You are on page 1of 23

SR-DYCSTE-CN-ERS-S AND T/SOUTHERN RLY

TENDER DOCUMENT
Tender No: ERS-SG-CN-2023-OT-04 Closing Date/Time: 07/08/2023 15:30

Dy.CSTE/CN/ERS acting for and on behalf of The President of India invites E-Tenders against Tender No ERS-SG-CN-2023-OT-04
Closing Date/Time 07/08/2023 15:30 Hrs. Bidders will be able to submit their original/revised bids upto closing date and time only.
Manual offers are not allowed against this tender, and any such manual offer received shall be ignored.

1. NIT HEADER

Signalling and Telecommunications arrangements at JOKATTE in connection with proposed


Name of Work
doubling of track between JOKATTE and THOKUR stations.
Bidding type Normal Tender
Tender Type Open Bidding System Two Packet System
Tender Closing Date Time 07/08/2023 15:30 Date Time Of Uploading Tender 16/07/2023 16:22
Pre-Bid Conference
No Pre-Bid Conference Date Time Not Applicable
Required
Advertised Value 176162348.62 Tendering Section TENDER
Bidding Style [ Decision at Schedule level ] Bidding Unit
Earnest Money (Rs.) 1030800.00 Validity of Offer ( Days) 90
Tender Doc. Cost (Rs.) 0.00 Period of Completion 10 Months
Contract Type Works Contract Category Expenditure
Are Joint Venture (JV) firms
Bidding Start Date 24/07/2023 Yes
allowed to bid
Ranking Order For Bids Lowest to Highest Expenditure Type Capital (Works)

2. SCHEDULE

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Above/
Schedule 01-ANNEXURE A (SOR ITEMS) 18642498.16
Below/Par
10 101 3500.00 Metre 34.65 121275.00 117.01 263178.88
01
Description:- Excavation of cable trench 1m depth X 0.3m width
10 102 500.00 Metre 42.98 21490.00 117.01 46635.45
02
Description:- Excavation of cable trench 1m depth X 0.5m width
10 104 300.00 Metre 169.95 50985.00 117.01 110642.55
03
Description:- Excavation of cable trench to a depth of 0.6m on the platform
10 105 300.00 Metre 116.70 35010.00 117.01 75975.20
04
Description:- Opening of existing duct and closing the same for laying of additional cables
10 106 300.00 Metre 208.35 62505.00 117.01 135642.10
05
Description:- Provision of DWC/RCC pipe at 1m depth for track crossing
10 107 30.00 Metre 270.83 8124.90 117.01 17631.85
06
Description:- Provision of DWC/RCC pipe at 1m depth for Road crossing
10 108 90.00 Metre 181.95 16375.50 117.01 35536.47
07
Description:- Provision of GI pipes 50/100mm dia over RCC bridges/Drainage/culverts
10 110 300.00 Metre 168.08 50424.00 117.01 109425.12
08
Description:- Provision of GI pipes 50/100mm dia in hard rocky area
10 111 114500.00 Metre 9.83 1125535.00 117.01 2442523.50
09
Description:- Laying of Signalling/ power/ telecom cable
10 112 500.00 Metre 23.92 11960.00 117.01 25954.40
10
Description:- Placing of one row of country bricks lengthwise vertically
10 113 3500.00 Metre 48.76 170660.00 117.01 370349.27
11
Description:- Placing of one row of country bricks breadthwise
10 114 500.00 Metre 93.03 46515.00 117.01 100942.20
12 Description:- Placing of two rows of country bricks breadthwise

Pa g e 1 o f 2 3 Ru n Da te/Time: 16 /0 7/2 0 2 3 16 :2 3:32


SR-DYCSTE-CN-ERS-S AND T/SOUTHERN RLY
TENDER DOCUMENT
Tender No: ERS-SG-CN-2023-OT-04 Closing Date/Time: 07/08/2023 15:30

10 115 3500.00 Metre 8.33 29155.00 117.01 63269.27


13
Description:- Refilling of cable trench 1m depth X 0.3m width
10 116 500.00 Metre 10.43 5215.00 117.01 11317.07
14
Description:- Refilling of cable trench 1m depth X 0.5m width
10 119 125.00 Numbers 121.43 15178.75 117.01 32939.41
15
Description:- Placing of cable markers and concreting (RCC type)
10 120 25.00 cum 513.00 12825.00 117.01 27831.53
16
Description:- Excavation of cable coil pit 1.5m length X 1.5m breadth in rear of relay room/AFTC huts
10 123 390.00 Metre 838.80 327132.00 117.01 709909.15
17
Description:- Supply of GI pipe-100mm dia, 4.5 mm thick
10 201 50.00 Numbers 9875.30 493765.00 117.01 1071519.43
18
Description:- Casting of foundation and erection of apparatus case - Full size
10 202 20.00 Numbers 6966.60 139332.00 117.01 302364.37
19
Description:- Casting of foundation and erection of apparatus case - Half size
10 204 10.00 Numbers 3394.50 33945.00 117.01 73664.04
20
Description:- Erection of CT boxes and concreting (for cable throughing)
10 205 6.00 Numbers 3411.00 20466.00 117.01 44413.27
21
Description:- Erection of CT boxes and concreting (for point machines)
10 208a 10.00 Numbers 2895.00 28950.00 117.01 62824.39
22
Description:- Shifting of apparatus case (full)
10 208b 5.00 Numbers 1916.25 9581.25 117.01 20792.27
23
Description:- Shifting of apparatus case (half)
10 209 1500.00 Numbers 39.78 59670.00 117.01 129489.87
24
Description:- Termination of cables on existing terminals (Unit: per Terminal block)
10 210a 6500.00 Numbers 93.16 605540.00 117.01 1314082.35
25
Description:- Termination on 25/60mm PBT terminals (new location)(Phynolic sheet) (Unit: per Terminal Block)
10 210b 130.00 Numbers 113.56 14762.80 117.01 32036.75
26
Description:- Termination on PBT fuse block (new location) (Phynolic sheet) (Unit: per Fuse Block)
10 211a 300.00 Numbers 81.68 24504.00 117.01 53176.13
27
Description:- Termination of cables on 25/60mm PBT terminals (existing location) (Unit: per Terminal Block)
10 211b 20.00 Numbers 102.08 2041.60 117.01 4430.48
28
Description:- Termination of cables on PBT fuse block (existing location) (Unit: per Fuse Block)
10 212a 16.00 Set 2673.25 42772.00 117.01 92819.52
29
Description:- Wiring of Signal/ point/ LC control circuit (up to 4 relays/Plug in type HMU)
10 212b 7.00 Set 4739.60 33177.20 117.01 71997.84
30
Description:- Wiring of Signal/ Point/ LC control circuit (up to 8 relays/Plug in type HMU)
10 213a 10.00 Numbers 1278.75 12787.50 117.01 27750.15
31
Description:- Painting of existing apparatus case - Full size
10 213b 5.00 Numbers 1223.25 6116.25 117.01 13272.87
32
Description:- Painting of existing apparatus case - Half size
10 215 2.00 Numbers 1320.00 2640.00 117.01 5729.06
33
Description:- Painting of existing colour light Signals
10 216a 10.00 Numbers 884.85 8848.50 117.01 19202.13
34
Description:- Alteration to painting particulars (apparatus case - Full size)
10 216b 5.00 Numbers 464.10 2320.50 117.01 5035.72
35
Description:- Alteration to painting particulars (apparatus case - half size)
10 217 20.00 cum 125.02 2500.40 117.01 5426.12
36
Description:- Filling of earth around locations/ Signals
10 218 16.00 Numbers 5008.20 80131.20 117.01 173892.72
37
Description:- Casting of concrete foundation for colour light Signals
10 219 16.00 Numbers 5501.20 88019.20 117.01 191010.47
38 Description:- Erection of colour light Signal and wiring (up to 4 aspects)

Pa g e 2 o f 2 3 Ru n Da te/Time: 16 /0 7/2 0 2 3 16 :2 3:32


SR-DYCSTE-CN-ERS-S AND T/SOUTHERN RLY
TENDER DOCUMENT
Tender No: ERS-SG-CN-2023-OT-04 Closing Date/Time: 07/08/2023 15:30

10 220 2.00 Numbers 2518.55 5037.10 117.01 10931.01


39
Description:- Casting of foundation for ground type shunt Signal
10 221 2.00 Numbers 2097.00 4194.00 117.01 9101.40
40
Description:- Erection and wiring of ground type shunt Signal
10 222 10.00 Numbers 1613.25 16132.50 117.01 35009.14
41
Description:- Fixing and wiring of post type shunt Signal
10 224a 5.00 Numbers 1539.75 7698.75 117.01 16707.06
42
Description:- Fixing and wiring of direction type route indicator - 1 way
10 224d 3.00 Numbers 3183.00 9549.00 117.01 20722.28
43
Description:- Fixing and wiring of direction type route indicator - 4 way
10 224g 1.00 Numbers 752.25 752.25 117.01 1632.46
44
Description:- Fixing and wiring of additional limb to existing route indicator
10 225 12.00 Numbers 1427.25 17127.00 117.01 37167.30
45
Description:- Fixing and wiring of Calling on Signals/ 'A' marker lights
10 226 2.00 Numbers 824.25 1648.50 117.01 3577.41
46
Description:- Replacement of tail cables in existing Signals (Unit: per Cable)
10 227 2.00 Numbers 2591.25 5182.50 117.01 11246.54
47
Description:- Shifting of existing colour light Signals
10 228 2.00 Numbers 5999.25 11998.50 117.01 26037.94
48
Description:- Replacement of aspect in existing colour light Signals
10 229 2.00 Numbers 339.00 678.00 117.01 1471.33
49
Description:- Supply and Provision of enameled number plates for Signals
10 230 4.00 Numbers 1016.60 4066.40 117.01 8824.49
50
Description:- Provision of screening arrangement for Signals in RE area
10 231a 26.00 Numbers 4818.65 125284.90 117.01 271880.76
51
Description:- Provision of track circuit in RE/Non RE area (point zone)
10 231b 21.00 Numbers 3862.40 81110.40 117.01 176017.68
52
Description:- Provision of track circuit in RE/Non RE area (other than point zone)
10 232a 5.00 Numbers 2289.00 11445.00 117.01 24836.79
53
Description:- Alteration to existing track circuits at feed end
10 232b 5.00 Numbers 2127.00 10635.00 117.01 23079.01
54
Description:- Alteration to existing track circuits at relay end
10 234 70.00 Numbers 1799.00 125930.00 117.01 273280.69
55
Description:- Supply and provision of earth electrodes (GI) as per Drg. No.SG/CN/02/13
10 236 26.00 Numbers 8856.15 230259.90 117.01 499687.01
56
Description:- Installation of combined type Point machine
10 238a 8.00 Numbers 3318.00 26544.00 117.01 57603.13
57
Description:- Supply of colour light Signal pole 4.6m tall and 140 mm dia
10 238b 8.00 Numbers 2974.00 23792.00 117.01 51631.02
58
Description:- Supply of colour light Signal pole 3.6m tall and 140 mm dia
10 239 16.00 Numbers 4118.00 65888.00 117.01 142983.55
59
Description:- Supply of surface base for colour light Signal
10 240a 8.00 Numbers 3203.00 25624.00 117.01 55606.64
60
Description:- Supply of ladder with platform (4.6m) for CLS
10 240b 8.00 Numbers 3089.00 24712.00 117.01 53627.51
61
Description:- Supply of ladder with platform (3.6m) for CLS
10 241 10.00 Numbers 2860.00 28600.00 117.01 62064.86
62
Description:- Supply of colour light shunt Signal (post type)
10 242 2.00 Numbers 4118.00 8236.00 117.01 17872.94
63
Description:- Supply of Ground type Shunt Signal
10 243b 5.00 Numbers 10296.00 51480.00 117.01 111716.75
64
Description:- Supply of colour light Signal unit (3 aspect)

Pa g e 3 o f 2 3 Ru n Da te/Time: 16 /0 7/2 0 2 3 16 :2 3:32


SR-DYCSTE-CN-ERS-S AND T/SOUTHERN RLY
TENDER DOCUMENT
Tender No: ERS-SG-CN-2023-OT-04 Closing Date/Time: 07/08/2023 15:30

