You are on page 1of 9

SECUNDERABAD DIVISION-S AND T/SOUTH CENTRAL RLY

TENDER DOCUMENT
Tender No: C_SG_36_198 Closing Date/Time: 11/06/2019 15:00

Sr.DSTE/SC acting for and on behalf of The President of India invites E-Tenders against Tender No C_SG_36_198 Closing Date/Time
11/06/2019 15:00 Hrs. Bidders will be able to submit their original/revised bids upto closing date and time only. Manual offers are not
allowed against this tender, and any such manual offer received shall be ignored.

Contractors are allowed to make payments against this tender towards tender document cost and earnest money only through only
payment modes available on IREPS portal like net banking, debit card, credit card etc. Manual payments through Demand draft, Banker
cheque, Deposit receipts, FDR etc. are not allowed.

1. NIT HEADER

"1. Secunderabad: Provision of telecom arrangements in connection with ancillary work to


the extension of FOB from PF 6/7 to PF No: 10 for construction of additional stair ways and
connecting works etc., at Secunderabad station. 2. Lingampalli: Provision of telecom
arrangements in connection with construction of new booking office over SC division. 3.
Lingampalli: Provision of telecom arrangements in connection with provision of cover over
platform of 50 M long on platform No:2 over SC division. 4. BIDAR: Telecom arrangements
in connection with improvements on Gandhi Gunj side entrance and circulating area of SC
Name of Work
division. 5. Telecom arrangements in connection with augmentation of running room at
DORNAKAL station of SC division. 6. Telecom arrangements in connection with
augmentation of running room at MUNUGURU station of SC division. 7. ZAHIRABAD:
Telecom arrangements in connection with provision of second platform of SC division. 8.
Telecom arrangements in connection with proposed rebuilding existing bridge Nos: 166 ,
127A UP & DN lines between BPQ-KZJ section and 523 , 529A UP & DN lines between BZA-
KZJ section as precast RCC box over SC division."
Bidding type Normal Tender
Tender Type Open Bidding System Single Packet System
Tender Closing Date Time 11/06/2019 15:00 Date Time Of Uploading Tender 21/05/2019 12:11
Pre-Bid Required No Pre-Bid Query Date Time Not Applicable
Advertised Value 5865209.76 Tendering Section S AND T
Single Rate for Each Schedule
Bidding Style Bidding Unit
Item
Earnest Money (Rs.) 117300.00 Validity of Offer ( Days) 45
Tender Doc. Cost (Rs.) 5000.00 Period of Completion 9 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 28/05/2019 No
allowed to bid
Ranking Order For Bids Lowest to Highest

2. SCHEDULE

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Schedule A-SCHEDULE 2628444.76
Above/
Please see Item Breakup for details. 2628444.76 AT Par 2628444.76
1 Below/Par
Item Description:- SCHEDULE-A SUPPLY PORTION

S.No. Item Code Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Schedule B-SCHEDULE 3236765.00
Above/
Please see Item Breakup for details. 3236765.00 AT Par 3236765.00
2 Below/Par
Item Description:- SCHEDULE-B LABOUR PORTION

3. ITEM BREAKUP

Schedule Schedule A-SCHEDULE


Item- 1 SCHEDULE-A SUPPLY PORTION
S No. Item Description of Item Unit Qty Rate Amount
No
1 1 Supply of Industrial type (heavy duty) RJ-45 Jacks as Numbers 100.00 14.00 1400.00
required by Railway at site of AMP/NT/D-LINK make. (tO
BE INSPECTED BY CONSIGNEE)

Pa g e 1 o f 9 Ru n Da te/Time: 2 1/0 5 /2 0 19 12 :11:2 4


SECUNDERABAD DIVISION-S AND T/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: C_SG_36_198 Closing Date/Time: 11/06/2019 15:00

