SWR-CONST-HQ-ELECTRICAL/SOUTH WESTERN RLY TENDER DOCUMENT Tender No: ECN-48-2018 Closing Date/Time: 20/11/2018 11:00

Dy.CEE/CN/BNC acting for and on behalf of The President of invites E-Tenders against Tender No ECN-48-2018 Closing Date/Time 20/11/2018 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.

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

Power supply arrangement and electrification of new / extension station buildings and Name of Work platforms at Gunji, Khanapur, Desur , , , Chikkodi Road, Rayabag, Chinchili and Railway stations in Londa - Miraj section. Bidding type Normal Tender

Tender Type Open Bidding System Single Packet System

Tender Closing Date Time 20/11/2018 11:00 Date Time Of Uploading Tender 17/10/2018 17:07

Pre-Bid Required No Pre-Bid Query Date Time Not Applicable

Advertised Value Tendering Section DRAWING

Bidding Style Single Rate for Each Schedule Bidding Unit Item Earnest Money (Rs.) 233440.00 Validity of Offer ( Days) 90

Tender Doc. Cost (Rs.) 5675.00 Period of Completion 6 Months

Contract Type Works Contract Category Expenditure

Are Joint Venture (JV) firms Bidding Start Date 06/11/2018 No allowed to bid

Ranking Order For Bids Lowest to Highest

2. SCHEDULE

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

Schedule A-SUPPLY PORTION

R 1 8.00 Set 28810.00 230480.00 AT Par 230480.00 s.

1 Item Description:- Fabrication, assembling and supply of RCC DP structure (3.3 mtr width) 9 mtr long with accessories, scope include 3 Nos. 11 KV disc insulator with hardwares 2 Nos. of danger board, 2 Nos. of anti climbing device with suitable guide rails and MS channel to mount the transformer

2 8.00 Set 24694.00 197552.00 AT Par 197552.00 Rs.

Item Description:- Fabrication, assembling and supply of RCC pole 9 Mtr. long Double pole structure with 3 Nos. 2 Disc insulator 11KV, 45 KN, 2 Nos. Danger boards, 2 Nos. of Anti climbing device, MS channels / angles etc. as per specification

3 32.00 Set 6201.00 198432.00 AT Par 198432.00 Rs.

3 Item Description:- Fabrication, assembling and supply of 9 mtr. / 9.10 mtr. long RCC / PSCC strut pole with its hardware parts and all accessories

4 87.00 Set 6455.00 561585.00 AT Par 561585.00 Rs.

4 Item Description:- Fabrication, assembling and supply of RCC 9 mtr. long HT single pole structure for 11 KV. Scope includes 2 way cross arm, single top support, 11 KV pin insulators as per specification

5 44.00 Set 2047.00 90068.00 AT Par 90068.00 Rs.

5 Item Description:- Supply of stay set with stay tightner, stay rod, stay clamp stay insulator stay wire etc. complete set as per specification

6 400.00 Metre 848.00 339200.00 AT Par 339200.00 Rs.

6 Item Description:- Supply of 11KV XLPE HTUG Cable of size 3cx95 sqmm as per specification

7 8.00 Set 4550.00 36400.00 AT Par 36400.00 Rs.

7 Item Description:- Supply of metal oxide surge lightning arrestors. Arrestors are gapless type (9 KV 5 KA) as per IEC 600 99-44 and IS 3070 Part (iii) lightning arrestor 11 KV rating for RYB phases with earth connection by GI flat of size 25x3 mm as per specification

8 8.00 Set 13500.00 108000.00 AT Par 108000.00 Rs.

8 Item Description:- Assembling and supply of Gang Operated Switch 200A, 11KV single break for RYB phases with support frame fabricated suitable for DP structure as required as per specification

9 8.00 Set 4978.00 39824.00 AT Par 39824.00 Rs.

9 Item Description:- Supply of 200A DOLO fuse unit for 11 KV HT RYB phases as per specification

SWR-CONST-HQ-ELECTRICAL/SOUTH WESTERN RLY TENDER DOCUMENT

Tender No: ECN-48-2018 Closing Date/Time: 20/11/2018 11:00

10 25.00 Numbers 705.00 17625.00 AT Par 17625.00 Rs.

10 Item Description:- Supply of 11KV 45 KN HT polymeric disc insulator as required additionally at site

11 8.00 Set 106500.00 852000.00 AT Par 852000.00 Rs.

Item Description:- Fabrication, assembling and supply of powder coated 16 SWG CRCA main incoming power panel board cubicle type wall / Floor mounting, with three phase LED indication lamps containing followings 1. 3 Phase energy meter (LT) approved by HESCOM with CT arrangement 2. 200A, 25 KA 4 pole MCCB - 1 No, 3. 11 100 Amp 25KA MCCB 4 pole - 4 Nos 4. Copper Bus bar - 4 Nos suitable for incoming MCCB 5. 32 Amps, 4 poles MCB - 2 Nos 6.16 Amp D.P MCB (for Street / light circuit) - 8 Nos 7. 16-20A DP timer contactor (for street / 30 percent and 70 percent light circuit) - 2 Nos 8. 100A 4 pole change over switch - 1 No. 9. Digital multi data meter - 1 No with CTs 10. MS/PVC 95/35/16 sqmm Cable glands - each 2 nos as per specification

12 6.00 Set 37063.00 222378.00 AT Par 222378.00 Rs.

12 Item Description:- Supply of 5 HP 3 Phase submersible pump with starter with counting arrangements 120/130/140 mts (As per site condition) 130 mts below GL bore well Drilled + 12 mts above GL for total head

13 1450.00 Metre 139.00 201550.00 AT Par 201550.00 Rs.

Item Description:- Supply of wire by means of 2 No. of PVC insulated single core multi stranded copper conductor cable 6 sqmm along with 2.5 Sqmm PVC insulated and multi stranded green color copper wire for 13 drawing through PVC conduit pipe of 25mm (Capping and casing as per physical site condition if required) from main meter board to sub - board including all connected materials (cost of PVC pipe / casing and capping not including in the rate)

14 40.00 Set 1148.00 45920.00 AT Par 45920.00 Rs.

14 Item Description:- Supply of 12way single phase powder coated MCB distribution board of 16 SWG CRCA sheet fitted with bus bar for phase and neutral link

15 16.00 Numbers 1841.00 29456.00 AT Par 29456.00 Rs.

15 Item Description:- Supply of 10KA 4 pole MCB 63A

16 90.00 Numbers 655.00 58950.00 AT Par 58950.00 Rs.

16 Item Description:- Supply of 10KA DPMCB 32A/10A

17 40.00 Numbers 1285.00 51400.00 AT Par 51400.00 Rs.

17 Item Description:- Supply of 10KA 4 pole MCB 32A

18 2.00 Numbers 2600.00 5200.00 AT Par 5200.00 Rs.

18 Item Description:- Supply of 4 way MCBDB three phase fitted with bus bar as per specification

19 96.00 Set 424.00 40704.00 AT Par 40704.00 Rs.

Item Description:- Supply, fixing and commissioning indoor type 15W, 230 V LED Bulb with angular holder along 19 with all connected materials such as adopter as per technical specification issued by CEE/SWR for lighting of passage, toilet, stair case etc.,

20 780.00 Point 331.00 258180.00 AT Par 258180.00 Rs.