10 243c 11.00 Numbers 8580.00 94380.00 117.01 204814.04


65
Description:- Supply of colour light Signal unit (2 aspect)
10 244a 5.00 Numbers 10868.00 54340.00 117.01 117923.23
66
Description:- Supply of Junction type route indicator - 1 way
10 244d 3.00 Numbers 21164.00 63492.00 117.01 137783.99
67
Description:- Supply of Junction type route indicator - 4 way
10 245a 12.00 Numbers 2059.00 24708.00 117.01 53618.83
68
Description:- Supply of Calling On Signal
10 246a 8.00 Numbers 2059.00 16472.00 117.01 35745.89
69
Description:- Supply of Off set bracket - large
10 246b 10.00 Numbers 1487.00 14870.00 117.01 32269.39
70
Description:- Supply of Off set bracket - small
10 247 10.00 Numbers 9266.00 92660.00 117.01 201081.47
71
Description:- Supply of cable termination box (FRP type)
10 248 240.00 Numbers 1030.00 247200.00 117.01 536448.72
72
Description:- Supply of Track lead junction box (FRP type)
10 249a 6400.00 Numbers 44.00 281600.00 117.01 611100.16
73
Description:- Supply of PBT terminals 25mm centre.
10 249b 3120.00 Numbers 60.00 187200.00 117.01 406242.72
74
Description:- Supply of PBT terminals 60mm centre.
10 249c 400.00 Numbers 82.00 32800.00 117.01 71179.28
75
Description:- Supply of PBT fuse block without ND fuse
10 250b 188.00 Numbers 2077.00 390476.00 117.01 847371.97
76
Description:- Supply of Secondary cells - 2V-80AH capacity
10 251a 50.00 Numbers 12012.00 600600.00 117.01 1303362.06
77
Description:- Supply of apparatus case - Full size
10 251b 20.00 Numbers 8580.00 171600.00 117.01 372389.16
78
Description:- Supply of apparatus case - Half size
10 255 47.00 Numbers 2524.00 118628.00 117.01 257434.62
79
Description:- Supply of track relay QTA2 type
10 256 47.00 Numbers 3897.00 183159.00 117.01 397473.35
80
Description:- Supply of QSPA1 relays
10 257 10.00 Numbers 4279.00 42790.00 117.01 92858.58
81
Description:- Supply of electric key transmitter
10 260 47.00 Numbers 2460.00 115620.00 117.01 250906.96
82
Description:- Supply of Track feed battery charger
10 261 94.00 Numbers 2076.00 195144.00 117.01 423481.99
83
Description:- Supply of B type choke
10 301b 6.00 Numbers 7388.25 44329.50 117.01 96199.45
84
Description:- Concreting and erection of cable termination rack 500 capacity
10 302a 2600.00 Numbers 90.82 236132.00 117.01 512430.05
85
Description:- Termination using 25/60mm PBT terminals in cable termination rack (Unit: per Terminal Block)
10 302b 250.00 Numbers 108.82 27205.00 117.01 59037.57
86
Description:- Termination using PBT fuse block in cable termination rack (Unit: per Fuse Block)
10 305 30.00 Per Relay 392.70 11781.00 117.01 25565.95
87
Description:- Fixing and wiring of additional relays
10 306 20.00 Per Relay 376.04 7520.80 117.01 16320.89
88
Description:- Carrying out alterations to the existing relay wiring in relay rack/apparatus cases
10 317 1.00 Numbers 5924.00 5924.00 117.01 12855.67
89
Description:- Supply and wiring of 110V/24V - 2A Transformer rectifier
10 324 2.00 Numbers 6075.00 12150.00 117.01 26366.72
90
Description:- Installation and wiring of SGE block instrument

Pa g e 4 o f 2 3 Ru n Da te/Time: 16 /0 7/2 0 2 3 16 :2 3:32


SR-DYCSTE-CN-ERS-S AND T/SOUTHERN RLY
TENDER DOCUMENT
Tender No: ERS-SG-CN-2023-OT-04 Closing Date/Time: 07/08/2023 15:30

10 335 3.00 Set 8215.00 24645.00 117.01 53482.11


91
Description:- Supply and installation of DTMF equipment
10 337 1.00 Station 18178.95 18178.95 117.01 39450.14
92
Description:- Provision of signalling arrangements during NI working
10 338 2.00 Numbers 885.00 1770.00 117.01 3841.08
93
Description:- Provision of PA system and Magneto phone (Unit: per Tent per Day)
10 339 2.00 Numbers 718.00 1436.00 117.01 3116.26
94
Description:- Hiring and provision of tarpaulin tent (Unit: per Tent per Day)
10 406 2.00 Per Barrier 11003.25 22006.50 117.01 47756.31
95
Description:- Concreting pedestal and fixing electric lifting barrier (Qty Unit: per boom)
10 408 1.00 Set 2427.75 2427.75 117.01 5268.46
96
Description:- Fixing and wiring of electronic gate warning equipment
10 412 2.00 Numbers 4057.00 8114.00 117.01 17608.19
97
Description:- Supply and provision of teakwood glass fronted key box
10 413 1.00 Set 16388.00 16388.00 117.01 35563.60
98
Description:- Supply and provision of teakwood tool box with tools
10 414 10.00 Numbers 2943.75 29437.50 117.01 63882.32
99
Description:- Installation and wiring of electric key transmitter
10 415 3.00 Numbers 2159.00 6477.00 117.01 14055.74
100
Description:- Erection and painting of boards with 'LEGENDS'
10 416 1.00 Numbers 2929.95 2929.95 117.01 6358.28
101
Description:- Erection and painting of goods warning boards
10 418 1.00 Numbers 6596.00 6596.00 117.01 14313.98
102
Description:- Fixing and wiring of Annunciator
10 420 2.00 Numbers 9345.00 18690.00 117.01 40559.17
103
Description:- Supply and provision of Signal post telephone (paging and talk back)
10 421 2.00 Numbers 2896.80 5793.60 117.01 12572.69
104
Description:- Construction of masonry platform for Signal post telephone
10 427a 1.00 Station 21018.75 21018.75 117.01 45612.79
105
Description:- Testing and commissioning of stations (up to 5 roads)
10 427c 1.00 LC Gate 8128.50 8128.50 117.01 17639.66
106
Description:- Testing and commissioning of LC gates
10 428 200.00 Sheet 206.55 41310.00 117.01 89646.83
107
Description:- Preparation and submission of "As mades"
10 501 9.00 Rack 1068.75 9618.75 117.01 20873.65
108
Description:- Releasing of relay rack/ cable termination rack
10 502 1.00 Numbers 833.25 833.25 117.01 1808.24
109
Description:- Releasing of Route Indicators of different types
10 503 5.00 Numbers 854.25 4271.25 117.01 9269.04
110
Description:- Releasing of Stop/ Warning boards
10 507 40.00 Numbers 1625.25 65010.00 117.01 141078.20
111
Description:- Releasing of apparatus cases
10 508 10.00 Numbers 1083.75 10837.50 117.01 23518.46
112
Description:- Releasing of Cable Termination boxes
10 510 13.00 Numbers 1666.50 21664.50 117.01 47014.13
113
Description:- Releasing of colour light Signals
10 511 20.00 Numbers 1458.75 29175.00 117.01 63312.67
114
Description:- Releasing of point machines (all types)
10 513 3.00 Set 2916.75 8750.25 117.01 18988.92
115
Description:- Releasing of secondary cells and battery stand
10 514 2.00 Numbers 958.50 1917.00 117.01 4160.08
116 Description:- Releasing of block instruments

Pa g e 5 o f 2 3 Ru n Da te/Time: 16 /0 7/2 0 2 3 16 :2 3:32


SR-DYCSTE-CN-ERS-S AND T/SOUTHERN RLY
TENDER DOCUMENT
Tender No: ERS-SG-CN-2023-OT-04 Closing Date/Time: 07/08/2023 15:30

10 515d 4.00 Numbers 341.70 1366.80 117.01 2966.09


117
Description:- Releasing of A type foundations
10 516 1.00 Set 5166.00 5166.00 117.01 11210.74
118
Description:- Releasing of S&T gadgets in LC gate lodge
10 517 2.00 Numbers 1187.25 2374.50 117.01 5152.90
119
Description:- Releasing of ground type Shunt Signals
10 518 200.00 Numbers 86.10 17220.00 117.01 37369.12
120
Description:- Releasing of TLD boxes
10 519 1.00 Set 6832.50 6832.50 117.01 14827.21
121
Description:- Releasing of existing power equipment - complete
10 520 1.00 Set 3249.75 3249.75 117.01 7052.28
122
Description:- Releasing of existing control equipment - complete
10 521b 18000.00 MT-Km 7.52 135360.00 117.01 293744.74
123
Description:- Transportation of Signalling materials more than 100km
10 522 20.00 Hour 650.00 13000.00 117.01 28211.30
124
Description:- Removal of infringing structures/ debris using mechanical excavators

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Schedule 02-ANNEXURE B (NON SOR ITEMS) 38524572.30
NS1 53000.00 Metre 397.61 21073330.00 AT Par 21073330.00 Rs.
125 Description:- Supply of cable PVC insulated, armoured, unscreened, underground, railway signaling copper
cable of size 24c x 1.5 sq.mm as per specification No. IRS-S-63/2014 rev.4.0 or latest. Inspection by RDSO.
NS2 37000.00 Metre 208.52 7715240.00 AT Par 7715240.00 Rs.
126 Description:- Supply of cable PVC insulated, armoured, unscreened, underground, railway signalling copper
cable of size 12cx1.5sqmm as per specification no. IRS -S-63/2014/rev.4.0 or latest. Inspection by RDSO
NS3 8500.00 Metre 87.07 740095.00 AT Par 740095.00 Rs.
127 Description:- Supply of cable PVC insulated, armoured, unscreened, underground railway signaling copper cable
of size 2c x 2.5 sq.mm as per specification No.IRS.S-63/2014(Rev.4.0) or latest. Inspection by RDSO.
NS4 9000.00 Metre 90.74 816660.00 AT Par 816660.00 Rs.
128 Description:- Supply of OFC cable 24 fibre armoured as per RDSO specification No.IRS:TC:55/2006 Rev.1 with
amendment No.3 or latest. Inspection by RDSO
NS5 16000.00 Metre 300.52 4808320.00 AT Par 4808320.00 Rs.
129 Description:- Supply of Cable Jelly filled underground telecom 6 quad, 0.9mm dia Railway signal and telecom
copper conductor cable to Specn. No.IRS.TC/30/2005 Ver.1 with amendment 5 or latest. Inspection by RDSO
NS6 15.00 Numbers 8853.54 132803.10 AT Par 132803.10 Rs.
130 Description:- Supply of RED aspect LED signal ,110 V AC retrofittable in existing CLS housing and compatible
with AC LED ECR as per RDSO Specification No. RDSO/SPN/199/2010 (Rev. 1.1) or latest. Inspection by RDSO.
NS7 17.00 Numbers 8853.54 150510.18 AT Par 150510.18 Rs.
Description:- Supply of YELLOW aspect main LED signal,110 V AC retrofittable in existing CLS housing and
131
compatible with AC LED ECR as per RDSO Specification No. RDSO/SPN/199/2010 (Rev-1.1) or latest. Inspection
by RDSO
NS8 8.00 Numbers 10032.36 80258.88 AT Par 80258.88 Rs.

132 Description:- Supply of GREEN aspect main LED signal,110 V AC retrofittable in existing CLS housing and
compatible with AC LED ECR as per RDSO Specification No. RDSO/SPN/199/2010 (Rev-1.1) or latest. Inspection
by RDSO.
NS9 32.00 Numbers 5710.02 182720.64 AT Par 182720.64 Rs.
133 Description:- Supply of SHUNT LED signals lighting unit 110V AC retrofittable in existing CLS housing compatible
with AC LED ECR as per RDSO Spec.No. RDSO/SPN/153/2011-Rev 5.0 or Latest. Inspection by RDSO.
NS10 13.00 Numbers 7180.30 93343.90 AT Par 93343.90 Rs.

134 Description:- Supply of Calling-ON LED signals lighting unit 110V AC retrofittable in existing CLS housing
compatible with AC LED ECR as per RDSO Spec.No. RDSO/SPN/153/2011-Rev 5.0 or Latest. Inspection by
RDSO.
NS11 76.00 Numbers 6000.30 456022.80 AT Par 456022.80 Rs.

135

Pa g e 6 o f 2 3 Ru n Da te/Time: 16 /0 7/2 0 2 3 16 :2 3:32


SR-DYCSTE-CN-ERS-S AND T/SOUTHERN RLY
TENDER DOCUMENT
Tender No: ERS-SG-CN-2023-OT-04 Closing Date/Time: 07/08/2023 15:30

Description:- Supply of Route LED signal lighting unit, 110V AC Retrofittable in existing CLS housing compatible
with AC LED ECR as per RDSO Specn No: RDSO/SPN/153/2011 Rev.5.0 or latest. Inspection by RDSO
NS12 1.00 Numbers 1197469.90 1197469.90 AT Par 1197469.90 Rs.
Description:- Supply and commissioning of SMPS based integrated power supply system Up to 4 lines for EI
136 station in RE area with 200AH LMLA battery and without AFTC as per RDSO specification
No.:RDSO/SPN/165/2012 ver.3.0 or latest & as per drawing and details attached in the Tender Book. Necessary
spares and tools as per RDSO specification are also to be supplied. Installation and Earthing are not included in
this schedule. Inspection by RDSO
NS13 1.00 Numbers 1077797.90 1077797.90 AT Par 1077797.90 Rs.
Description:- Supply and commissioning of SMPS based integrated power supply system Up to 4 lines for EI hut
137 in RE area with 200AH VRLA battery and without AFTC as per RDSO specification No.:RDSO/SPN/165/2012
ver.3.0 or latest & as per drawing and details attached in the Tender Book. Necessary spares and tools as per
RDSO specification are also to be supplied. Installation and Earthing are not included in this schedule. Inspection
by RDSO

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Above/
Schedule 03-ANNEXURE C (NON SOR ITEMS - SIGNAL) 27352911.14
Below/Par
NS14 4.00 Numbers 18449.30 73797.20 AT Par 73797.20
Description:- Supply and installation of DC-DC Convertor 24-40VDC/10A as per RDSO/SPN/165/2012(Ver3.0) or
138 latest for IPS at Panambur station, including all accessories required for making a slot in the DCDP, holding DC-
DC convertor of lower rating, compatible for DC-DC Convertor 24-40VDC/10A working at rated Load as per the
instruction of railway representative at site. (Inspection by RDSO)
NS15 2.00 Set 2681.00 5362.00 AT Par 5362.00

139 Description:- Supply and installation of Class C Surge protection device(SPD) for 24V DC for IPS at Panambur
station as per the specification attached in the tender document. One set contains 3 Nos of SPD with KEMA or
VDE certified as per IECC61643-11-2011 Standard.(Inspection by Consignee).
NS16 2.00 Numbers 83243.93 166487.86 AT Par 166487.86
Description:- Installation, wiring and testing of IPS at stations/Huts as per RDSO Specification
No.RDSO/SPN/165/2012 Ver.3 or latest. This work includes a) Transporting the IPS to site without any damages
and installation of the same at site as per the instruction of Railway representative at site. b)Wiring of modules,
ASM panel, SPD box etc c) Fabrication and fixing of IPS termination board using hylum board of 10mm thickenss.
d) Wiring all the outputs using wire PVC 7/1.4mm and 3/0.75mm copper with proper ladder arrangement and
140 termination as per approved wiring diagram and painting the particulars. This includes termination of change over
arrangement also to utilize during failure of IPS . e) Provision of teakwood terminal box covered with decolum
cover with locking facility for 230V input. f) Wiring of analog inputs and potential free contacts for datalogger/RTU.
g) Installation of battery at battery room. h) Proper connection to earthing and bonding system should be done by
the contractor. (Supply and installation of earthing and bonding system is not included in this scxhedule. Supply of
IPS, Battery, Fuses and PBT terminals are not covered in this schedule. Wire PVC 7/1.4mm and 3/0.75mm
copper, aluminium cable ladder of required length and all other miscellaneous materials required for the above
work to be supplied by the contractor)
NS17 2.00 Numbers 27949.15 55898.30 AT Par 55898.30

