Sales : +91-777 804 8217
| Sl. No. | Item Description |
| 1 | \\"Annexure PBS\\", \\"Pricing Document Name of Bidder: TOTAL BID PRICE/ PRICE BID SCHEDULE (A+B1 of Grand Summary) To be Completed and Submitted as part of Price Bid Submission as per table below Indian Rupees Foreign CurrencyFC1 EURO Foreign CurrencyFC2 Foreign Currency(FC3_) FC1 FC2 In figures: 0.0 In figures: 0.0 In figures: In figures: In words: In words: In words: In words: (ii) The ' Total Bid Price' of this Contract is: PRICE SUBJECT TO PRICE VARIATION’ according to Appendix 2 (iii) BREAKUP OF TOTAL BID PRICE AMONG COST CENTERS IS GIVEN IN GRAND SUMMARY BELOW. Note: -1. The 'Total Bid Price' quoted for this contract shall be final, no conditional or unconditional discount can be offered on this 'Total Bid Price'. In case of non- compliance, the offered discount shall be treated as NULL and VOID and stand withdrawn.2. The above price is inclusive of all Taxes except GST and Custom Duty Authorised Signature & Seal of Bidder Authorised Signature & Seal of Bidder GRAND Summary of Price Bid Price Schedule Item Amount INR FC1EURO FC2 FC3 A1 Total Bid price for Design Build (A) 0.0 0.0 B1 Total Bid price for DLMP and Comprehensive Maintenance Service (B1) 0.0 Not Applicable Total BID PRICE (DESIGN BUILDand Comprehensive MAINTAINENCE) 0.0 0.0 0.0 0.0 PRICE SCHEDULE Breakup of Price Bid System wise Price Schedule Item Amount INR FC1EURO FC2 FC3 Equivalent in INR * A Design Build A.1 PST 0.0 0.0 0.0 A.2 E&M -Station & Depot 0.0 0.0 A.3 Elevator (Lifts) 0.0 0.0 A.4 Escalator 0.0 0.0 Total Cost for Design Build 0.0 0.0 0.0 0.0 0.0 Authorised Signature & Seal of Bidder DETAILS OF TAXES (CD and GST) Section/Cost Center Total BID SUMPrice for D&B (Inclusive of duties, levies, cess, fees, royalties,charges, deposits etc.,except the mentioned inthe following columns) (Converted to INR) (A) Taxes and duties Total Price (All Inclusive) (INR) (C) =(A) + (B) Custom Duty (CD) GST (As applicable) Total CD +GST (B) -1.0 -2.0 (3) = Sum of (1) and(2) Rate (%) Amount Rate (%) Amount Amount PST S3.1.3./OHE-Main Line 0.0 0.1 0.0 0.18 0.0 0.0 0.0 S3.1.4./OHE-Depot 0.0 0.1 0.0 0.18 0.0 0.0 0.0 Balance PST items 0.0 0.18 0.0 0.0 0.0 E&M -Station & Depot 0.0 0.18 0.0 0.0 0.0 Elevators 0.0 0.18 0.0 0.0 0.0 Escalators 0.0 0.18 0.0 0.0 0.0 Total Cost 0.0 0.0 0.0 0.0 0.0 Notes: 1. This requirement is not a part of Financial Bid Evaluation Authorised Signature & Seal of Bidder COST CENTRE No. S1: Plans and General Items This Cost Centre comprises all those obligations and ongoing activities throughout the Contract not associated directly with any other Cost Center. This includes but is not limited to: • Submission of Project Management Plan; • Submission of Interface Management Plan and Detailed Interface Documents. • Submission of Works Programme and Design Submission Programme. • Submission of Manufacturing schedule and Process sequence Plan; • Submission of Quality Plan and Quality Assurance Plan; • Submission of Safety Assurance Plan and Site Safety Plan; • Submission of Environmental Plan; • Submission of Software Quality Assurance Plan; • Submission of Training Management and Development Plan; • Submission of Inspection Plan and Testing & Commissioning (including Integrated Testing & Commissioning) Plan; • Submission of Reliability, Availability and Maintainability Assurance Plan; • Submission of Defect Liability and Maintenance Plan; • Liaison with other Designated Contractors during the design process; • Any other item considered necessary to comply with the scope of work Authorised Signature & Seal of Bidder Price Schedule A Cost Centre and Limits (Total Design Build Cost) PRICE SCHEDULE A : COST CENTRES AND LIMITS (Total Design Build Cost) Cost Centres Item Description Maximum Percentage to each cost centre of Design BuildCost Bid Price S1 Cost Centre S1 Plans and General Items included S2 Cost Centre S2 Preliminary & Detail Design, mock-up, Application Engineering as per Section 6: Employer’s Requirement Not More than 3% of Price Schedule A 0.0 S3.1 Cost Centre S3.1 PST: Supply of 220 kV receiving cum- 25 kV AC traction cum - 33 kV auxiliary main substations, SCADA system, flexible overhead catenary system (FOCS) including switching stations, CMV and 33 kV auxiliary ring main system including 33/0.415 kV auxiliary sub-stations (ASS) & depot andDynamic Power Compensation System Not More than 42% of Price Schedule A 0.0 S3.2 Cost Centre S3.2 PST: Supply of all equipment required for MSETCL LILO Works as per specifications Not More than 6% of Price Schedule A 0.0 S3.3 Cost Centre S3.3 PST: Civil works for RSS and LILO GIS Not More than 4% of Price Schedule A 0.0 S4 Cost Centre S4: Manufacture and Supply of Materials for 6 Stations and Depot Buildings E&M Works as per Section 6: Employer’s Requirement. Not More than 14% of Price Schedule A 0.0 S5 Cost Centre S5: Manufacture and Supply of Material for Elevators (Lifts) and Escalators systems for 6 Stations and Depot as per Section 6: Employer’sRequirement. Not More than 6% of Price Schedule A 0.0 S6.1 Cost Centre S6.1 PST: Installation, Testing and Commissioning of 220 kV receiving cum - 25kv ac traction cum - 33kv auxiliary main substations, SCADA system, flexible overhead catenary system (FOCS) including switching stations, 33 kv auxiliary ring mainsystem including 33/0.415 kv auxiliary sub-stations (ass) & depot not less than 7% of Price Schedule A 0.0 S6.2 Cost Centre S6.2 PST: Installation , testing and Commissioning of LILO substation and all equipment required for MSETCL LILO Works as perspecifications not less than 2% of Price Schedule A 0.0 S7 Cost Centre S7: Installation ,Testing and Commissioning of E&M works including integrated testing with other system for 6 Stations and Depotbuildings as per Section 6: Employer’s Requirement. not less than 8% of Price Schedule A 0.0 S8 Cost Centre S8: Installation ,Testing and Commissioning of Lift and Escalators systems including Integrated Testing & Commissioning with other system for 6 Stations and Depot buildings as perSection 6: Employer’s Requirement. not less than 3% of Price Schedule A 0.0 S9 Cost Centre S9: MISC incl DLMP obligation not less than 5 % of Price Schedule A 0.0 A Sub-Total: Design-Build 0.0 B1 B1: Maintenance Cost 0.0 Sub-Total: Comprehensive Maintenance 0.0 Grand-Total 0.0 COST CENTRE No. S1: Plans and General Items This Cost Centre comprises all those obligations and ongoing activities throughout the Contract not associated directly with any other Cost Center. This includes but is not limited to: ● Submission of Project Management Plan; ● Submission of Interface Management Plan and Detailed Interface Documents. ● Submission of Works Programme and Design Submission Programme. ● Submission of Manufacturing schedule and Process sequence Plan; ● Submission of Quality Plan and Quality Assurance Plan; ● Submission of Safety Assurance Plan and Site Safety Plan; ● Submission of Environmental Plan; ● Submission of Software Quality Assurance Plan; ● Submission of Training Management and Development Plan; ● Submission of Inspection Plan and Testing & Commissioning (including Integrated Testing & Commissioning) Plan; ● Submission of Reliability, Availability and Maintainability Assurance Plan; ● Submission of Defect Liability and Maintenance Plan; ● Liaison with other Designated Contractors during the design process; ● Any other item considered necessary to comply with the scope of work Authorised Signature & Seal of Bidder COST CENTRE S1: Plans and General Items(Corresponding to Lifts and Escalators) In general, this cost centre includes all items not covered in other schedules: |
| 2 | 2.0 Item Ref Item Description Unit Amount S1.1 Employer’s Representative’s Requirements. Cost of Item reference S1.1.1 to S1.2.16 shall be included as a part of the cost quoted in cost centers S3 to S16. S1.1.1 Provide, maintain, and remove ER’s accommodation. Sum S1.2 Project Management and Supervision. S1.2.1 Establish, maintain and remove Contractor’s site offices, workshops, welfare and other facilities. Sum S1.2.2 Head office support, overheads and profit. Sum S1.2.3 Provide Contractor’s supervision and co-ordination fordesign. Sum S1.2.4 Provide Contractor’s supervision and co-ordination for construction. Sum S1.2.5 Carry out all necessary site testing and quality control. Sum S1.2.6 Provide and Maintain Insurances as per Clause 19 of Conditions of Contract (Tenderer to list) Sum S1.2.7 Obtain and provide all bonds and guarantees. Sum S1.2.8 Undertake to carry out all Design-Build in accordance with all National Health & Safety laws and regulations and health and safety requirement of the Contract Sum S1.2.9 Collateral Warranties Sum S1.2.10 Works Program for complete Contract. Sum S1.2.11 Safety Assurance Plan & Site Safety Plan. Sum S1.2.12 Environment Plan Sum S1.2.13 Inspection, Testing, Commissioning and Integrated Testing Plan Sum S1.2.14 DLP Plan Sum S1.2.15 RAMS Plan Sum S1.2.16 Provision of 3 nos. (7-seater hard topped) vehicles forthe Employer’s Representative in accordance with the Employer’s Requirements Sum Total Cost Centre S1 Value (to Grand Summary) Seal of firm and Authority’s Signature COST CENTRE S2: Preliminary & Detail Design, Mock-up, Final Design, Application Engineering as per Section 6: Employer’s Requirement This Cost Centre comprises all those obligations and ongoing activities throughout the Contract not associated directly with any other Cost Center. This includes but is not limited to: ● Submission of the Preliminary Design, Virtual/Physical Mock-up, Pre-Final Design, the Final Design, Protype Test including on board condition monitoring equipment; ● Submission of the Final Design Document; ● Submission of “As-Built drawings”; ● Verification and Validation Plans of all sub-systems ● Design Verification Table ● Hazard Analysis ● Preliminary Hazard analysis, ● System Hazard analysis, ● Sub system hazard analysis, ● Interface hazard analysis ● Operating & Support Hazard Analysis ● Final System Assurance Plans ● Application / Configuration Documents ● Control / Route Table ● Factory Acceptance Test Plans and Type Test Plans including planning, methodology and checklists ● Equipment installation methods for all indoor and outdoor equipment. ● Application drawings including ● Cable Termination and Distribution Drawing, Room Layout Plans, Circuit Drawings ● Diagrams including interconnection details of all subsystems, detailed layout plan of Mainline & Depot OCC & BCC ● Equipment including OCC & BCC display panel, ● Equipment Installation Drawings. ● Submission of Manufacturing Activities SPV module. ● Submission of QAP of SPV module ● Prototype of Lifts and Escalators ● Any other item considered necessary to comply with the scope of work Authorised Signature & Seal of Bidder COST CENTRE S2: Preliminary & Detail Design, Mock-up, Final Design, Application Engineering as per Section 6: Employer’s Requirement This Cost Centre comprises all those obligations and ongoing activities throughout the Contract not associated directly with any other Cost Center. This includes but is not limited to: • Submission of the Preliminary Design, Virtual/Physical Mock-up, Pre-Final Design, the Final Design, Protype Test including on board condition monitoring