wind speed of 47
m/s for 6 m pole in single section and single joint
welded as per IS 9595/IS10178AWS having dimensions
bottom 130 mm, top 70 mm with 3 mm thick suitable
base plate and 4 Nos foundation bolts, necessary
excavation for foundation and refilling all as specified
and directed (excluding PCC foundation).
4 4 Supplying, and fixing of Hot dip Galvanized M.S.Bracket Each 10.00 2624.00 26240.00
suitable for out door luminaries and mounted on
Octagonal pole using necessary bolts, nuts, clamps
etc., complete-Double Arm Bracket with 1500 mm
Standard 40/50 mm dia
5 5 Supplying, and fixing of Hot dip Galvanized M.S.Bracket Each 15.00 2624.00 39360.00
suitable for out door luminaries and mounted on
Octagonal pole using necessary bolts, nuts, clamps
etc., complete-Single Arm Bracket with 1500 mm
Standard 40/50 mm dia
6 6 Supply, fixing of wire by means of 2 Nos x 2.5 Sqmm Metre 200.00 275.00 55000.00
FRLS PVC insulated single core multistranded copper
cable along with 2.5 sq.mm FRLS PVC insulated single
core multistranded copper cable for earth continuty
from junction box to light fitting, drawn through PVC
rigid / flexible conduit including all connected materials
all as specified and directed.
7 7 Providing and making steel pole foundattion / collar with cum 8.00 8135.00 65080.00
cement concrete (1:3:6) with stone aggregate 20 mm
nominal size in foundations of specified size and shape
including form work, plastering if required, curing etc as
required. (Volume of pole /pipe not to be deducted).
8 8 Supplying and embedding 40 mm dia GI pipe, medium Metre 40.00 589.00 23560.00
class, in pole collar / foundation (During casting) for
cable entry including bending the pipe to the required
shape complete as required.
9 9 Supply and fixing of 120 W, LED Street light fitting as Numbers 35.00 9998.00 349930.00
per detailed specification
10 10 Cutting of cement concrete (PCC) surface, any type for cum 1.00 1078.00 1078.00
laying of UG cables in trenches and disposing off the
excavated material as directed including barricading,
danger lighting and refilling the trenches in layers and
consolidating complete all as specified and directed.
11 11 Supply and making end termination with brass Each 4.00 588.00 2352.00
compression gland and aluminium lugs for 4 x 95 sqmm
size of PVC insulated and PVC sheathed / XLPE
aluminium conductor cable of 1.1 KV grade.

Pa g e 2 o f 46 Ru n Da te/Time: 16 /0 3/2 0 2 4 17:5 6 :42


HUBLI DIVISION-GATI SHAKTI/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: H-GS-UBL-09-2023-24-02 Closing Date/Time: 29/04/2024 11:00

12 12 Supply and making end termination with brass Each 8.00 418.00 3344.00
compression gland and aluminium lugs for 4 x 50 sqmm
size of PVC insulated and PVC sheathed / XLPE
aluminium conductor cable of 1.1 KV grade.
13 13 Supplying and making end termination with brass Each 50.00 370.00 18500.00
compression gland and aluminium lugs for 35 Sqmm
size, 4 core of PVC insulated and PVC sheathed /XLPE
aluminium conductor cable of 1.1 KV grade as specified
and directed.
14 14 Supplying and making end termination with brass Each 12.00 315.00 3780.00
compression gland and aluminium lugs for 25 Sqmm
size, 4 core PVC insulated and PVC sheathed /XLPE
aluminium conductor cable of 1.1 KV grade as specified
and directed.
15 15 Trenchless cutting to cross the cable across the track / RMT 100.00 1001.00 100100.00
road, duly supply and provided with HDPE pipe of size
90.9 x 76.5mm to pull LTUG cable & Fixing/laying of
HDPE pipe of size 90.9mm x 76.5mm as per instruction
of Engr-in-charge
16 16 "Supply, fixing, connecting, testing and commissioning Each 1.00 75550.00 75550.00
of LT Control Panel, cubical type, 125 A, 3 phase 4 wire
system with copper bus bars of size 20 x 5 mm,
opening from both front and rear sides, separate
compartments for each control gear, cable alley and
provision of knock out type entry plates suitable up to
120 sqmm size cables, panel made out of 14 SWG thick
CRCA sheet, epoxy powder coated with grey matt finish
, including base frame made out of 40 x 40 x 6 mm
angle iron sections, embedded in PCC 1:3:6 foundation,
consisting of the following switchgears and metering
devivces:- (i) MCCB 125 A, 4P, 36 KA, with with
Electronic / microprocessor based release - 01 No, (ii)
MCCB 100 A, 4P, 30 KA with electronic /
microprocessor based release. - 03 Nos (ii) MCB 63 A,
TPN, 10 KA, - 02 Nos Multi-function 3 phase meters
reading V, I, W, KVA, PFHz etc, including CTs, pilot
lamps complete all as specified and directed."
17 17 Supplying and fixing following way, horizontal type three Each 4.00 4974.00 19896.00
pole and neutral, sheet steel, MCB distribution board,
415 V, on surface/ recess, complete with tinned copper
bus bar, neutral bus bar, earth bar, din bar,
interconnections, powder painted including earthing etc.
as required-6 way (4 + 18), Double door
18 18 Supplying and fixing 12 way, Double door, single pole Each 6.00 2315.00 13890.00
and neutral, sheet steel, MCB distribution board, 240 V,
on surface/ recess, complete with tinned copper bus
bar, neutral bus bar, earth bar, din bar,
interconnections, powder painted including earthing etc.
as required-
19 19 Supplying and fixing 63 A rating, 415 V, 10 kA, "C" Each 12.00 2536.00 30432.00
curve, miniature circuit breaker suitable for inductive
load of following poles in the existing MCB DB complete
with connections, testing and commissioning etc. as
required-Triple pole and neutral
20 20 Supplying and fixing 5 A to 32 A rating, 240/415 V, 10 Numbers 6.00 1228.00 7368.00
kA, "C" curve, miniature circuit breaker suitable for
inductive load of Triple pole and neutral in the existing
MCB DB complete with connections, testing and
commissioning etc. as required.
21 21 Supplying and fixing 5 A to 32 A rating, 240/415 V, 10 Each 30.00 656.00 19680.00
kA, "C" curve, Double pole miniature circuit breaker
suitable for inductive load of in the existing MCB DB
complete with connections, testing and commissioning
etc. as required.

Pa g e 3 o f 46 Ru n Da te/Time: 16 /0 3/2 0 2 4 17:5 6 :42


HUBLI DIVISION-GATI SHAKTI/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: H-GS-UBL-09-2023-24-02 Closing Date/Time: 29/04/2024 11:00

22 22 Supplying and fixing 5 A to 32 A rating, 240/415 V, 10 Numbers 28.00 256.00 7168.00


kA, "C" curve, Single pole miniature circuit breaker
suitable for inductive load of in the existing MCB DB
complete with connections, testing and commissioning
etc. as required.
23 23 Earthing arrangements (Pipe earthing) as per technical Each 6.00 6855.00 41130.00
specification with GI earth pipe 4.5 Mtr long, 40 mm dia
including accessories and providing masonry enclosure
with cover plate having locking arrangement and
watering pipe etc, with charcoal / coke and salt as
required.
24 24 Wiring for light point/ fan point/ exhaust fan point/ call Numbers 274.00 1015.00 278110.00
bell 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
25 25 "Supplying & fixing of 20/22 W LED Batten fitting as per Each 200.00 740.00 148000.00
detailed specification."
26 26 Supplying and fixing 3 pin, 5 A ceiling rose on the Numbers 250.00 87.00 21750.00
existing junction box/ wooden block including
connections etc. as required.
27 27 Supplying and fixing PVC batten/ angle holder including Numbers 24.00 110.00 2640.00
connections etc. as required.
28 28 Supply & fixing of BLDC ceiling Fans, working on 230 V Each 40.00 2730.00 109200.00
AC , 50 Hz of Sweep size,1200 MM with detailed
technical specification.
29 29 Supply & fixing of single phase modular type BLDC Each 10.00 2733.00 27330.00
Exhaust fan 200mm sweep complete with all
accessories etc
30 30 Supplying and fixing 30 A, 415 V, TPN Industrial type Numbers 2.00 4107.00 8214.00
socket outlet, with 4 pole and earth, metal enclosed
plug top alongwith 30 A "C" curve, TPMCB, in sheet
steel enclosure, on surface or in recess, with chained
metal cover for the socket out let and complete with
connections, testing and commissioning etc. as
required.
31 31 Supplying and fixing suitable size GI box with modular Numbers 150.00 477.00 71550.00
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
32 32 Supplying and fixing suitable size GI box with modular Numbers 40.00 586.00 23440.00
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
33 33 Wiring for circuit/ submain wiring alongwith earth wire Metre 1000.00 334.00 334000.00
with the following sizes of FRLS PVC insulated copper
conductor, single core cable in surface/ recessed
medium class PVC conduit as required. 2 X 4 sq. mm +
1 X 4 sq. mm earth wire
34 34 Wiring for circuit/ submain wiring alongwith earth wire Metre 800.00 439.00 351200.00
with the following sizes of FRLS PVC insulated copper
conductor, single core cable in surface/ recessed
medium class PVC conduit as required. 2 X 6 sq. mm +
1 X 6 sq. mm earth wire
35 35 Wiring for circuit/ submain wiring alongwith earth wire Metre 1600.00 275.00 440000.00
with the following sizes of FRLS PVC insulated copper
conductor, single core cable in surface/ recessed
medium class PVC conduit as required 2 X 2.5 sq. mm
+ 1 X 2.5 sq. mm earth wire

Pa g e 4 o f 46 Ru n Da te/Time: 16 /0 3/2 0 2 4 17:5 6 :42


HUBLI DIVISION-GATI SHAKTI/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: H-GS-UBL-09-2023-24-02 Closing Date/Time: 29/04/2024 11:00

36 36 Installation charges for split type air conditioner with Numbers 2.00 4981.00 9962.00
allied works for one indoor and one outdoor unit is to be
mounted on suitable Angle Iron support upto 3.0 Ton
split/cassette type A/C.
37 37 Supplying and installation of insulated refrigerant Metre 6.00 1631.00 9786.00
copper tubing of 5/8" and 3/8" with polythene foam
insulation 3 core 80 stand copper wiring between indoor
and outdoor unit Leak testing oil and gas charging for
additional piping length of tube
38 38 Supply of voltage stabilizer suitable for 1 /1.5 Ton AC Numbers 2.00 2616.00 5232.00
Total 3233552.00
Schedule Schedule SA-Signaling (SOR)
Item- 01 Supply and Execution
S No. Item Description of Item Unit Qty Rate Amount
No
1 1 Excavation of cable trench in all kinds of soil except Metre 4000.00 53.70 214800.00
hard rocky areas including clearing of roots of trees,
rocks, bushes etc. to a depth of 1.0 Mtrs and to a width
of 0.3 Mtrs. Laying of cables is not included in this
schedule.
2 2 Excavation of cable trench in all kinds of soil except Metre 2000.00 66.61 133220.00
hard rocky areas including clearing of roots of trees,
rocks, bushes etc. to a depth of 1.0 Mtrs and to a width
of 0.5 Mtrs. Laying of cables is not included in this
schedule.
3 3 Excavation of trench to a depth of 1 Mtr. for track Metre 100.00 322.94 32294.00
crossing of cables, laying of DWC/ RCC pipes with
collar/coupling, refilling of trench by ramming and
consolidating it as per the instructions of Railway
representative at site. During excavation of trench it has
to be ensured that the excavated soil does not mix with
the ballast available. The depth of 1m trench shall be
from the bottom of sleepers for track crossings. Laying
of cables is not included in this schedule. (Supply of
DWC/RCC pipes with couplers/ collars is not included in
this schedule)
4 4 Excavation of trench to a depth of 1 Mtr. for road Metre 100.00 419.78 41978.00
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).
5 5 Provision of GI pipes (50/100mm dia) for cable laying Metre 100.00 282.02 28202.00
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].

Pa g e 5 o f 46 Ru n Da te/Time: 16 /0 3/2 0 2 4 17:5 6 :42


HUBLI DIVISION-GATI SHAKTI/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: H-GS-UBL-09-2023-24-02 Closing Date/Time: 29/04/2024 11:00

6 6 Provision of GI pipes-(50/100mm dia) for cable laying Metre 100.00 333.63 33363.00
with offset at both ends and with couplings over girder
bridges by fixing on suitable MS Clamps at an interval
of 2 Mtrs. 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). [MS angles, flats, bolts and
nuts for manufacturing fixing clamps, bricks, river sand ,
cement and all other miscellaneous required for the
work shall be supplied by the Contractor].
7 7 Provision of GI pipes (50/100mm dia) for cable laying in Metre 200.00 260.52 52104.00
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].
8 8 Laying of signaling/power/telecommunication cables as Metre 15000.00 15.23 228450.00
per cable plan in cable trenches, masonry ducts, RCC
Pipes, DWC pipes, GI Pipes etc. (Supply of cables is not
included in this schedule).
9 9 Refilling of cable trench 1m depth by 0.3m width Metre 4000.00 12.91 51640.00
throughout, with earth after laying of cables, and
consolidating the trench by ramming and leveling
10 10 Refilling of cable trench 1m depth by 0.5m width Metre 2000.00 16.16 32320.00
throughout, with earth after laying of cables, and
consolidating the trench by ramming and leveling.
11 11 Supply of RCC cable markers as per drawing Numbers 130.00 257.74 33506.20
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.
12 12 D i g g i n g o f p i t t o a d e p t h o f 8 0 0 m m o f size Numbers 130.00 188.21 24467.30
300mmX300mm, casting of concrete foundation of size
300mmX300mmX300mm a n d Placing of R C C 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.
13 13 Excavation of cable coil pit to a size of 1.5mx1.5m and cum 20.00 795.15 15903.00
depth as instructed by Railway representative at site,
for coiling the cables in rear of relay rooms/ AFTC huts,
apparatus cases etc. The work includes coiling the
underground cables, and placing closely one layer of
country bricks of size approx. 220mm x 100mm x
60mm breadth wise above the cables to cover all the
cables in the cable pit, closing and consolidating the pit
by ramming and leveling. [Country bricks of size
220mmx100mmx60mm (approximately) shall be
supplied by the Contractor]
14 14 Supply of GI pipes - 50mm dia -3.65mm thick as Metre 100.00 531.96 53196.00
specified in Vol.II of the Tender document

Pa g e 6 o f 46 Ru n Da te/Time: 16 /0 3/2 0 2 4 17:5 6 :42


HUBLI DIVISION-GATI SHAKTI/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: H-GS-UBL-09-2023-24-02 Closing Date/Time: 29/04/2024 11:00

15 15 Excavation of pit, casting concrete foundation and Numbers 30.00 15306.71 459201.30
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.]
16 16 Excavation of pit, casting concrete foundation and Numbers 12.00 10798.23 129578.76
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]
17 17 Termination of main, tail, Signaling and power cables Numbers 2000.00 144.39 288780.00
on PBT Termination 25/60mm on Phynolic sheet and
internal wiring on terminal/ fuse blocks in new
apparatus cases, cable termination boxes and in gate
Lodges excluding cable termination rack at relay room.
The work includes fixing of all new cables by teakwood
clamp on teakwood base plank, fixing of Phynolic
synthetic industrial fibre base fine weave cotton fibre
board 6mm thick for terminal board to suit each
apparatus case, varnishing all teakwood items, fixing of
terminals/ fuse blocks on the terminal board, drilling of
necessary holes, termination of cables, wiring,
identification of cables using aluminium tags with letters
punched neatly, as per approved circuit diagram and
cable plan, painting of particulars on sleeves and also
on the inner side of the doors of apparatus cases. After
terminations are over, the side openings of apparatus
case foundation shall be closed with brick work, cement
plastered, the inter-space filled with river sand up to
base level and the bottom surface shall be sealed with
sealing compound. (Supply of PBT terminals and Fuse
blocks is not covered in this schedule). [Cement,
teakwood cable clamp.

Pa g e 7 o f 46 Ru n Da te/Time: 16 /0 3/2 0 2 4 17:5 6 :42


HUBLI DIVISION-GATI SHAKTI/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: H-GS-UBL-09-2023-24-02 Closing Date/Time: 29/04/2024 11:00

18 18 Termination of main, tail, Signaling and power cables Numbers 200.00 176.01 35202.00
on Fuse blocks on Phynolic sheet and internal wiring on
terminal/ fuse blocks in new apparatus cases, cable
termination boxes and in gate Lodges excluding cable
termination rack at relay room. The work includes fixing
of all new cables by teakwood clamp on teakwood base
plank, fixing of Phynolic synthetic industrial fibre base
fine weave cotton fibre board 6mm thick for terminal
board to suit each apparatus case, varnishing all
teakwood items, fixing of terminals/ fuse blocks on the
terminal board, drilling of necessary holes, termination
of cables, wiring, identification of cables using
aluminium tags with letters punched neatly, as per
approved circuit diagram and cable plan, painting of
particulars on sleeves and also on the inner side of the
doors of apparatus cases. After terminations are over,
the side openings of apparatus case foundation shall be
closed with brick work, cement plastered, the inter-
space filled with river sand up to base level and the
bottom surface shall be sealed with sealing compound.
(Supply of PBT terminals and Fuse blocks is not
covered in this schedule). [Cement, teakwood cable
clamp.
19 19 Manufacture and supply of M.S. relay frames of suitable Set 2.00 4143.53 8287.06
size to hold up to 4 relays plug in type HMU as required
by Railways and fixing them in apparatus cases for all
types of signal control circuits, LC gate control circuit
and Point control circuits, fixing of plug boards, relays,
resistors and electrolytic condensers on Phynolic
synthetic industrial fibre base fine weave cotton fibre
sheet - 6mm thick to IS specification 2036 - 1995 - Type
F5, wiring and termination as per approved circuit
diagram and painting the particulars. (Supply of all
types of relays, plug boards, connectors, retaining clips
and plug in type HMU is not covered in this schedule).
[Wire PVC copper, 3/0.75mm and 16/0.2mm copper,
Phynolic synthetic industrial fibre base fine weave
cotton fibre sheet - 6mm thick to IS specification 2036 -
1995 - Type F5, for fixing resistors and condensers, MS
flats 25mm x 6mm brass bolts and nuts, paints,
soldering materials, resistors, condensers and all other
miscellaneous materials required for the work shall be
supplied by the contractor].
20 20 Manufacture and supply of M.S. relay frames of suitable Set 8.00 7346.00 58768.00
size to hold up to 8 relays plug in type HMU as required
by Railways and fixing them in apparatus cases for all
types of signal control circuits, LC gate control circuit
and Point control circuits, fixing of plug boards, relays,
resistors and electrolytic condensers on Phynolic
synthetic industrial fibre base fine weave cotton fibre
sheet - 6mm thick to IS specification 2036 - 1995 - Type
F5, wiring and termination as per approved circuit
diagram and painting the particulars. (Supply of all
types of relays, plug boards, connectors, retaining clips
and plug in type HMU is not covered in this schedule).
[Wire PVC copper, 3/0.75mm and 16/0.2mm copper,
Phynolic synthetic industrial fibre base fine weave
cotton fibre sheet - 6mm thick to IS specification 2036 -
1995 - Type F5, for fixing resistors and condensers, MS
flats 25mm x 6mm brass bolts and nuts, paints,
soldering materials, resistors, condensers and all other
miscellaneous materials required for the work shall be
supplied by the contractor].

