IRCON invites tender for design, supply & installation of electronic interlocking based signalling & telecommunication system at various locations of CERL project

IRCON International Limited has invited an online e-Tender for Design, supply, installation, testing & commissioning of electronic interlocking based signalling system & telecommunication system at new crossing station, Gare Pelma Station & modification of Gharghoda station as junction i.e., for SPUR line section of CERL project, Chhattisgarh.

  • Tender Reference Number: IRCON/2059C/CGRP.EC.EXECU/S&T/SPUR/01
  • Name of Work: Design, supply, installation, testing & commissioning of electronic interlocking based signalling system & telecommunication system at new crossing station, Gare Pelma Station & modification of Gharghoda station as junction i.e., for SPUR line section of CERL project, Chhattisgarh.
  • Estimated Cost of Work: INR 14,70,65,091 Crore
  • EMD: INR 13,35,326 Lakh
  • Period Of Work: 10 Months
  • Document Download / Sale Start Date: 29th May, 2023
  • Document Download / Sale End Date: 19th June, 2023
  • Pre Bid Meeting Date: 08th June, 2023
  • Bid Submission Start Date: 12th June, 2023
  • Bid Submission End Date: 19th June, 2023
  • Bid Opening Date: 20th June, 2023

Scope of Work:

  • The project execution agreement (PEA) has been signed between CERL & IRCON for the construction of new BG double line electrified railway track from Kharsia to Dharamjaigarh (74 km.) with Spur line from Gharghoda to Gare-Pelma (28 km).
  • The execution work for the entire section i.e., from Kharsia to Dharamjaigarh with a spur line from Gharghoda to GarePelma for a total length of 102 Km is in progress under different packages. The construction work is at various stages of progress. Commissioning of Kharsia -Dharamjaigarh section has been done for goods traffic.
  • IRCON intends to engage an experienced and resourceful agency who can carry out Signalling & Telecommunication works as per SECR practice on Spur line between Gharghoda (Km 0.000) and Gare Pelma (30.668) section in connection with the construction of New BG Electrified Railway Line of East Corridor-I between Kharsia (Km-0) to Dharamjaigarh (Km-74.0) with a Spur from Gharghoda to Gare Pelma in the State of Chhattisgarh over South East Central Railway. 

The contractor’s scope of work shall include but not limited to: 

  • Design, Supply, Installation, Testing & Commissioning of Kyosan make Electronic Interlocking based Signalling System at New Crossing station, Gare Pelma & modification of existing Ansaldo make EI system at Gharghoda to suit the approved SIPs issued by IRCON & by considering the materials issued by IRCON.
  • Design, Supply, Installation, Testing & Commissioning of Telecommunication system at New Crossing station, Gare Pelma & modification of existing STM/MUX at Gharghoda to suit the junction arrangements.
  • Modification of existing Data logger, IPS, EI system, outdoor signals, track circuits, MSDAC etc., at Gharghoda station to be carried out in-order to suit the approved Junction SIP issued by IRCON.
  • Trenching, laying, splicing/ jointing, backfilling, terminating, testing and commissioning of 24 fibre underground armoured OFC with 6 Quad/PIJF cable, over the entire section Gharghoda – Gare Pelma.
  • Supply, Installation, testing & Commissioning of Data logger System in Station Signal equipment Room of New Crossing Station, Garepelma Station.
  • Earth Leakage Detector at two stations – New Crossing Station, Garepelma Station
  • Supply, Installation, Testing & Commissioning of Multi Section Digital Axle Counter (MSDAC) of M/s Frauscher made for Track Vacancy Detection in Station Section and Block section at New Crossing, Garepelma Station.
  • Supply, Installation, Testing & Commissioning of UFSBI with Block Panel. 
  • Supply, Installation, Testing & Commissioning of M/s Statcon make Integrated Power Supply system, & DG sets.
  • Supply, Installation, Testing & Commissioning of outdoor Signalling Gears like LED based Signals, Electric point machines, etc.
  • Supply, Installation and wiring of location boxes.
  • Supply, Installation, Testing & Commissioning of Maintenance Free Earthing & Normal Earthing for Signalling System.
  • Supply & laying of DWC Pipe with specification no. IS 14930, Part II or latest, antioxidant & non flame propagating type.
  • Supply & laying of RCC Pipe.
  • Excavation of Trench and laying & backfilling, Testing and Termination of underground Signalling/Quad Cables/ OFC including termination, testing & all protective works.
  • Scraping, cleaning, painting and lettering of all indoor and outdoor gears.
  • Design & preparation of Selection table, Application Logic Equivalent Circuits, Interface Circuits cable route plan, cable core plan, cable termination plan, wiring Diagram etc.
  • Supply, installation, testing & commissioning of Emergency Communication System.
  • Supply of all manuals, as planned & completion drawing etc. 
  • Maintenance. 
  • Defect liability and warranty. 
  • Temporary work, if required, for Installation, Testing and Commissioning of the Signalling & Telecommunication system.
  • All transportation, handling, stacking materials, watching protection of the listed material from the manufacturer’s works to the sites of use. 
  • All the above works shall be executed as described in Schedule of Quantities and technical specification.
  • A part of work might have to be executed at any other station of CERL project if required.
  • Any other work required for completion of the work under this contract as per direction of Engineer-in-charge.

