Professional Documents
Culture Documents
BOOK NO –
COST (BY CASH) – Rs. 10700.00 (Rs. Ten Thousand Seven Hundred Only)
COST BY POST – Rs.11200/- (Rs. Eleven Thousand Two hundred Only)
I Tender Notice 5 to 12
II Top Sheet 13
Forms of Tender
VI 54 to 67
VI Requirement of JV’s 68 to 74
Pt-II:
Financial VIII Financial Bid Sheet (Tender Schedule) 92 to 103
Bid
We certify that the tender document has been downloaded from the website
as mentioned in NIT & the same is being submitted by us as our offer. If at
any stage, there is any difference found between the office copy of tender
document and downloaded copy, office copy of the tender document will be
treated as final and the same shall be binding.
TENDERER
(i) The tenderer should have completed at least one similar single work up to the date of opening of
tender [as defined under item No. (iii) below] for a minimum value of 35% of the Advertised Tender
value in the last three financial years (i.e. current year and three previous financial years).
(ii) Total contract amount received by the tenderer during the last three financial years and in the current
financial year should be minimum 150% of Advertised Tender value of work. Tenderer is required to
submit certificate to this effect which may be an attested certificate from employer/ Client, audited
balance sheet duly certified by the Chartered Accountant.
(iii) “Similar work” for minimum eligibility criteria is defined as below:
SN Tender Notice Number Similar work for minimum eligibility criteria
1 ALD / 713-Sig/OT/ 2015-16 / 48 Date Any EI / PI / RRI work with or without outdoor work.
07.12.2015
Contd…… 4
dze'k%-----4@&
izfrfyfi%&
1& eq[; ladsr ,oa nwjlapkj vfHk;Urk@mRrj e/; jsyos@bykgkckn dks lwpukFkZ A
2& eq[; iz'kklfud vf/kdkjh] Hkkjrh; jsy ifj;kstuk izcU/ku bdkbZ ¼vkb vkj ih ,e ;w½ uà fnYyh dks lwpukFkZA
3& mi eq[; lrdZrk vf/kdkjh@bUth0@mRrj e/; jsyos@bykgkckn dks lwpukFkZ A
4& eq[; tulEidZ vf/kdkjh] mRrj e/; jsyos bykgkckn dsk v[kckj esa lEiknu ,oa C;kid izpkj @a izlkj djus
gsrq Hksth tk jgh gS A
5& e.My jsy izcU/kd bykgkckn] >kWalh] vkxjk dks lwpukFkZA
6& fMIVh lh ,l Vh bZ@ lh @bykgkckn dks lwpukFkZ A
7& ofj0 eaMy ladsr ,oa nwj lapkj vfHk;Urk@mRrj e/; jsyos@vkxjk ,oa >kWlh dks lwpukFkZ
8& ofj"B e.My foRr izcU/kd mRrj e/; jsyos bykgkckn dks lwpukFkZ@ vko';d dk;Zokgh gsrq A vki ls
vuqjks/k gS fd vki vius ls lEcfU/kr izR;sd LFkku ij fu/kkZfjr frfFk ,oa le; ij ukfer fufonk ckDl dks
[kqyokus gsrq foRr izfrfuf/k vo'; fu;qDr djus dh d`ik djsaA
9& ofj"B dekUMsaV jsyos lqj{kk cy] mRrj e/; jsyos] bykgkckn
10& ofj0eaMy ladsr ,oa nwj lapkj vfHk;Urk@mRrj e/; jsyos@vyhx< dks vko';d dk;Zokgh gsrq A vki eq[;
iz'kklfud vf/kdkjh] Hkkjrh; jsy ifj;kstuk izcU/ku bdkbZ ¼vkb vkj ih ,e ;w½ uà fnYyh d¢ dk;kZy; e¢a
fu/kkZfjr frfFk ,oa le; ij fufonkv¨a dks [kqyokus dh d`ik djsaA
6) Date from which tender : 22.12.2015 to 19.01.2016 from 10.00 Hrs to 16.00
documents will be available for Hrs. and on 20.01.2016 upto 11.00 Hrs
sale.
3. Have you submitted Earnest Money in favour of Sr. Divisional Finance Yes / No
Manager, N.C.Railway, Allahabad.
4. Have you furnished valid Sales Tax Clearance Certificate (latest)? Yes / No
5. Have you furnished documents testifying Previous experience and financial Yes / No
Status?
6. Have you furnished the constitution of The firm duly attested & the power of Yes / No
Attorney?
7. Have you furnished the documents As required under Para –6 of Instructions Yes / No
to Tenderers?
8. Have you enclosed bar chart / pert Chart along with your tender indicating the Yes / No
completion period of various Activities and noted to complete the work As per
the completion period and time - Schedule defined.