Pa g e 8 o f 46 Ru n Da te/Time: 16 /0 3/2 0 2 4 17:5 6 :42


HUBLI DIVISION-GATI SHAKTI/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: H-GS-UBL-09-2023-24-02 Closing Date/Time: 29/04/2024 11:00

21 21 Manufacture and supply of M.S. relay frames of suitable Set 4.00 9513.66 38054.64
size to hold up to 12 relays plug in type HMU as
required by Railways and fixing them in apparatus
cases for all types of signal control circuits, LC gate
control circuit and Point control circuits, fixing of plug
boards, relays, resistors and electrolytic condensers on
Phynolic synthetic industrial fibre base fine weave
cotton fibre sheet - 6mm thick to IS specification 2036 -
1995 - Type F5, wiring and termination as per approved
circuit diagram and painting the particulars. (Supply of
all types of relays, plug boards, connectors, retaining
clips and plug in type HMU is not covered in this
schedule). [Wire PVC copper, 3/0.75mm and 16/0.2mm
copper, Phynolic synthetic industrial fibre base fine
weave cotton fibre sheet - 6mm thick to IS specification
2036 - 1995 - Type F5, for fixing resistors and
condensers, MS flats 25mm x 6mm brass bolts and
nuts, paints, soldering materials, resistors, condensers
and all other miscellaneous materials required for the
work shall be supplied by the contractor].
22 22 Manufacture and supply of M.S. relay frames of suitable Set 4.00 11392.42 45569.68
size to hold up to 20 relays plug in type HMU as
required by Railways and fixing them in apparatus
cases for all types of signal control circuits, LC gate
control circuit and Point control circuits, fixing of plug
boards, relays, resistors and electrolytic condensers on
Phynolic synthetic industrial fibre base fine weave
cotton fibre sheet - 6mm thick to IS specification 2036 -
1995 - Type F5, wiring and termination as per approved
circuit diagram and painting the particulars. (Supply of
all types of relays, plug boards, connectors, retaining
clips and plug in type HMU is not covered in this
schedule). [Wire PVC copper, 3/0.75mm and 16/0.2mm
copper, Phynolic synthetic industrial fibre base fine
weave cotton fibre sheet - 6mm thick to IS specification
2036 - 1995 - Type F5, for fixing resistors and
condensers, MS flats 25mm x 6mm brass bolts and
nuts, paints, soldering materials, resistors, condensers
and all other miscellaneous materials required for the
work shall be supplied by the contractor].
23 23 Excavation of pit, casting concrete foundation as per Numbers 10.00 7762.71 77627.10
Drg.No.SG/CN/02/9 using metallic templates, for
erection of colour light signals up to 4 aspects.
[Foundation bolts, cement, river sand, stone jelly of size
20/25mm dia and all other miscellaneous materials
required for the work shall be supplied by the
Contractor].

Pa g e 9 o f 46 Ru n Da te/Time: 16 /0 3/2 0 2 4 17:5 6 :42


HUBLI DIVISION-GATI SHAKTI/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: H-GS-UBL-09-2023-24-02 Closing Date/Time: 29/04/2024 11:00

24 24 Erection of surface base, signal pole, mounting of Numbers 10.00 8526.86 85268.60
colour 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
25 25 Excavation of pit and casting concrete foundation as Numbers 2.00 3903.75 7807.50
per 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].
26 26 Erection of Ground type shunt signal complete including Numbers 2.00 3250.35 6500.70
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].
27 27 Fixing of Offset brackets using 'U' bolts and nuts, Numbers 2.00 2500.53 5001.06
erection 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].

Pa g e 10 o f 46 Ru n Da te/Time: 16 /0 3/2 0 2 4 17:5 6 :42


HUBLI DIVISION-GATI SHAKTI/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: H-GS-UBL-09-2023-24-02 Closing Date/Time: 29/04/2024 11:00

28 28 Fixing of junction type route indicators - 2 way Numbers 2.00 2827.20 5654.40
complete/ fixing of additional limb to the existing route
indicators, termination of tail cables, wiring as per
approved circuits diagram using wire PVC 3/0.75mm
copper, provision of required No of EWS locks, wire
mesh, and painting. (Supply of junction type Route
Indicators - complete and additional limb is not covered
in this schedule). [3/0.75mm wire PVC, fixing bolts and
nuts, EWS locks, wire mesh, PVC/Nylon sleeves, paints
and all other miscellaneous materials shall be supplied
by the Contractor].
29 29 Fixing of Offset brackets using 'U' bolts and nuts, Numbers 6.00 2212.23 13273.38
erection of Calling On Signals/ 'A' marker lights,
termination of tail cables and wiring using wire PVC
3/0.75mm copper, provision of EWS lock, number
plates/ marker boards and painting. The work also
includes drilling suitable holes on the CLS post and
provision of a through bolt with nut to prevent the Offset
bracket from slipping down. (Supply of Calling On
Signal/ 'A' marker light, LED aspects/holders & bulbs
and Off set brackets is not covered in this schedule).
['U' bolts and nuts, through bolts with nut, wire 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].
30 30 Supply and provision of Screening arrangement for Numbers 4.00 1575.73 6302.92
Signals in RE area as per standard practice. The work
comprises of providing MS angle frame and wire mesh
in order to avoid close proximity of OHE wires. The
work also includes provision of earthing wire using 4
SWG GI wires from the screening arrangement up to
surface base as per the instructions of Railway
representative at site. [All materials required for this
work shall be supplied by the Contractor
31 31 Provision of earth electrodes as per drawing Numbers 25.00 2788.45 69711.25
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].

Pa g e 11 o f 46 Ru n Da te/Time: 16 /0 3/2 0 2 4 17:5 6 :42


HUBLI DIVISION-GATI SHAKTI/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: H-GS-UBL-09-2023-24-02 Closing Date/Time: 29/04/2024 11:00

32 32 Installation of combined type point machine - IRS type Numbers 4.00 13727.03 54908.12
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].
33 33 Supply of Colour light Signal pole 140mm dia, 4.6m tall Numbers 4.00 5142.90 20571.60
with necessary inspection as per specification/ drawing/
description enclosed in this document.
34 34 Supply of Colour light Signal pole 140mm dia, 3.6m tall Numbers 8.00 4609.70 36877.60
with necessary inspection as per specification/ drawing/
description enclosed in this document.
35 35 Supply of surface base to suit CLS Signal pole 140mm Numbers 12.00 6382.90 76594.80
dia with necessary inspection as per specification/
drawing/ description enclosed in this document
36 36 Supply of ladder with platform and shoes to suit CLS Numbers 4.00 4964.65 19858.60
pole 4.6m tall, with necessary inspection as per
specification/ drawing/ description enclosed in this
document.
37 37 Supply of ladder with platform and shoes to suit CLS Numbers 8.00 4787.95 38303.60
p o l e 3.6m tall, with necessary inspection as per
specification/ drawing/ description enclosed in this
document.
38 38 Supply of post type shunt signal - complete with hood Numbers 4.00 4433.00 17732.00
etc., with necessary inspection as per specification/
drawing/ description enclosed in this document.
39 39 Supply of Ground type shunt signal - complete with Numbers 2.00 6382.90 12765.80
surface base, signal pole, hood etc., with necessary
inspection as per specification/ drawing/ description
enclosed in this document
40 40 Supply of Colour Light Signal Multi Unit type - complete Numbers 6.00 15958.80 95752.80
f o r 3 aspect with mounting socket, with necessary
inspection as per specification/ drawing/ description
enclosed in this document.
41 41 Supply of Colour Light Signal Multi Unit type - complete Numbers 4.00 13299.00 53196.00
f o r 2 aspect with mounting socket, with necessary
inspection as per specification/ drawing/ description
enclosed in this document.
42 42 Supply of Junction type route indicator - 5 unit arm - 2 Numbers 2.00 22165.00 44330.00
way.
43 43 Supply of Calling On Signal l i g h t complete with Numbers 6.00 3191.45 19148.70
necessary inspection as per specification/ drawing/
description enclosed in this document.
44 44 Supply of Off-set brackets Large made of cast iron with Numbers 2.00 3191.45 6382.90
as per specification/ drawing/ description enclosed.
45 45 Supply o f Off-set brackets small made o f cast iron as Numbers 4.00 2304.85 9219.40
per specification/ drawing/ description enclosed.
46 46 Supply of PBT terminals 25mm center as per Numbers 1000.00 68.20 68200.00
specification/ drawing/ description enclosed.
47 47 Supply of PBT terminals 60mm center as per Numbers 300.00 93.00 27900.00
specification/ drawing/ description enclosed.

Pa g e 12 o f 46 Ru n Da te/Time: 16 /0 3/2 0 2 4 17:5 6 :42


HUBLI DIVISION-GATI SHAKTI/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: H-GS-UBL-09-2023-24-02 Closing Date/Time: 29/04/2024 11:00

48 48 Supply of apparatus cases Full size to suit South Numbers 30.00 18618.60 558558.00
Western Railway standard with necessary inspection as
per specification/ drawing/ description enclosed.
49 49 Supply of apparatus cases Half size to suit South Numbers 12.00 13299.00 159588.00
Western Railway standard with necessary inspection as
per specification/ drawing/ description enclosed.
50 50 Supply of QBCA1 - heavy duty contact relays with plug Numbers 10.00 6417.00 64170.00
board ,retaining clip and connectors and with necessary
inspection as per specification/ drawing/ description
enclosed in this document
51 51 Supply and provision of Rubber mat of not less than Square 100.00 121.36 12136.00
6mm thick and with an insulation to withstand 650VAC, Foot
on the floor of relay room etc at places as indicated by
railway representative at site.
52 52 Supply and installation of teakwood glass fronted box of Numbers 2.00 6288.35 12576.70
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].
53 53 Fixing of EKT instrument with (or) without crank handle Numbers 2.00 4562.81 9125.62
or on suitable fixtures at station/apparatus case,
provision of economiser push switch with locking facility,
wiring with wire PVC 16/0.2mm copper, provision of
teakwood terminal box covered with decolum along with
locking facility and painting. (Supply of electric key
transmitter and crank handles is not covered in this
schedule). [wire PVC 16/0.2mm copper, wire wound
resistance, decolum covered terminal box with locking
facility by using 25mm thick teakwood, bolts and nuts,
paints, push switches, padlocks and other
miscellaneous materials required for this work shall be
supplied by the contractor].
54 54 Designing of Signalling plan in AUTOCAD 2000 or latest Per 1.00 7999.55 7999.55
and submission of negatives in 80/90 gsm tracing paper Station
in 'U' size along with 2 copies and also the soft copy in per
compact disks induplicate. First, 2 sets of prints shall be Month
supplied to Railways for checking. One set will be
returned by Railways to the contractor for making
corrections in AUTOCAD. The final corrected drawings
shall be supplied to Railways on 80/90 gsm tracing
paper and 2 CDs. [2 interlocked sidings will be
considered equal for one loop line] (Approved
permanent way plan will be supplied by ailways).a.For
Stations upto 4 Roads.(Per Station)
55 55 Designing of circuits diagrams/ table of control in Sheet 40.00 912.64 36505.60
AUTOCAD 2000 or latest (including contact numbers on
the circuit) and submission of negatives in 80/90 gsm
tracing paper in 'A3' size along with 2 copies and also
the soft copy in compact disks induplicate. First, 2 sets
of prints shall be supplied to Railways for checking. One
set will be returned by Railways to the contractor for
making corrections in AUTOCAD. The final corrected
drawings shall be supplied to Railways on 80/90 gsm
tracing paper and 2 copies of blue prints and the soft
copy in 2 CDs. (Approved Signalling plan will be
supplied by Railways for preparing table of control.
Approved table of control will be supplied by Railways
for preparing circuits diagrams).Per Sheet.
56 56 Transportation of Signaling materials more than 100 Per Unit 1000.00 11.65 11650.00
Kms. by road as per the instructions of Railway
representative at site. The work also includes loading
and unloading of the materials {Unit: per Ton per KM}

Pa g e 13 o f 46 Ru n Da te/Time: 16 /0 3/2 0 2 4 17:5 6 :42


HUBLI DIVISION-GATI SHAKTI/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: H-GS-UBL-09-2023-24-02 Closing Date/Time: 29/04/2024 11:00

57 57 Engaging mechanical excavators like JCB or other Hour 24.00 1007.50 24180.00
machineries for regarding and levelling the formation,
dismantling any infringing structures, clearing and
removing debris etc., with all leads and lifts etc.,
complete and as per the instruction of Railway
representative at site.
Total 3814263.24
Schedule Schedule SB-Signaling (Non SOR)
Item- 02 Supply and Execution
S No. Item Description of Item Unit Qty Rate Amount
No
1 1 Supply of Cable termination r a c k s s i z e 880mmX2 Numbers 2.00 7825.75 15651.50
M e te r s made out o f 50mmX50mmX6mm t h i c k MS
angle POWDER COATED with stainless steel nuts and
bolts for fixing the racks with suitable holes f o r hylem
sheet complete as per standard practice w i t h tripod
b a s e s a n d reel insulators. C a b l e l a d d e r of
400mmx2000mm be provided at both sides with angle
size 40mmx4mmx5mm w i t h supporting f l a t o f size
25mmx5mm.
2 2 Supply of ARA Terminal block 6 Way, 25 mm Centre, Numbers 1000.00 362.25 362250.00
made up of PBT a s p e r RDSO Drg.No. S A . 23756/
Adv/Alt.3, confirming to Specification No. IRS.S.75/2006
(Rev.2) or latest.
3 3 Supply of High Density Polyethylene Pipes (HDPE) of Metre 200.00 776.25 155250.00
110 mm Outer Dia, 10 m m Wall Thickness, along with
one coupler for every 6 Meters as per specification No.
IS 4984: 2 0 1 6 wit h latest amendments a n d Material
Grade:PE 80.
4 4 Supply of High Availability Single Section Digital Axle Set 1.00 1083024.00 1083024.00
counter( HA- SSDAC) with Dual Track Sensor Devices
as per RDSO specification N o . RDSO/SPN/177/2012
version 3 . 0 or latest (Phase Reversal Type) as per
details given below a) Configuration - 2 DP 1 section b)
Length o f cable required with each track device- 15
mtrs.Should be compatiable with the existing system at
site.
5 5 Supply of Basic material to construct Unit Maintenance Set 15.00 26197.00 392955.00
Free Earth as per RDSO Spec No. RDSO/
SPN/197/2008 or latest and as per relevant Technical
specification
6 6 Supply o f 50x6 m m G I Tape for interconnecting earth Metre 40.00 573.85 22954.00
electrodes
7 7 Supply of 35 S q m m Multi-strand Single C o r e PVC Metre 100.00 512.90 51290.00
insulated Copper Cable as per IS: 694 for connecting
Main Earth Electrode to MEEB in the equipment room.
Color: Green
8 8 Supply of 16 S q m m Multi-strand Single C o r e PVC Metre 100.00 228.85 22885.00
insulated Copper Cable a s per IS: 6 9 4 f o r connecting
MEEB to SEEB and SPDs to MEEB. Color: Green
9 9 Supply of 10 S q m m Multi-strand Single C o r e PVC Metre 100.00 143.75 14375.00
insulated Copper Cable as per IS: 694 for connecting
SEEB to all equipments. Color: Green
10 10 Supply of Earth L e a ka g e detector 1 2 channel (4 Numbers 1.00 150980.05 150980.05
Channels- 110V AC, 2 Channels- 110V DC , 6
Channels- 24V DC) as per RDSO Spec./256/2002 or
latest with 6 digit counter.
11 11 Supply of AC/DC Digital Clamp meter Current Numbers 1.00 6810.30 6810.30
measurement upto 200A AC/DC True RMS
measurement for AC voltage & current.(Large jaw
opsize of 18mm ) Model: FLUKE 362/Rishabh or higher
specification.

Pa g e 14 o f 46 Ru n Da te/Time: 16 /0 3/2 0 2 4 17:5 6 :42


HUBLI DIVISION-GATI SHAKTI/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: H-GS-UBL-09-2023-24-02 Closing Date/Time: 29/04/2024 11:00

12 12 Supply of Steel Almirah (Model : Godrej Store Numbers 2.00 26126.85 52253.70
well/slimline 4S )
13 13 Supply of Step ladder Aluminium made of BATHLA Numbers 1.00 10490.30 10490.30
make or better of App. 5 feet height.
14 14 Supply of Flex printing with Sun board fixing o f various Square 150.00 516.35 77452.50
drawing with Colour (Power board diagram,Relay index Foot
chart,Station Rule Diagram, FTOT Particulars, etc), as
p e r i n s t r u c t i o n s o f S i t e I n - C h a r g e Railway
Representative.
15 15 Supply of Printed a n d b o u n d e d registers including Numbers 100.00 250.70 25070.00
maintanance registers for SSDAC, point machine, track
circuit etc. (100 Pages each of 75 gsm paper)
16 16 Supply of UL standard PPT C fu se s complies t o UL Numbers 50.00 47.15 2357.50
Themistor standard 1434 with rating -2 Amps, make
LITTLE FUSE, FUZETEC, TYCO, BOURN, RAYCHEM
or Better.
17 17 Erection of CT Rack with scaffolding suitably concreting Numbers 2.00 5038.15 10076.30
tri-pod bases and reel insulators with "J" bolts and nuts.
Tripod and other supporings are to be painted in 2
coats with enamel.
18 18 Track crossing b y Horizontal Boring Method based on Metre 100.00 2603.60 260360.00
RDSO Report No. BS - 105. This also includes insertion
of HDPE Pipe o f 110mm Outer dia i n the Bore drilled.
(Supply of HDPE Pipe is not included).
19 19 Termination of Main, Tail, Signalling and power cables Per Unit 1200.00 165.60 198720.00
a n d internal wiring o n terminal/ f u se blocks i n cable
termination Rack at relay room. The work includes
fixing of all new cables by teakwood clamp on teakwood
base plank, fixing o f Hyle m sh e e t 1 0 m m th ick for
terminal board , varnishing all teakwood items, fixing of
terminals/ fuse blocks on the terminal board, drilling of
necessary holes, te r m in a tio n o f c a b l e s , wiring,
identification of cables using aluminium tags with letters
punched neatly, as per approved circuit diagram and
cable plan, painting of particulars o n sleeves . After
terminations are over, cable entry at the bottom shall be
closed with , cement plastered, t h e inter-space filled
with sand upto base level and the bottom surface shall
be sealed with sealing compound. Cable armour t o be
soldered to earth. (Supply of cable termination racks is
not included in this schedule). [All bolts and nuts with
washers, Hylum Sheet 10 m m Thick, cement, sand,
sto n e jelly, T e a k wood base , paints a n d a l l other
miscellaneous materials required for the work shall be
supplied by the contractor]a. Termination o n 25/60mm
PBT terminals {Per Unit-Per Terminal}
20 20 Installation, testing and commissioning of Single Section Set 1.00 58077.30 58077.30
digital Axle counter (SSDAC) with High Availability. HA-
SSDAC to be installed, wired, tested and commissioned
b y O E M a s p e r guidelines issued b y RDSO , wiring
d iscip lin e s h o u l d b e a s p e r R D S O T A N No.
STS/E/TAN/6001 Ve r sio n 1 . 0 o r l a t e s t . T h e pre-
commissioning checklist issued by RDSO for SSDAC to
b e prepared b y O E M a n d jointly signed b y O E M &
Railway. Before commissioning o f HA-SSDAC, OEM
should submit site installation certificate.
21 21 Provision o f 2 Machine c u t grooves i n parallel a t a Metre 100.00 775.10 77510.00
separation of 8 cms each to a depth of 150 mm in the
platform surfaced/tiled floor for laying cable.
22 22 L a y i n g o f H D P E p i p e 1 1 0 m m O u t e r D i a , 10mm Metre 100.00 63.25 6325.00
Thickness along with collars i n trenches a t places of
platform cutting etc., and wherever required as per the
instructions of site engineer.

