15.01.2015 Views

GOVERNMENT OF INDIA North Eastern Railway ... - Tenders India

GOVERNMENT OF INDIA North Eastern Railway ... - Tenders India

GOVERNMENT OF INDIA North Eastern Railway ... - Tenders India

SHOW MORE
SHOW LESS

Create successful ePaper yourself

Turn your PDF publications into a flip-book with our unique Google optimized e-Paper software.

Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

Serial No. _____________<br />

<strong>GOVERNMENT</strong> <strong>OF</strong> <strong>INDIA</strong><br />

<strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

TENDER DOCUMENT<br />

FOR<br />

OPEN TENDER<br />

Name of work : Shifting of existing working Telecom Equipment to new<br />

locations (Remote Hut) at Izzatnagar , Dohna , Bhojipura , Deorania , Baheri,<br />

Kichha,Pantnagar station in Bareilly – Lalkuan section of Izzatnagar division of<br />

N.E.<strong>Railway</strong> due to shifting of alignment as a result of Gauge conversion,<br />

Dismantling of overhead alingment between Bareilly city –BPR ( 20 Km ) of<br />

IZN Divn. and installation of ELD in BE-LKU section.<br />

TENDER No.DY.C S.T./CON/IZN / 02 of 2011<br />

(Not Transferable)<br />

PRICE RS. 3000/- per set<br />

POSTAGE EXTRA<br />

( Rs.500.00 for Registered Post)<br />

M/s……………………………………..<br />

…………………………………………<br />

…………………………………………<br />

…………………………………………<br />

Dy.C. S.T. E. (Con),<br />

N. E. RLY, Izzatnagar<br />

Signature of Tenderer(s)<br />

Date…………………<br />

1


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

IMPORTANT INFORMATIONS<br />

TENDER No.DY.C .S.T.E./CON/IZN/02 of 2011<br />

NAME <strong>OF</strong> THE WORK : As mentioned on first page.<br />

APPROXIMATE COST <strong>OF</strong> THE WORK : Rs. 39,35,674.50<br />

EARNEST MONEY: Rs. 78800.00<br />

PLACE, DATE & TIME <strong>OF</strong> GETTING,SUBMITTING & OPENING <strong>OF</strong> THE TENDER DOCUMENT:<br />

Place : Office of the Date Time<br />

Getting Dy.C.S.T.E./CON/N.E.RAILWAY/Lucknow 15.12.11 Up to 13.00 Hrs.<br />

Submission As per para 1.4 of page No. 3 or 1.2.1 of 16.12.11 Up to 14.30 Hrs.<br />

Opening page No. 6 16.12.11 At 15.00 Hrs.<br />

CONSIGNEE: - SSE / CON / TELE / BADSHAH NAGAR/N.E.Rly. at BAREILLY CITY.<br />

FIELD <strong>OF</strong>FICER (Engineer In Charge) : Dy.CSTE / Con / NERly. / Izzatnagar or his nominee.<br />

COMPLETION PERIOD: 03 MONTHS<br />

ADDRESS <strong>OF</strong> CORRESPONDENCE:<br />

Prior to award of the contract: The DY.Chief Sig. & Telecom. Engineer/Con/ N.E.<strong>Railway</strong><br />

/Izzatnagar -273012 or his successors / nominee (whose address will be indicated in due course).<br />

After the award of the contract: The Dy. Chief Sig. & Telecom. Engineer / Con / N.E.<strong>Railway</strong> /<br />

Izzatnagar or his successors/nominee (whose address will be intimated in due course).<br />

Signature of Tenderer(s)<br />

Date…………………<br />

2


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

INSTRUCTIONS TO TENDERER(S) FOR SUBMITTING TENDER DOCUMENTS AFTER<br />

DOWNLOADING FROM WEBSITE GIVEN BELOW.<br />

1.0 INSTRUCTIONS :<br />

1.1 Tenderer(s) who are submitting downloaded (from website) tender documents<br />

must enclose with the tender form a non-refundable prescribed tender fee of in form of<br />

Bank Draft issued by any Nationalized Bank in favour of FA&CAO/Construction, <strong>North</strong><br />

<strong>Eastern</strong> <strong>Railway</strong>, Gorakhpur. Tender offers not accompanying with the requisite tender fee<br />

shall be summarily rejected.<br />

1.2 A certified copy of original tender document is available in the tender section of<br />

Dy.CSTE/Con, N. E. <strong>Railway</strong>, Lucknow, which may be seen on any working day during<br />

prescribed period for sale of tender form. Tenderer(s) on award of contract will have to enter<br />

into agreement with <strong>Railway</strong> in format of above mentioned original tender documents.<br />

Tenderer(s) shall not have any right/claim to insist on signing of contract agreements in<br />

format on which tender document were submitted by him after downloading from website.<br />

1.3 If during process of tender finalization, it is detected that tenderer has submitted<br />

tender documents after making any changes / additions / deletions in the tender documents<br />

downloaded from website, then, the earnest money deposited by the tenderer shall be<br />

forfeited by the <strong>Railway</strong>. Further, if after award of contract, it is detected that tenderer has<br />

submitted tender documents after making any changes/additions/deletions in the tender<br />

documents downloaded from website then <strong>Railway</strong> will take action to remove the contract<br />

from the work in terms of clause 62 of GCC 1999 and initiate such further legal action against<br />

contractor as it considered necessary.<br />

1.4 Tender must be submitted in the tender document (non- transferable) supplied by<br />

the <strong>Railway</strong>, along with other relevant enclosure in a sealed cover super-scribed “Tender No<br />

as mentioned in page no. 2” and must be deposited in the special Box allotted for this purpose<br />

in the Dy. Chief Signal & Telecommunication Engineer/Construction/ N.E.<strong>Railway</strong> /<br />

Lucknow-226001 or sent by Registered Post / Speed Post to the Dy.Chief Signal &<br />

Telecommunication Engineer/Construction / N. E. <strong>Railway</strong>/ Lucknow-226001 so as to reach<br />

the office not later than 14:30Hrs of prescribed date. The Tender box will be sealed at 14-30<br />

hrs of prescribed date. The tender will be opened on prescribed date at 15-00 hrs. If the date<br />

of opening happens to be holiday/bandh, the tender will be opened at 15-00 Hrs on the next<br />

working day.<br />

Signature of Tenderer(s)<br />

Date…………………<br />

3


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

1. NAME <strong>OF</strong> WORK : AS CAPTIONED<br />

2. SCOPE <strong>OF</strong> WORK :<br />

SECTION – I<br />

PREAMBLE<br />

The work covered in this tender is for Shifting of existing working Telecom Equipment to<br />

new locations (Remote Hut) at Izzatnagar , Dohna , Bhojipura , Deorania , Baheri,<br />

Kichha,Pantnagar station in Bareilly – Lalkuan section of Izzatnagar division on N.E.<strong>Railway</strong><br />

due to shifting of alignment as a result of Gauge conversion, Dismantling of overhead alingment<br />

between Bareilly city –BPR ( 20 Km ) of IZN Divn. and installation of ELD in BE-LKU section.<br />

2.1 The <strong>Railway</strong> shall supply HDPE pipe<br />

2.2 The contractor shall be required to carry out all the remaining works .<br />

2.3 All the work shall be executed as per details given in technical supplement/specification.<br />

3. TENDER BID:<br />

Tender bid shall be submitted in sealed cover. The details are given in Para 1.2 of “instructions to<br />

tenders & conditions of tendering ” (section II chapter I ).<br />

4. ELIGIBILITY CRITERIA: Already specified at page No. 2 .<br />

5. LAST DATE <strong>OF</strong> SUBMISSION: Already specified at page No. 2<br />

6. DATE <strong>OF</strong> OPENING <strong>OF</strong> TENDER: Already specified at page No. 2<br />

7. COMPLETION PERIOD <strong>OF</strong> THE WORK: Already specified at page No. 2<br />

8. THE LIST <strong>OF</strong> ADDRESS TO WHICH CORRESPONDENCE AND DOCUMENTS RELATING<br />

TO THE CONTRACT SHOULD BE SENT: Already specified at page No. 2<br />

9. SUPPLY <strong>OF</strong> MATERIALS:<br />

All materials shall be supplied by the contractor at consignee’s store. Consignee has already been<br />

specified at Page N0.2. These stores will be issued to the contractor from consignee’s store. The<br />

contractor will transport the materials by their own means free of charge from consignee’s store to<br />

the site .<br />

10 SPECIFICATION/DRAWINGS:<br />

Reference of specifications / drawings of the important equipment, components and other materials<br />

required for the execution of the contract are given in technical supplement. The work shall be<br />

executed in compliance with the entire technical requirement given there.<br />

11. SCHEDULE <strong>OF</strong> QUANTITIES:<br />

The schedule of quantities for supplies and various works are indicated in schedule of work and given<br />

as enclosure to the preamble. The tenderer is advised to quote for all items.<br />

12. STORE To BE SUPPLIED BY RAILWAYS: (1) Quad Cable, (2) HDPE duct.<br />

13. INSPECTION <strong>OF</strong> MATERIALS:<br />

Materials to RDSO & TEC Specification will be inspected by RDSO as per their latest inspection<br />

Policy.<br />

The Firm should have valid type approval test for the items on the date of opening of tender.<br />

Signature of Tenderer(s)<br />

Date…………………<br />

4


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

Name of the work :- AS CAPTIONED<br />

Approximate cost of the work ;- As per page No.2<br />

To<br />

The President of <strong>India</strong><br />

Acting through the DY.Chief Signal & Telecommunication Engineer (Construction)<br />

N. E. <strong>Railway</strong>, Izzatnagar – .<br />

1.0 I/We ___________________________________ have read the various conditions to the<br />

tender attached hereto and hereby agree to abide by all the said conditions. I/We also here<br />

by agree to keep this tender open for acceptance for a period of at least 120 (One hundred and<br />

twenty) days from the date fixed for opening of the same and in default thereof I/We will be<br />

liable for forfeiture of my/our earnest money . I/We offer to do the work for Dy.Chief Signal<br />