SIGNATURE ……………………………………
Name ( . . . . . . . . . . . . . . . )
1. GENERAL INSTRUCTIONS:
1.1 Tenders are invited on behalf of President of India acting through Divisional Railway Manager (Signal &
telecommunication), N. C. Railway, Allahabad, from established and reliable contractors for the work
“Provision of Hot stand - by arrangement at electronic interlocked stations of Allahabad and Agra
Divisions of North Central Railway.”
1.2 The General Conditions of contract, Special Conditions of Contract, Instructions to tenderers and
conditions of tendering, Technical Specifications, including schedule of work & supplies including all
Annexure & forms etc. shall, hereafter, be collectively referred to as the "Tender papers". Any
clarifications required by the tenderer may be obtained from the office of Sr DSTE/Co./ALD.
2. INTERPRETATIONS:
The following terms wherever occurring in the tender papers and wherever used throughout the
execution of the work, shall, unless excluded by or repugnant to the context, have the meaning attributed
there to as follows: -
"CONTRACT" Means the Agreement or Work Order resulting from the acceptance by the Purchaser of this
tender either in whole or in part.
"CONTRACTOR” Means the successful Tenderer, i.e., the Tenderer whose Tender has been accepted
either in whole or in part.
“CONTRACTOR’S REPRESENTATIVE” Shall mean a person in supervisory capacity who shall be so declared
by the contractor and who shall be authorized under a duly executed power of attorney to receive
materials issued by the Purchaser to the Contractor for the works. He shall be responsible for proper
execution of works at each or all places and shall take orders from Purchaser's Engineers and carry out
the same.
"ENGINEER" Shall mean the Divisional Engineer / Divisional Electrical Engineer / Divisional Signal &
Telecom Engineer, Assistant Engineer or the Assistant Signal & Telecom Engineer in executive charge of
the Railway works and shall include the superior officers of the Railway. He is responsible for ensuring
that all field works covered by the contract are carried out in accordance with approved designs, drawings
and specifications and conditions of contract as agreed to.
“ENGINEER’S REPRESENTATIVE" Shall mean the Sr. Section Engineers / Section Engineers in direct
charge of the works of Signal & Telecom. / Civil / Electrical Engineering department of Railway.
"EQUIPMENT” Means all or any equipment considered necessary by the Purchaser's Engineers for the
satisfactory operation, as a whole, of the installations.
“GENERAL MANAGER" Means the officer in Administrative charge of this Railway and shall mean and
include the officers to whom the functions are delegated. His postal address shall be intimated to the
successful Tenderers in due course.
"MONTH” Means One English Calendar Month.
"MATERIALS” Means all equipment, components, fittings and other materials including raw materials
required to complete the work.
"PURCHASER” Means the President of India acting through his accredited officers or any one of them.
Subject as otherwise provided in this contract, all notices to be given and all other action to be taken on
behalf of President of India may be given or taken on his behalf by General Manager, North Central
Railway Allahabad / Chief Administrative Officer, North Central Railway New Delhi or any other
*********
1. TENDER DOCUMENTS:
1.1 Tender documents can be obtained from the office of Sr. Divisional Signal & Telecommunication
Engineer/Co./ALD, DRM's office,ALD, on any working day on cash payment of cost of tender form
mentioned above and Rs.500/- Extra if required by post. Request for tender by post must be
accompanied by Money Order in Favour of Sr. DSTE/Co./ALD NCR. ALD. Cost of the tender documents
are non transferable as well as non refundable.
The attention of tenderer is invited to the following documentes .
Section-I: Tender Notice
Section-II: I) Instructions to Tenderers and conditions of tendering.
II) Special Conditions of Contract.
III) Tender Forms and Annexure etc.
Section - III: Technical Supplement along with Technical Instructions, Specifications and Drawings etc. for the
scope of the work included in this tender.
Misc: I) General Conditions of Contract (G.C.C.) as amended by advance correction slips issued up to
date.
II) IRS conditions of contract for the stores department with up to date modification (CCSS).
General Conditions of Contract (G.C.C.) as amended by advance correction slips issued up to-date and
IRS conditions of contract for the stores department with up to date modification (CCSS) can be
obtained, if need be, from the office of Sr. Divisional Signal & Telecommunication Engineer/Co./ALD,
DRM's office, ALD after paying the cost prescribed for it in the form of Bank Draft in favour of Sr.
DFM/N.C Rly ALD
1.2 If the Tender submitted by a tenderer is accepted and the contract awarded to the Tenderer, the
various works coming under purview of the contract shall be governed by tender documents
mentioned above.
1.3 Any Special conditions stated by the Tenderer in the covering letter submitted along with the
tender shall be deemed to be a part of the Contract to such extent only, as have been explicitly
accepted by the Railway.