141 Description:- Supply and provision of transformer 230/110V-3KVA confirming to Specification no.IRS:S:72/88
with amendment 2 or latest (Transformer 230/110v-3KVA, wire PVC 7/1.4mm copper and other miscellaneous
materials shall be supplied by the contractor) Inspection by RDSO.
NS18 2.00 Numbers 45856.09 91712.18 AT Par 91712.18
Description:- Supply and provision of Battery charger - 230VAC/24VDC,30A, Ripple free, suitable for EI/axle
142 counter installations confirming to RDSO Specification No.IRS:S-86/2000 (Amd.4) or latest. Battery charger
230V/24V,30A, with wire PVC 7/1.4mm copper and other miscellaneous materials shall be supplied by the
contractor) Inspection by RDSO.
NS19 2.00 Numbers 735798.20 1471596.40 AT Par 1471596.40

143 Description:- Supply and installation of SMPS Cabinet with (3+1) 110V/20A SMR Modules fully wired with ASM
Panel along with modules for control and supervisory function as per RDSO Spec No. RDSO/SPN/165/2012 or
latest (Compatible with IPS supplied as per NS-12 & Ns-13. (Inspection by RDSO).
NS20 2.00 Set 736897.59 1473795.18 AT Par 1473795.18

Pa g e 7 o f 2 3 Ru n Da te/Time: 16 /0 7/2 0 2 3 16 :2 3:32


SR-DYCSTE-CN-ERS-S AND T/SOUTHERN RLY
TENDER DOCUMENT
Tender No: ERS-SG-CN-2023-OT-04 Closing Date/Time: 07/08/2023 15:30

Description:- Supply, installation, testing and commissioning of High availability single section digital axle counter
system (HASSDAC) as per RDSO Spec. No. RDSO/SPN/177/2012 (ver.3) or latest with amendments with dual
track sensor devices. The length of cable shall be 15mtrs. HASSDAC will be installed, wired, tested and
commissioned by OEM's Engineer as per guidelines and TAN issued by RDSO. The pre-commissioning checklist
issued by RDSO for HASSDAC will be prepared by OEMs Engineer and signed jointly with Railways before
commissioning of HASSDAC. Break-up of items to be supplied under this schedule is to be detailed and
144 submitted. OEM should submit site installation certificate mentioning that HASSDAC has been installed, wired,
tested and commissioned by approved vendor of RDSO i.e. by OEM.. This schedule also includes installation of
clamp type track device (Rail contact) approved by RDSO, laying of separate Double walled anti rodent
corrugated pipe from Axle detector to digital axle counter field unit for Tx & Rx cables, drawing of cables and
making its terminations, fixing of deflector plates. (Double walled anti rodent corrugated pipe made up of High
density polyethylene of suitable diameter, required Nos. of cage clamp type terminals for terminations, and all
other accessories as per site requirement are to be supplied by the contractor). This also includes provision of
puff seal in HDPE pipe with contractors own material. One set instruction manual, Installation & maintenance
manual including Dos & Don'ts, Mechanical drawings of each sub system / rack. Schematic block diagram
showing mounting arrangement of various components & details of each type of assembled PCB, Trouble
shooting procedure along with test voltages and waveforms at various test points in the PCBs and Pre-
commissioning checklist are also to supplied. This includes painting and writing of particulars on indoor and
outdoor units. HASSDAC equipment is to be provided with efficient lightning and surge protectors which are also
to be supplied with the system. (Supply and provision of Earthing and Supply of under ground S&T cables are not
included in this schedule) Inspection by RDSO.
NS21 1.00 Set 111720.00 111720.00 AT Par 111720.00
Description:- Supply of standard tool kit for installation, testing and maintenance of Digital Axle Counter Systems
consisting of :- (a) Pure sine wave Digital Multimeter Kusam Meco 859CF or equivalent - 1No. (b) Mounting wheel
for sensors - 1 No. (c) Clamp fixing tools if any as per OEM guidelines. (d) Suitable Spanner & Screw driver set.
145 (e) Torque Wrench - 1 No. (f) Dummy Load - 1 No. & ExtenderCard - 1 No (if required for the HASSDAC make).
Items in the above tool kit shall be suitable for the HASSDAC equipment supplied as per schedule NS20 and as
per the instructions of railway representative at site. Necessary interfacing cables/connectors and softwares to be
supplied and installed on Railway's PC for analysis and maintenence of HASSDAC. Payment for this schedule
shall be done only after supply and installation of software in Railway's PC along with supply of tool kit items for
HASSDAC. Inspection by consignee.
NS22 2.00 Set 57820.00 115640.00 AT Par 115640.00
Description:- Supply and installation of V.21/V.23 to E1 converter with the following configuration: 1. Up link port:
One E1 interface (120 ohms Balanced) with RJ45 converter, 2.User DTE port: One No. of 2-wire Analog voice
channel interface compatible with V.21 standard, 3. Automatic Changeover port: One No. of 2-wire Analog voice
channel interface compatible with V.21 standard. The Automatic Changeover feature allows the Axle Counters to
be get connected via a hot stand by redundant copper path if the E1 link fails or if the E1 converter unit is powered
off., 4.Backup link checking: Facility is provided to check the live availability of the changeover backup copper
circuit when it is not being used for user data communication. 5. V.21 modem Signal Monitoring: Facility is
provided to check the local signal status between the connected Axle counter and E1 converter . This facility will
not be available when E1 Link to remote E1 converter units is down and the user device communication has
146 switched over to the backup copper link. 6. Alarm Relay: Potential free Relay contact is provided to indicate alarm
conditions such as Unit power down, E1 link down, Backup link down, CD down. Customer may connect this relay
output through a data logger in order to monitor the alarm status from a central site, or use it for raising an alarm
using external Circuitry. 7. Link Quality Monitoring: Facility is provided to monitor the error rate of the E1 link
against a programmable preset level. The product may be configured to report a condition where the E1 channel
error rate exceeds the specified limit over a certain period, 8. Event logs and Statistics: Facility provided to fetch
the time stamped event such as Unit Power ON/OFF, E1 link Up/Down, Copper back up link Up/Down, V.21
Modem signal status changes and also the statistical presentation of the same. 9. SMS Alert: Facility provided to
send SMS alert in case alarm condition develops. 10. Power Supply: 48V DC or 24V DC as per the instruction of
railway engineer at site 11.Industrial grade components. Make& model: Teamlink Fabio 1CX or Cygnus 835 or
better. One set comprises one master and one slave units. Inspection by consignee.
NS23 2.00 Set 5945.00 11890.00 AT Par 11890.00

147 Description:- Releasing of Existing BPAC field equipment carefully without damage. This work includes releasing
of one set of Axle counter equipment (EF at one end and SF at other end) and corresponding Tx/Rx coils, HDPE
pipes etc. and to be stored at a place nominated by railway representative at site.
NS24 2.00 Numbers 32351.06 64702.12 AT Par 64702.12
148
Description:- Supply of Block counter as per drawing No.SK/RE/Sig/21/2009. inspection by consignee.
NS25 2.00 Numbers 4700.58 9401.16 AT Par 9401.16
149 Description:- Supply of Block bell equipment as per RDSO Spec. No.IRS/TC-44/88 with Amdt.1 or latest. Rated
voltage 24V DC. Inspection by RDSO.
NS26 2.00 Numbers 28203.44 56406.88 AT Par 56406.88
150 Description:- Supply of Filter unit for use in conjunction with Block instruments in 25 KV Hz AC traction areas as
per RDSO spec. No.IRS S.68/89 or latest. Inspection by RDSO.

Pa g e 8 o f 2 3 Ru n Da te/Time: 16 /0 7/2 0 2 3 16 :2 3:32


SR-DYCSTE-CN-ERS-S AND T/SOUTHERN RLY
TENDER DOCUMENT
Tender No: ERS-SG-CN-2023-OT-04 Closing Date/Time: 07/08/2023 15:30

NS27 300.00 Numbers 2320.00 696000.00 AT Par 696000.00


Description:- Supply and installation of RFID electronic marker similar to 3M make model No.1421-XR/iD (orange
151 colour) for S&T under ground cables (to be installed in trenches as directed by Railway engineer) programmable
memory for saving user specific data inside the RFID electronic marker locator during locating. (10cms diameter
with floating coil horizontal placement for better detection) to be buried up to 5 feet maximum in existing trenches.
Inspection by RITES
NS28 14.00 Numbers 20997.00 293958.00 AT Par 293958.00
152 Description:- Supply and Provision of earthing arrangement as per RDSO spec No. RDSO/SPN/197 Version 1.0
or latest. Inspection by consignee.
NS29 2.00 Numbers 277810.55 555621.10 AT Par 555621.10
Description:- Supply and installation of Earth leakage detector 12 channel (110V AC : 6 Channels, 110V DC : 1
153 Channel, 24V DC : 5 Channels) as per RDSO specification No. RDSO/SPN/256/2002 or latest with RDSO
inspection. Potential free contacts of ELD shall be wired for data logger /RTU. (Miscellaneous material required for
the work & commissioning shall be supplied by the contractor) Inspection by RDSO.
NS30 1.00 Numbers 10333.01 10333.01 AT Par 10333.01
154
Description:- Supply of goods warning board. Inspection by consignee.
NS31 40.00 cum 9200.00 368000.00 AT Par 368000.00
Description:- Providing in position cement concrete of specified proportion including the cost of cement,
centering and shuttering with 1:3:6 composition (1 cement : 3 sand : 6 grade stone aggregate 25mm nominal
155 size) Cement, M-sand, stone jelly of 25mm and all other miscellaneous materials required for the work shall be
supplied by the contractor) for covering GI pipes / concreting around location box foundations as per the
instruction of railway representative at site. Watering on concrete for minimum 3 days shall be done by the
contractor.
NS32 6.00 Numbers 35193.60 211161.60 AT Par 211161.60
156 Description:- Supply of Cable termination rack (FTOT) for 480 terminals as per S&T/WS/PTJ Drg. No.CWM
00213. Inspection by consignee.
NS33 400.00 Man-Days 663.00 265200.00 AT Par 265200.00
Description:- Protection, adjustments and reinstating of S & T gears by deputation of Helper/Unskilled labour for
executing additional Signalling & Telecom portion of the works. The work can involve fixing, releasing, dismantling,
157 replacement, excavation ,clearing of vegetation , loading and unloading of material and assisting skilled persons
etc. as per instruction of Railway representative at site. (All the materials required for the work will be supplied by
Railways). The contractor has to carry materials to field and the released materials from site has to be taken back
to the concerned SSE/Signal/Telecom store. The contractor has to arrange necessary tools such as bar, sickle,
cutter, pick axe, rake, hoe etc. as per Railway representative's instruction.
NS34 200.00 Man-Days 806.00 161200.00 AT Par 161200.00
De s c rip t io n : - Protection, adjustments and reinstating of S & T gears by deputation of
Fitter/wireman/Painter/welder/Mason/cable jointer (Skilled labour) etc. for executing additional Signalling &
Telecom portion of the works. The work can involve fixing, releasing, dismantling, replacement, painting or
158 alteration of various signalling assets or parts, termination of cables, minor patch work on damages at location box
, Plastering, concreting brick work ,wiring alterations , cable jointing etc. asper instruction of Railway
representative at site. (All the materials required for the work will be supplied by Railways). The contractor has to
carry materials to field and the released materials from site has to be taken back to the concerned SSE/Signal
store. The contractor has to arrange necessary tools for carrying out the work as per Railway representative's
instruction.
NS35 555.00 Numbers 2027.07 1125023.85 AT Par 1125023.85
Description:- Supply of Double Walled Corrugated(DWC) HDPE Pipe with associated collars etc. as per RDSO
Specification No.RDSO/SPN/204/2011 or latest anti-rodent& anti-oxidant and non flame propagating type in 6
meters straight length and of size120 mm outer dia,& 103.5 mm inner dia.(The manufacturers, suppliers must
159 produce valid IS license and should be certified under ISO 9000 and shall submit copy of certificate). One of the
following coupling arrangements should also be supplied with each pipe as per the site requirement. 1) Suitable
snap fit coupler with rubber 'O-Ring 2) Spacers 3) Tees 4)Bend, 5) Endcap (The total quantity of above items is
equal to no. of pipes supplied.) DWC pipe shall be marked at every 1 mtr length in such a way that manufacturer's
name, vender name and year of manufacture can be easily identified. Inspection by RITES.
NS36 1800.00 Kg 87.00 156600.00 AT Par 156600.00
Description:- Hot dip galvanization of signal post and ladder (4.6m tall, 140mm dia / 3.6m tall, 140mm dia),
clamps and other materials related to signalling. Minimum DF thickness shall be 80 microns. Transportation of
160 materials from site / stores to galvanization workshop and back to site / stores not included in this schedule.
Transportation charges will be as per relevant SOR schedules. Test certificate showing the DFT, type of
galvanization, materials used etc., from galvanizing firm for each batch to be submitted. (Unit is calculated based
on the weight of the signal poles, ladders, clamps, rodding etc.)
NS37 1.00 Set 48046.00 48046.00 AT Par 48046.00

Pa g e 9 o f 2 3 Ru n Da te/Time: 16 /0 7/2 0 2 3 16 :2 3:32


SR-DYCSTE-CN-ERS-S AND T/SOUTHERN RLY
TENDER DOCUMENT
Tender No: ERS-SG-CN-2023-OT-04 Closing Date/Time: 07/08/2023 15:30