Item Description:- Supply of wiring materials for point wiring to light fittings / ceiling fans / calling bell by means of 20 1.5 sqmm PVC insulated, multi stranded copper wire 2 runs and 1 run of 1.5 sqmm PVC insulated, multi stranded copper wire for earth continuity with colour codes including modular switch, 3 way ceiling rose, PVC round block / plate as required as per specification (scope does not include PVC conduit / casing and capping)

21 1540.00 Metre 94.00 144760.00 AT Par 144760.00 Rs.

Item Description:- Supply of wires for circuit main and power plug wiring with 2 runs of 4 sqmm multi stranded 21 PVC insulated copper wire and 1 run of 1.5 sqmm copper wire for earth with colour codes (scope does not include PVC conduit / casing and caping)

22 3760.00 Metre 75.00 282000.00 AT Par 282000.00 Rs.

Item Description:- Supply of wires for sub mains to switch board with 2 runs of 2.5 sqmm multi stranded PVC 22 insulated copper wire for phase and neutral and 1 run of 1.5 sqmm copper wire for earth continuity with colour codes (Scope does not include conduit)

23 4500.00 Metre 34.00 153000.00 AT Par 153000.00 Rs.

23 Item Description:- Supply of PVC conduit pipe 25mm dia wall thickness 2mm ivory / grey in colour as per specification.

24 3000.00 Metre 26.00 78000.00 AT Par 78000.00 Rs.

24 Item Description:- Supply of PVC conduit pipe 20mm dia wall thickness 2mm ivory / grey in colour as per specification.

25 240.00 Numbers 229.00 54960.00 AT Par 54960.00 Rs.

25 Item Description:- Supply of modular multipin socket (5 pin) 6A capacity with separate switch

26 147.00 Numbers 320.00 47040.00 AT Par 47040.00 Rs.

26 Item Description:- Supply of modular multipin socket 6/16A capacity with separate switch with indicator

Page 2 of 16 Run Date/Time: 17/10/2018 17:08:00 SWR-CONST-HQ-ELECTRICAL/SOUTH WESTERN RLY TENDER DOCUMENT

Tender No: ECN-48-2018 Closing Date/Time: 20/11/2018 11:00

27 500.00 Metre 34.00 17000.00 AT Par 17000.00 Rs.

27 Item Description:- Supply of 25 mm ( 1" ) wide PVC double locked casing and caping with tee bends etc. in white/ivory colour as per specification

28 9.00 Numbers 630.00 5670.00 AT Par 5670.00 Rs.

28 Item Description:- Supply of modular surface / concealed type unbreakable box with cover frame and inner plate for switch board of 18 module

29 244.00 Numbers 253.00 61732.00 AT Par 61732.00 Rs.

29 Item Description:- Same as above of 12 module board

30 64.00 Numbers 220.00 14080.00 AT Par 14080.00 Rs.

30 Item Description:- Same as above of 8 module board

31 115.00 Numbers 168.00 19320.00 AT Par 19320.00 Rs.

31 Item Description:- Same as above 6 module for fixing 16A socket

32 200.00 Metre 117.00 23400.00 AT Par 23400.00 Rs.

32 Item Description:- Supply of 50mm dia PVC pipe for cable raising as per specification

33 100.00 Set 31.00 3100.00 AT Par 3100.00 Rs.

33 Item Description:- Supply and fixing of crimped terminal lugs to suit 4cx16 / 4cx25 / 4cx35 / 4cx50 sq.mm LTUG cable

34 30.00 Numbers 114.00 3420.00 AT Par 3420.00 Rs.

34 Item Description:- Supply and fixing of cable gland to suit 4cx16 sq.mm / 4cx25 / 4cx35 / 4cx50 sq.mm LTUG cable

35 10000.00 Metre 50.00 500000.00 AT Par 500000.00 Rs.

35 Item Description:- Supply of ACSR Rabbit conductor 7/3.35 mm size

36 570.00 Set 580.00 330600.00 AT Par 330600.00 Rs.

36 Item Description:- Supply of 1x20 watts LED light batten fitting with LED lamp 4 feet long with driver circuit as per CEE/SWR specification No.SWR/LED Light fitting (Indoor / Outdoor) / 011-2016 Dt.18.04.2016

37 269.00 Numbers 8208.00 2207952.00 AT Par 2207952.00 Rs.

Item Description:- Fabrication, assembling and supply of hot dip galvanised octagonal pole 5.5 mtr. long made 37 of 3mm thick sheet, top 70mm A/F and bottom 130mm M/F with single arm bracket 350mm long to fix street light luminaire with foundation bolt, base plate 250x250x12mm and in built junction box with strip connector, cut out and all accessories for street light pole / platform pole

38 300.00 Set 1139.00 341700.00 AT Par 341700.00 Rs.

38 Item Description:- Supply of 30W LED WP (IP - 65) street light fitting with driver circuit complete set as per CEE/SWR specification

39 250.00 Metre 187.00 46750.00 AT Par 46750.00 Rs.

39 Item Description:- Supply of 75mm dia PVC pipe for cable raising as per specification

40 500.00 Metre 9.00 4500.00 AT Par 4500.00 Rs.

40 Item Description:- Supply of 8 SWG GI earth wire

41 2000.00 Metre 190.00 380000.00 AT Par 380000.00 Rs.

Item Description:- Supply of 4cx35 sqmm LTUG cable 1.1 KV Grade, having stranded aluminium conductor, 41 PVC insulated extruded inner sheathed, galvanised steel strip conforming to IS 3975 : 990 and extruded PVC outer sheathed armoured cable with specified IS - 1554 Part - 1 : 1988 and conforming to GTP (Guaranteed technical particular) with overall satisfactory performance for minimum period of 5 years

42 10000.00 Metre 111.00 1110000.00 AT Par 1110000.00 Rs.

42 Item Description:- Same as above LTUG cable of size 4Cx16 sqmm

43 16.00 Set 4276.00 68416.00 AT Par 68416.00 Rs.

43 Item Description:- Supply and fixing of LT distribution kit for 25 / 63 KVA Transformer

44 8.00 Set 135283.00 1082264.00 AT Par 1082264.00 Rs.

44 Item Description:- Supply of distribution transformer of 11KV / 433 volts 63 KVA capacity aluminium wound out door and oil cooled type 4 star rating as per ESCOM approved make and specification

45 6.00 Set 746.00 4476.00 AT Par 4476.00 Rs.

45 Item Description:- Supply of borewell cap, clamp, GI bend etc.

46 6.00 Numbers 1015.00 6090.00 AT Par 6090.00 Rs.

46 Item Description:- Supply of gun metal non return valve for the pump

47 1200.00 Metre 59.00 70800.00 AT Par 70800.00 Rs.

47 Item Description:- Supply of 3cx2.5 sqmm copper flat submersible cable

Page 3 of 16 Run Date/Time: 17/10/2018 17:08:00 SWR-CONST-HQ-ELECTRICAL/SOUTH WESTERN RLY TENDER DOCUMENT

Tender No: ECN-48-2018 Closing Date/Time: 20/11/2018 11:00

48 300.00 Metre 56.00 16800.00 AT Par 16800.00 Rs.