1.4 The expression General conditions of contract (GCC), wherever occurring in these papers shall be
deemed to mean the General conditions of contract of North Central Railway as amended by advance
correction slips issued up-to-date.
2. AGREEMENT:
The successful Tenderer shall within 15 days after having been called upon by notice to do so be
bound to execute an agreement based on accepted rates and conditions, in such form as the
Railways may prescribe, and lodge the same with the Railway together with the conditions of
contract, specifications and Schedule of prices referred to therein duly completed. The form for
agreement is included in Section II, Chapter-III, (Form No.3).
3. SECURITY DEPOSIT & CONTRACT PERFORMANCE GUARANTEE
3.1 SECURITY DEPOSIT:
The Earnest Money deposited by the Contractor with his tender will be retained by the Railways as
part of security for the due and faithful fulfillment of the contract by the contractor. The balance to
make up the security deposit, may be deposited by the Contractor in cash or may be recovered by
percentage deduction from the Contractor’s “on account” bills. Provided also that in case of defaulting
i. A deposit of Cash.
ii. Irrevocable Bank Guarantee.
iii. Government Securities including state Loan Bonds at 5 percent below the market value.
iv. Deposit Receipts, Pay Orders, Demand Drafts and Guarantee Bonds, these forms of Performance
Guarantee could be either of the State Bank of India of any of the Nationalized Banks;
v. Guarantee Bonds executed or Deposits Receipts tendered by all scheduled Banks.
vi. A deposit in the Post Office saving Bank.
vii. A Deposit in the National Saving Certificates;
viii. Twelve years National Defense certificates;
ix. Ten years Defense deposits;
x. National Defense Bonds.
xi. Unit Trust certificates at 5 percent below market value or at the face value whichever is less.
NOTE: The instruments as listed above will also be acceptable for Guarantees in case of Mobilization Advance.
(c ) The Performance Guarantee shall be submitted by the successful bidder after the letter of
acceptance (LOA) has been issued, but before signing of the agreement. The PG shall be initially
valid up to the stipulated date of completion plus 60days beyond that. In case, the time for
completion of work gets extended, the contractor shall get the validity of Performance guarantee
extended to cover such extended time for completion of work plus 60 days.
(d) The value of PG to be submitted by the contractor will not change for variation upto 25% (either
increase or decrease). In case during the course or execution, value of the contract increases by
more than 25% of the original contract value, an additional performance Guarantee amounting to
5% (Five percent) for the excess value over the original contract value shall be deposited by the
contractor.
(e) The Performance Guarantee (PG) shall be released after the physical completion of the work based
on the ‘Completion Certificate’ issued by the competent authority stating that the contractor has
completed the work in all respects satisfactorily. The security deposit, however, shall be released
only after the expiry of the maintenance period and after passing the final bill based on ‘No Claim
Certificate’ from the contractor.
(f) Wherever the contracts are rescinded, the security deposit should be forfeited and the Performance
Guarantee shall be encashed. The balance work shall be got done independently without risk and
cost of the failed contractor. The failed contractor shall be debarred from participating in the tender
for executing the balance work. If the failed contractor is a JV or a partnership firm, then every
member/partner of such a firm shall be debarred from participating in the tender for the balance
work either in his/her individual capacity or as a partner of any other J.V./partnership firm.
(g) The Engineer shall not make a claim under the Performance Guarantee except for amounts to which
the President of India is entitled under the contract (not withstanding and/or without prejudice to
any other provisions in the contract agreement) in the event of:
i) Failure by the contractor to extend the validity of the Performance Guarantee as described herein
above. In which event the Engineer may claim the full amount of the Performance
Guarantee.
ii) Failure by the contractor to pay President of India any amount due, either as agreed by the
contractor or determined under any of the Clauses/Conditions of the agreement, within 30 days of the
service of the notice to this effect by Engineer.
iii) The contract being determined or rescinded under provision of the GCC the Performance Guarantee shall
be forfeited in full and shall be absolutely at the deposit of the President of India.
**********
CHAPTER - 4
FORMS OF TENDERS ETC.
FORM NO. 1 : Offer letter.
(a) I/We do not execute the contract documents within 30 days after receipt of notice issued by the
Railway that such documents are ready or,
(b) I/We do not commence the work within 10 days after receipt or orders to that effect.
(c) Until a formal agreement is prepared and executed the acceptance of this tender shall constitute a
binding contract between us subject to modifications, as may be mutually agreed to between us
and indicated in the “Letter of Acceptance” of my/our offer for this work.
SIGNATURE OF CONTRACTOR(S)
DATE:
_________________________
(Signature)
Dated:
Complete with enclosures.