& Telecom. Engineer (Construction) / N. E. <strong>Railway</strong> at the rate quoted in the attached<br />

schedule and hereby bind myself/ ourselves to complete the work in all respect within four<br />

months from the date of issue of letter of acceptance of the tender.<br />

2.0 I/We _______________________________ also hereby agree to abide by the General Conditions<br />

of Contract of N.E.<strong>Railway</strong> edition 1999 with latest amendment. (although meant for use in<br />

connection with Civil Engineering Work but shall also be applicable in this<br />

contract),Instructions to tenderers and conditions of tender & Contract, Special conditions of<br />

tender & contract and to carryout the work according to the specification for materials and<br />

works laid down by railway for the present contract.<br />

3.0 I/We have been enclosed the requisite Earnest money in form of ______________in original<br />

issued from __________________ in favour of FA&CAO / Con / N. E. <strong>Railway</strong>, Gorakhpur<br />

and is valid up to ___________________________<br />

4.0 I/We enclosed herewith receipt in original from the Divisional Cashier /con / N. E. <strong>Railway</strong>,<br />

Gorakhpur. It’s particular are :-<br />

Receipt No. & Date of deposit.<br />

Amount<br />

Once the acceptance of the tender is communicated to me/us, a legal and enforceable<br />

contract comes into being. If in accordance with the letter of acceptance, I/We fail to<br />

commence work within the period stipulated in the acceptance letter and fail to execute the<br />

formal agreement, I/We shall be liable for breach of the contract and the consequences of the<br />

breach of any of the conditions of the contract entitling the <strong>Railway</strong> Administration to<br />

have work/job executed at the risk and cost of mine /ours and to claim the extra cost /<br />

expenditure sustained by the <strong>Railway</strong> Administration.<br />

Tenderer(s) full Address:<br />

Signature of Witnesses<br />

1. _________________<br />

Signature of the tenderer(s)<br />

Date___________________<br />

Stamp:………………………<br />

2.__________________<br />

Signature of Tenderer(s)<br />

Date…………………<br />

5


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

(TENDER FORM SECOND SHEET)<br />

INSTRUCTIONS TO TENDERERS AND CONDITIONS <strong>OF</strong> TENDER & CONTRACT<br />

1.1 TENDER DOCUMENTS : The documents forming the ‘Complete Tender’ (which is<br />

deemed to be part of the contract) consist of the following:<br />

(a) Tender forms (First and Second Sheet)<br />

(b) Special conditions of Tender & Contract.<br />

(c) Technical specifications of Tender & Contract.<br />

(d) Schedule of work with approximate quantities.<br />

(e) “Regulations for Tender and contract”. “General condition of contract” of N.<br />

E. <strong>Railway</strong> Edition – 1999. (although meant for use in connection with Civil<br />

Engineering Works, shall also be applicable for this contract) hereinafter called<br />

General Condition of Contract, and “<strong>India</strong>n <strong>Railway</strong> Code for the Engineering<br />

Department” with up-to-date corrections (not enclosed herewith).<br />

However conditions/provisions in the tender forms (First & Second Sheets) and<br />

special conditions of tender & contract and Technical Specification vide 1.1(b)<br />

& (c) above will over-ride any overlapping or conflicting conditions /<br />

provisions given in these documents.<br />

(f) <strong>India</strong>n <strong>Railway</strong> Telecommunication Manual with latest corrections (not<br />

enclosed herewith).<br />

(g) All general and detailed drawings pertaining to this work which will be<br />

issued by the Engineer-in-charge or his representative from time to time with<br />

all changes and modifications.<br />

Note : The documents which are not enclosed herewith can be seen in the office of<br />

DY.Chief Signal & Telecommunication Engineer / Construction / N. E. <strong>Railway</strong> /<br />

Lucknow, on any working day during office hours.<br />

1.2 SUBMISSION <strong>OF</strong> TENDER:<br />

1.2.1 Tender must be submitted in the tender document (non- transferable) supplied<br />

by the <strong>Railway</strong>, along with other relevant enclosure in a sealed cover super scribed<br />

“Tender No as mentioned in page no. 2” and must be deposited in the special Box allotted<br />

for this purpose in the office of the Dy. Chief Signal & Telecommunication Engineer /<br />

Construction / N.E.<strong>Railway</strong> / Lucknow-226001 or sent by Registered Post / Speed<br />

Post to the Dy.Chief Signal & Telecommunication Engineer / Construction / N. E.<br />

<strong>Railway</strong> / Lucknow-226001 so as to reach the office not later than 14:30 Hrs of<br />

prescribed date. The Tender box will be sealed at 14-30 hrs of prescribed date. The<br />

tender will be opened on prescribed date at 15-00 hrs. If the date of opening happens<br />

to be holiday/ bandh, the tender will be opened at 15-00 Hrs on the next working day.<br />

1.2.2 Tender documents (non-transferable ) can be purchased and submitted through<br />

authorized agents of the tenderer.<br />

1.2.3 <strong>Tenders</strong> submitted by the tenderers who have not purchased the tender<br />

documents themselves or through their agents, tenders not accompanied by<br />

earnest money, tenders from agents without letter of authority from the<br />

Principals will be summarily rejected.<br />

1.2.4 Telex or incomplete offer will be summarily rejected.<br />

1.2.5 No rates should be quoted with fraction of rupees.<br />

Signature of Tenderer(s)<br />

6<br />

Date…………………


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

1.2.6 Tender documents submitted by a tenderer shall become the property of<br />

<strong>Railway</strong> and the railway shall have no obligation to return the same to the<br />

tenderer(s).<br />

1.2.7 The tender shall be submitted in sealed envelope. The envelope should bear the<br />

tender number, its description and date of closing/opening.<br />

1.2.8 The Tender shall contain the offer letter and the price of each item quoted<br />

exactly according to the Performa and schedule of requirements and sealed.<br />

Any multiple offer without technical alternatives will make the offer/tender<br />

invalid and <strong>Railway</strong> will summarily reject such tender / offer.<br />

1.2.9 COMPLIANCE TO TENDER CONDITIONS, SPECIFICATION AND<br />

DRAWINGS :-<br />

The equipment offered shall be in accordance with the drawings and<br />

specifications. Details of variation from the drawings and specifications, if<br />

any, should be clearly indicated and in such an event, a certificate from the<br />

users must be furnished to the effect that the product offered performs the<br />

requisite functions satisfactorily, & is an alternative acceptable in one or more<br />

other countries. The name of users in those foreign countries should also be<br />

indicated.<br />

1.2.10 The tenderer shall indicate paragraph by paragraph for each section of the<br />

tender document that either his tender complies in every respect with the<br />

requirements of each clause and sub-clause or if not, precisely how they differ<br />

from the requirements of the tender. In later case, “the tenderer shall enclose<br />

a separate statement as per Proforma given, indicating only the deviations for<br />

any clause or sub-clause of General Conditions of Contract, Special conditions<br />

of Contract, Instructions to tenderer(s) and conditions of tendering, Technical<br />

specification, etc. which he proposes with” details justifications for deviations<br />

proposed. The purchaser, reserves the right to accept or reject these deviations<br />

and his decision thereon shall be final.<br />

1,2.11 The tenderer shall sign and stamp each and every page of the tender<br />

documents in token of his/their having read, understood, agreed and complied<br />

the same, and to this effect he shall submit in writing “I/We hereby confirm<br />

that I/We agree to comply all the conditions of the complete Tender<br />

mentioned in Para 1.1 above of this tender document”, along-with his offer,<br />

without which his/their offer is liable to be rejected.<br />

1.2.12 Tenderer(s) shall also sign at each and every page/paper of all other documents<br />

/ manuals / Literatures / drawings / sketches / leaflets etc., to be submitted by<br />

them along with their offer, in token of having been understood and owned<br />

such submission fully, by the tenderer(s) without which his/their tender is<br />

liable to be rejected.<br />

SIGNING <strong>OF</strong> TENDER :<br />

All offers shall be either type written or written neatly in indelible ink. Each<br />

page of the offer must be numbered consecutively. A reference to total number<br />

Signature of Tenderer(s)<br />

Date…………………<br />

7


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

of pages comprising the offer must be made at the top right hand corner of the<br />

top page.<br />

All copies of the tender paper shall be signed in ink by the tenderer, on each<br />

page including closing page, in token of his having studied the tender papers<br />

carefully.<br />

1.2.13 The intending tenederer is advised to study the tender papers carefully. Any<br />

submission of a quotation by the tenderer shall be deemed to have been done<br />

after a careful study and examination of these documents with full<br />

understanding of the implication thereof. These conditions and specifications<br />

shall be deemed to have been accepted unless otherwise, specifically<br />

commented upon by the tenderer in his quotation. Failure of adhere to anyone<br />

or all these instructions may render his offer liable to be ignored without any<br />

reference.<br />

1.2.14 Should a tenderer find discrepancies or omission from the drawing or any of<br />

the tender papers or he has any doubt to their meaning, he should at once<br />

notice the <strong>Railway</strong> who may send a written clarification to all tenderer(s).<br />

1.2.15 ADDRESS FOR COMMUNICATION :-<br />

Tenderer shall indicate his postal address, telephone numbers, telegraphic<br />

address, if any, and telex/fax numbers. Any communication sent to the<br />

tenderer(s) at his said address, shall be deemed to have reached timely, not<br />

withstanding the fact that the communication could not reach the tenderer at<br />

all or in time because of any inaccuracy or defect in the said address. Any<br />

change thereof shall be advised to <strong>Railway</strong> promptly.<br />

1.3 EARNEST MONEY:<br />

1.3.1 The tenderer(s) is/are required to deposit with the Divisional Cashier / Con. /<br />

N. E. <strong>Railway</strong>/Gorakhpur in favour of FA&CAO/CON/ N.E. RLY/Gorakhpur a<br />

sum prescribed money as Earnest Money, and the receipt obtained thereof<br />

should be enclosed with the tender as a proof of the deposit of the requisite<br />

Earnest Money<br />

1.3.2 The Earnest Money can also be deposited in any of the following forms in<br />

favour of FA&CAO/CON/N. E. RAILWAY/Gorakhpur, in lieu of Cash. In<br />

such case the validity / currency (if applicable) should be at least three months<br />

beyond the date of validity of offer.<br />

(i) Deposit Receipt, Pay Order, and Demand Draft. These forms of Earnest<br />

Money should be either of The State Bank of <strong>India</strong> or any other Nationalized<br />

