Sales : +91-777 804 8217
| Sl. No. | Item Description |
| 1 | Rolling Stock |
| 2 | Total Amount in INR |
| 3 | Total Amount in Foreign Currency 1 |
| 4 | Total Amount in Foreign Currency 2 |
| 5 | Signaling & Train Control |
| 6 | Total Amount in INR |
| 7 | Total Amount in Foreign Currency 1 |
| 8 | Total Amount in Foreign Currency 2 |
| 9 | TENDER TOTAL (RS + S&TC) |
| 10 | Total Amount in INR |
| 11 | Total Amount in Foreign Currency 1 |
| 12 | Total Amount in Foreign Currency 2 Instructions to Tenderers Annexure ITT-2B(i) Pricing Document – Rolling Stock Tender Total for Lucknow Metro (Phase-1B) To be Completed and Submitted as part of Appendix FT-2 to the Form of Tender (this document is to be prepared and completed by the tenderer) I. The 'Lump Sum Price' of this Contract (15 Nos. 3-car train-set i.e., 45 cars) including Signalling & Train Control System is: (in Indian Rupees): (in words) and (in Foreign Currency): (in words) II. The 'Lump Sum Price' of this Contract for Rolling Stock is: 'Fixed Lump Sum Price' as per Annexure ITT-2A / clause A1.2 III. Apportionment of Lump Sum Price among Cost Centres for Rolling Stock Cost Centre Description Total Apportioned / ActualAmounts of Cost Centre Items Foreign Currency 1 Foreign Currency 2 Indian Rupees A Preliminaries and General Requirements for Rolling Stock and Design of RollingStock 0.0 0.0 0.0 B Offshore Manufacture, Factory Testing, Inspection, despatch of cars from off- shore factory, Shipping to port in India, Marine Insurance, transit Insurance from Port in India to Depot Site, Inland Transportation of offshore manufactured trains within India including handling charges at port in India, depot or at any other place, and all other incidental costs, delivery and receipt of cars indepot 0.0 0.0 0.0 C Indigenous Manufacture, Factory Testing, Inspection and Despatch of cars from onshore factory, transit insurance from factory to Depot Site, Inland Transportation of Indigenous manufactured trains within India including handling charges at depot or at any other place, and all other incidental costs, delivery and receipt ofcars in depot 0.0 0.0 0.0 D Formation of trains in depot, satisfactory completion of tests and running of train in the depot, Integrated Testing and Commissioning of Trains on the section, Service Trials and finalcommissioning 0.0 0.0 0.0 E Not used 0.0 0.0 0.0 F Not used 0.0 0.0 0.0 G Unit Exchange Spares, Mandatory Spares, Recommended Spares, consumable spares for a period up to expiry of DLP, special tools, testing and diagnostic equipment, Intermediate Overhauling spares, Trouble shootingand Driving Desktop Simulator 0.0 0.0 0.0 H Training, Operation and MaintenanceManuals 0.0 0.0 0.0 Tender Total 0.0 0.0 0.0 Description Amount(excl. taxes) Foreign Currency 1 Foreign Currency 2 Indian Rupees IV. Reduction in lump sum price for non-provision of brake resistor (ERTS / clause 8.9) in each train-set Note: 1. The 'Tender Total Lump Sum Price' quoted for this contract shall be final, No conditional or unconditional discount can be offered on this 'Tender Total Lump Sum Price'. In case of non-compliance, the offered discount shall be treated as NULL and VOID and stand withdrawn. 2. In the event of non-provision of brake resistor (ERTS / clause 8.9), amount as quoted at (IV) above shall be withheld from the apportioned amount quoted for delivery of each train-set against the Cost Centre 'B' and Cost Centre 'C'. 3. It is certified that 'Annexure ITT-2B' annexed in Technical Package is a ‘TRUE COPY’ (with prices blanked off) of the said 'Annexure ITT-2B' in the Financial Package. Signature of Tenderer Annexure ITT-2B-1 Cost Centre A – Preliminaries & General Requirements and Design of Rolling Stock and Provision of Mock-up Milestone Number Work Description / Milestone Activity Apportioned Amount Milestone Completion Date Foreign Currency 1 Foreign Currency 2 Indian Rupees Obtain the ‘Notice of No Objection’ or ‘Notice of No Objection Subject to ’ from the Engineer for: A1 Project Management Plan 0.0 0.0 0.0 0.0 A2 Interface Management Plan andDetailed Interface Documents 0.0 0.0 0.0 0.0 A3 Works Programme 0.0 0.0 0.0 0.0 A4 Design Submission Programme 0.0 0.0 0.0 0.0 A5 Quality Assurance Plan 0.0 0.0 0.0 0.0 A6 System Safety Assurance Planand Site Safety Plan 0.0 0.0 0.0 0.0 A7 Environmental Plan 0.0 0.0 0.0 0.0 A8 Software Quality Assurance Plan 0.0 0.0 0.0 0.0 A9 Inspection, Testing, andCommissioning and Integrated Testing andCommissioning Plan 0.0 0.0 0.0 0.0 A10 Preliminary Design Completion 0.0 0.0 0.0 0.0 A11 Final Design Completion. 0.0 0.0 0.0 0.0 A12 Design Verification & Validation 0.0 0.0 0.0 0.0 A13 Final Design Document Delivery 0.0 0.0 0.0 0.0 A14 ‘As-Built Drawings’ Delivery 0.0 0.0 0.0 0.0 A15 Mock-up 0.0 0.0 0.0 0.0 A16 Any other item considered necessary by the Contractor to comply with the Scope of Work 0.0 0.0 0.0 0.0 Cost Centre Total 0.0 0.0 0.0 Note: 1. The maximum amount that can be apportioned in this Cost Centre ‘A’ shall not exceed ten (10) percent of the amount apportioned in Cost Centres ‘A’, ‘B’, ‘C’ and ‘D’. 2. It is certified that 'Annexure ITT-2B-1' annexed in Technical Package is a ‘TRUE COPY’ (with prices blanked-off) of the said 'Annexure ITT-2B-1' in the Financial Package. Signature of Tenderer Annexure ITT-2B-1 Cost Centre B – Offshore Manufacture, Dispatch, Completion of Shipping to Port in India, Inland Transportation in India, Delivery and Receipt of Cars in Depot Milestone Number Work Description / Milestone Activity Apportioned Amount Milestone Completion Date Foreign Currency 1 Foreign Currency 2 Indian Rupee 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; Marine Insurance; Documents for shipment to Indian Port; Despatch of cars from offshore factory and shipping port; Transit insurance from Port in India to Employer Depot Site; and Completion of shipping to port in India, Inland transportation in India, Delivery and Receipt of cars in the Employer’s Depot in good condition;for: B1 First Prototype Offshoremanufactured train-set 0.0 0.0 0.0 0.0 B2 Obtain as above for the SecondOffshore manufactured train-set 0.0 0.0 0.0 0.0 B3 Obtain as above for the Third Offshore manufactured train-set 0.0 0.0 0.0 0.0 B4 Obtain as above for the Fourth Offshore manufactured train-set 0.0 0.0 0.0 0.0 B5 Obtain as above for the Fifth Offshore manufactured train-set 0.0 0.0 0.0 0.0 B6 Obtain as above for the Sixth Offshore manufactured train-set 0.0 0.0 0.0 0.0 B7 Obtain as above for the Seveth Offshore manufactured train-set 0.0 0.0 0.0 0.0 B8 Obtain as above for the Eighth Offshore manufactured train-set 0.0 0.0 0.0 0.0 B9 Obtain as above for the Nineth Offshore manufactured train-set 0.0 0.0 0.0 0.0 B10 Obtain as above for the Tenth Offshore manufactured train-set 0.0 0.0 0.0 0.0 B11 Obtain as above for the Eleventh Offshore manufactured train-set 0.0 0.0 0.0 0.0 B12 Obtain as above for the Twelfth Offshore manufactured train-set 0.0 0.0 0.0 0.0 B13 Obtain as above for the Thirteenth Offshore manufactured train-set 0.0 0.0 0.0 0.0 B14 Obtain as above for the Fourteenth Offshore manufactured train-set 0.0 0.0 0.0 0.0 B15 Obtain as above for the Fifteenth Offshore manufactured train-set 0.0 0.0 0.0 0.0 Cost Centre Total 0.0 0.0 0.0 Signature of Tenderer Annexure ITT-2B-1 Cost Centre C – Indigenous Manufacture, Dispatch, Inland Transportation in India, Delivery and Receipt of Cars in Depot Milestone Number Work Description / Milestone Activity Apportioned Amount Milestone Completion Date Foreign Currency 1 Foreign Currency 2 Indian Rupee Currency Type 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; Dispatch Documents; Dispatch of cars from onshore factory; Inland transportation in India, delivery and receipt of cars in the Employer’s Depot in good condition;for: C1 First Indigenouslymanufactured train-set 0.0 0.0 0.0 0.0 C2 Obtain as above for the Second Indigenously manufactured train-set 0.0 0.0 0.0 0.0 C3 Obtain as above for the Third Indigenously manufactured train-set 0.0 0.0 0.0 0.0 C4 Obtain as above for the Fourth Indigenously manufactured train-set 0.0 0.0 0.0 0.0 C5 Obtain as above for the Fifth Indigenously manufactured train-set 0.0 0.0 0.0 0.0 C6 Obtain as above for the Sixth Indigenously manufactured train-set 0.0 0.0 0.0 0.0 C7 Obtain as above for the Seventh Indigenously manufactured train-set 0.0 0.0 0.0 0.0 C8 Obtain as above for the Eighth Indigenously manufactured train-set 0.0 0.0 0.0 0.0 C9 Obtain as above for the Nineth Indigenously manufactured train-set 0.0 0.0 0.0 0.0 C10 Obtain as above for the Tenth Indigenously manufactured train-set 0.0 0.0 0.0 0.0 C11 Obtain as above for the Eleventh Indigenously manufactured train-set 0.0 0.0 0.0 0.0 C12 Obtain as above for the Twelfth Indigenously manufactured train-set 0.0 0.0 0.0 0.0 C13 Obtain as above for the Thirteenth Indigenously manufactured train-set 0.0 0.0 0.0 0.0 C14 Obtain as above for the Fourteenth Indigenously manufactured train-set 0.0 0.0 0.0 0.0 C15 Obtain as above for the Fifteenth Indigenously manufactured train-set 0.0 0.0 0.0 0.0 Cost Centre Total 0.0 0.0 0.0 Note: 1. The apportioned amounts (both foreign currency and local currency) shall be same for each Milestone. 