2 2 Supply of 25mm PVC pipes (3mtr long) of superior quality Metre 3050.00 20.00 61000.00
Sudhakar/Modi/Anchor/Supreme/Swastic make with ISI
mark. (To be inspected by consignee)
3 3 Supply of Speaker Cable 2 core PVC sheathed & screened Metre 5400.00 36.50 197100.00
of size 47/0.193 as per specification No. IS-694 or latest.
(To be inspected by consignee)
4 4 Supply of 10 pair PVC switch board cable twisted in pairs Metre 100.00 41.00 4100.00
PVC sheathed copper conductor 0.5mm dia as per TEC
Spec: GR/WIR-06/03 of march 2002 or latest
(Delton/Krishna udyog or similar) and laying/drawing the
cable in the PVC casing/PVC pipe. (To be inspected by
consignee)
5 5 Supply & fixing of 40mm PVC casing Metre 200.00 42.00 8400.00
Sudhakar/Modi/Donaria make) on the walls as required by
Railways at the site necessary fixing the above like screws,
washers galvanized, wooden pegs teak etc are to be
arranged by the contractor (3 screws per meter to be used)
(To be inspected by consignee & Item unit is RMT)
6 6 Supply of PVC insulated flexible 3 core x 2.5 sq mm multi Metre 3600.00 70.00 252000.00
strand power cables provided for display boards shall
conform to specification no. IS: 694:1990 reaffirmed 1995
or latest. Make: Finolex / v guard /Finecab. (To be
inspected by consignee)
7 7 Supply of 5 pair screened /shielded communication cable Metre 3500.00 74.00 259000.00
for wiring . 5 pair Colour Coded and PVC insulated twin
twisted overall and pair shielded data communication cable
made up of core size 7/0.30 ( 7 strands of min 0.3 mm dia.)
generally confirming to DIN VDE 0815 except for colour
code of cable pair which shall be as per DIN VDE 0816 (To
be inspected by consignee)
8 8 Supply of dual port info outlet socket box. (To be inspected Numbers 10.00 400.00 4000.00
by consignee)
9 9 Supply of single line telephone with caller ID make BEETEL Numbers 34.00 540.00 18360.00
MODEL: I-51 OR latest with RJ-11 rosette. ( Except Black
color) (To be inspected by consignee)
10 10 Supply of VF Transformer 1120 : 470 as per RDSO Numbers 24.00 609.00 14616.00
Specification No. IRS.TC.22-76 or latest. (To be inspected
by consignee)
11 11 Supply of cabinet, speakers Ahuja make WS-664T or Numbers 2.00 745.00 1490.00
latest. (To be inspected by consignee)
12 12 Thermoshrinkable Jointing kit for PIJF Cable as per RDSO Numbers 50.00 849.60 42480.00
specification No: RDSO/SPN/TC/57/2015, REV-1,Ammt.1
or latest suitable for 10/20 pair 0.63mm cond, dia PIJF
cable(TSF-1). Materials should be procured from RDSO
approved sources. (To be inspected by consignee)
13 13 Thermoshrinkable Jointing kit for PIJF Cable as per RDSO Numbers 50.00 944.00 47200.00
specification No: RDSO/SPN/TC/57/2015, REV-1,Ammt.1
or latest suitable for 50 pair 0.63mm cond, dia PIJF
cable(TSF-2). Materials should be procured from RDSO
approved sources. (To be inspected by consignee)
14 14 Supply of reflex horn speaker Ahuja Make 5251T or latest. Numbers 18.00 1260.00 22680.00
(To be inspected by consignee)
15 15 Supply of PA column speakers Ahuja make ASC 20T or Numbers 43.00 1285.00 55255.00
latest. (To be inspected by consignee)
16 16 Thermoshrinkable Jointing kit for PIJF Cable as per RDSO Numbers 50.00 1416.00 70800.00
specification No: RDSO/SPN/TC/57/2015, REV-1,Ammt.1
or latest suitable for 100 pair 0.63mm cond, dia PIJF
cable(TSF-3) (To be insepceted by consignee)
17 17 Supply of 10 pair cable termination box of WAGO Numbers 4.00 1439.00 5756.00
make:containing part no:280-870(20nos),280-374(1
nos),249-116(2 nos),210-229/pw11-0000(1nos) and
metallic box for out door use with locking facility(1nos). (To
be inspected by consignee)

Pa g e 2 o f 9 Ru n Da te/Time: 2 1/0 5 /2 0 19 12 :11:2 4


SECUNDERABAD DIVISION-S AND T/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: C_SG_36_198 Closing Date/Time: 11/06/2019 15:00