Description:- Fixing in position and commissioning of sliding barrier boom set (one set will consist of two sliding
barrier boom, one for either side of track) this includes carry out civil masonry work at site like digging of pits for
161 foundations, casting of RCC foundation and fixing of foundation bolts (Upto 13 nos. in each site of size
18"x18"x36"). This also include loading, unloading and leading of all the material to site of work from the
store/S&T/WS/PTJ. This include complete sliding gate in working order as per instruction of Railway Engineer at
site and painting of sliding boom type barrier of LC gate with metallic paint, similar to Asian paint or better as per
the instruction of Railway representative at site. .All materials except sliding boom gate & 'e' type lock with key to
be supplied by the contractor.
NS38 4.00 Numbers 18480.00 73920.00 AT Par 73920.00
Description:- Excavation of pit, casting concrete foundation and erection of apparatus cases of bigger size (RTU
Box) similar to Drg.No.SG/CN/02/6 and fixing of 2 Nos. of "E" type locks, one for the front door and another for the
162 back door, fixing of one hard wood plank 37mm thick and painting the apparatus case inside and outside with one
coat of red-oxide paint and two coats of aluminium paints. (Supply of Apparatus case is not included in this
schedule). Foundation bolts, nuts, cement, sand, stone jelly of size 20/25mm, hard wood plank of 37mm thick,
paints varnish, fixing bolts & nuts and all other miscellaneous materials required for the work shall be supplied by
the contractor.
NS39 2.00 Numbers 26367.82 52735.64 AT Par 52735.64
163 Description:- Supply, fabrication and provision of power equipment stand at stations/Hut/ power room at stations
as per drawing No. Proj/SG/MS/54/2008 (Inspection by consignee)
NS40 2.00 Numbers 5330.89 10661.78 AT Par 10661.78
Description:- Supply and installation of calling on board. This work involves supply and installation of 3mm
prismatic retro reflective sign board (white back ground with black letters) pasted on 2mm Aluminium sheet -
calling on board- rectangular shape-size 450mm x 1000mm. This work also includes casting concrete foundation
164 and erection of boards at the required places as per the signalling plan. This work includes concreting of rail post
to a size of 600mm x 600mm x 900mm and fixing the board to the rail using MS clamps. bolts and nuts. (Rails of
different lengths will be supplied by railways and the contractor has to cut them to the required lengths. (stone
Jelly of size 20/25mm. sand, cement, MS flats, fixing bolts and nuts, paint and other miscellaneous materials
required for the work shall be supplied by the contractor.
NS41 50.00 Numbers 111.15 5557.50 AT Par 5557.50
165 Description:- Provision of 7.2mm dia holes on new/existing rails and provide continuity bonds. Lead wires bond
pins and all other materials required for the work shall be supplied by contractor.
NS42 600.00 Metre 2257.49 1354494.00 AT Par 1354494.00
Description:- HDD boring including insertion of High Density Polyethylene Pipes (HDPE) of of size 110mm outer
dia in the bore drilled along with couplers required, pulling of different size of signalling cables through HDPE duct
166 by machine as instructed by railway representative .Boring trench shall be minimum 1.5m to 2mts below the
platform, Track and yard/midsection. Radio or any other detection system should be used for avoiding damage to
existing underground utilities. Minimum horizontal distance of 50m to 100m should be taken up with a launching
point. Transportation of HDD machine, fuel and other materials required for boring and pulling of cable etc.(Supply
of HDPE DUCT is not included).
NS43 600.00 Metre 760.50 456300.00 AT Par 456300.00

167 Description:- Supply of High Density Polyethylene Pipes (HDPE) of 110 mm Outer Dia, 10 mm Wall Thickness,
along with one coupler for every 6 Meters as per specification No. IS 4984: 2016 with latest amendments and
Material Grade:PE 80.(Inspection by RITES.)
NS44 4500.00 Numbers 3200.00 14400000.00 AT Par 14400000.00
Description:- Supply of Injection-moulded cable channel of size - Width (int/ext): 240mm/340mm, Height (int/ext):
168 155mm/230mm, Length: 1m(+/-10mm), Weight per meter (Minimum): 8Kg(Top and Bottom), Load bearing
strength (minimum): 12kN. Material: Polyolefin Engineering plastic with fire protection class K-1 following DIN-
53438 Part II, for laying signalling, telecom cables. Channels shall be attachable to each other with male-female
swallow tale connectors and having suitable detachable cover. (inspection by RITES)
NS45 4500.00 Metre 580.00 2610000.00 AT Par 2610000.00
Description:- Laying of Polyolefin cable channels of all sizes by digging of the trench of the required size that top
169
of the channel is not less than 0.3meter below earth / ground level and at the concrete surface to be laid with
suitable fasteners with contractor supply.
NS46 40.00 Set 353.00 14120.00 AT Par 14120.00
Description:- Supply and installation of HRC fuse base and carrier -63 A with 4/6/10/16/20/32/50/63A fuse as per
170 the load condition. (HRC fuse base, carrier and fuses shall be procured from standard firms such asGE, English
electric or similar. Cu lugs, 7/1.40mm copper wire, 3/0.75 mm copper wire and other required materials shall be
supplied by contractor.) (Inspection by consignee).
NS47 1.00 Numbers 18456.74 18456.74 AT Par 18456.74

Pa g e 10 o f 2 3 Ru n Da te/Time: 16 /0 7/2 0 2 3 16 :2 3:32


SR-DYCSTE-CN-ERS-S AND T/SOUTHERN RLY
TENDER DOCUMENT
Tender No: ERS-SG-CN-2023-OT-04 Closing Date/Time: 07/08/2023 15:30

Description:- Provision of Aluminium fabricated and glass fronted covering arrangement for Crank Handles at SM
171 room. This work includes fabrication of Aluminium frame of size 160 x 50 x 90cm or suitable size to suit site
requirement as per the instruction of railway representative at site using suitable Aluminium extrusion items of
thickness 1.5mm and fixing on wall duly covering the crank handles as per the instructions of railway
representative at site. Top, bottom and both ends of the frame shall be covered with PVC profile sheet of 10mm
thickness and front with 4mm transparent glass sliding door arrangement. All materials required for the covering
arrangement shall be supplied by the contractor.
NS48 2.00 Numbers 12585.92 25171.84 AT Par 25171.84
172 Description:- Supply, installation and wiring of 230/24V-1A transformer rectifier conforming to RDSO spec. IRS S
91/2014 with latest amendment in power room for LVR. Inspection by RDSO.
NS49 1.00 Numbers 36580.00 36580.00 AT Par 36580.00
173 Description:- Supply and installation of earth leakage detector for floating 230VAC (complies to
RDSO/SPN/256/2002 or latest.). Inspection by consignee.
NS50 1.00 Numbers 70210.00 70210.00 AT Par 70210.00
Description:- Supply and installation of double bed deionized demineralized water plant-300 ltr per hour capacity
with in built pre-filtrations exchanging type with cation and anion resin columns, digital conductivity meter, operate
174 on 230V AC, one PVC chemical proof regeneration container. A set of polythene tube connection, all housed in a
trolley mounted, mild steel stand for Mobility. Deionized demineralized water should have a conductivity of less
than 10mbs and Ph 6 for use of lead- acid batteries. Make &Model : Lab & Industrial products, WATION DB-300
or Similar. Inspection by consignee.
NS51 40.00 Litre 6964.70 278588.00 AT Par 278588.00
Description:- Supply of Silane Siloxane Aliphatic urethrane Resin blend solvent based high technology
175 membrane radiant heat reflecting insulating thermal barrier coating white colour with a genuine product sticker
when removed display "Void" on each container paint 20 litres as per RDSO guidelines. Make: CYPRUS or
Similar. Inspection by consignee.
NS52 40.00 Litre 9.07 362.80 AT Par 362.80

176 Description:- Application of Silane Siloxane Aliphatic urethane Resin blend solvent based high technology
membrane radiant heat reflecting insulating thermal barrier coating white colour on Location boxes as instructed
by railway representative at site.
NS53 250.00 Metre 750.00 187500.00 AT Par 187500.00
Description:- Provision of Tie-bar Fencing arrangement for the protection of location boxes ( Tie-bar set Size
1.5x2.5m ) -The work involves excavation of pit to a depth of 800mm from surface & minimum diamter of 200mm,
erection of iron channel inside the pit and concreting the pit to minimum height of 400 mm from the bottom. The
177 work further involves fixing the steel tie-bar fencing sets, fastening with suitable GI bolts and nuts, painting entire
fencing with one coat of aluminium paint. The resultant pit shall be covered with earth and consolidated by
ramming and levelling. (Minimum provision would be provision of 4sets of tie-bar fencing that includes gate and 5
iron channels - 10 mtrs perimeter) (Cement, Sand, Stone jelly of size20/25 mm, paint , bolts and nuts shall be
supplied by the contractor). Quantity shall be taken as perimeter of fencing in meters. ( Tie bar sets, Iron channels
will be suppliedby the Railways)
NS54 3000.00 Metre 12.90 38700.00 AT Par 38700.00
178 Description:- Laying of DWC pipes with collar/coupling in cable trench as per the instruction of railway
representative at site. Supply of DWC pipe and excavation of cable trench are not included in this schedule.
NS55 4.00 Kilometre 30000.00 120000.00 AT Par 120000.00
179 Description:- Supply and laying of PVC warning tape colour orange width of 250mm (10") by printing with black
letters "Indian Railway Signal / Telecom/ OFC cable" on both sides od the tape. (Inspection by Consignee)

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Above/
Schedule 04-ANNEXURE D (MSDAC) 23457128.67
Below/Par
Per
NS56 56.00 Detection 374623.00 20978888.00 AT Par 20978888.00
Point (DP)
180
Description:- Design, supply, installation, Testing and commissioning of Multi section digital axle counters
(MSDAC) complete system as per RDSO/SPN/176/2013 version 3 or with latest amendments. (Refer Tender
Document Part E for detailed description)
NS57 1.00 Lumpsum 1823786.72 1823786.72 AT Par 1823786.72
Description:- Supply of 5% spares of MSDAC for Jokatte. Supply of 5% spare shall be with respect to all items of
181 the break up furnished by tenderer under supply of MSDAC schedule rounded to the next integer (Subject to
minimum 1) Inspection by RDSO.

Pa g e 11 o f 2 3 Ru n Da te/Time: 16 /0 7/2 0 2 3 16 :2 3:32


SR-DYCSTE-CN-ERS-S AND T/SOUTHERN RLY
TENDER DOCUMENT
Tender No: ERS-SG-CN-2023-OT-04 Closing Date/Time: 07/08/2023 15:30

NS58 1.00 Set 154000.00 154000.00 AT Par 154000.00


Description:- Supply of Tool kit for MSDAC. 1) Portable data analyser - 1No. 2) True RMS Digital Multimeter of
182 fluke make as recommended by OEM - 1 Number. 3) Dummy wheel - 1 Number. 4) Set of Spanners and Screw
drivers and soldering iron - 1 Set 5) Adjustable Torque wrench - 1 Number, with necessary sockets 6) Clamp
fixing tools if any as per OEM guidelines. 7) Carry bag-01 Number. Any other specialised tools, software and
measuring equipment as per OEM requirement Inspection by consignee
NS59 1.00 Numbers 452662.50 452662.50 AT Par 452662.50
183 Description:- Supply of Diagnostic System for Remote Diagnostics, Maintenance and Troubleshooting of MSDAC
as detailed in tender document. Inspection by Consignee.
NS60 35.00 Man-Days 1365.47 47791.45 AT Par 47791.45
184 Description:- Training of Railways personnel in MSDAC for maintenance of MSDAC and configuration of MSDAC
at OEM factory premises/at site.

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Above/
Schedule 05-ANNEXURE E (NON SOR ITEMS - TELECOM) 1869233.22
Below/Par
NS61 7500.00 Metre 71.25 534375.00 AT Par 534375.00
Description:- Supply & laying of permanently solid lubricated HDPE pipe 33mm inner dia. 40 mm outer dia. for
24 F OFC as per Specification No.RDSO/SPN/TC/45/2013 with revision 2 or latest with accessories including
185 adequate No. of plastic couplers. Two Nos. each of end plug, cable sealing plug and end cap shall be supplied
along with each coil. One number of Duct cutter, C spanner and chamfering tool shall be supplied as per RDSO
spec'n. HDPE duct coil length shall be 1000meter +5%, -2%. (Standard length with Tolerance as RDSO spec.)
(inspection by rites)
NS62 7500.00 Metre 14.25 106875.00 AT Par 106875.00
186 Description:- Blowing / Drawing of OFC cable in the permanently solid lubricated HDPE telecom pipe (33mm
inner dia). This work includes conducting necessary duct integrity test for solid lubricated HDPE pipe.
NS63 10.00 Numbers 2004.95 20049.50 AT Par 20049.50
187 Description:- Supply of VF transformer 2T cylindrical type of 470:1120 ohms impedance conforming to IRS-
TC76/2000 (Amdt.1) or latest. Inspection by consignee.
NS64 4.00 Numbers 7220.00 28880.00 AT Par 28880.00
Description:- Supply and installation of joint closure for armoured optical fibre cable conforming to RDSO
188
spec.RDSO/SPN/TC/68/2014 rev.1.0 amdt.1 or latest and splicing of optic fibre cable (24F).Testing of fibres for
1310&1550nm shall be carried out at every location. Splicing should be fusion splicing. Inspection by consignee.
NS65 4.00 Numbers 3610.00 14440.00 AT Par 14440.00
Description:- Excavation of OFC joint pit and provision of RCC joint/loop chambers of 1.2m dia,60cm height and
189 50mm thickness with 2 pieces top and bottom cover with holes for drainages(reinforcement as per
Drg.No.OFC/2009/17).This includes filling up of sand complete in the joint chamber after cable laying, back filling
and consolidation of soil around the chamber, disposal of excess soil as plan or as advised by railway engineer at
site.(All materials required for this work shall be supplied at work site by the contractor)
NS66 4.00 Numbers 7840.00 31360.00 AT Par 31360.00
Description:- Supply and fixing of wall mountable 24F fibre management system(FMS) conforming to
190 RDSO/SPN/TC/37/2000(Rev.3) Amdt.2 or latest similar to RPG make or better, suitable for splicing and front
patching for 24F cable with all accessories and terminating the optical fibre cable with splicing and front patching
in FMS in the equipment room(OFC pigtail patch cords of suitable length and all other materials required for
splicing are to be supplied by contractor. Inspection by consignee.
NS67 15.00 Numbers 3765.19 56477.85 AT Par 56477.85
Description:- Supply and provision of normal joint using thermo shrink jointing kit for jointing underground quad
cable conforming to RDSO specification No.IRS:TC77/2012(Rev.3) with amdt.3 or latest for normal joint. The work
191 also includes excavation of joint pit and closing the same after completion of cable joint as per the instructions of
Railway representative at site.(Thermo shrink jointing kit with RDSO inspection and all other miscellaneous
materials required for the work like heat shrinkable sleeves,6 sqmm PVC insulated multistrand copper wire for
armour continuity, kerosene, soldering lead etc. shall be supplied by the contractor as per the instruction of
railway representative at site). inspection by RDSO.
NS68 6.00 Numbers 5468.93 32813.58 AT Par 32813.58