1. In consideration of the President of India (hereinafter called “the Government”) having agreed to
exempt .................................................... (hereinafter called “The said contractor(s)”) from the
demand, under the terms and conditions of an agreement No........................................... dated
.................... made between .............................. and .................... for
............................................................. (herein after called “the said agreement”) of Security
Deposit for the due fulfillment by the said contractor(s) of the terms and conditions contained in
the said Agreement, or production of a Bank Guarantee for Rs............. (Rupees
....................................... only), we............................................................... (indicate the name of
Bank) (hereinafter referred to as ‘the Bank”) at the request of ................................. Contractor(s)
do hereby undertake to pay to the Government an amount not exceeding Rs............................
against any loss or damage caused to or suffered or would be caused to or suffered by the
Government by reason of any breach by the said Contractor(s) of any of the terms or conditions
contained in the said Agreement.
2. We ...................................................................... Bank do hereby undertake to pay the amounts
due and payable under this Guarantee without any demur, merely on demand from the
Government stating the amount is claimed is due by way of loss or damage caused to or would be
caused to or suffered by the Government by reason of breach by the said Contractor(s) of any of
terms or conditions contained in the said Agreement or by reason of the Contractor(s) failure to
perform the said Agreement. Any such demand made on the Bank shall be conclusive as regards
the amount due and payable by the Bank under this guarantee. However, our liability under this
guarantee shall be restricted to an amount not exceeding Rs...............................
3. We .................................................................... bank undertake to pay to the Government any
money so demanded notwithstanding any dispute or disputes raised by the
Contractor(s)/Supplier(s) in any suit or proceedings pending before any court or Tribunal relating
thereto our liability under this present being absolute and unequivocal. The payment so made by
us under this Bond shall be a valid discharge of our liability for payment there under and the
Contractor(s)/ Supplier(s) shall have no claim against us for making such payment.
4. We ........................................................... Bank further agree that the Guarantee herein contained
shall remain in full force and effect during the period that would be taken for the performance of
the said Agreement and that it shall continue to be enforceable till all the dues of the Government
under or by virtue of the said agreement have been fully paid and its claims satisfied or discharged
or till.................... office/ department) Ministry of ...................... certifies that the terms and
conditions of the said agreement have been fully and properly carried out by the said contractor(s)
and accordingly discharges this Guarantee. Unless a demand or claim under the Guarantee is
made on us in writing on or before the ................................. we shall be discharged from all
liability under this Guarantee thereafter.
5. We ................................................................................ further agree with the Government that
(Indicate the name of bank)
the Government shall have the fullest liberty without our consent without affecting in any manner
our obligations hereunder to vary any of the terms and conditions of the Agreement or to extend
Contractor For Chief Signal and Telecom Engineer
- 59 -
time of performance by the said Contractor(s) from time to time or to postpone for any time or
from time to time any of the powers exercisable by the Government against the said Contractor(s)
and to forebear or enforce any other terms and conditions relating to the said Agreement and we
shall not be relieved from our liability by reason of any such variation, or extension to the said
Contractor(s) or for any forbearance, act or omission on the part of Government or any indulgence
by the Government to the said Contractor(s) or by any such matter or thing whatsoever which
under the law relating to sureties would but for this provision, have no effect of so relieving us.
6. This Guarantee will not be discharged due to the change in the Constitution of the Bank or the
Contractor(s)/Supplier(s).
7. We ...................................................... lastly undertake not to revoke this
(Indicate the name of bank)
Guarantee during its currency except with the previous consent of the Government in writing.
Dated the .......................... day of ..................20 for
......................................................................................
(Indicate the name of the bank)
FORM-5
Para-6.8/Chapter-I
STATEMENT OF DEVIATIONS
1. The following are the particulars of deviations from requirement of the instructions to Tenderers,
General Conditions of Contract.
(INCLUDING JUSTIFICATION)
(INCLUDING JUSTIFICATION
2. The following are the particulars of deviations from requirement of the technical specifications :
(INCLUDING JUSTIFICATION)
Note: Where there is no deviation, the statement should be returned duly signed with an endorsement
indicating no deviations.
FORM-9
Para-18.3/Chapter-II
CERTIFICATE
1. The cable trench/chase including ducts, pipes etc. arrangements enroute has been
jointly inspected by us on the following sections and the work has been done
according to the specifications. The laying of cable can be taken on these sections
after the deficiencies noted below are rectified and offered for further check .
2.
----------------------------------------------------------------------------------------
Sl.No. From KM. To KM. Remarks/Deficiency if any
------------------------------------------------------------------------------------------------
------------------------------------------------------------------------------------------------
3. The following Joints have been jointly supervised and provided as per manufacturer’s
instructions and it is confirmed that all the materials or kit have been used up.