18 18 Supply of Wi-Fi modem with 3G/4G wireless N Router, Numbers 8.00 1490.00 11920.00
wireless speed 150Mbps, 2.4GHz frequency, 5dBi antenna
gain,with one WAN port 10/100 Mbps and 4 LAN ports 10
/100 Mbps and one USB port for data card connectivity,
supporting Static and Dynamic IP. Make:TP link MR 3220
or Visiontek or Dlink or Zyxel. (To be inspected by
consignee)
19 19 Fixed wireless phone FWP -21g VISIONTEK with stick Numbers 8.00 1688.00 13504.00
antenna, adopter, built-in battery. (To be inspected by
consignee)
20 20 Supply of Thermo shrinkable jointing kit as per Spec. No. Numbers 44.00 1923.00 84612.00
IRS TC. 77/2012(Rev 2) for all types joints suitable for 6
Quad Jelly filled UG cable. Materials should be procured
from RDSO approved sources. (To be inspected by
consignee)
21 21 Digital insulation tester suitable for testing of cables in AC Numbers 4.00 3380.70 13522.80
traction area. Range : 50V -1000V DC. Make: Rishabh /
Meco/ Fluke (To be inspected by consignee)
22 22 Supply of 1 KVA UPS with minimum 10 to 20 min backup. Numbers 4.00 3649.74 14598.96
Make: Microtek /APC/ Numeric / INTEX. (To be inspected
by consignee)
23 23 Supply of UTP CAT-6 Cable should be compliant with Numbers 22.00 4600.00 101200.00
TIA/EIA-568 B or latest standards from reputed make &
necessary test certificate shall be produced from
manufacturer. Each drum/Box of 305 mtrs. Make: D-
Link/AMP/KRONE. (To be inspected by consignee & Item
unit is Boxes)
24 24 Supply 9U equipment rack of HCL / valrack / Bestnet make Numbers 4.00 5800.00 23200.00
as per standard specification. Compatible with 19"
international standards, front door with toughened glass
quality, cable insertion on top & bottom pannel to provide
easy cable entry. Top section with 2 Fan mounting
provision with accessories: cable manager, cooling 2 Fan
tray, PDU 5A- 6 socket. (To be inspected by consignee)
25 25 Supply of Counter Communication system Ahuja make of Numbers 2.00 7296.00 14592.00
latest model. (To be inspected by consignee)
26 26 Supply of Fast Ethernet/LAN extenders 11.4 Mbps on 2 Pair 7.00 24000.00 168000.00
wire, with 4 Nos. of 10/100Mbps FE ports with Built-in
internal dual AC 230V/ DC -48V power supply from a single
socket and Should have WAN Interfaces: One No. of
RJ45make: MROTEK model No. PIXIE 2R/AC/DC or Cisco
or Perle or Cygnus. (to be inspected by consignee)
27 27 Supply of 6 Fibre armoured Single Mode optical fiber cable Kilometre 3.00 36260.00 108780.00
as per ITU-TG.652 D specification or latest. To be
procured from RDSO approved sources. (To be inspected
by consignee)
28 28 Supply of PERMANENTLY LUBRICATED HDPE DUCT as Kilometre 3.00 45226.00 135678.00
per Specn. No. RDSO/SPN/TC/45/2013 Rev.-2.0 Amdt.-1.0
& 2.0 or latest as per standard length (To be inspected by
consignee)
29 29 Supply of portable Cable Fault Locator (Metallic Time Numbers 4.00 218300.00 873200.00
Domain Reflectometer) suitable in RE / Non RE Railway
territory with all accessories for locating faults such as loop
and break in various twisted pair cables such as
underground telecom quad cables, signalling cables,
telephone jelly filled cables, LAN etc.. Instrument to be
supplied with protective nylon carrying bag and Operator's
manual.Make/model: Radio detection Riser Bond Model
3300 or Make/model: EC-RT (TDR) MRPC / Rail 2018 (To
be inspected by consignee)
Total 2628444.76
Schedule Schedule B-SCHEDULE
Item- 2 SCHEDULE-B LABOUR PORTION

Pa g e 3 o f 9 Ru n Da te/Time: 2 1/0 5 /2 0 19 12 :11:2 4


SECUNDERABAD DIVISION-S AND T/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: C_SG_36_198 Closing Date/Time: 11/06/2019 15:00

