}

Supply, Installation, Testing And Commissioning Of Indoor And Outdoor Gears Of Signalling And Telecommunication System Including Distributed Electronic Interlocking System And Allied Works In Connection With Expansion And Dispatch Requirement At Gevr Su, Gurgaon-Haryana

Rail India Technical And Econimics Services Ltd-RITES has published Supply, Installation, Testing And Commissioning Of Indoor And Outdoor Gears Of Signalling And Telecommunication System Including Distributed Electronic Interlocking System And Allied Works In Connection With Expansion And Dispatch Requirement At Gevr Su. Submission Date for this Tender is 16-11-2021. Gear Product Tenders in Gurgaon Haryana. Bidders can get complete Tender details and download the document.




Tender Notice

29416037
Corrigendum : Supply, Installation, Testing And Commissioning Of Indoor And Outdoor Gears Of Signalling And Telecommunication System Including Distributed Electronic Interlocking System And Allied Works In Connection With Expansion And Dispatch Requirement At Gevr Su
Open Tender
Indian
Haryana
Gurgaon
16-11-2021

Tender Details

Supply, Installation, Testing And Commissioning Of Indoor And Outdoor Gears Of Signalling And Telecommunication System Including Distributed Electronic Interlocking System And Allied Works In Connection With Expansion And Dispatch Requirement At Gevr Supply, Installation, Testing And Commissioning Of Indoor And Outdoor Gears Of Signalling And Telecommunication System Including Distributed Electronic Interlocking System And Allied Works In Connection With Expansion And Dispatch Requirement At Gevr

Corrigendum Details

Sr No CorrigendumDate Corrignedum CorrigendumType NewSubmissionDate
1 21-Oct-2021 Corrigendam Date 09-11-2021
2 09-Nov-2021 Bid Auto Extn Corrigendum Bid Auto Extn Corrigendum 16-11-2021

Key Value

Document Fees
INR 18000 /-
EMD
Refer document
Tender Value
INR 35.33 Crore /-

BOQ Items

Name of Work:Supply, Installation, Testing & Commissioning of Indoor & Outdoor gears of Signalling & Telecommunication system including Distributed Electronic Interlocking system and allied works in connection with expansion and dispatch requirement at Gevra Mine and Augmentation of Junadih Yard
Sl. No. Item Description
1Schedule -A (Supply of Signalling & Telecommunication work)
2Supply of distributed Electronic Interlocking (Hot Standby) with dual VDU of 55" with Signalling functions as per RDSO Specification No. RDSO/SPN/192/2019 Ver.2.0 and to suit the signalling plan and to suit the signalling plan of stations. Scope of supply against this item includes all the indoor equipments necessary for successful functioning of centralised EI system, mainly consisting of but not limited to followings conforming to attached Technical specifications . 1. Microprocessor equipment. 2.I/O cards with card cage and motherboard. 3. Power supply cards. 4. All types of connectors and couplers as required. 5. Industrial grade Dual VDU of 55" . 6.Industrial grade PC & monitor of 55" 7.maintenance VDU of 55" console with Laser printer at panel building. 8. All types of relays required for interfacing. 9. ECRs suitable for LED signal lamps. 10. DC-DC convertors (input voltage 110 V DC and output voltage as required) 11. All types of indoor wires as required. 12. All types of indoor terminals and fuses as required except terminals for main CTR.
313. Racks for mounting EI equipments and interfacing relays. 14. Termination rack for indoor cables. 15. Fixtures, mounting arrangements, Ladders for wire run andother accessories as required. 16. Softwares used for designing, configuration, maintenance, data logging and fault diagnosis of EI system. 17. Protective devices like lightning protectors for DC and AC supplies, isolator/convertor for serial communication etc. 18. Documents and manuals as per RDSO/SPN/192/2019 Ver.2.0 in three sets. 19. Ring Earthing and EMI shielding of EI room. 20. Any other item contractor feels neccessary as per their sysyem. 21.Completion plan of stations. 22. Class "A"type surge protection device protection at each SSI room/goomty, mounting arrangements and accessories necessary to make the EI system functional. 23. Work place for EI is also provided by the contactor
4Note: 1. All the materials, submitted by the bidder as above and are neccessary for successful commissioning of system, shall be supplied by the contractor without anyextra cost. Variation in Bits and variation in number of routes upto (+) 10% shall have no cost bearing. 2. For further variation (above 10%) of routes, cost will be recovered on prorata basis for % of routes increased.
5Gevra Mines
6Y Connection
7Spares of O&M
8Supply of all spares to the extent of 10% of that supplied against EI item subject to minimum of one, for the cards/modules,connectors /couplers, fuses & relays.used in the EI system.
9Gevra Mines
10Y Connection
11Supply of additional equipments/modules/componenets of Electronic Interlocking (EI) System (Kyosan Make) in connection with the yard modification of Junadih Yard to suitthe tenitative SIP (provided with the tender document ) in the existing EI system confirming to RDSO Specification No. RDSO/SPN/192/2019 Ver.2.0( hot standby) ,with Electronic Interlocking at Junadih Yard interconnected by optical fibre cable on ring topology.Scope of supply against this item includes all the indoor equipments necessary for successful commiossioing of EI system to suit the tentative SIP & Technical requirements . Supply of items - 1. Microprocessor equipment. 2.I/O cards with card cage and motherboard. 3. Power supply cards. 4. All types of connectors and couplers as required. 5. Industrial grade Dual VDU of 55" . 6.Industrial grade PC & monitor of 55" 7.maintenance VDU of 55" console with Laser printer at panel building. 8. All types of relays required for interfacing.(QN1,(QN1,QNA1,QNN1,QNNA1,LED ECR,QBCA1,KLU, etc) 9. ECRs suitable for LED signal lamps. 10. DC-DC convertors (input voltage 110 V DC and output voltage as required) 11. All types of indoor wires as required. 12. All types of indoor terminals and fuses as required except terminals for main CTR.
1213. Racks for mounting EI equipments and interfacing relays. 14. Termination rack for indoor cables. 15. Fixtures, mounting arrangements, Ladders for wire run andother accessories as required. 16. Softwares used for designing, configuration, maintenance, data logging and fault diagnosis of EI system. 17. Protective devices like lightning protectors for DC and AC supplies, isolator/convertor for serial communication etc. 18. Documents and manuals as per RDSO/SPN/192/2019 Ver.2.0 in three sets. 19. Ring Earthing and EMI shielding of EI room. 20. Any other item contractor feels neccessary as per their sysyem. 21.Completion plan of stations. 22. Class "A"type surge protection device protection at each SSI room/goomty, mounting arrangements and accessories necessary to make the EI system functional. 23. Work place for EI is also provided by the contactor
13Note: 1. All the materials, submitted by the bidder as above and are neccessary for successful commissioning of system, shall be supplied by the contractor without anyextra cost. Variation in Bits and variation in number of routes upto (+) 10% shall have no cost bearing. 2. For further variation (above 10%) of routes, cost will be recovered on prorata basis for % of routes increased.
14Supply of all spares to the extent of 10% of that supplied against EI item subject to minimum of one, for the cards/modules,connectors /couplers, fuses & relays.used in the EI system (Kyosan make) for Junadih Yard.
15Modification, alteration and upgradation in Existing EIin Junadih station in the tentativeSIP being provided with this tender document & there is increase in the functions (routes). Incremental rate for signalling functions in EI systems over and above based on the tentative SIP shall be paid separately on per route increased.Note: (1) This item should be operated after having due approval from Engineer In Charge(2) This includes design, installation, testing & commissioning of the cards to be utilized for this deviation.
16Supply of Laptop based work station for data inputs & configuration, simulation and functional testing, diagnostics, trouble shooting and commissioning of EI system, complete with necessary softwares preloaded. as per specifications mentioned in TS.
17Tool kits and Measuring Instruments for Technicians /Junior Engineers for testing & maintenance and repair at site as specified by Original Equipment Manufacturer of EI.* Above items includes suitable cabinet for storing tools to ensure longer life.
18Supply of Hard & soft copy (6 copies as built ) offollowing indoor drawings for RITES/ Rly approval including one copy on good quality 7.5 micron polyster film: thisincludes expenses for checking/rechechecking/ obtaing appovals from Railways /RITES .Thealso includes supply of two sets of drawings for checking, approval and corrections thereon as suggested by RITES/Rly) & threater supply of 2 copies for testingcopy & 2 copies ascostruction copy.RITES shall make available Schematic SIP.Contractor to Prepare and submit SIP"s and other Misc Drgs as per concerened Rly practice and get its approval from railways,if requiered- (i) Signalling Interlocking Plan (as per Rly practice) (ii) Selection table, (iii) Vital & non-vital I/O Bit Chart, (iv) EI configuration diagram, Equipment layout plan, Relay disposition chart. (v) Front plate diagram of control/indication panel. (vi) Application logic (vii) Interface circuit with contact analysis. (viii) Equivalent circuit of application logic. (ix) Prepration & supplyofSWRD (station Working Rule Diagram). (x) Prepration & supplyof station working Rule.