equipment; • Submission of the Final Design Document; • Submission of “As-Built drawings”; • Verification and Validation Plans of all sub-systems • Design Verification Table • Hazard Analysis • Preliminary Hazard analysis, • System Hazard analysis, • Sub system hazard analysis, • Interface hazard analysis • Operating & Support Hazard Analysis • Final System Assurance Plans • Application / Configuration Documents • Control / Route Table • Factory Acceptance Test Plans and Type Test Plans including planning, methodology and checklists • Equipment installation methods for all indoor and outdoor equipment. • Application drawings including • Cable Termination and Distribution Drawing, Room Layout Plans, Circuit Drawings • Diagrams including interconnection details of all subsystems, detailed layout plan of Mainline & Depot OCC & BCC • Equipment including OCC & BCC display panel, • Equipment Installation Drawings. • Submission of Manufacturing Activities SPV module. • Submission of QAP of SPV module • Prototype of Lifts and Escalators • Any other item considered necessary to comply with the scope of work Authorised Signature & Seal of Bidder COST CENTRE S2: Preliminary & Detail Design, Mock-up, Application Engineering as per Section 6: Employer’s Requirement This Cost Centre comprises the provision and execution of design services, mock-up, Application engineering for the whole of the Design-Build of the Works and includes for the submission of all Design and Construction Documents, all liaison with relevant parties, execution of the Hazop, inspection reporting, model tests, risk assessments and any activities necessary to complete the design.This Statement shall cover all work necessary to include but not be limited to preparation, submission, and all subsequent revisions, changes required and re-submittals as required by the Employer's Requirements until \\"Notice of No Objection\\" or \\"Notice of No Objection subject to” has been issued by the \\"Employer’s Representative/Employer\\" for:• Documents, drawings, design calculations;• Submission of RAM Report Based on the Design Calculation. (RAM Report is to be validated as per employer’s requirement)Note: - The contractor is not entitled for any additional payment under statement S2 for the variation (if any) in the quantity as per the approved design% limit for cost Centre to be included as per Price Schedule A |
| 3 | 2.0 Item Ref Item Description Amount (INR) FC1EURO FC2 FC3 Date of Completion S2.1 General Obtain the “Notice of No Objection” or “Notice of No Objection Subject to ---“ fromthe Engineer after: S2.1.1 Preparation, submission and management of all necessary permissions, approvals and consents to be obtained in advance of commencement ofconstruction. This (item ref S1.2.1.1 and S1.2.1.2) shall be integral part of the project and cost shall be included as a part of cost quoted in cost centres S3 to S9. S2.1.2 Liaise and consult as necessary with all external third parties including all agencies responsible for thepermissions, approvals and consents to be obtained. S2.2 PST S2.2.1 Simulation studies for traction and power supply system. S2.2.2 Complete Design for RSS (Preliminary, Definitive, GFC) S2.2.3 Complete Design for OHE, 33kV Ring Main & SCADA(Preliminary, Definitive, GFC) S2.2.4 As build drawings for RSS S2.2.5 As build drawings forOHE,33kV Ring Main & SCADA S2.2.6 Power factor compensation &THD calculation S2.3 E&M SYSTEM - 6 STATIONS S2.3.1 Presentation of Overall Conceptual scheme/alternative design and submission & approval of Final Design Submission including LoadSchedules etc. S2.3.2 Submission of Documents, Models etc to local authorities such as Fire authority etc, fortheir approval S2.3.3 Submission and Approval of Construction reference Drawings (CRD) S2.3.4 Submission and Approval of Combined Services Drawings (CSD) S2.3.5 Submission and Approval of revised/Updated Structural Electrical and Mechanical (SEM) drawings including wallcut out drawings S2.3.6 Submission and Approval of Shop Drawings including modifications / revisions to CRD / SEM / CSD and otherdrawings as required during construction. S2.3.7 Submission and Approval of As-built drawings and submission of Final Revisions of All Documents as ''Originals'' and Design Report S2.4 E&M SYSTEM – Kasheli Depot works S2.4.1 Presentation of Overall Conceptual scheme and submission & approval of Preliminary Design Submissionincluding Load Schedules etc. S2.4.2 Submission and Approval of Detailed design drawings including all necessary calculations, vendor & technical Submission, codal provisions, reference documents etc.. S2.4.3 Submission of Documents, Models etc to local authoritiessuch as DFS etc, for their approval S2.4.4 Submission and Approval of Construction referenceDrawings (CRD) S2.4.5 Submission and Approval of Combined Services Drawings(CSD) S2.4.6 Submission and Approval of revised/Updated Structural Electrical and Mechanical (SEM) drawings including wallcut out drawings S2.4.7 Submission and Approval of Shop Drawings including modifications / revisions to CRD / SEM / CSD and otherdrawings as required during construction. S2.4.8 Submission and Approval of As-built drawings and submission of Final Revisionsof All Documents as ''Originals'' and Design Report S2.5 Elevator System S2.5.1 Preliminary Design submissionand Approval including vendor approval S2.5.2 Detailed design submissionand Approval including calculation, GAD, layouts etc.. S2.5.3 Submission and Approval of Civil corordination Drawings including modifications / revisions from CRD / SEM / CSD and other drawings asrequired during construction. S2.5.4 Submission and Approval of As-built drawings and submission of Final Revisions of All Documents as ''Originals''and Design Report S2.6 Escalator System S2.6.1 Preliminary Design submission and Approval including vendorapproval S2.6.2 Detailed design submission and Approval including calculation, GAD, layouts etc.. S2.6.3 Submission and Approval of Civil corordination Drawings including modifications / revisions from CRD / SEM / CSD and other drawings asrequired during construction. S2.6.4 Submission and Approval of As-built drawings and submission of Final Revisions of All Documents as ''Originals''and Design Report Total Cost Centre S2 Value (to GrandSummary) 0.0 Authorised Signature & Seal of Bidder COST CENTRE S5: Manufacture and Supply of Material for Elevators (Lifts) and Escalators systems for 6 Stations and Depot as per Section 6: Employer’s Requirement.This Cost Centre comprises all those obligations and ongoing activities throughout the Contract not associated directly with any other Cost Centre. This includes but is not limited to: This Cost Centre comprises all those obligations and ongoing activities throughout the Contract not associated directly with any other Cost Centre. This includes but is not limited to: • Obtain the “Notice of No Objection” or “Notice of No Objection Subject to ---“from the Engineer after: • Issue of Inspection Certificate on satisfactory completion of all Factory Tests; • Transit Insurance; • Despatch Documents; • Despatch of cars from onshore factory; • Inland transportation in India, delivery and receipt of Material in the Depot in Mumbai in good condition; • Manufacture and Supply of Lifts as per particular specifications for Station and Depot Works. • Manufacture and Supply of Escalators as per particular specifications for Stations Works Authorised Signature & Seal of Bidder Cost Centre S3.1 PST: Supply of 220 kV receiving cum - 25 kV AC traction cum - 33 kV auxiliary main substations, SCADA system, flexible overhead catenary system (FOCS) including switching stations, CMV and 33 kV auxiliary ring main system including 33/0.415 kV auxiliary sub-stations (ASS) & depot and Dynamic Power Compensation System dispatch completion of shipping, inland transportation till depot, Mock-up in depot as per Part II ER Section 6. This Cost Centre comprises the …., are included (notes to be included) |
| 4 | 2.0 Item Ref Item Description Amount (INR) FC1EURO FC2 FC3 Date of Completion S3.1 Obtain the “Notice of No Objection” or “Notice of No Objection Subject to ---“ from the Engineer after: For:• Issue of Inspection Certificate on satisfactory completion of all Factory Tests;• Transit Insurance;• Despatch Documents• Inland transportation in India, delivery anreceipt of MATERIAL in the Depot in Mumbai in good condition; S3.1,1 RSS Equipments - Kasheli Depot S3.1.1.1 Delivery of 220KV(1core x 800 sqmm Al/pb(sheath)) incoming cables, Joints, Terminations, Bonding kits with SVL, OFC cable as per contract specification .(From MSETCL LILO Substation to RSS) 56 weeks from Commencement date 19541518.2018 0.0 S3.1.1.2 Delivery of 220KV GIS type indoor switchgears including the PT, CT andother associated equipment 56 weeks from Commencement date 112546927.6442 0.0 S3.1.1.3 Delivery Sub-station automation (SAS) alongwith all control relay panels with IED type BCU & BPU for complete 220KV ,33KV, 25kV and Aux. LTsystems. 56 weeks from Commencement date 32159366.5421 0.0 S3.1.1.4 Delivery of 220kV/33kV,15/20MVA two Auxiliary Mains Transformers includingpower cables for Kasheli RSS 56 weeks from Commencement date 67706921.0899 0.0 S3.1.1.5 Delivery of 33kV GIS type Indoorswitchgear including the PT, CT and other associated equipment 56 weeks from Commencement date 31409356.9918 0.0 S3.1.1.6 Delivery of 33kV/0.415kV, 2Nos., 200kVA dry type transformer as percontract specification. 56 weeks from Commencement date 2825396.0653 0.0 S3.1.1.7 Delivery of 220kV/27.5kV, 40/50MVA Two traction transformer (Including power cable for making connectionEHV GIS to Transformer to HV GIS) 56 weeks from Commencement date 120535813.3339 0.0 S3.1.1.8 Delivery of 27.5kV GIS type indoor switchgear two incoming, five outgoing and one couppling bays including the PT, CT and other associatedequipment 56 weeks from Commencement date 29912351.7682 0.0 S3.1.1.9 Safety Equipment 56 weeks from Commencement date 396205.4259 0.0 S3.1.1.10 Delivery of 33kV cables (1C x 95sqmm Copper FRLS) including terminationsand cable laying 56 weeks from Commencement date 591778.1191 0.0 S3.1.1.11 Manufacture,Supply,Delivery of 25 kV Traction Cable, 33 kV power cable, 3.3 kV return current cable, LV Cables and control cables for all equipment of RSS including straight through joints, if any and all type of terminationsincluding burried rail 56 weeks from Commencement date 1394565.1813 0.0 S3.1.1.12 Manufacture, Supply, and delivery to site of Earthing & Bonding and buried copper material bar including Thermosetting weld /Exothermic weld or Cad Weld & cables etc as percontract specification. 56 weeks from Commencement date 2314317.6323 0.0 S3.1.1.13 Manufacture, Supply and delivery to site, internal LED type lighting, external LED type lighting with high mast, Direct stroke lightning protection, VRV type Air Conditioner, fire detection and fire fighting equipment as per fire by-laws, ACDB, Battery charger cum DCDB and battery ,EOT crane, earthquake sensor and all other items required for completion of RSS as per contractspecification 56 weeks from Commencement date 43041908.2781 0.0 Any other item(s) considered necessary to comply with Scope of Work 6820780.1449 0.0 TOTAL of S3.1.1 471197206.41879994 0.0 S3.1.2. 