+ All Categories
Home > Documents > Office of the Dy.Chief Signal & Telecom Engg /Construction ...€¦ · “Completion Certificate”...

Office of the Dy.Chief Signal & Telecom Engg /Construction ...€¦ · “Completion Certificate”...

Date post: 30-Sep-2020
Category:
Upload: others
View: 0 times
Download: 0 times
Share this document with a friend
14
Page 1 of 14 SOUTH WESTERN RAILWAY/दिण पचिम रेऱवे उप .ख् सिगनऱ रिंिार इंजीननयर() बऱी Office of the Dy.Chief Signal & Telecom Engg /Construction, Hubli-20 Rly Phone No: 46550; Fax No. 0836-2289986 No. UBL/SG/CN/191/RGI&HLK(Indoor) /2013-14/06 Date:-18.07.2014 To, M/s.TVM Signaling and Transportation Systems Pvt. Ltd., #610, Narayana, 1st Floor, 15th Cross, 100 Feet Road, J.P. Nagar 6th Phase, Bengaluru-560078 Sirs, Sub: Tender for the work of “Provision of centralized panel operation based Electronic Interlocking system (Indoor) for Ramagiri & Holalkere stations in connection with Doubling between Hosadurga road-Chikjajur jn & Hosadurga road- Holalkere section of Mysore Division.Ref: 1. Tender Notice No. UBL/SG/CN/191/RGI&HLK(Indoor) /2013-14/06 Dated 01.03.2014 2. Your negotiation offer dt 05.07.2014 Your negotiated offer dt.05.07.2014, in connection with the tender opened on 11.04.2014 for the above- mentioned work has been accepted by competent authority as detailed below: 1. Your negotiated offer dated 05.07.2014 submitted in response to Tender Notice No. UBL/SG/CN/191/RGI&HLK(Indoor) /2013-14/06 Dated 01.03.2014 for the work of Provision of centralized panel operation based Electronic Interlocking system (Indoor) for Ramagiri & Holalkere stations in connection with Doubling between Hosadurga road-Chikjajur jn & Hosadurga road- Holalkere section of Mysore Division.” is hereby accepted. ACCEPTANCE LETTER Estimate value in Rs Rate quoted by the Tenderer Amount in Rs Remarks Annexure „A‟ 2,35,09,494.42 Item wise 2,58,60,444.00 ACCEPTED TOTAL in Rs 2,35,09,494.42 2,58,60,444.00 ACCEPTED By Regd post with ack due
Transcript

Page 1 of 14

SOUTH WESTERN RAILWAY/दक्षिण पश्चिम रेऱवे

उप .मखु ्य सिगनऱ व दरूिंिार इंजीननयर(नन) हुबऱी Office of the Dy.Chief Signal & Telecom Engg /Construction, Hubli-20

Rly Phone No: 46550; Fax No. 0836-2289986

No. UBL/SG/CN/191/RGI&HLK(Indoor) /2013-14/06 Date:-18.07.2014

To,

M/s.TVM Signaling and Transportation

Systems Pvt. Ltd.,

#610, Narayana,

1st Floor, 15th Cross,

100 Feet Road, J.P. Nagar 6th Phase,

Bengaluru-560078

Sirs,

Sub: Tender for the work of “Provision of centralized panel operation based Electronic

Interlocking system (Indoor) for Ramagiri & Holalkere stations in connection with Doubling

between Hosadurga road-Chikjajur jn & Hosadurga road- Holalkere section of Mysore

Division.”

Ref: 1. Tender Notice No. UBL/SG/CN/191/RGI&HLK(Indoor) /2013-14/06 Dated 01.03.2014

2. Your negotiation offer dt 05.07.2014

Your negotiated offer dt.05.07.2014, in connection with the tender opened on 11.04.2014 for the above-

mentioned work has been accepted by competent authority as detailed below:

1. Your negotiated offer dated 05.07.2014 submitted in response to Tender Notice No.

UBL/SG/CN/191/RGI&HLK(Indoor) /2013-14/06 Dated 01.03.2014 for the work of “Provision of

centralized panel operation based Electronic Interlocking system (Indoor) for Ramagiri & Holalkere stations in

connection with Doubling between Hosadurga road-Chikjajur jn & Hosadurga road- Holalkere section of

Mysore Division.” is hereby accepted.

