You are on page 1of 3

----=-------------------------------..,--.,.

--------

3rd
<or

m:<r
CENTRAL

CENTRAL RAILWAY
Office of Chief Signal & Telecom Engineer
Floor, Annex Building, CST, Mumbai - 400 001

RAILWAY

Oate: 03.11.2015

No. N 705/Telecom Policy- Eligibility Criteria for Pass.Amn.wks.

Sr.DSTEs (Co) I BB, NGP and Pune,


Sr.DSTEs I BB(N), BSL, and SUR.
CSTE (C-I) and CSTE (C-II) CRly, CPM (Conv)/WB, CWM/BY

Sub:

Eligibility criteria and definition of similar work works tender for supply, installation, testing and
commissioning of passenger amenities items under the jurisdiction of S&T deptt.

As per the extant instructions issued from Rly Bd followed by this office from time to time, to ensure
proper quality of installations, all passenger amenity items under the jurisdiction of S&T department shall be
conforming to ROSO specifications and procured only from ROSO approvedsources.

Therefore, for works

tender involving supply, installation, testing & commissioning of any passenger amenity items like platform
Clock, PA system, train indicator boards, Coach guidance systems, PC based announcement system etc.
only those firms, which in their individual capacity satisfy the following minimum eligibility criteria, shall be
eligible :1)

For all works irrespective of cost the bidder shall be;


a)

Either the original equipment manufacturer (OEM) for concerned the equipments/systems being
tendered for, is borne on the Pt-I or Pt-II list of approved vendors of ROSO. The OEM(s) shall
give an undertaking that they will support availability of spares and/or software / firmware
including services for at least 7 years beyond the date of opening the Tender so that,
considering 1 year time for award of contract,

commissioning of systems and 1 year post

commissioning warranty period, about 5 years' support will be available from the OEM(s) after
expiry of warranty period
or
b)

Authorized agency certified by the respective OEM(s) for supply, installation and commissioning
of the concerned equipments/systems being tendered for.
To this effect, the prospective bidder must have MOU(s) executed with the respective OEM(s)
which shall include a clause to ensure that the OEM(s) shall give support availability of spares
and/or software / firmware including services for at least 7 years beyond the date of opening the
Tender so that, considering 1 year time for award of contract, commissioning of systems and 1
year post commissioning warranty period, about
OEM(s) after expiry of warranty period.

5 years' support will be available from the

The MOU shall also incorporate a clause that OEM's authorized technical inspector shall carry
out pre-commissioning inspection of work at all the sites and certify that the material used for
installation are of proper quality,

installation and configuration etc. of the system have been

done properly and technical documentations have been supplied with the system.
Page 1 of 2

2) For works costing above Rs 50 lacs, in addition to the condition nO.1 mentioned above, the eligible
bidder should meet the following two criteria :a)

Should have received a total contract amount during the last three finanCial years and in the
current finanCial year a minimum of 150% of advertised tender value of work. (PI see note-1 below
for relied upon documents).

b)

Should have physically completed in the last three financial year (i.e. current year & three previous
financial years) at least one single work in which the component of work similar to the tendered
work is at least of 35% of the value of the advertised tender. (PI see note-2 below for definition

of similar work)
Work executed with Central I State Govt. I Semi Govt., Organization I Authorities, PSUs, Govt. of
India undertaking shall only be considered to qualify above eligibility criteria. Certificates from Pvt.
Individuals for whom such work are executed I being executed shall not be accepted.
Note : 1) Following documents will be relied upon for working out the total contractual amount received by
the Tenderer to evaluate credentials against criterion (a) above.
(i) Attested
(ii) Attested
(iii) Audited
(iv)AUested
done.

copies of annual income tax returns filed with Income tax Department.
certificate of the tax deducted at source (TDS Certificate).
balance sheet duly certified by Chartered Accountants.
certificates from Employer/clients about contractual payment received for the work