19Relay Rack assembly complete with fixtures for mounting point group relays/"Q" style relays in Relay or EI Hut with all accessories like scaffolding, ladder, runway for indoor cables/wires alongwith mounting arrangement as per drg. No. NR/S&T/project/14/2015
20Main cable termination rack complete assembly with hylam sheet , screws, nuts & bolts, scaffoldingladders for cable wires alongwith mounting arrangements etc. as per Drg No..NR/S&T/project/13/2015..Fuse block shall be suitable for round head type voltage fuses rating:2A/4A/16A
21Fuse block made of PBT as per IRS:S-75/2006 (Rev-2) & RDSO Drg.No.SA-23748 Alt.4 and Spec.No.IRS S 78/92 (Amdt-2) or latest amendment. Fuse block shall be suitable for round head type voltage fuses rating:2A/4A/16A.
22Non deteriorating type fuses as per IRS-S-78/92 with latest amendment. Rating 2Amps-65%, 4Amps-25%, 16Amps-10%.Fuse shall be suitable for round head type voltage fuses rating:2A/4A/16A
23Design, Fabication, Supply, Installation, wiring, testing & commissioning of fuse alarm system of various type of fuses with automatic change over system along with audio visual indication. Per Module configuration to be decided by Engineer Incharge as per site requirement. To be supplied & installed as per RDSO spec. no.RDSO/SPN/209/2012 Rev.1 or latest (Per unit is Per Module)
24Supply of PPTC fuses 2/6A.
25ARA terminal 6 way,made of PBT as per drawing No. 23756 Alt3 confirming to RDSO specn. No.IRS-S-75/2006 (Rev.2 or latest) with latest amendment
26ARA terminal (1 way)made of PBT as per drg.no.23746 & specn. No.IRS-S-75/2006 (Rev.2 or latest) with disconnection link as per Drg.SA-23746 Or 23745(Alt-5).
27Supply of 2 conductor disconnect terminal block for test and measurement 0.8 sq.mm-2.5 sq.mm centre marking with test slot for test plug 2mm/0.079IN and 2.3mm/0.091IN carreir rail DIN 35 front entry cage clamp connection Grey wago or similar as RDSO/SPN/189/2004 Ver.2.0 or latest.
28Supply of End and Intermediate Plate 2.5mm/0.098 in Thick Wago or similar as per RDSO/SPN/189/2004 Ver.2.0 or latest.
29Supply of Steel carrier Rail 35x7.5mm/0.039in thick unslotted, yellow with Chrome Wago or similar as per RDSO/SPN/189/ 2004 Ver.2.0 or latest.
30Supply of screw less end stop 10mm/0.394 in wide carrier rail DIN 35 Grey Wago or similar as per RDSO/SPN/189/2004 Ver.2.0 or latest.
31Cable unarmouredPVC insulated multi core unseathed with plain annealed copper conductor as per colour coding scheme of Raliways in accordance withSpecification No: IRS-S-76/89 withAmendement -2 or latest Size -60 C x 1 mm dia.
32SMPS based Integrated Power Supply as per RDSO Specification No. RDSO/SPN/165/2012, (Ver 3.0) with latest ammendment alongwith LMLA Battery Bank of 300AH & Battery rack(Configuration based on RDSO dwg. no. SDO/IPS/PI-6L/RE/003and site specific load requirement, shall be put up to RITES with load calulation sheet shall be approved by employer/consultant before supply)
33DG set 15 KVA, 230 V ACsingle phase with only Mahindra or Kirloskeror Cummins or crompton or similar quality alternatormake , two wall mounting control panels (one main and one subsidisry for remote operation) to start generatoe by push button battery operated- 15KVA to IRS-S-69/86 along with sound proof enclosure for DG set as per latest guidelines of Central pollution control board of india. This includes a) Supply of batteries 12v, 200AH 1 No. with each DG set for self starting and Iron clad siemens or sony single phase (2 way ON-OFF-ON) changeover switch 63 Apms). Suitable Battery cahrger for charging this battery c) 60 liter diesel tank
34Supply of Automatic change-over unit for change-over between three power supply sources of 63 A/230 volts, single phase with provision of manual bypass arrangement. Drawing shall be got approved by Engineer Incharge.
35Supply & installation of maintenance free single earthing for IPS/DAC Equipment. All the materials required shall be supplied by the contractor including cadmium bronze wire rope for connection between earth electrode and equipment box).
36Supply and installation of Earth leakage Detector for monitoring different AC and DC supplies including all accessories as per Spn RDSO/SPN/256/2002 or latest and stipulations of tender doccuments (ELD having 12 channel type).
37Supply & installation of Data logger with interfacing capability with SSI"s to moniter Analog & digital inputs(Minimum 32 analog & 1024 digital inputs) & enable for networking for a central place as per speci.no. IRS:S-99/2006 with latest amendments. Required type of modem and protocol converter is also to be supplied. Supply of all items also supplied including mentioned below: 1. All the relay wiring from Relays to Data logger/RTU tag block, wiring for analog inputs from source points to data logger tag block. 2. This include the cost of Computers, UPS, Printers, tables, chairs and other accessories(Other than our manufactured items). Supply of 1024 D/ 32 A DATA LOGGER as per RDSO Specification IRS.S.99/06 or latest inlcuding voice modem & Supply of SSI Protocol Converter
38Supply of serial to fibre converters.
39Supply and fixing of Crank handle Box 1000 x 250 x 150mm made of 12 mm thick Teakwood with a glass front and padlocking and sealing arrangement as per standard practice.Pad locks to be supplied by contractor, all materials i.e. Teakwood, handle, hinges, Glass sheet of 3mm thick to be supplied by the contractor.Box to be polished and description to be painted as per instructions of Engineer in charge.
40Wooden block counter of size 700 mm x 700 mm W x 900 mm H made of teakwood frame & 10 mm /20 mm thick water proof ply with formica finish on top and all four sides having two compartment inside & two doors on opposite sides.
41Office Chair of continuous arms having cushened seats and rest T.W. Arm rest size 36" x 21" x 22 approx steel tubular frame gauge of the pipes 25mm dia x 18 gauge with olive green colours, Green stove enamelled "Indian Make". Godrej/Jalaram Make.
42Office Table of size of table top 1220 mm x 610mm height 750mm with laminated top with 3 drawers on the left hand side and one locker on the right hand side olive brown with Duplicate keys.Olive green colour Godrej Make.
43Plain storage almirah with 4 adjustable shelves size 1980mm height, 915mm width, 485mm depth, GodrejMake.
44Airy Revolving and tilting working cushioned adjustable height chair with arm rests, polished black.The chair has plastic caned seat and back on 25 mmround tubular frame.The base is of pressedsheet metal. Godrej/ Allwyn/ Chandan/ Khira make.Width 700 mm,Depth 700 mm, Height 870 mm, Adjustable seat height 410 mm to 520 mm, ColourGrey.
454 door book case of size 1675x840x308mm Godrej make
46Supply of desk type magneto telephone suit IRS TC:36-97 (Amndt.1) or latest with latest amendments.
47Supply & fixing of Fire Extinguisher CO2 Type (capacity 5 Kg)
48OUTDOOR SUPPLY
49Relay "Q" series neutral line, AC Immune, plug-in type, Style `QNA1".DC Neutral line, 24V, 8F/8B contacts, front and back contacts metal to carbon with plug board, retaining clip & connectors conforming to BRS:931A, IRS:S 60, IRS:S 34 & IRS:S 23 with latest amendment (as applicable). The interlocking code for this unit shall be ABDGH.
50Relay "Q" series neutral line, AC Immune, plug-in type, Style `QNA1".DC Neutral line, 24V, 12F/4B contacts, front and back contacts metal to carbon with plug board, retaining clip & connectors conforming to BRS:931A, IRS:S 60, IRS:S 34 & IRS:S 23 with latest amendment (as applicable). The interlocking code for this unit shall be ABDFH.
51Supply of Key Lock Relay, type TMA 24V DC with 2F/2B contacts cofiguration with different wards combination as per latest RDSO specification. Details of ward combination will be provided during execution of work.
52Supply and fixing of KLCR boxes and fixing of KLCR Relays in Location Box. It includes supply of any minor bracket, nuts, bolts, teakwood, sunmica, lock, drilling holes as directed by engineer at site. It also includes supply and wiring of push buttons along with LED"s for KLCR Circuit.
53PVC Insulated Armoured un-screened, under- ground Railway Signaling copper conductor cable confirming to RDSO Specification no. IRSS- 63/2014 with amendment -4 or latest
546 core x 1.5 sq.mm.
5512 core x 1.5 sq.mm.
5619 core x 1.5 sq.mm.
5724core x 1.5 sq.mm.
58PVC insulated armoured, Unscreened, Underground Power cable, 2x25 sq. mm. Stranded Aluminium conductor confirming to RDSO specification IRS:S-63/2007 with latest amendment and IS 1554 (part-1)
59Supply of XLPE Insulated,Single later of Galvanised Steel Strips Armoured un-screened, under- ground Railway power cable having Aluminium conductor confirming to RDSO Specification no. IRS-S-63/2014 with amendment -4 or latest and IS-7098(P-1) latest of size 2c x 70 sq.mm indrum length of 1000 mtrs with +-5%tolerance.
60Underground railway jelly filled 6 Quad cable for signalling & telecom installations confirming to IRS: TC-30/2005 (Ver. 1) Amndt 1 to 5 orlatest amendment having 0.9mm dia.