ACCEPTANCE LETTER

Estimate value in Rs Rate quoted by the

Tenderer

Amount in Rs Remarks

Annexure „A‟ 2,35,09,494.42 Item wise 2,58,60,444.00 ACCEPTED

TOTAL in

Rs

2,35,09,494.42 2,58,60,444.00 ACCEPTED

By Regd post with ack due

Page 2 of 14

2. The total value of the work as now accepted and entrusted to you with item wise rates for Annexure –A ,

totally works out to Rs. 2,58,60,444.00/- (Rupees two crore fifty eight lakhs sixty thousand four hundred

forty four only) as per details of Annexure – A & break up of item No. 1,2,3 & 10 of Annexure - A rates and

quantity are enclosed herewith for your reference and guidance.

3. The work should be completed within One year (However the stage works as per the targets given by Railway

Administration) [i.e 17.07.2015] from the date of issue of this letter of acceptance.

4. A sum of Rs. 12,93,022/- (Rupees twelve lakhs ninety three thousand twenty two only) towards the full

Security Deposit at 5% of contract value is fixed for this work. The Earnest money deposit in the form of Term

deposit Advise (In lieu of Term deposit Receipt) Account No. 33779948433 dt.11.04.2014 Rs.2,67,550/-

(Two lakhs sixty seven thousand five hundred fifty only) issued by State Bank of India, J.P.Nagar,

Bengaluru remitted by you along with the offer is adjusted towards Security Deposit. The balance Security of

Rs. 10,25,472/-(Rupees ten lakhs twenty five thousand four hundred seventy two only) will be recovered

from the running bills of the contract at the rate of 10% of the bill amount till the full Security deposit is

available with the Railway.

5. (a) You have to submit a Performance Guarantee in the form of an irrecoverable Bank guarantee in favour of

Financial Adviser and Chief Accounts officer, Construction, South Western Railway, Bangalore Cantonment

amounting to 5% of the Contract value i.e. Rs. 12,93,022/- (Rupees twelve lakhs ninety three thousand

twenty two only) within 30 (thirty) days from the date of issued of Letter of Acceptance (LOA). Extension of

time for submission of PG beyond 30(thirty) days and upto 60 days from the date of issue of LOA may be

given by the Authority who is competent to sign the contract agreement. However, a penal interest of 15% per

annum shall be charged for the delay beyond 30(thirty) days, i.e. from 31st day after the date of issue of LOA.

In case the contractor fails to submit the requisite PG even after 60 days from the date of issue of LOA, the

contract shall be terminated duly forfeiting EMD and other dues, if any payable against that contract. The

failed contractor shall be debarred form participating in re-tender for that work.

(b) The Performance guarantee shall be released after the physical completion of the work based on the

“Completion Certificate” issued by the competent authority stating that the contractor has completed the

work in all respects satisfactorily. The security deposit, however, shall be released only after the

maintenance period and after passing the final bill based on “No Claim Certificate”.

(c) If the contract is rescinded, the security deposit available with Railway will be forfeited and performance

Guarantee encashed. Further, you will be debarred from participating in the tender for executing the balance

work.

6. Please, therefore, arrange to submit your unconditional acceptance within 14 days from the date of receipt of

this letter and arrange to submit Performance Guarantee in the form of irrecoverable Bank guarantee from any

Nationalized Bank or any of the mention as per clause no.4.3 (a) of special conditions of contract of Tender

booklet.

7. VITIATION CLAUSE:

In the event of vitiation occurring due to increase or decrease in the quantities among the L-2 lowest valid

tenderer, the vitiation shall be to contractors account.

8. It may also be noted that, by issue of Letter of Acceptance, contract with railway shall be deemed to have been

entered into and is binding on you.

9. LOA is issued subject to the following conditions.

i. Rates of Four (04) items namely item Nos: 3, 4, 10& 15 are accepted as ‘Special Case Items on ‘Lower

Side’ and „rate of these items should not be taken as reference for future tenders‟.

Page 3 of 14

ii. Rates of Twelve (17) items, Namely Item Nos:11a(i),11a(iv), 11a(v), 11a(vi), 11b (i), 11b(ii),11b(iii),

11b(iv), 11b(v), 11b(vi), 11b(vii) , 12a, 12b, 13b, 16 ,17, & 18 are accepted as “Special Case Items on

„Higher Side‟ and these rates should not be taken as reference for future tenders.” For these items any

unavoidable increase in schedule quantity should be with the approval of TAA and the rate should be

negotiated for the increased quantity.