192

Pa g e 12 o f 2 3 Ru n Da te/Time: 16 /0 7/2 0 2 3 16 :2 3:32


SR-DYCSTE-CN-ERS-S AND T/SOUTHERN RLY
TENDER DOCUMENT
Tender No: ERS-SG-CN-2023-OT-04 Closing Date/Time: 07/08/2023 15:30

Description:- Supply and fixing of 20 pair CT box indoor with finished wooden plank as per RDSO spec. No.TC
18/75 for termination of telecom cable at the stations, OFC cable huts, LC gates etc. This includes entry of cable
through 50mm GI pipe, fixing of 6 quad /PITF cables/switch board cables through suitable hard PVC pipe on the
wall. 20 pair CT box, finished wooden plank and all other miscellaneous materials including 50mm GI pipe, flexible
hose and 50mm PVC pipe shall be supplied by the contractor. 20 pair cable / quad cable will be supplied by
railways. Inspection by consignee.
NS69 2.00 Numbers 5110.78 10221.56 AT Par 10221.56
Description:- Supply and fixing of 10 pair CT box indoor with finished wooden plank as per RDSO spec. No.TC
18/75 for termination of telecom cable at the stations, OFC cable huts, LC gates etc. This includes entry of cable
193 through 50mm GI pipe, fixing of 6 quad /PITF cables/switch board cables through suitable hard PVC pipe on the
wall. 10 pair CT box, finished wood plank and all other miscellaneous materials including 50mm GI pipe, flexible
hose and 50mm PVC pipe shall be supplied by the contractor. 10 pair cable/ quad cable will be supplied by
railways. Inspection by consignee.
NS70 300.00 Metre 22.80 6840.00 AT Par 6840.00
194
Description:- Supply of UTP CAT 6 Cable confirming to TIA/EIA-568.C.2 or latest.(inspection by consignee)
NS71 400.00 Metre 38.00 15200.00 AT Par 15200.00

195 Description:- Supply and installation of PVC conduit pipe of 25mm dia conforming toIS:9537 (medium) with
suitable couplers and bends and drawal of telecom cables as instructed by Railway engineer in charge of
site(inspection by consignee)
NS72 1.00 Set 19178.34 19178.34 AT Par 19178.34
Description:- Installation, of 25 Watts VHF set with , GI antennae pipe 1 1/4" and 1" size as per IS 1239( yellow
grade) fitting telescopically for 12 mtrs along with GI stay wire, RF cable with connectors and 12V-75AH
196 maintenance free battery similar to Amaron or SF Sonic make, wooden enclosure of size 600mm x 450mm x 750
mm (approx) with two horizontal partition to house the unit. [Supply of VHF set is not included in this schedule] [All
other materials mentioned in this schedule and other miscellaneous materials required for the work shall be
supplied by the contractor]
NS73 100.00 Metre 72.20 7220.00 AT Par 7220.00
197 Description:- Supply of duplex shielded cable for public address system wiring with 2 conductor, 30
strands/conductor with double jacketing and shielded. Inspection by consignee.
NS74 2.00 Numbers 6179.07 12358.14 AT Par 12358.14
Description:- Supply & fixing of emergency sockets boxes with sockets 6 pin flat as per RDSO drawing No. TCA
120060 (adv) and socket spec. No. IRS/TC/42/87 amdt.3 or latest and drawing No.15220. Fixing of emergency
socket on rail post and burying the post after entry of cable to a depth of 1mtr. as per drawing
No.OFC/2002/14/Alt.1 and wiring also as per instruction of the railway engineer. This also includes fabrication and
painting of emergency sockets post with alternate yellow and black strips of 6" width, painting of socket boxes with
198 grey colour paint and painting of telephone emblem with black paint over yellow paint on every OHE mast /
Hectometer posts with arrow indicating the nearest EMC socket. The paint should be of standard quality and 2
coats should be applied. The EMC post should be concreted (a size of 450mm x 450mm x 300mm) as per
drawing No.OFC/2002/14/Alt.1. (Rail post of different lengths for fabrication and fixing the EMC sockets will be
supplied by Railways and has to be transported by the contractor from depot to site. All fixing bolts and nuts,
paint, cement, sand and miscellaneous materials required for the work shall be supplied by the contractor.) .
Inspection by consignee.
NS75 2.00 Numbers 6586.57 13173.14 AT Par 13173.14
Description:- Supply and provision of EMC derivation joint complete for 6 quad cable using thermo shrink jointing
kit for emergency control and auto telephone conforming to RDSO spec. No. IRS:TC 77/2012 (Rev.3) with amdt.3
or latest. This includes tapping the nominated quad as instructed by the railway representative at site using
miniature tapping transformer of 470:1120 ohm impedance in emergency quad. The transformer is to be housed
in the joint. The other end of the transformer is to be connected to a 10pair jelly filled underground telecom cable
laid in the trench for this purpose. The jelly filled cable is to be taken out of the joint using branch off clip. While
199 jointing with necessary precautions taken against the moisture etc. and cable ends should be cleaned before
jointing. After jointing the cable, through test such as insulation and conduction test should be carried out jointly
with the railway representative at site, if any defect or damages are observed during the test the contractor shall
redo the joint free of cost. This work also includes excavation of jointing pit and refilling the same after completion
of cable joint. Thermo shrink jointing kit conforming to RDSO spec. No. .IRS:TC 77/2012 (Rev.3) with amdt.3 or
latest, miniature transformer assembly of 470:1120 as per the RDSO spec No.TC 76/2000 with amendment 1 or
latest, 6 sq.mm PVC insulated multistrand copper wire for armour continuity and all other miscellaneous materials
required for the work shall be supplied by the contractor. (10pair PIJF cable will be supplied by railways.).
Inspection by consignee.
NS76 2.00 Numbers 2877.73 5755.46 AT Par 5755.46
200 Description:- Supply of light weight 2W/4W portable emergency control telephone made of ABS plastic as per
RDSO spec IRS:TC-78/2000 with amendment No.3 or latest. Inspection by consignee.
NS77 2.00 Numbers 342.00 684.00 AT Par 684.00

201
Pa g e 13 o f 2 3 Ru n Da te/Time: 16 /0 7/2 0 2 3 16 :2 3:32
SR-DYCSTE-CN-ERS-S AND T/SOUTHERN RLY
TENDER DOCUMENT
Tender No: ERS-SG-CN-2023-OT-04 Closing Date/Time: 07/08/2023 15:30

201
Description:- Supply of Dual I/O D-Linkor Krone or similar make with SMB and connector with shutter facility,
fixing and terminating the UTP cable (inspection by consignee)
NS78 1.00 Set 173859.84 173859.84 AT Par 173859.84
Description:- Supply of stackable type VRLA fully charged battery 48VDC/300AH (24 Nos. of2V-300AH) with
202
intercell connectors housed in MS tray as per RDSO specIRS:S-93/96 with latest amendment.(Inspection by
RDSO).
NS79 1.00 Numbers 145040.00 145040.00 AT Par 145040.00
Description:- Supply of 48V/50A SMPS based powerplant as per RDSO Spec. No. RDSO/SPN/TC/23/1999
203 Version.4 with latest amendment suitable for single VRLA battery bank of 48V/300AH capacity, single phase
incoming Power Supply of range165V-260V with 25A FR-FC SMR module sin n+1 configuration Where 'n' is the
actual required number of FR-FC, modules for meeting the particular load requirement (i.e 50A) and expandable
capacity upto100A. (Inspection by RDSO).
NS80 1.00 Set 9800.00 9800.00 AT Par 9800.00
Description:- Installation, wiring and testing of 48V battery set and battery chargers for optic fiber circuits. This
includes installation of AC power supply (Apart from Local EB Supply, extension of supply from CLS panel to OFC
Room shall also be carried out by contractor asp er instruction of Railway representative at site ) and DC power
204 supply distribution board with MCBs of suitable rating, supply of suitable iron stand for battery, SMPS charger
wiring of external alarm contacts ,fixing arrangement for battery charger, 35 sqmm PVC insulated CU cable (red
and Black colour) from battery charger to battery,16sq mm PVC cu cable (red and black colour) from battery
charger to equipment rack, 3 core 2.5sqmm power cable for AC distribution power panel in equipment Rack to Ac
power in put . wiring , MCB distribution board , conduits and other miscellaneous material required for the work
should be supplied by the contractor.
NS81 15.00 Numbers 6549.00 98235.00 AT Par 98235.00

206 Description:- Supply of Ruggedised Magneto Telephone confirming to IRS:TC 36/97 with additional facilities like
ruggedised built quality provision for change over of power from battery and external source, dust proof magnetic
hook switch. and inbuilt battery compartment. Model No M-14 Telereach or similar. (Inspection by consignee)
NS82 2.00 Numbers 17652.10 35304.20 AT Par 35304.20
206 Description:- Supply of 10way Annunciator with Push button switches and having conference facility suitable for
Magneto Telephone as per IRS:TC-36/97. Make Epsilon, Telelinks, Telereach or better (Inspection by consignee)
NS83 1.00 Numbers 59156.59 59156.59 AT Par 59156.59
Description:- Supply and Installation of covered 19inch Racks of size 1950mm x 600mm x 600mm or higher
207 (Make: HCL/Vero President/Rittal/Puncom) complete with all fittings including DC Fans (48V) - 2nos, separator
sheet/plate to keep testing equipment - 1No and AC power distribution panel (Horizontal Fitting) with Power
sockets and Fuse Protection (Minimum 6 Nos of 230V -15A/5A combines) and other accessories (Inspection by
Consignee)
NS84 200.00 Numbers 170.00 34000.00 AT Par 34000.00
Description:- Supply of Modular Terminal Block of2.5sq.mm 2 IN 2 OUT type disconnect type of Wago/Phoenix
208
make or similar as per RDSO SPN No RDSO/SPN/189/2004 or latest. The current capacity of 16A and more. The
terminals should have marking at center to viewdescription from front. (Inspection byconsignee).
NS85 2.50 Metre 301.00 752.50 AT Par 752.50
209
Description:- Supply of DIN channel for the terminal (Inspection by Consignee)
NS86 20.00 Numbers 32.00 640.00 AT Par 640.00
210
Description:- Supply of END plates for modular terminal block (Inspection by consignee)
NS87 20.00 Numbers 23.00 460.00 AT Par 460.00
211
Description:- Supply of END clamp for modular terminal block (Inspection by consignee)
NS88 1.00 Set 10696.00 10696.00 AT Par 10696.00

212 Description:- Supply of operating tool, screw driver and stripper for modular terminal. These tools shall be of
Wago/Phoenix make or similar and model suitable for the modular terminals supplied as per NS-86. (Inspection
by Consignee)
NS89 200.00 Numbers 25.00 5000.00 AT Par 5000.00
Description:- Fixing of Modular terminal block/fuse block along with accessories with provision of fixing holes on
213
hylam sheets/side angles of Loc Box/'U' Rack and fixing by galvanised nuts and bolts. This includes fixing of DIN
channel for cable termination on modular terminal and termination.
NS90 1.00 Pair 222980.25 222980.25 AT Par 222980.25

Pa g e 14 o f 2 3 Ru n Da te/Time: 16 /0 7/2 0 2 3 16 :2 3:32


SR-DYCSTE-CN-ERS-S AND T/SOUTHERN RLY
TENDER DOCUMENT
Tender No: ERS-SG-CN-2023-OT-04 Closing Date/Time: 07/08/2023 15:30

214 Description:- Supply of OFC integrated access device 1U height or 1.5U height/19"" rack mountable for
LVCD/Digital Axle Counter purpose: Optical module integrated in the unit supporting dual core OFC and one 100
Mbps Ethernet Port for surveillance / smoke detector optical distance supports to 20Kms; unit to support one E&M
module for Axle Counter/UFSBI/Control Phone/EC/RTU/SPT and one TELNET/SNMP port; Unit to support DC/AC
Power supply, Unit to support change over mechanism between Quad and Optical fiber for E&M interface option,
E1 & Quad and E1 and OFC; One number cable to be provided along with unit for E&M; This includes supply of
required optical patch cords for connecting to FDMS unit (MROTEK/FABIO-2CX/ TEAM Engineers& Module
2W/4W min. four port or similar from reputed make). Note: The details are indicative and no. of ports are
minimum in nature. (Inspection by consignee)
NS91 1.00 Pair 8427.00 8427.00 AT Par 8427.00
Description:- Installation of integrated access Device at stations/Huts and shall work on Both OFC and Quad
215 cables. It includes complete wiring which includes wiring of potential free contact to RTU/Datalogger at stations.
Huts, testing and commissioning of equipment. All the material required for installation and wiring to be supplied
by the contractor.
NS92 1.00 Numbers 9204.27 9204.27 AT Par 9204.27
216 Description:- Supply and installation of 19", 6U rack of size 600mm x 600mm with complete accessories similar
to Netrack make model WM-single series or similar.
NS93 1.00 Set 139776.00 139776.00 AT Par 139776.00
Description:- Supply of voice logging LC gate telephone system as per RDSO Spec. No. RDSO/SPN/TC/51/2011
217 or latest. One set consist of (a) Master telephone - 1No. (b) LC gate telephone - 6Nos. (c) Power supply unit -
1No. with maintenance free battery as per RDSO spec. No. RDSO/SPN/TC/51/2011 or latest. Inspection by
consignee.