48 Item Description:- Supply of 25x3mm GI strip for earthing (excluding qty for LA connection)

49 225.00 Numbers 1809.00 407025.00 AT Par 407025.00 Rs.

49 Item Description:- Supply of energy efficient AC ceiling fan 1200mm sweep five star rated in white colour complete unit (with electronic regulator) as per specification

50 16.00 Numbers 1444.00 23104.00 AT Par 23104.00 Rs.

50 Item Description:- Supply of 300mm sweep exhaust fan single phase 4 pole propeller type with louver shutter suitable for the fan as per specification

51 16.00 Numbers 5357.00 85712.00 AT Par 85712.00 Rs.

51 Item Description:- Supply of HT 11 KV outdoor termination kit (jointing kit) for 3cx95 sqmm HTUG Cable as per specification

52 240.00 Metre 445.00 106800.00 AT Par 106800.00 Rs.

52 Item Description:- Supply of HDPE pipe of size 90.9mm x 75.5mm of category PE 80, PN 6, ISI approved for track crossing to lay LTUG cable of size 4cx16 sqmm and 4cx35 sqmm cable

53 2000.00 Metre 438.00 876000.00 AT Par 876000.00 Rs.

Item Description:- Supply of 4cx95 sqmm LTUG cable 1.1 KV Grade, having stranded aluminium conductor, 53 PVC insulated extruded inner sheathed, galvanised steel strip conforming to IS 3975 - 1990 and extruded PVC outer sheathed armoured cable with specified IS - 1554 Part 1 1988 and conforming to GTP (Guaranteed technical particular) with overall satisfactory performance for minimum period of 5 years

54 8.00 Set 65400.00 523200.00 AT Par 523200.00 Rs.

Item Description:- Supply and installation of 2 KVA (I/P - S.Ph, O/P - S.ph) (floor mounted type) true online double conversion UPS system with IGBT based PWM technology with inbuilt isolation transformer and having 54 180 mins, battery backup using 12V, 150 AH - 2 Nos or equivalent sealed maintenance free batteries along with suitable MS Rack for housing the batteries. UPS shall be with NMS data card battery make Numeric / Exide power safe / Amaraja (Quanta make) Global (Round brand) / Panasonic / Amco / Hitachi with all connecting accessories.

55 8.00 Numbers 61155.00 489240.00 AT Par 489240.00 Rs.

Item Description:- Supply and provision of HT metering cubicle with ETV meter and required CTs (without LB 55 switch) to mount on pole or on foundation as instructed by Engineer in charge. (Meter shall be as per ESCOM approved make and specification)

56 2.00 Numbers 7617.00 15234.00 AT Par 15234.00 Rs.

Item Description:- Supply and fixing of LT 3 ph energy meter O - 30A with 32A cut outs - 3 Nos mounted on 56 3mm thick hylum sheet fixed inside the enclosure of suitable size made of 16 SWG CRCA sheet powder coated with fixing accessories.

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

Schedule B-ERECTION PORTION

1 8.00 Set 2674.00 21392.00 AT Par 21392.00 Rs.

1 Item Description:- Erection, testing and commissioning of Main DB / power panel with accessories

2 8.00 Set 1141.00 9128.00 AT Par 9128.00 Rs.

Item Description:- Erection, testing and commissioning of 11 KV RCC pole 9 Mtr. long Double pole structure in 2 CC foundation and fixing of MS channels, angles etc. including painting of hardwares as per specification (cost does not include excavation and CC foundation charges)

3 236.00 cum 3108.00 733488.00 AT Par 733488.00 Rs.

Item Description:- Carrying / provision of CC foundation of 1 : 3 : 6 ratio for erecting poles of SP/DP structure / 3 RCC spun pole (for LT/11 KV capacity, strut pole / stay set / street light pole foundation including shuttering as required as per specification

4 257.00 cum 144.00 37008.00 AT Par 37008.00 Rs.

4 Item Description:- Earth work by excavation of pit for CC foundation to erect the HT/LT poles (for DP/SP structures) / RCC pole / strut pole / stay set / platform pole in any type of soil

5 42.00 Set 104.00 4368.00 AT Par 4368.00 Rs.

5 Item Description:- Fixing, testing and commissioning of MCBDB with MCBs

6 780.00 Point 47.00 36660.00 AT Par 36660.00 Rs.

6 Item Description:- Wiring of light/fan points by 3 runs of 1.5 sqmm copper wire and fixing of accessories

7 1540.00 Metre 7.00 10780.00 AT Par 10780.00 Rs.

7 Item Description:- Connecting / wiring of circuit main by using 2x4 sqmm and 1x1.5 sqmm / 2x6 sqmm and 2.5 sqmm wires

Page 4 of 16 Run Date/Time: 17/10/2018 17:08:00 SWR-CONST-HQ-ELECTRICAL/SOUTH WESTERN RLY TENDER DOCUMENT

Tender No: ECN-48-2018 Closing Date/Time: 20/11/2018 11:00

8 3760.00 Metre 6.00 22560.00 AT Par 22560.00 Rs.

8 Item Description:- Connecting / wiring by using 2x2.5 sqmm and 1x1.5 sqmm wires

9 387.00 Numbers 23.00 8901.00 AT Par 8901.00 Rs.

9 Item Description:- Fixing, testing and commissioning of 16A / 6A socket and switch

10 7500.00 Metre 7.00 52500.00 AT Par 52500.00 Rs.

10 Item Description:- Fixing / Concealing of PVC conduit pipe 20 / 25mm dia with accessories

11 500.00 Metre 7.00 3500.00 AT Par 3500.00 Rs.

11 Item Description:- Fixing of PVC casing and caping 1 inch (25 mm) / 3/4 inch (20mm)

12 570.00 Set 63.00 35910.00 AT Par 35910.00 Rs.

12 Item Description:- Fixing, testing and commissioning of 4 ft, 1x20W / 2ft, 10W LED tube light fitting and extension wiring with 3cx1.5 sqmm copper wire from ceiling rose complete set

13 432.00 Numbers 14.00 6048.00 AT Par 6048.00 Rs.

13 Item Description:- Fixing and commissioning of modular switch board 18 to 6 module

14 225.00 Numbers 67.00 15075.00 AT Par 15075.00 Rs.

14 Item Description:- Fixing, testing and commissioning of AC ceiling fans and regulator complete with 3 core 1.5 sqmm flexible copper wire for extension from ceiling rose

15 16.00 Numbers 147.00 2352.00 AT Par 2352.00 Rs.

15 Item Description:- Fixing, testing and commissioning of exhaust fan with bird guard

16 8.00 Set 488.00 3904.00 AT Par 3904.00 Rs.

16 Item Description:- Fixing, testing and commissioning of GOS with accessories as per specification

17 8.00 Set 432.00 3456.00 AT Par 3456.00 Rs.

17 Item Description:- Fixing, testing and commissioning of metal oxide surge arrestor, lightning arrestor as per specification

18 8.00 Set 449.00 3592.00 AT Par 3592.00 Rs.

18 Item Description:- Erection, testing and commissioning of DOLO fuse unit

19 44.00 Set 171.00 7524.00 AT Par 7524.00 Rs.

19 Item Description:- Erection, testing and commissioning of Stay set as per specification (foundation cost not included)

20 8.00 Numbers 638.00 5104.00 AT Par 5104.00 Rs.