Eligibility:

  • The bidder should possess the experience of having successfully completed or substantially completed similar works during the last 7-years (ending last day of the month previous to the one in which tenders are invited) which should be anyone of the following:
    • Three similar works each costing not less than the amount equal to 30% of the estimated cost.
    • Two similar works each costing not less than the amount equal to 40% of the estimated cost.
    • One similar work costing not less than the amount equal to 60% of the estimated cost.

Similar Nature of works:

  • Works are considered similar if executed work involves “Supply, installation, Testing & Commissioning of completed Indoor & Outdoor (SSI/EI) S&T Work”.
  • The average annual financial turnover during the last 3-years should be at least 30% of the estimated cost. 

Notes:

  • The financial turnover shall mean Revenue from Operations of standalone Financial Statements of the Bidder.
  • Revenue from Operations shall be judged from Audited Balance Sheet, Profit & Loss A/c, relevant Notes to A/cs and Statutory Auditor Report/ relevant abstracts of Annual Reports covering above documents and the same shall be certified by statutory auditor with UDIN where the accounts are audited. In other cases, the same may be certified by a Chartered Accountant with UDIN.
  • In case the financials of immediate prior Financial Year have not yet been audited till the time of submission of the tender, the bidder can submit an Affidavit to this effect stating that “the financial results of the immediate prior Financial Year has actually not been audited so far”.
  • In such cases, the financials of preceding three audited financial years will be taken into  consideration for evaluating the Annual Financial Turnover of the bidder. In the absence of such an Affidavit, the benefit of considering three preceding years would not be given and the bid would be evaluated considering turnover for two preceding years only. 
  • Net worth of the bidder should be at least 10% of the estimated cost of the work. This will be judged from the audited Balance Sheet of the last financial year ending on a date not prior to 18 months from the date of invitation of the tender, but not earlier than an immediate financial year.
  • The bidder whose annual financial turnover does not exceed ` 50 Lakhs should submit a copy of applicable ITR under Income tax rules which is generated from Income tax portal and duly self- attested to judge their net worth and turnover.
  • The bidder should submit completion certificates in reference to S.No.1 (minimum 3 nos., 2 nos. or 1 no. as the case may be) above issued by Government Organizations/ Semi Government Organizations/ Public Sector Undertakings/ Autonomous bodies/ Municipal bodies/ Public Limited Company / Concessionaire Company/ Private Company/ JV Company for having successfully completed similar works in the last 7 years.
  • Certificates issued by such Public Limited Company / Concessionaire Company /Private Company/ JV Company must be supported by Tax Deducted at Source (TDS) Certificates (Form 16A/ 26AS) in evidence of the value of work executed. In case of supply contracts, Copies of GSTR-1/GSTR 3B to be submitted by the bidder as a proof of payment received  for supply.
  • Before implementation of GST where no TDS is deducted, relevant copies of purchase order and invoices along with bill wise details of payment received duly certified by Chartered Accountant should be submitted by the bidder in support of value of work executed.
  • It shall be mandatorily incumbent upon the tenderer to identify, state and submit the supporting documents duly self-attested by which they/he is qualifying the Qualifying Criteria mentioned in the Tender Document.

The complete documents can be downloaded from https://etenders.gov.in/eprocure/app 


Source: IRCON- Tender | Image Credit (representational): SCR