10. This letter of acceptance is sent to you in duplicate. Please arrange to return one copy of the same duly signed

along with Annexure „A‟, along with break up items under your seal, in token of your acceptance of this letter

within 14 days certain. Otherwise, it may be determined that you have abandoned the contract and your offer

and the acceptance thereof shall be treated as cancelled and the railways shall be entitled to forfeit the full

amount of Earnest Money Deposit for such default.

11. You should execute the agreement for this work within seven (7) days after receipt of notice by Railway

regarding readiness of the agreement.

12. In case of abandoning of the work and not depositing performance guarantee within 30 days, the Earnest

Money deposited with the railways along with the offer is liable to be forfeited without Prejudice to any other

rights or remedies to the railway under the terms and conditions of the tender.

13. Kindly report to Dy.CSTE/CN/UBL office for taking further instructions.

14. Please acknowledge the receipt of this letter.

Encl:- 1. Annexure ‟A‟ & Break up of items No. 1, 2, 3 & 10.

2. Performance Bank Guarantee Format

Yours faithfully,

Divisional Signal & Telecom Engineer

(Construction), Hubli

For and on behalf of the President of India Copy to:-

CVO/SWR/UBL : for kind information together with a copy of Annexure - & Break up of item

Nos. 1,2,3 & 10 of Annexure – A

CSTE/SWR/UBL : For kind information.

CSTE/CN/BNC :for kind information with a copy of Annexure- „A‟ & Break up of item

Nos. 1,2,3 & 10 of Annexure – A and TC minutes Dy.FA &CAO/CN/UBL

SSE/CN/Drg/UBL : for information

LEO/CN/UBL : for information

JE/Sig/CN/Stores/UBL : for kind information together with a copy of Annexure - & Break up of item

Nos. 1,2,3 & 10 of Annexure – A

Divisional Signal & Telecom Engineer

(Construction), Hubli

For and on behalf of the President of India

RGI-HLK-INDOOR_LOA

Page 4 of 14

TENDER SCHEDULE

Name of the work :- Provision of centralized panel operation based Electronic Interlocking system (Indoor) for Ramagiri & Holalkere stations in

connection with Doubling between Hosadurga road-Chikjajur jn & Hosadurga road- Holalkere section of Mysore Division

Sl.

No.

Description Unit Qty Accepted

Rate

Amount Inspection Remarks

1 Design , manufacture and supply of Electronic interlocking(EI)

system complete as per RDSO Specification No.

RDSO/SPN/192/2005 or latest with amendments, with hot stand-

by mode and suitable for working with panel and operator VDU

as per special conditions of contract and technical specification

enclosed, mainly consisting of Micro processor equipment,

Panel processor equipment, interface equipment, Relay Racks,

fixtures, interconnection cables and jumper wires, mounting

arrangement and accessories to make the EI system functional

for "RAMGIRI" station Tentative Yard plans of

"RAMGIRI" station is enclosed as Annexure-I. The EI system

should be designed to work with control-cum-indication panel

and VDU with external counters and external SM key. The

tenderer should quote all the Hardware required for panel

working. The rates of panel, operator VDU and maintenance

VDU should be quoted separately in the item no. 5, 6 and 7 of

this schedule. This item also includes designing of EI Software

(application logic, interface circuits etc.) including operator and

maintenance VDU software as per tentative signalling plan

enclosed along with the tender document. Only OFC based

communication equipment should be provided for

communication between EI equipment and control-cum-

indication panel and operator/maintenance VDU and

OFC/Ethernet between different EI racks. OFC/UTP cable

switches, protocol converters etc. and any special cards and

cables /wires required for OFC based communication system

should be provided for under this schedule item. Only armoured

OFC cable as per railway specification will be provided by the

railways. The tenderer should give detailed cost wise and

quantity wise break up of all items and components being

supplied under this schedule. Note:- The EI should be designed

to suit QN1 & QNA1 relays. Relays QN1, QNA1 , QBCA1 and

ECRs will be supplied by Railways. Railway will provide single

phase unstabilized 230 V AC and 110 V DC power supply.

No 1 8688589.00 8688589.00 As

Mentioned

in Ann-“A”

RGI-HLK-INDOOR_LOA

Page 5 of 14

Annexure- A

Sl.

No.

Description Unit Qty Accepted

Rate

Amount Inspection Remarks

2 Design , manufacture and supply of Electronic interlocking(EI)

system complete as per RDSO Specification No.