61Armoured Optical Fibre cable 24 Fibers as per RDSO specification No. IRS:TC:55-2006 rev. 1 with Amdt. 1.1
62Cable unarmoured PVC insulated, unseathed with plain annealed high conductivity 650V grade copper conductor as per colour coding scheme of Raliways in 100 meter coils, confirming to RDSO Specification No: IRS-S-76/89 with latest amendment-
6316 x 0.2 mm.(Grey)
643 x 0.75 mm. (Red, Green & Black)
651x6 sq mm. (multistrand flexible wire)
661x10 sq mm.(multistrand flexible wire)
67Supply of Power wire as per IRS specification No.S-76/89 ( Amndt. 2) or latest with latest amendments (1x16 sq mm, Red & Black colour)
68Supply of Wiring materials as per IRS Spec no IRS-76/89 with amendment no 2 or latest duly inspected by RDSO, Copper Wire, PVC sheathed and PVC inulation of size 60 x 1 Sq mm
69Supply of cable indoor Cu conductor multi core plain annealed, high conductivity 660V PVC insulated unarmored but PVC sheathed to specidication No: IRS/S/76/89 amendment 2 or latest size 1*60C*0.60sq mm dia.(Inspection:RDSO)
70Supply of 1C*.79 Sq.mm.(1/1 mm) PVC insulated unsheathed single core cable as per IRS/S:76/89 with latest amendment
71Thermo Shrink joining kit suitable for 6 QUAD jelly filled cable-straight throughas RDSO specn. No.IRS: TC 77/2012 (Rev.3.0) with (Amdt.-1 to 3) or latest.
72Supply of HDPE telecom duct with outer diameter of 40 and inner diameter of 33 mm permanently lubricated as per Specification no. RDSO/SPN/TC/45/2013, Rev.-2.0 Amdt.-1.0 & 2.0 orTEC GR No.G/CDS 08/02 Nov.2004 with latest amendment as available or latest. HDPE pipe shall be suppliedFor each Km. of HDPE duct following items are to be supplied alongwith 4 mm dia polypropylenerope of approved quality inside whether required. For each Km. of HDPE duct following items are to be supplied a) End plugs-2 No.b) Cable sealing plugs - 2 Nos.C) Plastic couplers slip fit/push fit type-2 No.d) End plugs to be provided along with drum - 2 No.
73Supply of Half split double wall corrugated (DWC) pipe of HDPE in2/3 meter length produced out of full round DWC pipes as perIS:14930 part-II marked on it. This item includes supply of necessary fixing & coupling arrengement.
74Size : 120 mm outer dia. and 103 mm inner dia.
75Size : 200 mm outer dia. and 175 mm inner dia.
76Non-Split HDPE DWC pipe Confirming to IS:14930 part-II, with threaded coupler, of following sizes:
77Size 120mm outer dia and 103 mm inner dia
78Size 200mm outer dia and 175 mm inner dia
79Supply and placing of second class bricks/Fly Ash brick size 225mm x 112mm x 75mm after laying of cable & refilling the trench by loose soil of 100mm to over cable.
80Galvanised Iron pipe 100 mm dia `B" class,(6 Mtr. Length) as per specn.No.IS-1239, part 1 / 1990. along with threaded coupler (Perforated with 6 mm holes)
81Fabrication, supply and fixing of cable marker of 1:3:6 concrete as per No.NR/S&T/CON/1.5/97A. The marker shall be fixed at various places of cable route as per instructions of Engr. at site
82Supply and fixing of FRP cable route marker as per drg. No. RITES/SIG/GEN/048-08.
83Colour light signal (2 aspect) complete set as per drg.No.SA - 23003 A/M (adv.) & Specn. IRS-S-26/64 consisting of the following items :
84Signal post 140 mm dia 4.5 mtrs. long to IRS-S-6-81.
85Signal base Cast Iron 140 mm dia. to drg. No. S-2011/M.
86CLS ladder complete with platform and base 4.5 mtrs.long to drg.No.SA-23153 (Adv.) Alt 1.
87Colour Light Signal Unit 2 Aspect complete with outsignal transformers, lenses & lamps, suitable for 140 mm dia.post as per drg.No.SA - 23003 A/M (Adv.) alt.9 & Specn. IRS-S-26/64.
8804 nos. Anchor bolts complete (915 mm x 75mm x 24 mm) to drg.No.SA-116 A/M & IRS-S-10/78
89Colour light signal (3 aspect)complete set as per drg.No.SA23002 A/M (adv.) & Specn. IRS-S-26/64 consisting of the following items :
90Signal post 140 mm dia 4.5mtrs. long to IRS-S-6-81.
91Signal base Cast Iron 140 mm dia. to drg. No.S-2011/M.
92CLS ladder complete with platform and base 4.5 mtrs.long to drg.No.SA-23153 (Adv.) Alt 1.
93Colour Light Signal Unit 3 Aspect complete with outsignal transformers,lenses & lamps, suitable for 140 mm dia.post as per drg.No.SA - 23002 A/M (Adv.) alt.9 & Specn. IRS-S-26/64.
9404 nos. Anchor bolts complete (915 mm x 75mm x 24 mm) to drg.No.SA-116 A/M & IRS-S-10/78 with latest amendment.
95Colour light signal (4aspect)complete set as per drg.No.SA23001 A/M (adv.) alt.9 & Specn. IRS-S-26/64 consisting of the following items :
96Supply of CLS post 140mm dia. 4.5 M long to specification IRS.S.6.81or latest (as per site requirement).
97Supply of Surface base 140mm dia.post to suit CLS as per drg.S.2011/M
98Supply of CLS ladder set complete with staging, supports, signal number plate, cast iron ladder base to suit 4.5 Metre post as per drg.no.SA. 23153.S.2033.
99Colour Light Signal Unit 4 Aspect complete with outsignal transformers,lenses & lamps, suitable for 140 mm dia.post as per drg.No.SA - 23001 A/M (Adv.) alt.9 & Specn. IRS-S-26/64.
10004 nos. Anchor bolts complete (915 mm x 75mm x 24 mm) to drg.No.SA-116 A/M & IRS-S-10/78 with latest amendment.
101Supply of Junction type/Directional type route indicator 1 way to drawing no.SA.23401 with IRS - S 66/84 with amendment-1 or latest
102Junction type route indicator 2 way complete without lenses, lamp holders and lamps. to IRS-S-66/84 , amdt.1 ot latest with RDSO drg.No.SA-23402 (Adv.) or latest.
103Junction type route indicator 3 way complete without lenses, lamp holders and lamps. to IRS-S-66/84 , amdt.1 ot latest with RDSO drg.No.SA-23402 (Adv.) or latest.
104Supply & installation of universal AC/ DC numeric route indicator for 1-19 routes with left & right arm complete with optical sensor, housing w/o mounting pole for use with LED ECR.
105OFF set bracket for Colour light signal 140mm outside dia.post with "U" bolt and nuts as per drg No: SA-23080 (adv.) alt. 1.
106Independent shunt signal complete having following items.
107Shunt signal post 90 mm dia 1m long to IRS-S-6/81.
108Shunt signal surface base 90 mm dia drg.No. S-2011.
109Position light shunt signal unit without lamp holder unit,lenses & lamps to RDSO drg.No.SA-23840(adv.) ALT-2.
11004 nos. anchor bolts for shunt signal (305mm. X 50mm. X 20mm.) to drg.No.SA-110 A/M.
111Shunt signal dependent type drg No. SA-23840 (adv.) Alt.-1 and S-23845 (adv.) with offset bracket 3½"" dia.to suit 140mm. Outside dia post complete without lenses, lamps & lamp holders.
112Calling on signal unitposition light type complete with mounting socket to Drg No. SA-24351 (Adv) or latest, specn. No. IRS-S:10/78, IRS-S:26/64.
113LED signal lighting unit for Junction Type route indicator conforming to Indian Raiway chromaticallity standards & RDSO Specn. No. RDSO/SPN/153/2011 REV.4.1 or latest (This item includes fuses and other accessories required for fixing)
114LED signal lighting unit for calling on signal conforming to Indian Railway chromaticallity standards and RDSO Specn. No. RDSO/SPN/153/2011 REV.4.1 or latest (This item includes fuses and other accessories required for fixing)
115Supply of LED Signal Lighting Unit for Main Signals as per RDSO specification No. RDSO/SPN/199/2010 (Rev 1.1) ) or latest
116For Redaspect
117For Yellow aspect
118For Green aspect
119LED signal lighting unit for shunt signal conforming to Indian Railway chromatically standards and RDSO Specn. No. RDSO/SPN/153/2011 REV.4.1 or latest (This item includes fuses and other accessories required for fixing)
120Supply and fixing of Crank handle Box 1000 x 250 x 150mm made of 12 mm thick Teakwood with a glass front and padlocking and sealing arrangement as per standard practice.Pad locks to be supplied by contractor, all materials i.e. Teakwood, handle, hinges, Glass sheet of 3mm thick to be supplied by the contractor.Box to be polished and description to be painted as per instructions of Engineer in charge.
121Relay AC immune, plug in type style QBCA1, DC based point contactor, 24V DC, 2F (HD) 4B contacts, front contacts heavy duty and back contacts metal to carbon complete with plug board, retaning clip and connectors confirming to BRS943, IRS S-34 & IRS S-23 interlocking code BCESK.
122Relay, AC Immune, plug-in type, Style "QNA1K" 24 V/1000 Ohm
123Supply of Electronic Timer Relay, 24 V DC, 60/120 sec.