33 kV Power Supply Network (Station and Depot ASS) 0.0 0.0 S3.1.2.1 33 KV/415V, 500 kVA TRANSFORMERS(Dry Type) 56 weeks from Commencement date 20267485.101999998 0.0 S3.1.2.2 33 KV/415V, 2000 kVA Transformers at Depot ASS 56 weeks from Commencement date 17677297.5826 0.0 S3.1.2.3 33 KV SWITCHGEAR for station ASS and Depot ASS 56 weeks from Commencement date 164177450.3964 0.0 S3.1.2.4 AUXILIARIES 56 weeks from Commencement date 0.0 0.0 S3.1.2.4.1. Auxiliary Feeding (DC-UPS Protection) 56 weeks from Commencement date 0.0 0.0 S3.1.2.4.2. DC-UPS, 110V, Ni Cd battery Set180AH,110V, Battery Charger 56 weeks from Commencement date 19156375.533999998 0.0 S3.1.2.4.3. All other Equipments (ACDB, DCDBetc) 56 weeks from Commencement date 2468605.988 0.0 S3.1.2.5. 33 kV cabling including termination and jointing 56 weeks from Commencement date 0.0 0.0 S3.1.2.6. 33 kV Cables (1 C x 400 sq.mm Copper) 56 weeks from Commencement date 39535004.3314 0.0 S3.1.2.7. 33 kV Cables (1C x300 sqmm Alluminium) (FRLS) includingtermination kits & Joints 56 weeks from Commencement date 94425091.8702 0.0 S3.1.2.8. Termination Kits (Indoor/Outdoor) for33kV Cable ( for 400) 56 weeks from Commencement date 1268072.8599 0.0 S3.1.2.9. 33 kV Cables (1C x 95 Sqmm Copper FRLS) including termination and cable laying 56 weeks from Commencement date 5918502.4031 0.0 S3.1.2.10. Auxillary Cables 56 weeks from Commencement date 0.0 0.0 S3.1.2.11. Low voltage cables and connections 56 weeks from Commencement date 5069275.6367999995 0.0 S3.1.2.12. Pilot Wire Cables( 24 core optic fiber) 56 weeks from Commencement date 3475947.6746 0.0 S3.1.2.13. 25 KV, 3.3. KV Cables & C&M Cablesand Indication wiring 56 weeks from Commencement date 147983728.4711 0.0 S3.1.2.14. Earthing material 56 weeks from Commencement date 27864.4002 0.0 S3.1.2.15. Supply of Viaduct Lighting (Including all Associated Accessories ) 56 weeks from Commencement date 59721938.9968 0.0 S3.1.2.16. SUPPLY OF SCADA EQUIPMENT(REMOTE STATIONS,BCC & OCC) 56 weeks from Commencement date 63716046.271 0.0 S3.1.2.17. Battery Bank & Charger for ALL ASS 56 weeks from Commencement date 0.0 0.0 S3.1.2.18. All other Equipments (ACDB, DCDB etc) 56 weeks from Commencement date 1082067.5411 0.0 S3.1.2.19. Safety Equipment 56 weeks from Commencement date 2085439.1909999999 0.0 S3.1.3. OHE-Main Line 0.0 0.0 S3.1.3.1. Galvanised steel masts 76 weeks from Commencement date 31697452.8202 0.0 S3.1.3.2. Overhead wires and Conductors 76 weeks from Commencement date 1098434.9153 S3.1.3.3. Dropper assembly (12 sq.mm. Bronze) 76 weeks from Commencement date 60865.8719 S3.1.3.4. Buried Earth Conductor (BEC) (93.3 sq.mm. ACSR) 76 weeks from Commencement date 2358320.2365 0.0 S3.1.3.5. Cantilevers 76 weeks from Commencement date 370579.7682 S3.1.3.6. Galvanised steelwork 76 weeks from Commencement date 6637799.295 0.0 S3.1.3.7. Jumper assemblies 76 weeks from Commencement date 1975896.7983 0.0 S3.1.3.8. Earthing assemblies 76 weeks from Commencement date 5312334.7064 0.0 S3.1.3.9. Termination assemblies 76 weeks from Commencement date 8810.535 S3.1.3.10. Anti-creep assembly (including Termination) 76 weeks from Commencement date 1421186.4775999999 0.0 S3.1.3.11. Guy rod assembly 76 weeks from Commencement date 2705430.2801 0.0 S3.1.3.12. Automatic tensioning device assembly 76 weeks from Commencement date 0.0 0.0 S3.1.3.13. Automatic Tensioning Device assembly of Spring type 76 weeks from Commencement date 370141.6487 S3.1.3.14. Insulator Assembly 76 weeks from Commencement date 959108.0998 0.0 S3.1.3.15. Section Insulator assembly 76 weeks from Commencement date 53539.165799999995 S3.1.3.16. Number Plates and boards for the Catenary system 76 weeks from Commencement date 3180695.5734 0.0 S3.1.3.17. Safety Screen panels 76 weeks from Commencement date 415424.90989999997 0.0 S3.1.3.18. Short Neutral Section Assembly 76 weeks from Commencement date 4426393.526 0.0 S3.1.3.19. Wind Speed Sensor 76 weeks from Commencement date 378418.73709999997 0.0 S3.1.3.20. Anti Bird Disc 76 weeks from Commencement date 1510325.0193 0.0 S3.1.3.21. Anti Bird Nesting PVC net 76 weeks from Commencement date 6809443.9232 0.0 S3.1.3.22. Pipes & Conduits 76 weeks from Commencement date 0.0 0.0 S3.1.3.23. Integral Transverse Links 76 weeks from Commencement date 0.0 0.0 S3.1.3.24. Feeding Post Equipments (interruptersetc) 76 weeks from Commencement date 3986707.3877 0.0 S3.1.3.25. Measuring and protection Equipment 76 weeks from Commencement date 1757537.0766 0.0 S3.1.3.26. C&M cables 76 weeks from Commencement date 1721484.1748 0.0 S3.1.3.27. Switching Stations (SP, SS & SSP) Equipment 76 weeks from Commencement date 15005381.9999 0.0 S3.1.3.28. Auxiliaries 76 weeks from Commencement date 0.0 0.0 S3.1.4. OHE-Depot 76 weeks from Commencement date 0.0 0.0 S3.1.4.1 Galvanised steel masts 76 weeks from Commencement date 43723935.162599996 0.0 S3.1.4.2 Overhead wires and Conductors 76 weeks from Commencement date 307115.9921 S3.1.4.3 Dropper assembly 76 weeks from Commencement date 31206.626099999998 S3.1.4.4 Buried Earth Conductor (BEC) (93.3 sq.mm. ACSR) 76 weeks from Commencement date 132062.6979 0.0 S3.1.4.5 Cantilevers 76 weeks from Commencement date 117613.4205 S3.1.4.6 Galvanised steelwork 76 weeks from Commencement date 4864954.9971 0.0 S3.1.4.7 Jumper assemblies 76 weeks from Commencement date 2354018.9622 0.0 S3.1.4.8 Earthing assemblies 76 weeks from Commencement date 600034.0237 0.0 S3.1.4.9 Termination Assemblies for 76 weeks from Commencement date 9872.6137 S3.1.4.10 Anti-creep assembly (includingTermination) 76 weeks from Commencement date 41193.8249 0.0 S3.1.4.11 Guy rod assembly 76 weeks from Commencement date 2545431.9274 0.0 S3.1.4.12 Automatic tensioning device assembly 76 weeks from Commencement date 284311.6314 S3.1.4.13 Insulator Assembly 76 weeks from Commencement date 2477410.7456 0.0 S3.1.4.14 Section Insulator assembly 76 weeks from Commencement date 19426.5075 S3.1.4.15 Number Plates and boards for theCatenary system 76 weeks from Commencement date 1769638.8037999999 0.0 S3.1.4.16 Safety Screen panels 76 weeks from Commencement date 1525043.9087 0.0 S3.1.5. Feeding Post 76 weeks from Commencement date 0.0 0.0 S3.1.5.1. Interrupters ( 25 KV) single pole 76 weeks from Commencement date 6644511.6709 0.0 S3.1.5.2. Circuit Breaker including panel & Relay 76 weeks from Commencement date 358294.1271 0.0 S3.1.5.3. Single Pole Motorised Isolator 25 kV 76 weeks from Commencement date 2708188.9886 0.0 S3.1.5.4. Lightening Arrester 76 weeks from Commencement date 168328.4006 0.0 S3.1.5.5. 25 kV Feeder Cable for Depot (1 core x 240 sq.mm copper) FRLS 76 weeks from Commencement date 11624604.4726 0.0 S3.1.5.6. 3.3 kV Feeder Cable for Depot (1 corex 240 sq.mm copper) FRLS 76 weeks from Commencement date 27217694.4133 0.0 S3.1.6. Depot Sectioning 76 weeks from Commencement date 0.0 0.0 S3.1.6.1. Interrupters ( 25 KV) single pole 76 weeks from Commencement date 1198929.8996 0.0 S3.1.6.2. Single Pole Motorised Isolator 25 kV 76 weeks from Commencement date 6005113.3323 0.0 S3.1.6.3. Double Pole Motorised Isolator 25 kV 76 weeks from Commencement date 526169.9647 0.0 S3.1.6.4. Lightening Arrester 76 weeks from Commencement date 0.0 0.0 S3.1.6.5. 25 kV Feeder Cable for Depot (1 core x 240 sq.mm copper) FRLS 76 weeks from Commencement date 0.0 0.0 S3.1.6.6. 3.3 kV Feeder Cable for Depot (1 core x 240 sq.mm copper) FRLS 76 weeks from Commencement date 0.0 0.0 S3.1.7. Measuring and protectionEquipment 0.0 0.0 S3.1.7.1 25 KV Potential transformer 76 weeks from Commencement date 387456.51649999997 0.0 S3.1.7.2 25 KV Current Transformer 76 weeks from Commencement date 51302.3491 0.0 S3.1.7.3 C&M cables 76 weeks from Commencement date 0.0 0.0 S3.1.7.3.1. C&M cables (FP.SP,SSP) 76 weeks from Commencement date 11395454.4935 0.0 S3.1.7.3.1. Marshaling box 76 weeks from Commencement date 149511.4088 0.0 S3.1.7.3.1. wiring 76 weeks from Commencement date 1422463.283 0.0 S3.1.7.4 Auxiliaries 0.0 0.0 S3.1.7.5 AC/DC Distribution Box 76 weeks from Commencement date 0.0 0.0 S3.1.8. Supply of 8 wheeler Catenary Maintenance Vehicles with lifting platform and crane with interchangeable basket for MMRDproject (Standard Guage). 103 weeks from Commencement date 116859519.8708 0.0 S3.1.9. Suply of Power Factor & Harmonics Compensator 56 weeks from Commencement date 30862592.5219 0.0 Any other item(s) considerednecessary to comply with Scope of Work 56 weeks from Commencement date 18888412.9817 0.0 Sub Total 0.0 0.0 1036817809.0409 2731918.6961999997 Total Cost CentreS3 Value (to Grand Summary) 0.0 0.0 1508015015.4596999 2731918.6961999997 Note: i. The cost shall include the complete Supply & Delivery of RSS, ASS, FOCS & CMV for entire corridor stations and Depot works including cabling in all respects. ii. The travel, boarding and lodging expenses for the Employer & Employer representative involved in Factory acceptance test (FAT) within India or overseas shall be borne by the Employer. iii. In case, the contractor fails to establish the compliance of Transformer Losses during FAT in accordance with Chapter 3 of Section 6B2, the damage amount shall be deducted from the amount payable under the Cost Centre S3 (as applicable) for delivery of the Supply of PST items. iv. The cost of spares to be supplied as per Clause 6.2.8 of Section 6K is deemed to be included in the cost centre S3 to cost centre S9 Authorised Signature & Seal of Bidder Cost Centre S3.2 PST: Supply of all equipment required for MSETCL LILO Works as per specifications This Cost Centre comprises the …., are included (notes to be included) % limit for cost centre to be included The apportioned cost between S3.1 to S3.5 shall be equally divided |
