NIT - ECoR - SNT - Cable Trench - RNTL-DVD - 63.71crore
NIT - ECoR - SNT - Cable Trench - RNTL-DVD - 63.71crore
TENDER DOCUMENT
Tender No: SNTPBBS-032025-OFC Closing Date/Time: 02/04/2025 10:30
CSTE/Project acting for and on behalf of The President of India invites E-Tenders against Tender No SNTPBBS-
032025-OFC Closing Date/Time 02/04/2025 10:30 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
2. SCHEDULE
S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Above/
Schedule () A-EXECUTION 525661983.69
Below/Par
1 574.00 Kilometre 106669.00 61228006.00 AT Par 61228006.00
Description:- "Excavation of trenches of 1.2 Meter depth and width 0.3 Meter detailed below
including clearing of roots and trees etc. for all types of soil. This work also includes covering of cables
laid in trench and backfilling, ramming, consolidation of soil as well as disposal of extra soil after cable
1 is laid as specified in Guidelines on Signalling Cable laying given by RDSO and any latest circular
issued by CSTE/ECoR/BBS. Note: Before refilling of the trenches, the cable laid are to be tested and
recorded for its insulation value and after satisfaction of site Engineer the refilling process should start
and after monsoon the route is to be attended for backfilling the rain cuts, wash out of soils where
ever found.
2 363.00 Kilometre 45580.00 16545540.00 AT Par 16545540.00
Description:- Excavation of trenches of 1.0 Meter depth and width 0.3 Meter including clearing of
roots and trees etc. for all types of soil. This work also includes covering of cables laid in trench and
2 backfilling, ramming, consolidation of soil as well as disposal of extra soil after cable is laid as specified
in Guidelines on Signalling Cable laying given by RDSO and any latest circular issued by
CSTE/ECoR/BBS. Note: Before refilling of the trenches, the cable laid are to be tested and recorded for
its insulation value and after satisfaction of site Engineer the refilling process should start and after
monsoon the route is to be attended for backfilling the rain cuts, wash out of soils where ever found.
3 191.00 Kilometre 58910.00 11251810.00 AT Par 11251810.00
3
Page 1 of 13 Run Date/Time: 29/01/2025 17:18:59
ECOR HQ-S AND T/ECOR
TENDER DOCUMENT
Tender No: SNTPBBS-032025-OFC Closing Date/Time: 02/04/2025 10:30
3
Description:- Excavation of trenches of 1.0 Meter depth and width 0.3 Meter at bottom in hard
morum soil as per RDSO sketch no SDO/CABLE LAYING/003 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.
4 45.00 Kilometre 71060.00 3197700.00 AT Par 3197700.00
Description:- Excavation of trenches of 0.8 Meter depth and width 0.3 Meter detailed below
including clearing of roots and trees etc. for all types of soil. This work also includes covering of cables
laid in trench and backfilling, ramming, consolidation of soil as well as disposal of extra soil after cable
4 is laid as specified in Guidelines on Signalling Cable laying given by RDSO and any latest circular
issued by CSTE/ECoR/BBS. Note: Before refilling of the trenches, the cable laid are to be tested and
recorded for its insulation value and after satisfaction of site Engineer the refilling process should start
and after monsoon the route is to be attended for backfilling the rain cuts, wash out of soils where
ever found.
5 61400.00 Metre 1485.63 91217682.00 AT Par 91217682.00
Description:- Horizontal direction drilling/ boring without damage of surface of road/ track formation.
The bore shall be 150 mm dia. and shall be at the proper depth as per site conditions decided by
Enginer in-charge. The ground level shall be considered ignoring the bankheight of the bank of the
5 road. The length of the bore shall be minimum 04 Mtrs long. This include insertion of different dia.
DWC/GI/HDPE pipes coupling etc as per direction of Engineer-in-charge. NOTE: The cost of pipe is not
included in this item. Contractor shall provide all material required for boring and adequate nos. of
labourers for proper laying of cables in to the bore. Cable shall be laid cautiously so that it should not
get damage due to rough handling and pressure on cable.