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Code
Above/
Schedule 06-ANNEXURE F (TOOLS & MEASURING INSTRUMENTS) 808869.00
Below/Par
NS94 1.00 Numbers 5799.00 5799.00 AT Par 5799.00
Description:- Supply of Digital Insulation Tester, Test Voltage: 1000 Volt, Test Current: 2 mA, Display: LCD
3%BE digit, Measurement Range: 0.01 M Ohm to 10 G Ohm, Measurement Accuracy: 2%, Measurement
Resolution: 0.01 megaOhm, AC/DC Voltage Measurement (Volt): 600, Auto Discharge Time (Second): Less than
218 0.5, Safety rating: Category III 600 V of IEC 61010, Power Requirements: Battery Operated, Type of Battery:
Non- Rechargeable (Alkaline), Warranty: minimum one year with calibration certificate, Availability of Test Reports
from Central Govt/NABL/ILAC approved accredited lab to prove conformity to the specification and shall be
submitted along with supply. Make preferrable: Kusam-Meco, Megger, Yokogava, Motwane, CIE. Inspection by
consignee.
NS95 1.00 Numbers 6580.00 6580.00 AT Par 6580.00
219 Description:- Supply of steel adjustable torque wrench 5-35 NM , 1/2 inch sq. drive rachet type of Stanley or any
other reputed make. Inspection by consignee.
NS96 1.00 Numbers 1199.00 1199.00 AT Par 1199.00
220 Description:- Supply of 1 to 10 sq.mm crimping tool, metal body , toothed crimping type, 280-320mm length.
Inspection by consignee.
NS97 1.00 Numbers 6136.00 6136.00 AT Par 6136.00
Description:- Supply of Dial type Gram Tension Guage, range 50 To 500 gram. Least count 10 gram. for
221 measuring of inter lock contact pressure. Lever type (clock wise and counter clock wise) Feeler Tip-Flat type
approximate size- dial 37mm. Protruating length of feeler -32mm with zero adjustment and maximum hold pointer
similar to INSIZE ISFTG500 Dial Tension Gage. Warranty Period : Upto 30 months from the date of supply.
Inspection by consignee.
NS98 1.00 Numbers 141600.00 141600.00 AT Par 141600.00
222 Description:- Supply of Thermal imager camera FLUKE TiS20+ or similar of reputed brands colour LCD touch
display (Warranty Period : Upto 30 months from the date of supply) (Inspection by consignee.)
NS99 1.00 Numbers 233640.00 233640.00 AT Par 233640.00
Description:- Supply of Automatic Fusion Splicer. The splicer should be RTC Microprocessor controlled (Arc
Fusion Type) splicer with video display, active core alignment type, single fiber count-type, Li-ion battery of
223 minimum 6000 mAH backup etc as per Tec specification no Tec GR/Tx/OSM-001/04. It should be supplied along
with OEM Recommended high precision fiber cleaver, stripping tool, splicing protection sleeves, consumables etc
and other accessories as per Tec specification no Tec GR/Tx/OSM-001/04. The supplied product should be
similar to Sumitomo Z2C or better. Minimum Warranty of 12 Months. Inspection by consignee.
NS100 1.00 Numbers 253700.00 253700.00 AT Par 253700.00

Pa g e 15 o f 2 3 Ru n Da te/Time: 16 /0 7/2 0 2 3 16 :2 3:32


SR-DYCSTE-CN-ERS-S AND T/SOUTHERN RLY
TENDER DOCUMENT
Tender No: ERS-SG-CN-2023-OT-04 Closing Date/Time: 07/08/2023 15:30

224 Description:- Supply of Single mode Optical Time Domain Reflectometer(OTDR). The OTDR must have an
outdoor-enhanced touchscreen display of atleast 7", dynamic range upto 36 dB, maximum event dead zone of
0.8, minimum 10-hour battery backup. It should also include lifetime license of intelligent waveform/link analysis
software enabled. The supplied product should be similar to Exfo Max 720C with IOLM of lifetime license or
better. Inspection by consignee.
NS101 1.00 Numbers 55998.00 55998.00 AT Par 55998.00

225 Description:- Supply of Visual fault locator fibre optic tester - Make & model Fluke Networks VISIFAULT or
similar model from reputed brands as per the instruction of railway representative at site. Inspection by
consignee.
NS102 1.00 Numbers 24883.00 24883.00 AT Par 24883.00
Description:- Supply of Telephone Test Set with Angled Bed of Nails Clips - Make & model Fluke Networks
226
19800009 TS19 or similar model from reputed brands as per the instruction of railway representative at site.
Inspection by consignee.
NS103 1.00 Numbers 14300.00 14300.00 AT Par 14300.00
227 Description:- Supply of Ultrasonic Thickness Gauge LCD digital Make & model - Kusam-meco KM131D or
similar from reputed brands as per the instruction of railway representative at site. Inspection by consignee.
NS104 1.00 Numbers 2599.00 2599.00 AT Par 2599.00
Description:- Supply of Handheld vacuum cleaner 800W(min.) with suction and blower function along with
228
multiple accessories. Make& model Eureka Forbes Easy Clean NXT or similar from reputed brands as per the
instruction of Railway representative at site. Inspection by consignee.
NS105 1.00 Numbers 2777.00 2777.00 AT Par 2777.00
229 Description:- Supply of Handheld air blower 620W (min.) Make & model - Bosch GBL 620 or similar from
reputed brands as per the instruction of railway representative at site.
NS106 1.00 Numbers 25741.00 25741.00 AT Par 25741.00
Description:- Supply of Filtered probe (50Hz) and Tone generator Kit Mke & model Fluke networks PRO3000F-
230
KIT or similar from reputed brands as per the instruction of railway representative at site. Inspection by
consignee.
NS107 1.00 Numbers 20999.00 20999.00 AT Par 20999.00
Description:- Supply of Non integrated Temperature controlled soldering station with Platinum sensor 230V,
231
70W (min.). Make & model: Weller WE1010 or similar from reputed brands as per the instruction of railway
representative at site. Inspection by consignee.
NS108 1.00 Numbers 3883.00 3883.00 AT Par 3883.00
Description:- Supply of Laser Distance Meter with maximum range 40m, minimum accuracy 2mm and least
232
count 1mm with IP54 ingress protection or better. Make & model Bosch GLM 40 or similar from reputed brands
as per the instruction of railway representative at site. Inspection by consignee.
NS109 1.00 Set 2450.00 2450.00 AT Par 2450.00
Description:- Supply of Network tool kit consists of Crimping Tool - 1No., Wire Tracker - 1No. , RJ45 Connectors
233 - 50Nos. , Wire Cutter - 1No., Wire Stripper Splicer -1 Nos. , Krone Tool - 1No., Punch Down Tool - 1No., Screw
Drivers (minus)-1No., Screw diver (star) -1No. of any reputed brand as per the instruction of railway
representative at site. Inspection by consignee.
NS110 1.00 Numbers 6585.00 6585.00 AT Par 6585.00
Description:- USB Endoscope Camera, 720P IP67 Waterproof Borescope, 5.5mm Snake Inspection Camera,
234
Type-C Scope Camera with 16.5ft Semi-Rigid Cable, 6 LED Lights, Compatible with OTG Android Phone, PC.
Make: DEPSTECH Model: 86T-1MP or similar. Inspection by consignee.

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding Unit
Code
Above/
Schedule 07-ANNEXURE G (AFDAS) 2052180.30
Below/Par
NS111 2.00 Numbers 216543.75 433087.50 AT Par 433087.50
Description:- Supply, installation testing and commissioning of 1 Loop Addressable fire alarm Panel as per
RDSO Specification No. RDSO/SPN/217/2021 ver 3.0 or Latest which consists of display board which will have
160 Character Display with Touch key pad, Mother board which will have CORTEX 32 Bit Processor, Inbuilt RS-
235 485 Networking Circuit for peer to peer networking, Inbuilt USB 2.0 Port for upload and download the
Configuration tools, Two inbuilt programmable inputs, Two inbuilt NAC's, and Three Programmable Relays, and 4
Loop Card circuits. power Supply Board which will have SMPS fully protected board, which its operates on 120 to
220V AC ± 10% with 50/60 Hz, battery backup 24V DC with built-in charger. the panel have IP-50 rating. For BMS
integration MODBUS converter, Graphical Software, Software for TCP/IP Module, provision for Auto dialer.
Approval UL Listed. Inspection by RDSO
NS112 400.00 Metre 244.13 97652.00 AT Par 97652.00

Pa g e 16 o f 2 3 Ru n Da te/Time: 16 /0 7/2 0 2 3 16 :2 3:32


SR-DYCSTE-CN-ERS-S AND T/SOUTHERN RLY
TENDER DOCUMENT
Tender No: ERS-SG-CN-2023-OT-04 Closing Date/Time: 07/08/2023 15:30

Description:- Supply and installation of circuit integrity cable 2x1.5Sq.mm unarmoured as per RDSO
236 /SPN/217/2021 Ver.3.0 or latest. This work involves supply, fixing and laying of cables in CPVC conduits duly
connecting all the detectors / sensors, sensing cable and manual call points at the entry and exit of various rooms
and finally connecting to central panel situated at ASM room of various stations as directed by the Railway site
engineer. Fixing items and CPVC conduits shall also be supplied by the contractor. Inspection by RDSO
NS113 2.00 Numbers 6095.25 12190.50 AT Par 12190.50
Description:- Supply and installation of Relay module with backbox and all other accessories as per
237
RDSO/SPN/217/2021 ver-3.0 or latest to interface with datalogger. This work also includes wiring of potential free
contacts of AFDAS to data logger. Inspection by RDSO.
NS114 100.00 Metre 1701.00 170100.00 AT Par 170100.00
238 Description:- Supply and installation of Analogue type LHS cable as per RDSO / SPN/217 /2021 ver-3.0 or latest.
Inspection by RDSO
NS115 2.00 Numbers 103731.04 207462.08 AT Par 207462.08
239 Description:- Supply of Analogue controller for LHS cable as per RDSO / SPN / 217/2021 ver-3.0 or latest.
Inspection by RDSO
NS116 31.00 Numbers 4843.50 150148.50 AT Par 150148.50
Description:- Supply of Heat and smoke multi sensor as per RDSO/SPN/217/2021 ver-3.0 or latest and required
240 to be fixed at suitable locations inside the diesel generator room, power supply room, battery room, relay room,
ASM room, and other S&T service rooms as directed by the railway site Engineer. The location of fixing is to be
meticulously decided , so that full advantage of the system is got. Inspection by RDSO.
NS117 2.00 Numbers 41107.50 82215.00 AT Par 82215.00
Description:- Supply of 4G interface Module for interfacing Control panel for providing 4G sim which can be used
241 for transmitting information and shall send on 4G network to not less than 5 pre-selected 4G mobile numbers in
case of level 2 &3 and level 4 signals or as desired by the user as per RDSO/SPN/217/2021 ver-3.0 or latest.
Inspection by RDSO
NS118 2.00 Numbers 6095.25 12190.50 AT Par 12190.50

242 Description:- Supply of Analogue Addressable Manual call point with integral short circuit isolator, Analogue
addressable protocol having status LED for alarming & standby mode, Binary coded dip switch addressing as per
RDSO/SPN/217/2021 ver-3.0 or latest. Inspection by RDSO.
NS119 2.00 Numbers 7500.00 15000.00 AT Par 15000.00
243 Description:- Supply of Sounder cum Strobe 24V operated 85db sounder output, 75 Cd flasher controllable
through addressable control module as per RDSO/SPN/217/2021 ver-3.0 or latest. Inspection by RDSO.
NS120 2.00 Numbers 6095.25 12190.50 AT Par 12190.50
244 Description:- Supply of Control module with in-built Isolator to address Sounder cum Strobe as per
RDSO/SPN/217/2021 ver-3.0 or latest Inspection by RDSO
NS121 2.00 Numbers 6095.25 12190.50 AT Par 12190.50
245 Description:- Supply of Zone Interface Module with in-built Isolator to connect to main fire alarm system panel as
per RDSO/SPN/217/2021 ver-3.0 or latest Inspection by RDSO
NS122 2.00 Numbers 312386.93 624773.86 AT Par 624773.86
Description:- Supply of aspirating type (air Sampling) smoke detector as per RDSO/SPN/217/2021 Ver.3.0 or
246 latest. This is required to be fixed in AC relay rooms / EI rooms at various stations as directed by the railway site
engineer. Air sampling CPVC pipes and all required accessories for provision of aspirating type (air Sampling)
smoke detector shall be supplied by the contractor. Inspection by RDSO
NS123 2.00 Numbers 46100.03 92200.06 AT Par 92200.06
Description:- Integrated installation of all items of schedule NS115 to NS122 to be done as per specification
RDSO/SPN/217/2021 ver-3.0 or latest and as per instruction of railway engineer at site and testing and
Commissioning of the entire system. This work involves testing and commissioning of entire installation installed
in various stations as directed by the Railway engineer at site. A glass fronted key box with sealing arrangement
247 for keeping one set keys of S&T rooms having fire alarm semsors shall be provided in SM room as per the
instructions of Railway representative at site. The keys should have key chains marked as to which room it is.
Miscellaneous items required for successful commissioning of the AFDAS shall be supplied by the contractor. The
commissioning documents shall be submitted by the company representative as per para 11 of Spec. No.
RDSO/SPN/217/2021 ver-3.0 or latest. Detailed layout of AFDAS installed at each station and a pocket sized
guide-book shall also be supplied by the contractor.
NS124 10.00 Numbers 13077.93 130779.30 AT Par 130779.30
Description:- Supply and installation of CO2 type fire extinguisher capacity 4.5 Kg capacity ISI Mark IS: 15683
248
operating temperature (-30) to (50) for class B type of fire with Aluminum container and 1 mtr. Hose pipe fitted
with PVC bend horn complete in all respect. Insp.- Consignee.