| 5 | 2.0 Item Ref Item Description Amount (INR) FC1EURO FC2 FC3 Date of Completion Obtain the “Notice of No Objection” or “Notice of No Objection Subject to ---“from the Engineer after:For: Issue of Inspection Certificate on satisfactory completion of all Factory Tests. Transit Insurance. Despatch Documents. Despatch of E&M from onshore factory. Inland transportation in India, delivery, and receipt of MATERIAL in the Depot in Mumbai in good condition;For: S3.2 Supply of all equipment required forMSETCL LILO Works as per specifications 0.0 S3.2.1 Design, Supply & Erection of MSETCL LILO Tower Transmission Line 56 weeks from Commencement date 32793142.5076 S3.2.1.1 Fabrication, Galvanising, Supply, at site store of towers (Viz, 2°, 15°, 30°, 60°) normal, its extensions with set of stubs, Superstructure, templates, step bolts, U- bolts, D'Shackles, Chain links etc, complete as per approved design &drawings. S3.2.1.2 Supply at site store of Galvanised Bolts & Nuts with Spring Washers. 0.0 S3.2.1.3 220 kV Porcelain insulator String 0.0 S3.2.1.4 Hardware for ACSR Conductor 0.0 S3.2.1.5 ACSR Conductor 0.0 S3.2.1.6 Conductor accessories 0.0 S3.2.1.7 Tower accessories 0.0 S3.2.1.8 Earth wire and accessories 0.0 S3.2.1.9 OPGW & Hardware 0.0 S3.2.1.22 Any other item(s) considered necessaryto comply with Scope of Work 0.0 S3.2.2 Design, Supply & Installation of GIS Arrangement at LILO Substation 0.0 S3.2.2.1. 3- Ø 220 kV, metal enclosed SF6 Gas Insulated Switchgear-Line Bay Module 56 weeks from Commencement date 65627750.3779 suitable for 02 Incomer and 02 Outgoing as per MSETCL Specifications 56 weeks from Commencement date 0.0 S3.2.2.2. 3- Ø 220 kV, metal enclosed SF6 Gas Insulated Switchgear - Bus Coupler bayModule as per MSETCL specifications 56 weeks from Commencement date 16406937.8352 S3.2.2.3. 3- Ø 220 kV, metal enclosed SF6 Gas Insulated Switchgear - Bus bar Moduleas per MSETCL specifications 56 weeks from Commencement date 32813875.6704 S3.2.2.4. Any other item(s) considered necessary to comply with Scope of Work 0.0 S3.2.3 Supply of SAS & SCADA for LILO Substation 60 weeks from Commencement date 12357995.331799999 Sub-station automation (SAS) along with all control & relay panels with IED type BCU & BPU for complete incoming, outgoing and coupling bays and necessary other associated hardware required alongwith Installation and Testing as per MSETCL Specificationsfor 220kV and Aux. LT systems. 0.0 Communication Equipments, Cables & Security Systems 0.0 Communication equipments and cables 0.0 Security systems 0.0 FOTE panel including 0.0 1. SDH Base Equipment & its related accessories 0.0 2. PDH equipment & its related accesssories 0.0 3. Networking eqquipment and VOIPphone 0.0 4. Amplifier/Booster if required 0.0 5. NMS with Hardware & accessories including license OS with PC 0.0 S3.2.4 Supply, & Installation of LV Equipment at LILO Substation 0.0 S3.2.4.1 LV Equipment:Supply and Delivery to Site from Contractor's premises in Mumbai, Installation and Testing (includes pre- installation tests and post installation tests) and energisation of indoor internal LED type lighting, external LED type lighting with High mast, Direct stroke lightning protection, VRV type air conditioner, fire detection and fire- fighting equipments as per fire by-laws, ACDB, Battery charger cum DCDB and battery, EOT crane, Earthquake sensor and all other items required forcompletion of LILO Substation as per MSETCL specifications. 56 weeks from Commencement date 2158195.915 S3.2.4.3 Battery & Battery Charger- Type II 56 weeks from Commencement date 6135556.4324 S3.2.4.4 All other Equipments (ACDB, DCDB etc) 56 weeks from Commencement date 506067.5014 S3.2.4.5 Safety Equipment 56 weeks from Commencement date 369744.9339 S3.2.4.6 Wiring 56 weeks from Commencement date 0.0 S3.2.4.7 Low Voltage cables laying & connections for LILO Substation 56 weeks from Commencement date 858703.6281 S3.2.4.8 Earthing 56 weeks from Commencement date 0.0 S3.2.4.9 Earth Bus inside LILO Substation & earthing Connections 56 weeks from Commencement date 18279.6936 S3.2.4.1 0 Supply and Delivery to Site from Contractor's premises in Mumbai, Installation and Testing (includes pre- installation tests and post installation tests) and energisation of all equipment for Earthing & Bonding and buried copper material bar including exothermic weld & cables etc as per contractspecification. 56 weeks from Commencement date 3036402.1197 S3.2.4.1 1 Any other item(s) considered necessary to comply with Scope of Work 0.0 S3.2.5 Manufacturing and Supply of 220kV Cabling upto LILO Substation 0.0 S3.2.5.5 220KV 1C CU conductor, XLPE insulated, Lead sheath cable as per MSETCL specifications. 56 weeks from Commencement date 42475195.4089 S3.2.5.6 Outdoor Termination Kit 56 weeks from Commencement date 5228305.3121 S3.2.5.7 Indoor GIS Type Termination Kit 56 weeks from Commencement date 3245154.9880999997 S3.2.5.8 Complete Bonding Kits with SVL's 56 weeks from Commencement date 1547071.2090999999 S3.2.5.9 (Single/Midpoint/Cross-bonding) 56 weeks from Commencement date 0.0 S3.2.5.10 OFC Cables 56 weeks from Commencement date 33081.3924 S3.2.5.1 1 Pipes for Pilot wire protection 56 weeks from Commencement date 41751.344 Any S3.2.5.1 3 Any other item(s) considered necessary to comply with Scope of Work 56 weeks from Commencement date 25403683.2517 Total Cost of S3.2. 0.0 - - Total Cost CentreS3.2 Value (to Grand Summary) 0.0 Note: - The cost shall include the complete Supply & Delivery of all equipment required for Completing the LILO Works for entire corridor stations and Depot works including cabling in all respects 1. The travel, boarding and lodging expenses for the Employer & Employer representative involved in Factory acceptance test (FAT) within India or overseas shall be borne by the Employer. Authorised Signature & Seal of Bidder COST CENTRE S3.3.1 – CIVIL WORKS FOR RSS AND LILO SUBSTATION Item Work Description Unit Qty Total Cost INR Foreign Currency1EURO Foreign Currency2 Foreign Currency3 Date of completion Civil works for RSS and other related works |
| 6 | Civil work for Control room building as per the contract specification and requirement to complete Receiving substation including facilities installations(air conditioning etc.) |
| 7 | Completion of civil work for Boundary wall as per contract specification and requirement to complete Receiving substation |
| 8 | Completion of civil work for Transformer foundation, baffle wall, cable trench (precast), Guard room, all type of drainage, Rainwater harvesting and green building requirement, road and other required work as per contract specification and requirement to complete Receivingsubstation |
| 9 | Cable Paths |
| 10 | Inside ASS Room (forASS in RSS) |
| 11 | Any other item(s) considered necessary to comply with Scope of Work TOTAL COST (COST CENTRE TOTAL CARRIED TOSECTION SUMMARY) 0.0 - - Authorised Signature & Seal of Bidder COST CENTRE S3.3.2 - Civil Works for LILO Substation Sr. No. Work Description Unit Quanti ty Total Cost INR FOREIGN CURRE NCY 1EURO FOREIGN CURREN CY 2 FOREIG N CURRE NCY 3 Date of comple tion |
| 12 | Civil work for Control room building as per the contractspecification andrequirement to complete Receiving substation including facilities installations(air conditioning etc.) |
| 13 | Passenger Lift (18 Mtr)- For 06 passengers |
| 14 | Cable path for Auxiliary cables in LILO Substation |
| 15 | Any other item(s) considered necessaryto comply with Scope of Work COST CENTRE TOTAL CARRIED TOSECTION SUMMARY 0.0 - - Total Cost of Civilworks 0.0 - - NOTES: 1. The travel, boarding and lodging expenses for the Employer & Employer representative involved in Factory acceptance test (FAT) within India or overseas shall be borne by the Employer. Authorised Signature & Seal of Bidder COST CENTRE S4: Manufacture and Supply of Materials for 06 Stations and Depot Building E&M works as per Section 6: Employer’s Requirement This Cost Centre comprises all those obligations and ongoing activities throughout the Contract not associated directly with any other Cost Centre. % limit for cost centre to be included as per Appendix-A |
| 16 | 2.0 Item Ref Item Description Amount (INR) FC1EURO FC2 FC3 Date of Completion Obtain the “Notice of No Objection” or “Notice of No Objection Subject to ---“ from the Engineer after:• Issue of Inspection Certificate on satisfactory completion of all Prototype & Factory Acceptance Tests;• Transit Insurance;• Dispatch Documents;• Dispatch of E&M Equipment;• Inland transportation in India, delivery an• Receipt of MATERIAL in the Depot in Mumbai in good condition;For: S4.1 E&M Station Works -06 Stations S4.1.1 Station Works : Supply of Material LowVoltage Electrical System as Per Particular Specification : S4.1.1.1 MV Switchgear 60 weeks from Commencement date 63986949.5199 S4.1.1.2 Distribution Boards 60 weeks from Commencement date 4287798.5145 S4.1.1.3 Mv Cabling & Busduct 60 weeks from Commencement date 41487604.7271 S4.1.1.4 Conduit & Cable Tray Along with Wiring 60 weeks from Commencement date 45790223.2355 S4.1.1.5 Indoor Lighting, Lighting Control and Fans 60 weeks from Commencement date 11250158.6609 S4.1.1.6 Earthing 60 weeks from Commencement date 6758742.4237 S4.1.1.7 Lightning Protection 60 weeks from Commencement date 4763801.3892 S4.1.1.8 External Lighting 60 weeks from Commencement date 935326.3955999999 S4.1.1.9 D.G. Sets 60 weeks from Commencement date 16367159.473299999 S4.1.2 Supply of Material for Ventilation and Air Conditioning System as per ParticularSpecification 60 weeks from Commencement date 13648192.745 S4.1.3 Supply of Material For Fire Protection &Suppression System as per Particular Specification 0.0 S4.1.3.1 Fire Detection & Alarm System 60 weeks from Commencement date 18958904.002 S4.1.3.2 Fire Hydrant System 60 weeks from Commencement date 6132773.6514 S4.1.3.3 Piping for Fire Fighting System 60 weeks from Commencement date 20126176.638299998 S4.1.3.4 Sprinkler System 60 weeks from Commencement date 0.0 S4.1.3.5 Portable Fire Extinguishers 60 weeks from Commencement date 1303539.3556 S4.1.3.6 Panel Flooding System 60 weeks from Commencement date 8466536.0863 S4.1.3.7 Total flooding system 60 weeks from Commencement date 0.0 S4.1.3.8 Miscellaneous Fire Services Equipment 60 weeks from Commencement date 781142.9959999999 S4.1.4 Supply of materials for Building Management System (BMS) as per Particular Specification. 60 weeks from Commencement date 18154872.873 S4.1.5 Supply of materials for Plumbing pumps System as per particular Specification 60 weeks from Commencement date 3799624.5838 S4.2 E&M Depot Works 0.0 S4.2.1 Depot Works: Supply of Material for LowVoltage Electrical System as Per Technical Specification 0.0 S4.2.1.1 MV Switchgear 60 weeks from Commencement date 24122542.8759 S4.2.1.2 Distribution Boards 60 weeks from Commencement date 5600892.7268 S4.2.1.3 Mv Cabling & Busduct 60 weeks from Commencement date 50525378.3497 S4.2.1.4 Conduit & Cable Tray Along with Wiring 60 weeks from Commencement date 25180330.8935 S4.2.1.5 Indoor Lighting, Lighting Control and Fans 60 weeks from Commencement date 14540130.8666 S4.2.1.6 Earthing 60 weeks from Commencement date 5495759.4532 S4.2.1.7 Lightning Protection 60 weeks from Commencement date 4157844.5675999997 S4.2.1.8 External Lighting 60 weeks from Commencement date 10698782.8629 S4.2.1.9 D.G. Sets 60 weeks from Commencement date 8427071.6298 S4.2.1.10 UPS 60 weeks from Commencement date 5062613.3317 S4.2.2 Depot Works : Supply of Material for Ventilation and Air Conditioning System As Per Particular Specification 60 weeks from Commencement date 26212142.757799998 S4.2.3 Depot works : Supply of Material for Fire Protection & Suppression System as Per Particular Specification 0.0 S4.2.3.1 Fire Detection & Alarm System 60 weeks from Commencement date 12720547.4027 S4.2.3.2 Fire Hydrant System 60 weeks from Commencement date 11764114.2391 S4.2.3.3 Piping for Fire Fighting System 60 weeks from Commencement date 30251779.7956 S4.2.3.4 Sprinkler System 60 weeks from Commencement date 5598711.7583 S4.2.3.5 Portable Fire Extinguishers 60 weeks from Commencement date 1230366.6587999999 S4.2.3.6 Panel Flooding System 60 weeks from Commencement date 18388083.4014 S4.2.3.7 Total Flooding System 0.0 S4.2.3.8 Miscellaneous Fire Services Equipment 60 weeks from Commencement date 520762.3183 S4.2.4 Depot Works : Supply of materials for Building Management System (BMS) asper Particular Specification 60 weeks from Commencement date 10676497.5053 S4.2.5 Depot works: Supply of Material for EOT cranes EOT CRANES -EOT01-Workshop bay (15/2.5T) - 1 Nos EOT02-Workshop bay (15/2.5T) - 1 Nos EOT03-RRV Shed (3T) - 1 NosEOT04-Inspection bay I (1.5T) - 4 Nos EOT05-CMV OHE Loco Workshop shed (5T) - 1 NosEOT06 -Pit Wheel Lathe (5T) - 1 Nos 60 weeks from Commencement date 16462370.0624 S4.2.6 Depot works: Supply of Material for COMPRESSSED AIR SYSTEM with Piping (All along the length of shed shed with tappings at multiple locations wgich should be interfaced) & Accessories1. 170 CFM at 10 bar - 1 Sets each For Workshop & Inspection Bay.2. 55 CFM at 10 bar - 2 Sets for Workshop3. 170 CFM at 10 bar - 2 Sets each For Pit Wheel lathe 60 weeks from Commencement date 11722001.807599999 Total Cost Centre S4 Value (to Grand Summary) 0.0 NOTES: 1. The travel, boarding and lodging expenses for the Employer & Employer representative involved in Factory acceptance test (FAT) within India or overseas shall be borne by the Employer. Authorised Signature & Seal of Bidder COST CENTRE S5: Manufacture and Supply of Material for Elevators (Lifts) and Escalators systems for 06 Stations and Depot as per Section 6: Employer’s Requirement. |