Banks. No confirmatory advice from the Reserve Bank of <strong>India</strong> will be<br />

necessary.<br />

(ii) Deposit Receipt executed by the scheduled banks (other than the State<br />

Bank of <strong>India</strong> and 8 Nationalized Bank) approved by the Reserve Bank of <strong>India</strong><br />

for the purpose.<br />

(iii) Deposit Receipt tendered by the scheduled bank which have not been<br />

approved by Reserve Bank of <strong>India</strong> for the purpose provided :<br />

Signature of Tenderer(s)<br />

Date…………………<br />

8


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

a) The bond in question is countersigned by any of the approved bank<br />

(including the State Bank of <strong>India</strong>) whereby the later undertake full<br />

responsibility to indemnify the N. E. <strong>Railway</strong> in case of default.<br />

or<br />

b) The bank concerned lodged with the Reserve Bank of <strong>India</strong> requisite<br />

securities , namely cash deposits of Government securities in respect of<br />

the guarantees to be executed or deposit receipts to be tendered by it.<br />

Apart from the above provisions, prior concurrence of the Reserve<br />

Bank of <strong>India</strong>, in writing should be necessary before accepting Deposit<br />

Receipts under (iii) (a), (b).<br />

Government securities (stock certificates, bearer bonds, promissory<br />

notes, cash certificate etc.) will not be accepted.<br />

1.3.3 Tender un accompanied by the requisite earnest money will be summarily<br />

rejected. If the deposit receipt for earnest money is not in any of the<br />

prescribed forms as stipulated in Para 1.3.2 above, the tender will be<br />

considered as un accompanied by requisite earnest money, and hence will be<br />

summarily rejected.<br />

1.3.4 The tenderer(s) shall hold the offer open for a period of at least 120 days (One<br />

Hundred Twenty days) from the date fixed for opening the same. It is<br />

understood that the tender documents have been sold/issued to the tenderer in<br />

consideration of the stipulation on his part that after submitting his tender. He<br />

will not resile from his offer or modify the terms and conditions thereof in a<br />

manner not acceptable to the <strong>Railway</strong>. Should the tenderer fail to observe or<br />

comply with the foregoing stipulation the whole amount of Earnest Money shall<br />

be liable to be forfeited by the <strong>Railway</strong>.<br />

1.3.5 The earnest money will be refunded to the unsuccessful tenderer/ tenderer(s)<br />

within a reasonable time but the railway shall not be responsible for any loss or<br />

depreciation that may happen to the security for due performance to keep the<br />

offer open, or to the earnest money, while in their possession nor be liable to pay<br />

interest thereon. The earnest money deposit of the successful tenderer/<br />

tenderer(s) will be retained towards to security deposit for the due and faithful<br />

fulfillment of the contract, but shall be forfeited without prejudice to any other<br />

rights or remedies, if the, contractor/ contractors fail to execute the agreement<br />

bond or to start the work within the periods stipulated .<br />

Note: Earnest Money in the form of Guarantee Bond shall not be accepted.<br />

Security Deposit<br />

1.4.1 The Earnest Money deposited by the successful tenderer with his tender will<br />

be retained by the <strong>Railway</strong> as part of security deposit for the due and faithful<br />

fulfillment of the contract by the contractor. The full security deposit for the<br />

work will be calculated as provision of GCC applicable as with up to date<br />

corrections if any. The balance amount over and above amount of earnest<br />

money may be deposited by the contractor in cash with the Chief Cashier,<br />

<strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong>, Gorakhpur or may be recovered from the contractor’s<br />

Signature of Tenderer(s)<br />

Date…………………<br />

9


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

“on account” bills at the rate of 10% of the bill amount till the such time<br />

amount recovered plus amount of earnest money already adjusted becomes<br />

equal to the full requisite security deposit of 5% of the contract value.<br />

1.4.2 Security Deposit will be recovered only from the running bills of the contracts<br />

and no other mode of collecting security deposit such as Security Deposit in<br />

the form of instruments like Bank Guarantee, Fixed Deposit etc. shall be<br />

accepted towards security deposit.<br />

1.4.3 No interest will be payable upon the Earnest Money and Security Deposit or<br />

amounts payable to the contractor under the contract.<br />

1.4.4 The railway shall be entitle to deduct from the said deposit any loss or<br />

damages which the <strong>Railway</strong> may be put to by reasons of any act of default on<br />

the part of the contractor and may call upon the contractor to replenish and<br />

maintain a deposit as its original limit by making further deposits. In the even<br />

of the contractor failing to make the deposit within time and the manner<br />

aforesaid, the railway shall be entitled to cancel the contract and forfeit the<br />

security amount deposited by the contractor.<br />

1.4. The security deposit referred to above shall be forfeited to the <strong>Railway</strong> in the<br />

event of any breach on the part of the contractor of the terms and conditions<br />

of this contract without prejudice to the <strong>Railway</strong>s right to rescind the contract<br />

and other rights and remedies warranted by law.<br />

1.4.6 The security deposit shall be repaid on the expiry of the warranty period on<br />

receipt of the certificate from the Engineer concerned to the effect that work<br />

has been satisfactorily completed in all respects within the stipulated period<br />

mentioned therein and no defects have been noticed.<br />

1.5 BRIEF DESCRIPTION <strong>OF</strong> THE WORK: As captioned vide page No. 2.<br />

(a) O.F.C./Quad cable ( as the case may be ) & (b) HDPE duct will be supplied<br />

by the <strong>Railway</strong><br />

(b) For exact item wise details, schedule of work may be referred. However,<br />

any further clarifications thereof can be obtained from the office of<br />

Dy.Chief Signal & Telecommunication Engineer /con / N. E.<br />

<strong>Railway</strong>/Lucknow , well in advance.<br />

1.6 LOCAL CONDITIONS :-<br />

1.6.1 It will be imperative on each tenderer to fully acquaint himself with all the<br />

local conditions and factors which would have any effect on the performance<br />

of the contract and cost of the stores. The purchaser shall not entertain any<br />

request for clarifications from the tenderer regarding such local conditions. No<br />

request for the change of price, or time schedule of delivery of stores shall be<br />

entertained after the offer is accepted by the purchaser on account of any local<br />

condition or factor.<br />

1.6.2 In the event of the tenderer desiring to have a field survey before furnishing<br />

his quotations, he may apply to railways for permission in this regard. Such<br />

permission will be given in writing by the railways but the expenses in this<br />

regard will be borne by the tenderer completely.<br />

Signature of Tenderer(s)<br />

Date…………………<br />

10


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

1.6.3 Before submitting tender the tenderer(s) is/are advised to inspect the proposed<br />

site of work and fully acquaint himself/themselves with the site conditions,<br />

working hours, stacking space for materials, approach roads, pathways<br />

available etc. and all relevant items connected with the execution of the work.<br />

No claim shall be entertained at a later stage by the railway on such grounds<br />

from the contractor(s).<br />

1.6.4 DRAWING(S) FOR THE WORK: Drawing(s) related for the work can be seen<br />

in the office of the Chief Signal & Telecomm Engineer / con / N. E.<br />

<strong>Railway</strong>/Gorakhpur at any working day during office hours. The drawings are<br />

tentative and <strong>Railway</strong> reserves the right to make changes in plans if<br />

considered necessary and no compensation in any form will be admissible on<br />

this account. The contractor(s) will have to execute the work as per final plans<br />

at the rates quoted by him/them.<br />

1.7 QUALIFYING CRITERIA :- As mentioned at Page No. 2 along with the following<br />

notes.:<br />

(i) Certificate from private individuals for whom such works are executed/being<br />

executed should not be accepted.<br />

(ii) Tenderer must submit documentary proof and credentials duly attested in<br />

support of Eligibility criteria along with tender document, failing which no<br />

further correspondence shall be made/entertained and no opportunity shall be<br />

given after opening of tender. However, <strong>Railway</strong> reverses the right to<br />

accept/reject the tender.<br />

(iii) In case of submission of any fake credentials by the tenderer, <strong>Railway</strong> reserves<br />

the right to forfeit earnest money.<br />

1.8. Engineering Organisation :<br />

(The tenderer should have at least one graduate Engineer and two experienced<br />

supervisors (Diploma Holders) having 5 years experience in the relevant field,<br />

supported by at least 5 nos. of artisan staff like Telecom. fitters. Details of which will<br />

be furnished by them along-with the tender.<br />

1.8.1 Construction Machinery :- The firm should have minimum construction<br />

machinery, Tools and plants, vehicle etc. Details of which will be furnished by<br />

them along with the tender<br />

1.8.2 Test and measuring instruments, special tools and installation material.<br />

(a) Special tools required for installation and maintenance of all the<br />

equipment shall be arranged by the tenderer in adequate quantities. All<br />

installation materials for commissioning of the system shall be provided by<br />

the tenderer.<br />

(b) All tests and measuring instruments and other arrangements required for<br />

all the acceptance tests shall be provided by the tenderer free of cost.<br />

1.8.3 Financial Criteria :- Audited Balance Sheet and Income statement of just<br />

concluded year.<br />

Signature of Tenderer(s)<br />

Date…………………<br />

11


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

1.8.4 Equipments: The tenderer shall identify the sources from which the<br />

equipment to be supplied under this tender will be obtained.<br />

1.9 SYSTEM PERFORMANCE GUARANTEE.<br />

1.9.1 Since the design of the system to achieve the end objective shall be checked<br />

and confirmed by the contractor and the supply of the materials will be<br />

according to this system design, the tenderer shall give unqualified and<br />

unconditional guarantee that when the equipment supplied by him is<br />

installed and commissioned at site , it shall achieve desired objective. In the<br />

event of performance of the system when installed not complying the end<br />

objective or with the specifications , he shall provide further inputs to enable<br />

the <strong>Railway</strong>s to realize the end objectives with full compliance of the<br />

specifications contained in these documents. No additional payment will be<br />

made to the contractor for supply of any additional goods and services required<br />

in this regard.<br />

1.9.2 This certificate in the Proforma given in Annexure shall accompany the final<br />

offer. Absence of this certificate which will form part of the agreement will<br />

disqualify the tenderer automatically.<br />

1.9.3 WARRANTY. The contractor shall warrant that every equipment/ software<br />

furnished shall be free from defects and faults in design, material,<br />

workmanship and manufacture and shall be of highest grade and consistent<br />

with the established and generally accepted standards for goods of the type<br />

ordered. The warranty of the product shall be for a period of 12 months from<br />

the date of Final Acceptance certificates. During warranty period system<br />

should be available for 98% (99% during maintenance period) of Time at least.<br />