----------------------------------------------------------------------------------------
Sl.No. Type of Joint Location(KM. No.) Remarks/Deficiency if any
----------------------------------------------------------------------------------------
----------------------------------------------------------------------------------------
Station:
Date:
-----------------------------------------------------------------------------------------------------------------------
Sl.No. Description of Material Quantity Remarks
if any
-----------------------------------------------------------------------------------------------------------------------
-----------------------------------------------------------------------------------------------------------------------
Witnessed by: -
-------------------------------- ------------------------------------
(Signature of Purchaser’s (Signature of Contractor or
Representative with Contractor’s Representative)
Designation )
No. Date :
To
.............................................
.............................................
Sub : (i) ................................................. (Name of Work)
(ii) Acceptance Letter No. ....................................................
(iii) Undertaking /Agreement No. .......................................
Ref : ......................... (Quote specific application of the Contractor for extension to date, if received).
Dear Sir,
The stipulated date for completion of the work mentioned above is/was ............... . However, the
work is/was not completed on this date.
Expecting that you may be able to complete the work if some time is given and in consideration of
your Letter No.............................., the General Manager (or his successor) on behalf of the president of
India, although not bound to do so, hereby extends the time for completion from ............. to ..............
Please note that liquidated damages @1/2% per week or part thereof of the entire contract value
will be recovered for delay in the completion of the work after the expiry of (1) ....................... from you as
mentioned in para 35 of the Special Conditions of Contract for the extended period.
The above extension of the completion date will also be subject to the further condition that no increase
in rates on any account will be payable to you.
Please note that in the event of declining to accept the extension on the above said conditions or
in the event of your failure after accepting or acting up to this extension to complete the work by
(2)....................... (here mention the extended date), further action will be taken in terms of relevant para
of Conditions of Contract.
Your’s faithfully,
for & on behalf of President of India.
Note:-
1. Give here the stipulated date for completion without any penalty fixed earlier.
2. Here mention the extended date.
No. Date :
To
..................................
..................................
..................................
Dear Sirs,
Ref : .......................... (quote specific application of contractor for extension to the date, if received) .
The stipulated date for completion of subject work under the above contract was
............................ In consideration of the Contractor’s Letter No..............................., The General Manager
(or his successor) behalf of the President of India, is pleased to grant extension of the time for completion
of works without liquidated damages under para 36 of Chapter II , Section II of the contract as mentioned
below :
“...................................................................................”
It may be noted that unless repugnant to the context, all the terms and conditions of the
Contract will remain unaltered during the extended period from ...................... to ...................... also, and
further no increased additional rates and claims of recoveries which have not been already envisaged in
terms of the conditions of the Contract will be leviable either by you or by the purchaser in respect of this
extended period.
Your’s faithfully,
( )
FORM-13
QUALIFICATION EXPERIENCE
FORM-14
No. Date:
1 Contract No
2 Name of Work
4 Description of Item.
5 Material inspected by :
8 Qty received
12 Place of receipt
13 Date of receipt
14 Ledger No.
--------------------------------------
Signature of SSE/Sig.-in-Charge
FORM-15
Contractor For Chief Signal and Telecom Engineer
- 67 -
1. INVESTOR/CUSTOMER’S NAME
2. PARTICULARS OF BANK ACCOUNT
A. BANK NAME
B. BRANCH NAME
ADDRESS
TELEHPONE
C. 9-DIGIT CODE NUMBER OF
THE BANK & BRANCH
(Appearing on the MICR cheque issued by the bank.)
D. ACCOUNT TYPE
(S.B. Account/Current Account or
Cash Credit with Code 10/11/13)
E. LEDGER NO./LEDGER FOLIO NO
F. ACCOUNT NUMBER
( As appearing on the Cheque Book)
(In lieu of the bank certificate to be obtained as under, please attach a blank cancelled cheque, or
photocopy of a cheque or front page of your savings bank passbook issued by your bank for
verification of the above particulars.)
3. DATE OF EFFECT.
I hereby declare that the particulars given above are correct and complete. If the transaction is
delayed or not effected at all for reasons of incomplete or incorrect information, I would not hold
the User institution responsible. I have read the option invitation letter and agree to discharge
responsibility expected of me as a participant under the Scheme.
( )
Date: Signature of the Investor/Customer.
Certified that the particulars furnished above are correct as per our records.
( )
Signature of the Authorized.
Official from the Bank
*********
REQUIREMENT OF JV’S
65.13 Authorized Member - Joint Venture members shall authorize one of the members on behalf of
the Joint Venture Firm to deal with the tender, sign the agreement or enter into contract in
respect of the said tender, to receive payment, to witness joint measurement of work done, to
sign measurement books and similar such action in respect of the said tender/contract. All
notices/correspondences with respect to the contract would be sent only to this authorised
member of the JV Firm.
65.14 No member of the Joint Venture Firm shall have the right to assign or transfer the interest right
or liability in the contract without the written consent of the other members and that of the
employer (Railways) in respect of the said tender/contract.