Pa g e 15 o f 46 Ru n Da te/Time: 16 /0 3/2 0 2 4 17:5 6 :42


HUBLI DIVISION-GATI SHAKTI/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: H-GS-UBL-09-2023-24-02 Closing Date/Time: 29/04/2024 11:00

23 23 Concr eting o f c a b l e l a i d i n t h e t r e n c h o r GI Per Unit 200.00 569.25 113850.00


pipe/DWC/HDPE pipe in which cable is already laid to a
size of 300*300mm with 1:3:6 mortar. (All the matetrials
required f o r t h e w o r k s h o u ld b e supplied b y the
contractor){Per Unit- RMT}
24 24 Excavation of pit, erection of cable termination boxes on Numbers 4.00 6088.10 24352.40
Rails/L-Angles a n d concreting a s p e r D R G . No.
SG/CN/02/8, drilling of suitable holes in the box, fixing
of 2 Nos. of GI pipes 32mm dia and 300mm long at the
bottom with clamp nuts - 12 mm thick, one at the inner
side a n d another a t t h e outer side f o r e a ch p ip e for
cable throughing and one G I pipe 150mm long 32mm
dia for drawal of jumper wires for Point machines etc..,
provision of one EWS lock and painting the boxes inside
and outside with one coat of red-oxide and t o coats of
aluminium paints. CT Boxes, Rails/L-angles of different
length shall b e supplied b y Railways. (Cement, sand,
stone jelly o f size 20/25mm, paint, varnish, G I pipes
32mm dia - 300mm long - 2 Nos and 150mm long - 1
No., clamp nuts -12mm thick - 2 Nos. f o r each pipe,
fixing bolts and nuts with washers, EWS locks a n d all
other miscellaneous items required t o b e supplied by
contractor).
25 25 Installation o f Unit Maintenance Free Earth Pi t a s per Set 15.00 14178.35 212675.25
RDSO specification No.RDSO/ SPN/197/ 2008 o r latest
and as per Technical Specification
26 26 Installation, Testing/commissioning o f Ea r th Leakage Numbers 1.00 45454.90 45454.90
Detector 12 channel .
27 27 Transportation of 10/15/20 KVA DG set, including all Per Trip 1.00 20152.60 20152.60
lifts and leads (Lift and lead shall be done using suitable
Hy d r o lic cr ane/F or k L i f t . T h e co n tr a cto r w i l l be
responsible f o r t h e sa f e transhipment o f t h e D G set
without causing a n y damages during transportation).
Transportation of the DG sets (4 nos) over a distance of
80 to 150kms
28 28 Excavation o f pit, casting concrete foundations a s per Numbers 2.00 20834.55 41669.10
Drg No.SG/Proj/SK/DG/01/08 for installation o f D G set
a s p e r t h e d ir e ctio n o f S i t e In - ch a r g e Railway
Representive and Carry out 1st service of the DG set as
per the Manufacturer's instructions.
29 29 Strengthening o f foundations o f s ig n a ls , Full/Half Numbers 10.00 5331.40 53314.00
location boxes, b y carrying out the earth work around
t h e foundation, ramming o f t h e e a r th , carrying out
masonry work from bottom of earth work using country
stones and cement masonry t o prevent the earth from
slipping down the bank.
30 30 Provision o f One skilled and One unskilled staff round Month 6.00 80608.10 483648.60
the clock to attend to teething trouble of the installation
along with SSE/JE(Sig) after t h e installation h a s been
brought into commissioning. The work includes routine
maintenance , failure restoration as per the direction of
the SSE/JE(Sig).
31 31 Provision of Security Guards round the clock in 12 Per Unit 90.00 755.55 67999.50
hours shift beat from Up Home Signal to Down Home
Signal to avoid theft o f signaling assets.{Per Unit- Per
12 Hours shift}

Pa g e 16 o f 46 Ru n Da te/Time: 16 /0 3/2 0 2 4 17:5 6 :42


HUBLI DIVISION-GATI SHAKTI/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: H-GS-UBL-09-2023-24-02 Closing Date/Time: 29/04/2024 11:00

32 32 Providing services of helping hand man power t o carry Man- 90.00 572.70 51543.00
o u t miscellaneous/sundry w o r k s i n t h e office/field Days
between 0 8 .0 0 h r s a n d 2 0 .0 0 h r s o f t h e d a y and
accompanying Ra ilwa y s t a f f w i t h a l l e xp e n se s of
transportation, accomodation, food, consumables etc.,
w i t h a l l ascents/descents, ta xe s, octroi, c e s s , fees,
duties, w i t h contractors t o o l s a n d plants, materials,
consumables, labour, crew, machineries wit h a l l lead
a n d l i f t e t c . , co m p le te a s p e r sp e cia l conditions,
specification, regulation a n d a s directed b y Railway
Engineer-in-charge.
33 33 Preparation o f Ca b le Ro u te Pla n , Ca b le C o r e Plan, Station 1.00 112740.25 112740.25
C a b l e Termination R a c k Particulars, L o ca tio n Box
Particulars, P o w e r S u p p l y Dia g r a m , T r a c k Circuit
Bonding Diagram and/or a n y other drawing o n Auto-
C A D i n A2/A3/ A 4 , e t c . s i z e ( a s p e r 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 fair copy or for re-submission for
approval after incorporating the changes as required by
railways. After preliminary approval, execution o f work
shall be carried out at site. After Completion of work, 2
s e t s of 'AS M ADE' Ch e ck Pr in ts a r e submitted for
Administarative approval. Railways will return one set to
the contractor duly approved with
alterations/corrections if a n y . T h e contractor shall
incorporate Railways alterations/corrections i n 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 b o u n d booklets. [For Centralized Electronic
Interlocking Stations/Small Stations]
34 34 Supply and fixing of retro-reflective type Goods Warning Numbers 2.00 9053.95 18107.90
Boards a s p e r practice & SEM(Angle/Rail is to be
supplied by Railway).
35 35 Su p p l y a n d f i x i n g o f retro-reflective t y p e Calling- Numbers 4.00 7120.80 28483.20
On/STOP/BSLB/Legend /Axel Counter boards a s per
practice & SEM (Angle/Rail is to be supplied by
Railway).
36 36 Supply and placing of trunking and capping (RCC Duct ) Numbers 2300.00 1469.70 3380310.00
of 500mm width as per Drg.No SDO/Cable laying /007
RDSO/SI/G/2010
37 37 Supply and laying of Split DWC pipe of 120/103 mm dia, Per Unit 200.00 326.60 65320.00
2 meter long in already dug cable trenches. The unit of
RMT means two split pipes of 1 Mtr each. Material shall
be supplied as per specification RDSO/SPN/204/2011
or latest" {Per Unit-RMT}
38 38 Supply and Installation of Pre-wired Crank Handle Cum Numbers 1.00 39873.95 39873.95
Key Lock Relay Box (of MS Sheet) along with LEDs,
with approved t y p e p u s h buttons, W a g o o r similar
Disconnecting type Terminal Blocks inlcuding D I N rail
e tc., a s p e r tentative drawing enclosed. Installation,
fixing and wiring o f boxes f o r Ke y Lock Relays t o be
carried with Contractor's wiring and fixing material. The
wo r k shall b e carried a s p e r t h e instructions o f site
engineer.
39 39 Supply of de-onnizer plant (Aqua Ion model No ACAMB Numbers 1.00 49880.10 49880.10
4 Bed type)

Pa g e 17 o f 46 Ru n Da te/Time: 16 /0 3/2 0 2 4 17:5 6 :42


HUBLI DIVISION-GATI SHAKTI/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: H-GS-UBL-09-2023-24-02 Closing Date/Time: 29/04/2024 11:00

40 40 Supply of Electronic interlocking system excluding Panel Set 1.00 10500000.00 10500000.00
Processor (Hot Standby) for ( Badanahallu) station with
Signaling functions up to 125 units as per Function
table enclosed along with 15% spares, tools, manuals
and Instruments. El to be provided as per RDSO Spec
No.RDSO/SPN/192/2005 or latest. This includes supply
of 55" 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)
41 41 Incremental rate for signaling functions in El SYSTEM Per Unit 22.00 90000.00 1980000.00
over and above 125 functions under item 1 above.(per
unit = per function)
42 42 Designing of EI application logic and interface circuit as Lumpsum 1.00 600000.00 600000.00
per the SIP & Table of Control supplied by railway for
t h e a b o v e mentioned stations,This includes internal
FAT testing prior to submission for approval of circuits.
43 43 Installation, wiring, testing and commissioning of EI Numbers 1.00 600000.00 600000.00
equipments supplied for the stations, duly carrying out
the required FAT & SAT, including transportation from
consignee depot to site at station T his a lso includes
supply of racks,trays etc,with all the accessories,
trenching, laying & splicing o f 2 4 C OFC supplied by
railways for communication equipments of EI.
44 44 Supply and Installation of Operator VDU. The operator Set 1.00 950000.00 950000.00
VDU consists of industrial grade embedded fanless PC
with 55 inch monitor (2 No.s) . The monitor should be
capable of working on 110 V AC. The embedded PCs
f o r Operator VDU should b e as per RDSO TAN No.
STS/E/TAN/3007 Version 1 . 0 o r latest wit h adequate
storage memory to work in hot-standby mode. The
VDUs should be provided with all necessary software to
work along with EI equipment. Necessary mounting
arrangements also should be provided for operator
VDU.
45 45 Supply, Installation, wiring, testing and commissioning Numbers 1.00 600000.00 600000.00
of Datalogger as per RDSO IRS/99/2006 or latest with
EI interface card (Digital interface cards), for 512 digital
i n p u t s a n d 3 2 a n a l o g i n p u t s . T h i s includes
validation,yard stmiulation ,fault logic configration at
Station & Central and supply of all miscellaneous items
and software for commissioning of datalogger with
networking.( including supply of PC,software,printer,0.6
KVA UPS,mounting table and revolving chair of reputed
firm make as per details in Technical specification).
Data Loggerwith for remote monitoring with net
workfacility of signalling parameters and power supply
arrangements with 64 input digital cord as a spare and
fuse monitoringPCBs for monitoring at least 50 No. of
2Amps Fuses, with inbuilt modem cards for networking.
46 46 Supply of 25x3 mm Cu tape for BRC (Bonding ring Metre 50.00 550.00 27500.00
Conductor).
47 47 Laying of 50x6 mm GI tape for interconnection of earth Metre 40.00 150.00 6000.00
electrodes. (T his includes excavating of trench t o a
suitable depth a s per site requirement and refilling of
same after laying the GI tape as per site requirement).
48 48 Provision 35 sq mm single core CU cable for connecting Metre 200.00 150.00 30000.00
main earth electrode to equipment room (routing
through the GI Pipe/DWC/HDPE/PVC Conduit pipe of
suitable size as per site requirement.
49 49 Provision of 25x3sq m m Cu tape for BRC on walls with Metre 50.00 275.00 13750.00
s u i t a b l e i n s u l a t e d stand-off in s i d e Relay
Room/Equipment room as per site requirement.

Pa g e 18 o f 46 Ru n Da te/Time: 16 /0 3/2 0 2 4 17:5 6 :42


HUBLI DIVISION-GATI SHAKTI/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: H-GS-UBL-09-2023-24-02 Closing Date/Time: 29/04/2024 11:00

50 50 Provision of 16 sq mm Cu cable/10 sq mm Cu cable Per Unit 40.00 300.00 12000.00


between BRC and racks The work includes mechanical
connection by providing two Cu lugs and two steel
screws, drilling to two holes and removal of powder
coating on rack body, thimbles ties etc. and routing the
same as per site requirement. (UNIT: PER BOND)
51 51 N D Fuse links with blocks(holder). Numbers 50.00 225.00 11250.00
52 52 Supply of ND fuses E1 (knife edge) 2 amps. Numbers 30.00 30.00 900.00
53 53 Supply of ND fuses E1 (knife edge) 6 amps. Numbers 32.00 31.50 1008.00
54 54 Supply of Fuse link 16Amps (knife edge). Numbers 24.00 31.50 756.00
55 55 Supply of PVC insulated wire copper conductor 16/02 Numbers 150.00 586.46 87969.00
mm to ATC IS694 to RDSO spec No. IRS.S76/89. Each
coil of 100 mtrs length
56 56 Supply PVC wire coils of size 28/03 multi strand flexible Numbers 30.00 1929.30 57879.00
Spec . IRS. S76/89. Excise Duty. Amendment, NO.2 or
latest. Each coil of 100 mtrs. Length of Red and black
colours.
57 57 Supply, Installation and commissioning of Class 'A' Numbers 1.00 400000.00 400000.00
protection with Lightening Event Counter as per the
details given in Technical specification, with three years
warranty.
58 58 Supply of Final AS MADE documents of Badanahalu Set 1.00 140000.00 140000.00
stations.
59 59 T r a i n i n g o f R a i l w a y P e r s o n n e l f o r installation, Man- 10.00 3000.00 30000.00
commissioning, t e s t i n g , t r o u b l e s h o o t i n g , repairs Days
etc.Required hard copies of course modules also to be
supplied.
60 60 Independent checking, verification & approval of Logic Station 1.00 190000.00 190000.00
Circuits o f stations o f u p - t o 2 0 r o u t e s by IRSE /
IRSTELO License holders. (UNIT: PER STATION)
61 61 Additional payment for checking, verifying and approval Per 10.00 9000.00 90000.00
o f Logic circuits having more than 20 routes. Note: In Route
case of alteration in approved SIP or TOC, payment
shall be applicable per route basis as per Item No.2 of
terms & Conditions of contract. (UNIT: PER ROUTE).
62 62 Supply, Installation, testing and commissioning o f Heat Numbers 15.00 6600.00 99000.00
a n d smoke multi sensor a s per RDSO/SPN/217/2018
ver-2 or latest along with its base, backbox and all
accessories in complaince with IS:2175 and IS:11360
standards and Underwriters Laboratory (UL) listed.
63 63 Supply, Installation, testing and commissioning of Fault Numbers 4.00 6100.00 24400.00
isolator as per RDSO/SPN/217/2018 ver-2 or latest with
backbox and all other accessories.
64 64 Supply of Digital Linears Heat sensing cable 70 degree Metre 150.00 1300.00 195000.00
c e l s i u s m a d e w i t h t i n n e d c o p p e r coated steel
conductor, thermoplastic insulation, Nylon outer sheath
confirming to UL standards.
65 65 Supply of Fire survival cable 2x 1.5 sq .mm unarmoured Metre 150.00 150.00 22500.00
as per RDSO/SPN/217/2018 ver-2 or latest.

Pa g e 19 o f 46 Ru n Da te/Time: 16 /0 3/2 0 2 4 17:5 6 :42


HUBLI DIVISION-GATI SHAKTI/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: H-GS-UBL-09-2023-24-02 Closing Date/Time: 29/04/2024 11:00

66 66 Supply, Installation, testing and commissioning of Numbers 1.00 205000.00 205000.00


Networkable single loop addressable Fire alarm Control
panel expandable u p t o 4 loops with GSM
i n t e r f a c e ( w i t h o u t G S M m o d u l e ) as per
RDSO/SPN/217/2018 ver-2 or latest. This work involves
supply ,fixing, installation and testing of control panel.
The control panel shall be networkable t o Zonal
/Divisional headquarters preferably o v e r TCP/lP and
shall have clock synchronization facility. This includes
Networking module (TCP/IP) for control panel along
with power supply unit and battery set of required
capacity for 24 hours backup as per RDSO
specification.. The panel should support degrade mode
operation in complaince with IS: 2189 , EN 54
standards and Underwriters Laboratory (UL) listed .
67 67 Supply, Installation, testing and commissioning of GSM Numbers 1.00 34000.00 34000.00
module for Control panel with backbox and all other
accessories as per DSO/SPN/217/2018 ver-2 or latest.
with auto dialer function to SMS during failure or fire
situation. Including supply of SIM with one year
subscripation.
68 68 Supply, Installation, testing and commissioning of Numbers 1.00 7500.00 7500.00
Manual call point (resetabble) with backbox and all
other accessories as per RDSO/SPN/217/2018 ver-2 or
latest.
69 69 Supply, Installation, testing and commissioning of Relay Numbers 1.00 4100.00 4100.00
module with backbox and all other accessories as per
RDSO/SPN/217/2018 ver-2 or latest.
70 70 Su p p ly, Installation, t e s t i n g a n d commissioning of Numbers 2.00 15000.00 30000.00
Hooter and Visual strobe alarm units with backbox and
all other accessories as per RDSO/SPN/217/2018 ver-2
or latest along with its power supply unit.
71 71 Su p p ly, Installation, t e s t i n g a n d commissioning of Numbers 2.00 6300.00 12600.00
Control module with backbox and all other accessories
as per RDSO/SPN/217/2018 ver-2 or latest.
72 72 Supply, Installation, testing and commissioning of EOL Numbers 1.00 3500.00 3500.00
as per RDSO/SPN/217/2018 ver-2 or latest as directed
by the site Engineers.
73 73 Supply, Installation, testing and commissioning of Numbers 1.00 3200.00 3200.00
Monitor module for 3rd party with backbox and all other
accessories as per RDSO/SPN/217/2018 ver-2 or
latest.
74 74 Supply and fixing of PVC pipe of 25 mm size of IS Metre 150.00 36.00 5400.00
standards on wall/floor etc All necessary items like
screws/nails required to be supplied by contractor.
75 75 Laying / drawing of various type of cables on PVC pipe / Metre 250.00 5.00 1250.00
capping casing, or cable trays, ladder,shelter etc as
instructed by Railway engineer at site. (Indoor cables to
be drawn through pipe, outddor cables if required to be
clamped on wall/Floor etc)
76 76 Excavation of cable trench in hard rocky areas/hard soil Metre 500.00 129.98 64990.00
including clearing of roots of trees, rocks, bushes etc. to
a depth of 0.6 Mtrs and to a width of 0.5 Mtrs and
Refilling of cable trench 0.6 m depth by 0.5m width
throughout, with earth after laying of cables, and
consolidating the trench by ramming and leveling.
Laying of cables is not included in this schedule.
77 77 Excavation of square coil pit upto a depth of 1 Mtr.x 1.5 Numbers 20.00 271.50 5430.00
Mtr for providing coil at locations box,point,signals etc
This includes back filling and ramming of trench/pit after
laying the cable and consolidation of soil.