20 Item Description:- Excavation of cable loose coil pit and refilling the pit

21 100.00 Metre 23.00 2300.00 AT Par 2300.00 Rs.

21 Item Description:- Fixing of cable protection PVC pipe 50 mm dia with accessories

22 140.00 Set 3103.00 434420.00 AT Par 434420.00 Rs.

22 Item Description:- Earthing arrangements as per specification

23 12000.00 Metre 112.00 1344000.00 AT Par 1344000.00 Rs.

23 Item Description:- Excavation of LT cable trench 0.3m width, 1m depth including refilling the trench along with supply and spreading of sand coarse and bricks as per specification

24 12000.00 Metre 12.00 144000.00 AT Par 144000.00 Rs.

24 Item Description:- Laying, testing and commissioning of LTUG cable 4cx25 / 4cx16 / 4cx35 / 4cx50 sqmm as per specification

25 450.00 Numbers 265.00 119250.00 AT Par 119250.00 Rs.

Item Description:- Provision of cable route indicator, made out of cast iron marked HT/LT cable fitted on MS 25 angle of size 25x3mm,300mm long embedded in PCC block of size 300x300x400mm with cement concrete 1:3:6 ratio

26 240.00 Metre 138.00 33120.00 AT Par 33120.00 Rs.

Item Description:- Excavation of cable trench 1.5 mtr depth and 0.4 mtr width for track / road crossing in any 26 type of soils including refilling the trench and laying of HDPE pipe for drawing HT / LT cables as per specification (Without providing sand and bricks)

27 269.00 Numbers 326.00 87694.00 AT Par 87694.00 Rs.

27 Item Description:- Erection, testing and commissioning of octagonal street light poles with hardwares for reinforcement of foundation and fixing (cost of foundation not included in the rate)

28 269.00 Set 121.00 32549.00 AT Par 32549.00 Rs.

28 Item Description:- Fixing, testing and commissioning of LED 30W street light fitting on pole with extension wiring

29 10000.00 Metre 10.00 100000.00 AT Par 100000.00 Rs.

29

Page 5 of 16 Run Date/Time: 17/10/2018 17:08:00 SWR-CONST-HQ-ELECTRICAL/SOUTH WESTERN RLY TENDER DOCUMENT

Tender No: ECN-48-2018 Closing Date/Time: 20/11/2018 11:00

Item Description:- Stringing of ACSR Rabbit conductor

30 500.00 Metre 5.00 2500.00 AT Par 2500.00 Rs.

30 Item Description:- Fixing / running of 8 SWG GI earth wire

31 8.00 Set 1519.00 12152.00 AT Par 12152.00 Rs.

Item Description:- Erection, testing and commissioning of DP structure 3.3 mtr width for mounting of transformer 31 and switch gear including painting of hardwares and fixing of cross arms with accessories as per specification (cost does not include excavation and CC foundation charges)

32 8.00 Set 3267.00 26136.00 AT Par 26136.00 Rs.

32 Item Description:- Erection testing and commissioning of Transformer 63 KVA

33 31.00 Set 182.00 5642.00 AT Par 5642.00 Rs.

33 Item Description:- Fixing, testing and commissioning of LED street light fitting along with supply and provision of 1 mtr long 25 mm dia B - class GI pipe bracket with fixing accessories

34 6.00 Set 2880.00 17280.00 AT Par 17280.00 Rs.

Item Description:- Erection, testing and commissioning of submersible pump set by jointing GI pipes with flat 34 cable connection and provision of GI collors for pipes, fixing of starter panel, clamp, valve and other accessories with allied works including transportation of Railway supply items (Railway will supply GI pipe at CN/Stores, Hubli)

35 119.00 Set 332.00 39508.00 AT Par 39508.00 Rs.

Item Description:- Erection, testing and commissioning of RCC 9 mtr. long single pole structure HT / LT pole / 35 strut pole and erection of cross arm HT pin / shackle insulator with all accessories (cost does not include excavation and CC foundation charges)

36 400.00 Metre 37.00 14800.00 AT Par 14800.00 Rs.

36 Item Description:- Laying and commissioning of 11KV HTUG Cable 3cx95 sqmm size

37 16.00 Numbers 856.00 13696.00 AT Par 13696.00 Rs.

37 Item Description:- Fixing and commissioning of outdoor HT termination kit for 3cx95 sqmm HTUG Cable

38 300.00 Metre 12.00 3600.00 AT Par 3600.00 Rs.

38 Item Description:- Fixing / running of 25x3mm GI strip

39 25.00 Numbers 47.00 1175.00 AT Par 1175.00 Rs.

39 Item Description:- Fixing of disc insulators with hardwares (additional qty)

40 250.00 Metre 36.00 9000.00 AT Par 9000.00 Rs.

40 Item Description:- Fixing of 75mm dia PVC pipe with accessories

41 2000.00 Metre 16.00 32000.00 AT Par 32000.00 Rs.

41 Item Description:- Laying, testing and commissioning of 4cx95 sqmm LTUG cable

3. ITEM BREAKUP

No item break up added

4. ELIGIBILITY CONDITIONS

Standard Financial Criteria

S.No. Description Confirmation Remarks Documents Required Allowed Uploading

Page 6 of 16 Run Date/Time: 17/10/2018 17:08:00 SWR-CONST-HQ-ELECTRICAL/SOUTH WESTERN RLY TENDER DOCUMENT Tender No: ECN-48-2018 Closing Date/Time: 20/11/2018 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 : Total contract amount received by the tenderer during the last 3 financial years and in the current financial year should be a minimum of 150% of the Advertised tender value. The Certificate from the employer/Client or Audited Balance Sheet duly certified by the Chartered Accountant during qualifying period is to be submitted. For the duration of the qualifying period for which the Balance Sheet is not audited i.e. for previous / current financial year, a certificate issued by Chartered Accountant indicating explicitly contract receipts details of various organisations (Name of the Organisation, agreement-wise receipts, etc.) is to 1 be enclosed along with the Tender Documents. NOTE : (i)Tenderer may note that CA No No Allowed Certificate alone without copies of audited Balance Sheet/Income Tax Returns will not be (Mandatory) considered for evaluation. (ii) For evaluating tenderer's eligibility with regard to his financial capability, the Railways will examine the overall financial soundness of the tenderer based upon the volume of work handled, turnover, Balance Sheet, IT returns, etc. Hence, tenderer shall submit relevant details of previous work done, turnover, Balance Sheet, etc., to evaluate the financial soundness of the tenderer. (iii) For Works costing less than Rs.50.00 lakhs, tenderer should be financially sound and capable of carrying out such works. The tenderer should submit supporting documents for financial capacity, capability, past performance, works done and works on hand details along with the tender. No post tender correspondence shall be entertained to submit fresh details.