RDSO/SPN/192/2005 or latest with amendments, with hot stand-

by mode and suitable for working with panel and operator VDU

as per special conditions of contract and technical specification

enclosed, mainly consisting of Micro processor equipment,

Panel processor equipment, interface equipment, Relay Racks,

fixtures, interconnection cables and jumper wires, mounting

arrangement and accessories to make the EI system functional

for "Holalkere" station Tentative Yard plans of "Holalkere"

station is enclosed as Annexure-I. The EI system should be

designed to work with control-cum-indication panel and VDU

with external counters and external SM key. The tenderer should

quote all the Hardware required for panel working. The rates of

panel, operator VDU and maintenance VDU should be quoted

separately in the item no. 5, 6 and 7 of this schedule. This item

also includes designing of EI Software (application logic,

interface circuits etc.) including operator and maintenance VDU

software as per tentative signalling plan enclosed along with the

tender document. Only OFC based communication equipment

should be provided for communication between EI equipment

and control-cum-indication panel and operator/maintenance

VDU and OFC/Ethernet between different EI racks. OFC/UTP

cable switches, protocol converters etc. and any special cards and

cables /wires required for OFC based communication system

should be provided for under this schedule item. Only armoured

OFC cable as per railway specification will be provided by the

railways. The tenderer should give detailed cost wise and

quantity wise break up of all items and components being

supplied under this schedule. Note:- The EI should be designed

to suit QN1 & QNA1 relays. Relays QN1, QNA1 , QBCA1 and

ECRs will be supplied by Railways. Railway will provide single

phase unstabilized 230 V AC and 110 V DC power supply.

No 1 8688589.00 8688589.00 As

Mentioned

in Ann-“B”

3 Supply of essential spares for Ramagiri and Holalkere

equipments (10% of EI equipments subject to minimum one) for

the above consisting of processor cards, modules etc.and as per

special conditions of contract. Detailed cost and quantity wise

break up of spares should be given.(Special Rate on lower side)

LS 1 643165.00 643165.00 As

Mentioned

in Ann-“C”

The rate accepted

as special rate on

lower side.

RGI-HLK-INDOOR_LOA

Page 6 of 14

Sl.

No.

Description Unit Qty Accepted

Rate

Amount Inspection Remarks

4 Installation, wiring, testing and commissioning of EI equipments

supplied along with the control-cum-indication panel, including

transportation from consignee depot to site at station listed above.

This also include trenching and laying of 24c OFC cable supplied

by railways for communication equipments of EI.(Special Rate

on lower side)

No 2 325000.00 650000.00 The rate accepted

as special rate on

lower side.

5 Supply and Installation of Domino type control-cum-indication

panel ( Up to 5 roads) As per approved panel diagram ( Panel

diagram will be supplied by the contractor as per the approved

signalling plan). Domino units of the Control-cum-indication

panel duly wired in suitable tag blocks/terminals .Following

spares to be supplied with each panel. (1). Knob switches -10 nos

(2) Domino with cancellation button - 5 nos. (3) Spare PCB with

Domino of diff. type - 10 nos. (4) 24v impluse counter -04 nos.

(5) NO/NC contact element 15 Nos. each (6) Route Buttons - 10

nos.

Nos 2 220000.00 440000.00 Consignee

6 Supply and Installation of Operator VDU. The operator VDU

consists of industrial grade embedded fanless PC with 42 inch

monitor . The monitor should be capable of working on 110 V

AC. The embedded PCs for Operator VDU should be as per

RDSO TAN No. STS/E/TAN/3007 Version 1.0 or latest with

adequate storage memory to work in hot-standby mode. The

VDUs should be provided with all necessary software to work

along with EI equipment. Necessary mounting arrangements also

should be provided for operator VDU.

Nos 2 354000.00 708000.00 Consignee

7 Supply and Installation of Maintenance VDU. The Maintenance

VDU consists of industrial grade embedded fanless PC with 22

inch monitor, the monitor should be capable of working on 110 V

AC. The embedded PCs for Maintenance VDU should be as per

RDSO TAN No. STS/E/TAN/3007 Version 1.0 or latest with

adequate storage memory to work in hot-standby mode. The

VDUs should be provided with all necessary software to work

along with EI equipment. Necessary mounting arrangements also

should be provided for maintenance VDU.

Nos 2 295000.00 590000.00 Consignee

RGI-HLK-INDOOR_LOA

Page 7 of 14

Sl.

No.