| 17 | 2.0 Item Ref Item Description Total Amount(INR) FC1EURO FC2 FC3 Date of Compl etion Obtain the “Notice of No Objection” or “Notice of No Objection Subject to ---“from the Engineer/Employer after:• Issue of Inspection Certificate on satisfactory completion of all Prototype & Factory Acceptance Tests;• Transit Insurance;• Dispatch Documents;• Dispatch of E&M Equipment;• Inland transportation in India, delivery an• Receipt of MATERIAL in the Depot in Mumbai in good condition;For: S5.1 Manufacture and Supply of Lifts as per particular specifications for Station and Depot Works S5.1.1 Deleted S5.1.2 4 metre (3.5< h ≤ 4.5) 13 Passengers StainlessSteel Door – 1 Nos S5.1.3 5 metre (4.5 < h ≤ 5.5) Stainless Steel Door (2 TFreight Lift) - 1 Nos S5.1.4 Deleted S5.1.5 Deleted S5.1.6 7 metre (6.5 < h ≤ 7.5) 13 Passengers Glass Door with Hanging Pits – 12 Nos S5.1.7 Deleted S5.1.8 Deleted S5.1.9 8 metre (7.5 < h ≤ 8.5) 13 Passengers Stainless Steel Door – 9 Nos S5.1.10 Deleted S5.1.11 9 metre (8.5 < h ≤ 9.5) 13 Passengers Stainless Steel Door - 1 Nos S5.1.12 Deleted S5.1.13 10 metre (9.5 < h ≤ 10.5) 13 PassengersStainless Steel Door – 1 Nos S5.1.14 Deleted S5.1.15 11 metre (10.5 < h ≤ 11.5) 13 PassengersStainless Steel Door- 1 Nos S5.1.16 Deleted S5.1.17 Deleted S5.1.18 Deleted S5.1.19 Deleted S5.1.20 Deleted S5.1.21 Deleted S5.1.22 Deleted S5.1.23 Deleted S5.1.24 Deleted S5.1.25 Deleted S5.1.26 Deleted S5.1.27 Deleted S5.1.28 23 metre (22.5 < h ≤ 23.5) 13 Passengers GlassDoor (Ground +4) – 2 Nos S5.1.29 Deleted S5.2 Manufacture and Supply of Escalators as per particular specifications for Stations Works S5.2.1 Deleted S5.2.2 Deleted S5.2.3 Deleted S5.2.4 Deleted S5.2.5 Deleted S5.2.6 Deleted S5.2.7 7 metre (6.5 < h ≤ 7.5) Vertical rise StainlessBalustrade – 1 Nos S5.2.8 7 metre (6.5 < h ≤ 7.5) Vertical rise GlassBalustrade - 24 Nos S5.2.9 8 metre (7.5 < h ≤ 8.5) Vertical rise StainlessBalustrade – 7 Nos S5.2.10 Deleted S5.2.11 9 metre (8.5 < h ≤ 9.5) Vertical rise Stainless Steel Balustrade - 3 Nos S5.2.12 Deleted S5.2.13 10 metre (9.5 < h ≤ 10.5) Vertical rise Stainless Steel Balustrade - 1 Nos S5.2.14 Deleted S5.2.15 Deleted S5.2.16 Deleted S5.2.17 Deleted S5.2.18 Deleted S5.2.19 Deleted S5.2.20 Deleted S5.2.21 Deleted Total Cost Centre S5 Value (to Grand Summary) 0.0 NOTES: 1. The travel, boarding and lodging expenses for the Employer & Employer representative involved in Factory acceptance test (FAT) within India or overseas shall be borne by the Employer. Authorised Signature & Seal of Bidder COST CENTRE S8: Installation, Testing and Commissioning of Lift and Escalators systems including Integrated Testing & Commissioning with other system for 06 Stations and Depot buildings as per Section 6: Employer’s Requirement. This Cost Centre comprises all those obligations and ongoing activities throughout the Contract not associated directly with any other Cost Center. This includes but is not limited to: • Installation of the equipment • Site Acceptance Test • Compliance of Site Acceptance test. • Integration with Other Equipments. • Handing Over of Equipments. • Compliance of any comments. • 24 hour run test • Obtain statutory approval • Load Test • Integrated testing & Commissiong of Equipment. • Inspection of equipment’s. • Any other item(s) considered necessary to comply with the Scope of Work Authorised Signature & Seal of Bidder COST CENTRE S6.1 - PST: Installation, Testing and Commissioning of 220 kV receiving cum - 25kV ac traction cum - 33kV Auxiliary Main Substations, SCADA system, Flexible Overhead Catenary system (FOCS) including Switching Stations, 33 kV Auxiliary Ring Main system including 33/0.415 kv Auxiliary Sub-Stations (ASS) & Depot as per Section 6: Employer’s Requirement. This Cost Centre comprises all those obligations and ongoing activities throughout the Contract not associated directly with any other Cost Centre. This shall include but not be limited to: % limit for cost centre to be included as per Appendix-A |
| 18 | 2.0 Item Ref Item Description Amou nt(INR) FC1EURO FC2 FC3 Date of Completion S6 Obtain the “Notice of No Objection” or “Notice of No Objection Subject to ---“ from the Engineer after S6.1A RSS Equipment - Kasheli Depot S6.1. A1 Installation, Testing & Commissioning of 220KV(1core x 800 sqmm Al/pb(sheath)) incoming cables, Joints, Terminations, Bonding kits with SVL, OFC cable as per contract specification .(From MSETCL LILO Substation to RSS) 62 weeks from Commencement date 10357335.6342 S6.1.A2 Installation, Testing & Commissioning of 220KV GIS type indoor switchgears including the PT, CT and other associated equipment 62 weeks from Commencement date 5276999.1651 S6.1. A3 Installation, Testing & Commissioning Sub- station automation (SAS) along with all control relay panels with IED type BCU & BPU for complete 220KV ,33KV, 25kV and Aux. LT systems. 62 weeks from Commencement date 6943204.2138 S6.1. A4 Installation, Testing & Commissioning of 220kV/33kV,15/20MVA two Auxiliary Mains Transformers including power cables for Kasheli Depot RSS 62 weeks from Commencement date 1849358.2577 S6.1. A5 Installation, Testing & Commissioning of 33kV GIS type Indoor switchgear including the PT, CT and other associated equipment 62 weeks from Commencement date 438005.8778 S6.1. A6 Installation, Testing & Commissioning of 33kV/0.415kV, 2Nos., 200kVA dry type transformer as per contract specification. 62 weeks from Commencement date 97334.7465 S6.1. A7 Installation, Testing & Commissioning of 220kV/27.5kV, 40/50MVA Two traction transformer (Including power cable for making connection EHV GIS to Transformer to HV GIS) 62 weeks from Commencement date 1849358.2577 S6.1. A8 Installation, Testing & Commissioning of 27.5kV GIS type indoor switchgear including the PT, CT and other associated equipment 62 weeks from Commencement date 1756890.9707 S6.1. A9 Installation, Testing & Commissioning of 33kV cables (1C x 95sqmm Copper FRLS) including terminations and cable laying 62 weeks from Commencement date 65701.5557 S6.1. A10 Installation, Testing & Commissioning site of 220KV (800 Sqmm) incoming cables as per contract specification 62 weeks from Commencement date 0.0 S6.1. A11 Installation, Testing & Commissioning of 25 kV Traction Cable, 33 kV power cable, 3.3 kV return current cable, LV Cables and control cables for all equipment of RSS including straight through joints, if any and all type of terminations including buried rail 62 weeks from Commencement date 106881.9 S6.1.A12 Installation, Testing & commissioning to site of Earthing & Bonding and buried copper material bar including Thermosetting weld /Exothermic weld or Cad Weld & cables etc as per contract specification. 62 weeks from Commencement date 0.0 S6.1.A13 Installation, Testing & Commissioning to site, internal LED type lighting, external LED type lighting with high mast, Direct stroke lightning protection, VRV type Air Conditioner, fire detection and fire fighting equipment as per fire by-laws, ACDB, Battery charger cum DCDB and battery ,EOT crane, earthquBAe sensor and all other items required for completion of RSS as percontract specification 62 weeks from Commencement date 7472646.1126999995 S6.1B 33 kV Power Supply Network (Station and Depot ASS) 0.0 S6.1. B1 33 KV/415V, 500 kVA TRANSFORMERS(Dry Type) 70 weeks from Commencement date 486673.7325 S6.1. B2 33 KV/415V, 2000 kVA Transformers at Depot ASS 70 weeks from Commencement date 259559.324 S6.1. B3 33 KV SWITCHGEAR for station ASS and Depot ASS 70 weeks from Commencement date 2822704.7598 S6.1. B4 AUXILIARIES 70 weeks from Commencement date 0.0 S6.1. B4.1 Auxiliary Feeding (DC-UPS Protection) 70 weeks from Commencement date 0.0 S6.1. B4.2 DC-UPS, 110V, Ni Cd battery Set 180AH,110V, Battery Charger 70 weeks from Commencement date 908456.6711 S6.1. B4.3 All other Equipments (ACDB, DCDB etc) 70 weeks from Commencement date 38933.8986 S6.1. B5 33 kV cabling including termination and jointing 70 weeks from Commencement date 0.0 S6.1. B5.1 33 kV Cables (1 C x 400 sq.mm Copper) 70 weeks from Commencement date 2031861.5092 S6.1. B5.2 33 kV Cables (1C x300 sqmm Alluminium) (FRLS) including termination kits & Joints 70 weeks from Commencement date 23010314.4181 S6.1. B5.3 Termination Kits (Indoor/Outdoor) for 33kV Cable ( for 400) 70 weeks from Commencement date 905212.661 S6.1. B5.4 33 kV Cables (1C x 95 Sqmm Copper FRLS) including termination and cable laying 70 weeks from Commencement date 796522.4347999999 S6.1. B6 Auxillary Cables 70 weeks from Commencement date 0.0 S6.1. B6.1 Low voltage cables and connections 70 weeks from Commencement date 734040.8167 S6.1. B6.2 Pilot Wire Cables( 24 core optic fiber) 70 weeks from Commencement date 5117652.6957 S6.1. B7 25 KV, 3.3. KV Cables & C&M Cables and Indication wiring 70 weeks from Commencement date 9155782.795 S6.1. B8 Earthing material 70 weeks from Commencement date 0.0 S6.1. B9 Installation of Viaduct Lighting (Including all Associated Accessories ) 70 weeks from Commencement date 6590853.1055 S6.1. B10 Installation OF SCADA EQUIPMENT (REMOTE STATIONS,BCC & OCC) 70 weeks from Commencement date 13886408.4276 S6.1. B11 Battery Bank & Charger for ALL ASS 70 weeks from Commencement date 0.0 S6.1. B12 All other Equipments (ACDB, DCDB etc) 70 weeks from Commencement date 10277483.3001 S6.1C OHE-Main Line 0.0 S6.1. C1 Galvanised steel masts 96 weeks from Commencement date 8533004.1104 S6.1. C2 Overhead wires and Conductors 96 weeks from Commencement date 19464981.1324 S6.1. C3 Dropper assembly (12 sq.mm. Bronze) 96 weeks from Commencement date 2917606.258 S6.1. C4 Buried Earth Conductor (BEC) (93.3 sq.mm. ACSR) 96 weeks from Commencement date 3406713.2388 S6.1. C5 Cantilevers 96 weeks from Commencement date 5212270.1384 S6.1. C6 Galvanised steelwork 96 weeks from Commencement date 16337619.6271 S6.1. C7 Jumper assemblies 96 weeks from Commencement date 1018769.3838 S6.1. C8 Earthing assemblies 96 weeks from Commencement date 3317488.999 S6.1. C9 Termination assemblies 96 weeks from Commencement date 292004.23949999997 S6.1. C10 Anti-creep assembly (including Termination) 96 weeks from Commencement date 419756.0341 S6.1. C11 Guy rod assembly 96 weeks from Commencement date 1056081.7588 S6.1. C11.1 Automatic tensioning device assembly 96 weeks from Commencement date 0.0 S6.1. C12 Automatic Tensioning Device assembly of Spring type 96 weeks