124Universal Fail Safe Block Instrument (UFSBI)- Block proving with digital axle counter (BPAC) conforming to Specn. No. IRS: S-105/2012 (Ver.0 or latest) using Universal Fail Safe Block Interface (UFSBI) for Single Line and Double line operation consisting of the following: a) Universal Fail Safe Block Interface (UFSBI) conforming to Specn. No. IRS: S-104/2012 (Ver.0 or latest) - 2 Nos, b) SM Panel (RDSO Drg. No. RDSO/S/32019) with accessories - c) Relay rack with double locking & sealing arrangement. Wiring diagram as per RDSO Drg. No. - RDSO/S/32020 - 2 Nos. Relays to be supplied with prewired relay rack QN1 = 44 nos., QL1=4 nos., QNA1=12 d) Block Telephone RDSO Spn. No. RDSO/SPN/191/2005 = 2 Nos.
125Supply and Installation of Block Instrument Double Line, Lock & Block, 3-pos complete with Telephone, condensor, Induction Coil etc with arrangement for commutator Handle Lock. As per Drawing No. SA-22781 ( adv) Alt-1. Spec No.IRS-S-22-91 and IRS-S-23.2 Nos with circular gong as per Drawing No. SA-22912, Block filter unit for block instrument for use in 25KV RE area, it will include all other materials which will be required for the sucessfull comissioning of system and instrument should be suitable for the adjacent station of Gevra Road
126Designing as per SIP & Supply of Multi Section Digital Axle Counter System (MSDAC) complete system as per RDSO Specification No .RDSO/SPN/176/2013 (Version 3 ) or latest consisting of:- 1) Central evaluator Unit 2) SM’s Reset Panel 3) Field unit along with web detector 4) Centralised High Voltage DC-DC convertors 5) Final track clearance relay for each section along with accessories equipped for detection points and track section.6. Maintenance free earth for DP, Location boxes and evaluators as perOEM" requirement.
127Tool Kit of MSDAC consisting of the following:- 1) Portable Data Analyser with Data Analysis software for report generation & Analysis-1 No. 2) Pure Sine wave Digital Multimeter Kusam – MECO Make Model No.859CF or equivalent – 1 No. 3) Dummy Wheel CEL makes – 1No. 4) Ring Spanner 17-19, 24-26 – 1 No. each 5) Open end Spanner 17-19, 24-26- 1 No. each 6) Socket Spanner with handle – 1 no. 7) Screw Driver No.902 – 1 No. 8) Screw Drive No.935 – 1 No. 9) Torque Wrench – 1 No. 10) Marking jig for drilling – 1 No. 11) Monitoring Unit- 1No
128Electrical point machine, IRS heavy duty non-trailable rotary locking type 143mm throw to operate on 110V DC complete with lock & detector slides and cable termination box as per IRS:S-24/2002 (Amd 1) & IRS-S-37/82 (Amd 3 or latest), Drg. No. S-10910 for motor Assembly Drg. No. S-10800. (One No. tool kit will be supplied for installaton for a group of 08 Nos of point machine) including ground connection
129Insulationforgauge tie plateforBG as perIRS-S-40/84anddrg.No.T-10372, T-10368, T-10371 each set comprising of : a) Insulating plate - 2 No. b) Bushes-6 No. c) Washers-12 No.
130Insulation for following & leading P-way stretcher bar for BG as per IRS-S-40/84 & drg.no.10367 10368 & 10371 each set comprising of : a) Insulating plate - 2 No. b) Bushes-2 No. c) Washers-4 Nos.
131Insulation for"P" bracket for point machine as per Rly. design eachsetcomprising of : a) Channel side plate LH -2No. b)Channel side plate RH -2 No. c)Bushes- 4 No. d)Washers - 4 No.
132Single apparatus case steel Full steel RE with "E" type locks and key ward No 42 & handle as per special grade S8304 of size drg of RITES ltd
133Apparatus case steel RE half with "E" type locks and key ward No 42 & handle as per Drg of RITES Ltd
134Key Lock "E" type with key Drg.No.SA-3376/M. Alt-2. Spec.No.IRS-S-30/64 different wards.
135Design, prepearation & supply ofSix (06) hard copies of each documents along with soft copy for the mention below alongwith original tracing on a standard 7.5microne polyester film in AUTO CAD FORMAT. (The item includes supply of two sets of drawings for approval and corrections thereon as suggested by RITES)
136i) Cable route plan
137ii) Location box details with location wiring diagram
138iii) Cable termination details
139iv)Cable corage plan
140v) C.T. Rack details
141vi) Track bonding plan
142vii) Cable jointing details
143viii) Signal lighting circuit
144ix) Circuit diagram for LC Gate No.
145x) Gate Working Rule with Gate Signal Diagram
146Supply of SLB/BSLB/SB/GWB/C-on Board as per RDSO Drg No SA-2373 with latest amendment, Casting, concreting and curing of foundation & erection SLB/BSLB/SB as per Drg No.NR/S&T/CON/7.4/97 has to be done by contractor.
147Various types of markers as
148P markers as per drawing no. RITES/SIG/GEN45-08 circular disc made of 3mm. thick white laminated MS sheet shall be used. Letter "P" shall be written in black.
149C markers as per drawing no. RITES/SIG/GEN45-08 circular disc made of 3mm. thick white laminated MS sheet shall be used.Letter "C" shall be written in black.
150Signal number plate as per drawing no. RITES/SIG/GEN46-08 3mm. thick white laminated MS sheet shall be used.Letter shall be written in black on yellow background.
151Supply of hand cuff (universal) locks with key (one key for every 4 locks).
152Supply of Jumper PVC insulated Jumper (Lead wire) 7 strand
153Supply, Installation, Testing, Commissioning and Integration of the complete System of Microprocessor Based Networkble Analogue Addressable up to 64 nodes 1 Loop Fire Alaram control Panel With Minimum 320 Character LCD Display the panel should be equipped with sufficient nos. of loop. (As per RDSO Specification No. RDSO SPN217/2016 ver 1.0 or latest). Supply of 06 multi detector, 01 Hooter & Strobe, 01 Analogue Addressable Manual Call Point With infegal short circult isolator, analogue addressable protocol having status LED for alarming & standby mode. Electronically addressed, 01 FRLS armoured cables & power with all accessories for connection of all Fire alarm devices.
154Supply and Installation of Demineralizer plant of aquaguard make or similar capacity 65 Litres per hour approx. This includes all thepipe connections from water source to unit and also to collection unit.
155Supply & installation of Annunciator (Multiway telephone exchange) 10 lines as per RDSO Drg no. TCA-3352 (Adv.) or latest.
156Design, Manufacturing & supply of electrically operated lifting barrier 110V AC/DC as per requirement (as per RDSO spec RDSO/SPN/208/2012 ver.2.0 or latest )complete set along with pedestal driving and driven mechanism, booms length as per site requirement up to 9.76 mtr (approx.10Mtr), balancingweight, boom support and motorised boom locking arrangement, circuit controllers, operating panel,road warning bell, hand generator (applicable only for DC operated Gate) & crank handle for emergency operation with all accessories complete in all respect (A set consists of two boom and other accessories as per RDSO"s latest Specifications).
157Spare Booms for Electric Lifting Barrier as per RDSO Drg No RDSO/S-11600 or latest & RDSO specification no RDSO/SPN/ 208/2012 ver.2.0 or latest.
158Supply of emergency sliding boom complete with all accessories for L/B gate.
159Supply, writing and fixing of description boards made of ply 6mm thick with white sunmica glued over its surface and 1"x1" wooden batton fitted all around onthe rear as per instruction of Engineer at site. All the materials to be supplied by contractor.
160Supply & laying of anti-static PVC flooring with adhesive ( 2.00 mm thickness) in Relay room/equipment room/Data logger room/Axle counter room as per instruction of Engineer at site.
161Provision of screen on signal when they fall with in two meter from live conductor by expanding Metal size 20mm X 60mm (strand 3.25 mm wide and 1.6 mm thick) as per instruction at site by Engineer incharge .This includes supply of all materials including earth electrode and earthing arrangement.
162Supply of fuse auto changeover system (FACS main system) as per RDSO/SPN/209/2012 Rev. 1.0 Type I capable of monitoring fuse of various ampere rating, working voltage- 24 VDC. Installation , wiring, Testing and commissioning of Fuse Alarm System. It consists of fixing of modules of fuse alarm system on existing relay rack, wiring from existing fuses to modules, soldering, lacing etc. working to be executed without affecting the functioning of the existing the work shall be supplied by the contractor.
163Supply of Hydrometer of reputed make for measuring specific gravity of the battery graded acid with mounting stand in battery room /location boxes.
164Supply of Transformer 3KVA 230V/130/110V as per IRS Spe c No.S-72-88 with latest amendment.
165Supply of electronic Cable Route Locator/Tracer equipmentofC-scope/Stanley make or similar. (i) Cable avoidance tool DXL2 digital under ground cable & pipe locating receiver and cable avoidance tool. (ii) SGV2 signal generator. (iii) Signal lamp accessory ST-SC. (iv) Carry bag ST-CB and as per technical specification.
166Supply of cable fault locator for underground cable as per model no. Telscout TS-90 (Test signal output1/2 Sine, Pulse width 5nsec to 2500nsec, Max Range:1500m, Filter cut-off Frequency:150kHz(High Pass Filter), Gain:0 to 63dB), Stanley or similar branded make as per specification.