Pa g e 2 0 o f 46 Ru n Da te/Time: 16 /0 3/2 0 2 4 17:5 6 :42


HUBLI DIVISION-GATI SHAKTI/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: H-GS-UBL-09-2023-24-02 Closing Date/Time: 29/04/2024 11:00

78 78 Fencing for location box duly providing foundation (a pit Set 10.00 7440.50 74405.00
of size 400mm x 400mm x 400mm is to be dig and
cement concrete foundation in the pit in the ratio 1:3:6
to be casted) and fixing the frames/doors and E- type
lock to the fencing with supplied material. The rail
post/angular is to be erected up right in the foundation.
All materials are to be arranged and used by the
contractor (Rail post / angular / frames /Fencing/ E type
locks will be supplied by railway). Cutting of rail post /
angular / fencing to the required length, transportation
to the site is to be done by the contractor.
79 79 Supply and provision of MS Cable Tray of thickness 1.6 RMT 8.00 5922.00 47376.00
mm, including top cover for closing, with all required
miscellenous materials for installation. Installation to be
carried out as per the instructions of site engineer. MS
Cable Tray including Cover should be powder coated
with Siemens Gray Color. -MS Cable Tray - 400 * 300
80 80 Supply and provision of MS Cable Tray of thickness 1.6 RMT 8.00 4928.00 39424.00
mm, including top cover for closing, with all required
miscellenous materials for installation. Installation to be
carried out as per the instructions of site engineer. MS
Cable Tray including Cover should be powder coated
with Siemens Gray Color. -MS Cable Tray - 400 * 150
81 81 Supply and provision of MS Cable Tray of thickness 1.6 RMT 8.00 3760.00 30080.00
mm, including top cover for closing, with all required
miscellenous materials for installation. Installation to be
carried out as per the instructions of site engineer. MS
Cable Tray including Cover should be powder coated
with Siemens Grey Color. -MS Cable Tray -250 * 100
82 82 Supply and provision of MS Cable Tray of thickness 1.6 RMT 8.00 2676.00 21408.00
mm, including top cover for closing, with all required
miscellenous materials for installation. Installation to be
carried out as per the instructions of site engineer. MS
Cable Tray including Cover should be powder coated
with Siemens Grey Color. -MS Cable Tray -100 * 100
83 83 Supply of L- angles 75 *10mm a s per required lengths Per Unit 1.00 86966.00 86966.00
f o r various boards like Goods warning/calling on/Axle
counter etc. (UNIT: PER TON).
84 84 Excavation of cross trench to a depth of 1M or as per RMT 100.00 175.50 17550.00
site requirement, for identifying the existing cable path
without damaging the working cables.
85 85 Supply of Office table of Godrej T9 or reputed firm for Numbers 2.00 20100.00 40200.00
keeping circuits/carrying office work.
86 86 Supply of Office table of Godrej T8 or reputed firm for Numbers 2.00 10720.00 21440.00
keeping circuits/carrying office work.
87 87 Supply of Office/executive/computer support Revolving Numbers 2.00 9380.00 18760.00
Chairs (Bravo high back and Cushioned) of Godrej or
reputed firm for seating arrangement .Godrej Interio
Fabric Bravo High Back Chair, Size: 38-43 H X 30 W X
30 D
88 88 Supply of Office/visitor/study/executive/computer Numbers 3.00 5360.00 16080.00
support Chairs (Cushioned) of Godrej or reputed firm
for seating arrangement.

Pa g e 2 1 o f 46 Ru n Da te/Time: 16 /0 3/2 0 2 4 17:5 6 :42


HUBLI DIVISION-GATI SHAKTI/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: H-GS-UBL-09-2023-24-02 Closing Date/Time: 29/04/2024 11:00

89 89 Supply, fabrication, installation and fixing of panel Numbers 1.00 389212.40 389212.40
operator console in SM room to accommodate 2 VDU s,
SM key box , counter box, BPAC reset etc. The basic
frame structure of the console to be made of MS/Teak
wood and water proof plywood sheet of 30 mm
thickness of reputed make to be used for fabrication of
table duly consisting of required partitions
/compartments for accomodating associated required
equipments/terminals. Interior and exterior to be
covered using lamination/MS sheet of reputed make
and approved colours and drawing as per the
instruction of site engineer. All the materials required for
the fabrication and fixing o f console t o be supplied by
contractor including lead, lift and manpower a s per the
instruction o f s i t e engineer. T h i s i t e m also includes
supply of godrej C13 or better make /model computer
table (1No.) for installation of maintenance VDU and
godrej office executive chair or better make (2No.)As
per the PCSTE/SWR/UBL approved Daigram.
90 90 Supply of Key Lock Relay (KLCR) working o n 24V DC Numbers 2.00 15023.00 30046.00
ACI Type T M A with different ward combination IRS-S-
46, IRS-S@ 45"44@ IRS-S23 with contact configuration
4 F - 4 B ( T M A 1 1 4 4 / 1 1 6 IM-OLD) Accepted Make-
INTEGRA or similar. (Two extra ward plates for point
machines to be supplied with each relay).Ward
combinations shall be decided by the Railway Engineer
at site.
91 91 Tool kit for ESM as recommended in CSTE technical Set 1.00 40200.00 40200.00
instructions and as per technical specn.
92 92 Navtal locks godrej make 75mm with 2 keys with Numbers 8.00 670.00 5360.00
Engraved key chian as per instrucation of Site
Enginner.
93 93 Digging of cable trench to a depth of not less than 30cm RMT 200.00 211.00 42200.00
in rocky terrain, concreting the trench with 150mm x
150mm thick concrete in the ratio 1:2:4 and after proper
curing, back filling with excavated soil.
94 94 Supply of Lightining and surge arrester of class B and C Numbers 1.00 26393.00 26393.00
suitable for single phase supply i n TT network as per
RDSO spec.no.RDSO/spn/1665/2004 amdt .5 or latest
& as recommended by RDSO vide letter
no.STS/S/IPS/Genl. Dated27.01.2006.
95 95 Installation a n d commissioning of class B and C Numbers 1.00 6598.00 6598.00
arrestors as supplied. These din rail mountable devices
along with 63 amps HRC input fuse and fuse base shall
b e f i x e d i n a w a l l m o u n t a b le c a b i n e t o f size
450x250x150 mm made as MS steel of 20 gauge or
better with IP31 protection and power coating.All the
internal power wiring shall be made by using 10sq.mm
cu cable.the PF contract of the class C arrestor shall
also be wired using cable thickness of 2,5 sq.mm and
terminated on a suitable terminal block.
96 96 Universal Fail Safe Block Interface (UFSBI) complete Pair 1.00 1114357.86 1114357.86
and Block panel for Single line operation as per RDSO
Spec. No. IRS:S-105/2012 or latest
97 97 Automatic Media changeover of modems working on Pair 3.00 33617.92 100853.76
redundant channels for data transmission on
OFC/Quad
98 98 MODEM compatable with existing UFSBI system (for Pair 3.00 56841.72 170525.16
use with secondary/backup media i.e 4-wire OFC VF
Channel form station Primary mux or UFSBI E1
modem)
99 99 Supply of CPU card suitable to work with UFSBI (as per Numbers 1.00 30619.53 30619.53
IRS:S-104/2012)
100 100 Supply of CCC card suitable to work with UFSBI (as per Numbers 1.00 25867.36 25867.36
IRS:S-104/2012)

Pa g e 2 2 o f 46 Ru n Da te/Time: 16 /0 3/2 0 2 4 17:5 6 :42


HUBLI DIVISION-GATI SHAKTI/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: H-GS-UBL-09-2023-24-02 Closing Date/Time: 29/04/2024 11:00

101 101 Supply of Hot-Standby DC-DC Converter type Power Numbers 1.00 47277.34 47277.34
Supply to work with UFSBI (as per IRS:S-104/2012)
102 102 Installation, testing and commissioning of UFSBI Per Unit 2.00 75280.12 150560.24
complete and Block panel for Single line/Double line
operation as per RDSO Spec. No. IRS:S-105/2012. [All
misc items required for commissioning shall be supplied
by contractor] (Per Unit=Set Per Block Section)
103 103 Installation, testing and commissioning of Automatic Per Unit 2.00 22443.39 44886.78
Media changeover modems working on redundant
channels for data transmission on OFC/Quad. This
included installation & configuration of Industrial grade
modem, wraping of E1 connections etc. (Per Unit=Set
Per Block Section)
104 104 Multi Section Digital Axle Counter(MSDAC): Supply, Per DPR 20.00 375801.00 7516020.00
design, installation, testing and commissioning of Multi
Section Digital Axle Counter (MSDAC) complete system
as per RDSO Specification No. RDSO/SPN/176/2013
version.3 with latest amendments STR No. SIQ 0001
Ver.2.0 or latest. Tentative signal and Interlocked Plan
of Badanahalu is enclosed in Technical Specifications..
MSDAC Reset procedure shall be as per SWR MSDAC
Reset policy. Tenderer shall design the scheme for
provision of required number of evaluators, reset
equipment's, trackside junction boxes, detection points
and track clearance relays etc and shall be submitted
along with the offer. Length of the cable required for
each DP and Rail Type will specified at the time of
issuing call Letter. [This schedule also includes supply
of 10% all types of cards, LV Boxes, Wheel sensors and
other essential modules as specified in RDSO Spec, it
shall be rounded to nearest integer subjected minimum
of one item. For calculating the 10% spares, total
quantities of schedule DPs to be considered. It shall
contain 16 DPs and 14 Track Sections. Suitable for
commissioning of yard replacement as per SIP (copy
enclosed).Hardware requried for 20 DPs. Inculdeing
supply and installation of maintiance free earth.
Tenderer shall design the scheme for provision of
required number of evaluators, trackside junction
boxes, detection points and track clearance relays etc
to be submitted along with the offer. MSDAC should
have facility to reset track sections. System shall be with
cooperative type design and the total cost breakup shall
be given against the Tender for OEM components
along with the offer or before issue of LOA and all the
cables of required lengh,accessories should be
supplied as per site requirement. [This schedule also
includes supply of 10% all types of cards, LV Boxes,
Wheel sensors and other essential modules as
specified in RDSO Spec, it shall be rounded to nearest
integer subjected minimum of one item. One set of
Specialized Tool and Measuring equipment's as per
RDSO specifications shall be supplied. Signaling
Plans(SIPs) of Badanahal may be collected from office
of Dy.CPM/GS/UBL. For any clarifications with regard to
drawings/ technical details please contact
Dy.CPM/GS/UBL
105 105 Supply of Diagnostic system for Remote diagnostics Numbers 1.00 350000.00 350000.00
106 106 Tool set for wheel sensor mounting and maintenance of Numbers 1.00 105000.00 105000.00
MSDAC consisting of torque wrench, ratchet, testing
plate, measuring tape, screw driver, and gloves and
multi meter fluke 115

Pa g e 2 3 o f 46 Ru n Da te/Time: 16 /0 3/2 0 2 4 17:5 6 :42


HUBLI DIVISION-GATI SHAKTI/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: H-GS-UBL-09-2023-24-02 Closing Date/Time: 29/04/2024 11:00

107 107 Supply of Electric Point Machine - IRS type 220 mm Numbers 5.00 120360.00 601800.00
throw, High thrust (AC Immunity 160V AC) Non trailable
to operate on 110V DC complete with Lock and
detector, Slides, Cable termination box, Telescopic
pipes point insulation set, Ground connection set,
Clamp point lock 60 kg, TWS for B.G, Tools and
complete accessories as per Drg. No. RDSO/S-11000
and RDSO/S-3454, ALT-A, RDSO/S-3395 and all as per
RDSO Specn. IRS : S-24/2002 with amendment 01 or
latest.
108 108 Supply of Nylon insulations for Crompton/high Set 10.00 710.08 7100.80
thrust/TWS for 220mm Point Machine, consists of a)
Insulating washer Drg. No. S-8640: 12 Nos b) Insulating
washer Drg. No. S-8640/1: 04 Nos. c) Insulating washer
Drg. No. S-8640/2: 02 Nos. d) Insulating bush. Drg. No.
S-23199: 12 Nos e) Insulating bush. Drg. No. S-3463:
01 No. f) Insulating bush. Drg. No. 22179: 02 Nos. g)
Insulating bush. Drg. No. S-8912: 02 Nos. h) Insulating
plate. Drg. No. S-3404 02 Nos i) Insulating bush. Drg.
No. S-8813: 04 Nos.
109 109 Supply, Installation, testing and commissioning of SMPS Set 1.00 1550000.00 1550000.00
based Integrated Power Supply (IPS) upto 4 Lines in
RE area confirming to RDSO Specification No.
RDSO/SPN/ 165/2012 (Ver. 3.0) with latest amendment
with STR No:- SIQ 0110 Ver. 3.0 or latest along with
status monitoring panel as per Drawing
No.B/SG/Proj/BNC/ IPS /PI-4L/RE/01 of dated 06-10-
2021 enclosed as Annexure A and B. IPS should be
supplied with (55+5@61<41@ Nos. of charged
Secondary Cells 2V-300AH as one set for one IPS Lead
Acid Stationary Secondry Cells For S&T Installations
along with 16 Sqmm cable for each IPS set is (50 Mtrs
Red + 50 Mtrs Black + 50 Mtrs Green) = 150 Mtrs.
SPECIAL CONDITIONS:- 1. (The supplier shall take up
installation , wiring, testing and commission with
minimum one month prior notice period from Railways.
2.All the required cables/ Miscellaneous items for
commissioning shall be supplied as part of this tender.
3.Supply, installation, testing and commissioning of
SPDs (class B&C) are covered in scope of this tender,
Supply items shall be inspected by RDSO.)
110 110 Transportation errection and wireing of IPS to the Set 1.00 64000.00 64000.00
power distrubation panel This includes transportation of
IPS and IPS Batteries from UBL Stores to the site
,Erection of IPS Panel on teak Wood Planks inter
connection between panel and wireing the IPS to power
distrubation panel and wireing the IPS TO POWER
DISTRUBATION PANEL USING 10 Sq mm multi strand
copper cables.The wireing should be done neatly
using(This includes supply and installtion of Aluminium
ladder with phenlic sheet of thickness 6mm ,Teak wood
plank width of 150mm and thickness 25mm 10 sq mm
multi strands will be supplied by contracter)

Pa g e 2 4 o f 46 Ru n Da te/Time: 16 /0 3/2 0 2 4 17:5 6 :42


HUBLI DIVISION-GATI SHAKTI/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: H-GS-UBL-09-2023-24-02 Closing Date/Time: 29/04/2024 11:00

111 111 Supply o f tools kit comprising o f the followinq tools: 1, Set 1.00 58696.74 58696.74
Kronne insertion t o o l - 5 N o s . 2 . Digital multimeter
(Rishabh) - 1 No. 3. Electronic insulation tester 100
volts dual range Model No lT/100/ll orequivalent - 1 No,
4. Blow torch working on LPG with following accessories
(a)Universal Handle - 1 No (b)Burner - 8 No (c)Neck
Tubes -2 No (d)Gas hose pipe - 2 Mtrs (e)Spanner - 1
N o (f)SwivetTypeRegulatingValve 1 N o . (g)Branded
Cylinder of 2Kg. Capacity 2Nos 5. Screw driver set -
Taparia make - 1 No, 6. Double ended spanner set of
12 Nos-Taparia make- 1 set, 7. Cutting Piler - 6" -
Taparia make - 2 Nos. B. Nose Plier - 6" - Taparia
make - 2 Nos 9. Wire stripper - 2 Nos. 10. Cable
joinlerq Collapsible toot kit CompiEing the foilowing (a)
Hacksaw frame - 1No. (b)Hacksaw Blade - 5 No. (c)Hot
chisel 12 inches - 1 No (d)Adjustable Spanner 2inches
jaw - 1 No (e)Scissors 15 inches - 1 No (f)Din Cutter 15
inches - 1 No (g)Ball pean Hammer 1 1/2 tbs - 1 No
(h)File Flat 5 inches - 1 No (i)Triangular File smooth - 1
No 0)Steeltape 3M - 1 No (k)Steel tape 30M - 1 No
(l)Soldering iron soldron S0watts - 1 No (m)Knife 8
inches - 1 No (n) Knife 12 inches - 1 No
112 112 Manufacture and Supply of Power Distribution Panel for Numbers 1.00 57635.92 57635.92
IPS using Hylem sheet 10 mm as per site requirement
and erecting it using MS angle clamp 65mm X 65mm X
8mm, HRC fuse block, Mains control switch, ammeter
by-pass switch, voltmeter, ammeter, PBT terminals
60mm and wiring the same using wire PVC 7/1.40mm
as per approved power diagram. This also includes
termination of power cables using teakwood clamp of
size 25mm X 60mm X 150mm on a base plank of
25mm thick 150mm width. (MS angles 65mm X 65mm
X 8mm, Hylem sheet of 10 mm Thickness, as per site
requirement, bolt and nuts required for manufacture of
power panel, HRC fuses, box and carriers, teak wood
clamp, wire 7/1.40mm, PVC casing and capping and all
other miscellenous materials will be supplied by the
contractor, Supply of PBT terminals 60mm is not
included in the schedule.)
113 113 Supply and Provision of Power Supply Change over Numbers 1.00 68838.84 68838.84
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 .
114 114 Supply of Double Walled corrugated pipe-103.5mm Metre 100.00 407.96 40796.00
inner dia & 120mm outer dia conforming to specification
No. IS 14930(Part 2): 2001 with one coupler for every
6m of pipe as specified in Vol.II of the Tender
document.
115 115 Supply of Relay Non-AC immune, plug in type style Numbers 120.00 3127.00 375240.00
QN1, DC neutral line, 24V,8F,8B contacts, front and
back contacts metal to carbon with plug board retaining
clip and connectors confirming to BRS 930, IRS-S34,
IRSS23 (as applicable). The interlocking code for this
unit shall be ABCDF (with ATC clips). A
116 116 Supply of AC immune plug in type style QNA1 DC Numbers 50.00 3658.00 182900.00
Neutrel line 24 V 8F/8 B contacts front and back
contacts metal to carbon with plug board ,retaining clip
and connectors to BRS :931A,IRS:S@ 58<44@
IRS:S:34 & IRS:S:23 (as applicable) the interlocking
code for this shall be ABDGH