6 3264.00 Metre 139.49 455295.36 AT Par 455295.36
Description:- Excavation of trench at the culvert from foot to top of it in the ramp to a size of 300mm
6 width, 800mm depth by storing the ballast and excavates soil separately laying o f the HDPE/DWCpipe
uaing couplers and bends as per d rawing No.SK.15/11, drawing of cables through the pipe and
refilling of the trench duly putting back the removed ballast in its proper shape and place.
7 55889.00 Metre 266.58 14898889.62 AT Par 14898889.62
Description:- Excavation of trenches including clearing of roots of trees etc., in rocky area up to a
depth to be indicated by Railway Engineer at site as per the site condition [Minimum 0.6 meter] and
7 width 0.3 Mts. at the bottom. This includes concreting & plastering as per the instructions of site
Engineer and complete back filling by digging earth from a lead of 30 Mtr. In case 0.8 meter depth or
higher is achieved no concreting is required, otherwise concreting up to 100 mm thickness should be
done. All materials required for the above works shall be supplied by the Contractor.
8 13140.00 Metre 350.21 4601759.40 AT Par 4601759.40
Description:- Excavation of trenches in all kinds of soils including soft rocky area and clearing of
track etc. to a depth of 1.0 M and width of 0.3 M for track crossing /pucca road/level crossing
gate/platform/station circulating area or any other place as advised by site Engineer including
8 transportation and laying of DWC/RCC/Split RCC/G.I. pipes with or without coupler. This includes
repairing of track/pucca road/level crossing gate/ platform/station circulating area surface to original
position by ramming and concreting wherever required soon after the work is over. DWC/RCC/GI pipes
shall be supplied by the Railway. DWC pipes wherever required shall be supplied in 6 Mtr. length and
shall be cut to size as per requirement. All other materials including cement are to be supplied by the
contractor.
9 19082.00 Metre 149.61 2854858.02 AT Par 2854858.02
9 Description:- Breaking of metal/tar road and refilling after laying the cables as per drawing no.
SDO/Cable laying/010. The surface of the road shall be concreted to match with the old surface.
10 7025.00 Metre 148.55 1043563.75 AT Par 1043563.75
Description:- Trenching under Rails for crossing the track (Track crossing) and refilling of trenches as
per RDSO drawing No.SDO/CABLE LAYING /009. The track crossing shall be done at right angles. The
10 depth of cable trench shall be 1.2 Mtr below the rail flange. The depth between top cable and the level
of rail flange of the rail never be less than 1.0 mtrs. The ballast shall be stored while making the
trench and the earth soil shall be stored separately. While refilling the trench, the earth soil to be filled
first to the ground level and the ballast has to be properly put in the track. This work has to be done
under supervision of S&T representive and representative of P.Way.
11 12900.00 Metre 4079.00 52619100.00 AT Par 52619100.00
11
Description:- Track crossing by horizontal boring method.
12 87000.00 Metre 5.27 458490.00 AT Par 458490.00
Description:- Laying of different cables in trench (signalling/4 quad/6 quad/power cable/telecom
cables/jelly filled cable of all sizes in excavated trench through GI/RCC/DWC pipe etc. This includes
transportation of cables from the store to work site and transportation of empty cable drums with left
12 over cable coil for termination purpose. Note-The cables are to be carefully handled during loading,
unloading and transportation to work site. Any damage found in the cable after final testing, in view of
mishandling of cables, shall be made good by the tenderer. Cable should be meggered before and
after laying and recorded in a register and submitted to the site engineer.
18 Description:- Supply and installation of 19 "rack mounted 48F FDMS loaded with SC '0' DB & Adaptor
SC SM Pigtail 1.5meters with all accessories. Make 3M or similar. This includes transportation,
installation, splicing and testing. Inspection by RITES.
19 11940.00 Numbers 2558.00 30542520.00 AT Par 30542520.00
Description:- Supply and Installation of RFID based Electronic /Pipe marker (route marker) for S&T
19 Cable with programmable memory for saving the user specific data, which can be buried up to depth
of 1.5 Meter as per Technical specification at Section-H of chapter-8 of tender document. Make
Stanley/3M or Similar. Inspection by RITES.
20 6013.00 Metre 802.08 4822907.04 AT Par 4822907.04
20
Description:- Cutting of rock up to a depth of 300mm and width of 300mm
21 61769.00 Metre 404.53 24987413.57 AT Par 24987413.57
21 Description:- Supply & laying of DWC split pipe of 120/103 mm dia, 2 meter long in already dug
cable trenches as per Drawing No.SK.9/11 .The unit of RMT means two split pipes of 1 Mtr each.