167Supply of Digital insulation Tester (Megger) 100 V,Motwani, Philips or equal to make. Inspection.
168Supply of 24 V DC power supply unit with MF battery for electronic LC gate telephone system as per RDSO spec. No.RDSO/SPN/TC51/2011. Rev 3.0 with voice logging facility.
169Supply of Master Telephone of LC Gate Communication System as per RDSO specification No.RDSO/SPN/TC/51/2011 (Rev 3.0) (with voice logging facility) with latest amendment compatible with existing LC gate communication system in CSN-DHI section .This includes installation, Testing &Commissioning of the system)
170Supply of Slave telephone for electronic LC gate telephone system as per RDSO Spec. no.RDSO/SPN/TC-51/2011 Rev 3.0 with voice logging facility.
171Supply & installation of 30/40 lines JB with prov. of terminals and board 6mm thick hylum sheet to be supplied by contractor including terminals (to suit RE area) as per sketch no. RE/S&T /ALD/SK/227/82 or Latest.
172Supply, installation, testing & commissioning of multi-port Front End Processor as per RDSO Spec.IRS:S-99/06 Amdt.3 or latest.
173TELECOM SUPPLY
174Supply of managed SDH STM-1 ADM conferming to TEC specification no.GR/SDH-04/03 MAR 2005, with (L1.1) aggregate optical interface, order wire, fully wire and equipped for 21E1 & minimum 4/8 port 10/100Base Telectrical interface (with LCAS and GFP) and upgradeable to full 63E1s with all common cards, DDF and all other accessories, manuals etc., with required software. It shall be equipped with redundant power supply card. It shall support a minimum of 3 Nos. of E3/DS3 in a single card and the selection shall be software configurable.
175Supply & installation of Fibre Distribution Management System, 19" rack mountable for 2x24 fibre OFC with connector, patch cord & pigtails as per specn. No.RDSO/SPN/TC/ 37/2000 (Ver. 3) with latest amendment suitable for termination of 2x24 fibre OFC.
176Supply of hardware for NMS as per required specification including one no. Monitor 19" TFT and six nos. flash RAM type pen drive as per the specifications enclosed. NMSforSDH/STM and 2 Mb Mux shall be loaded in this equipment.
177Supply of 2MB programmable primary digital drop insert multiplexer as per RDSO spec. IRS-TC 68/2004 or latest with conference facility and other stipulations of tender documents fully wired for 30 channels complete with power supply card, remote control, supervision facility and all other accessories, installation materials, manuals etc. It should have facilities to accommodate data interface card in multi drop mode and should be able to support card needed for video conferencing and ISDN. It shall also support NMS operations from local/remote locations. The above MUX should be equipped with following circuits. i) 2 wire/ 4 wire E & M VF circuits (Minimum 24 nos.) ii)Subscriber loop circuits (Minimum 2 nos.) iii)Exchange loop circuits (Minimum 2 nos.) iv)Minimum 2 x Kb64 ps co directional data circuits-3 nos or 64 kbps co directional data circuits - 6 nos.
178Supply of 19" 42 U covered rack (2.2m height min), vero president/Rittel make or similar with Glass front door complete with all fittings for housing SDH equipment, primary muxes, DDF, MDF using Krone module, cooling fan and other equipments like runway ladders etc. completely wired and equipped with intergrated protection modules for all channels as per technical specifications and other stipulations of tender document.It should be possibleto lock all the equipments with onlyorder wire telephone remaining outside the rack.
179Supply maintenance free VRLA secondery cells duly charged of 48V 200 AH and each 2.0 V when fully charged 200 AH capacity alongwith accessories i.e. intersell connectivity links/float, 4 nos. insulators for each cell 24 nos. of cell per set as per RDSO Spcn.IRS/S/88/2004 amendment - 1 revision with latest amendments with cuitble steel/ hylam tray battery rack to install/house batteries.
180Suppy of 48V, 50 amps battery charger for telecom use as per No.RDSO/SPCN/TL/23/99 (ver.4) or latest in N+1 configuration i.e. using 3 modules of 25 amps with automatic switching between the modules for two sets of 200 AH battery.It shall be equipped with surge and lightening protection of class `B" and `C" the configuration shall be decided as per site requirement.
181Supply of 10 pair PIJF- .63 mm cable
182Supply of 50 pair PIJF- .63 mm cable
183Supply of CAT-6 cable 10/100/1000Mbps.
184Supply, Installation & commissioning of PVC type Casing -Capping 32mm 2 mtrs each piece , Thickness 1.2 mm
185Supply of lightening and surge arrestors of class B&C suitable for single phase supply in TT network as per amendment 5 of RDSO spec.No . RDSO/SPN/ 165/2004 or Latest and as recommended by RDSO letter No.STS/E / IPS/GENL dated 27.01.06(Amendment 5)
186Supply of one Quad VF 2T transformer joint assembly of VF transformers 470:470/1120:470 as per IRS TC/76/2000 with ammendment - 1 or latest
187Supply of DTMF 4 wirebased Headquarters Equipment for Control circuits as per RDSO spec No.IRS.TC..60/93 (or latest) with power supply unit to suit RDSO Spec No.IRS.TC.72.97 (or latest)
188Supply, installation & commissioning of4 wire DTMF way station Equipment as per RDSO specification No. IRS:TC:60/93 with Amnd. 4 or latest alongwith compatible way station telephone as per RDSO Spec. No. IRS:TC:38:97 with Amnd. No. 1. Item includes their, installation, testing & commissioning with contractor"s all materials required for installation.
189Supply of 4 wire DTMF ControlTelephone spec.IRS-TC-38/97 with Amendment-1 or latest Tummala make or similar)
190Supply, installation & commissioning of Power supply for DTMF equipment/Selective calling telephone to RDO spec. IRS:TC:72:97(or latest) with 12v 7AH battery
191Desk type 2 wire DTMF, 12 way selective callingcalling group telephone as per RDSO specification no IRS:TC:80:2000 (Set of 12 telehones)
1922 pair 0.63 mm PVC insulated Unarmoured Telephone cable as per Technical specification of GR/WIR 06/03 March-2002
1935 pair 0.63 mm PVC insulated Unarmoured Telephone cable as per Technical specification of GR/WIR 06/03 March-2002
194Supply of maintenance tools kit as per TEC Specification No. GR/OFT-01/03 APR 2005 or latest, one set consisting of following:-
195(i) Digital multi meter 4 1/2 digit with Liquid Crystal Display 1 No. of Philips/Motwane Make.
196(ii) Utility knife - 1 No.
197(iii) Cable Slitter - 1 No.
198(iv) Tubing cutter for cable armour - 1 No.
199(v) Bare fiber adaptor - 1 No.
200(vi) Miller High precision stripper for fiber buffer - 1 No.
201(vii) Cleaver Fujikura make or similar - 1 No.
202(viii) Mechanical splice joint set - 1 set consisting of 6 Nos.
203(ix) Ceramic scissor CSI - 1 No.
204(x) FC/PCAdopter with ODB loss - 10 Nos.
205(xi) Optical fiber terminal block V groove - 2 Nos.
206(xii) Earth resistance measuring instrument with all accessories suitable for measuring earth resistance in range of 0.1Ohms to 10 Ohms.
207(xiii) MEGGER
208(a) 500v - 1 No.
209(b) 100v - 1 No.
210(xiv) Loose tube stripper - 1 No.
211(xv) Cord stripping pliers - 1 No.
212(All the tools have to be standard/imported makes).
213Supply and installation of modular cable sealing system for cable entries into relay room/location boxbased on multimeter technology rcokstek make galvasnide frame G6X3 or similar with EPDM module stay plate wedge ASSY gel etc complete with all mounitng fixing accesoories
214Supply of Antistatic mats of size 1 mtr x 0.7 mtrs (2 mm Thick )
215Supply of 24 fiber optic fiber straight joint enclosure (SJC) complete with all accessories of make TVSE R & M model No. 1500-L183-XX or Raychem make model No. FOSC100BH-A-SJN-2-L-24 or 3M make model No. BPEO-Type 1-24F or 2179CS-24F.
216Supply of VF tapping transformer as per IRS/TC/22/76 of impedance ratio - 1120:470.
217Supply of UTP CAT 5-E cable as per specification A-2.
218Supply of PVC pipe of 1" dia (for laying of CAT 5-E cable) as per specification A-3.
219Supply of cable termination panel rack for fitting 4 nos. of 32 Way U-link panel and mounting arrangements for fitting isolation transformers as per drawing No. SK/CSTE ©/97/26.Copper strip 450mm x 15mm x 3mm for earthing has to be provided on the rack.
220Supply of spark gap type class B (as per VDE 0675 or Class-1 as per TEC 61643) lightening current arresters & Class C (as per VE 0675 or Class 2 as per 61643).Syurge arrester within built thermal isolatingdevice suitable for 3 phase TT Network as per VDE 66534.The devices complies IEC 61024 and IEC 61310 and tested as per VDE 0675 and IEC 61543 standards, housed in a suitable Thermoplastic 9 Polystyrene/Polycarbonate) Five box enclosure conforming to IP 55/65 A-10.
221Class B/Class - 1 consisting of:
222a. EModules to be connected between phase & neutral.
223b. One module to be connected between neutral & earth.