Pa g e 2 5 o f 46 Ru n Da te/Time: 16 /0 3/2 0 2 4 17:5 6 :42


HUBLI DIVISION-GATI SHAKTI/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: H-GS-UBL-09-2023-24-02 Closing Date/Time: 29/04/2024 11:00

117 117 Supply of Relay, Plug-in Type, QL1, magnetically Numbers 10.00 4217.32 42173.20
latched, neutral line, 24 VDC, 11F.4B contacts and back
contacts, Metal to Carbon with Plug board, retaining
clips and connectors conforming to BRS 935/A, IRS S@
45"44@ IRS S23 as applicable. The interlocking code
for this unit shall be ABDEG
118 118 Supply of Relay AC immunized, plug in type, style Numbers 45.00 4925.90 221665.50
QNA1K, DC neutral line, 24V1000 ohms, 6F.6B
contacts, front contacts metal to carbon and back
contacts metal to metal / carbon, complete with
plugboard, retaining clip and connectors conforming to
BRS 931A, IRS IRS.S60;IRS.S34; IRS.S23 and RDSO
specification STS/E/Relays/UEA (PI), dated 30-6-
97(Annexure - II) (as applicable). The interlocking code
for this unit shall beCDEKY.(with ATC clips).
119 119 Supply of Relay Plug in type AC LED all aspects AC Numbers 50.00 4560.70 228035.00
lamp proving relay unit with inbuilt current transformer
type slow to release neutral line Relay with 4F/4B
contacts metal to carbon, shall be suitable for working
with 110V AC LED signal lamp proving rates at 15W
conforming to RDSO spec. no. STS/ E/ Relay/ AC lit
LED Signal/09- 2002, Amendment- 1, BRS 941A,
IRS:S-34 and IRS:S-23 (as applicable). The interlocking
code for this unit shall be ABDHK.
120 120 Supply of LED signal lighting Unit with built in current Numbers 12.00 8968.00 107616.00
regulator, retrofittable in existing CLS units as per
RDSO specification RDSO/SPN/199/2010 or latest.
Main Signal aspect Red
121 121 Supply of LED signal lighting Unit retrofittable in existing Numbers 12.00 8732.00 104784.00
CLS units as per RDSO specification RDSO/SPN/
199/2010 Rev 1.0 with latest amendments for Yellow
Aspect- Main signal
122 122 Supply of Main LED signal lighting Unit working on 110V Numbers 11.00 10620.00 116820.00
AC as per RDSO specification RDSO/SPN/ I99/2010 rev
1 .0 retofittable in existing CLS housing
(SA23002S2324/M) Green Aspect RDSO specification
RDSO/SPN/I99/2010 rev 1.1;
123 123 Supply of LED Signal lighting unit for route indicator ( Numbers 12.00 5640.40 67684.80
110V AC LED signal) As per RDSO/SPN153/2011 (REV
4.1)
124 124 Supply of LED signal lighting unit 110V AC for Calling Numbers 12.00 6932.50 83190.00
on signal in Railway signaling as per
RDSO/SPN/153/2011 (REV. 4.1)
125 125 Supply of SHUNT LED Signal lighting unit working on Numbers 16.00 5681.70 90907.20
110V AC As Per RDSO Specn. No.
RDSO/SPN/153/2011 (REV.4.1) Retrofittable in existing
CLS Housing
126 126 Supply of Permanently Lubricated High Density Kilometre 4.00 102471.90 409887.60
Polyethylene Duct (PLB-HDPE), 40/33 mm Dia, along
with End Cap, End Plug, Cable Sealing Plug and
Couplers, as per RDSO/SPN/TC/45/2013 Rev.2 (upto
Amdt.2) or latest
127 127 Laying of PLB HDPE duct, 40/33 mm Dia, in the Kilometre 6.00 13000.00 78000.00
trenches and in the protective works already provided
including in HDD portion and supply pulling of Nylone
rope through it at different places as per direction of
engineering charge or site engineer.
Total 40080812.23
Schedule Schedule TC-Telecom (Non SOR)
Item- 03 Supply and Execution
S No. Item Description of Item Unit Qty Rate Amount
No

Pa g e 2 6 o f 46 Ru n Da te/Time: 16 /0 3/2 0 2 4 17:5 6 :42


HUBLI DIVISION-GATI SHAKTI/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: H-GS-UBL-09-2023-24-02 Closing Date/Time: 29/04/2024 11:00

1 1 Supply, Installation and Commissioning of 3 KVA Online Numbers 1.00 134890.70 134890.70
UPS with 2 Hrs SMF BatteryBackup. This also includes
supply of one set MF battery of suitable AH capacity
Rack and one set compatible MCBs complete with
cover & fixing materials, one earth leakage circuit
breaker arrangement [Detailed Specification in
Technical Document]
2 2 Supply of Telecom Termination panel with Numbers 1.00 52718.30 52718.30
WAGO/Pheonix/Elmex make or similar disconnecting
Terminals blocks o f size 1500mm x 500mm x 200mm
t h i c k n e s s 1 . 6 m m (16 SWG) 150 numbers of
disconnecting terminal block with accessories. (The box
should be divided in to two compartments 500 m m from
T O P w i t h door arrangement including locking, and
b o t t o m 1000mm closed fully with screws
WAGO/Pheonix/Elmex terminals suitable f o r cable
dimensions maximum o f 2.5 sq.mm. Provision of easy
and ensuring aesthetics.
3 3 Supply of 20 pair CT box with Disconnecting erminals of Numbers 20.00 4766.75 95335.00
Wago/Pheonix/Elmex make or similar
4 4 Supply of 10 pair C T box with Disconnecting terminals Numbers 4.00 3095.80 12383.20
of Wago/Pheonix/Elmex make or similar
5 5 Supply o f Joint k i t conforming t o RDSO specificaiton Numbers 10.00 4474.65 44746.50
No.IRS-TC 77/2006 Revision1 or latest for quad cable
6 6 Fixing of 'Telecom Termination Panel' and termination Numbers 1.00 5876.50 5876.50
of cables o n Wago/krone connectors a s p e r the
instructions of the site Engineer.
7 7 Fixing of 20 pair CT box with disconnecting terminals of Numbers 4.00 3527.05 14108.20
wago/phonix/elmex make o r similar and termination of
cable at the station/LC gates etc. This includes fixing of
Quad/PIJF cables and CT box on the wall.
8 8 Fixing of 10 pair CT box with disconnecting terminals of Numbers 4.00 3078.55 12314.20
wago/phonix/elmex make o r similar and termination of
cable at the station/LC gates etc. This includes fixing of
Quad/PIJF cables and CT box on the wall.
9 9 Provision o f n o r m a l j o i n t o f H e a t Shrinkable type Numbers 5.00 4085.95 20429.75
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 in case
of any defects the jointing has to be done at free of cost
b y t h e contr actor . [ H e a t Sh r in ka b le j o i n t i n g kit
conforming t o RDSO specificaiton No.IRS-TC 77/2006
covered i n the supply portion h a s t o b e used f o r 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
10 10 Supply of Online UPS of 1 KVA capacity input voltage Numbers 1.00 29000.00 29000.00
160V AC - 280 V AC, output voltage 230V AC,
Operating Freq 47-63 Hz with back up time 120 min
(APC or Emerson)
11 11 Excavation of jointing pit without damaging the fiber and Numbers 2.00 6500.00 13000.00
provision of joint chamber of 1.2 mtr dia , 60 Cm height
a n d 5 0 m m thickness wit h t w o piece t o p cover and
bottom cover with holes for drainage and cable entry (
T h e reinforcement drawing enclosed ) . T h is includes
backfilling and ramming o f the trench after placing the
joint closure a n d cable lo o p i n t h e chamber without
causing any damage to the same and consolidation of
so il a s we ll a s disposal o f so il a s p e r p l a n a n d as
advised by RailTel Representative.
12 12 Supply, transport and filling of the RCC joint chambers Numbers 2.00 1000.00 2000.00
w i t h d r y s a n d m i x e d w i t h anti-termite chem ical as
required i n specification u p t o 400mm height a n d the
cover is refixed in position.

Pa g e 2 7 o f 46 Ru n Da te/Time: 16 /0 3/2 0 2 4 17:5 6 :42


HUBLI DIVISION-GATI SHAKTI/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: H-GS-UBL-09-2023-24-02 Closing Date/Time: 29/04/2024 11:00

13 13 Su p p ly & Provision o f Mid-Section/Derivation OFC Numbers 5.00 17187.00 85935.00


Jointing kit including Splicing (24 Fibre) inside already
prepared jointing pit. This does not include provision of
J o i n t cham ber, top plate & b a c k filling. T h e joint
Enclosure shall b e as recommended in the Technical
specification.
14 14 Blowing / drawing of OFC cable in the HDPE pipe duct Kilometre 6.00 11971.20 71827.20
and in protective works already provided.
15 15 Supply of UTP CAT VI cable with marker and ferule of Numbers 2.00 4442.42 8884.84
305 meters in each box D-Link make or better
compliant with EIA/TIA-568-B.2-1 (Unit - Boxes)
16 16 Supply of OFC integrated access device 1U/19" rack Numbers 3.00 104404.20 313212.60
mountable, Optical module integrated in the unit
supporting dual OFC and one 100 MBPS Ethernet and
two Sub E1 as per ITU standards or 8E1 port (1+1
protection)/Optical port with SFP, optical distance
support upto 25 kms, unit to support 124/248 DSO level
cross connect and one E&M module supporting eight
2W/4W ; with dual DC(48 V dc)/AC power supply; one
50 SCSI pin cable along with unit; similar to MAPLE
4CS/OFC/DC&Module 2W/4W
17 17 Supply of V.F. and Signaling Transformers as per Numbers 4.00 1033.40 4133.60
RDSO spec No. IRS-TC-22/76 or latest
18 18 Supply of Standard 19" Rack Mountable LER(Label Numbers 1.00 578000.00 578000.00
Edge Router) , IP- MPLS Router with Redundant DC
power feed- 48V DC nominal, equipped with interfaces:
2 x 10G (optical) SFP+Ports along with 2 Nos of 40 Kms
10G SFP+ LC Modules, 4 x 1GbE (Optical) interface
along with 4 Nos of 1GbE Single Mode Bi-directional
SFP (10KMs) 1 Modules and 4 x 1GbE (Copper)
interfaces & Modules and loaded with 16 Port E1 Card
(G.703), {with patch panel /Krone module along with
wiring to router with all accessories required for
installation}, Mounting kit with all necessary accessories
& Software, Perpetual Licenses. As Per RDSO
Document No. STT/TAN/IPMPLS/ 2023 Version 2.0 or
latest. 2 x 10G Adapter Interface without 10G 2 SFP+
Modules for LER Routers.
19 19 Installation, Commissioning & Testing of LER & LSR IP Numbers 1.00 13000.00 13000.00
MPLS Routers,switches,IP Phones,Gateways etc
including supply & Installation of all the accessories like
, Earthing Cable,Optical Patch Cords of 3 mtr- 4 Nos for
LER & 8 Nos for LSR s, Cat 6 Patch Cords of 1 mtr -4
Nos ,one 6A MCB for each LSR and LSR ,wiring etc. as
required for Routers.
20 20 Supply of SDH Add/drop (STM-I) short haul as per DOT Numbers 1.00 180000.00 180000.00
Generic specification No: G/SDH-04/01 Feb 95 with
latest amendment having in built cross connected
capability at junction stations. The equipment shall be
able to work upto a fibre length of minimum 60KM and
shall be fully equipped to carry 21E1s and shall be
usable as a terminal multiplexer where ever required,
expandable upto a capacity of 63E1s along with
connecting cable and accessories upgradable to STM-
4 , Make/Model: TE3AS/TJ 1400 or similar. Detail
specification as per Annexure - A (Attached).
Make/Model No. TE3AS Model: T3 1400

Pa g e 2 8 o f 46 Ru n Da te/Time: 16 /0 3/2 0 2 4 17:5 6 :42


HUBLI DIVISION-GATI SHAKTI/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: H-GS-UBL-09-2023-24-02 Closing Date/Time: 29/04/2024 11:00

21 21 Supply of Programmable Primary Digital drop insert Numbers 1.00 180000.00 180000.00
Multiplexer complete with all accessories as per RDSO
Specification IRS: TC: 68/20 12,Rev.0 (Amdt. No. -1),
including Connectors and cables required for
installation including 100 Pair Krone type MDF. Each
channel card shall have minimum four channels per
card. The single sub rack shall be capable of being
equipped up to min. 60 Channels without additional
power supply unit.The MUX shall be wired & equipped
for 30 channels, with following circuits:- 20 Nos of VF
2W/4W E&M Circuits; 4 Nos of 2 Wire FXO/Exchange
Interface Circuits; 6 Nos. of 2W Subscriber/Hotline
circuits along with ringer cards. Make/ BrandWEBFIL
LTD/KOLKATA
22 22 Wiring of SDH ADMs, PDMUX with accessories, surge Numbers 1.00 40000.00 40000.00
protection arrangement, FDF, racks, DDF, runway
ladder etc. this includes connecting all pig tails and
optical patch cards etc. to SDH and primary mux
equipment with all interface cards to 48V bus including
supply of wires and connectors, terminations of all E1s
on DDF, termination of VF interface circuits to krone
type MDF at both ends including taking PVC cable over
runway or a wall, krone type DP with all surge and
lighting protection complete for all the circuits derived
from PD mux. This work includes wiring and connection
of telephones in SM's room and extension of generator
supply equipment. All miscellaneous materials like
power wires conduit and accessories etc. shall be
supplied by the contractor. Suitable link panel should be
provided on this rack for testing and isolation of fault.
23 23 Supply and installation of SMPS charger 230V AC 50Hz Numbers 1.00 154400.00 154400.00
input and 48V DC/25 Amps output in (2+1
configuration) suitable for VRLA battery as per RDSO
specs: RDSO/SPN/TL/23/99 ver.4
24 24 Supply and installation of 48V,200AH VRLA battery Numbers 1.00 144750.00 144750.00
bank as per specification No.IRS-S-93/96A[One set
battery bank contains 24 nos of 2v/200AHcells].
25 25 Supply and installation of 19"- 42U Rack complete with Numbers 2.00 47720.98 95441.96
fittings for housing LER,LSR,SDH equipment, FDMS,
DDF and other equipment like cable managers,
completely wired using krone module and other
equipment's like runaway ladders etc., as per technical
specification below. It should be able to lock all the
equipment with only order wire telephone outside the
rack , the rack should of APW President/ Rittal make
etc., The components of the rack are specified below.
this includes transportation and installation of rack in
prefab/building at specified stations. a. Rack S33 42U
600WX600D -1 no. b.fixed side panels 42U x 600 D -
2nos. c.Front glass door plain 42U/600W -1 no. d. Rear
MS door plain 42 U/600W-1 no. e. Caster with brakes-
2nos. f.Fans directly mounted on the top 48v Dc
90CFM - 2NOS. g.Krone mounting bracket -01 No. h.
MCB mounting panel with MCBS a)32 Amps MCBs (DP)
- 2 nos. b) 6 Amps MCBs (DP) -6 nos. i) earth continuity
kit -o1 nos j. Equipment trays-5 nos. k. channel with
cable loops 42U-2 Nos.
26 26 Supply ,installation, termination and testing of Rack/Wall Numbers 2.00 27135.00 54270.00
mountable FDMS and termination IN and OUT 24 fiber
OFC cables (with all connecting materials)
routing/dressing fiber as per direction of
engineer/InCharge. this work includes
termination/splicing of fibers and testing of fibers in the
section/block and report of fiber to be submitted in hard
and soft copy.

Pa g e 2 9 o f 46 Ru n Da te/Time: 16 /0 3/2 0 2 4 17:5 6 :42


HUBLI DIVISION-GATI SHAKTI/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: H-GS-UBL-09-2023-24-02 Closing Date/Time: 29/04/2024 11:00

27 27 Supply and Installation Testing and Commissioning of Numbers 1.00 36000.00 36000.00
Isolated DC-AC Inverter 1+1HA input 48 V DC,
Output:220V AC 1000VA or higher, with all required
Protection Circuits.
28 28 Supply of OFC Pigtail patch cord, Single Mode, 5 mtr or Numbers 8.00 1058.76 8470.08
10 mtr as per RDSO/SPN/TC/69/2007, Rev.0 or latest
29 29 Supply of RJ 45 connector suitable for STP/UTP cable. Numbers 100.00 3.00 300.00
30 30 Supply of CAT 6 UTP Patch Cord-2 meters length. Numbers 10.00 90.00 900.00
31 31 Supply of CAT-6 Patch Cord-5mtrs length. Numbers 10.00 400.00 4000.00
32 32 Supply and Termination of 12 Fiber 12 SC Type Rack Numbers 2.00 7700.00 15400.00
Mountable FDMS loaded with SC '0' DB & Adaptor SC
SM Pigtail 1.5 meters with all the accessories required
for installation.
33 33 Supply and Fixing o f PVC Trunking o f 50X50mm with Metre 50.00 580.00 29000.00
c o v e r o f 2 m m thick and 2mtr length each. (This
includes all materials like clamps, bends, couplers,
fixing required forlaying).
34 34 Supply and Installation of Standard 19- inch Rack Numbers 1.00 253000.00 253000.00
Mountable Layer 3, 24 Port Managed Switch with 24
Nos of 10/100/1000 Ethernet Ports with POE + Support
and Redundant AC Power Supply, Dedicated Stacking
Module 4 x 10 GE SFP+ Ports for uplink including 4 Nos
of 10 GE BX SM SFP+ Modules, as per para number
4.0 of RDSO SPECIFICATION
NO.RDSO/SPN/TC/83/2020 Rev 2.1 or latest. Mounting
Kit with all necessary accessories to be supplied as per
specification.
35 35 Supply, Installation and Commissioning for 4 Port Numbers 1.00 18000.00 18000.00
Gateway to support 4 Port Concurrent Emergency
Communication at HQ/Way station to support 4 wire
ports/ 4 Port Gateway with built in 2 wires to 4 wire
Hybrid convertor to support 4 wire output as Per Clause
13 of RDSO/SPN/TC/99/2023 Ver. 3.0 or latest as per
specification
36 36 Supply and Installation of Station License of TCCS Numbers 2.00 17000.00 34000.00
Communication Server of 1+2 Configuration as per
RDSO/SPN/TC/99/2023 Ver. 3.0 or latest.
37 37 Supply and Installation of Port License of TCCS Numbers 2.00 2500.00 5000.00
Communication Server in 1+2Configuration as per
RDSO/SPN/TC/99/2023 Ver. 3.0 or latest.
38 38 Wiring and Termination for IP Phones up to last point Numbers 1.00 46000.00 46000.00
(includes supply,installation, configuring, fixing of I/O
box, Drawing of UTP/OF Cable, Fixing of PVC Pipe
/Casing capping. All materials cable,box,pipes items
required for connection to be supplied by Contractor as
per site requirement)
39 39 Supply and Installation of Control IP Telephones with Numbers 1.00 22000.00 22000.00
Hands Free and Gooseneck Operation for Way Side
Station as Per Clause 11 of RDSO/SPN/TC/99/2023
Ver. 3.0 or latest as per specification.
40 40 Supply and installation of SIP Based Basic IP Phone Numbers 1.00 5100.00 5100.00
with 128x64 Pixel Graphical LCD as per Specification.
41 41 Supply of universal DTMF way station control telephone Numbers 1.00 7504.00 7504.00
conforming to spec., No.IRS.TC-82/2005 or latest
42 42 Supply of power supply unit for universal DTMF way Numbers 1.00 6030.00 6030.00
station control phone conforming to spec.No.IRS:TC-
72/97 Amdt. 1 or latest with 12V/7AH MF battery.
43 43 Supply of light weight portable control telephone Numbers 2.00 5628.00 11256.00
(4Wire/2Wire) as per RDSO specification IRS: TC-
78/2020 Ver. 1.1 or latest.
44 44 Supply of Caller Id phone similar to Binatone Concept Numbers 5.00 870.00 4350.00
700 or better.