Description Unit Qty Accepted

Rate

Amount Inspection Remarks

8 Supply, Installation, testing and commissioning of Datalogger as

per RDSO IRS/99/2001 or latest with EI interface card (Digital

interface cards), for 512 digital inputs and 32 analog inputs with

. This includes supply of all miscellaneous items and software for

commissioning of datalogger with networking.(including printer,

mounting table and revolving chair of reputed firm make )

Nos 2 550000.00 1100000.00 RDSO

a) Supply, installation and testing of PC based front end processor [computer]. Computer system with 3rd gen Intel core i5 processor (3 GHz, 6MB

cache), Intel original mother board, 2 No serial ports, min 2 USB ports with latest Original windows 7 operating system and MS Office Loaded and

consisting of the following

b) 4GB DDR3 RAM, 500 GB HDD, Multimedia key board, optical scroll mouse ATX cabinet etc

c) 21 inch LCD monitor.

d) DVD-writer [combo drive] internal

e) Speaker MS 440 watts

f) Anti virus software [Original CD and latest]

g) Window based fault analysis software as per technical specification.

h) Installation and commissioning of Dataloggers.

k) Supply of Officejet printer All in one HP or better make

j) supply and installation of Mounting table and revolving chair from a reputed firm make.

9 Supply of UPS of 1 KVA similar to APC make for data logger

and operator/maintenance VDU monitors.

No.s 2 20000.00 40000.00 Consignee

10 Supply of instruments & tool kits required for trouble shooting &

repair of hardware and software for EI. Detailed cost and

quantity wise break up of tools should be given. (Special Rate

on lower side)

Set 1 75000.00 75000.00 As

Mentioned

in Ann-“D”

The rate accepted

as special rate on

lower side.

11a Supply of earthing materials as per RDSO/SPN/197/2008 or latest and guidelines issued by RDSO/Railway board for achieving earth value less than one

ohm.

(i) Maintenance free earth pits as per RDSO specification

consisting of one no. Copper bonded steel rod of 10' length

and 17.2mm dia and 3 bags of GEM(Ground enhancement

material) (Special rate on higher side)

Nos 12 17000.00 204000.00 RDSO The rate is accepted

as special rate on

higher side. Variation

above the schedule

quantity is permitted

with the approval of

TAA.

(ii) Supply of 50x6 mm GI Tape for interconnecting earth electrodes mtr. 300 400.00 120000.00 RDSO

(iii) Supply of 25x3 mm Cu tape for BRC( Bonding ring Conductor) mtr. 130 900.00 117000.00 RDSO

RGI-HLK-INDOOR_LOA

Page 8 of 14

Sl.

No.

Description Unit Qty Accepted

Rate

Amount Inspection Remarks

(iv) Supply of 25x 6x225 mm Cu bus bar (Special rate on higher

side)

Nos 24 1650.00 39600.00 RDSO The rate is accepted

as special rate on

higher side.

Variation above the

schedule quantity is

permitted with the

approval of TAA.

(v) Supply of 50x 6x450mm Cu quipotential bus bar. (Special rate

on higher side)

Nos 6 4350.00 26100.00 RDSO The rate is accepted

as special rate on

higher side.

Variation above the

schedule quantity is

permitted with the

approval of TAA.

(vi) Exothermic welding materials( Cadweld or similar) (Special rate

on higher side)

Nos 80 1500.00 120000.00 RDSO

11b Installation of earthing materials

(i) Provision of Maintenance free earth pits with earth chamber. This

work includes digging/auguring/boring of single earth pit of

100mm to 125 mm dia to a depth of approx. 2.8 m . Insertion of

3m earth electrode and filling of earth pit with GEM in slurry

form and backfilling and welding of earth electrode with

25x6x225 cu bus bar.This also includes provision of

300x300x300mm(inside dimension) concrete earth chamber

with concrete lid approx. 50 mm thick with pulling hooks

(Special rate on higher side)

Nos 12 10000.00 120000.00 The rate is accepted

as special rate on

higher side.

Variation above the

schedule quantity is

permitted with the

approval of TAA.

(ii) Laying of 50x6 mm GI tape for interconnection of earth

electrodes. (This includes excavating of trench to a suitable depth

as per site requirement and refilling of same after laying the GI

tape as per site requirement) (Special rate on higher side)

mtr. 300 200.00 60000.00 The rate is accepted

as special rate on

higher side.

Variation above the

schedule quantity is

permitted with the

approval of TAA.