Pa g e 17 o f 2 3 Ru n Da te/Time: 16 /0 7/2 0 2 3 16 :2 3:32


SR-DYCSTE-CN-ERS-S AND T/SOUTHERN RLY
TENDER DOCUMENT
Tender No: ERS-SG-CN-2023-OT-04 Closing Date/Time: 07/08/2023 15:30

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Above/
Schedule 08-ANNEXURE H (RDPMS) 7093197.79
Below/Par
NS125 593.00 Per Unit 4619.13 2739144.09 AT Par 2739144.09
Description:- Supply of Field IOT Devices with Basic Functioning of capturing the parameters from the field
gears like DC track Circuit, AFTC, Signals,point Machines, LC Gate, with communication hardware to transmit the
249 data to the station gateway system in any varriant or combinations of channels in FTU 's/ Field IOT Devices with
sum of combinations of all channels of various FTU's / Field IOT Devices across the station yard (Field IOT device
shall support minimum 8 channels) confirming to FRS RDSO/RDPM/FRS/2021 dated 06.05.2021 or latest.
Inspection by RITES. (Qty per Unit: per Channel)
NS126 234.00 Numbers 4516.54 1056870.36 AT Par 1056870.36
Description:- Supply of non intrusive type current sensors Variant : 0-1 Amp DC/0-10 Amp DC /0-1A AC as per
250
RDSO/RDPM/FRS/2021 dated 06.05.2021 or latest. Note: The sensors can be external or can be
mounted/integrated in the IOT Device. Inspection by RITES.
NS127 333.00 Numbers 4504.15 1499881.95 AT Par 1499881.95
Description:- Supply of galvanically isolated voltage transducers or voltage sensor or voltage sensing channel
251 with high impedance and minimum circuit loading ( in no case shall be more than 5 mA Variant : 0-10 V DC/ 0-50
V DC/ 0-150 V DC, 0-150 V AC as per RDSO/RDPM/FRS/2021 dated 06.05.2021 or latest. Note: The sensors or
Voltage sensing channel can be external or can be mounted/integrated in the IOT Device. Inspection by RITES.
NS128 26.00 Numbers 4988.21 129693.46 AT Par 129693.46
252 Description:- Supply of vibration sensors for point machine as per RDSO/RDPM/FRS/2021 dated 06.05.2021 or
latest. Inspection by RITES.
NS129 1.00 Numbers 258720.42 258720.42 AT Par 258720.42
Description:- Supply of station gateway equipment system with Edge Computing to receive data from various
253
IOT Devices in field and Relay Room/Equipment Room as per RDSO/RDPM/FRS/2021 dated 06.05.2021 or latest
Inspection by RITES.
NS130 2.00 Numbers 185940.00 371880.00 AT Par 371880.00
254 Description:- Supply of IOT device for sensing 110V DC Battery bank parameters including current and voltage
transducers as per RDSO/RDPM/FRS/2021 dated 06.05.2021 or latest. Inspection by RITES.
NS131 1.00 Numbers 415429.40 415429.40 AT Par 415429.40
Description:- Supply of a) Desktop Application for Local Console b)GPS based Maintenance Information system
255 c) Mobile application (IOS & Android) d) provision for cloud acess,UI,configuration ,database &report generation
along with integration of Remote Diagnostic & Predictive Maintenance System including tools for alerts analysis &
System generated Maintenance schedule s per RDSO/RDPM/FRS/2021 dated 06.05.2021 or latest.
NS132 1.00 Numbers 153115.50 153115.50 AT Par 153115.50
256 Description:- Provision of Cloud based WEB Portal for monitoring of preventive maintenance of signalling gears
of yard s per RDSO/RDPM/FRS/2021 dated 06.05.2021 or latest .
NS133 1.00 Station 102505.81 102505.81 AT Par 102505.81
Description:- Supply of Diagnostic Tool Kit : 1) 4 digit Backlit LCD Hand Held True RMS Clamp Meter to measure
AC/DC current ranging from 0-2, 2-20 & 20-100 Amps , AC/DC voltage 0-600volts. Make and model: METRAVI-
4673, FLUKE 362, UTI-T-UT210E or similar.(inspection by consignee) - 1 No. 2) Earth Tester clamp on meter
257 type - Resistance Test Range 0.05 to 1500 & Leakage Current Measurement up to 30A. Make-Megger/ Metravi /
Fluke or similar. (Inspection by consignee) - 1No. 3) Android Hand held terminal device 10.4inch display with
Stylus pen, 8GB RAM and 128GB storage - Make & model Samsung Galaxy TABS6 Lite or similar from reputed
brands with Rugged case. (Inspection by consignee). - 1 No. 4) Laser monochrome Label printer with wireless
connectivity, android, ios & windows support and rugged case. (Inspection by consignee) - 1 No.
NS134 2.00 Numbers 47973.73 95947.46 AT Par 95947.46
258 Description:- Supply of 4 Channel serial interface for Monitoring of Axle Counter Error codes through reset
boxes/Datalogger/EI as per RDSO/RDPM/FRS/2021 dated 06.05.2021 or latest. .Inspection by RITES.
NS135 1.00 Numbers 79504.84 79504.84 AT Par 79504.84
Description:- Supply and installation of Local server (LRS) Intel core i5 /4GB/256GB SSD/Windows 10/Intel
259
Integrated Graphics,32inch Display of Reputed Make as per RDSO/RDPM/FRS/2021 dated 06.05.2021 or latest &
UPS 600VA .Inspection by RITES.
NS136 567.00 Numbers 153.26 86898.42 AT Par 86898.42
Description:- Installation, Testing and Commissioning of FTU's/ Filed IOT Devices across the station yard
260 totaling per channels of Current/Voltage/Frequency as per RDSO/RDPM/FRS/2021 dated 06.05.2021 or latest.
[Required wiring materials , sealing compound and all other required miscellaneous materials shall be supplied by
the contractor. All underground cable will be supplied by the Railways.]
NS137 2.00 Numbers 13194.00 26388.00 AT Par 26388.00

Pa g e 18 o f 2 3 Ru n Da te/Time: 16 /0 7/2 0 2 3 16 :2 3:32


SR-DYCSTE-CN-ERS-S AND T/SOUTHERN RLY
TENDER DOCUMENT
Tender No: ERS-SG-CN-2023-OT-04 Closing Date/Time: 07/08/2023 15:30

Description:- Installation, Testing and Commissioning of FTU's/ Filed IOT Devices across the station yard
262 totaling per channels of DAC. as per RDSO/RDPM/FRS/2021 dated 06.05.2021 or latest [ Required wiring
materials , sealing compound and all other required miscellaneous materials shall be supplied by the contractor.
All underground cable will be supplied by the Railways.]
NS138 26.00 Numbers 991.08 25768.08 AT Par 25768.08
Description:- Installation, Testing and Commissioning of FTU's/ Filed IOT Devices across the station yard
262 totaling per channels of Vibration as per RDSO/RDPM/FRS/2021 dated 06.05.2021 or latest [ Required wiring
materials , sealing compound and all other required miscellaneous materials shall be supplied by the contractor.
All underground cable will be supplied by the Railways.]
NS139 2.00 Numbers 25725.00 51450.00 AT Par 51450.00
Description:- Installation, Testing and Commissioning of IOT device for sensing 110V DC Battery bank
263 parameters including current and voltage transducers as per RDSO/RDPM/FRS/2021 dated 06.05.2021 or latest[
Required wiring materials , sealing compound and all other required miscellaneous materials shall be supplied by
the contractor. All underground cable will be supplied by the Railways.]

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Above/
Schedule 09-ANNEXURE I (EI at JOKATTE - DISTRIBUTED) 49264758.04
Below/Par
NS140 1.00 Set 33352461.57 33352461.57 AT Par 33352461.57
Description:- Supply of Microprocessor based Distributed Electronic Interlocking System (EI) for Jokatte (JOKT)
station having Main EI cabin and Hut on Thokur end as per RDSO/SPN/192/2019 Ver 2 or latest. This schedule
includes supply of Complete supply as per RDSO specifications, Microprocessor Equipment, Interface Equipment,
interconnecting cables, Relays, Relay Racks, Fixtures, Mounting arrangements and other Accessories necessary
to make the EI System installed and functional. Accessories such as managed Ethernet switch, RS232, isolator
etc. as required to interface EI with VDU is covered under this schedule. Supply of DC-DC converters in N+1 mode
individually for A&B systems. Railway will provide 110VDC at main EI cabin & Hut from respective IPS equipment.
All relays along with required relay racks shall be supplied by contractor to suit typical circuit for standardization of
EI issued by Southern Railway as per RDSO guidelines. Operator console (Without Power Supply) - (a) Supply of
Industrial grade Embedded fan less PC with all accessories such as connector, key board, mouse, antivirus etc.,
264 as per approved specification as recommended by RDSO TAN - 2 Nos (b) Supply of industrial grade operator
VDU of size 64" (minimum) Full HD including all accessories - 2 Nos Maintenance console (Without Power Supply)
- (a)Supply of Industrial grade Embedded fan less PC with all accessories such as connector, key board, mouse,
antivirus etc., as per approved specification as recommended by RDSO TAN - 1 No (b) Supply of industrial grade
operator VDU of size 64" (minimum) Full HD for Maintenance Terminal - 1 No. VDU & MT displays shall be
provided with anti-glare screen protector and keyboards shall be provided with tactile membrane. The system
shall have provision for (1) At least 20% additional (spare) input/output ports shall be catered in the installed
system hardware for facilitating minor alterations without any hardware additions. (2)The system shall be
equipped with and have provision for expansion to accomodate additional 25% of I/O cards. Note: Supply of
Operator VDU table for SM, Table for Maintenance Terminal & Datalogger, and General Purpose tools for EI
maintenance are not covered in this schedule. Supply of DC-DC Converters, Inverters including necessary Back-
up for Operator VDU and Maintenance VDU is not covered under this schedule. Inspection by RDSO.
NS141 1.00 Set 2054295.79 2054295.79 AT Par 2054295.79
Description:- Design of DISTRIBUTED Electronic Interlocking System (EI) at Jokatte (JOKT) Station as per
265
RDSO/SPN/192/2019 Ver 2 or latest. This schedule includes Design, Preparation and submission of Interface and
Application Logic for Jokatte station. (Necessary SIP and TOC will be supplied by Railways)
NS142 1.00 Lumpsum 4414068.45 4414068.45 AT Par 4414068.45
Description:- Installation, testing & commissioning of EI equipment supplied vide Item NS-140. This includes
Installation of relay racks, EI racks and wiring of all types of interface relays, wirng of relay contacts to intermediate
266 tag blocks and tag blocks to datalogger, Non-deteriorating fuses, LED indicators for fuses, indoor cable, different
wire coils, etc. required to wire the various relays will be supplied by the contractor. Factory Acceptance Test
(FAT) and Site Acceptance Test (SAT) shall be conducted manually as per RDSO's guidelines and instructions of
Railway, and all other tests as per Pre-commissioning checklist of EI shall also be conducted and signed. Note:
Supply and Provision of Earthing Arrangement for EI System is covered under separate schedule of works
NS143 1.00 Set 3486178.99 3486178.99 AT Par 3486178.99
267 Description:- Supply of ESSENTIAL spares @ 10% of each cards/modules/ PCBs/Relays for Distributed EI
system supplied under NS-140 subject to a minimum of 1 number of each (Inspection by RDSO).
NS144 1.00 Station 406333.13 406333.13 AT Par 406333.13

Pa g e 19 o f 2 3 Ru n Da te/Time: 16 /0 7/2 0 2 3 16 :2 3:32


SR-DYCSTE-CN-ERS-S AND T/SOUTHERN RLY
TENDER DOCUMENT
Tender No: ERS-SG-CN-2023-OT-04 Closing Date/Time: 07/08/2023 15:30