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 1 documents submitted for compliance of eligibility/qualifying criteria. Non submission of No No Allowed 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

S.No. Description Confirmation Remarks Documents Required Allowed Uploading

The Tenderer shall be eligible only if he fulfils the following Standard Technical Eligibility Criteria :- FOR WORKS COSTING ABOVE RS.50.00 LAKH: The tenderer should have physically completed within the qualifying period i.e., the last three financial years and current financial year, at least one similar nature of work for a minimum value of 35% of the Advertised tender value. The Experience Certificate, is to be attached to the e-offer as per Proforma enclosed. Similar nature of work for the purpose of Standard Technical Eligibility Criteria is given at Sl. No. 2 below. NOTE : (i)The Certificate to satisfy similar work should be signed by an officer not lower than JAG officer in Railways and Executive Engineer rank or equivalent grade in other department of Govt. of India/State Government/ PSUs of Government of India / State Undertaking. Tenderer shall attach Certificate copies along with the e-offer. (ii)For evaluating tenderer's eligibility with regard to work experience, the tenderer shall furnish relevant certificates and details of the physically completed work. The total value of similar nature of work completed during the qualifying period, in terms of the final bill amount, and not the payments received within the qualifying period alone, will be considered. In case, the final bill of similar nature of 1 work has not been passed and final measurements have not been recorded, the paid No No Allowed amount including statutory deduction is to be considered. If final measurements have (Mandatory) been recorded and work has been completed with negative variation, then also the paid amount including statutory deduction is to be considered. However, if final measurements have been recorded and work has been completed, with positive variation but variation has not been sanctioned, original agreement value or last sanctioned agreement value whichever is lower shall be considered for judging eligibility. (iii)Work Experience Certificate issued by Central / State / Semi Government Organizations / Authorities, PSUs of Govt. of India / State Government shall only be considered. Certificates issued by private individuals / private firms will not be considered. (iv)Certificates issued to tenderer as sub-contractor for sub-letted Works by any Organization (Govt./ Pvt. Organisations) will not be considered. (v)The decision of the Railway regarding the correctness/suitability of the Certificates is final and the tenderer shall not have any claim whatsoever in this regard. (vi)Attention is invited to Clause 25.15 and 26.17 of "Regulations and Instructions to tenderers - (for the guidance of Engineers and Contractors for Engineering Works under Works Contracts) "regarding the evaluation of eligibility of Partnership Firm and JV Firm respectively.

Page 7 of 16 Run Date/Time: 17/10/2018 17:08:00 SWR-CONST-HQ-ELECTRICAL/SOUTH WESTERN RLY TENDER DOCUMENT

Tender No: ECN-48-2018 Closing Date/Time: 20/11/2018 11:00

The Tenderer shall be eligible only if he fulfils the following Standard Technical Eligibility Criteria :- The tenderer should furnish with his tender offer the particulars of the Electrical license held by him. The work shall be carried out by a Tenderer/Contractor holding a valid Class - 1 Electrical license issued by any state Government for carrying out the Allowed 1.1 installation work of the voltage classes involved, under the direct supervision of the No No (Mandatory) persons holding valid certificates of competency for the same voltage classes issued or recognised by the State Government. The successful tenderer shall furnish the names and particulars of certificates of competency of the supervisors and workmen to be engaged for carrying out this work.

SIMILAR NATURE OF WORK : "Works of wiring / cabling or installation and 1.1.1 commissioning of electrical items (other than on coaches) such as lights, fans, pumps No No Allowed charging arrangements, earthing etc., (with or without supply of items / equipments) for (Mandatory) 230 Volts, 1 phase or 415V, 3 phase system or higher voltages.

5. COMPLIANCE

Check Lst

S.No. Description Confirmation Remarks Documents Required Allowed Uploading

1 Uploading of Scanned copy/copies of proof(s) of Technically Eligibility Criteria No No Not Allowed as mentioned in Standard Technical Criteria (as per Proforma - 1).

2 Uploading of Scanned copy/copies of proof(s) of Financial Eligibility Criteria as No No Not Allowed mentioned in Standard Financial Criteria.

3 Uploading of Scanned copy of Statement of Completed Works in the Last No No Not Allowed three financial years (as per Proforma- 2). 4 Uploading of Scanned copy of Statement of Works on Hand (as per Proforma - No No Not Allowed 3). 5 Uploading of Scanned copy of List of Machinery, Tools & Plants and Staff to be No No Not Allowed Deployed on this work (as per Proforma - 4). 6 Uploading of Scanned copy of Statement of Bank details, PAN & GST (as per No No Not Allowed Proforma - 6). 7 Uploading of Scanned copy of the declaration regarding employment of No No Not Allowed Retired Engineer / Retired Railway Officer (as per Proforma - 7) 8 Uploading a scanned copy of the Memorandum of Understanding in the case No No Not Allowed of a JV firm (as per Proforma - 8). Uploading of Scanned copy of Affidavit on non-judicial stamp paper of Rs.100/- 9 as mentioned in General Instructions (as per Proforma - 9), in case of Two No No Not Allowed Packet System of Tender.

10 Uploading of request for grant of Mobilisation Advance (if applicable) in No No Not Allowed Proforma-10 Uploading of Required documents in case of Individual OR Proprietary Firm / Concern OR Partnership Firm OR Limited Company OR Joint Venture Firm 11 /HUF/Society, etc., as mentioned in Commercial Compliance (whichever is No No Not Allowed applicable).

12 Uploading of Test report of ballast (if applicable) No No Not Allowed

13 Uploading of Method Statement ( if applicable) No No Not Allowed

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 definition and calculation of local content shall be in accordance with the Make No Yes (Optional) in India policy as incorporated in the tender conditions.

In case of Proprietary Firm / Proprietary Concern, the tenderers shall scan and submit with his offer an Affidavit on stamp paper of appropriate value declaring that his/her concern is a Sole Proprietary Concern and he/she is the Sole Allowed 2 Proprietor of the Concern or a certificate issued by Chartered Accountant / Yes Yes (Optional) Registrar of Firms stating that his / her Concern / Firm is Sole Proprietary Concern / Firm or any other document to establish that his / her Concern / Firm is Sole Proprietary Firm / Concern.

Page 8 of 16 Run Date/Time: 17/10/2018 17:08:00 SWR-CONST-HQ-ELECTRICAL/SOUTH WESTERN RLY TENDER DOCUMENT Tender No: ECN-48-2018 Closing Date/Time: 20/11/2018 11:00

In case of Partnership Firm, the tenderer(s) shall scan and submit with their offer, the following documents: (a) Copy of current Partnership Deed (b) Copy of Registration Certificate for the current partnership deed in the pre- scribed form issued by the Registrar of Firms for the changes in the constitution of the partnership deed if any. (c) Original Special Power of Attorney (duly registered / notarised as per prevailing law) by all partners of the Partnership Firm in favour of any Partner for signing/digitally signing the tender document, signing the Agreement/Rider Agreements(s), witness measurement Books, signing the measurement Book, correspondence, Receiving Payments, settlements, Compromise, signing o f N o Objections Certificate a n d referring the disputes/claims to Arbitration etc., on behalf of the Partnership Firm, if the said Partner is not authorized as per the partnership deed terms and conditions. (d) Partnership D e e d should clearly indicate the share of interest o f each Allowed 3 individual partner in the partnership Firm. ( e) In case the partnership firm Yes Yes (Optional) claims the credentials of one of its partners for fulfilment of technical eligibility criteria, partnership deed should clearly indicate the share of interest of each individual partner in the partnership firm. ( f) I n case of a Partnership Firm which submitted tender claiming the credentials /experience of a partner as a partner of another Partnership Firm(s)/Joint Venture (s),either of the following document shall be submitted along with the tender without fail :- i) The copies of those Partnership/Joint Venture(s) Deeds covering the period from the date of commencement to the date of completion of the work for which credential / experience certificate is submitted, as the case may be, mentioning the share of the partner/firm should be submitted along with tender. OR ii) The copies of the experience certificate issued to the partner/partnership firm mentioning share of interest in that partner/firm.