224Class C/Class-2 consisting of :-
225a. 3 Modules to be connected between phase & neutral.
226b. One module of remote signaling unit.Both the arrester should comply, latest RDSO spec. RDSO/SPN/144.2004 with latest amendments.
227Supply and installation of Push button telephone ( RJ 45connector with male& female)suitable for way station side equipment T GR/TELE-02/04.
228OFC Termination box for 24 fibre.
229Supply & installation of CT Boxes for 20 Pair.
230Supply of EC socket box as per RDSO spc. No.IRS: TC-42-87, amendment-1 or latest.
231Supply of 6-pin emergency plug & socket flat type as per RDSO spc.no. IRS:TC-42-87.
232Power supply for DTMF equipment/Selective calling telephone to RDO spec. IRS:TC:72:97(or latest) with 12v 7AH battery
233Multistrand PVC Insulated copper wire 2.5sq mm Red & Black
234Supply of Proxmity Switch
235Supply of Jelly Filled Cable 20 Pair
236Supply of Fibre Distribution Frame
237Supply of Pigtails
238Supply of Patchcords with connectors
239Supply of Amplifer
240Supply of Microphone
241Supply of Horn Speaker
242Supply of 10 pair S/B Cable
243Supply of 20 pair S/B Cable
244Supply of Digital Clock with GPS Sync
245Supply of 9u Rack
246Supply of Leased Line Modem for 2 mbps
24724 Port Mannaged Switch
248Supply of 8 port switch as per specification A-1.
249Supply of Lan extender
250Supply of Media Converter
251Supply of Misc Wiring Material for Datacomm
252Supply of 5wt VHF hand set with charger
253Supply of 25wt VHF set with al accessories andBatter back up
254All miscellenious wiring materials for wiring of telecom facility such as ladder, board for fixing CT Box, Wago connector, Earth bar and insulater etc.
255Schedule -B (Execution of Signalling & Telecommunication work)
256Installation, wiring, programming, Bell test,Site acceptance test (SAT), commissioning, Screening arrangementnt with Copper strips ,lightening- protection arrangement,Earthing wiring etcas per Railways practice and All Pre-commissioning tests of EI and other equipments supplied against each station, as per latesttechnical specifications of RDSO and OEM . This also includes preparation of design documents and supply of materials for installation, wiring, grouting, cutting of floors, walls etc. refilling of same, replastering, required CC/mesonary works, termination of cables with lugs/connectors, painting/lettering on relay rack/termination rack are to be done by the contractor.
257Gevra Mines
258Y Connection
259Design, FAT and submission of as planned and as build interface drawing, application logic & equivalent circuit in connection with yard alteration work at Junadih station
260Alteration in existingrelay room in connection with yard alteration work at Junadih station. This includes supply of wiring materials required for preparation of simulation panel, SAT and commissioning.
261Training for O&M Staff
262Training of Technician/Jr. Engineers in installation, Testing, commissioning & trouble shooting of Electronic interlocking supplied against item no. 1 of this schedule including provision of hard copies of course modules for each trainee.
263Training of Sr. Engineers/Managers in installation, Testing, commissioning, trouble shooting and Repairs supplied against item no. - 1 of this schedule including provision of hard copies of course modules for each trainee.
264Testing and commissioning of completesignalling system integrationwith outdoor gears ,slotting,etc at the staion as a whole. All artisan staff and labours required for testing and with MACLS work shall be provided by contractorfor for indoor and outdoor work. Testing equipment such as simulation panel, signal and point operation simulation arrangement, multimeter,etc. shall be provided by contractor at his own cost. testing shall be carried out by contractor in presence of engineer-in-charge up to his satisfaction and neccesary alterations shall be done. Contractor shall depute sufficient staff to carryout outdoor work during commissioning for completion of work within stipulated time.It also includes provision of temporaty tents/Huts,arranging lights,Chairs & tables, provision of temorary telphones,snacks/drinking water for NI staff round the clock at siteetc as reqired duing the NI period in Railways.
265Termination of all cores of all types of Indoor/outdoor cables (Excluding termination in location boxes and terminations on items coming under item No.1 of Schedule A (Supply )after its laying, onboth ends and providing number ferrule on each core. This also includes fixing of ARA terminals/disconnecting type terminal block/ 8 way strip, meggering and preparation of test report for core to core and core to earth on prescribed proforma for each core of the cable separately. This also includes dressing and lacing of cables on both ends. Proforma for testing and material for lacing to be supplied by the contractor.
266RELAYROOM
267Erection of cable termination rack.Clamping of cables, Numbering of cables with engraved aluminium strips, Supply of nuts & bolts, MS clamps & cement for massonary works.This will also include paintng ofCable/core particulars for each trminationwith contractors own paint.The place for erection of Termination Rack shall placed as decided by Site Engineer
268Installation of relay rack assembly complete alongwith wall supports, sccaffolding, ladders/runway for cables, relay base plates etc. This includes Fixing of Relays with retaining clips, Fixing of disconnecting type terminals/ARA Terminals, PBT Fuse bases( supplied under Schedle A,) , termination of cable cores/wires, Supply of nuts & bolts, MS clamps & cement for massonary works.:This will also include Painting of Relay description on the front side and back side of the Relays as per instruction of site engineer.
269Necessary arrangement for manufacture, transportation & installation of station masters console for fixing telephones & other equipments as per instruction of Engineer incharge. This includes : All materials like 25mm thick hylum sheet etc. required for the above including sundry items like bolts & nuts, screws, MS angle / flat shall be supplied by the contractor.
270POWER SUPPLY/BATTERIES
271Installation, wiring, testing and commissioning of Integrated Power Supply (IPS) system, at station/cabin as per technical specification and instructions given in Installation manual of OEM.Approvalfor installation drawingsshall be obtained from project consultant before installation. This includes supply of allmaterials required for installation and initial charging of low maintenance Lead-Acid batteries (3 cycles).
272Installation of DG set, testing and commissioning. This includes casting of vibration free foundation, installation of ASM panel, outlet for exhaust panel, laying of power cable from DG room to ASM room for remote operation of DG set and wiring of DG set of ASM panel, laying of cables/wires should be carried out in HD PVC channel/ conduit pipe. This includes cost of all mateials required for installation except DG set andperASM panel. Wires/cables as extant practice on Railways and instruction of Engineer at site.
273Installation,wiring,testing & commissioning of LT power panel with auto change-over at Central Cabin. This includes fixing of power panel.termination of LT cables & fixing of Auto-change-over management and its wiring and supply of MS angle,nuts & bolts etc.
274CABLE LAYING
275Excavation of Trench, Depth 1.0 Mtr. & width 0.3 Mtr., in all soils including soft/hard rocky area and clearing of roots of trees, bushes, rocks etc., ballast and reconditioning etc., (including bailing out water and disposal of extra soil) including back filling with excavated earth and ramming of trenches after cable laying for the following depth and width as given below. The contractor has to conduct detailed site survey of the cable route.Prepare a plan to get approval of the owner"s authorised representative, putting white lime powder marking before excavation of earth under supervision of owner"s authorised representative.Whereverseveral cables of different categories have to be laid in the same path, all cables shall be separated with brick through out the length, instead of seperate trench in the concerned area.
276Excavation of cable trench of 1.0 m. depth & 300 mm. wide across the track width at level / track/Road crossing platform &refilling after laying DWC/RCC pipe (laying of DWC/RCC pipe shall be paid under separate item of schedule) as per cable route chart & technical specification as per Drg.NO.NR/SIG/CABLE/005. This include repairing and plastering of platform/pucca road after cable laying.
277NOTE:- Power cable, signalling cable, Quad cable, PIJF, OFC etc. as mentioned above, where required, shall be laid in the same trench as signalling cable but in a separate pipe.
278Cutting smoothening of inside surface of chase in concrete or hard rocks having size 80mm depth & 70mm width. This work includes laying & covering of cable laid in the chase with brick(225 x 100x 75 mm) i.e. 9 bricks per meter second class bricks placed & embedded longitudinally & plastered on the top of the bricks as per drg No. RITES/SIG/GEN/025-98. This item includes the cost of bricks, cement & sand etc.
279Filling of cable duct by sieved silver/fine sand after laying of cable in relay rooms. Supply of sand shall be made by the contractor.
280Fixing/ laying of DWC/RCC pipes for laying of cables (including under-neath the track, Road crossing or other platform cutting etc.) as per drg.No. NR/SIG/CABLE/006.
281Fixingof Galvanised iron pipe 100 mm dia. on panel buildings. This includes supply of clamps, support, nuts, bolts etc. & concreting of ends with brick masonary work including supply of cement, sand an aggregate.
282Laying of 40/33 mm dia HDPE pipe as per approved cable route plan in the excavation trench at 1 mtr depth.
283Transportation of cables in roll with or without wooden drums to work site and meggering before loading and after laying, and recording the values in cable insulation register along with representative.
284Laying of signalling/Telecom cable in the trench/GI/RCC/DWC pipe as per cable route plan (Note: before issuing of cable to the contractor, the cable will be meggered jointly by the contractor and RITES Engineer at site and meggering certificate will be submitted in the office of the Engineer In Charge. Where cable is laid in HDPE pipes, no protective bricks are required. The same procedure will be adopted after the cable in laid at site without which no payment will be made to the contractor. If the insulation resistance after laying of cable is less than the reading previous meggering report. The contractor will have to repair or replace the defective cable at his own cost for which no charges will be paid .