S No. Item Description of Item Unit Qty Rate Amount


No
1 1 Transportation of materials from any Stores to Site and Kilometre 20000.00 4.80 96000.00
vice-versa including loading and unloading.Lead above 50
Kms (To be inspected by consignee & Item unit is PTPK)
2 2 Laying of different cables ( UTP cable/switch board Metre 15000.00 5.00 75000.00
cable/jelly filled cable and drawing in PVC casing /
pipe/Alluminium Tubes/cable tray). All materials required
for above work should be supplied by contractor s directed
by railway officials except PVC casing / pipe/Alluminium
Tubes/cable tray etc. (To be inspected by consignee)
3 3 Running/laying of power cable & screened communication Metre 1100.00 5.00 5500.00
cable through PVC pipes . Necessary PVC pipes will be
supplied by Railways. All materials required for above work
should be supplied by contractor s directed by railway
officials. (To be inspected by consignee)
4 4 Laying different type cables in the trench. Termination Metre 2000.00 5.00 10000.00
covered elsewhere. All materials required for above work
should be supplied by contractor s directed by railway
officials. (Item unit is RMT & To be inspected by consignee)
5 5 Transportation of materials from any Stores to Site and Numbers 4000.00 7.31 29240.00
vice-versa including loading and unloading. Lead upto 50
Kms (To be inspected by consignee & Item unit is PTPK)
6 6 Supply & fixing of 40mm PVC casing (Sudhakar/ Modi/ Metre 1000.00 42.00 42000.00
Donaria make) on the walls as required by Railways at the
site necessary fixing the above like screws, washers
galvanized, wooden pegs teak etc are to be arranged by
the contractor (3 screws per meter to be used) (Item unit is
RMT & To be inspected by consignee)
7 7 Supply and installation of 45mmx 45mm PVC channels for Metre 2000.00 66.00 132000.00
drawing switchboard cables at OFC cable huts and at
stations as indicated by Railway Engineer at site. (To be
inspected by consignee)
8 8 Fixing of horn speakers with 6mm thickness flat angles to Lumpsum 59.00 75.00 4425.00
the Electrical posts/COP available on the platform with
suitable coupling arrangements as per the site incharge.
Necessory fixtures are to be arranged by the contractor.
(To be inspected by consignee)
9 9 Cutting of trench across /metal road / platform for laying of Metre 100.00 100.00 10000.00
cable. After laying the cable, the road should be filled as
per surrounding and make it to original position by
tar/cement etc.(300 mm width X 300 mm depth ). All
materials required for above work should be supplied by
contractor as direcrted by railway officials. (To be inspected
by consignee)
10 10 Excavation of Coil pit of size 1.5mtex1.5mtr at a depth of Numbers 20.00 124.00 2480.00
1mtr for providing of 6 quad cable in coil at joint locations
(To be inspected by consignee)
11 11 Supply & fixing of 4 modular PVC box with top plate covers Numbers 20.00 127.00 2540.00
on the walls necessary fixing materials are to be arranged
by the contractor. Make: Pointer/Roma ANCHOR (To be
inspected by consignee)
12 12 Splicing of optical fiber cable and testing per fiber. ( splicing Numbers 100.00 2166.00 216600.00
losss should be less than 0.5db per fiber). All materials
required for splicing should be supplied by contractor. (To
be inspected by consignee & Item unit is Per fiber)
13 13 Cutting of trench across/om the platform with cutting Metre 2150.00 250.00 537500.00
machine, laying the cable through PVC/GI pipe and filling
the trench after cable laying and restoring the surface with
plaster etc. or as per requirement and instructions of site
incharge (PVC / GI pipe and cable will be supplied by
railways if required at site) (Item unit is RMT & To be
inspected by consignee)

Pa g e 4 o f 9 Ru n Da te/Time: 2 1/0 5 /2 0 19 12 :11:2 4


SECUNDERABAD DIVISION-S AND T/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: C_SG_36_198 Closing Date/Time: 11/06/2019 15:00