2. The Contractor at their option may decide the number of train-sets to be manufactured indigenously. This Cost Centre will be applicable for such indigenously manufactured train-sets. 3. It is certified that 'Annexure ITT-2B-1' annexed in Technical Package is a ‘TRUE COPY’ (with prices blanked-off) of the said 'Annexure ITT-2B-1' in the Financial Package. Annexure ITT-2B-1 Cost Centre D – Testing in the Depot, Integrated Testing and Commissioning of Train-sets, Service Trials and Final Commissioning Milestone Number Work Description / Milestone Activity Apportioned Amount Milestone Completion Date Foreign Currency 1 Foreign Currency 2 Indian Rupee Currency Type Obtain the ‘Notice of No Objection’ or ‘Notice of No Objection Subject to ’ from the Engineer after: Formation of train-set, obtaining certificate of satisfactory completion of functional tests and running of train-set in the Depot. Completion of Integrated Testing and Commissioning in the Depot; Completion of integrated testing and commissioning on the section in conjunction with Designated Contractors; Instrumentation Tests, Oscillation trials; * Service Trials and Final Commissioning; Sanction of Statutory Authorities of Test results. * for: D1 First Prototype train-set 0.0 0.0 0.0 0.0 D2 Obtain as above for the Second train-set 0.0 0.0 0.0 0.0 D3 Obtain as above for the Third train-set 0.0 0.0 0.0 0.0 D4 Obtain as above for the Fourth train-set 0.0 0.0 0.0 0.0 D5 Obtain as above for the Fifth train-set 0.0 0.0 0.0 0.0 D6 Obtain as above for the Sixth train-set 0.0 0.0 0.0 0.0 D7 Obtain as above for the Seventh train-set 0.0 0.0 0.0 0.0 D8 Obtain as above for the Eighth train-set 0.0 0.0 0.0 0.0 D9 Obtain as above for the Nineth train-set 0.0 0.0 0.0 0.0 D10 Obtain as above for the Tenth train-set 0.0 0.0 0.0 0.0 D11 Obtain as above for the Eleventh train-set 0.0 0.0 0.0 0.0 D12 Obtain as above for the Twelfth train-set 0.0 0.0 0.0 0.0 D13 Obtain as above for the Thirteenth train-set 0.0 0.0 0.0 0.0 D14 Obtain as above for the Fourteenth train-set 0.0 0.0 0.0 0.0 D15 Obtain as above for the Fifteenth train-set 0.0 0.0 0.0 0.0 Cost Centre Total 0.0 0.0 0.0 *These are applicable for Prototype Train-sets only Note: 1. The apportioned amounts (both foreign currency and local currency) shall be same for each Milestone. 2. The minimum amount that shall be apportioned in the Cost Centre 'D' shall not be less than ten (10) percent of the amount apportioned in Cost Centres 'A', 'B', 'C' and 'D'. 3. It is certified that 'Annexure ITT-2B-1' annexed in Technical Package as a ‘TRUE COPY’ (with prices blanked-off) of the said 'Annexure ITT-2B-1' in the Financial Package. Signature of Tenderer Annexure ITT-2B-1 Cost Centre E- Not used Not Used Annexure ITT-2B-1 Cost Centre F - Not used Not Used Annexure ITT-2B-1 Cost Centre G – Unit Exchange Spares, Mandatory Spares, Recommended Spares, Consumable Spares, Special Tools, Testing and Diagnostic Equipment, Intermediate Overhauling Spares, Driving Desktop and Maintenance Simulators Milestone Number Work Description / Milestone Activity Apportioned Amount Milestone Completion Date Foreign Currency 1 Foreign Currency 2 Indian Rupees Obtain the ‘Notice of No Objection’ or ‘Notice of No Objection Subject to ’ from the Engineerfor the delivery of the following: G1 Unit Exchange Spares - (Details to be given as per Annexure GA1) 0.0 0.0 0.0 0.0 G2 Mandatory Spares - (Details to be given as per Annexure GA2) 0.0 0.0 0.0 0.0 G3 Recommended Spares - (as per ERGS / Chapter 8) (Details to be given as per Annexure GA3) 0.0 0.0 0.0 0.0 G4 Consumable Spares for tendered quantity of cars for period up to expiry of DLP (as per ERGS / Chapter 8) (Details to be given as per Annexure GA4) 0.0 0.0 0.0 0.0 G5 Special Tools, Jigs, Fixtures, Gauges, Testing and Diagnostic Equipment (as per ERGS / Chapter 8) (Details to be given as per Annexure GA5) 0.0 0.0 0.0 0.0 G6 Intermediate and Periodic Overhauling Spares for three (03) Train-sets (as per ERGS / Chapter 8) (Details to be given as per Annexure GA6) 0.0 0.0 0.0 0.0 G7 Desktop Driving Simulator (01 no.) and Maintenance Simulator (01 no.) 0.0 Cost Centre Total 0.0 0.0 0.0 Signature of Tenderer Annexure GA1 Unit Exchange Spares (‘set’ means 3-car train-set) S.No. Description Part No. Unit Qty. Unit Cost Total Cost Escalation(% p.a.) F.C. 1 F.C. 2 INR F.C. 1 F.C. 2 INR F.C. 1 F.C. 2 INR 1.0 Complete Current Collector Device with Control Box Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 2.0 Complete High Speed Circuit Breaker with Control Box Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 3.0 Surge Arrestor Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 4.0 Complete Traction Converter-Inverter / Inverter (incl. brake resistor) Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 5.0 Complete Auxiliary Converter-Inverter / Inverter with Battery Charger Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 6.0 Traction Motor with Half Coupling Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 7.0 Battery Box with Battery set and inter-connectors Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 8.0 All types of Complete Motor Bogie equipped with traction motors, wheel-sets, brake units, bogie-mounted equipment and accessories, etc. Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 9.0 All types of Complete Trailer Bogie equipped with wheel-sets, brake units, bogie-mounted equipment and accessories, etc. Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 10.0 Complete WFL system, including electronic modules and cards Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 11.0 Complete Air Generation and Treatment Unit, including electronic modules and cards Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 12.0 Complete Brake system, including electronic modules and cards except AGTU, reservoirs, pipes, and fittings Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 13.0 Complete Saloon Door, including electronic modules and cards, and operating mechanism Nos. 8.0 0.0 0.0 0.0 0.0 0.0 0.0 14.0 Complete Emergency Door with opening / closing mechanism Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 15.0 Complete HVAC unit, including electronic modules and cards Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 16.0 Complete Auto Coupler, including Mounting Bolts, etc. Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 17.0 Complete Semi-Permanent Coupler, including Mounting Bolts, etc. Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 18.0 Gangway Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 19.0 TCMS equipment, including Connectors but excluding Cables Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 20.0 Master Controller & Mode Selector with Keys Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 21.0 PWM Generator with Interface Panel Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 22.0 Complete PA / PIS system, including CCTV system, and Connectors butexcluding Cables Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 TOTAL 0.0 0.0 0.0 Note: Each line item is independent. The Contractor must supply the specified spares in full for each line item, even if the same components appear in multiple line items. No line item is considered complete until all obligations for that item are fulfilled. Annexure GA2 Mandatory Spares (‘set’ means 3-car train-set) S.No. Description Part No. Unit Qty. Unit Cost Total Cost Escalation(% p.a.) F.C. 1 F.C. 2 INR F.C. 1 F.C. 2 INR F.C. 1 F.C. 2 INR 1.0 Current Collector Device i Mechanical Components like Collecting Shoe Arm, Shoe Arm Support, Current Collector Springs, etc. Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 ii Electrical and Pneumatic Components like Auxiliary Contact, Pressure Regulator, Sensor, Switches, etc. Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 iii Fuse Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 iv Set of all Interface and Control Unit / Equipment for Remote Operation in UTO mode Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 2.0 High Speed Circuit Breaker i Control Box including Auxiliary Contact, Pressure Regulator, Sensor, Switch, etc. Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 ii Supply Selector Switch Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 iii Set of all Interface and Control Unit / Equipment for Remote Operation in UTO mode Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 3.0 Propulsion (Traction Converter-Inverter / Inverter) and 750 V System i Electronic modules and cards including DC-DC Converter Set 3.0 0.0 0.0 0.0 0.0 0.0 0.0 ii Complete Inverter module (including IGBTs) and Gate Drive Unit Set 3.0 0.0 0.0 0.0 0.0 0.0 0.0 iii Complete Pre-charge Assembly Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 iv Complete Main Charging Assembly Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 v Line Inductor Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 vi DC-link Capacitor (including Charging Power Module, if any) Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 vii Complete Braking Chopper module (including IGBTs) and Gate Drive Unit Set 3.0 0.0 0.0 0.0 0.0 0.0 0.0 viii Current Sensors (all types) Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 ix Voltage Sensors (all types) Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 x Set of Relays, Contactors, Sensors, Switches, Connectors, etc. not included above Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 xi Bus Bars Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 xii Cooling Fan Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 xiii Air Filters Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 xiv Set of all Interface and Control Unit / Equipment for Remote Operation in UTOmode Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 4.0 Auxiliary Supply (Auxiliary Converter-Inverter / Inverter), and Other Power Supply (415 V, 230 V, 110 V DC) i Set of all Electronic modules and cards including DC-DC Converter Set 3.0 0.0 0.0 0.0 0.0 0.0 0.0 ii Complete Inverter modules (including IGBTs) and Gate Drive Unit Set 3.0 0.0 0.0 0.0 0.0 0.0 0.0 iii Complete Pre-charge Assembly Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 iv Complete Main Charging Assembly Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 v Line Inductor 1.0 0.0 0.0 0.0 0.0 0.0 0.0 vi DC-link Capacitor (including Charging Power Module, if any) Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 vii Current Sensors (all types) Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 viii Voltage Sensors (all types) Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 ix Set of Relays, Contactors, Sensors, Switches, Connectors, etc. not included above 1.0 0.0 0.0 0.0 0.0 0.0 0.0 x Bus Bars Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 xi Cooling Fan Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 xii Air Filters Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 xiii Battery Charger (incl. Isolation Transformer) Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 xiv Set of all Interface and Control Unit / Equipment for Remote Operation in UTO mode Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 5.0 Bogie i Dampers Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 ii Monolink / z-link and Centre Pivot, including Rubber Blocks Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 iii Axle Box, including Bearing, Earth return Current Unit, etc. Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 iv Primary Suspension Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 v Secondary Suspension Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 vi Half Coupling (for Gear Box) Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 vii Complete Drive Gear Unit with Bearings, Gear Case, Reaction Rod, etc. Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 viii Anti-Roll Bar Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 ix Set of all Interface and Control Unit / Equipment for Remote Operation in UTO Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 6.0 Brakes & Pneumatics (incl. AGTU and other ancillary equipment) i Set of all Electronic modules and cards Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 ii Speed Sensor Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 iii Pneumatic / Electro-pneumatic Valves Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 iv Magnet Valves Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 v Safety Valves Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 vi Gauges Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 vii Pressure Sensors / Transducers Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 viii Pressure Switches Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 ix Pressure Governors / Regulators Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 x Isolating Cocks Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 xi Parking Brake Release Handle / Mechanism Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 xii Analog Converter Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 xiii Pneumatic Pipe Fittings including Test Points Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 xiv Pneumatic Hose with End Connections Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 xv Water Separator Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 xvi Drain Plugs and Drain Valves Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 xvii Pneumatic Horn Assembly Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 xviii Filters (all types) Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 xix Set of Relays, Contactors, Sensors, Switches, Connectors, etc. Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 xx Set of all Interface and Control Unit / Equipment for Remote Operation in UTO mode Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 7.0 Doors (all types incl. Emergency Doors) i Door Control Unit Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 ii Door Motor, including operating mechanism Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 iii Set of Relays, Contactors, Sensors, Switches, Connectors, Circuit Breakers, etc. for all types of Doors except Emergency Door Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 iv Emergency Access / Egress Device with operating mechanism Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 v Manual opening mechanism for Doors designated for entry of Train Operator Set 3.0 0.0 0.0 0.0 0.0 0.0 0.0 vi Emergency Door - Opening / closing mechanism Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 vii Emergency Door - Gas springs Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 viii Emergency Door - Slings, chains, etc. Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 ix Emergency Door - Textile floor / Floor board Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 x Cab-to-Saloon Partition Door Lock Assembly Set 3.0 0.0 0.0 0.0 0.0 0.0 0.0 xi Set of Relays, Contactors, Sensors, Switches, Connectors, Circuit Breakers, etc.for Emergency Door Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 xii Set of all Interface and Control Unit / Equipment for Remote Operation in UTOmode Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 8.0 Heating, Ventilation and Air-Conditioning unit i Electronic modules and cards Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 ii Temperature Sensor Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 iii Humidity Sensor Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 iv Smoke Sensor Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 v CO2 Sensor Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 vi Fresh Air Damper Motor Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 vii Return Air Damper Motor Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 viii Compressor Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 ix Condenser Fan with Motor Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 x Evaporator Fan with Motor Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 xi Emergency Inverter with Control Unit Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 xii Air Filters Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 xiii Thermostat Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 xiv Fuse Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 xv Hose with End Connections Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 xvi Set of Relays, Contactors, Sensors, Switches, Connectors, etc. Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 xvii Set of all Interface and Control Unit / Equipment for Remote Operation in UTOmode Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 9.0 Coupler i Auto Coupler - Complete Pneumatic Assembly Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 ii Proximity Sensor Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 iii Pneumatic Hose with End Connections Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 iv Auto Coupler - Electrical Jumpers with Connectors Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 v Air Filters Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 vii Set of all Interface and Control Unit / Equipment for Remote Operation in UTO mode Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 10.0 TCMS i Electronic modules and cards excluding Ethernet switches Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 ii DDU Set 4.0 0.0 0.0 0.0 0.0 0.0 0.0 iii Ethernet Switches Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 iv Ethernet Connectors for various systems and equipment Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 v Ethernet Cable (100 m) No. 1.0 0.0 0.0 0.0 0.0 0.0 0.0 vi Input / Output Module (RIOM) Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 vii Data Plug Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 xii Set of all Interface and Control Unit / Equipment for Remote Operation in UTO mode Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 11.0 Master Controller i Switches Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 ii Potentiometer Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 iii Set of all Interface and Control Unit / Equipment for Remote Operation in UTO mode Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 12.0 PA / PIS and CCTV i Electronic modules and cards Set 3.0 0.0 0.0 0.0 0.0 0.0 0.0 ii Train Number & Destination Indicators Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 iii External Side Display Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 iv Amplifier Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 v Speaker Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 vi Main Operating Panel with Microphone Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 vii Auxiliary Operating Panel Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 viii Passenger Emergency Intercom Device Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 ix Infotainment LCD screen Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 x LCD-based Route Map & Gangway LCD screen Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 xi All cameras complete with hardware interfaces-cum-control unit Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 xii Network Video Recorder Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 xiii Set of Relays, Contactors, Sensors, Switches, Connectors, etc. Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 xiv Set of all Interface and Control Unit / Equipment for Remote Operation in UTO mode Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 13.0 Car Body i Complete Wiper Assembly with Motor Set 5.0 0.0 0.0 0.0 0.0 0.0 0.0 ii Wiper Tank and Pump Set 5.0 0.0 0.0 0.0 0.0 0.0 0.0 iii Set of Seats in Cab Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 iv Glasses - Windshield Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 v Glasses - Saloon Window Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 vi Glasses - Saloon Door Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 vii Glasses - Emergency Door Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 viii Draught Screen Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 ix Any other types of Glasses, Acrylic Covers, etc. Set 4.0 0.0 0.0 0.0 0.0 0.0 0.0 x Set of all types of locks (electrical and equipment panels, Doors, maintenance hatch, etc.) Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 xi Set of all types of keys (operation, and maintenance-square, hexagonal, etc.) No. 45.0 0.0 0.0 0.0 0.0 0.0 0.0 xii Set of all stickers, labels, etc. (internal and external) Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 xiii Grab Handle Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 xiv Sun Visor Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 xv Drain Hose with End Connections Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 xvi Advertisement Panel Clips with Cover Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 14.0 Electrical Items i Set of Interior Lighting Assembly (Saloon and Cab) - all types of lights along with Controller, DC-DC Converter, Cable, Cover, etc. Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 ii Complete Exterior Lighting Assembly (Headlight, Tail light, Marker light, Flasher light, etc.) with Housing, Connector, Cable, Cover, etc. Set 4.0 0.0 0.0 0.0 0.0 0.0 0.0 iii Door Indicator Light (internal and external) with Housing, Connector, Cable, Cover, etc. Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 iv Set of Maintenance Lighting (Underframe Equipment boxes) - all types of lights along with Controller, DC-DC Converter, Cable, Cover, etc. Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 v Isolation Switch for Underframe Equipment Boxes Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 vi Complete Electric Horn Assembly Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 vii Set of Jumper Cables with Lugs / Connectors Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 viii Electrical Cables of various Cross Sections (each 100 m) No. 1.0 0.0 0.0 0.0 0.0 0.0 0.0 ix USB Charging Port with Adapter, Converter, SMPS, etc. Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 x Electrical Cubicle - Ventilation / Exhaust Fans Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 xi Set of all Connectors with Pins, Relays, Push-buttons, Contactors, MCBs, Indicators, Fuses, Switches of Make A, B, etc. (not included in any system above) Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 xii Fire Detection Unit Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 xiii Linear Heat Detector Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 xiv Smoke Sensor Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 xv Fuses (not included in any system above) Set 2.0 0.0 0.0 0.0 0.0 0.0 0.0 15.0 Miscellaneous i Set of all hardware – Mounting, Bolts, Washers, etc. for all sub-systems and Train-level integration Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 ii Air Filters (not included in any system above) Set 4.0 0.0 0.0 0.0 0.0 0.0 0.0 iii Predictive Maintenance Tools (Equipment, Sensor, etc.) Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 iv UTO-mandatory System (ODD, DD, etc.) Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 Total 0.0 0.0 0.0 Note: Each line item is independent. The Contractor must supply the specified spares in full for each line item, even if the same components appear in multiple line items. No line item is considered complete until all obligations for that item are fulfilled. Annexure GA3 Recommended Spares S.No. Description Part No. Unit Qty. Unit Cost Total Cost Escalation(% p.a.) F.C. 1 F.C. 2 INR F.C. 1 F.C. 2 INR F.C. 1 F.C. 2 INR Total 0.0 0.0 0.0 Annexure GA4 Consumable Spares for Tendered Quantity of Cars for Period up to Expiry of DLP (‘set’ means 3-car train-set) (A) Mandatory Consumable Spares S.No. Description Part No. Unit Qty. Total Cost Escalation(% p.a.) FC 1 F.C. 2 INR FC 1 F.C. 2 INR FC 1 F.C. 2 INR |
| 13 | Lubricants |
| 14 | Greases |
| 15 | Sealants |
| 16 | Brake Pads |
| 17 | Filters |
| 18 | Gaskets |
| 19 | Lamps |
| 20 | Current Collector Shoe |
| 21 | Other wearable parts |
| 22 | Any other item whose declared life is less than one (01) year Total Cost 0.0 0.0 0.0 (B) Recommended Consumable Spares S.No. Description Part No. Unit Qty. Total Cost Escalation(% p.a.) FC 1 F.C. 2 INR FC 1 F.C. 2 INR FC 1 F.C. 2 INR 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 Total 0.0 0.0 0.0 Overall Cost 0.0 0.0 0.0 Annexure GA5 Special Tools, Jigs, Fixtures, Gauges, Testing and Diagnostic Equipment (A) Mandatory Special Tools, Jigs, Fixtures, Gauges, Testing and Diagnostic Equipment S.No. System Description Part No. Unit Qty. Unit Cost Total Cost Escalation(% p.a.) F.C. 1 F.C. 2 INR F.C. 1 F.C. 2 INR F.C. 1 F.C. 2 INR |
| 23 | Current Collector Device |
| 24 | Traction Inverter |
| 25 | Traction Motor |
| 26 | Auxiliary Inverter |
| 27 | Battery |
| 28 | Compressor, Air supply Unit, |
| 29 | Pneumatics & Brakes |
| 30 | Axle Box |
| 31 | Drive Gear |
| 32 | PA / PIS and CCTV |
| 33 | Air- conditioning |
| 34 | Doors |
| 35 | Coupler |
| 36 | Bogie |
| 37 | Wheel |
| 38 | PrimarySuspension |
| 39 | Gangway |
| 40 | Master Controller |
| 41 | TCMS and ControlElectronics |
| 42 | Programming & Diagnostic Tools |
| 43 | Depot Maintenance Tools(Maximo) |
| 44 | Software- based Document ManagementSystem |
| 45 | Train manufacturing and testingfacility |
| 46 | Fire DetectionUnit |
| 47 | Others Total Cost 0.0 0.0 0.0 (B) Recommended Special Tools, Jigs, Fixtures, Gauges, Testing and Diagnostic Equipment S.No. System Description Part No. Unit Qty. Unit Cost Total Cost Escalation(% p.a.) F.C. 1 F.C. 2 INR F.C. 1 F.C. 2 INR F.C. 1 F.C. 2 INR Set 1.0 0.0 0.0 0.0 0.0 0.0 0.0 1.0 0.0 0.0 0.0 0.0 0.0 0.0 1.0 0.0 0.0 0.0 0.0 0.0 0.0 1.0 0.0 0.0 0.0 0.0 0.0 0.0 1.0 0.0 0.0 0.0 0.0 0.0 0.0 1.0 0.0 0.0 0.0 0.0 0.0 0.0 1.0 0.0 0.0 0.0 0.0 0.0 0.0 1.0 0.0 0.0 0.0 0.0 0.0 0.0 1.0 0.0 0.0 0.0 0.0 0.0 0.0 1.0 0.0 0.0 0.0 0.0 0.0 0.0 Total Cost 0.0 0.0 0.0 Note: The ‘set of assembly, disassembly, overhauling tools, etc.’ or ‘assembly, disassembly, alignment, testing & repair jigs and fixtures, overhauling tools, etc.’ common to more than one equipment under this Annexure may be supplied once as a single common set. General and special tools, jigs, fixtures, and accessories specific to any equipment shall be supplied separately against the respective equipment. Such consolidation shall not result in any reduction in scope or functionality required for demonstration of overhauling Overall Cost 0.0 0.0 0.0 Annexure GA6 Overhauling Kits and Spares (A) Mandatory Intermediate and Periodic Overhauling Kits and Spares S.No. System Description Part No. Unit Qty. Unit Cost Total Cost Escalation(% p.a.) F.C. 1 F.C. 2 INR F.C. 1 F.C. 2 INR F.C. 1 F.C. 2 INR |
| 48 | CurrentCollector |
| 49 | TractionInverter |
| 50 | AuxiliaryInverter |
| 51 | Compressor |
| 52 | Pneumatics |
| 53 | Axle Box |
| 54 | Drive Gear |
| 55 | Air-conditioning |
| 56 | Doors |
| 57 | Bogie |
| 58 | Brake |
| 59 | Master Controller |
| 60 | Coupler |
| 61 | EmergencyDoor |
| 62 | EarthingSwitch |
| 63 | Total 0.0 0.0 0.0 (B) Recommended Intermediate and Periodic Overhauling Kits and Spares (all systems / equipment recommended by OEM other than those listed above) S.No. System Description Part No. Unit Qty. Unit Cost Total Cost Escalation(% p.a.) F.C. 1 F.C. 2 INR F.C. 1 F.C. 2 INR F.C. 1 F.C. 2 INR 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 Total Cost 0.0 0.0 0.0 Note: All kits required for overhauling of the system / sub-system / equipment listed under Annexure GA6 / (A) and / or recommended by the OEM in the maintenance manual under Annexure GA6 / (B) shall be supplied in duplicate, i.e., two (02) nos., including one (01) spare set. Overall Cost 0.0 0.0 0.0 Annexure G-DLP List of Spares (minimum) that will be Stocked by the Contractor during DLP for Commissioning and DLP obligations (not a part of Cost Centre ‘G’) S.No. System Description Part No. Unit Qty. Unit Cost Total Cost Escalation(% p.a.) F.C. 1 F.C. 2 INR F.C. 1 F.C. 2 INR F.C. 1 F.C. 2 INR 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 Total Cost 0.0 0.0 0.0 Instructions to Tenderers Annexure ITT-2B-3 Pricing of Unqualified Withdrawal of Conditions, Qualifications, Deviations, etc. Submitted in Appendix FT-11 ('A', 'B' And 'C') to Form of Tender Item Condition, Qualification, Deviation, etc. Key date affected by each condition, qualification,deviation etc. Increase or Decrease for unqualifiedwithdrawal of each condition, qualification, deviation, etc. Foreign Currency 1 Foreign Currency 2 Indian Rupee Cost Centre Milestone Completion Date Currency Type Total Cost 0.0 0.0 0.0 Annexure ITT-2B-1 Cost Centre H – Training and Manuals Milestone Number Work Description / Milestone Activity Apportioned Amount Milestone Completion Date Foreign Currency 1 Foreign Currency 2 Indian Rupee Currency Type Obtain the ‘Notice of No Objection’ or ‘Notice of No Objection Subject to ’ for the completion of the following: H1 Off-shore Training of Employer’s Driving Instructors and Drivers (one (01) man-month) in operation of MRTS 0.0 0.0 0.0 00-01-1900 H2 Off-shore Training of Employer’s maintenance personnel (five (05) man-months) in Contractor’s / Sub-Contractor's Works and MRTS 0.0 0.0 0.0 00-01-1900 H3 Provision of Contractor’s Driving Instructors (two (02) man- months) for Training of Employer’s operating personnel in India 0.0 0.0 0.0 00-01-1900 H4 Provision of Contractor’s Instructors or OEM's Experts (twelve (12) man-months) for Training of Employer’s maintenance personnel in India 0.0 0.0 0.0 00-01-1900 H5 Submission of Training Manuals (Original plus two (02) hard copies and in Electronic form) 0.0 0.0 0.0 00-01-1900 H6 Operating Manual (Original plus two (02) hard copies and in Electronic form) 0.0 0.0 0.0 00-01-1900 H7 Maintenance Manual (Original plus two (02) hard copies and in Electronic form) 0.0 0.0 0.0 00-01-1900 H8 Spare Parts Catalogue (Original plus two (02) hard copies and in Electronic form) 0.0 0.0 0.0 00-01-1900 H9 Any other item considered necessary by the Contractor to comply with the scope of work 0.0 0.0 0.0 00-01-1900 Cost Centre Total 0.0 0.0 0.0 Note: 1. The Tenderer shall not complete the column ‘Weeks for completion of Milestone from commencement date’ for Milestones ‘H1’ to ‘H9’. 2. The dates of operation of the Milestone Activities for Milestones ‘H1’ to ‘H9’ will be at the discretion of the Employer. 3. The travel, boarding and lodging expenses for the Employer’s trainees sent overseas will be borne by the Employer. 4. Amount quoted in this Cost Centre shall be ACTUAL COST and not apportioned cost. 5. It is certified that 'Annexure ITT-2B-1' annexed in Technical Package is a ‘TRUE COPY’ (with prices blanked-off) of the said 'Annexure ITT-2B-1' in the Financial Package. Signature of Tenderer Annexure ITT-2B(ii) - Signalling & Train Control System (A) The fixed Lump Sum Price of Tender LKRS-02 (Signalling & Train Control System) Foreign Currency 1 Foreign Currency 2 Indian Rupees Currency Type In Figures: In Figures: In Figures: In Words: In Words: In Words: (B) The break-up of fixed Lump Sum Price of Tender LKRS-02 (Signalling & Train Control System) Item No. Work Description Foreign Currency 1 Foreign Currency 2 INR Currency Type |