(iii) Provision 35 sq mm single core CU cable for connecting main

earth electrode to equipment room ( routing through the GI

Pipe/DWC/HDPE/PVC Conduit pipe of suitable size as per site

requirement. (Special rate on higher side)

mtr. 200 140.00 28000.00

(iv) Provision of 25x3sq mm Cu tape for BRC on walls with

suitable insulated stand-off in side Relay Room/Equipment room

as per site requirement (Special rate on higher side)

mtr. 130 550.00 71500.00

RGI-HLK-INDOOR_LOA

Page 9 of 14

Sl.

No.

Description Unit Qty Accepted

Rate

Amount Inspection Remarks

(v) Provision of 16 sq mm Cu cable/10 sq mm Cu cable between

BRC and racks The work includes mechanical connection by

providing two Cu lugs and two steel screws, drilling to two holes

and removal of powder coating on rack body, thimbles ties etc.

and routing the same as per site requirement. (Special rate on

higher side)

per

bond

140 325.00 45500.00

The rate is accepted

as special rate on

higher side.

Variation above the

schedule quantity is

permitted with the

approval of TAA

(vi) Installation of 50x6x450 mm Cu Bus bar. (Special rate on

higher side)

Nos 6 800.00 4800.00

(vii) Carrying out exothermic welding for various conductors as per

requirement (Special rate on higher side)

mtr. 80 580.00 46400.00

12a Supply of conventional lightening protection system consisting

of Franklin rod of 16 mm dia, Single prong spike made of copper

of length 600 mm , Appropriate reducer/coupler for connecting

Franklin rod and GI mast, GI mast approximately 1.5 inch dia, 6

mtr length with flanges for installation of franklin rod with all

supporting accessories, such as guy rope, U-bolt, thimble,

adjustable clamp, D-Shakle, hook etc. (Special rate on higher

side)

set 2 37000.00 74000.00 Consignee

The rate is accepted

as special rate on

higher side.

Variation above the

schedule quantity is

permitted with the

approval of TAA. 12b Supply of GI bonding strip of size 25x3 mm for down conductor

with all supporting accessories (Special rate on higher side)

mtr. 40 220.00 8800.00 Consignee

13a Installation of conventional lightening protection system

consisting of Franklin rod, appropriate reducer/coupler, flanges

and GI mast with all supporting accessories such as guy

rope(6mm GI wire), U-bolt, thimble, adjustable clamp, D-Shakle,

hook etc.

set 2 10000.00 20000.00

13b Installation and routing of down conductor strip 25x3 mm from

top of the building to ground level duly securing the same to the

building. (Special rate on higher side)

mtr. 40 160.00 6400.00 The rate is accepted

as special rate on

higher side.

Variation above the

schedule quantity is

permitted with the

approval of TAA.

14 Supply of Final AS MADE documents Set 2 91000.00 182000.00

15 Training of Railway Personnel installation, commissioning,

testing, trouble shooting,repairs.Required hard copies of course

modules also to be supplied. (Special Rate on lower side)

man

day

30 900.00 27000.00 The rate accepted

as special rate on

lower side.

RGI-HLK-INDOOR_LOA

Page 10 of 14

Sl.

No.

Description Unit Qty Accepted

Rate

Amount Inspection Remarks

16 Re-Design charges for alteration to EI and Datalogger systems

during phase work (Special rate on higher side)

per

phase

6 275000.00 1650000.00 The rate is accepted

as special rate on

higher side.

Variation above the

schedule quantity is

permitted with the

approval of TAA.

17 Alteration to Dominos of control-cum-indication panel during

phase work, including supply of dominos. (Special rate on

higher side)

Per.

domin

o

80 1200.00 96000.00

18 Installation, testing and commissioning support for EI and

Datalogger during the Alteration. Including FAT & SAT.

(Special rate on higher side)

per

phase

6 178333.50 1070001.00

19 Provision of signalling arrangement during Non-Interlocked

working of Signals and Points, such as erection and wiring of

temporary relay racks and wiring of relays and temporary NI

panel, wiring alterations in the cable termination rack, apparatus

cases, signals, Control panel etc, as per the instructions of

Railway representative at site.

LS 4 25000.00 100000.00

(Supply of relay rack, relays is not included in this schedule).

Accepted total value Rs. 25860444.00

Accepted total value Rs. 2,58,60,444.00 (Rupees two crore fifty eight lakhs sixty thousand four hundred forty four only)

Note:-

1) Rates of Four (04) items Namely item Nos: 3, 4, 10& 15 are accepted as „Special Case Items on „Lower Side‟ and „rate of these items should not be taken as

reference for future tenders‟.