14 14 Supply and erection of M.S angulars as per the Metre 1000.00 342.55 342550.00
requirement at site and suitable for hoding cable trays (
M.S. Angle matereal to be 50mm (w) x 5mm (Thick) ) & 25
(W) x 3 mm (T). All materials required for fixing and
installation should be supplied by contractor. (Item unit is
RMT & To be inspected by consignee)
15 15 Supply and & fixing of 8way RJ-45 socket suitable for Numbers 12.00 400.00 4800.00
computer fixed on the modular PVC top covers including
termination of cable pairs Make:Pointer/Roma ANCHOR.
All materials required for fixing and installation should be
supplied by contractor. (To be inspected by consignee)
16 16 Supply and & fixing of 8way RJ-45 socket suitable for Numbers 12.00 400.00 4800.00
computer fixed on the modular PVC top covers including
termination of cable pairs Make: Pointer/Roma ANCHOR
(To be inspected by consignee)
17 17 Supply and erection of Stainless Steel (S.S) cable Tray. Metre 1500.00 700.00 1050000.00
Size: 100mm (W) x 50mm (D) x 1mm (T). All materials
required for fixing and installation should be supplied by
contractor. (Item unit is RMT & To be inspected by
consignee)
18 18 Straight through joint/ Derivation joint without transformer: Numbers 20.00 883.00 17660.00
Installation of straight through joint or Derivation joint
without transformer as directed by Railway supervisor.(To
be inspected by consignee)
19 19 Supply and fixing of 10 pair cable termination box of WAGO Numbers 20.00 1439.00 28780.00
make: containing part no:280-870(20nos),280-374(1
nos),249-116(2 nos),210-229/pw11-0000(1nos) and
metallic box for out door use with locking facility(1nos). All
materials required for fixing and installation should be
supplied by contractor. (To be inspected by consignee)
20 20 Supply and fixing of 20 pair cable termination box. make: Numbers 20.00 2143.00 42860.00
WAGO: containing part no:280-870(40 nos),280-
374(1nos),249-116(2nos),210-229/PW11-0000(1nos) and
Box(1nos). All materials required for fixing and installation
should be supplied by contractor. (To be inspected by
consignee)
21 21 Installation and commissioning of Double faced coach Numbers 21.00 2200.00 46200.00
guidance display boards in covered area as per the
instructions of site supervisor. All materials required for
fixing and installation should be supplied by contractor. (To
be inspected by consignee)
22 22 Releasing of existing CIB & TIB arrangements complete Lumpsum 6.00 2500.00 15000.00
without causing damage, stacking neatly at a centralised
place near the site of the work as instructed by site
incharge railway official. (To be inspected by consignee)
23 23 23Laying of Different types of cables in the trenches, where Kilometre 3.00 4000.00 12000.00
protective works are already provided. This includes
unwinding of cable drum using proper Jigs without causing
damage to cable. (To be inspected by consignee & Item
unit is RKM)
24 24 Supply & fixing of CT Boxes with wago terminals (50 pair) Numbers 20.00 4165.00 83300.00
of WAGO make. consists of part nos:280-870
(100nos),280-374(1nos),249-116(2nos),210-229/PW11-
0000 (1nos) and Metallic box for outdoor use with locking
facility-1 nos. All materials required for installation should
be arranged by contractor. (To be inspected by consignee)
25 25 Laying of HDPE duct 40/33 mm dia in the trenches and in Kilometre 3.00 4956.00 14868.00
protective works already provided. (To be inspected by
consignee)

Pa g e 5 o f 9 Ru n Da te/Time: 2 1/0 5 /2 0 19 12 :11:2 4


SECUNDERABAD DIVISION-S AND T/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: C_SG_36_198 Closing Date/Time: 11/06/2019 15:00