Inspection by RITES.
22 16635.00 Metre 6.97 115945.95 AT Par 115945.95
22
Description:- Jungle cutting along with the cable route and near towers
23 7377.00 Numbers 863.00 6366351.00 AT Par 6366351.00
Description:- Supply and fixing of 'MS-C' channel of size 100mmX50mmX1200mm with suitable
clamps as per drawing No. S&T/RE/78/2/76 and fitting to GI pipes of 50/65mm of spec.IS-1239/part-1/
23 Light with couplings and with suitable clamps on Girder bridges without drilling holes in the girders. Gi
pipes are to be drilled with 6 holes of 1/4" dia. per metre around the pipe in zig-zag manner before
laying the 6metres GI pipe. the MS Channels shall be inspected by the office in charge of the work
before fixing. Inspection by RITES.
24 934.00 Per Unit 1658.00 1548572.00 AT Par 1548572.00
Description:- Submission of the final cable route plan after the cables are laid and commissioned
24 indicating clearly the exact position of the cable, joints, LB for emergency sockets and other critical
materials with reference to centre line of the nearest track. The final cable route plan and drawings of
the cable terminations along with all relevant particulars are to be submitted to the Railways in
original master form as well as 6 copies. Note:- PER UNIT= PER KM
S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Above/
Schedule () B-SUPPLY 111519672.38
Below/Par
1 6.00 Numbers 380340.00 2282040.00 AT Par 2282040.00
1 Description:- Supply of RFID Marker locator with storage 8000 marker records, inbuilt GPS
module/system, detection depth range up to 1.5 mtrs as per Technical specification at Section-H of
chapter-8 of tender document. Make Stanley/3M or Similar. Inspection by RITES.
2 2259.00 Kilometre 47648.82 107638684.38 AT Par 107638684.38
Description:- Supply of Permanently Lubricated two layer type HDPE duct, outer dia 40 mm, inner
2 dia 33 mm with three end plugs and two couplers for every Km length of pipe in length of 500 m
confirming to RDSO Specification.No.RDSO/SPN/TC /45/ 2013.Rev.2.0 with amendment 2.0 or latest.
Note:- The HDPE duct should be pre inserted with 4 mm nylon rope, inside the HDPE duct.End plugs
with other accessories to be provided with drum free of cost. Inspection by RITES.
3 1.00 Numbers 600000.00 600000.00 AT Par 600000.00
3 Description:- Supply of Automatic Fusion Splicing Machine alongwith specification and accessories
as per Section -H of tender document. Make/Model-FUJIKURA 88S or similar. Inspection by the RITES.
4 1.00 Numbers 491625.00 491625.00 AT Par 491625.00
4 Description:- Supply of Optical Time Domain Reflectometer (TYPE-1) as per TEC Spec No.
:TEC/GR/TX/OTD-001/05/SEP-19 or latest. Make-Yokogawa/ Fujikura/ Sumitomo or Similar. Inspection
by RITES.
5 2.00 Numbers 3250.00 6500.00 AT Par 6500.00
Description:- Supply of Optical Power meter with features- Measurement Dynamic range + 10 dbm
5 to -70 dbm, Wave length 1310/1550nm, Connector FC/SC, Auto power OFF Mode and Manual. Make/
Model: SKYCOM TOP350D/ DEVISORAE210/ STANLAY or Similar. Inspection by Authorised
representative of Railway.
6 5.00 Numbers 24327.00 121635.00 AT Par 121635.00
6 Description:- Supply of Digital Earth Tester 0.01 to 99 Ohms.In 5 ranges 4 terminals type with all
facilities WACO make or similar. Inspection by the Representative of Railway.
7 1.00 Numbers 379188.00 379188.00 AT Par 379188.00
Description:- Supply of High Power, Electronic Cable Route Tracer/ Pipe and Cable locating kit with
36 user configurable Active multi frequency options including 200Hz, 512Hz, 797Hz, 815Hz, 8kHz,
33kHz, 65kHz, 82kHz, 200kHz upto 476.2kHz, passive detection @ 50Hz for power cables, Radio Mode
7 for locating metallic utilities whether energised or not, Current measurement, LCD Display with left-
right arrow function , Modes: peak, peak with arrow, pin point peak and null modes, Compass
function; Depth measurement. Supply includes locating receiver, Transmitter (Max power : 12Watt)
with Li-ion Rechargeable Batteries for both Transmitter & Receiver, Battery charger, Induction Signal
Clamp 4'', supplied in a carry bag. Similar to 3M-Dynate/Radio detection/Stanlay Pathfinder LOC10.