from Commencement date 7835438.9086 S6.1.C13 Insulator Assembly 96 weeks from Commencement date 379605.9928 S6.1. C14 Section Insulator assembly 96 weeks from Commencement date 1589799.8965999999 S6.1. C15 Number Plates and boards for the Catenary system 96 weeks from Commencement date 1182616.4478 S6.1. C16 Safety Screen panels 96 weeks from Commencement date 147949.585 S6.1. C17 Short Neutral Section Assembly 96 weeks from Commencement date 519118.648 S6.1. C18 Wind Speed Sensor 96 weeks from Commencement date 227114.4085 S6.1. C19 Anti Bird Disc 96 weeks from Commencement date 0.0 S6.1. C20 Anti Bird Nesting PVC net 96 weeks from Commencement date 3923559.4428 S6.1. C21 Pipes & Conduits 96 weeks from Commencement date 0.0 S6.1. C22 Integral Transverse Links 96 weeks from Commencement date 0.0 S6.1. C23 Feeding Post Equipments (interrupters etc) 96 weeks from Commencement date 0.0 S6.1. C24 Measuring and protection Equipment 96 weeks from Commencement date 0.0 S6.1. C25 C&M cables 96 weeks from Commencement date 0.0 S6.1. C26 Switching Stations (SP, SS & SSP) Equipment 96 weeks from Commencement date 6245639.9749 S6.1. C27 Auxiliaries 96 weeks from Commencement date 0.0 S6.1D OHE-Depot 0.0 S6.1. D1 Galvanised steel masts 96 weeks from Commencement date 10985836.8335 S6.1. D2 Overhead wires and Conductors 96 weeks from Commencement date 6894537.322 S6.1. D3 Dropper assembly 96 weeks from Commencement date 92792.7472 S6.1. D4 Buried Earth Conductor (BEC) (93.3 sq.mm. ACSR) 96 weeks from Commencement date 165469.55049999998 S6.1. D5 Cantilevers 96 weeks from Commencement date 3374268.3233 S6.1. D6 Galvanised steelwork 96 weeks from Commencement date 8318218.6735 S6.1. D7 Jumper assemblies 96 weeks from Commencement date 632675.3708 S6.1. D8 Earthing assemblies 96 weeks from Commencement date 181691.5268 S6.1. D9 Termination Assemblies for 96 weeks from Commencement date 269617.7774 S6.1. D10 Anti-creep assembly (including Termination) 96 weeks from Commencement date 8111.469599999999 S6.1. D11 Guy rod assembly 96 weeks from Commencement date 851678.3097 S6.1. D12 Automatic tensioning device assembly 96 weeks from Commencement date 6018525.5664 S6.1. D13 Insulator Assembly 96 weeks from Commencement date 639164.3539 S6.1. D14 Section Insulator assembly 96 weeks from Commencement date 446117.34739999997 S6.1. D15 Number Plates and boards for the Catenary system 96 weeks from Commencement date 576221.5067 S6.1. D16 Safety Screen panels 96 weeks from Commencement date 407346.1789 S6.1. D17 Feeding Post 0.0 S6.1. D17.1 Interrupters ( 25 KV) single pole 96 weeks from Commencement date 0.0 S6.1. D17.2 Circuit BreBAer including panel & Relay 96 weeks from Commencement date 0.0 S6.1.D17.3 Single Pole Motorised Isolator 25 kV 96 weeks from Commencement date 0.0 S6.1. D17.4 Lightening Arrester 96 weeks from Commencement date 0.0 S6.1. D17.5 25 kV Feeder Cable for Depot (1 core x 240sq.mm copper) FRLS 96 weeks from Commencement date 637542.8303 S6.1. D17.6 3.3 kV Feeder Cable for Depot (1 core x 240sq.mm copper) FRLS 96 weeks from Commencement date 2078095.1527 S6.1. D18 Depot Sectioning 0.0 S6.1. D18.1 Interrupters ( 25 KV) single pole 96 weeks from Commencement date 0.0 S6.1. D18.2 Single Pole Motorised Isolator 25 kV 96 weeks from Commencement date 0.0 S6.1. D18.3 Double Pole Motorised Isolator 25 kV 96 weeks from Commencement date 0.0 S6.1. D18.4 Lightening Arrester 96 weeks from Commencement date 0.0 S6.1. D18.5 25 kV Feeder Cable for Depot (1 core x 240 sq.mm copper) FRLS 96 weeks from Commencement date 0.0 S6.1. D18.6 3.3 kV Feeder Cable for Depot (1 core x 240 sq.mm copper) FRLS 96 weeks from Commencement date 0.0 S6.1. D19 Measuring and protection Equipment 0.0 S6.1. D19.1 25 KV Potential transformer 96 weeks from Commencement date 0.0 S6.1. D19.2 25 KV Current Transformer 96 weeks from Commencement date 0.0 S6.1. D20 C&M cables 0.0 S6.1. D20.1 C&M cables (FP.SP,SSP) 96 weeks from Commencement date 4866732.5105 S6. 1.D20.2 Marshaling box 96 weeks from Commencement date 0.0 S6. 1.D20.3 wiring 96 weeks from Commencement date 0.0 S6.1. E21 Auxiliaries 0.0 S6.1. E21.1 AC/DC Distribution Box 0.0 S6.1. E21.2 Installation Testing & commissioning of 8 wheeler Catenary Maintenance Vehicles with lifting platform and crane withinterchangeable basket for MMRD project (Standard Guage). 0.0 S6.1. E21.3 Power Factor & Harmonics Compensator 96 weeks from Commencement date 0.0 S6.1. E21.4 Testing & Commissioning of OCS in mainline 115 weeks from Commencement date 4119626.1037 S6.1. E21.5 Testing & Commissioning of OCS in Depot 115 weeks from Commencement date 5118906.3915 S6.1. E21.6 Testing & Commissioning of ASS in mainline 96 weeks from Commencement date 4985146.1009 S6.1. E21.7 Testing & Commissioning of ASS in Depot 90 weeks from Commencement date 4946080.285 S6.1. E21.8 Integrated testing & Commissioning of Complete PST System 100 weeks from Commencement date 32444879.8727 S6.1. E21.9 Any other item(s) considered necessary to comply with Scope of Work 0.0 Sub Total Total Cost CentreS6 Value (to Grand Summary) 0.0 NOTES: 1. The cost shall include the complete Installation, Testing & commissioning of RSS, ASS, FOCS & CMV for entire corridor station and Depot works including cabling works in all respects and make ready for operation. Seal of firm and Authority’s Signature COST CENTRE S6.2 - PST: Installation, testing and Commissioning of LILO substation and all equipment required for MSETCL LILO Works as per specifications |
| 19 | 2.0 Item Ref Item Description Amount (INR) FC1EURO FC2 FC3 S6 Obtain the “Notice of No Objection” or “Notice of No Objection Subject to ---“ from the Engineer after S6.2 LILO works - Kasheli Depot S6.2.1 Erection of MSETCL LILO Tower Transmission Line 60 weeks from Commencement date 18894180.7527 S6.2.1.1 Fabrication, Galvanising Installation at site store of towers (Viz, 2°, 15°, 30°, 60°) normal, its extensions with set of stubs, Superstructure, templates, step bolts, U-bolts, D'Shackles, Chain links etc,complete as per approved design & drawings. S6.2.1.2 0.4 ACSR Zebra Conductor 0.0 S6.2.1.3 Bird flight diverter 0.0 S6.2.1.4 Earthwire and accessories 0.0 S6.2.1.5 G.I. Earthwire 7/3.15 mm 0.0 S6.2.1.6 OPGW & Hardware 0.0 S6.2.1.7 48C (DWSM) OPGW48 Core (DW5M) Optical Ground Wire 0.0 S6.2.1.8 Preliminary survey with GPS, theodilite/Total station, Marking route on topo sheets and village map representing actual fieldconditions etc., complete in all respect. 0.0 S6.2.1.9 Detailed survey including tower spotting and tower profiles, Detailed survey with GPS, Total station, Digital theodilite etc. along the approved alignment, preparation of profiles, tower spotting, tower schedules and soil resistivity,marking of route on topo sheet and village map, collection of 7/12 of corridor, identification of forest/hatching to mimimize the forest etc., and submission of .KML files. 0.0 S6.2.1.10 Check survey to carry out the checks as per approved profiles with Digital Theodalite/total station/GPS etc. and location marking by fixing three pegs in alignment for suspension tower and by fixing five pegs in bisection for angle tower including bush cutting along the centre line of alignment and repeg marking ifnecessary etc. complete in all respect. Check survey including revision of profiles if required. 0.0 S6.2.1.11 Excavation of trial pits of standard dimension of 1mtrx1mtr width upto 3mtrs depth at 1KM interval or where ever there is abnormal change in topography and taking observation of soil strata for classification of foundation and backfilling the trial pits after vetting byDepartmental officials. 0.0 S6.2.1.12 Excavation of pits for tower footings in earth soil of all types, sand gravel and normal soil including removing of excavated material beyond tower locations upto 50 M lead and all lifts, shoring, shuttering, preparing the bed for foundation and necessary back filling after stub setting, compacting, finishing and curing complete in all respect as per drawing &direction of Engr. Incharge. 0.0 S6.2.1.13 Black cotton soil/Submerged soil 0.0 S6.2.1.14 Concreting of foundation: Providing and casting in situ cement concrete of trap metal of size 20 to 40 mm as applicable including cost of cement, sand, metal and water, form boxes, finishing, compacting , coping and curing for 21 days complete as per drawing and direction of Engr.In-charge in the following grades- 0.0 S6.2.1.15 M 30 0.0 S6.2.1.16 Excavation for foundation of revetment wall/protection wall in all type of soil, sand, gravels, soft murum. Soft murum with boulders, normal soil including shoring, shuttering wherever necessary & disposing of the excavated stuff as directed upto 50 mtrs. 0.0 S6.2.1.17 Black cotton soil/Submerged soil 0.0 S6.2.1.18 Providing & constructing of UCR masonry of trap stone in cement mortar 1:6 in super structure including racking out joints on the inside as no plastering to be done from inside, scaffolding, dewatering, compacting, curing etc. complete in all respects as per the drawings to be furnished by the MSETCL. All the material such as trap stones, cement, 0.0 sand, metal, water etc. to be provided by the contractor as his own cost including following activities. 0.0 S6.2.1.19 Rubble soling / Dry rubble pitching with 230 mm thick stone and filling of gap with broken metals etc. complete as per drawing anddirection of Engr.In-charge. 0.0 S6.2.1.20 220KV Multi Circuit Towers: Stub setting in all type of soils with the help of templete/ PROP including transportation if required to the desired location, fixing the stubs in position as per the alignment, fixingand leveling the templete and the stub as directed. 0.0 S6.2.1.21 Special Tower 0.0 S6.2.1.22 Tower earthing 0.0 S6.2.1.23 Counter Poise type Earthing: Including excavation of pits/ trenches, laying of earth wire and fitting plates/ lugs to tower legs including supply of all materials (Viz. GI wire, lugs, nuts and bolts etc) and back filling, complete in all respect as per drawing to befurnished by the owner. 0.0 S6.2.1.24 Inclusive of G.I. Wire,lugs,nuts & bolts etc. 0.0 S6.2.2 Installation & Testing of GIS Arrangement at LILO Substation 90 weeks from Commencement date 46864993.9204 S6.2.2.1 3- Ø 220 kV, metal enclosed SF6 Gas Insulated Switchgear - Line bay Module suitable for 02 Incomer and 02 Outgoing as per MSETCL Specifications S6.2.2.2 3- Ø 220 kV, metal enclosed SF6 Gas Insulated Switchgear - Bus Coupler bayModule as per MSETCL specifications 0.0 S6.2.2.3 3- Ø 220 kV, metal enclosed SF6 Gas Insulated Switchgear - Bus bar Module as perMSETCL specifications 0.0 S6.2.2.4 Any other item(s) considered necessary to comply with Scope of Work 0.0 S6.2.3 Testing and Commissioning of SAS &SCADA at LILO Substation 90 weeks from Commencement date 3673868.8808999998 S6.2.3.1 Sub-station automation (SAS) along with all control & relay panels with IED type BCU & BPU for complete incoming, outgoing and coupling bays and necessary other associated hardware required alongwith Installation and Testing as per MSETCL Specifications for220kV and Aux. LT systems. 