Pa g e 30 o f 46 Ru n Da te/Time: 16 /0 3/2 0 2 4 17:5 6 :42


HUBLI DIVISION-GATI SHAKTI/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: H-GS-UBL-09-2023-24-02 Closing Date/Time: 29/04/2024 11:00

45 45 Supply of station telephone (master telephone) for Numbers 5.00 52000.00 260000.00
electronic LC gate telephone system as per RDSO
specification IRS TC RDSO SPN TC/51/2021 Rev 1.0 or
latest.
46 46 Supply of electronic LC gate telephone (slave Numbers 5.00 5200.00 26000.00
telephone) for Electronic LC Gate System as per RDSO
Specification No.RDSO/SPN/TC/51/2021 Ver. 1.0 or
latest
47 47 Supply of Centralized power supply system 24V DC Numbers 5.00 7000.00 35000.00
power pack with 7AH MF battery for electronic LC gate
Telephone as per RDSO specification No
RDSO/SPN/TC/51/2021 Ver. 1.0 or latest
48 48 Supply of 100 pair krone box with modules & mount Numbers 2.00 5360.00 10720.00
assembly wall mounting type powder coated with surge
and lighting arrester and locking facility.
49 49 Installation testing and commissioning 0f 100/50/20 pair Numbers 2.00 804.00 1608.00
Kronection box ,fitting the same wall as directed by
Railway Representative
50 50 Supply of switch board cable 3 pair annealed tinned Metre 100.00 15.00 1500.00
copper conductor PVC insulated of size 0.51mm dia.
51 51 Supply of 10 pair switch board telephone cable 0.5mm Metre 100.00 74.00 7400.00
dia, annealed copper conductor PVC insulates as per
IPS TC-24/91
52 52 Supply of Emergency Socket boxes of FRP make Numbers 10.00 5500.00 55000.00
conforming to specification RDSO/SPN/TC/44/2002 Ver.
3.0 or latest.
53 53 Supply of 6 pin socket flat as per RDSO Spec. No. Numbers 10.00 871.00 8710.00
IRS/TC/42/20 Ver. 1.0 with latest
54 54 Provision of emergency communication along the Numbers 2.00 6432.00 12864.00
railway track. Fabrication of emergency post as per
drawing No. UBL/SG/CON/6/2004 and fixing of
emergency socket post and burying the post to a depth
of 1m after entry of cable. The post to be painted with
red oxide before installation. This includes termination
of derivation cables on termination strip inside the
emergency socket, painting of emergency socket post
with alternate black and white strips of 6'' width. The
paint used should be of standard quality and two coats
of aints should be applied. The EMC post should be
painted with red oxide base before painting. (rails will
be supplied by railways for the fabrication of emergency
post)
55 55 Blowing/Drawing of OFC 24F/12F/6F Power Cable and Metre 2000.00 7.71 15420.00
CAT Cable (including crimping) through PVC Conduit
already installed.[Detailed Specification in Technical
Document].
56 56 Drawing of Switch Board/Power cable through PVC Metre 100.00 15.00 1500.00
pipe/Casing capping fixed on the walls ,as directed by
site InCharge. This work includes termination of cables
in the krone connector and fixing of IPM and extending
earthing to krone box.
57 57 Description:- Supply of 2T VF transformer 470:1120 Numbers 4.00 2412.00 9648.00
ohms impedance conforming to Spec. IRS-TC-76/2000.
58 58 Supply of 2T VF transformer 470:600 ohms impedance Numbers 10.00 913.06 9130.60
conforming to Spec. IRS/TC- 76/2021 or latest.
59 59 Supply of transceiver VHF module 25 Watts Numbers 1.00 15000.00 15000.00
synthesized configuration VM-04 of bandwidth 136-174
MHz with DTMF microphone, of Motorola make model
GM338/XiRM- 3688 or kenwood TK7360 as per
specification enclosed.

Pa g e 31 o f 46 Ru n Da te/Time: 16 /0 3/2 0 2 4 17:5 6 :42


HUBLI DIVISION-GATI SHAKTI/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: H-GS-UBL-09-2023-24-02 Closing Date/Time: 29/04/2024 11:00

60 60 Installation, testing and commissioning of 25 Watt VHF Numbers 1.00 7423.00 7423.00
set with GP antenna and antenna cable of length 30 M,
power supply and battery of 12V 65AH. This includes
supply and fixing of GI pipe of suitable dia to the
required hight as per the guidance of the field engineer,
wiring of antenna cable through PVC conduit. All the
materials required for installation to be supplied by the
contractor.VHF equipment, SMPS power
supply,Antenna &antenna cable will be supplied by the
Railways.
61 61 Supply of 0dB gain adjustable GP antenna for VHF set Numbers 2.00 2680.00 5360.00
Model No: GM300/GM338/GM950 etc.
62 62 Supply of low loss RF coaxial cable RG 217U with silver Numbers 2.00 8710.00 17420.00
tipped connectors on both ends, 30 meters length.
63 63 Supply of Power supply, SMPS, 12V-For Equipment: Numbers 2.00 5092.00 10184.00
Transreceiver HF/VHF/UHF, Mobile/Static, Output
Current:15A, Charging:Float and Boost.
64 64 Supply and installation of Maintenance Free Battery Numbers 2.00 17420.00 34840.00
12V/100AH. Similar to Amar Raja make or better.
65 65 Supply & installation of Audio Amplifier of Make: AHUJA Numbers 2.00 16500.00 33000.00
Model: SSA-250DP or similar, workable on 230V
AC/12VDC supply with protection. Detail specification as
per GeM product ID No.5116877-1226735898.
66 66 Supply and installation of Column Speakers similar to Numbers 4.00 2632.35 10529.40
Ahuja model ASC-20T including necessary fixtures
required for the work and fixing the same.
67 67 Supply and Installation of Unidirectional Speakers Numbers 8.00 1911.30 15290.40
similar to Ahuja model UHC-30XT along with necessary
fixtures required for the work and fixing the same.
68 68 Supply and fixing of Microphone similar to Ahuja model Numbers 2.00 3364.21 6728.42
PRO-2200SC DX, with suitable stand to the control
console cabinet, as directed at site.
69 69 Supply of Twin Core Multi Strands Screened Cable, Metre 1000.00 24.97 24970.00
cotton braided of reputed make, suitable for speakers.
70 70 Supply and installation of Digital office clock with GPS Numbers 2.00 25000.00 50000.00
synchronisation (stand alone mode) as per RDSO
spec.No. RDSO/SPN/TC / 62 /2008 Rev 3.0 or latest
with RED/Blue LED with complete installation including
all necessary accessories as directed by Railway Site
Engineer.(RED LED)
71 71 Supply of Digital Platform Double Sided Clock with GPS Numbers 2.00 25349.60 50699.20
synchronization as per RDSO Specification No
RDSO/SPN/TC / 62 /2008 Rev 3.0 or latest.Includeing
all the accessories required for the installations.
72 72 Installation, Testing & Commissioning of Digital Clocks Numbers 2.00 4921.60 9843.20
as per Specification.
73 73 Local service terminal portable intel core i7 10th Gen Numbers 1.00 95000.00 95000.00
with windows 10 pro ( 8GB) MAKE-Dell or equivalent as
per Gem specification attached.
74 74 Supply of Digtal transmission set to suit as per Numbers 1.00 42000.00 42000.00
Specification.
75 75 Supply of Cross talk meter of Anu Vidyut Similar. Numbers 1.00 40000.00 40000.00
76 76 Supply of Digtal Earth Tester Det-1 with carrying metal Numbers 1.00 7200.00 7200.00
box and auxiliary earthing net Make Wago or Similar.
77 77 Supply of insulation Tester 10 ( Rishabh or equivalent) Numbers 1.00 5000.00 5000.00
78 78 Supply of Cable fault locator. Numbers 1.00 174900.00 174900.00
79 79 Supply of Rodometer (Distance Recorder) similar to Numbers 1.00 4199.73 4199.73
Bosch Make Model No: 1011662 or better.

Pa g e 32 o f 46 Ru n Da te/Time: 16 /0 3/2 0 2 4 17:5 6 :42


HUBLI DIVISION-GATI SHAKTI/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: H-GS-UBL-09-2023-24-02 Closing Date/Time: 29/04/2024 11:00

80 80 Supply, Installation, Testing and Commissioning of Full Numbers 1.00 69692.45 69692.45
HD PTZ type IP Colour Camera along with 128 GB or
Higher SD Card, housing and mount and all
accessories required for installation purposes as per
RDSO Spec No RDSO/SPN/TC/65/2021, Rev 6.0 Amdt
1 or latest.
81 81 Supply, Installation, Testing and Commissioning of Full Numbers 6.00 18744.86 112469.16
HD Fixed Bullet type IP Colour Camera along with 128
GB or Higher SD Card, includeing housing and mount
and all accessories required for installation purposes
per RDSO Spec No RDSO/SPN/TC/65/2021,Rev 6.0
Amdt 1 or latest.
82 82 Supply, Installation, Testing and Commissioning of Full Numbers 3.00 17783.59 53350.77
HD Fixed Dome type IP Colour Camera along with 128
GB or Higher SD Card, Housing & Mount and all
accessories required for installation purposes as per
RDSO Spec No RDSO/SPN/TC/65/2021,Rev 6.0 Amdt
1 or latest.
83 83 Supply and installation of Bracket/Fixture/Angle for Numbers 10.00 7714.36 77143.60
fixing of Cameras at Stations along with all accessories
required.[Detailed Specification in Technical Document].
84 84 Supply Installation, Testing and Commissioning of Numbers 10.00 4742.75 47427.50
Software for VMS and Video Recording software. (Per
camera Licence means Video Management and Video
Recording at multiple locations such as Station, RPF
Post & DC Server room covered by the same license)
asper technical spec and functional requirement as per
RDSO Spec No.RDSO/SPN/TC/65/2021 Rev.6 Amdt 1
or latest.
85 85 Supply of Video Analytic Server software complete with Per Unit 10.00 5211.82 52118.20
all accessories (License per camera means Video
analytic at multiple locations such as Station, RPF Post
& Security control by same license)as per RDSO Spec
No.RDSO/SPN/TC/65/2021 Rev.6 Amdt 1 or latest.
86 86 Supply, installation Testing, integration & Lot 1.00 11987.19 11987.19
Commissioning of Storage System for 30 days
recording at Existing/New Station/ RPF/GRP
Thane/Post/Sites for recording of Cameras from station
along with all accessories required for installation
purposes .Note Bidders are required to quote price for
complete storage and intergration as a LOT at RPF
Thana of Division for all types of Cameras mentioned in
the Schedule. as per RDSO Spec No
RDSO/SPN/TC/65/2021, Rev 6.0 Amdt 1 or latest.
87 87 Supply, installation Testing & Commissioning of Storage Lot 1.00 11987.19 11987.19
System for 15 days recording at one Data Center each
per Division for recording of Cameras from cluster of
station along with all accessories required for
installation purposes .Note Bidders are required to
quote price for complete storage as a LOT for all types
of Cameras mentioned in the Schedule as per RDSO
Spec No RDSO/SPN/TC/65/2021, Rev 6.0 Amdt 1 or
latest. Detailed Specification in Technical Document.
88 88 Supply, installation, Testing, Integration and Lot 1.00 14132.40 14132.40
Commissioning of Command & Control Center
Software, Perpetual Licenses & Hardware and all
accessories required for their Installations and
Integration. It includes Video Management/GUI
Software and Video Analytics/FRS licences of cameras
required for integration ) as per RDSO Spec No
RDSO/SPN/TC/65/2021, Rev 6.0 Amdt 1 or latest.

Pa g e 33 o f 46 Ru n Da te/Time: 16 /0 3/2 0 2 4 17:5 6 :42


HUBLI DIVISION-GATI SHAKTI/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: H-GS-UBL-09-2023-24-02 Closing Date/Time: 29/04/2024 11:00

89 89 Supply and installation of Layer 2 Switch as per Numbers 2.00 43928.22 87856.44
RDSO/SPN/TC/65/2021, Rev.6.0 orlatest. Minimum 8+2
Port Manageable with 8 Nos 10/100/1000 Mbps
Ethernet port, POE+ & Single Fiber 2 Nos 1G SFP Port
with BX SM SFP Optical Modules loaded. with all
accessories etc. As per RDSO/SPN/TC/65/2021,
Rev.6.0 or latest.
90 90 "Supply of Single Mode Patch Cord length 3 meters Numbers 8.00 205.76 1646.08
(LC-SC/SC-SC/LC-LC/FC-LC) asper site requirement .
[Detailed Specification in Technical Document].
91 91 Supply and Installation of 19" 9U Rack Wall/Pole Mount Numbers 1.00 10826.76 10826.76
,with all accessories Like Electrical fitting, Fan Tray,
Patch Panel, Cable Manager, PDU . [Detailed
Specification in Technical Document]
92 92 Supply of 12 Core Metal Strengthened Outdoor Metre 800.00 15.18 12144.00
Unarmoured Optic Fiber Cable (ITUTG-652-D) and all
the accessories required for installation.[Detailed
Specification in Technical Document]
93 93 Supply of STP CAT- 6 Cable compliant with latest Metre 915.00 38.83 35529.45
EIA/TIA-568-C.2 Standard for CAT 6 Cable 305 Mtrs
Roll /Bundle. [Detailed Specification in Technical
Document
94 94 Supply of PVC insulated armored 3 Core 2.5 Sqmm, 14 Metre 500.00 103.52 51760.00
AWG,1.1 KV Grade Outdoor Strengthen Copper for
UPS Power Supply Distributions per BIS/ISI Standards
and all accessories required for installation.[Detailed
Specification in Technical Document]Confirming to
IS:1554 Part-1.
95 95 Supply and Fixing of PVC Conduit Pipe minimum 35 Metre 1000.00 48.03 48030.00
mm Dia ISI Mark.Installation ofPVC Pipe, clamping of
the same on Wall, Pole etc. including with required
clamps & and all theinstallation materials required.
[Detailed Specification in Technical Document]
96 96 Supply and Erection of 15 Feet GI pipe of 100 mm dia Numbers 4.00 5217.00 20868.00
4.5m thickness of mediumquality ISI no: 1230(Part 1)
1990. Having an iron base plate 10 mm thick x 30 cmx
30cm welded atthe bottom of the pipe with four
supports of iron bars of sizes 10 mm dia. The 3 feet
pipe shall beburied in the ground and 12 feet shall be
above the ground. The work includes digging of the pit
onPlatform, laying of cable in between poles in suitable
underground GI pipes, erection of pole andfilling the pit
with 1:3:4 cement, concrete and sand. Final plastering
should be done on the surface.The iron bracket on the
top of the pole shall be provided to fix the CCTV
camera, Protection cover and junction box. The work
includes supply of all the materials required in this item.
[Detailed Specification in Technical Document].
Total 4700024.77

4. ELIGIBILITY CONDITIONS

Standard Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Pa g e 34 o f 46 Ru n Da te/Time: 16 /0 3/2 0 2 4 17:5 6 :42


HUBLI DIVISION-GATI SHAKTI/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: H-GS-UBL-09-2023-24-02 Closing Date/Time: 29/04/2024 11:00

A) Technical eligibility criteria for non-composite works costing above Rs.50.00 lakhs As
per clause 10.1(a) of IRGCC-2022 ( part-1) :The tenderer must have successfully
completed or substantially completed any 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: 1.Three similar works each costing not less than the amount equal to 30% of
advertised value of the tender, Or 2.Two similar works each costing not less than the
amount equal to 40% of advertised value of the tender or 3.One similar work each
costing not less than the amount equal to 60% of advertised value of the tender (B) In
case of tenders for composite works As per clause 10.1(b)(1) of IRGCC-2022 ( part-
1)1.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
Allowed
1 (ii) Two similar works each costing not less than the amount equal to 40% of advertised No No
(Mandatory)
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. 2.The
technical eligibility for major component [As per para 10.1(b)(1) of IRGCC April2022]
shall be satisfied by the tenderer or by the JV (in its own name and style) or by lead
member of the JV. 3.The technical eligibility for other components[As per para 10.1(b)(1)
of IRGCC April2022] shall be satisfied by the tenderer or by the JV (in its own name and
style) or by any member of the JV(OR) The technical eligibility for other components [As
per para 10.1(b)(3) of IRGCC-April2022) and 7(a) of IRGCC April2022 (Part-II)]shall be
satisfied by sub contractor. 4.Further details are given in sub paras as under. Tenderer
should go through the Para-10 of the tender form (Second Sheet) for Explanation
including Para 10.1 to 10.5- and other clauses regarding eligibility criteria.The tenderer
shall submit the details and work experience certificates from client for compliance of
technical eligibility criteria.
In case single completion certificate containing more than one component is submitted
by the tenderer, value of each component is to be specified in that completion
certificate. In case tenderer fails to submit completion certificate with component wise
1.1 No No Not Allowed
value bifurcation of work for evaluation of technical eligibility, the certificate shall be
treated Incomplete and invalid and shall not be considered for evaluation of technical
eligibility.
Separate completed works of minimum required values for each component shall also be
1.2 No No Not Allowed
considered for fulfillment of technical eligibility criteria
Work experience certificate from private individual shall not be considered. However, in
addition to work experience certificates issued by any Govt. Organisation, work
experience certificate issued by Public listed company having average annual turnover
of Rs 500 crore and above in last 3 financial years excluding the current financial year,
listed on National Stock Exchange or Bombay Stock Exchange, incorporated/registered
at least 5 years prior to the date of closing of tender, shall also be considered provided
1.3 the work experience certificate has been issued by a person authorized by the Public No No Not Allowed
listed company to issue such certificates. In case tenderer submits work experience
certificate issued by public listed company, the tenderer shall also submit along with
work experience certificate, the relevant copy of work order, bill of quantities, bill wise
details of payment received duly certified by Chartered Accountant, TDS certificates for
all payments received and copy of final/last bill paid by company in support of above
work experience certificate
In case of JV firms are participated, Technical, financial eligibility and Bid capacity of
1.4 the JV shall be adjudged based on satisfactory fulfillment of Clause no.17.15.1,17.15.2 No No Not Allowed
& 17.15.3 respectively of Part-I of IRGCC-April-2022 with up-to-date correction slips
Defination of Similar Work :- Execution of signalling work (EI/RRI/PI/Auto Block
1.5 No No Not Allowed
Sig/IBS/IBH) either indoor or outdoor or both.