1.9.4 If the tenderer proposes to buy any equipment from other supplier / source,<br />

document indicating their willingness to supply the equipment and provide<br />

technical support to the tenderer that may be required during installation ,<br />

commissioning and warranty andlater on directly to the railways and also<br />

performance guarantee bond of the equipment for minimum twelve<br />

months(from the date of commissioning ) shall be included in the tender.<br />

1.10 PARTNERSHIP DEEDS, POWER <strong>OF</strong> ATTORNEY FOR PARTNER(S)/AGENT(S).<br />

1.10.1 The tenderer shall clearly specify whether the Tender is submitted on his own<br />

behalf or on behalf of partnership concern. If the tender is submitted on behalf<br />

of partnership concern he should submit the certified copy of partnership deed<br />

and power of Attorney to sign the tender documents on behalf of the<br />

partnership concern along with the tender. If these documents are not<br />

enclosed along with the tender documents, the tender will be treated as having<br />

been submitted by individual signing the documents. The <strong>Railway</strong> will not be<br />

bound by any power of Attorney granted by the tenderer or by changes in the<br />

composition of the firm made subsequent to the execution of the contract. It<br />

may, however recognize such power of attorney and changes after obtaining<br />

proper legal advice, the cost of which will be chargeable to the contractor. If<br />

the tender is on behalf of the company, it should be signed by a duly<br />

Signature of Tenderer(s)<br />

Date…………………<br />

12


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

authorized person on behalf of the company. Non-compliance with any of the<br />

conditions set forth herein above is liable to result in the tender being rejected.<br />

1.10.2 The tenderer whether sole proprietor, a limited company or a partnership firm,<br />

if any, want to act through agents or individual partner/partners should submit<br />

along with the tender or at a later stage a power of attorney duly stamped and<br />

authenticated by a Notary public or by a Magistrate in favour of the specific<br />

person(s) whether he/they be partner /partners of the firm or any other<br />

person(s) specifically authorising him/them to sign the agreement, receive<br />

money, witness measurement, sign measurement book, compromise, settle,<br />

relinquish any claim or claims preferred by the firm and sign “No claim<br />

certificate” and refer all or any disputed items to arbitration<br />

1.11 EMPLOYMENT, PARTNERSHIP, SHARE HOLDER ETC. <strong>OF</strong> RETIRED<br />

RAILWAY EMPLOYEE:<br />

1.11.1 Should tenderer be a retired Engineer of the gazetted rank or any other<br />

gazetted officer working before his retirement whether in the executive or<br />

Administrative capacity or whether holding a pensionable post or not in the<br />

Signal & Telecommunication Engineering Department of any of the <strong>Railway</strong><br />

owned and/or administered by the President of <strong>India</strong> for the time being or<br />

should tenderer being a partnership firm have as one of its partners a retired<br />

Signal & Telecommunication Engineer or a retired Gazetted Officer as<br />

aforesaid or should a tenderer being an incorporated company have any such<br />

retired Signal & Telecommunication Engineer or retired gazetted officer as<br />

one of the Directors, or should a tenderer have in his company any retired<br />

Signal & Telecommunication Engineer or retired gazetted officer as aforesaid,<br />

the full information as to the date of retirement of such engineer or gazetted<br />

officer from the said service and, in case where such Signal &<br />

Telecommunication Engineer or officer had not retired from Govt. service at<br />

least two years prior to the date of the submission of the tender, as to whether<br />

permission for taking such contract or, if the contractor be a partnership firm<br />

or any incorporated company to become a partner or director as the case may<br />

be or to take employment under the contractor has been obtained by the<br />

tenderer or the Signal & Telecommunication Engineer or the officer or his<br />

agent authorized by him in this behalf, shall be clearly stated in writing at the<br />

time of submitting the tender. Tender without the information’s above<br />

referred to or a statement to the effect that no such retired Signal &<br />

Telecommunication Engineer or retired Gazetted officer is so associated with<br />

the tenderer, as the case may be, shall be rejected.<br />

1.11.2 Should a tenderer or contractor being an individual on the list of approved<br />

contractor, have relative employed in Gazetted capacity in any department of<br />

the N. E. <strong>Railway</strong>, or in the case of partnership firm or company incorporated<br />

under the <strong>India</strong>n Company Law, should a partner or a relative of the partner<br />

or a shareholder or a relative of a shareholder be employed in gazetted<br />

capacity in any department of the N. E. <strong>Railway</strong>, the authority inviting tender<br />

Signature of Tenderer(s)<br />

Date…………………<br />

13


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

shall be informed of the fact at the time of submission of tender failing which<br />

the tender may be rejected or if such fact subsequently comes to light the<br />

contract may be rescinded in accordance with the provisions in clause 62 of<br />

the General Condition of Contract.A declaration to this effect should be signed<br />

and enclosed with the tender.<br />

1.12 ERRORS, OMISSION & DISCREPENCIES: -The contractor(s) shall not take any<br />

advantages of any mis-interpretation of the conditions due to typing or any<br />

other error and if in doubt, shall bring it to the notice of the Engineer, without<br />

delay. In case of any contradiction only the printed rules, and books should be<br />

followed and no claim for the mis-interpretation shall be entertained<br />

1.13 ACCEPTANCE/REJECTION <strong>OF</strong> TENDER(S):<br />

1.13.1 The authority competent for the acceptance of this tender does not bind<br />

himself to accept the lowest or any other tender nor does he undertake to<br />

assign reasons for declining to consider any particular tender or tenders. No<br />

tenderer/(s) shall demand any explanation of the cause of rejection of his/their<br />

tender. No correspondence will be entertained with the tenderer(s) in respect<br />

of the rejection of any or all tenders.<br />

1.13.2 The tender containing erase and/or alterations of the tender<br />

documents are liable to be rejected. Any corrections made by the tenderer(s)<br />

in his/their entries must be attested.<br />

1.13.3 If a tenderer deliberately gives/tenders wrong information/s in his/their tender<br />

or creates/create circumstances for the acceptance of his/their tender, the<br />

railway reserves the right to reject such tender at any stage.<br />

1.13.4 If a tenderer expires after the submission of his tender or after the acceptance<br />

of his tender, the railways shall deem such tender as cancelled. If a partner of<br />

the firm expires after the submission of their tender or after the acceptance of<br />

their tender the railway shall deem such tender as cancelled unless the firm<br />

retains its character.<br />

1.14 EXECUTION <strong>OF</strong> CONTRACT AGREEMENT: The successful tenderer(s) shall be<br />

required to execute a contract agreement (herein after called C.A)with the<br />

railway for carrying out the work according to condition of Tender &<br />

Contract, Special Condition of Tender & Contract, Specification of Tender,”<br />

General Conditions of Contract”, edition-1999 with latest amendment of N. E.<br />

<strong>Railway</strong> (which shall also be applicable in this work, although meant for use in<br />

connection with Civil Engineering Works) and Schedule of work after<br />

depositing the required Security Deposit in terms of clause No.1.4 .<br />

1.15 DOCUMENTS TO ACCOMPANY THE <strong>OF</strong>FER : The following documents shall<br />

invariably accompany the offer, failing which the offer can be treated as<br />

invalid and liable to be summarily rejected without any correspondence with<br />

the firm. Hence the firm is well advised to ensure that all the minimum<br />

documents, as laid down hereunder are attached with their offer:-<br />

1.15.1 Earnest money amount drawn in favour of the FA & CAO / CON / N. E. Rly.<br />

Gorakhpur<br />

Signature of Tenderer(s)<br />

Date…………………<br />

14


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

1.15.2 Tender documents including prices & schedule duly signed and stamped in<br />

each page.<br />

1.15.3 Documents in support of financial solvency.(Solvency certificate from any<br />

Nationalized Bank ).<br />

1.15.4Clause wise compliance statement of technical specification/special conditions<br />

etc. with documentary support.<br />

1.15.5 Details of technical staff to be deployed for this project with their name,<br />

designation, Qualification and experience.<br />

1.15.6 Testimonials / Credentials / Documentary evidence and performance record in<br />

support of satisfactory performance of the equipment supplied and for<br />

satisfactory completion of the project / work executed and any other relevant<br />

information for the last five years. The firm should summarily submit list of<br />

works carried out, which are similar to the present work in the tender<br />

document.<br />

1.15.7 As the work is of special nature, requiring highly skilled technical expertise,<br />

the firm is required to establish that they possess the requisite skill, technical<br />

expertise, technical and skilled man power and all their equipments are of high<br />

quality, able to withstand the rigorous/intensive usage in <strong>Railway</strong><br />

Telecommunication applications.<br />

1.15.8 List of personnel, Organization available on hand and proposed to be engaged<br />

for the subject work.<br />

1.15.9 List of plant & Machinery available on hand ( own) and proposed to be<br />

inducted (own and hired to be given separately) for the subject work.<br />

Signature of Tenderer(s)<br />

Date…………………<br />

15


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

SECTION-II ,<br />

CHAPTER – II<br />

SPECIAL CONDITIONS <strong>OF</strong> TENDER AND CONTRACT<br />

2.1 GENERAL:<br />

2.1.1 These special conditions of Tender and Contract, the technical specifications<br />

and the schedule of works of this contract in addition to the General Condition<br />

of the Contract of N. E. <strong>Railway</strong> Edition – 1999 (although meant for use in<br />

connection with Civil Engineering Works, shall also be applicable for this<br />

contract), <strong>India</strong>n <strong>Railway</strong> Code for the Engineering Department with up-todate<br />

corrections, Standard Specifications for materials and works and the<br />

<strong>India</strong>n <strong>Railway</strong> Telecommunication Manual shall govern the work to be<br />

executed.<br />

2.1.2 Where there is any conflict between these specifications and conditions (as<br />

mentioned in Para 2.1.1 above) of contract on one hand and General<br />

Conditions of Contract of <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong> on the other hand, the<br />

former shall prevail.<br />

2.1.3 Any special conditions stated by the tenderer(s) in the covering letter<br />

submitted along with the tender shall be deemed to be the part of the contract<br />

to such extant only as have explicitly been accepted by the <strong>Railway</strong>s, and<br />

incorporated in the contract agreement.<br />

2.2 DEFINATIONS AND INTERPRETATIONS<br />

2.2.1 ”Engineer” shall mean the Assistant Signal & Telecommunication Engineer<br />