65.15.2 In case one or more members is/are Proprietary Firm or HUF, the following documents shall be
enclosed :
65.16 Credentials & Qualifying Criteria : Technical and financial eligibility of the JV Firm shall be
adjudged based on satisfactory fulfillment of the following criteria :
65.16.1 Technical Eligibility Criteria (‘a’ or ‘b’ mentioned hereunder) :
(a) Either the JV Firm or Lead Member of the JV Firm must have satisfactorily completed in the last
three previous financial years and the current financial year upto the date of opening of the
tender, one similar single work for a minimum of 35% of advertised value of the tender.
OR
(b) (i) In case of composite works (e.g. works involving more than one distinct component, such as
Civil Engineering works, S&T works, Electrical works, OHE works etc. and in the case of major
bridges – substructure, superstructure etc.), for each component, at least 35% of the value of
any of such components individually for single similar nature of work should have been
satisfactorily completed by the JV Firm or by any member of the JV Firm in the previous three
financial years and the current financial year upto the date of opening of tender. The member
satisfying technical eligibility criteria for the largest component of the work shall be the Lead
Member and that Member shall have a majority (at least 51%) share of interest in the JV Firm.
(ii) In such cases, what constitutes a component in a composite work shall be clearly pre-defined
with estimated tender cost of it, as part of the tender documents without any ambiguity. Any
work or set of works shall be considered to be a separate component, only when cost of the
component is more than Rs. 2 crore each.
(iii) However, as long as the JV Firm or any member of the JV Firm meets with the requirements, in
one or more components of the work, and has completed a minimum of 35% of the advertised
value of the tender for the same value of the component, and resultantly, all the members of
the JV collectively, then meet the prescribed technical eligibility criteria, the JV shall stand
technically qualified.
Note : Value of a completed work done by a Member in an earlier JV Firm shall be reckoned only to the
extent of the concerned member's share in that JV Firm for the purpose of satisfying his/her
*********
CHAPTER VI
TECHNICAL SPECIFICATIONS
TECHNICAL SPECIFICATIONS
A. GENERAL
a. The work shall be carried out according to the drawings approved by the Railway and shall conform to the
provisions of the “Signal Engineering Manual” and “Schedule of Dimensions” as modified from time to time
unless deviation, if any, are specifically approved by the Engineer. The contractor shall be solely responsible for
proper execution of the work as per the said deviation and specifications.
b. Cable openings in apparatus cases, junction boxes, location huts and in relay rooms should be covered by
sand. Top should be plastered with cement for apparatus cases and junction boxes all with contractor's material.
c. Cables should be properly terminated in the terminal boards/ racks. Cables terminated inside apparatus cases,
junction boxes and in relay room should be fixed by the clamp or by any other method indicated by Engineer- in
–charge. Name of the circuits carried by different cores shall be displayed by the side of every termination by
painting or any other means approved by Engineer- in- charge.
d. Wires shall be terminated properly on terminals.
e. Wires should be done in a neat manner and wires should be neatly bunched and tied unless they are drawn on
troughs or cable ladders.
f. No joints are permitted in the connecting wires.
g. Provision of insulation, wherever required, should follow standard approved Railway practice for the purpose.
h. No work on a working installation should be undertaken without permission and presence of authorized
representative of Engineer- in-charge.
i. All materials and equipment to be supplied and used in execution of the work should be to IRS with latest
amendments or specification wherever applicable or to ISS, if IRS is not available. In cases of materials for
which neither IRS nor ISS is available, detailed specification with the drawings shall be supplied for approval of
the Railway. In case the drawing or specifications of a material gets changed or amendment is issued
subsequent to the tender opening, the latest amendments or specification for that material shall apply.
j. The fixing of control panel, cable termination and relay racks at the respective places shall have to be done.
Wiring of relay racks and control panels shall be carried out as per circuit diagram approved by the Railways.
Interconnection arrangements between the racks and control panels are to be made as required.
k. The equipment are to be wired in Relay Room, Control panel, power supply arrangement, apparatus case,
Cable Termination box, battery Box and in other locations.
l. Cables and rodding require to cross the platform shall be taken in suitable ducts having removable RCC slab
covers.
m. All drawings shall be read with latest alterations.
n. The contractor's Engineer shall sign all the test reports.
o. Operating manuals supplied with equipment by the manufacturers shall be handed over by the contractor to
Engineer- in-charge.
p. Potential free contacts on Tag blocks / Terminals to be provided on CT racks/tag blocks as per instruction of the
Engineer- in – charge, for wiring of Data-loggers.
q. Contractor shall use good quality resin core solder of 60/40 or 80/20 grade (Tin/Lead ratio), as required of the
approved make and as directed by Engineer-In charge.
r. Site order register, Technical register and Site Registers etc. shall be provided by contractor for keeping various
records of the work being executed by contractor, the instructions given to him vis-à-vis complied and the
decision taken/deficiencies pointed out during inspections by various officials.