In case, the Tenderer is a Limited Company, the tenderer(s) shall scan and submit with their offer, the following documents : a)Copy of Memorandum of Association and Articles of Association of the Company. b) Copy of incorporation certificate of the Company c ) Copy of certificate issued by Registrar of Companies in regard of change of name, if any. d) Copy of Power of Attorney / Special Power of Attorney (duly registered as per prevailing law) in favour of Authorised Person of the Company for signing/digitally signing the tender document on behalf of the company in Original and Board of Directors resolution of the Company duly certified by Company Secretary/Auditor/Competent Authority in regard to authorization given to Director/Managing Director etc., to issue Power o f Attorney on behalf of the Company. e) Copy of complete documents establishing the Merger/De-Merger Allowed 4 / conversion / Taking over / acquisition / Sale etc., with a Limited company / Yes Yes (Optional) Partnership Firm / Proprietor etc., together with the documents establishing the transfer of assets / liabilities /credentials to the transferee company from the transferor company if applicable. f) I n case, the limited Company which submitted tender, claims the credentials /experience as a partner/Member of another Joint Venture (s)/Limited Company, either of the following documents shall be submitted along with the tender without fail;- i) The copies of those Partnership/Joint Venture (s) Deeds covering the period from the date of commencement to the date of completion of the work for which credential / experience certificate is submitted, as the case may be, mentioning the share of the limited company should be submitted along with tender. O R i i ) The copies of the experience certificates issued to the limited company mentioning the share of interest in that partnership/Joint venture(s) Deeds.

Page 9 of 16 Run Date/Time: 17/10/2018 17:08:00 SWR-CONST-HQ-ELECTRICAL/SOUTH WESTERN RLY TENDER DOCUMENT

Tender No: ECN-48-2018 Closing Date/Time: 20/11/2018 11:00

In case, the Tenderer is a JV Firm, the tenderer(s) shall scan and submit with their offer the following documents: a ) C o p y o f the Memorandum of Understanding of Joint Venture Firm (Joint Venture Agreement) as per the format in Proforma-8 on a non-judicial stamp paper o f appropriate value as per the stamp duty Act. (b) I n case of Partnership Firm as a Partner of JV, then the consent of all partners of the Partnership Firm to enter into the Joint Venture Agreement o n a stamp paper of an appropriate value in original. In case of limited companies, copy o f Board of Directors resolution certified by Company Secretary/Auditor/Competent Authority consenting agreeing for entering i n t o J o i n t Venture Agreement. ( c ) Power of Attorney (duly registered/notarised as per prevailing law) in favour of one of the Partner of partnership Firm (partner of JV) or Authorized Signatory i n case of Limited company (partner of JV) to sign/digitally sign the tender document, signing the Agreement/Rider Agreements (s), witnessing measurement Books, signing the measurement Book, correspondence, Receiving Payments, settlements, 5 Compromise, signing o f N o Objections Certificate a n d referring the Yes Yes Allowed disputes/claims to Arbitration etc., on behalf of the Joint Venture, if the same is (Optional) not covered by the JV agreement terms and conditions. ( d ) I n ca se of members belonging to sole proprietary concern / firm / partnership Firms /Limited Companies, additional documents, as applicable for these entities and as indicated in the tender document, should also be furnished. (e) In case, a the JV firm of a JV which submitted tender, claims the credentials /experience o f a n y member of the JV as a partner/Member o f another Partnership Firm(s)/Joint Venture (s)/Limited Company, either of the following document shall be submitted along with the tender without fail:- i ) Copies of those Partnership(s) /Joint Venture(s) Deeds covering the period from the date of commencement to the date of completion of the work for which credential / experience certificate is submitted, as the case may be, mentioning the share of the said member in the Joint Venture/partnership should be submitted along with tender. OR ii) The copies of the experience certificate issued for the said member of the Joint Venture firm mentioning the share o f interest i n that Partnership/Joint Venture(s) Deeds.

In case the tenderer is a HUF/Society or any other type of organisation/Firm, 6 the tenderer shall scan and submit with their offer documents in support of Yes Yes Allowed registration, formation, working instructions of the organisation and POA in (Optional) favour of authorized signatory etc.

For Two Packet Tender, an Affidavit (as per Proforma - 9) on Non judicial Allowed 7 stamp paper of Rs.100/- or appropriate value as per Stamp Duty Act, executed Yes Yes (Optional) in presence of Public Notary shall be submitted along with e-offer.

8 Any other document required for evaluation of his/ their bid as deemed fit by Yes Yes Allowed the tenderer. (Optional)

Allowed 9 Scanned copy of Statement of Bank details, PAN & GST (as per Proforma - 6). Yes Yes (Optional)

Allowed 10 Request for Mobilisation Advance if applicable (as per Proforma-10) Yes Yes (Optional)

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.

Page 10 of 16 Run Date/Time: 17/10/2018 17:08:00 SWR-CONST-HQ-ELECTRICAL/SOUTH WESTERN RLY TENDER DOCUMENT Tender No: ECN-48-2018 Closing Date/Time: 20/11/2018 11:00

(a) The Tender Document on IREPS (Works Module) is having Nine (9) Parts viz., 1. NIT Header 2. Schedule 3. Items break-up 4. Eligibility Conditions 5. Compliance (Check List, Commercial, Technical) 6. General Instructions 7. Special Conditions 8. Undertakings 9. Documents attached with Tender (b) Documents attached with this tender are listed under Part 9 of Tender Document shall form part of the complete Tender Document/Contract Document for the tendered work. Tenderers are advised to read carefully all conditions contained in the aforesaid documents before preparing their bid. (c) To submit bid on line, the Tenderer shall navigate different tabs such as 2 Eligibility Conditions, Compliance Conditions, General Instructions, Special No No Not Allowed 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 is required to confirm whether he complies or not with the requirements of the 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.

3 EMD & TDC is to be paid Online only. EMD and Tender document cost in any No No Not Allowed other form shall not be accepted. 4 Tender Document cost once paid is non-refundable. No No Not Allowed

5 EMD of those tenderers will be forfeited who resile from their offers within the No No Not Allowed validity period of the tender. 6 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 7 lies with the tenderer. Tenderers may ensure that all scanned and uploaded 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 8 stated and if are in violation of the Railway's Tender conditions, may lead to No No Not Allowed summary 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. 9 However, Railway reserves the right to verify / seek for any clarification on the No No Not Allowed documents/credentials already submitted by the tenderer along with the offer.

Railway reserves the right to verify/seek clarification from 10 authority/professional who has issued Certificate towards Technical/Financial No No Not Allowed eligibility of the tenderer

11 Railway reserves the right to cancel the tender without assigning any reason No No Not Allowed thereof. 12 Railways reserve the right to reject any or all offers without assigning any 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 13 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 minimum period of one year.