268 Description:- Supply of As made documents for Indoor signalling arrangements at station. All 'As mades' shall be
prepared by the Contractor in AUTOCAD 2000 or latest and submitted in USB drives. One copy of the 'As mades'
check print shall be submitted before Testing the circuits. The final negatives shall be made in tracing sheet (80 to
90 GSM). All 'As mades' except cable plan, cable route plan, bonding diagram & power supply diagram shall be
prepared in A3 size. On approval the contractor shall submit along with the negatives, 8 copies in each, duly
making booklet neatly bound. Out of 8 sets, 2 sets of drawings and other plans shall be kept in transparent plastic
cover (2 sheets back-to-back in one plastic cover) and handed over to Railways. Also, the contractor has to supply
one set of As mades in 'Reproduction Film'
NS145 3.00 Set 234317.68 702953.04 AT Par 702953.04
Description:- Supply of Power supply arrangement for Operator/Maintenance VDU and Embedded PC. This
269 consists of a) DC-DC convertor 110V DC/24V DC, 10A - 2 Nos. b) 110V DC/110V AC or 230VAC (as per VDU's
requirement), 500VA pure sine wave inverter - 2 Nos. with SPD arrangements. Make: Gallant, Wago, Phoenix or
similar/better. Inspection by RDSO.
NS146 20.00 Man-Days 2659.04 53180.80 AT Par 53180.80
270 Description:- Training of Railway Personnel in Installation, Testing, Trouble shooting and in Diagnosing faults by
using diagnostic tools/flow charts including supply of necessary documents.
NS147 1.00 Station 298020.94 298020.94 AT Par 298020.94
Description:- Carrying out Automatic Factory Acceptance Tests and Square sheet testing. The tests shall be
271
carried out and reports shall be submitted for scrutiny of Railways. The details of tests are enclosed in Detailed
guidelines.
NS148 1.00 Station 951253.88 951253.88 AT Par 951253.88
272
Description:- Carrying out Automatic Site Acceptance Tests and Square sheet testing.
NS149 2.00 Numbers 523696.76 1047393.52 AT Par 1047393.52
Description:- Supply, Installation, Testing and Commissioning of Datalogger with 512 Digital Input and 32 Analog
Input as per RDSO specification No. IRS:S-99/2006 Amdt 3 (or) latest with power supply arrangements and
273 Supply of Dual Card RS232 to E1 converter suitable to insert in the Datalogger Eurorack for inter-linking
Datalogger /MFEP. This schedule also includes Seamless interface with existing datalogger network and
modification to CMU (simulation, database, fault entry, SMS configuration etc.) at HQ to suit station layout. (This
work does not include wiring of inputs from Relay to Intermediate tag block & from intermediate tag block to
Datalogger equipment) Inspection by RDSO.
NS150 2.00 Pair 73200.00 146400.00 AT Par 146400.00
274 Description:- Supply of RS232 serial communication to Optical fiber media converter suitable for the data logger
supplied for connecting Hut datalogger to central cabin datalogger. Inspection by consignee
NS151 1.00 Numbers 74602.76 74602.76 AT Par 74602.76
275 Description:- Supply of Protocol Converter to seamlessly interface with Datalogger and supplied EI equipment.
Inspection by consignee.
NS152 1.00 Numbers 85702.16 85702.16 AT Par 85702.16
276 Description:- Supply and Installation of Fault Analysis Terminal for analysis of fault and generating reports for
Datalogger installed at stations. Refer Detailed guidelines for Specifications. Inspection by consignee.
NS153 1.00 Numbers 28059.74 28059.74 AT Par 28059.74
277 Description:- Supply of Laser Color Printer for Fault Analysis Terminal. Refer Detailed guidelines for
Specifications. Inspection by consignee.
NS154 2.00 Set 308943.20 617886.40 AT Par 617886.40
Description:- Supply and provision of Earthing arrangements for EI cabin/HUT as per RDSO specifications as
required for the EI system along with supply of all required materials. Earthing shall be carried out as per spec.
RDSO/SPN/197 version1.0 or latest, Latest RDSO TAN on Earthing and Southern Railway policy for Typical
278 Earthing connections for EI. Supply and provision of Equi-potential earth busbar and its connections to equipment
and surge protection devices in the EI room and IPS room as per RDSO typical bonding connections drawing No.
SDO/RDSO/E&B/002 and RDSO TAN No.STS/E/TAN/3006 version 1.0 dated 02.11.2012 or latest is also included
in this schedule. Painting of earthing diagram as replica of the ground on backside wall of relay room as per the
instruction of Site In charge. Inspection by RITES.
NS155 1.00 Set 1001204.82 1001204.82 AT Par 1001204.82
Description:- Supply and Installation of Dual VDU work space as per Southern Railway typical drawing No
279 TY/08/2015 (alteration to suit room size, if any shall be approved by engineer in charge) additionally complying the
specifications as per tender document Part E along with worksurfaces, modules & accessories mentioned therein
(Inspection by consignee.)
NS156 1.00 Numbers 32506.65 32506.65 AT Par 32506.65
Description:- Supply and Fabrication of Table having dimensions 2.5 Mtr x 1 Mtr (or dimension as per site
280 requirement) for placing Maintenance terminal, PC & Printer. This includes supply of one chair (Godrej
PCH7002DX or superior as approved by engineer in charge). Inspection by consignee.

Pa g e 2 0 o f 2 3 Ru n Da te/Time: 16 /0 7/2 0 2 3 16 :2 3:32


SR-DYCSTE-CN-ERS-S AND T/SOUTHERN RLY
TENDER DOCUMENT
Tender No: ERS-SG-CN-2023-OT-04 Closing Date/Time: 07/08/2023 15:30

NS157 5.00 Numbers 59838.46 299192.30 AT Par 299192.30


Description:- Supply and installation of class A Franklin rod type lightning protection system 1) This work includes
281 supply and installation of air terminal Franklin rod of size 9.5 mm dia solid rod of 1 mtr length. 2) supply and
installation of 3 mtrs GI pipe 40 mm dia with anchoring wire and clamps. this work includes concreting of
foundation of size 300mm x 300mm x 1000mm with 1:3:6 ratio concrete for installation of GI pipe. (all the
materials required for the above work shall be supplied by the contractor. Inspection by consignee.
NS158 200.00 Metre 596.57 119314.00 AT Par 119314.00
Description:- Supply and Installation of Copper tape of size 25mm x 3mm for Down conductor from Franklin Rod
282 to Maintenance free earth. This work includes installation of insulated stand-offs at every 1 Mtr. interval for fixing
the Copper tape. This work also includes Exothermic welding of Copper tape to the Franklin rod and the
maintenance free earth for high conductivity. (All the materials required for the above work shall be supplied by
the Contractor Inspection by consignee.
NS159 2.00 Numbers 4500.00 9000.00 AT Par 9000.00
Description:- Supply of Non-Revolving and Non-Tilting chair with Moulded armrest continuously fitted with seat
283
bottom to backrest. The chair should have padded seat, caned back rest and Steel tube (ERW quality) as frame
material for signal maintener room. Inspection by consignee.
NS160 2.00 Numbers 32760.00 65520.00 AT Par 65520.00
Description:- Supply of MS sheet steel storage arrangements 1800 mm with 4 shelves and 2 doors and lock
284 having made of steel with zinc plated finish having brass levers, with MAZAK/ZAMAK bolts, handle and keys
having Nickle plated finish for Storing of AS MADES and Manuals in EI Room and MT/ESM room of make
FONZEL or similar. Inspection by consignee.
NS161 1.00 Numbers 19229.10 19229.10 AT Par 19229.10
Description:- Supply and Fabrication of work surface in Relay room having dimensions 1.5 Mtr x 1 Mtr (or
285 dimension as per site requirement) for reading and referring Circuit diagrams and other maintenance related
documents. This includes supply of one chair (Godrej PCH7002DX or superior as approved by engineer in
charge) (Inspection by Consignee)

S.No. Item Item Qty Qty Unit Unit Rate Basic Value Escl.(%) Amount Bidding
Code Unit
Schedule 10-ANNEXURE J (AMC FOR EI) 7097000.00
NS162 1.00 Station 1200000.00 1200000.00 AT Par 1200000.00 Rs.
286 Description:- Comprehensive AMC for EI equipment and accessories at JOKATTE station for the FIRST YEAR
after warranty period
NS163 1.00 Station 1320000.00 1320000.00 AT Par 1320000.00 Rs.
287 Description:- Comprehensive AMC for EI equipment and accessories at JOKATTE station FOR THE SECOND
YEAR after warranty period
NS164 1.00 Station 1452000.00 1452000.00 AT Par 1452000.00 Rs.
288 Description:- Comprehensive AMC for EI equipment and accessories at JOKATTE station FOR THE THIRD
YEAR after warranty period
NS165 1.00 Station 1500000.00 1500000.00 AT Par 1500000.00 Rs.
289 Description:- Comprehensive AMC for EI equipment and accessories at JOKATTE station FOR THE FOURTH
YEAR after warranty period
NS166 1.00 Station 1625000.00 1625000.00 AT Par 1625000.00 Rs.
290 Description:- Comprehensive AMC for EI equipment and accessories at JOKATTE station FOR THE FIFTH
YEAR after warranty period

3. ITEM BREAKUP

No item break up added

4. ELIGIBILITY CONDITIONS

Important : All documents uploaded and remarks / confirmation entered by the bidders against any eligibility condition
shall be opened as part of technical bid only

Special Financial Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading

Pa g e 2 1 o f 2 3 Ru n Da te/Time: 16 /0 7/2 0 2 3 16 :2 3:32


SR-DYCSTE-CN-ERS-S AND T/SOUTHERN RLY
TENDER DOCUMENT
Tender No: ERS-SG-CN-2023-OT-04 Closing Date/Time: 07/08/2023 15:30

The tenderer must have minimum average annual contractual turnover of V/N crores or V
whichever is less; where V = Advertised value of the tender in crores of Rupees N =
Number of years prescribed for completion of work for which bids have been invited. The
average annual contractual turnover shall be calculated as an average of "total
contractual payments" in the three financial years, as per the audited balance sheet.
Allowed
1 However, in case balance sheet of the previous year is yet to be prepared/audited, the No No
(Mandatory)
audited balance sheet of the fourth previous year shall be considered for calculating
average annual contractual turnover. The tenderers shall submit requisite information as
per Annexure VIB, along with copies of Audited Balance Sheets duly certified by the
Chartered Accountant/Certificate from Chartered Accountant duly supported by Audited
Balance Sheet.

Special Technical Criteria

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
The tenderer must have successfully completed or substantially completed any one of
the following categories of work(s) during the last 07 (seven) years, ending last day of
the month previous to the one in which tender is invited: (i)Three similar works each
costing not less than the amount equal to 30% of advertised value of the tender, or
Allowed
1 (ii)Two similar works each costing not less than the amount equal to 40% of advertised No No
(Mandatory)
value of the tender, or (iii)One similar work costing not less than the amount equal to
60% of advertised value of the tender. Definition of Single Similar Nature of work for this
work means: "MACLS with Electronic Interlocking or Panel Interlocking or Route Relay
Interlocking (Indoor or Both Indoor and Outdoor) on any passenger carrying system."

Submission of Document Verification Certificate

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Please submit a certificate in the prescribed format (please download the format from the
link given below) for verification / confirmation of the documents submitted for
compliance of eligibility / qualifying criteria. Non submission of the certificate, or Allowed
1 No No
submission of certificate either not properly filled in, or in a format other than the (Mandatory)
prescribed format shall lead to summary rejection of your offer.
( Click here to download the Format of Self Certificatio)

5. COMPLIANCE

Important : All documents uploaded and remarks / confirmation entered by the bidders against any compliance
condition shall be opened as part of technical bid only.

Commercial-Compliance

S.No. Description Confirmation Remarks Documents


Required Allowed Uploading
Please enter the percentage of local content in the material being offered.
Please enter 0 for fully imported items, and 100 for fully indigenous items. The Allowed
1 No Yes
definition and calculation of local content shall be in accordance with the Make (Optional)
in India policy as incorporated in the tender conditions.
All works tenders or service tenders invited by railways through e-tendering on
IREPS, having advertised value of Rs 10 lakh a n d above, contractors are
eligible to take payment from Railways through a Letter of credit (LC)
arrangement. (Ref: RB letter no.2018/CE-I/CT/9 dated 04.06.18) (i) For all the
tenders having advertised cost of Rs 1 0 lakh or above, the contractor shall
have the option to take payment from Railways through a letter of credit (LC)
arrangement. (ii) This option of taking payment through L C arrangement has
to be exercised in !REPS (Indian Railway Electronic Procurement System - the
Allowed
2 e-application on which tenders are called by Railways) by the tenderer a t the Yes Yes
(Optional)
tim e of bidding itself, a n d t h e tenderer shall affirm having r e a d o ve r and
agreed to t h e te r m s a n d conditions of the LC option.(iii) The option so
exercised, shall be an integral part of the bidder's offer. (iv) The above option
of taking payment through LC arrangement, once exercised by tenderer at the
time of bidding, shall be final and no change shall be permitted, thereafter,
during execution of contract. (v) In case tenderer opts for payment through
LC, necessary procedure for LC mode of payment shall be followed to deal
release of payment through LC:

Pa g e 2 2 o f 2 3 Ru n Da te/Time: 16 /0 7/2 0 2 3 16 :2 3:32


SR-DYCSTE-CN-ERS-S AND T/SOUTHERN RLY
TENDER DOCUMENT
Tender No: ERS-SG-CN-2023-OT-04 Closing Date/Time: 07/08/2023 15:30

6. Documents attached with tender

S.No. Document Name Document Description


1 TenderDocumentPartAB_1.pdf Tender Document Part A and B
2 TenderDocumentPartC_1.pdf Tender Document Part C
3 TenderDocumentPartD.pdf Tender Document Part D
4 TenderDocumentPartE_1.pdf Tender Document Part E
5 TenderDocumentPartEAMC_1.pdf Tender Document Part E AMC
Tender Document Part F
6 TenderDocumentPartFDrawingsListA_1.pdf
Drawing A
Tender Document Part F
7 TenderDocumentPartFDrawingsListB_1.pdf
Drawing B
8 Jokatte_stage_III_DL_to_thokur_with_MSDAC_with_hut_Copy_Model_1_1.pdf Tentative Signalling Plan
General Conditions of Contract
9 GCCApril2022.pdf
2022
10 GCCApril2022ACS1_2.pdf GCC Advance Correction Slip 1
11 GCCApril2022ACS2_1.pdf GCC Advance Correction Slip 2
12 GCCApril2022ACS3_1.pdf GCC Advance Correction Slip 3

This tender complies with Public Procurement Policy (Make in India) Order 2017, dated 15/06/2017, issued by
Department of Industrial Promotion and Policy, Ministry of Commerce, circulated vide Railway Board letter no.
2015/RS(G)/779/5 dated 03/08/2017 and 27/12/2017 and amendments/ revisions thereof.

As a Tender Inviting Authority, the undersigned has ensured that the issue of this tender does not violate provisions of
GFR regarding procurement through GeM.

Signed By: NIDHIN S ROY

Designation : Dy.CSTE/CN/ERS

Pa g e 2 3 o f 2 3 Ru n Da te/Time: 16 /0 7/2 0 2 3 16 :2 3:32

You might also like