| 64 | Lucknow E-W Corridor: Priority Section (Vasantkunj - Thakurganj including Depot) |
| 65 | Lucknow E-W Corridor: Balance Section (Thakurganj - Charbagh) |
| 66 | Lucknow E-W Corridor: Miscellaneous Section |
| 67 | Total for LKRS-02 (Signalling & Train Control System) Appendix B - Section Summary For Signalling & Train Control System (i) Lucknow E-W Corridor: Priority Section (Vasantkunj - Thakurganj including Depot) Item No. Work Description Foreign Currency 1 Foreign Currency 2 INR Currency Type A Preliminaries and General Requirements 0.0 0.0 0.0 0.0 0.0 B Detailed Design 0.0 0.0 0.0 0.0 0.0 C Manufacture and Delivery 0.0 0.0 0.0 0.0 0.0 D Installation and Site Testing 0.0 0.0 0.0 0.0 0.0 E System Acceptance Tests and Integrated Testing & Commissioning 0.0 0.0 0.0 0.0 0.0 Section Total Carried to Tender Total 0.0 0.0 0.0 0.0 0.0 (ii) Lucknow E-W Corridor: Balance Section (Thakurganj - Charbagh) Item No. Work Description Foreign Currency 1 Foreign Currency 2 INR Currency Type A Deleted 0.0 0.0 0.0 B Detailed Design 0.0 0.0 0.0 0.0 0.0 C Manufacture and Delivery 0.0 0.0 0.0 0.0 0.0 D Installation and Site Testing 0.0 0.0 0.0 0.0 0.0 E System Acceptance Tests and Integrated Testing & Commissioning 0.0 0.0 0.0 0.0 0.0 Section Total Carried to Tender Total 0.0 0.0 0.0 0.0 0.0 (iii) Lucknow E-W Corridor: Miscellaneous Section Item No. Work Description Foreign Currency 1 Foreign Currency 2 INR Currency Type A Training 0.0 0.0 0.0 0.0 0.0 B Spares, Special Tools, DLP Support & Supervision of Maintenance 0.0 0.0 0.0 0.0 0.0 C Cybersecurity 0.0 0.0 0.0 0.0 0.0 D Manuals 0.0 0.0 0.0 0.0 0.0 Section Total Carried to Tender Total 0.0 0.0 0.0 0.0 0.0 Appendix C Section - Lucknow E-W Corridor Cost Centre A - Preliminaries and General Requirements Milestone No. Work Description / Milestone Activity Apportioned Amount Foreign Currency 1 Foreign Currency 2 INR Date of Completion Currency Type Obtain the \\"Notice of No Objection\\" or \\"Notice of No Objection Subject to from the Employer's Representative for: A1 Contractor's Project Plan, Document Submission Programme, Health, Safety & Environment Plans for section -Lucknow E-W Corridor 0.0 0.0 0.0 0.0 A2 Works Programme for section - Lucknow E-W Corridor 0.0 0.0 0.0 0.0 A3 RAMS Philosophy and Demonstration plan 0.0 0.0 0.0 0.0 A4 Software and System Verification and Validation Standards Complete Verification and Validation Documents for each Generic Product -CBI, Trackside ATC, Onboard ATP / ATO / UTO Mode, , Axle Counters, PSD Interface Equipment along with associated ISA Report 0.0 0.0 0.0 0.0 A5 Signalling Plan for Main Line and Depot Train to Wayside bidirectional communication scheme plan for Mainline & Depot for section - Lucknow E-W Corridor 0.0 0.0 0.0 0.0 A6 Earthing, Lightning and Surge Protection Plan for section - Lucknow E-W Corridor 0.0 0.0 0.0 0.0 A7 Specifications for Indoor and Line side Equipment including the requirement for power, space and preliminary mounting details for mainline and depot for section 0.0 0.0 0.0 0.0 A8 Layout plan for equipment and cables in COCC for section - Lucknow E-W Corridor 0.0 0.0 0.0 0.0 A9 System Architecture including subsystems' architecture with redundancy for section - Lucknow E-W Corridor 0.0 0.0 0.0 0.0 A10 Interface Management Plan with Designated Contractors for section -Lucknow E-W Corridor 0.0 0.0 0.0 0.0 A11 Any other item(s) considered necessary to comply with the scope of Works 0.0 0.0 0.0 0.0 Cost Centre Total 0.0 0.0 0.0 Note: The maximum amount that can be apportioned in Cost Centre 'A' in a Section, shall not exceed 05% of the \\"Total Lump Sum\\" amount for that Section. Lucknow E-W Corridor: Priority Section (Vasantkunj - Thakurganj including Depot) Cost Centre B - Detailed Design Milestone No. Work Description / Milestone Activity Apportioned Amount Foreign Currency 1 Foreign Currency 2 INR Date of Completion Currency Type Obtain the \\"Notice of No Objection\\" or \\"Notice of No Objection Subject to from the Employer's Representative for: B1 List of Materials (BoM) required and Delivery Schedule thereof for Section -Priority section 0.0 0.0 0.0 00-01-1900 B2 Detailed Interface Documents with the Designated Contractors for ATP / ATO / UTO for Section - Priority section 0.0 0.0 0.0 00-01-1900 B3 Final Design of Signalling & Train Control System for section - Priority section 0.0 0.0 0.0 00-01-1900 B4 Design and Physical Demonstration of complete Alarms and I / O Variables for all subsystems at centralised location / CMMS 0.0 0.0 0.0 00-01-1900 B5 Design and Physical Demonstration of complete system Redundancy for Trains, COCC, Mainline & Depot at all sub-system level 0.0 0.0 0.0 00-01-1900 B6 Application / Configuration Documents (including IP Plan) for Mainline for section - Priority section 0.0 0.0 0.0 00-01-1900 B7 Application / Configuration Documents (including IP Plan) for Depot for section - Priority section 0.0 0.0 0.0 00-01-1900 B8 Factory Acceptance Test Plans and Type Test Plans including planning, methodology and checklists for section - Priority section 0.0 0.0 0.0 00-01-1900 B9 Equipment installation Method Statements and checklists for all indoor and outdoor equipment for Trains, COCC, Mainline & Depot - Priority section 0.0 0.0 0.0 00-01-1900 B10 Application Drawings for Mainline, Trains and COCC for section - Priority section 0.0 0.0 0.0 00-01-1900 B11 Application Drawings for Depot for section 0.0 0.0 0.0 00-01-1900 B12 Any other item(s) considered necessary to comply with the scope of Works 0.0 0.0 0.0 00-01-1900 Cost Centre Total 0.0 0.0 0.0 Note: The maximum amount that can be apportioned in Cost Centre 'B' in a Section, shall not exceed 10% of the \\"Total Lump Sum\\" amount for that Section. Lucknow E-W Corridor: Priority Section (Vasantkunj - Thakurganj including Depot) Cost Centre C - Manufacture and Delivery Milestone No. Work Description / Milestone Activity Apportioned Amount Foreign Currency 1 Foreign Currency 2 INR Date of Completion Currency Type Obtain the\\" Notice of No Objection\\" or \\"Notice of No Objection subject to from the Employer's Engineer for each of the following Milestones after certification of type tests, Certification of factory acceptance test, Proof of insurance: C1 Receipt of Onboard ATP / ATO / UTO equipment, driver's MMI equipment, radio equipment, radio control head and associated accessories for 07 train-sets by Rolling Stock Contractor for this section 0.0 0.0 0.0 00-01-1900 C2 Delivery of Trackside ATC equipment, Beacons and associated accessories for Mainline at Contractor's premises in Lucknow for this section 0.0 0.0 0.0 00-01-1900 C3 Delivery of Trackside ATC equipment, Beacons and associated accessories for Depot at Contractor's premises in Lucknow for this section 0.0 0.0 0.0 00-01-1900 C4 Delivery of CBI equipment with all associated accessories for Mainline at Contractor's premises in Lucknow for this section 0.0 0.0 0.0 00-01-1900 C5 Delivery of CBI equipment with all associated accessories for Depot at Contractor's premises in Lucknow for this section 0.0 0.0 0.0 00-01-1900 C6 Delivery of iATS / ATS Equipment and associated accessories for stations, Depot and COCC except Large Video Wall at Contractor's premises in Lucknow for this section 0.0 0.0 0.0 00-01-1900 C7 Delivery of COCC Large Video Wall for Signalling system at Contractor's premises in Lucknow for this section 0.0 0.0 0.0 00-01-1900 C8 Delivery of Indoor, Outdoor, Fibre and any other type of cable for Mainline at Contractor's premises in Lucknow for this section 0.0 0.0 0.0 00-01-1900 C9 Delivery of Indoor, Outdoor, Fibre and any other type of cable for Depot and COCC at Contractor's premises in Lucknow for this section 0.0 0.0 0.0 00-01-1900 C10 Delivery of Line side signals, Axle Counters, Point Machines, Power Distribution Cubicles, PSD Interface Equipment and all associated accessories for Mainline at Contractor's premises in Lucknow for this section 0.0 0.0 0.0 00-01-1900 C11 Delivery of Line side signals, Axle Counters, Point Machines, Power Distribution Cubicles, PSD Interface Equipment and all associated accessories for Depot at Contractor's premises in Lucknow for this section 0.0 0.0 0.0 00-01-1900 C12 Delivery of DCS equipment, TWC along with trackside modules, trackside radio equipment, radio control head and associated accessories for Mainline at Contractor's premises in Lucknow for this section 0.0 0.0 0.0 00-01-1900 C13 Delivery of DCS equipment, TWC along with trackside modules, trackside radio equipment, radio control head and associated accessories for Depot and COCC at Contractor's premises in Lucknow for this section 0.0 0.0 0.0 00-01-1900 C14 Any other item(s) considered necessary to comply with the scope of Works 0.0 0.0 0.0 00-01-1900 Cost Centre Total 0.0 0.0 0.0 00-01-1900 Lucknow E-W Corridor: Priority Section (Vasantkunj - Thakurganj including Depot) Cost Centre D - Installation and Site Testing Milestone No. Work Description / Milestone Activity Apportioned Amount Foreign Currency 1 Foreign Currency 2 INR Date of Completion Currency Type Obtain the \\"Notice of No Objection\\" or \\"Notice of No Objection Subject to ---\\" from the Employer's Representative for: D1 Shifting to Site from Contractor's premises in Lucknow, installation and installation testing (includes preinstallation tests, post installation tests for all sub-system) of all indoor and outdoor equipment such as CBI, ATP / ATO / UTO, TWC, LATS, Signals, Axle Counters, Point Machines, Beacons, PSD Interface Equipment etc. for Mainline for this section 0.0 0.0 0.0 00-01-1900 D2 Shifting to Site from Contractor's premises in Lucknow, installation and installation testing (includes preinstallation tests, post installation tests for all sub-system) of all indoor and outdoor equipment such as CBI, ATP / ATO / UTO, TWC, LATS, Signals, Axle Counters, Point Machines, Beacons, PSD Interface Equipment etc. for Depot for this section 0.0 0.0 0.0 00-01-1900 D3 Shifting to Site from Contractor's premises