1. Excavation 0f Cable trench and laying of all types of Signalling, Telecommunication and Power Cable.
a. Excavation of cable trench of the size as per schedule and as directed by Engineer In-charge shall be done
and non-compliance will be treated as work being incomplete.
b. The trench shall be dug as per approved cable route plan in straight line, circuitous and zigzag route shall not
be followed and such trench will be rejected.
c. In case water comes out in the trench during digging or cable laying or otherwise, it shall be evacuated by
contractor using exhaust pumps to throw water outside the trench, so that work is not effected on this account.
All machinery for doing this shall be arranged by contractor at his/her cost.
d. Cable shall be laid as per approved cable plan.
D. Power Supply :
i. Input Supply Typical : 230 VAC.
ii. Power Consumption : 5W max.
E. Operating Conditions :
i. Temperature : 10° C to 70° C.
3 Specifications of Fuse Failure Alarm System for Schedule-C item No.17
A. Scope :
i. This specification lays down the requirements and tests of Fuse Failure Alarm Systems with
automatic changeover facility along with audio and visual indication suitable to signaling
installations of Railways.
ii. The changeover facility covered in this specification should be suitable for changing over to spare
fuse automatically when main fuse is blown off without affecting the functioning of signaling
circuits. At every change over audio/visual indication should appear at equipment and also at
SM/JE/SE’s room.
iii. The system covered under this specification should work on 60V to 140V AC/DC. Working Power
Supply should be of SMPS Type.
iv. Each module of Fuse Alarm System should be suitable for monitoring 16 nos.’G’ type fuses or any
other type of fuses of various capacities and should be suitable to fit in the existing relay rack.
v. The system voltage of the fuse can be 12V, 24V, 60V DC or 110V AC etc. Each CARD of Fuse
Alarm System shall be suitable for monitoring fuses of only one source of supply. Different cards of
same module can be used for different sources of supply so that one module can be used for
different type of supplies.
vi. Optocoupler must be used in input circuit for every Fuse for isolation.
B. Construction :
i. Maximum outline dimensions of each module for 16 nos. of fuses should be 540mm X 180mm X
170mm (+_5mm) and for 2A, 10-16A non deteriorating fuse of cylindrical head depending upon the
requirement.
ii. The equipment shall be of natural air-cooled type and shall be suitable for use in the signaling
cabins / inside location boxes where the maximum ambient temperature may reach 55°C.
iii. The equipment shall be of robust construction. They shall be housed in cubicles made of cold
rolled cold annealed mild steel sheet of thickness not less than 1 mm.
iv. The equipment cubicles shall be treated with zinc chromate primer followed by electrostatic epoxy
powder coating paint finish. Passivation shall be done through seven stage process. Small metal
parts such as nuts, bolts and washers shall be plated. All other metal parts of the Fuse Alarm
System shall be plated for protection against corrosion.
v. The layout of the components and wiring shall be such that all parts are easily accessible for
inspection, repairs and replacement. The cards shall be sliding type.
vi. The AC input portion shall be protected to prevent accidental contact.
vii. All the cables and wires used for wiring shall conform to specification No. IRS: S-76/89 / IS 694
(1100 V grade) and shall be procured from ISI or RDSO approved sources. The cables and wires
used shall be neatly secured in position by bunching & strapping. Aluminum wires shall not be
used. The gauge of wiring shall be such that the current density should not exceed 3 Amps/mm².
The colour scheme used for wiring shall conform to normal conventions and shall be shown in the
Instruction manual.
viii. The following components shall be provided on the Panel housing fuse alarm system.
a. Power ON Indication..
b. Buzzer Acknowledge push button.
c. ‘Test’ push button.
d. Common Flashing ‘LED’ Indication .
e. ‘LED’ Indications.
f. Buzzer.
F. Instruction Manual
The Manual shall be provided with every equipment. It should clearly illustrate installation,
connection and operating procedures.
G. Test and Requirements
i. Conditions of Tests: Unless otherwise specified all tests shall be carried out at ambient
atmospheric condition.
9 Triangle Base assembly with ' J ' Bolts, nuts, flat and Suitable size
spring washers.
10 Insulaters with fixing studs, spring and flat washers (one stud - 12x25mm &
stud each for one insulater). 12x20mm.
Cable support assembly i.e. ' L' Bracket with 4Nos. of
11 bolts with nut, spring and plain washers for each ' L' 8 x 25mm, 6 x 50mm
Bracket.
12 16-way fuse holders (1.6A/0.6A) mounting stripes with
studs, spring and plain washers.