(Construction) and shall include the superior officers of Signal &<br />

Telecommunication Department of the N. E. <strong>Railway</strong> i.e. Divisional Signal &<br />

Telecommunication Engineer (Construction)/Deputy Chief Signal &<br />

Telecommunication Engineers / Chief Signal & Telecommunication Engineer /<br />

Construction<br />

2.2.2 Engineer-in-charge: As specified at page No. 2. “ Engineer-in-charge” will be<br />

the in-charge for execution of this work. However railway reserves the right to<br />

change the Engineer in charge at any stage due to any reason whatsoever.<br />

2.2.3 “Site engineer” shall mean any Sr. Section Engineer/Tele of Construction<br />

Organization authorized by the Engineer-in-charge.<br />

2.3 SCOPE <strong>OF</strong> THE WORK :<br />

The scope of the work broadly includes supply of materials and execution of the work<br />

as described in details in the schedule of work, drawings and technical specifications<br />

of the tender, unless deviations if any, specifically approved by the <strong>Railway</strong>.<br />

2.4 PROGRAMME <strong>OF</strong> WORKS :-<br />

2.4.1 (a) The contractor shall have necessary resources to execute the work so that<br />

the entire work is completed within a period as mentioned in the preamble<br />

from the date of issue of Letter of Acceptance of the tender.<br />

Signature of Tenderer(s)<br />

Date…………………<br />

16


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

(b)The Program of work to be followed is given as under:<br />

D: Date of issue of Letter of Acceptance from <strong>Railway</strong> to the<br />

Contractor.<br />

D+1/2 months Completion of supply of Scheduled materials.<br />

D+1 months Completion of 50% of Scheduled outdoor works .<br />

D+1-1/2 month Completion of 50% of remaining Scheduled outdoor works .<br />

D+2 month Testing and commissioning of entire outdoor works<br />

(c) The contractor shall be held responsible for the execution of the work<br />

according to the Programme given above for the execution of the work in full<br />

compliance of the approved plans and also the various clauses of the technical<br />

supplements, Technical specifications, instructions and drawings available<br />

separately. Failure to comply with any of these will be dealt with as per<br />

provision laid down in General Conditions of Contract and Instructions for<br />

Tenderers of the Engineering Department of the N.E.<strong>Railway</strong>.<br />

(d) The contractor on his part will have to employ labour in full strength<br />

commensurate with working area available. He will also arrange matching<br />

materials and equipment to complete the job most expeditiously so as to ensure<br />

that the work is completed in phases within the stipulated period<br />

(i) The tenderer should nominate a competent graduate Engineer as his<br />

representative on the works who will be authorized to receive and<br />

acknowledge materials issued by the <strong>Railway</strong> and take all orders issued<br />

by the inspecting officer of the <strong>Railway</strong><br />

(ii) Inspection Register shall be maintained at the site of work by the<br />

<strong>Railway</strong> wherein instructions regarding the working etc. shall be<br />

recorded by the Engineer or his executive subordinates. It is expected of<br />

the contractor or his representative at the site to note such instructions<br />

whenever asked upon to do so and take action accordingly.<br />

(iii) No facility whatsoever, e.g. provisions of approach road and<br />

provision of temporary level crossing etc. will be provided by <strong>Railway</strong><br />

for carting materials. Approach roads within the <strong>Railway</strong> limits can be<br />

used for carting materials.<br />

(iv)Programming Of Work To Avoid Interference With Train<br />

Movements:-The contractor will programme his work in such a manner<br />

so as not to interfere in the working and movement of trains. No extra<br />

payment shall be allowed on this account and for taking any<br />

precautions or wastage of contractor’s labour, time etc. due to train<br />

working.<br />

(v) Presence of Supervisors At Site :-<br />

(vi) No work of wiring, commissioning of equipment should be done<br />

unless and until contractors technical supervisors are present at site.<br />

(vii) The execution of all works must be restricted to one or at the most<br />

two sites at a time as it may not be possible for the railway to provide<br />

Signature of Tenderer(s)<br />

Date…………………<br />

17


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

more than two supervisors for supervision of the contractor’s work at<br />

any time.<br />

(viii) Progress Reporting :-The contractor shall submit to <strong>Railway</strong> at<br />

his own cost periodic progress reports at regular intervals regarding the<br />

state and progress of work. The details and Proforma of the report will<br />

mutually be agreed after award of the contract. Such reports shall be for<br />

daily man power, equipment and plant development, weekly work<br />

progress and monthly progress review reports. All actions as directed by<br />

IR pursuant to such reports shall be promptly attended to.<br />

2.4.2 The successful tenderer will however have no claim or right in the execution<br />

of any work which in the opinion of Engineer should be carried out<br />

departmentally or otherwise and the railway reserves the right at any time to<br />

keep back from the contract and carry out the work or any portion of the work<br />

through any other agency, it may think necessary, without assigning any<br />

reason. No claim for compensation / loss or whatsoever on this account will be<br />

entertained by the railway.<br />

2.4.3 No work on working installations shall be undertaken without the specific<br />

permission of the <strong>Railway</strong> representative and without the presence of <strong>Railway</strong><br />

representative at the site of the work<br />

2.4.4 The contractor shall be responsible for safe custody of all newly installed<br />

equipment including <strong>Railway</strong> materials, if any, till such time installation is<br />

completed in all respects and is taken over by the railway.<br />

2.4.5 The work during execution shall be subjected to checks and tests at all stages as<br />

prescribed in Technical Specification. The tests shall be carried out by the<br />

engineer-in-charge or his authorized representative. After taking the test a list<br />

of discrepancies / deficiencies, if any, shall be given to the contractor. The<br />

contractor shall be liable to remedy such discrepancies/ deficiencies as<br />

discovered during these tests and make good at his own cost, within a period of<br />

30 (Thirty) days from the date of testing.<br />

2.4.6 a) The contractor shall have to arrange adequate tools and measuring<br />

equipment for execution of the work at his own cost.<br />

b) If at any time, any materials or tools which the contractor would normally<br />

have to arrange for himself for executing the work is supplied by the <strong>Railway</strong><br />

either at the contractor’s request suo-moto in order to prevent possible delay in<br />

the execution of the work due to contractor’s inability to make adequate<br />

arrangements for the supply thereof or otherwise, such materials or tools may<br />

be made available to the contractor from the <strong>Railway</strong> stores if available at the<br />

discretion of engineer-in-charge. All handling thereof will be contractor’s<br />

responsibility. Recovery of a consolidated rent charge @1% (One percent) of<br />

book value of materials and/or tools per day (inclusive of holidays, lost<br />

working days and bandh etc.) shall be made from the contractor’s bill for such<br />

supply. The amount decided by the engineer-in-charge shall be binding on the<br />

contractor.<br />

Signature of Tenderer(s)<br />

Date…………………<br />

18


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

In case of loss or damage caused to materials and/or tools supplied as<br />

mentioned above recovery shall be made from the contractor in terms of clause<br />

No.2.11.4.<br />

c) If the materials or tools however, not available in <strong>Railway</strong> stock or railway<br />

decides not to supply the same, whatsoever be the reason, the railway shall not<br />

be bound to arrange for the supply nor will this fact be accepted as an excuse<br />

for delay in the execution of the work.<br />

2.4.7 While executing the work any increase of quantity up to 25% shall in no<br />

degree affect the validity of the contract and shall be performed by the<br />

contractor as provided therein and be subject to the same conditions,<br />

stipulations and obligations originally included and approved for in<br />

specification and drawings and the amount to be paid thereof shall be<br />

calculated in accordance with the accepted rates of the schedule.<br />

2.4.8 a)For completion of the work if any necessity arises for execution of excess<br />

quantity of any item (work as well as supply) beyond 25% of the quantity<br />

provided in the schedule of work, the contractor shall notify the engineer-incharge<br />

at least 7 (Seven) days in advance. The railway shall have the option to<br />

execute such extra work / supply by any other means and the contractor shall<br />

have no claim for loss or damage that may result from such procedure.<br />

b) The rates for such items increasing beyond 25% shall be decided in terms of<br />

clause No. 2.13.2(b).<br />

2.4.9 (a) COMMISSIONING & TESTING: After execution of all the items of the<br />

work as per schedule of the work the contractor will offer the entire work for<br />

commissioning tests with at least 15 (fifteen) days advance intimation to the<br />

Engineer-in-charge.<br />

In case of any faults detected during the said test, the contractor shall be<br />

responsible for localization of fault(s) and rectify of those at his own cost and<br />

then re-offer for testing, till the entire work is finally cleared for acceptance<br />

by the Engineer-in-charge<br />

Any special type of Measuring Instruments and accessories required for<br />

Commissioning Testing of the installations are to be arranged and brought at<br />

site by the contractor at his cost.<br />

2.4.9 (b) SUPPLY <strong>OF</strong> COMPLETION PLAN / DRAWINGS :- The contractor shall<br />

submit completion plan / drawings duly bound in book form and in four copies<br />

along with the commissioning of the system.<br />

2.5 COMPLETION <strong>OF</strong> WORK : After executing the entire work including Commissioning &<br />

Testing the contractor shall give one week’s notice in writing to the engineer-incharge<br />

to take over the installation. The engineer-in-charge shall accept and take over<br />

the entire work after satisfying that the work has been executed properly and all the<br />

requirements of Commissioning Tests have been met by the contractor, then only the<br />

work shall be treated as to have been completed by the contractor.<br />

Signature of Tenderer(s)<br />

Date…………………<br />

19


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

The date of taking over of the entire work as mentioned above, shall be treated as the<br />

date of completion of the work, for all purposes, in this contract.<br />

2.6 COMPLETION PERIOD: Time is the essence of the contract. The contractor will have to<br />

complete the work, as defined in Clause No. 2.5 above within sprecified period as<br />

mentioned at page No. 2 from the date of issue of the letter of acceptance of his<br />

tender, unless any extension to the date of completion is granted subsequently,<br />

(period being inclusive of monsoon). If extension to completion period is granted with<br />

imposition of Liquidated Damages, recovery of Liquidated Damage will be made @<br />

0.5% per week or part thereof on the total value of the contract in terms of clause on<br />