in Lucknow, installation and installation testing (includes preinstallation tests, post installation tests for all sub-system) of COCC including ATS and Large Video wall for this section 0.0 0.0 0.0 00-01-1900 D4 Completion of installation and testing of on-board equipment for ATC and onboard radio equipment, and their associated accessories in 07 train-sets, as certified jointly in writing, by Signalling Contractor and Rolling Stock Contractor for the satisfactory installation and testing of the on-board equipment for this section 0.0 0.0 0.0 00-01-1900 D5 Completion of Partial Acceptance Tests for Mainline for this Section 0.0 0.0 0.0 00-01-1900 D6 Completion of Partial Acceptance Tests for Depot and COCC for this Section 0.0 0.0 0.0 00-01-1900 D7 Any other item(s) considered necessary to comply with the scope of Works 0.0 0.0 0.0 00-01-1900 Cost Centre Total 0.0 0.0 0.0 00-01-1900 Note: The minimum amount that can be apportioned in Cost Centre 'D' in a Section, shall not be less than 20% of the \\"Total Lump Sum\\" amount for that Section. Lucknow E-W Corridor: Priority Section (Vasantkunj - Thakurganj including Depot) Cost Centre E - System Acceptance Tests and Integrated Testing & Commissioning Milestone No. Work Description / Milestone Activity Apportioned Amount Foreign Currency 1 Foreign Currency 2 INR Date of Completion Currency Type Obtain the \\"Notice of No Objection\\" or \\"Notice of No Objection Subject to from the Employer's Representative for: E1 Testing & Commissioning Documents including Interface Testing Plans, System Acceptance Test Plan, Integrated Testing & Commissioning Plan and Service Trials Plan for this section 0.0 0.0 0.0 00-01-1900 E2 Completion of System Acceptance Test of Signalling system for this section 0.0 0.0 0.0 00-01-1900 E3 Completion of Integrated Testing & Commissioning for this section 0.0 0.0 0.0 00-01-1900 E4 Completion of Service Trials for this section 0.0 0.0 0.0 00-01-1900 E5 Completion of integration of iATS / ATS with system of other designated contractors for this section 0.0 0.0 0.0 00-01-1900 E6 Completion of integration of CMMS with all sub-systems of Signalling for this section 0.0 0.0 0.0 00-01-1900 E7 Complete configuration software / firmware backup data for all subsystems including section, trains, depot and COCC for this section 0.0 0.0 0.0 00-01-1900 E8 As built drawings for this section for this section including • Train borne ATP / ATO / UTO System • Indoor and outdoor equipment of all sub-systems • Depot, COCC 0.0 0.0 0.0 00-01-1900 E9 System Safety Case and Assessment Report of Independent Safety Assessor for this section 0.0 0.0 0.0 00-01-1900 E10 Any other item(s) considered necessary to comply with the scope of Works 0.0 0.0 0.0 00-01-1900 Cost Centre Total 0.0 0.0 0.0 Note: The minimum amount that can be apportioned in Cost Centre 'E' in a Section, shall not be less than 10% of the \\"Total Lump Sum\\" amount for that Section. Lucknow E-W Corridor: Balance Section (Thakurganj - Charbagh) Cost Centre B - Detailed Design Milestone No. Work Description / Milestone Activity Apportioned Amount Foreign Currency 1 Foreign Currency 2 INR Date of Completion Currency Type Obtain the \\"Notice of No Objection\\" or \\"Notice of No Objection Subject to from the Employer's Representative for: B1 List of Materials (BoM) required and Delivery Schedule thereof for Section -Balance section 0.0 0.0 0.0 00-01-1900 B2 Detailed Interface Documents with the Designated Contractors for ATP / ATO / UTO for Section - Balance section 0.0 0.0 0.0 00-01-1900 B3 Final Design of Signalling & Train Control System for section - Balance section 0.0 0.0 0.0 00-01-1900 B4 Design and Physical Demonstration of complete Alarms and I / O Variables for all sub-systems at centralised location / CMMS 0.0 0.0 0.0 00-01-1900 B5 Design and Physical Demonstration of complete system Redundancy for Trains, COCC & Mainline at all subsystem level 0.0 0.0 0.0 00-01-1900 B6 Application / Configuration Documents (including IP Plan) for Mainline for section - Balance section 0.0 0.0 0.0 00-01-1900 B7 Deleted 0.0 0.0 0.0 00-01-1900 B8 Factory Acceptance Test Plans and Type Test Plans including planning, methodology and checklists for section - Balance section 0.0 0.0 0.0 00-01-1900 B9 Equipment installation Method Statements and checklists for all indoor and outdoor equipment for Trains, COCC, Mainline - Balance section 0.0 0.0 0.0 00-01-1900 B10 Application Drawings for Mainline, Trains and COCC for section - Balance section 0.0 0.0 0.0 00-01-1900 B11 Deleted 0.0 0.0 0.0 00-01-1900 B12 Any other item(s) considered necessary to comply with Scope of Work 0.0 0.0 0.0 00-01-1900 Cost Centre Total 0.0 0.0 0.0 Note: The maximum amount that can be apportioned in Cost Centre 'B' in a Section, shall not exceed 10% of the \\"Total Lump Sum\\" amount for that Section. Lucknow E-W Corridor: Balance Section (Thakurganj - Charbagh) Cost Centre C - Manufacture and Delivery Milestone No. Work Description / Milestone Activity Apportioned Amount Foreign Currency 1 Foreign Currency 2 INR Date of Completion Currency Type Obtain the\\" Notice of No Objection\\" or \\"Notice of No Objection subject to from the Employer's Engineer for each of the following Milestones after certification of type tests, Certification of factory acceptance test, Proof of insurance: C1 Receipt of Onboard ATP / ATO / UTO equipment, driver's MMI equipment, radio equipment, radio control head and associated accessories for 08 train-sets by Rolling Stock Contractor for this section 0.0 0.0 0.0 00-01-1900 C2 Delivery of Trackside ATC equipment, Beacons and associated accessories for Mainline at Contractor's premises in Lucknow for this section 0.0 0.0 0.0 00-01-1900 C3 Deleted 0.0 0.0 0.0 00-01-1900 C4 Delivery of CBI equipment with all associated accessories for Mainline at Contractor's premises in Lucknow for this section 0.0 0.0 0.0 00-01-1900 C5 Deleted 0.0 0.0 0.0 00-01-1900 C6 Delivery of iATS / ATS Equipment and associated accessories for stations, Depot and COCC except Large Video Wall at Contractor's premises in Lucknow for this section 0.0 0.0 0.0 00-01-1900 C7 Deleted 0.0 0.0 0.0 00-01-1900 C8 Delivery of Indoor, Outdoor, Fibre and any other type of cable for Mainline at Contractor's premises in Lucknow for this section 0.0 0.0 0.0 00-01-1900 C9 Deleted 0.0 0.0 0.0 00-01-1900 C10 Delivery of Line side signals, Axle Counters, Point Machines, Power Distribution Cubicles, PSD Interface Equipment and all associated accessories for Mainline at Contractor's premises in Lucknow for this section 0.0 0.0 0.0 00-01-1900 C11 Deleted 0.0 0.0 0.0 00-01-1900 C12 Delivery of DCS equipment, TWC along with trackside modules, trackside radio equipment, radio control head and associated accessories for Mainline at Contractor's premises in Lucknow for this section 0.0 0.0 0.0 00-01-1900 C13 Deleted 0.0 0.0 0.0 00-01-1900 C14 Any other item(s) considered necessary to comply with the scope of Works 0.0 0.0 0.0 00-01-1900 Cost Centre Total 0.0 0.0 0.0 Lucknow E-W Corridor: Balance Section (Thakurganj - Charbagh) Cost Centre D - Installation and Site Testing Milestone No. Work Description / Milestone Activity Apportioned Amount Foreign Currency 1 Foreign Currency 2 INR Date of Completion Currency Type Obtain the \\"Notice of No Objection\\" or \\"Notice of No Objection Subject to ---\\" from the Employer's Representative for: D1 Shifting to Site from Contractor's premises in Lucknow, installation and installation testing (includes preinstallation tests, post installation tests for all sub-system) of all indoor and outdoor equipment such as CBI, ATP / ATO / UTO, TWC, LATS, Signals, Axle Counters, Point Machines, Beacons, PSD Interface Equipment etc. for Mainline for this section 0.0 0.0 0.0 00-01-1900 D2 Deleted 0.0 0.0 0.0 00-01-1900 D3 Deleted 0.0 0.0 0.0 00-01-1900 D4 Completion of installation and testing of on-board equipment for ATC and onboard radio equipment, and their associated accessories in 08 train-sets, as certified jointly in writing, by Signalling Contractor and Rolling Stock Contractor for the satisfactory installation and testing of the on-board equipment for this section 0.0 0.0 0.0 00-01-1900 D5 Completion of Partial Acceptance Tests for Mainline for this Section 0.0 0.0 0.0 00-01-1900 D6 Deleted 0.0 0.0 0.0 00-01-1900 D7 Any other item(s) considered necessary to comply with the scope of Works 0.0 0.0 0.0 00-01-1900 Cost Centre Total 0.0 0.0 0.0 Note: The minimum amount that can be apportioned in Cost Centre 'D' in a Section, shall not be less than 20% of the \\"Total Lump Sum\\" amount for that Section. Lucknow E-W Corridor: Balance Section (Thakurganj – Charbagh) Cost Centre E - System Acceptance Tests and Integrated Testing & Commissioning Milestone No. Work Description / Milestone Activity Apportioned Amount Foreign Currency 1 Foreign Currency 2 INR Date of Completion Currency Type Obtain the \\"Notice of No Objection\\" or \\"Notice of No Objection Subject to from the Employer's Representative for: E1 Testing & Commissioning Documents including Interface Testing Plans, System Acceptance Test Plan, Integrated Testing & Commissioning Plan and Service Trials Plan for this section 0.0 0.0 0.0 00-01-1900 E2 Completion of System Acceptance Test of Signalling system for this section 0.0 0.0 0.0 00-01-1900 E3 Completion of Integrated Testing & Commissioning for this section 0.0 0.0 0.0 00-01-1900 E4 Completion of Service Trials for this section 0.0 0.0 0.0 00-01-1900 E5 Completion of integration of iATS / ATS with system of other designated contractors 0.0 0.0 0.0 00-01-1900 E6 Completion of integration of CMMS with all sub-systems of Signalling for this section 0.0 0.0 0.0 00-01-1900 E7 Complete configuration software / firmware backup data for all subsystems including section, trains, depot and COCC for this section 0.0 0.0 0.0 00-01-1900 E8 As built drawings for this section for this section including • Train borne ATP / ATO / UTO System • Indoor and outdoor equipment of all sub-systems • Depot, COCC 0.0 0.0 0.0 00-01-1900 E9 System Safety Case and Assessment Report of Independent Safety Assessor for this section 0.0 0.0 0.0 00-01-1900 E10 Any other item(s) considered necessary to comply with the scope of Works 0.0 0.0 0.0 00-01-1900 Cost Centre Total 0.0 0.0 0.0 00-01-1900 Note: The minimum amount that can be apportioned in Cost Centre 'E' in a Section, shall not be less than 10% of the \\"Total Lump Sum\\" amount for that Section. Lucknow E-W Corridor: Miscellaneous Section Cost Centre A - Training Milestone No. Work Description / Milestone Activity Apportioned Amount Foreign Currency 1 Foreign Currency 2 INR Date of Completion Currency Type Obtain the \\"Notice of No Objection\\" or \\"Notice of No Objection Subject to from the Employer's Representative for: A1* Provision of offshore training at contractor's / OEM premises 0.0 0.0 0.0 00-01-1900 A2* Provision of Contractor's Instructors / OEM Experts for training of Employer's Operating & Maintenance personnel in India. 