Inspection by RITES.
3. ITEM BREAKUP
4. ELIGIBILITY CONDITIONS
Important All documents uploaded and remarks / confirmation entered by the bidders against any
: eligibility condition shall be opened as part of technical bid only
Bidders shall confirm and certify on the behalf of the tenderer including its constituents as under:
S.No. Description
1 I/we the tenderer (s) am/are signing this document after carefully reading the contents.
I/We the tenderer(s) also accept all the conditions of the tender and have signed all the pages in confirmation
2
thereof.
I/we hereby declare that I/we have downloaded the tender documents from Indian Railway website
www.ireps.gov.in . I/we have verified the content of the document from the website and there is no addition, no
3 deletion or no alteration to the content of the tender document. In case of any discrepancy noticed at any stage
i.e. evaluation of tenders, execution of work or final payment of the contract, the master copy available with the
railway Administration shall be final and binding upon me/us.
I/we declare and certify that I/we have not made any misleading or false representation in the forms,
4
statements and attachments in proof of the qualification requirements.
I/We also understand that my/our offer will be evaluated based on the documents/credentials submitted along
5
with the offer and same shall be binding upon me/us.
I/We declare that the information and documents submitted along with the tender by me/us are correct and I/we
6
are fully responsible for the correctness of the information and documents, submitted by us.
I/we certify that I/we the tenderer(s) is/are not blacklisted or debarred by Railways or any other Ministry /
7 Department of Govt. of India from participation in tender on the date of submission of bids, either in individual
capacity or as a HUF/ member of the partnership firm/LLP/JV/Society/Trust.
I/we understand that if the contents of the certificate submitted by us are found to be forged/false at any time
during process for evaluation of tenders, it shall lead to forfeiture of the Bid Security and may also lead to any
8
other action provided in the contract including banning of business for a period of upto two year. Further, I/we
and all my/our constituents understand that my/our offer shall be summarily rejected.
I/we also understand that if the contents of the certificate submitted by us are found to be false/forged at any
time after the award of the contract, it will lead to termination of the contract, along with forfeiture of Bid
9
Security/Security Deposit and Performance guarantee and may also lead to any other action provided in the
contract including banning of business for a period of upto two year.
I/We have read the clause regarding restriction on procurement from a bidder of a country which shares a land
border with India and certify that I am/We are not from such a country or, if from such a country, have been
10
registered with the competent Authority. I/We hereby certify that I/we fulfil all the requirements in this regard
and am/are eligible to be considered (evidence of valid registration by the competent authority is enclosed)
Partnership firm/Joint Venture (JV) / Hindu Undivided Family (HUF) / Limited Liability Partnership
(LLP) etc.
S.No. Description
Partnership firm/Joint Venture (JV) / Hindu Undivided Family (HUF) / Limited Liability Partnership
(LLP) etc. Please submit a certificate in the prescribed format (please download the format from the link given
1 below). Non submission of the certificate, or submission of certificate either not properly filled in, or in a format
other than the prescribed format shall lead to summary rejection of your offer.
( Click here to download the Format of Self Certification)
5. COMPLIANCE
Important All documents uploaded and remarks / confirmation entered by the bidders against any
: compliance condition shall be opened as part of technical bid only.
Check Lst
Commercial-Compliance
Allowed
3.1 Please submit copy of the PAN Card. Yes No
(Optional)
Please submit list of Plant & Machinery available on hand and
proposed to be inducted and hired for the tendered work as per
Allowed
4 the format vide Annexure-D, Chapter-7 of Annexed Document. Yes No
(Optional)
Non-compliance with this condition liable to result in the tender
being rejected.
Please submit list of personnel/organization on hand and
proposed to be engaged for the tendered work as per the format
Allowed
5 vide Annexure-E, Chapter-7 of the Annexed Document. Non- Yes No
(Optional)
compliance with this condition liable to result in the tender being
rejected.