Bracket for mounting 16-way/8-way fuse stripes with
13 nuts,bolts and washers, i.e. (top brackets) All angles & Suitable size
stripes shall be 6mm and 5mm thick respectively.
14 Bracket for mounting 16-way fuse stripes (i.e.bottom Suitable size
bracket).
15 Cable supporting stripes 5 x 20 x 210mm
17 String rod with PVC insulation (sleeve) fixing bracket and Suitable size
stud with spring and plain washers.
11-way Bus bar with 16 sq.mm lugs with PVC covers &
18 fixing arrangement (Bracket for fixing Bus bar cover) nut
& bolts.
19 Square bar for fixing 8 nos. of mini group base plate. Suitable size
20 PVC sleeve (Tube) for insulating wire run support on IDF 16mm
pillars and at other places.
Angle of various sizes for frame wall support and cable
21 run support (interspacing between racks) (All angles of
6mm thick).
b) Angle. 40 x 40 x 2000mm
c) Angle 40 x 40 x 1325mm
d) Angle. 40 x 40 x 1000mm
e) Angle. 65 x 65 x 1000mm
Angle pieces for fixing wall support angles with 'J' bolts,
22 Nuts, springs and plain washers having 13mm holes and
8mm holes.
(a) Angle piece with 23mm holes at both 65mm side 65 x 65 x 50
(b) Angle piece with one hole 13mm and other 9mm on 40 x 40 x 35
40mm side
23 Cable support 'U' bracket 540 x 100mm
24 C' Bracket for cable run support(5mm thick) 20mm width 200 x 200mm
MS flat to be used.
25 C' Bracket for cable run support 5mm thick MS flat to be 200 x 150mm x20mm
used width.
26 Signal resistance mounting assembly complete with Suitable size
fixtures and fasteners.
27 Guide rails with fixtures and fasteners for:
29 Resistance and condenser mounting assem bly Qty. and Suitable size
size as per circuit requirements.
30 Anodized nuts and bolts with plain and
spring washers.
NOTE:
** Dimensions/ Supporting angles to be modified to suite the condition.Cotractor has
to supply any other item/ items required for complete erection of relay rack as per
sketch enclosed.
*********
Approximate value: Rs.2067.81 Lacs (Rupees Two Thousand Sixty Seven Point Eight One
Lacs only)
S. Amount
Description of Items Unit Quantity Rate (in Rs)
No. (in Rs)
(i) JEP, ARW, KYT, DAP, PRE, JHG, MZP, BDL, BEO,
GAE, JIA, MNF, BEP, SFG, BMU, MRE, SYWN, MNJ,
BDNP, SJT, SRO, ASCE, KUW, KTCE, KGA, SNIE, Per
37 3480664 128784562
FYZ, RAMA, FTP, KKS, BKO, AUNG, KBN, PMPR, Station
SSL, RXM and CHK.
Supply Schedule
Annexure- B-I of Schedule "B" : For Allahabad Division
12 DC/DC Converter for MLKII Non-Vital I/O Supply Nos. 74 30500 2257000
13 DC/DC Converter for Isolator Supply. Nos. 74 30500 2257000
Microlock II Interlocking Material / Spare
14 SYNC PCB (MDSC) Nos. 37 131692 4872604
15 COMMS PCB Nos. 37 131692 4872604
16 Non - Schedule Items Lot. 37 250000 9250000
Total for Design, manufacture and supply against 128784562
Item No. 1 of Schedule 'B'
Supply Schedule
Annexure- B-2 of Schedule "B" : For Allahabad Division
Quoting of rates
RATES ARE TO BE QUOTED IN % ABOVE OR BELOW ONLY
1 Tenderer should not quote for individual items, but for Each Schedule seperately.
2 Tenderer should quote % above or below the Railway's total tender cost
3 Write percentage both in figures and in words.
4 Tenderer should sign the following certificate :
Schedule "A"
I/WE offer and agree to execute the work at
Percentage (%) Above / Below / At Par.......................................................................................................................
In Words……………………………………………………………………………………………..…………………………………
In figures……………………………….……………………………………………………..………………………………………..
Schedule "B"
I/WE offer and agree to execute the work at
Percentage (%) Above / Below / At Par......................................................................................................................
In Words…………………………………………………………………………………………..……………………………………
In figures……………………………….……………………………………………………..………………………………………..
Schedule "C"
I/WE offer and agree to execute the work at
Percentage (%) Above / Below / At Par.......................................................................................................................
In Words…………………………………………………………………………………………..……………………………………
In figures……………………………….………………………………………………………………………..……………………..
Schedule "D"
I/WE offer and agree to execute the work at
Percentage (%) Above / Below / At Par.......................................................................................................................
In Words…………………………………………………………………………………………………………………………………
In figures……………………………….……………………………………………………………...………………………………..
Place………………..