2) Rates of Twelve (17) items, Namely Item Nos:11a(i),11a(iv), 11a(v), 11a(vi), 11b (i), 11b(ii),11b(iii), 11b(iv), 11b(v), 11b(vi), 11b(vii) , 12a, 12b, 13b, 16 ,17,

& 18 are accepted as “Special Case Items on „Higher Side‟ and these rates should not be taken as reference for future tenders.” For these items any unavoidable

increase in schedule quantity should be with the approval of TAA and the rate should be negotiated for the increased quantity.

RGI-HLK-INDOOR_LOA

Page 11 of 14

Annexure -A

Detailed Breakup for Item no 1

SI Description Unit Total

Qty

Unit Rate Total Amount Inspection

1.1 L-K7C Subrack with mother board Nos. 1 271840.80 271840.80 RDSO

1.2 CPU card, F486-4I Nos. 2 263854.80 527709.60 RDSO

1.3 IF card , FSIO Nos. 2 157355.00 314710.00 RDSO

1.4 IF card , FSIO-EX Nos. 2 211614.70 423229.40 RDSO

1.5 I/O card, FIO7-[p] Nos. 2 186654.60 373309.20 RDSO

1.6 I/O card, EXTFIO7-[p] Nos. 2 186654.60 373309.20 RDSO

1.7 I/O card, DID Nos. 2 60937.80 121875.60 RDSO

1.8 Power card, IPU6C Nos. 2 82887.20 165774.40 RDSO

1.9 E-P5 Subrack with mother board Nos. 1 504289.50 504289.50 RDSO

1.10 IF card , Line2B Nos. 2 139757.20 279514.40 RDSO

1.11 I/O card, ET-PIO2 Nos. 4 235484.70 941938.80 RDSO

1.12 E-M6 IF Subrack with mother board. Nos. 1 271649.40 271649.40 RDSO

1.13 IF card, LINEM2 Nos. 2 450882.30 901764.60 RDSO

1.14 I/O card, MMIF2 Nos. 5 89897.50 449487.50 RDSO

1.15 Journal Module Subrack with mother board Nos. 1 320371.70 320371.70 RDSO

1.16 KDD 172-KY48-2 Power Supply card Nos. 1 11739.00 11739.00 RDSO

1.17 CPU card, ZPEN3 Nos. 1 205631.80 205631.80 RDSO

1.18 ZNIO2 I/F card with logic part Nos. 2 122745.70 245491.40 RDSO

1.19 ZSIO2 I/F card with protocol converter Nos. 1 114573.80 114573.80 RDSO

1.20 Optical Branch card, SPHC-TT Nos. 2 77884.40 155768.80 RDSO

1.21 Power supply card SPHC-TT, SPHC-PW Nos. 2 20847.20 41694.40 RDSO

1.22 INIO2 Card for operator Console Nos. 1 131585.30 131585.30 RDSO

1.23 INIO2 Card for MTC Nos. 2 131585.30 263170.60 RDSO

1.24 Watch Dog Timer Relay Nos. 2 11675.40 23350.80 Consignee

1.25 Relay Racks Nos. 3 40000.00 120000.00 Consignee

1.26 EI Rack Nos. 1 395476.00 395476.00 Consignee

1.27 DC-DC Converter 24V (110V/24V) for System Supply Nos. 4 32000.00 128000.00 Consignee

1.28 DC-DC Converter 24V (110V/24V) for I/O Supply Nos. 6 32000.00 192000.00 Consignee

1.29 Design of EI system Nos. 1 419333.00 419333.00 Consignee

Total Amount 8688589.00

RGI-HLK-INDOOR_LOA

Page 12 of 14

Annexure -B

Detailed Breakup for Item No.2

SI Description Unit Total

Qty

Unit Rate Total Amount Inspection

2.1 L-K7C Subrack with mother board Nos. 1 271840.80 271840.80 RDSO

2.2 CPU card, F486-4I Nos. 2 263854.80 527709.60 RDSO

2.3 IF card , FSIO Nos. 2 157355.00 314710.00 RDSO

2.4 IF card , FSIO-EX Nos. 2 211614.70 423229.40 RDSO

2.5 I/O card, FIO7-[p] Nos. 2 186654.60 373309.20 RDSO

2.6 I/O card, EXTFIO7-[p] Nos. 2 186654.60 373309.20 RDSO

2.7 I/O card, DID Nos. 2 60937.80 121875.60 RDSO

2.8 Power card, IPU6C Nos. 2 82887.20 165774.40 RDSO