In case of Two packet tenders, an Affidavit as per Proforma-9 attached (executed in the presence of public notary on non-judicial stamp paper of value of Rs.100/- or appropriate value as per Stamp Duty Act) shall be 14 scanned and submitted / attached with the offer. Failure to submit/attach the No No Not Allowed affidavit with the offer shall render offer incomplete and such offer will be rejected summarily.

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 with the Railway. Railway shall evaluate the offer only from the No No Not Allowed certificates/documents which are submitted / attached with the offer.

Page 11 of 16 Run Date/Time: 17/10/2018 17:08:00 SWR-CONST-HQ-ELECTRICAL/SOUTH WESTERN RLY TENDER DOCUMENT

Tender No: ECN-48-2018 Closing Date/Time: 20/11/2018 11:00

The Tenderer(s) shall keep the offer open for a minimum period of 90 days in 16 the case of Single Packet system of tendering and 120 days in the case of No No Not Allowed Two 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 tenderer shall be debarred from participation in the tender for this work, if the 17 tender gets discharged due to tenderer resiling from the offer. The EMD shall No No Not Allowed be forfeited without prejudice to right of Railways to take any legal action as deemed fit against such tenderer.

The General Conditions of Contract governing the performance of the works covered by this tender are the Indian Railway Standard General Conditions of Contract [IRSGCC] -July 2014 as amended from time to time up to date. A soft copy of the Indian Railway Standard General conditions of Contract is given as attached documents to the tender for reference. Hard copy of IRSGCC (with up-to-date correction slip) may be perused in the office of the Chief 18 Administrative Officer/ Construction/ South Western Railway / Bengaluru No No Not Allowed Cantonment, No.18, Millers Road, Bangalore - 560 046. The tenderer(s) is/are deemed to have fully read, understood and agreed all the provisions of the IRS General conditions of Contract including all corrections and Amendments issued up to date while submission of offer and any claim that the tenderer (s) is/are not aware of same shall not be entertained.

Any queries can be mailed to [email protected] sufficiently well in advance of the date of closing of the tender and not later than ten days before 19 the date of closing of the tender. The queries may be replied depending upon No No Not Allowed the reasonableness of the query and availability of time

The decision of the Railway regarding the corrections/suitability of the 20 certificates is final and binding on the tenderer. The tenderer shall not have No No Not Allowed any claim whatsoever in this regard.

21 Unreleased EMD, if any, held with the Railway Administration shall not be No No Not Allowed adjusted towards the EMD to be remitted online for the present tender. The tenderers are advised to visit the site of work in their own interest and 22 acquaint themselves with the site conditions and expected quantum of work. 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.

Refund of EMD - (a) In Single Packet System, the EMD of the unsuccessful tenderers will be returned on finalisation / award of tender. (b) In case of Two Packet System, the EMD of the tenderers who do not get shortlisted on 23 evaluation of technical bid will be returned by Railways. The price bids of No No Not Allowed shortlisted tenderers will be further evaluated for consideration and award of work and thereafter EMD of unsuccessful tenderers will be returned.

In case the tenderer is a JV Firm, the bid can be submitted online either by the JV Firm itself, if the JV Firm already exists (duly registered already before the Registrar of the Companies under Companies Act or before the Registrar/Sub- 24 Registrar under the Registration Act, 1908) by using Digital Signature of JV No No Not Allowed Firm or alternatively, the bid can also be submitted by one of the members authorised by the JV Firm to deal with the tender using the Digital Signature of such authorised member. In such cases, the JV Firm shall mention this in the MOU.

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 25 will be done only during Advertisement period. No corrigendum will be issued 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.

Mobilisation Advance is applicable for advertised Tender value of more than Rs.25.00 Crore. Tenderers may read the terms and conditions for grant of such Mobilisation Advance given in the Tender Document. The rate of interest 26 will be as notified by Railway Board in advance of each financial year and will No No Not Allowed be applicable for tenders opened in that financial year. Tenderers may submit their request for grant of Mobilisation Advance in Proforma 10 attached with Tender Document.

Page 12 of 16 Run Date/Time: 17/10/2018 17:08:00 SWR-CONST-HQ-ELECTRICAL/SOUTH WESTERN RLY TENDER DOCUMENT Tender No: ECN-48-2018 Closing Date/Time: 20/11/2018 11:00

An individual / Proprietor / Partnership Firm / Limited Company /JV Firm/HUF/Society can submit only one offer either in his/their individual capacity or as a Proprietor or as a partner of Partnership firm / JV Firm / HUF / Society or as a Director of any Limited Company etc. In case of more than one 27 offer received and any person is also a Proprietor/Partner of Partnership No No Not Allowed Firm/JV or Director of a Limited Company/Subsidiary Company which also participated in the same tender, then all such offers shall be considered as "Invalid".

The tenderer shall quote his rate as a percentage above or below or at par with the Schedule of Rates except where he is required to quote item rates and must tender for all the items in the Schedule of Quantities as appearing in 28 the Financial Offer Page. The tenderer can also offer rebate (in percentage) No No Not Allowed on the Gross Bid value in the rebate field provided on the Financial Offer Page. The Net Bid value shall be calculated by applying rebate on the Gross Bid value. The offers shall be ranked on the basis of the Net Bid value.

Instructions regarding applicability of Price Variation Clause (PVC) is contained 29 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 30 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 31 attached with the tender. Tenderers are advised to read carefully before No No Not Allowed preparing their bid.

Special Conditions

S.No. Description Confirmation Remarks Documents Required Allowed Uploading

(a)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 2014 with latest correction slips including correction slips issued from time to time 1 and Special Conditions of Contract (SCC) attached with Tender Document. No No Not Allowed (b)Royalty charges will be regulated as per Special Conditions of Contract attached with Tender Document.

2 Unless otherwise explicitly specified, this tender is not a composite tender. No No Not Allowed

3 Unless otherwise explicitly specified, incentive bonus payment clause is not No No Not Allowed applicable. A An offer shall become invalid:- (i)if the Tender Document Cost and EMD is not paid Online (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 / Partnership Firm / Limited Company /JV Firm/HUF/Society 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 or as a Director of any Limited Company, etc. B.An offer shall get summarily rejected if the following documents are not submitted /attached with offer as per the list mentioned in 4 the tender documents :- (i)Documents as applicable in case of Proprietary No No Not Allowed concern/ Partnership firm / JV Firm / Limited Company/HUF/Society, etc. (ii)Proforma-9 Affidavit in case of Two packet system (iii)Ballast test certificate, if applicable (iv)any other document required for evaluation of the bid C.An offer shall get summarily rejected if the tenderer adds any condition on his/their own (anywhere in the e-offer), which is in violation of the Railway's Tender Conditions. D.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 Criteria and the Standard Technical Eligibility Criteria) prescribed in the Tender Documents.