Note: 2) Similar work shall mean, any work as a whole or having component of supply, installation, testing
and commissioning of Passenger Amenities items involving one or more of items furnished below :(i) Train indication system for Rly Platforms
(ii) Coach guidance system for R1y Platforms
(iii) PC based announcement system for Rly Platforms
(iv) GPS and GSM/GPRS based display and publication systems in coaches.
(v) GPS based digital and/or analog clock systems for Railway Platforms
(vi) Public address system for inside coaches of Passenger Trains.
Hencetonh all works tenders involving passenger amenities works I items falling under the jurisdiction
of S&T department shall be floated incorporating these eligibility conditions to ensure proper quality of
supply of equipments and execution of installation works. Deviations from these eligibility criteria shall not
be resorted to without specific approval from CSTE/CRly.
It is also advised that for GPS based digital clocks to be installed for platforms in any stations
in the territory of Central Railway should be fabricated in the housing as shown in attached
approved typical sketch vide CR/y. Drg. No. SK-808(Te/e). Accordingly in the tender specification for
GPS based platform clocks, this sketch should invariably be enclosed.
This disposes off letter No BB/NlTlWork Genl dated 14-09-2015 of Mumbai Division in connection with
floating of works tender for supply, installation of GPS based digital Platform clocks for various stations in
suburban section of Central Railway.

~~\~Ir
S KBiswas
Chief Communication Engineer
For GM/S&TI Central Railway
Encl: Typical Sketch for GPS Based Digital Clocks for Platforms (one page)
Page 20f2

2 NOS. STAINLESS STEEL (S.S.) TUBES OF OUTER 031.8mm &


RUBBER GASKET BETWEEN

THICK 2mm (MIN.), AS PER SPECIFICATION

FLANGE & CLOCK HOUSING

TUBE END IS TO BE WELDED WITH FLANGE, WHICH WILL BE

FOR PROTECTION AGAINST

FITTED WITH CLOCK HOUSING USiNG SUITABLE

WATER ENTRY.

NUTS & BOLTS.

NO. IS : 69131973.

I..

['-

505

75

...I

7V

380

,7
~

I
I

o
505

o
206

~200~
TUBE

FRONT VIEW

SIDE VIEW
S.S. FLANGE THICK 3mm (MIN.),
WELDED WITH S.S. TUBE.

NOTES:
1. ALL DIMENSIONS ARE NOMINAL & IN mm.
2. THE VIEWING FACES AND THE PCB MODULES OF LED MATRIX OF THE
CLOCK MUST BE TILTED BY ABOUT 10 FROM THE VERTICAL WHEN
THE HOUSING IS HUNG VERTICALLY.
3. LEOs ARE TO BE MOUNTED WITH THEIR MAIN AXIS PERPENDICULAR
TO THE PCB MODULE OF LED MATRIX.
4. COLOUR OF LEDs - BLUE.
5. ALL DATA & POWER CABLES SHOULD BE DRAWN THROUGH THE TWO
HANGING TUBES ONLY.
6. LENGTH OF HANGING TUBES SHALL BE ACCORDING TO THE SITE CONDITIONS
WITH SUITABLE ARRANGEMENTS LIKE J - BENDS AT THE TOP END ETC.
TO PREVENT ACCIDENTAL ENTRY OF WATER INSIDE THE HOUSING.
7. FOR SINGLE FACED CLOCKS, ONE SIDE SHALL BE BLANKED AND CLOSED.
8. THIS SKETCH IS TO BE READ IN CONJUCTION WITH ROSO's EXTANT
SPECIFICATION FOR GPS BASED DIGITAL CLOCKS FOR PLATFORMS.

SIGNAL & TELECOMMUNICATIONS

TYPICAL SKETCH
HOUSING FOR DOUBLE SIDE PLATFORM
CLOCK WITH TILTED FACE PLATES.

~D

( NOT TO SCALE)

=7$)\0\'

CCE

C. RLY. DRG. No.

SK - 808 (TELE)

01
01

~I

You might also like