Standard Financial Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Pa g e 35 o f 46 Ru n Da te/Time: 16 /0 3/2 0 2 4 17:5 6 :42


HUBLI DIVISION-GATI SHAKTI/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: H-GS-UBL-09-2023-24-02 Closing Date/Time: 29/04/2024 11:00

The Tenderer shall be eligible only if he fulfils the following Standard Financial Eligibility
Criteria FOR WORKS COSTING ABOVE Rs.50.00 LAKHS: The tenderer must have
minimum average annual contractual turnover of V/N or 'V' whichever is less, where V=
Advertised value of the tender in crores of Rupees N= Number of years prescribed for
completion of work for which bids have been invited. The average annual contractual
turnover shall be calculated as an average of "total contractual payments" in the
previous three financial years, as per the audited balance sheet. However, in case Allowed
1 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 as per Annexure-
VIB, along with copies of Audited Balance Sheets duly certified by the Chartered
Accountant/ Certificate from Chartered Accountant duly supported by Audited Balance
Sheet. Client certificate from other than Govt Organization should be duly supported by
Form 16A/26AS generated through TRACES of Income Tax Department of India.

Bidders shall confirm and certify on the behalf of the tenderer including its constituents as under:

S.No. Description
1 I/we the tenderer (s) am/are signing this document after carefully reading the contents.
2 I/We the tenderer(s) also accept all the conditions of the tender and have signed all the pages in confirmation thereof.
I/we hereby declare that I/we have downloaded the tender documents from Indian Railway website www.ireps.gov.in . I/we have
verified the content of the document from the website and there is no addition, no deletion or no alteration to the content of the
3
tender document. In case of any discrepancy noticed at any stage i.e. evaluation of tenders, execution of work or final payment
of the contract, the master copy available with the railway Administration shall be final and binding upon me/us.
I/we declare and certify that I/we have not made any misleading or false representation in the forms, statements and
4
attachments in proof of the qualification requirements.
I/We also understand that my/our offer will be evaluated based on the documents/credentials submitted along with the offer and
5
same shall be binding upon me/us.
I/We declare that the information and documents submitted along with the tender by me/us are correct and I/we are fully
6
responsible for the correctness of the information and documents, submitted by us.
I/we certify that I/we the tenderer(s) is/are not blacklisted or debarred by Railways or any other Ministry / Department of Govt.
7 of India from participation in tender on the date of submission of bids, either in individual capacity or as a HUF/ member of the
partnership firm/LLP/JV/Society/Trust.
I/we understand that if the contents of the certificate submitted by us are found to be forged/false at any time during process for
evaluation of tenders, it shall lead to forfeiture of the Bid Security and may also lead to any other action provided in the contract
8
including banning of business for a period of upto two year. Further, I/we and all my/our constituents understand that my/our
offer shall be summarily rejected.
I/we also understand that if the contents of the certificate submitted by us are found to be false/forged at any time after the
award of the contract, it will lead to termination of the contract, along with forfeiture of Bid Security/Security Deposit and
9
Performance guarantee and may also lead to any other action provided in the contract including banning of business for a
period of upto two year.
I/We have read the clause regarding restriction on procurement from a bidder of a country which shares a land border with India
and certify that I am/We are not from such a country or, if from such a country, have been registered with the competent
10
Authority. I/We hereby certify that I/we fulfil all the requirements in this regard and am/are eligible to be considered (evidence of
valid registration by the competent authority is enclosed)

Partnership firm/Joint Venture (JV) / Hindu Undivided Family (HUF) / Limited Liability Partnership (LLP) etc.

S.No. Description
Partnership firm/Joint Venture (JV) / Hindu Undivided Family (HUF) / Limited Liability Partnership (LLP) etc. Please
submit a certificate in the prescribed format (please download the format from the link given below). Non submission of the
1 certificate, or submission of certificate either not properly filled in, or in a format other than the prescribed format shall lead to
summary rejection of your offer.
( Click here to download the Format of Self Certification)

5. COMPLIANCE

Check Lst

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Uploading of Scanned copy/copies of proof(s) of Technical Eligibility Criteria as
1 No No Not Allowed
mentioned in Standard Technical Criteria (Pro forma - 1 & 1 A).

Pa g e 36 o f 46 Ru n Da te/Time: 16 /0 3/2 0 2 4 17:5 6 :42


HUBLI DIVISION-GATI SHAKTI/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: H-GS-UBL-09-2023-24-02 Closing Date/Time: 29/04/2024 11:00

Uploading of Scanned copy of work experience certificate issued by public


listed company, copy of work order, bill of quantities, bill wise details of
2 payment received duly certified by Chartered Accountant, TDS certificates for No No Not Allowed
all payments received and copy of final/last bill paid by company etc. as per
Note for clause 10.1 of IRSGCC- April 2022 amended by ACSs
Uploading of Scanned copy of Bid capacity (as per Pro forma - 2.) and in
3 No No Not Allowed
terms of clause 10.3 & 10.5 of IRSGCC-April 2022 (Part-1) amended by ACSs
Uploading of Scanned copy of Statement of payment received in the Last
three financial years and the current financial year (as per Annexure-VIB) of
4 No No Not Allowed
GCC-2022 duly certified by the Chartered Accountant along with copies of
Audited Balance Sheets duly certified by the Chartered Accountant
Uploading of Form 16A/26AS generated through TRACES of Income Tax
5 No No Not Allowed
Department of India, if Client certificate is from other than Govt. Organization.
Uploading of Scanned copy of List of Machinery, Tools & Plants and Staff to be
6 No No Not Allowed
Deployed on this work (as per Pro forma - 3).
Uploading of Scanned copy of Statement of Bank details, PAN & GST (as per
7 No No Not Allowed
Pro forma - 5).
Uploading of Scanned copy of the declaration regarding employment of
8 No No Not Allowed
Retired Engineer / Retired Railway Officer (as per Pro forma - 6).
Uploading a scanned copy of the Memorandum of Understanding in the case
9 No No Not Allowed
of a JV firm (as per Pro forma - 7).
Uploading a scanned copy of Standard Format for Certificate as per Annexure
10 V & V(A) of IRSGCC April 2022 linked under heading submission of Standard No No Not Allowed
Format for Certificate.
Uploading of request for grant of Mobilization Advance (if applicable) in
11 No No Not Allowed
Proforma-8.
Uploading of Required documents in case of Individual OR Proprietary Firm /
Co n ce r n OR Partnership F i r m OR Company OR Joint Venture Firm
12 No No Not Allowed
/HUF/Society, etc., as mentioned in Commercial Compliance (whichever is
applicable).
13 Uploading of Test report of ballast (if applicable). No No Not Allowed
14 Uploading of Method Statement (if applicable). No No Not Allowed
Uploading of Proforma (Proforma-9) attached with Tender Document for self-
Certificate in regard to meeting the Minimum Local Content requirements as
15 No No Not Allowed
per Make in India Policy for Procurement Order Value less than of Rs.10
Crores.
Uploading of (Proforma-10 ) of Certificate on percentage of Local Content as
16 No No Not Allowed
per Make in India Policy for Procurement Order Value more than Rs.10 Crores
Uploading a scanned copy of Registration Certificate by Startup firms issued
17 by appropriate authority and recognized by Department of Industrial Policy and No No Not Allowed
Promotion (DIPP) towards exemption of full BID Security (if applicable).
Uploading a scanned copy of Registration Certificate with registration number
18 by Labour Co-operative Society issued by appropriate authority for payment of No No Not Allowed
50% BID Security (if applicable)
19 Any other document No No Not Allowed
Uploading of formal agreement with the subcontractor on stamp paper duly
notarized and details as per Proforma-1 and work experience certificates from
20 No No Not Allowed
client for compliance of technical eligibility criteria for sub contractor(s). (If
applicable)

Commercial-Compliance

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Pa g e 37 o f 46 Ru n Da te/Time: 16 /0 3/2 0 2 4 17:5 6 :42


HUBLI DIVISION-GATI SHAKTI/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: H-GS-UBL-09-2023-24-02 Closing Date/Time: 29/04/2024 11:00

In case of Proprietary Firm / Proprietary Concern, the tenderers shall scan and
submit with his offer (i)An undertaking that he is not blacklisted or debarred by
Railways or any other Ministry / Department of Govt. of India from participation
in tender on the date of opening of bids, either in individual capacity or as a
member of the partnership firm or JV in which he was / is a partner/member. Allowed
1 No Yes
Concealment / wrong information in regard to above shall make the contract (Optional)
liable for determination under Clause 62 of the General Conditions of Contract.
(ii)All other documents in terms of explanatory notes in clause 10 of IRSGCC -
April-2022-Part-I. (iii)All other documents as per Clause 14 of IRSGCC - April-
2022- Part-1.
In case of Partnership Firm, the tenderer(s) shall scan and submit with their
offer, the following documents: (i)A notarized copy of partnership deed or a
copy of partnership deed registered with registar . (ii)A notarized or registered
copy of Power of Attorney in favour of the individual to tender for the work,
sign the agreement etc. and create liability against the firm. (iii) An undertaking
by all partners of the partnership firm that they are not blacklisted or debarred
by Railways or any other Ministry / Department of the Govt. of India from
Allowed
2 participation in tenders / contracts as on the date of submission of bids, either No Yes
(Optional)
in their individual capacity or in any firm/LLP in which they were / are
partners/members. Any Concealment / wrong information in regard to above
shall make the bid ineligible or the contract shall be determined under Clause
62 of the Standard General Conditions of Contract (iv)Other documents as
mentioned in terms of para 10 tender form (2nd sheet) of IRSGCC April-2022-
Part I. (v) All other documents as per Clause 14 and Clause 18 of IRSGCC -
April -2022- Part 1.
In case, the Tenderer is a Company, the tenderer(s) shall scan and submit
with their offer, the following documents: (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 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)An undertaking that the Company is not
Allowed
3 blacklisted or debarred by Railways or any other Ministry / Department of No Yes
(Optional)
Govt. of India from participation in tender on the date of opening of bids, either
in individual capacity or as a member of the partnership firm or JV in which the
Company was / is a partner/member. Concealment / wrong information in
regard to above shall make the contract liable for determination under Clause
62 of the General Conditions of Contract. (v)All other documents in terms of
para 10 of tender form (2nd Sheet) of IRSGCC-2022 (vi) All other documents
as per Clause 14of IRSGCC -April -2022- Part 1
If the tenderer is a JV Firm, the tenderer(s) shall submit with their offer the Allowed
4 No Yes
following documents: (Optional)
A copy of Memorandum of Understanding (MoU) duly executed by the JV
members on a stamp paper, shall be submitted by the JV along with the
tender. The complete details of the members of the JV, their share and
responsibility in the JV etc. particularly with reference to financial, technical
and other obligations shall be furnished in the MoU. Joint Venture members in
the JV MoU shall authorize Lead member on behalf of the Joint Venture to
Allowed
4.1 deal with the tender, sign the agreement or enter into contract in respect of the No Yes
(Optional)
said tender, to receive payment, to witness joint measurement of work done,
to sign measurement books and similar such action in respect of the said
tender/contract. All notices/correspondences with respect to the contract would
be sent only to this authorized member of the JV. The tenderer shall also
submit a copy of notarized Power of Attorney to submit the tenderer on behalf
of JV.

Pa g e 38 o f 46 Ru n Da te/Time: 16 /0 3/2 0 2 4 17:5 6 :42


HUBLI DIVISION-GATI SHAKTI/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: H-GS-UBL-09-2023-24-02 Closing Date/Time: 29/04/2024 11:00

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 Copy of partnership deed registered with registar , (ii)A copy of
consent of all the partners or individual authorized by partnership firm, 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
Allowed
4.2 against the firm. (iv) An undertaking by all partners of the partnership firm that No Yes
(Optional)
they are not blacklisted or debarred by Railways or any other Ministry /
Department of the Govt. of India from participation in tenders / contracts as on
the date of submission of bids, either in their individual capacity or in any
firm/LLP in which they were / are partners/members. Any Concealment /
wrong information in regard to above shall make the bid ineligible or the
contract shall be determined under Clause 62 of the Standard General
Conditions of Contract
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 concern is a proprietary concern and he is sole proprietor of Allowed
4.3 No Yes
the concern or he who is signing the affidavit on behalf of HUF is in the (Optional)
position of 'Karta' of Hindu Undivided Family (HUF) and he has the authority,
power and consent given by other members to act on behalf of HUF.
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 the
Allowed
4.4 company (iii)A copy of Certificate of Incorporation (iv)A copy of No Yes
(Optional)
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
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 Allowed
4.5 No Yes
liability against the LLP. (v) An undertaking by all partners of the LLP that they (Optional)
are not blacklisted or debarred by Railways or any other Ministry / Department
of the Govt. of India from participation in tenders / contracts as on the date of
submission of bids, either in their individual capacity or in any firm/LLP or JV in
which they were / are partners/members. Any Concealment / wrong
information in regard to above shall make the contract liable for determination
under Clause 62 of the Standard General Conditions of Contract.
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 (iii) A copy of Allowed
4.6 No Yes
Power of Attorney in favour of the individual to sign the tender documents and (Optional)
create liability against the Society/Trust (iv) A copy of Rules & Regulations of
the Society
All Other documents as mentioned in terms of para 10 of Tender form(2nd Allowed
4.7 No Yes
sheet) of IRSGCC-April-2022 Part-I. (Optional)
All other documents as per Clause 14 , 17 & 18 of IRSGCC-April 2022 -Part 1 Allowed
4.8 No Yes
are to be submitted (Optional)

Pa g e 39 o f 46 Ru n Da te/Time: 16 /0 3/2 0 2 4 17:5 6 :42


HUBLI DIVISION-GATI SHAKTI/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: H-GS-UBL-09-2023-24-02 Closing Date/Time: 29/04/2024 11:00

In case the Tenderer is HUF, the following documents shall be submitted


along with the tender: (i)A copy of notarized affidavit on Stamp Paper declaring
that he who is submitting the tender on behalf of HUF is in the position of
'Karta' of Hindu Undivided Family (HUF) and he has the authority, power and
consent given by other members to act on behalf of HUF. (ii)An undertaking
that the HUF is not blacklisted or debarred by Railways or any other Ministry /
Allowed
5 Department of Govt. of India from participation in tender on the date of No Yes
(Optional)
opening of bids, either in individual capacity or as a member of the partnership
firm or JV in which HUF was / is a partner/member. Concealment / wrong
information in regard to above shall make the contract liable for determination
under Clause 62 of the General Conditions of Contract. (iii)All other documents
in terms of Para 10 of Tender form(2nd sheet) of IRS GCC April 2022. (iv) All
other documents as per Clause 14 of IRSGCC -April -2022- Part 1
In case tenderer is a LLP Firm registered under LLP Act-2008, the following
documents shall be submitted: (i)A copy of LLP Agreement (ii)A copy of
Certificate of Incorporation (iii)A copy of Power of Attorney/Authorization
issued by the LLP in favour of the individual to sign the tender on behalf of the
LLP and create liability against the LLP. (iv). An undertaking by all partners of
the LLP that they are not blacklisted or debarred by Railways or any other
Ministry / Department of the Govt. of India from participation in tenders / Allowed
6 No Yes
contracts as on the date of submission of bids, either in their individual (Optional)
capacity or in any firm/LLP or JV in which they were / are partners/members.
Concealment / wrong information in regard to above shall make the contract
liable for determination under Clause 62 of the Standard General Conditions of
Contract (v)All other documents in terms Para 10 of Tender form(2nd sheet) of
IRSGCC- April-2022 Part-I. (vi) All other documents as per Clause 14 of
IRSGCC -April -2022- Part 1.
In case the Tenderer is a Registered Society & Registered Trust, the following
documents shall be submitted: (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 to sign the tender documents and Allowed
7 No Yes
create liability against the Society/Trust. (iv) Copy of rules and regulations of (Optional)
the society (v)All other documents in terms Para 10 of Tender form(2nd sheet)
of IRSGCC- April-2022 Part-I. (v) All other documents as per Clause 14 of
IRSGCC -April -2022- Part 1.
Any other document required for evaluation of his/ their bid as deemed fit by Allowed
8 No Yes
the tenderer (Optional)
Scanned copy of Statement of Bank details, PAN & GST (as per Pro forma - Allowed
9 No No
5). (Optional)
Allowed
10 Request for Mobilization Advance if applicable (as per Proforma-8) No Yes
(Optional)
Proforma-9 for self-Certificate in regard to meeting the Minimum Local Content
Allowed
11 requirements as per Make in India Policy for Procurement Order Value less No Yes
(Optional)
than of Rs.10 Crores. (as per clause 23.8(a) of Special Conditions of Contract)
Proforma-10 of Certificate (On stamp paper) on percentage of Local Content
Allowed
12 as per Make in India Policy for Procurement Order Value more than Rs.10 No Yes
(Optional)
Crores.
In case the tenderer is proposing sub contract for the component(s) of the
work, the tenderer shall upload Scanned copy/copies of formal agreement duly
Allowed
13 executed and notarised by the main tenderer/contractor with the subcontractor No Yes
(Optional)
for the component(s) of work in a composite work proposed to be executed
through subcontractor(s).