26 26 Installation and commissioning of Double faced coach Numbers 6.00 7500.00 45000.00
guidance display boards in open area as per the
instructions of site supervisor. All materials required for
fixing and installation should be supplied by contractor. All
materials required for installation should be arranged by
contractor. (To be inspected by consignee)
27 27 Fixing of all the cameras on the railway structures. Lumpsum 2.00 10000.00 20000.00
Installation, testing & commissioning of the complete
system at Secunderabad station as indicated by railway
officials at site. All materials required for installation should
be arranged by contractor. (To be inspected by consignee)
28 28 Supply , installation and commissioning of Digit Clock with Numbers 5.00 11210.00 56050.00
GPS sychronization as per RDSO SPEC No: RDSO SPN
TC 62 2008/Rev.3(amdt.2) or latest with RED LED office
clock as directed by railway officials. All materials required
for installation should be arranged by contractor.(To be
inspected by RDSO)
29 29 Installation and commissioning of Display boards ( platform Numbers 2.00 15000.00 30000.00
display boards , At glance Boards, Electronics reservation
charting display boards etc. it any) as directed by railway
officials. (To be inspected by consignee)
30 30 Excavation of trench to a depth of 1200mm and width of Kilometre 3.00 51912.00 155736.00
300m at bottom in all types of soil(Normal soil/soft
soil/sandy soil except in hard morum / rocky soils /bridges/
level crossings/ track crossings/ coil pits, ) as directed by
railway officials including marking of cable alignment,
clearing of jungle, bushes, trial pits if required, refilling with
excavated soil, ramming and consolidation after laying of
cables complete to the finished item of work as directed by
supervisor in-charge. (To be inspected by consignee &
Item unit is RKM)
31 31 Supply Installation and commissioning of GPS Double Numbers 2.00 51938.00 103876.00
faced clock (platform clock) with GPS Synchronization as
per RDSO Specs: RDSO/SPN/TC@47>47@2008 rev 3.0 or
latest (the rate is inclusive of GPS Receiver with connecting
RF cable) stand alone mode as instructed by Railway
engineer at site. COLOR: RED. All materials required for
installation should be arranged by contractor. (To be
inspected by RDSO)
Total 3236765.00

4. ELIGIBILITY CONDITIONS

Standard Financial Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Total contract amount received during the last three financial years and in the current
financial year.Should be a minimum of 150% of advertised tender value. Of work. (An Allowed
1 No No
attested Certificate from employer/Client. Audited balance sheet duly certified by the (Mandatory)
charted accountant etc., should be submitted.)

Submission of Affidavit

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Please submit notarized affidavit on a non-judicial stamp paper in the prescribed format
(please download format from the link given below) for verification / confirmation of the
documents submitted for compliance of eligibility/qualifying criteria. Non submission of Allowed
1 No No
properly filled affidavit in the prescribed format shall lead to summary rejection of your (Mandatory)
offer.
Click here to download the format for Affidavit

Standard Technical Criteria

Pa g e 6 o f 9 Ru n Da te/Time: 2 1/0 5 /2 0 19 12 :11:2 4


SECUNDERABAD DIVISION-S AND T/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: C_SG_36_198 Closing Date/Time: 11/06/2019 15:00

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Similar nature of work physically completed duringthelast07 (Seven)years, ending last
day of month previous to the one in which tender is invited. Eligibility in terms of
Experience: (a)The tenderer must have successfully completed any of the following
during last 07 (seven) years, ending last day of month previous to the one in which
tender is invited: Three similar works costing not less than the amount equal to 40% of
advertised value of the tender, or Two similar works costing not less than the amount
equal to 50% of advertised value of the tender, or One similar work costing not less than
the amount equal to 80% of advertised value of the tender. (b) (i) In case of composite
works (e.g. works involving more than one distinct component, such as Civil Engineering
works, S&T works, Electrical works, OHE works etc. and in the case of major bridges -
substructure, superstructure etc.), tenderer must have successfully completed any of Allowed
1 No No
the following during last 07 (seven) years, ending last day of month previous to the one (Mandatory)
in which tender is invited: Three similar works costing not less than the amount equal to
40% of advertised value of each component of tender, or Two similar works costing not
less than the amount equal to 50% of advertised value of each component of tender, or
One similar work costing not less than the amount equal to 80% of advertised value of
each component of tender. Note: Separate completed works of minimum required values
for each component can also be considered for fulfillment of technical eligibility criteria.
(b) (ii) In such cases, what constitutes a component in a composite work shall be clearly
pre-defined with estimated tender cost of it, as part of the tender documents without any
ambiguity. Any work or set of works shall be considered to be a separate component,
only when cost of the component is more than Rs 2 crore each.
Defination of Similar Work :- Similar work for this tender is "An OFC or OFC & Quad or
1.1 No No Not Allowed
Quad cable work which involves laying and jointing of OFC cables /quad cables"

5. COMPLIANCE

Commercial-Compliance

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
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
1 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.