2.9 E-P5 Subrack with mother board Nos. 1 504289.50 504289.50 RDSO

2.10 IF card , Line2B Nos. 2 139757.20 279514.40 RDSO

2.11 I/O card, ET-PIO2 Nos. 4 235484.70 941938.80 RDSO

2.12 E-M6 IF Subrack with mother board. Nos. 1 271649.40 271649.40 RDSO

2.13 IF card, LINEM2 Nos. 2 450882.30 901764.60 RDSO

2.14 I/O card, MMIF2 Nos. 5 89897.50 449487.50 RDSO

2.15 Journal Module Subrack with mother board Nos. 1 320371.70 320371.70 RDSO

2.16 KDD 172-KY48-2 Power Supply card Nos. 1 11739.00 11739.00 RDSO

2.17 CPU card, ZPEN3 Nos. 1 205631.80 205631.80 RDSO

2.18 ZNIO2 I/F card with logic part Nos. 2 122745.70 245491.40 RDSO

2.19 ZSIO2 I/F card with protocol converter Nos. 1 114573.80 114573.80 RDSO

2.20 Optical Branch card, SPHC-TT Nos. 2 77884.40 155768.80 RDSO

2.21 Power supply card SPHC-TT, SPHC-PW Nos. 2 20847.20 41694.40 RDSO

2.22 INIO2 Card for operator Console Nos. 1 131585.30 131585.30 RDSO

2.23 INIO2 Card for MTC Nos. 2 131585.30 263170.60 RDSO

2.24 Watch Dog Timer Relay Nos. 2 11675.40 23350.80 Consignee

2.25 Relay Racks Nos. 3 40000.00 120000.00 Consignee

2.26 EI Rack Nos. 1 395476.00 395476.00 Consignee

2.27 DC-DC Converter 24V (110V/24V) for System Supply Nos. 4 32000.00 128000.00 Consignee

2.28 DC-DC Converter 24V (110V/24V) for I/O Supply Nos. 6 32000.00 192000.00 Consignee

2.29 Design of EI system Nos. 1 419333.00 419333.00 Consignee

Total Amount 8688589.00

RGI-HLK-INDOOR_LOA

Page 13 of 14

Annexure -C

Detailed Breakup for Item No.3

SI Description Unit Total

Qty

Unit Rate Total Amount Inspection

3.1 CPU card, F486-4I Nos. 1 263854.80 263854.80 RDSO

3.2 I/O card, DID Nos. 1 60937.80 60937.80 RDSO

3.3 Power card, IPU6C Nos. 1 82887.20 82887.20 RDSO

3.4 I/O card, ET-PIO2 Nos. 1 235484.70 235484.70 RDSO

Total Amount 643164.50

RGI-HLK-INDOOR_LOA

Page 14 of 14

Annexure -D

Detailed Breakup for Item No.10

SI Description Unit Total

Qty

Unit Rate Total Amount Inspection

10.1 Digital Multi meter MOTWANE Make or similar No. 1 46000.00 46000.00 Consignee

10.2 Screw driver adjustable with common handle for different screw

drivers(TAPARIA)

No. 1 900.00 900.00 Consignee

10.3 Spanner double ended 33mm (TAPARIA MAKE) No. 1 500.00 500.00 Consignee

10.4 Spanner double ended 3/8 x 1/2" (TAPARIA MAKE) No. 1 450.00 450.00 Consignee

10.5 Spanner double ended 5/8 x 3/4" (TAPARIA MAKE) No. 1 625.00 625.00 Consignee

10.6 Spanner double ended 7/8 x 1" (TAPARIA MAKE) No. 1 600.00 600.00 Consignee

10.7 Adjustable screw spanner 12" (TAPARIA MAKE) No. 1 900.00 900.00 Consignee

10.8 Insulated cutting pliers (TAPARIA MAKE) No. 1 750.00 750.00 Consignee

10.9 Insulated Nose pliers (TAPARIA MAKE) No. 1 625.00 625.00 Consignee

10.10 Hammer 1 1/2 lbs ball pane No. 1 900.00 900.00 Consignee

10.11 Hacksaw frame No. 1 550.00 550.00 Consignee

10.12 Electric soldering iron No. 1 800.00 800.00 Consignee

10.13 AC clamp meter No. 1 12500.00 12500.00 Consignee

10.14 Cabinet to store tools No. 1 8900.00 8900.00 Consignee

Total Amount 75000.00


Recommended