5 The maintenance period for the work is twelve months. No No Not Allowed

6 The PVC clause is not applicable for this tender. No No Not Allowed

7 Technical conditions relevant to the work are attached. Tenderer(s) shall go No No Not Allowed through the same.

Technical-Compliances

Page 13 of 16 Run Date/Time: 17/10/2018 17:08:00 SWR-CONST-HQ-ELECTRICAL/SOUTH WESTERN RLY TENDER DOCUMENT

Tender No: ECN-48-2018 Closing Date/Time: 20/11/2018 11:00

S.No. Description Confirmation Remarks Documents Required Allowed Uploading

1 Declaration regarding Employment of Retired Engineer/Retired Railway Officer Yes Yes Allowed (Proforma - 7) (Optional)

2 Statement of Completed Works in the Last Three Financial Years (Proforma - Yes Yes Allowed 2). (Optional)

3 List of Machinery, Tools, Plants & Staff to be Deployed on this work (Proforma Yes Yes Allowed - 4) (Optional)

Allowed 4 Statement of Works on Hand (Proforma - 3) Yes Yes (Optional)

Certificate towards Test report of ballast (If Applicable) Submission of Ballast test report in a tender shall be required in following cases whichever Is applicable: - (i)Wherever supply of ballast is also included among all other 5 items required for execution of tendered work and if such quantity of ballast is Yes Yes Not Allowed more than 2000cum OR (ii)Wherever the par value of the ballast item in the schedule exceeds 10 % of the advertised tender value. O R (iii) Wherever tenders are called exclusively for supply of ballast.

Allowed 6 Method statement, if applicable. Yes Yes (Optional)

The work shall be carried out a tenderer/Contractor holding a valid Class -I electrical license issued by any state Government for carrying out the installation work of the voltage classes involved, under the direct supervision of the person holding valid certificates of competency for the same voltage Allowed 7 classes issued or recognised by the State Government. The tenderer should Yes Yes (Optional) furnish with his tenderer offer the particulars of the license held by him. The successful tenderer shall furnish the names and particulars of certificates of competency of the supervisors and workmen to be engaged for carrying out this work.

8 Copy/copies of the Certificate(s) to prove the Technical Eligibility as given in Yes Yes Not Allowed Technical Eligibility Criteria. The following guidelines shall be followed. The certificate to satisfy similar work should be signed by an officer not lower than JAG officer in Railways and Executive Engineer rank equivalent grade in Allowed 8.1 other department of Govt. of India/State Government/ PSUs / Government of No Yes (Mandatory) India / State undertaking. Tenderer shall upload certificate copies along with the tender.

For evaluating tenderer's eligibility with regard to work experience, he shall furnish relevant certificates and details of the physically completed work. The total value of similar nature of works completed during the qualifying period, in terms of the final bill amount, and not the payments received within qualifying period alone, will be considered. In case, the final bill of similar nature of work has not been passed and final measurements have not been recorded, the 9 paid amount including statutory deduction is to be considered. If final No No Not Allowed measurements have been recorded and work has been completed with negative variation, then also the paid amount including statutory deduction is to be considered. However, if final measurement have been recorded and work has been completed, with positive variation but variation has not been sanctioned, original agreement value or last sanctioned agreement value whichever is lower should be considered for judging eligibility

Even if the tenderer(s) is / are working contractor(s) of any 10 division/construction organization also and if he/they do not attach the required Yes Yes Not Allowed certificates his/their offer will not be considered.

Work experience certificate issued by Central Govt/State Govt / Semi Govt. Organisation / Authorities, PSU's Govt. of India/State Govt. shall only be Allowed 11 considered. Certificates issued from Private Individual / Private firms will not be Yes Yes (Mandatory) considered.

12 Certificate issued to tenderer as sub-contractor for sublet works by any Yes Yes Not Allowed organization(Govt. / Pvt.Orgnization) will not be considered.

Undertakings

S.No. Description Confirmation Remarks Documents Required Allowed Uploading

Page 14 of 16 Run Date/Time: 17/10/2018 17:08:00 SWR-CONST-HQ-ELECTRICAL/SOUTH WESTERN RLY TENDER DOCUMENT

Tender No: ECN-48-2018 Closing Date/Time: 20/11/2018 11:00

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 including correction slips issued from time to time, Special Conditions of Contract and Special Specifications, Regulations to Tenderers (for the guidance of Engineers and Contractors for Engineering Works under Works Contracts), Additional Special Conditions, Technical Specifications and Technical Conditions, The Specifications for Materials and Works 2010 of the South Western Railway and 1 the USSOR/ Schedule of Rates of the South Western Railway with all No No Not Allowed correction slips upto 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 90 days in case of SINGLE PACKET SYSTEM and 120 days in case of TWO (2) PACKET SYSTEM from the date fixed for closing of the bid and will not resile 2 from offer or modify the terms and conditions thereof in a manner not No No Not Allowed acceptable to Railways and in any default thereof, I/we will be liable for forfeiture of my/our 'Earnest Money'.

The requisite amount towards EMD is paid online. I/We are aware that the full value of the Earnest Money Deposit (EMD) shall stand forfeited without 3 prejudice to any other rights or remedies in case my/ our e-offer is accepted No No Not Allowed and if: -

3.1 A)I/We do not execute the contract documents within seven days after receipt No No Not Allowed of notice issued by the railway that such documents are ready. 3.2 B)I/We do not commence the work within fifteen days after receipt of orders to No No Not Allowed that effect. 3.3 C ) I/We do not submit a Performance Guarantee in any of the forms as No No Not Allowed prescribed. 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 4 on behalf of the firm. I am fully aware that the offer will get summarily rejected 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.

5 I/We hereby certify that all the statements and documents scanned and 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 6 that my/our offer will be subjected to verification of all the information No No Not Allowed submitted with this offer.

I/We (including our constituents) have not been blacklisted or debarred by Railways or any other Ministry/Department/Public Sector Undertaking of the 7 Government of India/State Government from participation in tenders/contract No No Not Allowed on the date of opening of bids either in our individual capacity OR as partner/member of Partnership Firm/ JV Firm in which we were/are partners/members.

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 / Limited Company /JV Firm/HUF/Society can upload only one offer either in my / our individual capacity or as a Proprietor or as a partner of partnership firm / JV 9 Firm / HUF / Society or as a Director of any Limited Company etc. and in case No No Not Allowed more than one offer is received by Railways then such offers (including my/our offer) shall be considered as "Invalid".

Page 15 of 16 Run Date/Time: 17/10/2018 17:08:00 SWR-CONST-HQ-ELECTRICAL/SOUTH WESTERN RLY TENDER DOCUMENT

Tender No: ECN-48-2018 Closing Date/Time: 20/11/2018 11:00

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 be mutually agreed to between us and indicated in the letter of acceptance of No No Not Allowed 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 11 such things which in the opinion of the Engineer may be necessary for, or 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.

6. Documents attached with tender

S.No. Document Name Document Description

1 IR_Standard_GCC_July_2014.pdf GCC 2014

2 ACS01GCC_2014-EMD.pdf ACS 01

3 GCCACS2PVCFormulaApplicabilityinContractValue.pdf ACS 02

4 GCCACS3EngagementofRetiredOfficer.pdf ACS 03

Modificationtoclause-64ofGCC- 5 Modification clause 2014regardingArbitration.pdf

6 REG-SCC12-02-2018_1.pdf REG SCC

7 Proforma_1.pdf Proforma

8 Specialconditionofcontract_1.pdf Special conditons of contract

9 Technicalspecification_1.pdf Technical specification

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: KISHORE DIGAMBAR DEOPARE

Designation : Dy.CEECNBNC

Page 16 of 16 Run Date/Time: 17/10/2018 17:08:00