Undertakings

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
1 I/We have visited the works site and I/ We am/ are aware of the site conditions. No No Not Allowed

Custom

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Allowed
1 Annexure A :- Engineering Organization in Annexure A Yes No
(Mandatory)
Allowed
2 List of plants and machinery in Annexure B Yes No
(Mandatory)
Allowed
3 List of works completed during the last 3 financial years in Annexure C Yes No
(Mandatory)
Allowed
4 List of works on hand with tenderer in Annexure D Yes No
(Mandatory)
Allowed
5 Attested copy of Experience certificate(s)in Annexure E Yes No
(Mandatory)

Pa g e 7 o f 9 Ru n Da te/Time: 2 1/0 5 /2 0 19 12 :11:2 4


SECUNDERABAD DIVISION-S AND T/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: C_SG_36_198 Closing Date/Time: 11/06/2019 15:00

Turnover certificate during the last three Financial Years in Annexure F NOTE:
(i)Financial Year shall normally, be reckoned as 1st April to 31st March of the
Next Year. However, for Turnover Criteria, the Financial Year as applicable to
the Company/Tenderer is to be considered, if it defers from the above.
(ii)Current Financial year is reckoned as the incomplete Financial year in which
the date of tender submission falls. (iii)Chartered Accountant statements duly Allowed
6 Yes No
indicating yearly receipts will not be considered Until and unless backed by (Mandatory)
audited balance sheets or provisional balance sheet with 26AS statement of
Income Tax department. (iv)If the tender is not accompanied by the certificate
(s) in support of Financial eligibility as above, the tender shall be rejected. No
post tender correspondence will be entertained. (v)Attestation of documents
may be self-attested or attested by a Gazetted Officer.
Allowed
7 NEFT Mandate form Yes No
(Mandatory)
Any other information/Certificate required as per Tender document for
Allowed
8 partnership deed, Article of Association, MOU, JV agreement, Proprietary firm, No No
(Optional)
GST/SGST/CGST registration certificate etc..
Allowed
9 CHECK LIST OF DOCUMENT TO BE SUBMITTED ALONG WITH TENDER Yes No
(Mandatory)
The tenderers shall submit a notarized affidavit on a non-judicial stamp paper
stating that they are not liable to be disqualified and all their
statement/documents submitted along with bid are true and factual. Standard Allowed
10 Yes No
format of the affidavit to be submitted by the bidder is enclosed as (Mandatory)
ANNEXURE-G. Non-submission of an affidavit by the bidder shall result in
summary rejection of his/their bid
Allowed
11 GSTIN SHOULD BE SUBMITTED ALONG WITH THE TENDER OFFER Yes No
(Mandatory)
The tenderers shall submit the following documents, as the case may be, for
identification of the tenderer:- i. In case of Partnership Firm: The Tenderer
shall submit (i) a copy of Partnership deed (ii) a copy of Power of Attorney (
duly registered as per prevailing law) in favour of an individual to sign the
Tender documents and create liability against the firm. ii.In case of JV: The
Tenderer shall submit documents as mentioned in Clause 17 of the Tender
Form (second sheet) of IRSGCC, November-2018. iii.In case of Company:
The Tenderer shall submit (i) the copies of MOA (Memorandum of
Association), AOA (Articles of Association) of the company and (ii) a copy of
Authorization / Power of Attorney issued by the company (backed by the Allowed
12 Yes No
resolution of Board of Directors) in favour of the individual to sign the tender (Mandatory)
on behalf of the company and create liability against the company. iv.In case
of Proprietary Firm: A copy of registration / Income tax/ PAN No. for filing
returns self- attested. Without the above, tender will be treated as having been
submitted by individual signing the tender document in personal capacity only
and thus credentials for firm/company/sole proprietary concern (which they
would otherwise have been representing) shall not be considered even if such
firm/company/sole proprietary concern is working contractor or is contractor
borne on approved list or had in past or in other tenders submitted such
documents.

6. Documents attached with tender

S.No. Document Name Document Description


1 BOOKLET1988wrkstele.pdf 8 FOB TELECOM WORK BOOKLET

This tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued by
Department of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.
2015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017.

Signed By: MAMILLAPALLI KOTESWARA RAO

Designation : Sr.DSTE/SC

Pa g e 8 o f 9 Ru n Da te/Time: 2 1/0 5 /2 0 19 12 :11:2 4


SECUNDERABAD DIVISION-S AND T/SOUTH CENTRAL RLY
TENDER DOCUMENT
Tender No: C_SG_36_198 Closing Date/Time: 11/06/2019 15:00

Pa g e 9 o f 9 Ru n Da te/Time: 2 1/0 5 /2 0 19 12 :11:2 4

You might also like