285ProvidingHeat Shrinkable joint for all type of S&T cable with contractor"s all materials.
286All the materials required for the work are to be arranged by the contradtor himself at his own cost except Thermoshrinkable jointing kit which is already covered in Supply portion of the tender.After jointing the cable through test such as insulation test,Continuity cable losses etc. to be carried out jointly with the Railway Engineer.If any defect or any damage observed during jointing, the contractor should redo the joint free of cost.
287POINTMACHINE
288Installation, wiring, testing and commissioning of 110 V,DC point machine as per specifications andapproved wiring diagrams.Thisincludes:
289Fixing of point machines on MS plate fixed onsleepers complete with fixing of anti theft covers, cable terminal box, ground connection.
290Fixing of insulation for gauge tie plate and crossingplate for 52 / 60 Kg. points and crossings.
291Fixing of insulation for switch extention pieces (D brackets) andleading & following stretcher bars.
292Wiring from the cable termination box to the point machine as per specifications.
293All smithy works.
294Supply of MS plates, flat, angle, bolts, nuts, pins as required.This item also includess supply & fixing of GI pipe bend for the protection of cablefrom cable termination box to piont machine.
295Testing the point machines from point of operationincluding testing with 5 mm test piece.
296P-way works required before provision of point machines such as .squaring of switches, packing and leveling/alignment of track,easing or rails on either side of points to be interlocked,making proper spacing of sleepers etc
297Fabrication, supply and erection of numberplate for point machine as per Drg. No. RITES/S&T/ROU/ PMNP-01 and as per instruction of Site Engineer. This includes supply of MS Plate (Size: 350mm x 250mm, 3mm thick), MS Angle (Size: 25mm x 25mm, 3mm thick), Cement, Sand, Aggregate, Paint and all other material required for this work. All the smithy mechanical and electrical work/arrangement shall be done by the contractor at his own cost. Point Number shall be written in black on yellow background in 150mm height on both side of the plate.
298Axle counter
299Intallation, programming, Testing along Commissioningof Central Evaluators of MSDAC (includes & OEM certification),wiring from CT rack to the Central Evaluator, Installation and wiring the reset box and wiring the power supply to the Central Evaluator including the supply of shielded cable of required conductor size as applicable with other accessories, with their own material.Note:1. Variation in detection points and/or track sections upto (+) 10% shall have no cost bearing.2. Installation of detection points and line side electronics box is not included in this item.
300Installation, Testing & Commissioning of track device (double rail contact) including digging of trench, track crossing, laying of double walled antirodent corrugated pipe from track device to track side housing and making its terminations. Termination of 4Quad cable in track side electronic box. Fixing of deflector plates. (Double walled antirodent corrugated pipe made up of high density polyethylene of required diameter and all other accessories as per site requirement to be supplied by the firm & installation of EJB/ Track side electronic box inside the track side housing, including supply of wires and other accessories.
301P-way work required for provision of Axle counter track detection devices to be fixed on rails including work involving re-spacing of sleepers, packing of sleepers etc
302Installation, wiring, testing and commissioning of Block Instrument - Block proving by Axle Counter (BPAC) along with Universal Fail Safe Block Interface (UFSBI). This includes supply of all the materials (which are not covered in supply schedule) required for the job .
303COLOUR LIGHT SIGNALS
304Excavation of pit, casting & plastering of concrete foundation for C.L.Signal & ladder. as per drg.No.SK-15/10. This includes :Supply of cement, sand, stone chip & mixingin the ratio 1:3:6.
305Erection of2 aspect colour light signals.This includes :
306Erection of surface base, signal post, signal unit, junction type route indicator, shunt signal on offset bracket,calling on signal, ladder with guard & platform. Fixing of signal number plate, P/C/G marker & blanking-off signals. It will also include protective screen, wherever required.Fixing ofhoods & LED lamp units with current regulating transformer on 2aspect signal. Termination of the tail cable in the signal unit.This incuded digging/pulling of cable already laid. This item includes the cost of all the fixing materials required to execute this activity.
307Wiring & testing of signal unit as per the specifications and directives of engineer at site.
308Erection of3/4 aspect colour light signals.This includes :
309Erection of surface base, signal post, signal unit, junction type route indicator, shunt signal on offset bracket,calling on signal, ladder with guard & platform. Fixing of signal number plate, P/C/G marker & blanking-off signals. It will also include protective screen, wherever required.Fixing ofhoods & LED lamp units with current regulating transformer on 2aspect signal. Termination of the tail cable in the signal unit.This incuded digging/pulling of cable already laid. This item includes the cost of all the fixing materials required to execute this activity.
310Wiring & testing of signal unit as per the specifications and directives of engineer at site.
311Testing & commissioning of 2 /3/4aspect colour light signals.
312Excavation of pit, casting & plastering of concrete foundation for shunt signal.As per Drg. NoSK-16/10.This includes : Supply of foundation nuts & Bolts, cement, sand, stone chip & mixingin the ratio 1:3:6.
313Erectionof shunt signal.This includes :
314a). Erection of surface base, shunt signal post, shunt signal unit.
315b). Fixing ofhoods and LED lamps with regulating transformer.
316c). Termination of the tail cable in the signal unit.
317d). Wiring of shunt signal unit with wiring material.
318e) Necessary arrangement of material to be used by bidder own arrangement.
319APPARATUS CASE
320Excavation of pit, casting of concrete foundationsfor full location box as perDrg.No.NR SK -18/10.This includes : Supply of Foundation Bolts and nuts, cement, sand, stone chip & mixing in the ratio 1:3:6.
321Erection of full location box on foundation including fixing of `E"type lock & locking arrangement,wiring, testing & commissioning as per approved disposition plan& wiring diagram. Thisincludes -
322(i). Necessary arrangement of material& fixing of hylum sheet on 25 x 25 x 3 mm angle iron frame , resin bonded 10 mm thick grade P3 in standard size for shelves, boardfor fixing ARA terminal, disconnecting type terminal blocks, fuse blocks etc.
323(ii). Termination of cables with number embossed ferrules, bunching of cables with PVC tape including supply of ferrules, tape, cable fixing clamps etc.This also includes clamping of cables with contractors own material
324(iii). Filling up pit inside the location box by sand and plastering on the topof the sand.
325(iv).Fixing of terminals, 8 way strips, disconnecting type terminal blocks, fuse blocks, N.D. fuses, etc. as per approved wiring diagrams.
326Excavation of pit, casting of concrete foundations for half location box as per as per TS para.-8 &9 and Drg.No.Drg.No.SK- 17/10. This includes: (i) Supply of 4 nos. anchor bolts as per RDSO drawing no. SA-112A with nuts and washers. (ii) Supply of cement, sand, stone chip & mixing in the ratio 1:3:6.
327Erection of half location box on foundation including fixing of `E" type lock & locking arrangement wiring, testing & commissioning as per approved disposition plan & wiring diagram. This includes : (i) Supply & fixing of hylum sheet, resin bonded 10 mm thick grade P3 for fixing ARA terminal, fuse blocks etc. (ii) Bunching of cables with PVC tape including supply of ferrules, tape, cable fixing clamps etc. (iii) Filling up pit inside the location box by sand and plastering on the top of the sand. (iv) Fixing of angle iron frame for "Q" type relays in location box. This includes supply of angle iron for fixing relays. (v) Fixing of terminals, fuse blocks, N.D. fuses, etc. as per approved wiring diagrams and dwg. No. RITES/SIG/GEN/054-09
328Supply and Installation of Earth electrode assembly and concrete encloser with cover as per drg. No. RITES/SIG/GEN/013-98 and RITES/SIG/GEN/014-98 respectively. This includes providing connection to location box, signalunit, block instruments, cables etc. through GI wire 8 SWG suitably sparted on MS flats size 30 x 3 mm as per drg.No. RITES/SIG/GEN/015-98,RITES/SIG/GEN/016-98 & RITES/SIG/GEN/017-98. This includes: (i) Digingof pit in earth 3 m deep. (ii) Casting of cement concrete enclosure as per drg.No.RITES/SIG/GEN/014-98. (iii) Soil treatment as per standard practice involving supply & pouring of salt & charcoal. (iv) Connecting the equipment through earth lead wire & soldering. (v) Supply of cement,wiring material & soldering material.
329Dismantling of the following: -
330Signal posts/BSLB/SLB/Stop Board.
331Steel apparatus case with fittings.
332Relay racks with all fittings, battery racks complete, Equipment rack complete, SM`s slide.
333Battery charger, Battery set etc.TLBI, DLBI and other Misc. equipments.
334Complete lever frames, inside and Outside leads, all ground gears.
335Lifting barrier complete.
336TLJB/Point JB
337Electric Point Machine
338Operating cum indication Panel.
339Location Foundation/ Signal Foundation.
340PAINTING
341Painting of two coats ofenamelpaint over one coat ofRed oxide primer on the following items after scrapping and cleaning of the surface whereever necessary. Primer & paints both Asian make are to be supplied by contractor. Location boxes inside & outside surfaces with Aluminium paint.
342Full case
343Half case
344Painting of Main signal post with signal unit,surface base complete with route indicator, dependent shunt, calling On unit, ladderfittings as per Indian.Rlys. standard practice.