17(4) of the General Condition of Contract.<br />

The entire work shall be completed within the stipulated period except for any delays<br />

due to :<br />

a) Non supply of materials by the <strong>Railway</strong> Administration on demand of contractor.<br />

b) Decision not given by <strong>Railway</strong> administration on technical matters referred to by the<br />

contractor.<br />

c) Hindrance created by any other department.<br />

d) Disconnection not permitted by Operating Department causing delay to the work.<br />

e) Demarcation not given in time on demand.<br />

f) Power failure and power cuts.<br />

i) Due to any force de majure clause mentioned in the time limitation.<br />

Provided the delay in completion of works which is attributed by the contractor to<br />

the <strong>Railway</strong>’s causes mentioned above should be advised in writing to the <strong>Railway</strong><br />

Engineer immediately by the contractor for rectification/investigation. If such advice<br />

in writing is not given the delay will not be accepted by the <strong>Railway</strong> and no extension<br />

will be granted on this account.<br />

2.7 TIME LIMITATION: Subject to any requirement in the contract as to execution of<br />

any portion or portions of the work before completion of the whole, the contractor<br />

shall fully and finally complete the whole of the work comprised in the contract by<br />

the date entered in the contract, provided that if any modifications have been ordered<br />

which, in the opinion of the railway engineer have materially increased the<br />

magnitude of the work, then such extension of the contract date of completion may<br />

be granted as shall appear to the <strong>Railway</strong> Engineer to be reasonable in the<br />

circumstances, provided moreover that the contractor shall be responsible for<br />

requesting such extension of the date as he may consider necessary as soon as cause<br />

thereof shall arise and in any case not less than one month before expiry of the<br />

original date fixed for completion of the work.<br />

In all cases where extension of the contract date of completion is required the<br />

contractor shall have to make normal request in writing to the Engineer-in-charge of<br />

the work who shall then promptly forward such request to the competent authority<br />

with his clear and complete comments, recommendation and any other information as<br />

necessary for obtaining final decision by the competent authority.<br />

2.8 INSPECTION <strong>OF</strong> THE MATERIALS TO BE SUPPLIED BY THE CONTRACTOR:<br />

2.8.1 Material to IRS/RDSO design or specification shall be inspected by RDSO as<br />

per their latest inspection policy before they are finally used in works.<br />

Signature of Tenderer(s)<br />

Date…………………<br />

20


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

Materials other than this shall be inspected by Purchaser Engineer or his<br />

representative at site or manufacturer's premises.<br />

2.8.2 Materials put up for inspection shall be exactly of the type and quantity laid<br />

down in the schedule of materials. Any variation shall require the prior<br />

approval of the <strong>Railway</strong> before the material is manufactured or tendered for<br />

inspection.<br />

2.8.3 All materials that are not covered under the specification, designs and<br />

drawings of RDSO/TEC etc. shall be procured from the manufacturers of<br />

repute/their authorized dealers. Such materials are to be approved by <strong>Railway</strong><br />

Engineer. The Contractor may be required to produce test certificate from the<br />

manufacturer wherever called for by the Engineer.<br />

2.8.4 The cost of services of <strong>Railway</strong> Engineers or other personnel for inspection of<br />

material will be to the <strong>Railway</strong>’s account subject to other provisions herein<br />

contained. The contractor shall give at least 4 weeks notice to the purchaser or<br />

his nominee to enable him to arrange necessary inspection.<br />

2.8.5 During the execution of the contract, samples may be taken from all the<br />

materials employed for the purpose of test and/or analysis under the conditions<br />

laid down in specification; such samples to be prepared for testing and<br />

forwarded to the testing entity shall be free of all costs to the <strong>Railway</strong><br />

2.8.6 The decision of the purchaser or his successor shall be final in respect of<br />

acceptability or otherwise of any material, equipment etc. required for the<br />

work. The cost of equipment and materials, all tests and/or analysis performed<br />

for inspection shall be borne by the contractor.<br />

2.8.7 All expenses of the purchasers representative shall be borne by the purchaser<br />

whether the inspected material is utilized in the work or not.<br />

2.8.8 The Firm/Manufacturer should have valid type approval for the items on the<br />

date of opening of tender, which should be submitted along with the tender<br />

form.<br />

2.9 INSPECTION <strong>OF</strong> WORKS:<br />

Field Book and Order Book in terms of Para 1122E and 1123E respectively of the<br />

Engineering Code shall be maintained at the site of the work by <strong>Railway</strong> wherein<br />

instructions regarding the working etc. shall be recorded by the Engineer or his<br />

executive subordinates. It is expected of the contractor or his representative at the site<br />

to note such instructions whenever asked upon to do so and take action accordingly.<br />

In the Field Book, the date of inspection and particulars of any special features,<br />

incorrect practice(s) and deficiencies observed in the work being executed and/or<br />

materials supplied by the contractor shall be recorded by the Engineer or his<br />

executive subordinates. It will be the responsibility of the contractor to rectify the<br />

deficiencies observed (if any) at his own cost and also to prevent any recurrence.<br />

Complaints, deficiencies if any, pointed out by the contractor or his representative<br />

shall also be recorded in this book.<br />

In the Order Book, all instructions issued by the engineer or the supervisor to the<br />

contractor or his representative as the case may be, shall be entered. The contractor(s)<br />

Signature of Tenderer(s)<br />

Date…………………<br />

21


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

or his/their representative at the site shall acknowledge such instructions whatever<br />

asked upon to do and take action accordingly.<br />

2.10 REPRESENTATION ON WORKS :<br />

The contractor(s) shall nominate in writing his representative(s) on the works who<br />

will be authorized to receive and acknowledge materials issued by the <strong>Railway</strong> and<br />

take all orders issued by the inspecting official of the <strong>Railway</strong>, as mentioned in clause<br />

No. 2.9 above before commencement of execution of work at site, with intimation to<br />

the engineer-in-charge well in advance. Contractor shall also ensure that at least one<br />

nominated representative remains available at site during execution of work.<br />

2.11 SUPPLY <strong>OF</strong> MATERIALS BY RAILWAY:<br />

2.11.1 Subject to any requirement in the contract as to execution of any portion or<br />

portions of the work before completion of the whole, the contractor shall fully<br />

and finally complete the whole of the work comprised in the contract by the<br />

date entered in the contract, provided that if any modifications have been<br />

ordered which, in the opinion of the railway engineer have materially<br />

increased the magnitude of the work, then such extension of the contract date<br />

of completion may be granted as shall appear to the <strong>Railway</strong> Engineer to be<br />

reasonable in the circumstances, provided moreover that the contractor shall<br />

be responsible for requesting such extension of the date as he may consider<br />

necessary as soon as cause thereof shall arise and in any case not less than one<br />

month before expiry of the original date fixed for completion of the work.<br />

All materials shall be supplied by the contractor at consignee’s store. These store<br />

will be issued to the contractor from consignee’s store. The contractor will transport<br />

the materials by their own means free of charge to the site .<br />

2.11.2 (a)The contractor shall take delivery of materials to be supplied by the <strong>Railway</strong><br />

at Godown of consignee’s store and make his own arrangement for working<br />

out the materials to the site at his own cost. The contractor shall be responsible<br />

for checking before taking delivery that the materials given to him are all in<br />

good condition. Any replacement required for defective or broken parts have<br />

to be requisitioned and obtained by the contractor from the <strong>Railway</strong> stores<br />

depot of consignee after returning the defective or broken equipment provided<br />

the Engineer is satisfied that such breakage or defects etc. is not due to<br />

negligence etc. of the contractor or his representatives.<br />

(b) Issue of materials for execution of work :<br />

All the materials (<strong>Railway</strong> materials as well as those to be supplied by the<br />

contractor and duly accepted by the Rly.) shall be handed over to the<br />

contractor at any time for execution of the work depending upon the progress<br />

and item of the work to be executed. The contractor shall furnish a<br />

“INDEMNITY BOND” for a sum equal to the cost of materials proposed to be<br />

taken by him. The Indemnity Bond shall be made strictly as per the format<br />

given in Annexure and its validity should be at least three months beyond the<br />

date of completion period. The quantity of materials shall be given by the<br />

railway at any time shall not exceed the value of the “INDEMNITY BOND”<br />

Signature of Tenderer(s)<br />

Date…………………<br />

22


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

furnished by the contractor. The Indemnity Bond shall not be released till<br />

such time the materials for which the INDEMNITY BOND is furnished are<br />

installed and handed over with full accountal to the railway by the contractor.<br />

2.11.3 The materials issued by the <strong>Railway</strong> shall be used solely and economically for<br />

the purpose of the works covered under this contract only. The materials shall<br />

be used in such quantity and manner as are indicated in the schedule or in the<br />

relevant specifications or drawings as approved by the Engineer whose<br />

decision thereon shall be final. Wastage and damage to such materials in any<br />

manner shall not be caused by the contractor.<br />

2.11.4 The contractor shall be liable to render full accountal for the materials issued<br />

by the <strong>Railway</strong>. If the quantity of the <strong>Railway</strong> materials is consumed in excess<br />

or wasted or damaged or lost or otherwise not satisfactorily accounted for,<br />

recovery shall be made from the contractor at twice the assessed rate of<br />

materials, prevailing at the time of last issue of the materials, if necessary by<br />

encashing the Indemnity Bond mentioned in Clause No. 2.11.2(b). The<br />

assessed rate will be calculated by escalating the N.E.Rly’s last purchase rate at<br />

the rate of 12% (Twelve percent) cumulative per year or part there of.<br />

Materials consumed in excess or wasted or damaged or lost or unsatisfactorily<br />

accounted for shall be similarly charged to the contractor at the above rate<br />

2.12 RETURN <strong>OF</strong> RAILWAY MATERIALS:<br />

The contractor has to return at his cost any cut pieces of wires /Cable etc. that may be<br />

left out and any surplus materials from the work and other packing materials that<br />

might have been handed over to him. These shall be handed over to consignee. The<br />

contractor shall take proper written acknowledgement from the representative of the<br />

engineer-in-charge for all the materials returned by him.<br />

2.13 RATES FOR ITEMS :<br />

2.13.1 (a) The rate quoted by the contractor in the schedule shall be inclusive of all<br />

taxes and charges for labour, transportation, plants and equipment, tools, fuel<br />

and consumable (if any) etc.<br />

(b) All prices and other information like discounts etc. having a bearing on the<br />

price shall be written both in figures and in words in the prescribed offer form.<br />

In case of difference in words and figures the amount written in words will be<br />

taken into consideration.<br />

No price escalation of the rate(s) shall ordinarily apply under this contract.<br />