Pa g e 40 o f 46 Ru n Da te/Time: 16 /0 3/2 0 2 4 17:5 6 :42


HUBLI DIVISION-GATI SHAKTI/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: H-GS-UBL-09-2023-24-02 Closing Date/Time: 29/04/2024 11:00

The tenderer whether sole proprietor/ a company or a partnership firm/


registered society / registered trust / HUF / LLP etc if they want to act through
agent or individual partner(s), should submit along with the tender, a copy of
power of attorney duly stamped and authenticated by a Notary Public or by
Magistrate in favour of the specific person whether he/they be partner(s) of the
firm or any other person, specifically authorizing him/them to sign the tender,
submit the tender and further to deal with the Tender/ Contract up to the stage
of signing the agreement except in case where such specific person is Allowed
14 No Yes
authorized for above purposes through a provision made in the partnership (Optional)
deed / Memorandum of Understanding / Article of Association /Board
resolution, failing which tender shall be summarily rejected. A separate power
of attorney duly stamped and authenticated by a Notary Public or by
Magistrate in favour of the specific person whether he/they be partner(s) of the
firm or any other person, shall be submitted after award of work, specifically
authorizing him/them to deal with all other contractual activities subsequent to
signing of agreement, if required.
Partnership firm/Joint Venture (JV) / Hindu Undivided Family (HUF) / Limited
Liability Partnership (LLP) etc. shall submit Annexure -V(A) by each member of
a Partnership Firm / Joint Venture (JV) / Hindu Undivided Family (HUF / Allowed
15 No No
Limited Liability Partnership (LLP) etc, as the case may be. Non submission of (Optional)
above certificate(s) by the bidder shall result in summarily rejection of his/their
bid.
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
16 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
Tenderers are advised to read the instructions contained in the User Manual
1 for Contractors for IREPS (Works Module) available in the learning centre in No No Not Allowed
website www.ireps.gov.in before preparation of Bid Online
To submit bid on line, the Tenderer shall navigate different tabs such as
Eligibility Conditions, Compliance Conditions, General Instructions, Special
Conditions, Technical/ Commercial Compliance Conditions, Undertakings,
Checklists and other miscellaneous conditions included by the Railway in the
tender document. It is also indicated against each condition whether the bidder
2 is required to confirm whether he complies or not with the requirements of the No No Not Allowed
condition (by clicking on the yes/no buttons), whether the bidder is allowed to
enter his comments/remarks against the clause, and whether documents
uploading against the condition is Allowed (Mandatory), Allowed (Optional) or
Not Allowed. The tenderers are advised to read all the instructions/conditions
contained in such documents carefully, before submitting their bid online
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
India or as mentioned in tender documents. The Bank Guarantee bond shall
be as per Annexure- VIA and shall be valid for a period of 90days beyond the
3 No No Not Allowed
bid validity period. Tenderers may refer Para 5 of IRSGCC-2022 -Part-1 for
other details in regard to payment of bid security. BID security of those
tenderers will be forfeited who resile from their offers within the validity period
of the tender
Refund of Bid Security - (a) In Single Packet System, the Bid Security of the
unsuccessful tenderers will be returned on finalisation / award of tender. (b) In
case of Two Packet System, the Bid Security of the tenderers who do not get
4 shortlisted on evaluation of technical bid will be returned by Railways. The No No Not Allowed
price bids of shortlisted tenderers will be further evaluated for consideration
and award of work and thereafter Bid Security of unsuccessful tenderers will
be returned
As per clause No. 5 part I of IRGCC 2022 the details of exemptions/ discount
5 No No Not Allowed
of Earnest Money payment is as follow
Any firm recognized by Department of Industrial Policy and Promotion (DIPP)
5.1 No No Not Allowed
as 'Startups' shall be exempted from payment of earnest money deposit

Pa g e 41 o f 46 Ru n Da te/Time: 16 /0 3/2 0 2 4 17:5 6 :42


HUBLI DIVISION-GATI SHAKTI/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: H-GS-UBL-09-2023-24-02 Closing Date/Time: 29/04/2024 11:00

Labour Cooperative Societies shall deposit only 50 % of earnest deposit as


5.2 No No Not Allowed
mentioned in the tender
E-Tender Forms shall be issued free of cost to all tenderers. Date of inviting
tender shall be the date of publishing tender notice on IREPS website if tender
6 No No Not Allowed
is published on website or the date of publication in newspaper in case tender
is not published on website
7 Joint Venture is applicable for tenders valuing more than Rs.10.00 Cr. only No No Not Allowed
Tenderers are advised to submit scanned copies of all documents including
notarized documents. The responsibility of submitting the correct documents
lies with the tenderer. Tenderers may ensure that all scanned and uploaded
8 No No Not Allowed
documents are readable and that there are no errors/ omissions/discrepancies
/ over-writings anywhere in such documents before submitting online. Railway
will not be responsible for any incomplete/erroneous documents uploaded
The tenderer shall not add any condition(s) on their own anywhere in their
offer including documents uploaded with the offer. Any such conditions if
9 stated and if are in violation of the Railways Tender conditions, may lead to No No Not Allowed
summarily rejection of the offer. Railway reserves the right to reject such offers
summarily without assigning any reasons whatsoever
No post tender correspondence will be permitted and the tender shall be
decided based on the documents submitted / attached with the offer only.
10 No No Not Allowed
However, Railway reserves the right to verify / seek for any clarification on the
documents/credentials already submitted by the tenderer along with the offer
Railway reserves the right to verify/seek clarification from
11 authority/professional who has issued Certificate towards Technical/Financial No No Not Allowed
eligibility of the tenderer
Railway reserves the right to cancel the tender without assigning any reason
12 No No Not Allowed
thereof
Railways reserve the right to reject any or all offers without assigning any
13 No No Not Allowed
reason thereof
If the Tenderer(s) deliberately give(s) wrong information in tender or create(s)
circumstance for the acceptance of tender, Railway shall without prejudice to
14 any other right or remedy, shall reject such offer at any stage and forfeit the No No Not Allowed
amount deposited as Earnest Money besides suspending the business for a
period of up to Two years.
Even for the working contractors of this Railway, the onus of establishing the
credentials of the tenderers from the office records or otherwise does not lie
15 No No Not Allowed
with the Railway. Railway shall evaluate the offer only from the
certificates/documents which are submitted / attached with the offer
The Tenderer(s) shall keep the offer open for a minimum period of 60 days in
16 the case of Single Packet system of tendering and 90 days in the case of Two No No Not Allowed
Packet system of tendering from the date of closing of the tender
If eligible L-1 tenderer resiles/withdraws offer after closing of the tender such
17 tenderer shall be debarred from participation in the tender for this work and No No Not Allowed
Bid Security shall be forfeited
The decision of the Railway regarding the corrections/suitability of the
18 certificates is final and binding on the tenderer. The tenderer shall not have No No Not Allowed
any claim whatsoever in this regard
The tenderers are advised to visit the site of work in their own interest and
acquaint themselves with the site conditions and expected quantum of work.
19 No No Not Allowed
The rate should be quoted duly considering the site conditions. The tenderer
shall not have any claim later whatsoever in this regard
Corrigendum Notice: For the purpose of Corrigendum in the tender, the Notice
Inviting Tender (NIT) period is split as under: (a) Advertisement period: Time
during which all information pertaining to tender shall be available but offers
cannot be submitted. (b)Offer submission period: Fifteen days prior to opening
of tender during which tenderers can submit their offers. Issue of corrigendum
will be done only during Advertisement period. No corrigendum will be issued
20 No No Not Allowed
during offer submission period. However, the tenderers may note that for
cases requiring corrigendum during offer submission period, the tender under
the said Tender Notice may be cancelled at the discretion of Railways and
shall be re-tendered. (c) Date of inviting tender shall be the date of publishing
tender notice on IREPS website if tender is published on website or the date of
publication in newspaper in case tender is not published on website

Pa g e 42 o f 46 Ru n Da te/Time: 16 /0 3/2 0 2 4 17:5 6 :42


HUBLI DIVISION-GATI SHAKTI/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: H-GS-UBL-09-2023-24-02 Closing Date/Time: 29/04/2024 11:00

Instructions regarding applicability of Price Variation Clause (PVC) is contained


21 in the Tender Documents. Tenderers are advised to read such conditions No No Not Allowed
before preparing their bid.
The offer shall be submitted by the tenderer or the person authorised by the
22 tenderer to digitally sign the tender documents / contract documents on behalf No No Not Allowed
of the tenderer
The detailed item description of NON-USSOR items is given in the document
23 attached with the tender. Tenderers are advised to read carefully before No No Not Allowed
preparing their bid
The work experience certificate shall be issued by an officer not below the
rank of JA grade or bill passing Officer in Railways and Bill passing
24 Officer/Executive In-Charge of work in other Govt. /Govt. bodies /PSUs. The No No Not Allowed
certificates should bear the signature and seal of the issuing officer, name of
the department. Etc.,
In Case JV firms are allowed to participate, Technical and financial Eligibility of
the JV firm shall be adjudged based on satisfactory fulfilment of the clause No
25 No No Not Allowed
17.15.1 & 17.15.2 respectively of Part-I of IRSGCC- April-2022 with upto date
correction slip
In Case participation of partnership firm, Technical and financial Eligibility shall
26 be adjusted based on satisfactory fulfilment of the clause No 10,14I & 18 of No No Not Allowed
Part-I of IRSGCC- April-2022with upto date correction slip
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
27 contractor as and when they are finalized on demand. No compensation No No Not Allowed
whatsoever on 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 materials as are
required to be arranged by the Railway or due to any other factor on Railway
Accounts

Special Conditions

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
All rates shall be inclusive of all taxes, duties, charges, royalties etc. as
applicable from time to time. In this regard tenderers may refer IRSGCC April-
1 2022 with latest correction slips including correction slips issued from time to No No Not Allowed
time attached with Tender Document. (b)Royalty charges will be regulated as
per Special Conditions of Contract attached with Tender Document
Unless specifically mentioned in the tender notice, this tender is not a
2 No No Not Allowed
composite tender.
Unless otherwise explicitly specified, Incentive bonus payment clause is not
3 No No Not Allowed
applicable to this tender.
An offer shall become invalid and shall be summarily rejected: - (i)if the Bid
Security not complied as per GCC-2022 (ii)if the offer is not digitally signed by
the tenderer/by the Attorney/ by the person authorized by the tenderer to sign
and submit the tender on his/their behalf. (iii)if any individual / Proprietor /
4 No No Not Allowed
Partnership Firm / Company /JV Firm/HUF/Society etc. uploads more than one
offer either in his/their individual capacity or as a Proprietor or as a
Partner/Member of Partnership Firm / JV Firm / HUF / Society etc. or as a
Director of any Company, etc
An offer shall become invalid and get summarily rejected if the following
documents are not submitted /attached with offer mentioned in the tender
documents: - (i)Documents as applicable in case of Proprietary concern/
5 No No Not Allowed
Partnership firm / JV Firm / Company/HUF/Society/LLP Firm, etc. (ii)
Document verification Certificate. (iii) Ballast test certificate , if applicable
(iv)any other document required for evaluation of the bid.

Pa g e 43 o f 46 Ru n Da te/Time: 16 /0 3/2 0 2 4 17:5 6 :42


HUBLI DIVISION-GATI SHAKTI/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: H-GS-UBL-09-2023-24-02 Closing Date/Time: 29/04/2024 11:00

An offer shall become invalid get summarily rejected if the tenderer adds any
6 condition on his/their own (anywhere in the e-offer), which is in violation of the No No Not Allowed
Railway's Tender Conditions.
An offer shall become ineligible for award of the tendered work if the tenderer
does not fulfil the Eligibility Conditions, (both the Standard Financial Eligibility
7 No No Not Allowed
Criteria and the Standard Technical Eligibility Criteria) prescribed in the Tender
Documents and bid capacity if applicable
IN CASE OF ADVERTISED TENDER VALUEIS MORE THAN Rs.50 Crores,
Electronic Reverse Auction(e-RA) method will be applicable as per guidelines
8 No No Not Allowed
issued by Railway Board vide Lr.No.2017/Trans/01/Policy/Pt-D dated
28.03.2018 (Copy attached in the list of documents)and amendment thereof

Technical-Compliances

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Declaration regarding Employment of Retired Engineer/Retired Railway Officer Allowed
1 No Yes
(Pro forma - 6). (Optional)
List of Machinery, Tools, Plants & Staff to be Deployed on this work (Pro forma Allowed
2 No Yes
- 3). (Optional)
Submission of Ballast test report in a tender shall be required for tenders(If the
Allowed
3 tender scheduled qty exceeds 2000 cum or 10 % of advertisement value which No Yes
(Optional)
ever is less.
Allowed
4 Method statement, if applicable. No Yes
(Optional)

Undertakings

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
I/ We have visited the works site and I / We am / are aware of the site
1 No No Not Allowed
conditions
I/we have read the various conditions of this Tender Document (including
documents attached with the Tender Document) and agree to abide by the
said conditions. I/we have also perused the Contract Documents (i.e., the
Indian Railways Standard General Conditions of Contract - APRIL-2022
including correction slips issued from time to time, and Special Specifications,
Technical Specifications and Technical Conditions, Indian Railways Unified
Standard Schedule of Rates (2022) & DSR (2021) with all correction slips upto
2 No No Not Allowed
date and all other documents attached to the Tender and that I/we am/are fully
aware that I/we will have to perform the contract if my/our Tender is accepted
subject to the Contract Documents complete aforesaid. I/we offer to do the
work for South Western Railway at the rates quoted in the SCHEDULE and
hereby bind myself/ourselves to complete the work in all respects within the
completion period as given in the Tender Document/Contract Document from
the date of issue of the Letter of Acceptance
I/we also agree to keep this offer open for acceptance for a period of 60 days
in case of SINGLE PACKET SYSTEM and 90 days in case of TWO (2)
PACKET SYSTEM from the date fixed for closing of the tender and will not
3 No No Not Allowed
resile from offer or modify the terms and conditions thereof in a manner not
acceptable to Railways and in any default thereof, I/we will be liable for
forfeiture of my/our Bid security.
The requisite amount towards Bid security is paid online. I/We are aware that
4 the full value of the Bid security shall stand forfeited without prejudice to any No No Not Allowed
other rights or remedies in case my/ our e-offer is accepted and if:
A) I/We do not execute the contract documents within seven days after receipt
4.1 No No Not Allowed
of notice issued by the railway that such documents are ready
B) I / We do not commence the work within fifteen days after receipt of orders
4.2 No No Not Allowed
to that effect.
C) I / We do not submit a Performance Guarantee in any of the forms as
4.3 No No Not Allowed
prescribed.

Pa g e 44 o f 46 Ru n Da te/Time: 16 /0 3/2 0 2 4 17:5 6 :42


HUBLI DIVISION-GATI SHAKTI/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: H-GS-UBL-09-2023-24-02 Closing Date/Time: 29/04/2024 11:00

I am the authorised person to represent the tendering firm and I am


authorised to digitally sign the tender documents and all the other documents
on behalf of the firm. I am fully aware that the offer will get summarily rejected
5 No No Not Allowed
if the offer is digitally signed by any person other than the person who is
authorised to digitally sign and submit the Tender Document on behalf of the
tendering firm.
I / We hereby certify that all the statements and documents scanned and
6 No No Not Allowed
submitted with my / our offer are true and correct
I am / we are aware of the fact that this offer is made in the full understanding
7 that my / our offer will be subjected to verification of all the information No No Not Allowed
submitted with this offer.
I / We are aware of the fact that Firm/Company/Individual Owner/Proprietor
etc. will be legally liable and accountable for all activities performed by the
authorized signatories through the IREPS website. I/We keep the list and
8 details of the authorized signatories updated at all times and remove the name No No Not Allowed
of the authorized signatory immediately if he/she leaves the company. In case
of failure to do so, the Firm/Company/Individual Owner/ Proprietor will be held
liable for actions of such signatory
I/We are fully aware that an individual / Proprietor / Partnership Firm /
Company /JV Firm/HUF/Society etc., can upload only one offer either in my /
our individual capacity or as a Proprietor or as a partner of partnership firm /
9 No No Not Allowed
JV Firm / HUF / Society or as a Director of any Company etc. and in case
more than one offer is received by Railways then such offers (including my/our
offer) shall be considered as "Invalid".
Until a formal agreement is prepared and executed, acceptance of this offer
will constitute a binding contract between us subject to modifications as may
10 No No Not Allowed
be mutually agreed to between us and indicated in the letter of acceptance of
my/our offer for this work
I/we also undertake to carry out the work in accordance with said plans,
specifications and Conditions of Contract, and to find and provide such of the
materials (other than those to be supplied by the Railway) for, and to do all
such things which in the opinion of the Engineer may be necessary for, or
11 No No Not Allowed
incidental to the construction, completion and maintenance thereof and to
complete the whole of the said works in all respects, and hand them over to
you or your representative(s) within the period specified and to maintain the
same for the period and the manner provided for in the conditions of contract
I/We also understand that my/our offer will be evaluated based on the
12 documents/credentials submitted along with the offer and same shall be No No Not Allowed
binding upon me/us.
I/We declare that the information and documents submitted along with the
13 tender by me/us are correct and I/We are fully responsible for the correctness No No Not Allowed
of the information and the documents, submitted by us
I/We undersign that if the certificates regarding eligibility criteria submitted by
us are found to be forged/false or incorrect at any time during process for
14 evaluation of tenders, it shall lead to forfeiture of the tender Bid Security No No Not Allowed
besides banning of business for five years on entire IR. Further, I/We and all
my/our constituents understand that my/our offer shall be summarily rejected
I/We also understand that if the certificates submitted by us are found to be
false/forged or incorrect at any time after the award of the contract, it will lead
15 to termination of the contract, along with forfeiture of Bid Security /SD and No No Not Allowed
Performance guarantee besides any other action provided in the contract
including banning of business for five years on entire IR

Custom

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
1 Price Variation Clause : As per IRSGCC-2022 and ACS No No Not Allowed
2 Maintenance Period: 01 (One) years No No Not Allowed

6. Documents attached with tender

S.No. Document Name Document Description


1 GCCACS-4.pdf ASC4 to IR GCC 2022

Pa g e 45 o f 46 Ru n Da te/Time: 16 /0 3/2 0 2 4 17:5 6 :42


HUBLI DIVISION-GATI SHAKTI/SOUTH WESTERN RLY
TENDER DOCUMENT
Tender No: H-GS-UBL-09-2023-24-02 Closing Date/Time: 29/04/2024 11:00

2 GCCACS-5.pdf ACS5 TO GCC 2022


3 GCCACS-6.pdf ACS6 TO GCC 2022
4 TSELECTRICALGENERAL.pdf Tech Spec Ele Genl
5 ACS2TOIRGCC2022.pdf ACS2 TO GCC 2022
6 Safety.pdf Safety
GCC2022ACS-
7 ACS3 to IRGCC APRIL 2022
3_20230426_114140.pdf
8 IRGCCAPRIL2022.pdf IR GCC APRIL 2022
9 ProformaGSUBL.pdf Proformas
10 ACS1TOIRGCC2022_1.pdf ACS1 TO GCC 2022
11 SCCGS2023.pdf Special conditions of Contract

This tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued by
Department of Induswww 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: PUTTAMALLAPPA .

Designation : Dy.CPM/SnT/GS/UBL

Pa g e 46 o f 46 Ru n Da te/Time: 16 /0 3/2 0 2 4 17:5 6 :42

You might also like