345Painting of two coats ofenamelpaint black Asian and Aiuminiumwhite asapproved by Site engineer over one coat ofprimeron Shunt signal unit , base and post
346Painting of two coats ofenamelpaint black Asian and red oxide asapproved by Site engineer over one coat ofprimeron point machine and ground connection respectively
347Necessary arrangement of material, installation & commissionig ofPre-wired Crank Handle cum key lock relay box along with LEDs, TEKNIC make push buttons, 8-way terminal strips, string rod etc. as per instructions of Engineer at site.
348Cement concrete work for miscellaneous items with supply of cement, sand, stone chips and mixing in the ratio 1:3:6. This item includes excavation, raming, curing and plastering with cement & sand mixture (stone chips size not exceeding 40mm).
349Providing brick massonary in ratio 1:6 cement and mortar including plastering with 1:4 cement and sand mixture both sides. 20mm thick each with contractor"sown IInd nd class bricks including excavation curing, grouting,bolting etc.Whereever required bricks sand and cement to be supplied by the contractor.
350All work of horizontal boring and trenchless cabling along with supply, transportation and insertion of double wall corrugated pipe -( ISI marked ) conforming to RDSO Spec no.RDSO/SPN/204/2011, and the laying of cable in the boring under the track / road by usingpipe of size 120 mm outer dia,103.5 mm inner dia in which required number of cables to be crossed. The depth of horizontal boring should be minimum 1.0 m from rail flange/road level. (This item will be used for track crossing of running lines).
351Blowing of OFC through HDPE duct & protective work (elicited in above item) already provided.Where it is not feasible to blow OFC due to curves, road/track crossings, bridges or for any other reason, OFC shall be drawn/laid manually as per standard procedure.All the equipments and machinery required shall be arranged by the contractor at his own cost.In case OFC is to be laid adopting Direct in trench method then this item shall be paid as per accepted rate of item no. (6h) of this schedule.OFC and HDPE pipe shall be supplied by the railway.
352Engaging mechanical excavators like JCB or other machineries for regarding and leveling the formation, dismantling any infringing structures, clearing and removing debris etc., with all lead and lifts etc., complete and as per the instruction of railway representative at site.JCB
353Providing AC Road Vehicle mentioned below for the use of Engineer/Employer as directed by engineer-in-charge.Note:Agency should provide / withdraw vehicle / vehicles on advise of engineer-in-charge.Engineer-in-charge shall advise the requirement (for providing or for withdrawal of vehicle or vehicles 7 days in advance).Vehicles willbe required to work upto 4000 Km in a month. (Average Kms of all vehicles in all months shall be upto 6000 Km).Vehicles shall be available on all days for 12 hours a day (except one weekly off)- Tavera , Innova or similar (Upto a maximum of 5 vehicles at any time)
354Provision and establishment of site office (of 300 to 350 Sqm) for use of employer with AC, lights, fans, cubicles, tables/workstations, furniture, 3 desktops and 2 laptops with application software and UPS, printers, network photocopier, land line connection with wi-fi, fridge, stove for making tea etc, water dispenser for dispensing hot and cold water,3 water kettles of each (5L and 2L), cups and saucers (20 sets), silent DG set of minimum 15 KVAand other facilities for making the office functional and making the office fully functional for use of employer(See special conditions about details, operation and stage payment of this item) - All these facilities and equipment will be property of the contractor at the end of project completion.
355Running and maintenance of site office by providing watch and ward (3 persons), paying electricity bills, water bills, providing consumables for making tea, providing internet of at least 10 MBPS, providing / replacing drum and catridges for photo copier, providing stationary, providing canned RO water supply, diesel for genset, operation of genset,AMC of all the gadgets and facilities and other required activities for successful and efficient functioning of office (stationary not included) (See special conditions about details, operation and payment of this item) and necessary requirement for the officials etc
356Earth work for excavation and refilling around location boxes and signals etc. where necessary including 50M lead and 1.5M lift. The lead is to be measured from centre of gravity of location to the centre of filling and lift from main ground level. The earth work should be well rammed including breaking of clods,leveling and dressing etc. as per instruction of Engineer at site.
357Excavation of pit in and around the existing location boxes very carefully without damaging the working cables and shifting and turning the location boxes to clear of the infringement as instructed by the Railway representative at site. The work includes ensuring the safety of the signalling system, releasing the cable coils to give access forshifting/ turning the location boxes. Necessary masonry work and earth work in and around the location boxes to the required level shall be done as instructed by the Railway representative at site. if theexisting earth connection to the location boxes are disturbed the earth wires shall be the properly re-connected. (All materials required for the work shall be supplied by the contractor) (i) Shifting of apparatus case (full).Shifting of location box
358Excavation of pit in and around the existing location boxes very carefully without damaging the working cables and shifting and turning the location boxes to clear of the infringement as instructed by the Railway representative at site. The work includes ensuring the safety of the signalling system, releasing the cable coils to give access for shifting/ turning the location boxes. Necessary masonry work and earth work in and around the location boxes to the required level shall be done as instructed by the Railway representative at site. if the existing earth connection to the location boxes are disturbed the earth wires shall be the properly re-connected. (All materials required for the work shall be supplied by the contractor) (ii) Shifting of apparatus case (Half).
359Installation testing and comissioning of electrically operated lifting barrier complete with casting of cement concreets foundations for padestals and boom rest post .Electric Lifting barrier shall be commissioned only if the installation is certified fit by theOEM and certificate from OEM is to be arranged by the contractor.
360Installation & Commissioning of Sliding Boom Gate as per technical specification attached.
361Installation of desk type magneto telephone with all accessories including standard battery box and 3nos. of 6I cells. All materials for this installation including standard battery box and 6I cells will be supplied by the contractor. Only desk type magneto telephone will be supplied by Railway(included as separate item of this schedule).
362TELECOM EXECUTION
363Installation, testing andcommisioningof NMS including uploading of STM/PD MUX.All the required fixing hardware material will be arrenged by contractor free of cost.
364Installation and wiring of SDH / STMs and PD Mux supplied with all accessories, DDF with miniature ‘U’ link type for 63 E1s, runway ladder etc in already installed 42-U Euro rack. This includes connecting all pig tails, optical patch cords etc. to the SDH equipment. This also includes connecting the SDH with all interface cards to the 48V Bus including supply of wires and connectors, termination of all E1s on DDF. This includes all the sundry material required for installation.
365Supply and installation of Optical Fiber termination box as per spec No. DPG/G/FIB-01/02 Mar 99 or DOT/G/FTB-01, Jan 93 or with latest amendment and splicing of all the fibers inside the termination box with provision of taking out OFC as required. This includes supply of all installation acccessories required to complete th installation as per spec No. G/OFJ-01/03 June 99 with latest amendment 10 mtr long patch cord as per spec. No. G/OJF-01/01 with connector as per code of practice for installation and commissioning of OFC.
366Installation, of 42" U Rack with all fittings for housing SDH equipment, primary muxes, DDF, MDF using Krone module, cooling fan and other equipments like runway ladders etc. completely wired and equipped with intergrated protection modules for all channels as per technical specifications and other stipulations of tender document.It should be possibleto lock all the equipments with onlyorder wire telephone remaining outside the rack.configuration shall be decided as per site requirement.All required fixing hardware material will be arrenged by contractor free of cost.
367Installation & commissioning of way station control equipment, 4W type as per arranging decided by engineer in charge.This includes installation of all way station control equipments.
368Transportation and installation of Fiber Management System and splicing, and termination 2 x 24 optic fiber cable of the both ends as per site requirements, complete with all required materials and accessories at contractors own cost.
369Installation of cable termination panel rack, mounting of isolation transformers, termination of under ground jelly filled cables on the screw type terminals, supply of wiring material and wiring of circuitry as per instructions of engineer at site.
370Wiring work of cable termination details of 6-quad, OFC, PIJF cables & equipments details at OFC Room/Cable hut & Station Building and wherever necessary as per direction of Engineer in-charge.
371Splitting of Armour of Optical Fiber cable at the end and Splicing of 24 fiber optic fiber cable and making the splice joint with contractor"s own splicing machine and tools.Acceptance Test Procedure of SECR has to be followed of testing.Continuity of the OFC Armour should not be maintained.
372Fixing of PVC pipe 1" dia with good quality clamps and 3 nos of clamp should be fixed in one meter distance along with PVC bend where required as per specification A-4.
373Fabrication of EC socket box, assembly and erection of fabricated assembly at the location indicated in the route chart and as per direction of Engineer-in-charge.
374Painting of emergency socket assembly and rail post by applying one coat of red oxide as base colour and then painting the assembly as per zebra painting in white and block colours.The width of each of the black and white colours shall be 100mm.All paints used shall be with ISI mark.
375Provision of "Earthing System for Telecom installations as per specification no. RDSO/SPN/TC/75/2008 with latest amendments."
376Installation of Antistatic mats in Repeaters, OFC/ cable huts and fixing of runway wires on OFC way in OFC/cable huts as per instructions of Engineer-Incharge.
Disclaimer :
We takes all possible care for accurate & authentic tender information, however Users are requested to refer Original source of Tender Notice / Tender Document published by Tender Issuing Agency before taking any call regarding this tender.
Tell us about your Product / Services,
We will Find Tenders for you

Copyright © 2024 · All Rights Reserved. Terms of Usage | Privacy Policy

For Tender Information Services Visit : TenderDetail