However, tenderer(s), wishing to quote with any price variation condition,<br />

shall furnish clearly and unambiguously the formula for the same, subject to<br />

acceptance of the railway, without which his / their offer is liable to be<br />

rejected.<br />

(c) On specific demand by the contractor, “Form D” can be issued to avail<br />

concessional rate of Central Sales Tax (CST) on supply items which are to be<br />

mentioned clearly in the offer.<br />

Signature of Tenderer(s)<br />

Date…………………<br />

23


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

(d) The tenderer(s) are advised to judiciously offer item-wise rate,<br />

commensurate to the very item of work and/or supply otherwise his/their<br />

tender is liable to be passed over irrespective of the total cost quoted.<br />

(e) However if due to any special reason like materials/work force etc. being<br />

available as surplus with the contractor which may influence the quoted<br />

rate(s), the same may be explained against each such item(s).<br />

2.13.2 (a) Variation in quantity:<br />

New Clause 42(4) to <strong>India</strong>n <strong>Railway</strong>s General Conditions of Contract.<br />

(Ref: Item-9 to <strong>Railway</strong> Board’s letter No. 2007/CE-I/CT/18, dated 28.09.2007 and<br />

Item-2 to letter no.2007/CE.I/CT/18 Pt.XII, dated 31.12.2010)<br />

The procedure detailed below shall be adopted for dealing with variations in<br />

quantities during execution of works contracts :<br />

1. Individual NS items in contracts shall be operated with variation of plus or minus<br />

25% and payment would be made as per the agreement rate. For this, no finance<br />

concurrence would be required.<br />

2. In case an increase in quantity of an individual item by more than 25% of the<br />

agreement quantity is considered unavoidable, the same shall be got executed by<br />

floating a fresh tender. If floating a fresh tender for operating that item is considered<br />

not practicable, quantity of that item may be operated in excess of 125% of the<br />

agreement quantity subject to the following conditions :<br />

(a) Operation of an item by more than 125% of the agreement quantity needs the<br />

approval of an officer of the rank not less than S.A.Grade.<br />

(i) Quantities operated in excess of 125% but upto 140% of the agreement quantity of the<br />

concerned item, shall be paid at 98% of the rate awarded for that item in that<br />

particular tender;<br />

(ii) Quantities operated in excess of 140% but upto 150% of the agreement quantity of the<br />

concerned item shall be paid at 96% of the rate awarded for that item in that<br />

particular tender.<br />

(iii)Variation in quantities of individual items beyond 150% will be prohibited and would<br />

be permitted only in exceptional unavoidable circumstances with the concurrence of<br />

associate finance and shall be paid at 96% of the rate awarded for that item in that<br />

particular tender.<br />

The variation in quantities as per the above formula will apply only to the Individual<br />

items of the contract and not on the overall contract value.<br />

Execution of quantities beyond 150% of the overall agreemental value should not be<br />

permitted and, if found necessary, should be only through fresh tenders or by negotiating<br />

with existing contractor, with prior personal concurrence of FA&CAO/FA&CAO(C) and<br />

approval of General Manager.<br />

3. In case where decrease is involved during execution of contract:<br />

(a) The contract signing authority can decrease the items upto 25% of individual item<br />

without finance concurrence.<br />

(b) For decrease beyond 25% for individual items or 25% of contract agreement value,<br />

the approval of an officer not less than rank of S.A. Grade may be taken, after<br />

Signature of Tenderer(s)<br />

Date…………………<br />

24


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

obtaining ‘No Claim Certificate’ from the contractor and with finance concurrence,<br />

giving detailed reasons for each such decrease in the quantities.<br />

(c) It should be certified that the work proposed to be reduced will not be required in the<br />

same work.<br />

4. The limit for varying quantities for minor value items shall be 100% (as against 25%<br />

prescribed for other items). A minor value item for this purpose is defined as an item<br />

whose original agreement value is less than 1% of the total original agreement value.<br />

5. No such quantity variation limit shall apply for foundation items.<br />

6. As far as SOR items are concerned, the limit of 25% would apply to the value of SOR<br />

schedule as a whole and not on individual SOR items. However, in case of NS items,<br />

the ,imit of 25% would apply on the individual items irrespective of the manner of<br />

quoting the rate(single percentage rate or individual item rate).<br />

7. For the tenders accepted at Zonal <strong>Railway</strong>s level, variations in the quantities will be<br />

approved by the authority in whose powers revised value of the agreement lies.<br />

8. For tenders accepted by General Manager, variations upto 125% of the original<br />

agreement value may be accepted by General Manager.<br />

9. For tenders accepted by Board Members and <strong>Railway</strong> Ministers, variations upto 110%<br />

of the original agreement value may be accepted by General Manager.<br />

10. The aspect of vitiation of tender with respect to variation in quantities should be<br />

checked and avoided. In case of vitiation of the tender (both for increase as well as<br />

decrease of value of contract agreement), sanction of the competent authority as per<br />

single tender should be obtained.<br />

2.13.2 (b) Condition regarding use of contractor’s vehicles and equipments: The vehicles<br />

and equipments available with the contractor can be draft by the <strong>Railway</strong><br />

Administration in case of Accidents/ Natural calamities involving human lives. For<br />

the payment purposes, this item may be operated treating as a Non- Schedule (N.S.).<br />

2.13.2 (c) CONDITION AND RATES FOR USE <strong>OF</strong> RAILWAY LAND AS<br />

ACCOMODATION DURING CONTRACT PERIOD: The rate for use of railway<br />

accomodation during contract period will be applicable in accordance with prevailing<br />

rules framed by railway from time to time.<br />

2.13.3 In the event of any reduction in the quantity to be supplied or work to be<br />

executed for any reasons whatsoever the contractor shall not be entitled to any<br />

compensation but shall be paid only for the actual amount of work done or<br />

quantity of supply made in accordance with the accepted rate of the schedule.<br />

Supply of materials and works not covered by the schedule of work but<br />

necessary for completion of the work as per approved plan will be executed by<br />

the contractor, for which contractor will quote separately.<br />

2.13.4 Site facilities : The rates should be deemed to include charges for any and all<br />

site facilities that are considered necessary for the execution of the work unless<br />

otherwise indicated in the contract. In this connection, specific attention is<br />

drawn to stipulations in clause 1(1) of the general condition of the contract.<br />

2.14 MEASUREMENTS & PAYMENT FOR WORKS:<br />

Signature of Tenderer(s)<br />

Date…………………<br />

25


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

(a) In terms of clause No. 45 of General Condition of Contract<br />

measurements of the work in progress shall be taken and recorded in<br />

the prescribed official Measurement Book from time to time and at such<br />

intervals as in the opinion of the engineer-in-charge shall be proper<br />

having regard to the progress of the work. The contractor shall be<br />

present at the site and shall sign the results of the measurements (which<br />

shall also be signed by the engineer-in-charge or his authorized<br />

representative) recorded in the aforesaid measurement book as an<br />

acknowledgement of his acceptance of the accuracy of the<br />

measurements.<br />

(b) 90% of the charges for execution of each activity will be paid to the<br />

contractor on its completion duly verified by the <strong>Railway</strong><br />

representative. This will be subject to the submission of written<br />

certificate of the <strong>Railway</strong> representative that the work has completely<br />

been done in all respect.<br />

(c) 10% against the execution of each activity will be paid to the<br />

contractor after the completion of the entire work..<br />

2.15 DEDUCTION <strong>OF</strong> INCOME TAX:<br />

The railway shall at the time of arranging payment to the contractor be<br />

entitled to deduct Income Tax on the gross amount of each bill, at specified<br />

rate decided by <strong>Railway</strong> Board from time to time . An Income Tax Deduction<br />

Certificate can be issued to the firm on demand and the final settlement of<br />

Income Tax should be made with concerned income tax authority.<br />

2.16 DEDUCTION <strong>OF</strong> SALES TAX :<br />

Deduction of the sales tax at a rate applicable in the state of U. P. will be made<br />

at source from the payment made to the Contractor for carrying out works by<br />

the N. E. <strong>Railway</strong> Administration. In view of the above, <strong>Railway</strong><br />

Administration decided to deduct the Sales Tax from each running bill and<br />

deposit the same in treasury of Respective Governments and any adjustment of<br />

deduction to be made on final bill. The % (Percentage) of deduction will vary<br />

as per the directive of the State Govt.<br />

2.17 ATTENDING DEFECTS WITHIN FREE MAINTENANCE PERIOD UNDER<br />

WARRANTY:<br />

The contractor shall be bound to rectify free of cost at site any defects and/or<br />

short comings that may arise in the work executed for a period of 365 (Three<br />

hundred sixty five ) days after completion and taking over of the installation<br />

by the railway (as defined in clause No. 2.5 ). The aforesaid maintenance<br />

period of 365 days shall be reckoned from the date of taking over the work by<br />

the railway, excluding day(s) that will elapse, from the date of sending the<br />

intimation by the railway, to the Contractor (at his last known address) up to<br />

the date of completion of rectification. Should any dispute arise as to the<br />

correctness of the defects pointed out, the decision of Engineer-in-charge in<br />

this regard shall be final and binding. The necessary disconnection of working<br />