Please submit details of works successfully completed or
substantially completed during last 07 years ending last day of
month previous to the one in which tender has been invited as Allowed
6 Yes No
per the format vide Annexure-F, Chapter-7 of the Annexed (Mandatory)
Document. Non-compliance with this condition is liable to result
in the tender being rejected.
The tenderer(s) are required to upload the information as per
Annexure-G of Chapter-7, Annexed Document duly signed by the
tenderer(s) and verified by Chartered Accountant since the
information is required to evaluate the bid capacity of the
tenderer(s) for tenders valuing more than Rs. 20 Cr. However,
the tenderer(s) may submit any additional information, if they Allowed
7 Yes No
desire so. In case, the tenderer(s) failed to submit the minimum (Mandatory)
required information as per Annexure-G of Chapter- 7 along with
the offer or submit in any other format omitting required
information essential to work out Bid capacity, his/their offer
shall be rejected summarily. This information is to be based on
Annexure-B & Annexure-G1, Chapter-7 of Annexed Document.
Please submit the required information for evaluation of Bid
Allowed
7.1 Capacity as per Annexure-G1, Chapter-7 of the Annexed Yes Yes
(Mandatory)
Document.
Please submit the information regarding association of Railway
Officers with tenderer(s) in reference to Clause 16, Chapter-2 of
Annexed Document along with the declaration as per the format
vide Annexure-H, Chapter-7 of the Annexed Document. Also Allowed
8 Yes No
non-submission of information required as per Clause 16 (a), (b) (Mandatory)
& (c) of Chapter-2 in Annexed Document, contract is liable to be
dealt in accordance with provision of Clause 43 of Chapter-3
(Clause 62 of General Conditions of Contract).
Please submit list of court cases as per the format vide Allowed
9 Yes Yes
Annexure-I, Chapter-7 of the Annexed Document. (Optional)
Please submit list of arbitration cases as per the format vide Allowed
10 Yes Yes
Annexure-J, Chapter-7 of the Annexed Document. (Optional)
Please submit broad plan of execution of work as per the format Allowed
11 Yes No
vide Annexure-K, Chapter-7 of the Annexed Document. (Optional)
Please submit details of other credentials/facilities as per the Allowed
12 Yes Yes
format vide Annexure-N, Chapter-7 of the Annexed Document. (Optional)
Please submit your bank details i.e. Name of Bank along with
Bank Branch Code, Accounts Number as appearing in the
cheque book, IFSC Code and PAN Number, duly certified by the
authorised official of the bank, to facilitate payment through Allowed
13 Yes Yes
ECS/NEFT/RTGS as per Annexure-O of Chapter-7 of Annexed (Optional)
Document. In lieu of Bank Certificate, scanned copy of a
cancelled cheque may be attached for verification of the above
particulars.
General Instructions
Special Conditions
Undertakings
I/We resile from my/our offer or modify the terms and conditions
6.1 thereof in a manner not acceptable to the Railways during No No Not Allowed
validity period of the offer as mentioned on NIT HEADER.
I/We do not submit a Performance Guarantee in any of the
6.2 prescribed form within 60 days from the date of issue of letter of No No Not Allowed
acceptance.
I/We do not execute the contract within 7 days after receipt of
6.3 No No Not Allowed
notice by Railway that such documents are ready.
I/We do not commence the work within fifteen days after receipt
6.4 No No Not Allowed
of Letter of Acceptance to that effect.
Until a formal agreement is prepared and executed, acceptance
of this tender shall constitute a binding contract between us
7 subject to modifications, as may be mutually agreed to between No No Not Allowed
us and indicated in the letter of acceptance of my/our offer to
this work.
I/we hereby confirm that I/we have satisfied myself/ourselves by
actual inspection of the site and locality of the work that all
conditions liable to be encountered during execution of the work
are taken into account and that the rates entered in the tender
8 No No Not Allowed
are adequate and all inclusive, in accordance to the provision in
Clause-37 Pt-II of the Indian Railway Standard General
Conditions of Contract-2022 with corrections up to the date of
closing of tender.
This tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017,
issued by Department of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway
Board letter no. 2015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions
thereof.
As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not
violate provisions of GFR regarding procurement through GeM.