0.0 0.0 0.0 00-01-1900 A3 Submission of Training Manuals (Original plus two hard copies) and in interactive electronic format. 0.0 0.0 0.0 00-01-1900 A4 Any other item(s) considered necessary to comply with the scope of Works 0.0 0.0 0.0 00-01-1900 Cost Centre Total 0.0 0.0 0.0 00-01-1900 Note: The costs indicated in this Cost Centre shall be the actual costs and not the apportioned costs. *Number of Trainees as per Employer's discretion Lucknow E-W Corridor: Miscellaneous Section Cost Centre B - Spares, Special Tools, DLP Support & Supervision of Maintenance Milestone No. Work Description / Milestone Activity Apportioned Amount Foreign Currency 1 Foreign Currency 2 INR Date of Completion Currency Type Obtain the \\"Notice of No Objection\\" or \\"Notice of No Objection Subject to from the Employer's Representative for: B1 Delivery to site of Spares 0.0 0.0 0.0 00-01-1900 B2 Delivery to site and commissioning of Special Tools including all Simulators 0.0 0.0 0.0 00-01-1900 B3 DLP Support 0.0 0.0 0.0 00-01-1900 B4* Supervision of Maintenance 0.0 0.0 0.0 00-01-1900 B5** Implementation of Digital Project Management System (DPMS) for Lucknow E-W Corridor 0.0 0.0 0.0 00-01-1900 B6 Any other item(s) considered necessary to comply with the scope of Works 0.0 0.0 0.0 00-01-1900 Cost Centre Total 0.0 0.0 0.0 00-01-1900 Note: The costs indicated in this Cost Centre shall be the actual costs and not the apportioned costs. *This excludes Contractor's obligations and responsibilities during the Defects Liability Period. The deployment of the OEM experts under this Cost Centre may not be continuous and they may be required to supervise the maintenance in short periods at a time. The number of days of OEM experts shall, however, not exceed 156 days. Payment for this Cost Centre will be made on man-month basis. **In the event of non- provision of milestone B5 above, the quoted amount shall be deducted from the Cost Centre total above. Lucknow E-W Corridor: Miscellaneous Section Cost Centre C - Cybersecurity Milestone No. Work Description / Milestone Activity Apportioned Amount Foreign Currency 1 Foreign Currency 2 INR Date of Completion Currency Type Obtain the \\"Notice of No Objection\\" or \\"Notice of No Objection Subject to from the Employer's Representative for: C1 Security Assessment and Management Plan 0.0 0.0 0.0 00-01-1900 C2 Certifications and Accreditations 0.0 0.0 0.0 00-01-1900 C3 Practical Demonstration on Cybersecurity and Vulnerability Assessment and Penetration Testing (VAPT) of Signalling & Train Control System 0.0 0.0 0.0 00-01-1900 C4 Cybersecurity Test Lab 0.0 0.0 0.0 00-01-1900 C5 Any other item(s) considered necessary to comply with the scope of Works 0.0 0.0 0.0 00-01-1900 Cost Centre Total 0.0 0.0 0.0 00-01-1900 Note: The costs indicated in this Cost Centre shall be the actual costs and not the apportioned costs. Lucknow E-W Corridor: Miscellaneous Section Cost Centre C - Manuals Milestone No. Work Description / Milestone Activity Apportioned Amount Foreign Currency 1 Foreign Currency 2 INR Date of Completion Currency Type Obtain the \\"Notice of No Objection\\" or \\"Notice of No Objection Subject to from the Employer's Representative for: D1 Operating Manual (Original plus two hard copies) and in interactive electronic format 0.0 0.0 0.0 00-01-1900 D2 Maintenance Manual (Original plus two hard copies) and in interactive electronic format 0.0 0.0 0.0 00-01-1900 D3 Sub-systems / Systems spare parts catalogue (original plus two hard copies) and in electronic format 0.0 0.0 0.0 00-01-1900 D4* Troubleshooting Directory including fishbone diagram, logic equation, variables etc. 0.0 0.0 0.0 00-01-1900 D5 Any other item(s) considered necessary to comply with the scope of Works 0.0 0.0 0.0 00-01-1900 Cost Centre Total 0.0 0.0 0.0 Note: The costs indicated in this Cost Centre shall be the actual costs and not the apportioned costs. *It shall be updated time to time on real failure scenarios on quarterly basis till the end of DLP. Appendix D - Bill of Quantities Schedule 1 - Project Management and Interface Management Item No. Description Price for Main Line Price for Depots Price for Trains Price for COCC Foreign Currency 1 Foreign Currency 2 Indian Rupees Foreign Currency Foreign Currency 2 Indian Rupees Foreign Currency Foreign Currency 2 Indian Rupees Foreign Currency Foreign Currency 2 Indian Rupees |
| 68 | Project Management |
| 69 | Any other item required to meet the scope of work Schedule Total Carried to Summary 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 Schedule 2 - Design Item No. Description Price for Main Line Price for Depots Price for Trains Price for COCC Foreign Currency 1 Foreign Currency 2 Indian Rupees Foreign Currency 1 Foreign Currency 2 Indian Rupees Foreign Currency 1 Foreign Currency 2 Indian Rupees Foreign Currency 1 Foreign Currency 2 Indian Rupees |
| 70 | Preliminary Design |
| 71 | Final Design |
| 72 | Application Design |
| 73 | Any other item required to meet the scope of work Schedule Total Carried to Summary 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 0.0 Schedule 3 - Manufacture, Supply, and Delivery of Train borne ATC system (price of each LRU to be quoted separately) Item No. Description Unit Qty. Unit Rate (Foreign Currency 1) Unit Rate (Foreign Currency 2) Unit Rate (Indian Rupees) Price (Foreign Currency 1) Price (Foreign Currency 2) Price (Indian Rupees) |
| 74 | Onboard ATP / ATO / UTO equipment with all software, connectors, relays, connecting cables and other associated accessories |
| 75 | Beacon antenna with associated accessories |
| 76 | Speed detection devices with associated accessories. |
| 77 | Bidirectional TWC system including Antenna, modem, power supply and associated accessories |
| 78 | DMI with associated accessories |
| 79 | Any other item required to meet the scope of work Schedule Total Carried to Summary 0.0 0.0 0.0 Schedule 4 - Manufacture, Supply & Delivery of Depot Equipment (price of each LRU to be quoted separately) Item No. Description Unit Qty. Unit Rate (Foreign Currency 1) Unit Rate (Foreign Currency 2) Unit Rate (Indian Rupees) Price (Foreign Currency 1) Price (Foreign Currency 2) Price (Indian Rupees) |
| 80 | Supply of high frequency Axle counter multi section type complete system. |
| 81 | Depot point machines with other accessories |
| 82 | Signal with accessories a 3-aspect 0.0 0.0 0.0 0.0 0.0 0.0 0.0 b buffer 0.0 0.0 0.0 0.0 0.0 0.0 0.0 c shunt 0.0 0.0 0.0 0.0 0.0 0.0 0.0 |
| 83 | Power distribution cubicle with accessories for depot |
| 84 | CBI equipment with all software, and associated accessories for depot |
| 85 | Cable termination rack, Boxes, EKTs with associated accessories |
| 86 | Object controller with all software and associated accessories |
| 87 | Control terminal with VDU display and associated accessories |
| 88 | Depot ATS server with all software and associated accessories |
| 89 | Depot ATS work stations with accessories |
| 90 | Wayside ATC sector computer with all software and accessories |
| 91 | Bidirectional TWC system including Radio zone controller, access points, switches, junction boxes, wires and other associated accessories. |
| 92 | Sign and markers boards with associated accessories |
| 93 | Cables |
| 94 | Any other item required to meet the scope of work Schedule Total Carried to Summary 0.0 0.0 0.0 Schedule 5 - Manufacture, Supply, Delivery of Trackside and Station Equipment (price of each LRU to be quoted separately) Item No. Description Unit Qty. Unit Rate (Foreign Currency 1) Unit Rate (Foreign Currency 2) Unit Rate (Indian Rupees) Price (Foreign Currency 1) Price (Foreign Currency 2) Price (Indian Rupees) |
| 95 | Supply of high frequency Axle counter multi-section type complete system |
| 96 | Non trailable point machines with other accessories |
| 97 | Signal with accessories a 3-aspect 0.0 0.0 0.0 0.0 0.0 0.0 0.0 b buffer 0.0 0.0 0.0 0.0 0.0 0.0 0.0 c Route indicator 0.0 0.0 0.0 0.0 0.0 0.0 0.0 |
| 98 | Power distribution cubicle with accessories a Station with Interlocking logic master units 0.0 0.0 0.0 0.0 0.0 0.0 0.0 b Other stations 0.0 0.0 0.0 0.0 0.0 0.0 0.0 |
| 99 | CBI equipment with all software, and associated accessories |
| 100 | Object controller with all software and associated accessories |
| 101 | Cable termination rack, Boxes, ESPs, EKTs with associated accessories |
| 102 | Control terminal with VDU display and associated accessories |
| 103 | ATS server with all software and associated accessories |
| 104 | ATS work stations with accessories |
| 105 | Wayside ATC sector computer with all software and accessories |
| 106 | Bidirectional TWC system including Radio zone controller, access points, switches, junction boxes, wires and other associated accessories. |
| 107 | PSD Interface Equipment |
| 108 | Balises with all associated accessories |
| 109 | Sign and markers boards with associated accessories |
| 110 | Cables |
| 111 | Any other item required to meet the scope of work Schedule Total Carried to Summary 0.0 0.0 0.0 Schedule 6 - Manufacture, Supply, Delivery of COCC Equipment (price of each LRU to be quoted separately) Item No. Description Unit Qty. Unit Rate (Foreign Currency 1) Unit Rate (Foreign Currency 2) Unit Rate (Indian Rupees) Price (Foreign Currency 1) Price (Foreign Currency 2) Price (Indian Rupees) |