0.0 S6.2.4 Communication Equipments, Cables & Security Systems 0.0 S6.2.4.1 Communication equipments and cables 0.0 S6.2.4.2 Security systems 0.0 S6.2.4.3 FOTE panel including 0.0 S6.2.4.3A 1. SDH Base Equipment & its related accessories 0.0 S6.2.4.3B 2. PDH equipment & its related accesssories 0.0 S6.2.4.3C 3. Networking eqquipment and VOIP phone 0.0 S6.2.4.3D 4. Amplifier/Booster if required 0.0 S6.2.4.3E 5. NMS with Hardware & accessories including license OS with PC 0.0 S6.2.4.3F 6. Inlcuding configuration, testing & commissioning as per specification 0.0 S6.2.5 Auxiliary feeding distribution LILO Substation 0.0 S6.2.5.1 UPS 0.0 S6.2.5.2 Supply distribution from UPS to LILO Substation equipments 0.0 S6.2.5.3 Any other item(s) considered necessary to comply with Scope of Work 0.0 S6.2.6 Testing and Commissioning of 220kV cabling upto LILO Substation 0.0 S6.2.6.1 Making cable path inside Kasheli Depot, Laying, Testing (includes pre-installation tests and post installation tests) and energization of220 kV incoming cables as per MSETCLspecifications. 0.0 S6.2.6.2 Final Location Survey and Preparation of route plans 0.0 S6.2.6.3 Laying, Testing and Commissioning of 220 kV through trenchless section 0.0 S6.2.6.4 Laying, Testing and Commissioning of 220 kV cables in Trenches RSS/GSS 0.0 S6.2.6.5 220kV Copper cable, Joints, Terminations, Bonding kits with SVL, OFC cable as per MSETCL specifications. (From 220 kV LILO Gantry inside Kasheli Depot upto the 220kV GIS incomer inside LILO Substation atKasheli) 0.0 S6.2.6.6 220KV 1C CU conductor, XLPE insulated,Lead sheath cable as per MSETCL specifications. 90 weeks from Commencement date 8649067.2619 S6.2.6.7 Outdoor Termination Kit 90 weeks from Commencement date 2682099.2131 S6.2.6.8 Indoor GIS Type Termination Kit 90 weeks from Commencement date 2682099.2131 S6.2.6.9 Complete Bonding Kits with SVL's 90 weeks from Commencement date 68502.6318 S6.2.6.10 (Single/Midpoint/Cross-bonding) 90 weeks from Commencement date 0.0 S6.2.6.11 OFC Cables 90 weeks from Commencement date 36447.6908 S6.2.6.12 Pipes for Pilot wire protection 90 weeks from Commencement date 61231.7739 S6.2.6.13 Erection, Installation, Testing &Commissioning of 220 kV Copper cables 90 weeks from Commencement date 0.0 S6.2.6.14 Any other item(s) considered necessary tocomply with Scope of Work 90 weeks from Commencement date 0.0 S6.2.7 Installation & Testing of LV equipmentLILO Substation 0.0 S6.2.7.1 Installation and Testing (includes pre- installation tests and post installation tests) and energisation of indoor internal LED type lighting, external LED type lighting with High mast, Direct stroke lightning protection, VRV type air conditioner, fire detection and fire- fighting equipments as per fire by-laws, ACDB, Battery charger cum DCDB and battery, EOT crane, Earthquake sensor and all other itemsrequired for completion of LILO Substation as per MSETCL specifications. 0.0 S6.2.8 Auxiliaries 0.0 S6.2.8.1 Battery & Battery Charger- Type II 60 weeks from Commencement date 204103.9872 S6.2.8.2 All other Equipments (ACDB, DCDB etc) 60 weeks from Commencement date 8747.9465 S6.2.8.3 Safety Equipment 0.0 S6.2.9 Wiring 0.0 S6.2.9.1 Low Voltage cables laying & connections for LILO Substation 0.0 S6.2.10 Earthing 0.0 S6.2.10.1 Earth Bus inside LILO Substation & earthingConnections 60 weeks from Commencement date 0.0 S6.2.10.2 Installation and Testing (includes pre-installation tests and post installation tests) 60 weeks from Commencement date 0.0 and energisation of all equipment for Earthing & Bonding and buried copper material bar including exothermic weld & cables etc as per contract specification. 60 weeks from Commencement date 0.0 S6.2.10.3 Any other item(s) considered necessary to comply with Scope of Work 60 weeks from Commencement date 0.0 Sub Total Total Cost CentreS6 Value (to Grand Summary) 0.0 Authorised Signature & Seal of Bidder COST CENTRE S7: Installation, Testing and Commissioning of E&M works including integrated testing with other system for 06 Stations and Depot buildings as per Section 6: Employer’s Requirement. This Cost Centre comprises all those obligations and ongoing activities throughout the Contract not associated directly with any other Cost Centre. % limit for cost centre to be included as per Appendix-A |
| 20 | 2.0 Item Ref Item Description Amount (INR) FC1EURO FC2 FC3 Date of Completion Installation Services, Testing, Commissioning including integrated testing and commissioning.This item shall cover all work necessary to include but not be limited to:• preparation, submission, and all subsequent revisions, changes required and resubmittals• as required by the Employer's Requirements until \\"Notice of No Objection\\" or \\"Notice of No Objection subject to \\" has been issued by the\\"Engineer/Employer\\" for works including:• preparation for installation/erection (including provision of temporary services as requited- mounting all in accordance with the Employer's Requirements;- erection, aligning, fasteners and securing devices, adjusting as necessary;- installation of power and monitoring devices;- provision and use of civil and building materials and products making good and clearing the location on completion• testing and putting to work of all plant and equipment, sub-systems, and systems;- integrated testing and commissioning plan, tools, instruments, tackles and documents required;- attendance upon the \\"Engineer\\";- testing, retesting, fault finding, adjustments and reworking as necessary;- submittal of all test reports and other documents as required by the \\"Engineer/Employer\\" under the Contract;• attendance upon statutory authorities inspections and tests, completion of all modifications to meet authorities approval and arranging approval from suchauthorities; S7.1 E&M Works for 06 Stations S7.1.1 Station Works : Installation, Testing and Commissioning of Low Voltage ElectricalSystem as Per Particular Specification : S7.1.2 MV Switchgear 96 weeks from Commencement date 2502004.1744999997 S7.1.3 Distribution Boards 96 weeks from Commencement date 974140.8946 S7.1.4 Mv Cabling & Busduct 96 weeks from Commencement date 16112176.813 S7.1.5 Conduit & Cable Tray Along with Wiring 96 weeks from Commencement date 35114892.765 S7.1.6 Indoor Lighting, Lighting Control and Fans 96 weeks from Commencement date 6799162.077 S7.1.7 Earthing 96 weeks from Commencement date 11287575.029099999 S7.1.8 Lightning Protection 96 weeks from Commencement date 6966645.0514 S7.1.9 External Lighting 96 weeks from Commencement date 2565237.8175 S7.1.10 D.G. Sets 96 weeks from Commencement date 2835262.9016 S7.1.2 Installation, Testing and Commissioning of Ventilation and Air Conditioning System asper Particular Specification 96 weeks from Commencement date 14496051.2304 S7.1.3 Installation, Testing and Commissioning ofFire Protection & Suppression System as per Particular Specification 96 weeks from Commencement date 0.0 S7.1.3.1 Fire Detection & Alarm System 96 weeks from Commencement date 5320374.9214 S7.1.3.2 Fire Hydrant System 96 weeks from Commencement date 1845740.6424 S7.1.3.3 Piping for Fire Fighting System 96 weeks from Commencement date 27878721.4117 S7.1.3.4 Sprinkler System 96 weeks from Commencement date 0.0 S7.1.3.5 Portable Fire Extinguishers 96 weeks from Commencement date 1045920.2751 S7.1.3.6 Panel Flooding System 96 weeks from Commencement date 0.0 S7.1.3.7 Total Flooding System 96 weeks from Commencement date 0.0 S7.1.3.8 Miscellaneous Fire Services Equipment 96 weeks from Commencement date 107668.58929999999 S7.1.4 ITC for Plumbing System as per particularSpecification 96 weeks from Commencement date 1749372.6475 S7.1.5 INSTALLATION, TESTING & COMMISIONING OF BUILDING MANAGEMENT SYSTEM (BMS) AS PERPARTICULAR SPECIFICATION 96 weeks from Commencement date 0.0 S7.1.6 SYSTEM ACCEPTANCE TEST, INTEGRATION AND COMMISSIONINGOF COMPLETE E&M RELATED EQUIPMENT INCLUDING BMS 96 weeks from Commencement date 0.0 S7.2 E&M Depot Works 0.0 S7.2.1 DEPOT Works : INSTALLATION, TESTING & COMMISIONING OF LOW VOLTAGE ELECTRICAL SYSTEM AS PER PARTICULAR SPECIFICATION: 0.0 S7.2.1.1 M V SWITCHGEAR 110 weeks from Commencement date 2403906.8112 S7.2.1.2 DISTRIBUTION BOARDS 110 weeks from Commencement date 1615023.0621 S7.2.1.3 MV CABLING & BUSDUCT 110 weeks from Commencement date 27821971.9373 S7.2.1.4 CONDUIT & CABLE TRAY ALONG WITH WIRING 110 weeks from Commencement date 14796653.204 S7.2.1.5 INDOOR LIGHTING, LIGHTING CONTROL AND FANS 110 weeks from Commencement date 6406600.2647 S7.2.1.6 EARTHING 110 weeks from Commencement date 9330799.499 S7.2.1.7 LIGHTNING PROTECTION 110 weeks from Commencement date 5188274.6704 S7.2.1.8 EXTERNAL LIGHTING 110 weeks from Commencement date 39922342.4112 S7.2.1.9 D.G. SETS 110 weeks from Commencement date 1215113.3599 S7.2.1.10 UPS 110 weeks from Commencement date 71779.3805 S7.2.3 DEPOT Works: INSTALLATION, TESTING & COMMISIONING OF VENTILATION AND AIR CONDITIONING SYSTEM AS PER PARTICULARSPECIFICATION 110 weeks from Commencement date 30476286.6709 S7.2.4 DEPOT Works- INSTALLATION, TESTING & COMMISIONING OF FIRE PROTECTION & SUPPRESSION SYSTEM AS PER TECHNICALSPECIFICATION, SUCH AS FOLLOWING, BUT NOT LIMITED TO: 110 weeks from Commencement date 0.0 S7.2.4.1 Fire Detection & Alarm System 110 weeks from Commencement date 5678609.3487 S7.2.4.2 Fire Hydrant System 110 weeks from Commencement date 7304457.332599999 S7.2.4.3 Piping for Fire Fighting System 110 weeks from Commencement date 29264062.973899998 S7.2.4.4 Sprinkler System 110 weeks from Commencement date 7436728.0169 S7.2.4.5 Portable Fire Extinguishers 110 weeks from Commencement date 798112.1827 S7.2.4.6 Panel Flooding System 110 weeks from Commencement date 0.0 S7.2.4.7 Total Flooding System 110 weeks from Commencement date 0.0 S7.2.4.8 Miscellaneous Fire Services Equipment 110 weeks from Commencement date 71779.3805 S7.2.5 Supply of materials for BuildingManagement System (BMS) as per Particular Specification 110 weeks from Commencement date 0.0 S7.2.6 Depot works: ITC for EOT cranes EOT CRANES -EOT01-Workshop bay (15/2.5T) - 1 NosEOT02-Workshop bay(15/2.5T) - 1Nos EOT03-RRV Shed (3T) - 1NosEOT04-Inspection bayI(1.5T) - 4Nos EOT05-CMV OHE Loco Workshop shed (5T) - 1 NosEOT06-PitWheelLathe(5T) - 1 Nos 110 weeks from Commencement date 7897916.6751 S7.2.7 Depot works: ITC for COMPRESSSED AIR SYSTEM with Piping (All along the lenghth of shedshed with tappings at multiple locations wgich should be interfaced) & Accessories1. 170 CFM at 10 bar - 1 Sets each For Workshop & InspectionBay.2.55 CFM at 10 bar- 2 Sets For Workshop3.170 CFM at 10 bar - 2 Sets each For Pit Wheel lathe 110 weeks from Commencement date 0.0 Total Cost Centre S7 Value (to Grand Summary) 0.0 Authorised Signature & Seal of Bidder COST CENTRE S8: Installation, Testing and Commissioning of Lift and Escalators systems including Integrated Testing & Commissioning with other system for 06 Stations and Depot buildings as per Section 6: Employer’s Requirement. This Cost Centre comprises all those obligations and ongoing activities throughout the Contract not associated directly with any other Cost Centre. |
| 21 | 2.0 Item Ref Item Description Amount (INR) FC1EURO FC2 FC3 Installation Services, Testing, Commissioning including integrated testing and commissioning.This item shall cover all work necessary to include but not be limited to:• preparation, submission, and all subsequent revisions, changes required and resubmittals• as required by the Employer's Requirements until \\"Notice of No Objection\\" or \\"Notice of No Objection subject to \\" has been issued by the\\"Engineer/Employer\\" for works including:• preparation for installation/erection (including provision of temporary services as requited- mounting all in accordance with the Employer's Requirements;- erection, aligning, fasteners and securing devices, adjusting as necessary;- installation of power and monitoring devices;- provision and use of civil and building materials and products making good and clearing the location on completion• testing and putting to work of all plant and equipment, sub-systems, and systems;- integrated testing and commissioning plan, tools, instruments, tackles and documents required;- attendance upon the \\"Engineer\\";- testing, retesting, fault finding, adjustments and reworking as necessary;- submittal of all test reports and other documents as required by the \\"Engineer/Employer\\" under the Contract;• attendance upon statutory authorities inspections and tests, completion of all modifications to meet authorities approval and arranging approval from such authorities; S8.1 Installation ,Testing and Commissioning of Elevators (Lift) including intergarting testing with other system for 06 Stationsand Depot buildings as per Technical Specification. S8.1.1 Deleted S8.1.2 4 metre (3.5< h ≤ 4.5) 13 Passengers Stainless Steel Door – 1 Nos S8.1.3 5 metre (4.5 < h ≤ 5.5) Stainless Steel Door (2 T Freight Lift) - 1 Nos S8.1.4 Deleted S8.1.5 Deleted S8.1.6 7 metre (6.5 < h ≤ 7.5) 13 Passengers Glass Door with Hanging Pits – 12 Nos S8.1.7 Deleted S8.1.8 Deleted S8.1.9 8 metre (7.5 < h ≤ 8.5) 13 Passengers Stainless Steel Door – 9 Nos S8.1.10 Deleted S8.1.11 9 metre (8.5 < h ≤ 9.5) 13 Passengers Stainless Steel Door - 1 Nos S8.1.12 Deleted S8.1.13 10 metre (9.5 < h ≤ 10.5) 13 Passengers Stainless Steel Door – 1 Nos S8.1.14 Deleted S8.1.15 11 metre (10.5 < h ≤ 11.5) 13 Passengers Stainless Steel Door- 1Nos S8.1.16 Deleted S8.1.17 Deleted S8.1.18 Deleted S8.1.19 Deleted S8.1.20 Deleted S8.1.21 Deleted S8.1.22 Deleted S8.1.23 Deleted S8.1.24 Deleted S8.1.25 Deleted S8.1.26 Deleted S8.1.27 Deleted S8.1.28 23 metre (22.5 < h ≤ 23.5) 13 Passengers Glass Door (Ground +4) – 2 Nos S8.1.29 Deleted S8.2 Installation ,Testing and Commissioning of Escalators systems including intergarting testing with other system for 06 Stations and Depot buildings as per Technical Specification. S8.2.1 Deleted S8.2.2 Deleted S8.2.3 Deleted S8.2.4 Deleted S8.2.5 Deleted S8.2.6 Deleted S8.2.7 7 metre (6.5 < h ≤ 7.5) Vertical rise Stainless Balustrade – 1 Nos S8.2.8 7 metre (6.5 < h ≤ 7.5) Vertical rise Glass Balustrade - 24 Nos S8.2.9 8 metre (7.5 < h ≤ 8.5) Vertical rise Stainless Balustrade – 7 Nos S8.2.1 0 Deleted S8.2.11 9 metre (8.5 < h ≤ 9.5) Vertical rise Stainless Steel Balustrade - 3 Nos S8.2.1 2 Deleted S8.2.1 3 10 metre (9.5 < h ≤ 10.5) Vertical rise Stainless Steel Balustrade - 1 Nos S8.2.1 4 Deleted S8.2.15 Deleted S8.2.1 6 Deleted S8.2.1 7 Deleted S8.2.1 8 Deleted S8.2.19 Deleted S8.2.20 Deleted S8.2.2 1 Deleted Total Cost Centre S8 Value (to Grand Summary) 0.0 Authorised Signature & Seal of Bidder COST CENTRE S9: MISC including DLMP obligation This Cost Centre comprises all those obligations and ongoing activities throughout the Contract not associated directly with any other Cost Center. This Cost Centre comprises: 1. Asset Management System Interfacing of AMS with L&E Systems as per Employer’s requirement Licenses of provided Software 2. Training All those obligations and activities throughout the Contract associated with training of operating personnel. This includes but is not limited to: • Deputation of Instructors by the Contractors for training of operating and maintenance personnel of the Employer in India • Training of operating and maintenance personnel of the Employer at the Contractor’s facility. • Furnishing of Training Manual and connected Materials. • Submission of Trouble Shooting Manual for all the equipment as per requirement 3. Manuals All those obligations and activities throughout the Contract associated with the provision of Manuals. This includes but is not limited to: • Provision of Operating Manuals (Hard copies and in electronic format). •Provision of Maintenance Manuals (Hard copies and in electronic format). • Provision of Spare parts Catalogue (Hard copies and in Electronic format). • Troubleshooting directory for Train Operators and Rolling Stock Controller at OCC/BCC. 4. ESHS & Cyber Security Compliances This Cost Centre includes but is not limited to: • Compliance to all ESHS requirements as per ESHS Specifications/Requirements mentioned in Part-II, Employer’s Requirements. • Compliance to Cyber security requirements of Employer (as per General Specifications) • Office for Employer’s Representative 5. DLMP Support • DLMP shall include OEM certified staff for various systems / subsystems/equipment in adequate numbers. This includes all Corrective Maintenance only. Any other item(s) considered necessary to comply with the Scope of Work. Authorised Signature & Seal of Bidder COST CENTRE S9: MISC including DLMP obligation |
| 22 | 2.0 Item Ref Item Description Amount(INR) FC1EURO FC2 FC3 S9.1 MISC ITEMS FOR PST S9.1.1 Maintenance, Installation & Operation Manuals (Hard copies) including Spare Parts Catalogue and in electronic format (System and subsystem) S9.1.2 Training of Employer's Staff as per Tender specifications S9.1.3 O&M documentation and training to Employeesstaff and other obligations for CMV as mentioned in Specifications. S9.1.4 O&M Documentation, Asset management interface document, Transfer of Technology, all spares including consumable and all otherobligations as per Tender specifications. S9.1.5 Compliance of CMRS observations S9.2 MISC ITEMS FOR E&M SYSTEM (Stations+Depot) S9.2.1 O&M Documentation, all spares including consumable, Asset management interfacedocument, Transfer of Technology all other obligations as per Tender specifications S9.2.2 Training of Employer's Staff as per Tender specifications S9.2.3 Completion of all certificates and license approval (CEIG, Fire NOC, PUC etc. for E&Mworks at Station and Depot) S9.2.4 Compliance of CMRS observations S9.3 MISC ITEMS FOR ELEVATOR (LIFT) SYSTEM S9.3.1 O&M Documentation, all spares including consumable, Asset management interface document, Transfer of Technology all other obligations as per Tender specifications S9.3.2 Training of Employer's Staff as per Tender specifications S9.3.3 Completion of all certificates and license approval (EIG and Lift Inspector approval atStation and Depot) S9.3.4 Compliance of CMRS observations S9.4 MISC ITEMS FOR ESCALATOR SYSTEM S9.4.1 O&M Documentation, all spares including consumable, Asset management interface document, Transfer of Technology all other obligations as per Tender specifications S9.4.2 Training of Employer's Staff as per Tender specifications S9.4.3 Completion of all certificates and license approval (EIG and Lift Inspector approval at Station and Depot) S9.4.4 Compliance of CMRS observations S9.5* DLMP Breakup to DB (including OEM certified staff for various systems / subsystems/equipment in adequate numbers) For PST, E&M AND L&E Systems Not Less than 50% of S9 (apart from Price quoted in B1.1 Total Cost Centre S9 Value (to Grand Summary) 0.0 *Payment will be made equally in 24 months over 2 years Authorised Signature & Seal of Bidder Price Schedule B1: Maintenance Services |
| 23 | Deleted |
| 24 | Deleted |
| 25 | Deleted |
| 26 | The Costs under Cost Centre B1 is deemed to have included all Overhauls as required in ACTM or OEM specific manuals |
| 27 | Price for Maintenance during CMP and Hand back requirement as per section 6K, bidder shall quote under Price Schedule B1. |
| 28 | Price for Maintenance during CMP and Asset Replacement bidder shall quote under Price Schedule B1. Prices under Price Schedule B1 not be less than 12.50% of the Design Build price quoted in Price Schedule A with following conditions a Price Quoted for B1.1 Should not be less than 1.5% of Design Build Price and shall be paid equally for all 24 months b Price Quoted for B1.2 Should not be less than 9% of Design Build Price and shall be paid equally for all 60 months c Price Quoted for B1.3 Should not be less than 2% of Design Build Price and shall be paid on actual completion of activities as mentioned in section 6K, Hand back requirements Price Schedule B1: Maintenance Cost PRICE SCHEDULE B1: Preventive Maintenance during DLMP(24 months), Comprehensive MAINTENANCE SERVICE (60 Months) , and Hand-back requirements. S.No. Item Amount INR Monthly Quaterly Total B1.1 Preventive Maintenance Service during DLMP 0.0 B1.2 Comprehensive MAINTENANCE SERVICE (60 Months) 0.0 B1.3 Hand Back requirement including refurbishment to be paid at last year of CMC as per Section 6K NA TOTAL B1 0.0 Authorised Signature & Seal of Bidder Price Schedule C: Price Bid Summary WHOLE LIFE COST (WLC) Parameter Unit Total I. Design Build (Equivalent INR as per ITT 38.1) INR 0.0 II. Comprehensive Maintenance Service INR 0.0 B- Total Bid Price (I + II) INR 0.0 C-Cost Loading for Transformers Losses (As per ITT 40.1) INR 109495774.39500001 Total Evaluated Price (B+C) INR 0.0 1. No-load Iron Losses and Full Load Copper losses for Oil Filled Transformers Transformer Quantity Maximum permitted Total Losses (including Iron and Copper Loss) in KW/% Quoted by Bidder in section 4 C No Load Iron Loss (Kilo Watt) / Transformer Wir Full Load Copper Losses (Kilo watts) / Transformer Wcu PW 220/27.5 kV40/50 MVA ONAN/ONAF 2.0 0.005 18.0 133.0 72175671.22500001 220/33 kV15/20 MVA ONAN/ONAF 2.0 0.005 11.0 62.0 37320103.17000001 1.Transformer losses will be filled based on the earlier type test reports of similar ranges submitted in other completed projects by the bidder/proposed OEM. In case such test reports for similar ranges are not available, the bidder/ OEM will furnish supporting design calculations for the transformer losses based on IEC/ IEEE/ RDSO standards/ OEM calculation (supporting documents). If the Transformer Losses quoted by the bidder is abnormally low, in the opinion of the Employer, the Employer may seek further clarification by ITB 29. 2. The sum of Bid Price and cost loading due to Transformer Losses will be considered for Evaluation of the Tenders. Price Schedule - E : BASE INDICES FOR PRICE ADJUSTMENT OF FOREIGN CURRENCIES Price adjustment formula for PST, E&M, L&E systems are defined in Apppendix-2 of SCC for both Indian and Foreign currencies, While indices for calculation of price adjustment shall be governed by GOI website https://eaindustry.nic.in/ , however for indices for calculation of price adjustment in foreign currency, bidder is requested to fill up and submit the base indices as indicated in Appendix 2 of SCC, in the concerned tables below. Wholesale Price Index for Currency of Payment (FC) Currencyof Index (FC) Named / Published Source of Index Index Value on Base Date Labour FC FC Steel FC FC Stainless steel FC FC Copper FC FC Aluminium FC FC Electronics FC FC Fuel FC FC Authorised Signature & Seal of Bidder |
Copyright © 2026 · All Rights Reserved. Terms of Usage | Privacy Policy
For Tender Information Services Visit : TenderDetail