| 112 | ATS server and accessories at COCC |
| 113 | Data logger server |
| 114 | Traffic controller's workstation, printer and accessories at COCC (as per list) |
| 115 | Bidirectional TWC system including switches, junction boxes, wires and other associated accessories. |
| 116 | Power distribution cubicle with accessories |
| 117 | Computerised Maintenance Management System including software and accessories |
| 118 | COCC Large video wall display |
| 119 | ATS traffic simulator including software and accessories |
| 120 | Cables |
| 121 | Any other item required to meet the scope of work Schedule Total Carried to Summary 0.0 0.0 0.0 Schedule 7 - Installation Trackside, Stations and Depot Item No. Description Unit Qty. Unit Rate (Foreign Currency 1) Unit Rate (Foreign Currency 2) Unit Rate (Indian Rupees) Price (Foreign Currency 1) Price (Foreign Currency 2) Price (Indian Rupees) |
| 122 | Installation of high frequency Axle counter multi-section type complete system. |
| 123 | Point machine with associated accessories |
| 124 | Main signals |
| 125 | Buffer Signal |
| 126 | Shunt signals |
| 127 | cables and core of all types |
| 128 | OFC cable & HDPE Pipe |
| 129 | Installation of equipment at COCC including Large video wall display |
| 130 | Installation of on board ATC equipment with all accessories |
| 131 | Installation of Lineside Eurobalise(s) along with associated accessories |
| 132 | Installation of Radio Access Points with associated accessories |
| 133 | All outdoor equipment including associated accessories except 7.1 - 7.12 above for a Stations with Interlocking logic master units 0.0 0.0 0.0 0.0 0.0 0.0 0.0 b Other stations 0.0 0.0 0.0 0.0 0.0 0.0 0.0 |
| 134 | All indoor equipment including associated accessories for a Stations with interlocking logic master units 0.0 0.0 0.0 0.0 0.0 0.0 0.0 b Other stations 0.0 0.0 0.0 0.0 0.0 0.0 0.0 |
| 135 | Any other item required to meet the scope of work Schedule Total Carried to Summary 0.0 0.0 0.0 Schedule 8 - Testing and Commissioning Item No. Description Unit Qty. Unit Rate (Foreign Currency 1) Unit Rate (Foreign Currency 2) Unit Rate (Indian Rupees) Price (Foreign Currency 1) Price (Foreign Currency 2) Price (Indian Rupees) |
| 136 | Testing and commissioning of all indoor equipment at stations |
| 137 | Testing and commissioning of all outdoor equipment at stations |
| 138 | Testing and commissioning of all equipment at COCC |
| 139 | Testing and commissioning of all indoor equipment at depot |
| 140 | Testing and commissioning of all outdoor equipment at depot |
| 141 | Testing and commissioning of all train borne equipment |
| 142 | Any other item required to meet the scope of work Schedule Total Carried to Summary 0.0 0.0 0.0 Schedule 9 - Integrated Testing and Commissioning (Including Service Trials) Item No. Description Unit Qty. Unit Rate (Foreign Currency 1) Unit Rate (Foreign Currency 2) Unit Rate (Indian Rupees) Price (Foreign Currency 1) Price (Foreign Currency 2) Price (Indian Rupees) |
| 143 | Integrated Testing and commissioning of all trackside indoor and outdoor train control and signalling system with Rolling Stock, track, traction, PSD and other designated contractors |
| 144 | Integrated Testing and commissioning of onboard ATC system with Rolling Stock, track, traction, PSD and other designated contractors Schedule Total Carried to Summary 0.0 0.0 0.0 Schedule 10 - Miscellaneous Item No. Description Unit Qty. Unit Rate (Foreign Currency 1) Unit Rate (Foreign Currency 2) Unit Rate (Indian Rupees) Price (Foreign Currency 1) Price (Foreign Currency 2) Price (Indian Rupees) |
| 145 | Supply of special tools and test equipment as per appendix Q of TS* |
| 146 | Supply of contract spares as per appendix P of TS** |
| 147 | As built drawing |
| 148 | Supervised maintenance |
| 149 | Defect liability period support for Signalling and Train Control |
| 150 | Training Offshore |
| 151 | Training Onshore |
| 152 | False Flooring of Signalling Equipment Room (SER) |
| 153 | Condition Monitoring, Preventive / Predictive Maintenance Systems Schedule Total Carried to Summary 0.0 0.0 0.0 *Tenderer shall enclose unit rate, quantity and amount for each item of Special Tools and Test Set up including those of Appendix Q of TS in accordance with clause 13.8 of TS, carried to the Lump sum total for above item 10.1, failing which the Tender will be treated incomplete. **Tenderer shall enclose unit rate, quantity and amount for each item of Spares including those of Appendix P of TS in accordance with clause 13.2 of TS, carried to the Lump sum total for above item 10.2, failing which the Tender will be treated incomplete. Appendix E (Pricing Mechanism for Additional Sections / Depot / On Board Equipment) (This Document is to be submitted by the Tenderer as part of Appendix FT-2 to the Form of Tender). Note: Refer ITT/clause C25 We confirm the Pricing Mechanism as below: 1. Pricing Mechanism for order up to last ROD 1.1. For Main Line: (i) The unit rates and the lump sum rates (for those items where unit rates are not available) of Appendix D for Main Line shall remain firm for the additional section(s). (ii) For the items quoted as lump sum in Appendix D for main line, pro-rata rates based on route Km shall be applied. (iii) In respect of Spares and Special Tools, the price will be determined on the basis of unit rate given in the offer and the quantity decided by the Employer. (iv) There will be no additional type of items for additional section(s) than those covered in Appendix D of this Contract; 1.2. For Depot (Extension / new depots): (i) The unit rates and the lump sum rates (for those items where unit rates are not available) of Appendix D for depot shall remain firm. (ii) For the items quoted as lump sum in Appendix D for depot, pro-rata rates based on material cost shall be applied. (iii) In respect of Spares and Special Tools, the price will be determined on the basis of unit rate given in the offer and the quantity decided by the Employer. (iv) There will be no additional type of items for additional depot(s) than those covered in Appendix D of this Contract; 1.3. For On Board equipment for the Trains: (i) The unit rates and the lump sum rates (for those items where unit rates are not available) of Appendix D for Trains shall remain firm. (ii) For the items quoted as lump sum in Appendix D for Trains, pro-rata rates on per cab basis shall be applied. (iii) In respect of Spares and Special Tools, the price will be determined on the basis of unit rate given in the offer and the quantity decided by the Employer. (iv) There will be no additional type of items for additional On Board equipment than those covered in Appendix D of this Contract; 1.4. In the case of 1.1 (additional section) & 1.2 (extension or new depot) above, a reduction of 20% shall be applied on Schedule 1 & 2 i.e. Project Management & Design. 1.5. In case of 1.3 (additional on board equipment) above, a reduction of 20% shall be applied on Schedule 1 i.e. Project Management and Schedule 2 i.e. Design shall be taken as NIL. 2. Pricing Mechanism for order after the last ROD 2.1. In case, the above is exercised after the last ROD, pricing mechanism shall be same as in items 1.1, 1.2, 1.3, 1.4 & 1.5 above and an escalation as per following methodology shall be applied: (i) For schedule 1, 2, 7, 8, 9 & Manpower content of Schedule 10 (10.4, 10.5, 10.6 & 10.7): Consumer Price Index (CPI) or any other equivalent index of respective country from where the resources are mobilised shall be used for calculating escalation (base date will be date of last ROD). The consumer price index to be used shall be submitted by tenderer with tender submission for Employer's review and acceptance. (ii) For Schedule 3, 4, 5, 6 & Material content of Schedule 10 (10.1, 10.2, 10.3, 10.8 & 10.9): In case of off shore material - Producer Price Index for Industrial product of the respective country shall be used. In case of on shore material - relevant IEEMA formula for Power Electronics shall be used. (Base date will be date of last ROD). The producer price index to be used shall be submitted by tenderer with tender submission for Employer's review and acceptance. Parameters Country Date Parameter Value Consumer Price Index (CPI) Producer Price Index Others Signature:____________________ Authorised Representative Appendix F Pricing of Unqualified Withdrawal of Conditions, Qualifications, Deviations, etc. Submitted in Appendix FT-11 to Form of Tender Item Condition, Qualification, Deviation, etc. Cost Centre Increase or Decrease for unqualified withdrawal of each condition, qualification, deviation etc. Foreign Currency 1 Foreign Currency 2 Indian Rupees Total Cost 0.0 0.0 0.0 Note: 1. In case price for unqualified withdrawal of any remark, comment, condition, qualification or deviation etc. indicated in Appendix FT-11 ('A', 'B' and 'C') is not quoted in 'Appendix F', it shall be considered that the remark, comment, condition, qualification or deviation is unconditionally withdrawn without any financial implication. 2. It is certified that 'Appendix F' annexed in Technical Package as a \\"TRUE COPY\\" (with prices blanked off) of the said 'Appendix F' in the Financial Package. Signature of Tenderer Please Enable Macros to View BoQ information |
| SR No | FileName | File Description |
| 1 | Click here to download tender document | Tender Documents |
| 2 | Click here to download tender document | Tender Documents |
| 3 | Click here to download tender document | Tender Documents |
| 4 | Click here to download tender document | Tender Documents |
| 5 | Click here to download tender document | Tender Documents |
| 6 | Click here to download tender document | Tender Documents |
| 7 | Click here to download tender document | Tender Documents |
Copyright © 2026 · All Rights Reserved. Terms of Usage | Privacy Policy
For Tender Information Services Visit : TenderDetail