Signature of Tenderer(s)<br />

Date…………………<br />

26


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

circuits / equipment (if any ) for carrying out rectification shall be arranged by<br />

the Engineer-in-charge and such work shall be done only in presence of his<br />

authorized representative.<br />

After completion of such rectification works, all the circuits and equipment<br />

shall be tested and checked thoroughly by authorized representative of the<br />

Engineer-in-charge before reintroduction of normal working.<br />

2.18 ARBITRATION:<br />

(a) All disputes on difference of any kind whatsoever arising out of or in<br />

connection with the contract. Whether during the progress of the work or<br />

after the completion and whether before or after the determination of the<br />

contract shall be referred by the contractor to the <strong>Railway</strong> and the <strong>Railway</strong><br />

shall within a reasonable time after their presentation make and notify<br />

decisions thereon in writing. The decision direction and certificates with<br />

respect to any matters/decision of which is specially provided for by these<br />

conditions given and made by the <strong>Railway</strong>, which matter are referred to<br />

hereinafter as “Excepted Matters” shall be final and binding upon the<br />

contractor and shall not be set aside or attempted to be set aside on account of<br />

any informality, omission, delay or error in preceding kin or about the same or<br />

any other ground or any other reason and shall be without appeal.<br />

(b) If the contractor is dissatisfied with the decision of the <strong>Railway</strong>, on any<br />

matter in-question, dispute or difference or any account or as to the<br />

withholding by the <strong>Railway</strong> of any certificates to which the contractor may<br />

claim to be entitled to or the <strong>Railway</strong> fails to make a decision within a<br />

reasonable time, then in any such case but except in any of the “Excepted<br />

Matters” referred in Para 2.18 (a) of these conditions, the contractor shall<br />

within 10 days of the receipt of the communications of such decision or after<br />

the expiry of the reasonable time as the case may be, demand in writing that<br />

such matters in question dispute or difference be referred to arbitration.<br />

(c) All the arbitration matters referred in Para 2.18(b) above shall be guided by<br />

the rules No.62 and 63 of Regulation for Tender Contracts, General Condition<br />

of Contract and Standard Specification Book,1993 edition issued by Chief<br />

Engineer, N. E. <strong>Railway</strong>.<br />

2.19 PROGRAMMING <strong>OF</strong> WORK TO AVOID INTERFERENCE WITH TRAIN<br />

MOVEMENTS:<br />

The contractor will programme his work in such a manner so as not to<br />

interference in the working and movement of trains. No extra payment shall<br />

be allowed on this account and for taking any precautions on wastage of<br />

contractor’s labour, time etc. due to train working.<br />

2.20 SITE CLEARANCE: At the end of work at each station, the contractor shall as<br />

a part of his contractual obligation leave the area completely cleared of rubbish<br />

and obstructions of all kinds according to the instructions of the <strong>Railway</strong>’s<br />

representatives. Besides, he shall take execution of work to avoid the presence<br />

Signature of Tenderer(s)<br />

Date…………………<br />

27


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

of loose earth and ballast on platforms, in drains, on the track formation and<br />

pathways in the vicinity. If within fortnight of completion of the particular<br />

item of work, the refuge is not cleared, the <strong>Railway</strong> will arrange to get them<br />

removed at the cost of the contractor. However, before the railway actually<br />

gets the site cleared, intimation in writing shall be sent to the contractor.<br />

2.21 PROGRESS REPORTING :<br />

The contractor shall submit to <strong>Railway</strong> at his own cost periodic progress reports<br />

at regular intervals regarding the state and progress of work. The details and<br />

Proforma of the report will be mutually be agreed after award of the contract.<br />

Such reports shall be for daily man power, equipment and plant development,<br />

weekly work progress and monthly progress review reports. All actions as<br />

directed by Engineer-in-charge pursuant to such reports shall be promptly<br />

attended to.<br />

2.22 PRESENCE <strong>OF</strong> SUPERVISORS AT SITE :<br />

(I) No work of wiring, commissioning of equipment, cable laying, jointing and<br />

balancing should be done unless and until contractors & Rly’s technical<br />

supervisors are present at site.<br />

(II) The execution of works in respect of and connected with laying of cables<br />

must be restricted to one or at the most two sites at a time as it may not be<br />

possible for the railway to provide more than two supervisors for supervision<br />

of the contractor works at any time.<br />

2.23 FORCE MAJURE :<br />

2.23.1 If, at any time, during the continuance of the agreement, the performance in<br />

whole or in part by either party of any obligation under the agreement shall be<br />

prevented or delayed by reasons of any war, hostile acts of the enemy, civil<br />

commotion, sabotage, fires, floods, explosions, epidemics, quarantine<br />

restrictions, strikes and lock-outs and any statute, statute rules, regulations,<br />

orders or requisitions issued by any Govt. Department or a competent<br />

authority or acts of God (hereinafter referred to as eventualities), then<br />

provided notice of the happening of any such eventuality is given by either<br />

party to the other within fifteen days from the date of occurrence thereon,<br />

neither party shall, by reason of such eventualities be entitled to terminate<br />

this contract agreement nor shall either party have any claim for damages<br />

against the other in respect of such non-performance or delay in performance.<br />

2.23.2 Performance of the contract agreement shall, however, be resumed as soon as<br />

practicable after such eventuality has come to an end or ceased to exist.<br />

Provided that, if performance in whole or part of any obligation under the<br />

contract agreement is delayed by means of any such eventuality for a period<br />

exceeding six months, either party may, at his option, terminate the contract<br />

agreement provided further that in the event of such prevention or delay as<br />

aforesaid, then, instead of exercising the option, both parties may consult with<br />

each other with a view to agreeing between them the action mutually to be<br />

Signature of Tenderer(s)<br />

Date…………………<br />

28


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

taken in order to minimize the effects of such prevention or delay and<br />

continue the operation of this contract agreement.<br />

2.24 PERFORMANCE GUARANTEE BOND :<br />

Revised Clause 16(4) to <strong>India</strong>n <strong>Railway</strong>s General Conditions of Contract<br />

(Ref: Item-1 to <strong>Railway</strong> Board’s letter no.2007/CE.I/CT/18 Pt.XII dated 31.12.2010)<br />

The procedure for obtaining Performance Guarantee is outlined below:<br />

The successful bidder shall have to submit a Performance Guarantee(PG) within 30<br />

(thirty) days from the date of issue of Letter of Acceptance (LOA). Extension of time<br />

for submission of PG beyond 30(thirty) days and up to 60 days from the date of issue<br />

of LOA may be given by the Authority who is competent to sign the contract<br />

agreement. However, a penal interest of 15% per annum shall be charged for the<br />

delay beyond 30 (thirty) days, i.e. from 31 st day after the date of issue of LOA. In case<br />

the contractor fails to submit the requisite PG even after 60 days from the date of issue<br />

of LOA, the contract shall be terminated duly forfeiting EMD and other dues, if any<br />

payable against that contract. The failed contractor shall be debarred from<br />

participating in re-tender for that work.<br />

The successful bidder shall submit the Performance Guarantee (PG) in any of the<br />

following forms, amounting to 5% of the contract value:<br />

A deposit of Cash;<br />

Irrevocable Bank Guarantee.<br />

Government Securities including State Loan Bonds at 5% below the market value.<br />

Deposit Receipts, Pay Orders, Demand Drafts and Guarantee Bonds. These forms of<br />

Performance Guarantee could be either of the State Bank of <strong>India</strong> or of any of the<br />

Nationalized Banks;<br />

Guarantee Bonds executed or Deposits Receipts tendered by all Scheduled Banks;<br />

A Deposit in the Post Office Saving Bank;<br />

A Deposit in the National Savings Certificates;<br />

Twelve years National Defence Certificates;<br />

Ten Years National Defence Certificates<br />

National Defence Bonds and<br />

Unit Trust Certificates at 5% below market value or at the face value whichever is<br />

less.<br />

Also, FDR in favour of FA&CAO (free from any encumbrance) may be accepted.<br />

NOTE:-The instruments as listed above will also be acceptable for Guarantees in case of<br />

Mobilization Advance.<br />

The Performance Guarantee shall be submitted by the successful bidder after the<br />

Letter of Acceptance (LOA) has been issued, but before signing of the contract<br />

agreement. This P.G. shall be initially valid upto the stipulated date of completion<br />

plus 60 days beyond that. In case, the time for completion of work gets extended the<br />

contractor shall get the validity of P.G. extended to cover such extended time for<br />

completion of plus 60 days.<br />

The value of PG to be submitted by the contractor will not change for variation upto<br />

25% (either increase or decrease). In case during the course of execution, value of the<br />

Signature of Tenderer(s)<br />

Date…………………<br />

29


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

contract increase by more than 25% of the original contract value, an additional<br />

Performance Guarantee amounting to 5% (five percent) for the excess value over the<br />

original contract value shall be deposited by the contractor.”<br />

The Performance Guarantee (PG) shall be released after physical completion of the<br />

work based on ‘Completion Certificate’ issued by the competent authority stating that<br />

the contractor has completed the work in all respects satisfactorily. The Security<br />

Deposit shall, however, be released only after expiry of the maintenance period and<br />

after passing the final bill based on ‘No Claim Certificate’ from the contractor.<br />

Whenever the contract is rescinded, the Security Deposit shall be forfeited and the<br />

Performance Guarantee shall be encashed. The balance work shall be got done<br />

independently without risk & cost of the failed contractor. The failed contractor shall<br />

be debarred from participating in the tender for executing the balance work. If the<br />

failed contractor is a JV or a Partnership firm, then every member/partner of such a<br />

firm shall be debarred from participating in the tender for the balance work in his/her<br />

individual capacity or as a partner of any other JV/Partnership firm.<br />

The engineer shall not make a claim under the Performance Guarantee except for<br />

amounts to which the President of <strong>India</strong> is entitled under the contract (not<br />

withstanding and/or without prejudice to any other provisions in the contract<br />

agreement) in the event of :<br />

(i)Failure by the contractor to extend the validity of the Performance Guarantee as<br />

described herein above, in which event the Engineer may claim the full amount of the<br />

Performance Guarantee.<br />

(ii)Failure by the contractor to pay President of <strong>India</strong> any amount due, either as<br />

agreed by the contractor or determined under any of the Clauses/Conditions of the<br />

Agreement, within 30 days of the service of notice to this effect by Engineer.<br />

(iii)The Contract being determined or rescinded under provision of the GCC, the<br />

Performance Guarantee shall be forfeited in full and shall be absolutely at the disposal<br />

of the President of <strong>India</strong>.<br />

2.25 TRANSPORTATION <strong>OF</strong> MATERIALS.<br />

All the materials will be delivered by the <strong>Railway</strong>s from the <strong>Railway</strong> Depot as<br />

indicated in Preamble. The contractor shall transport the materials from Depot<br />

to site of work free of charge. The Road permit will be issued by the <strong>Railway</strong><br />

on demand of contractor.<br />

2.26 ASPECT <strong>OF</strong> VITIATION:<br />

During the execution stage or after completion of work, due to variation in the<br />

quantities of various items if it is seen that the contract is vitiated, the<br />

contractor will be paid only the lowest amount for the quantities executed,<br />

taking into account of all the valid offers for this tender.<br />

Signature of Tenderer(s)<br />

Date…………………<br />

30


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

SECTION – II<br />

CHAPTER – III<br />

FORMS <strong>OF</strong> TENDERS ETC.<br />

The following forma are being used in connection with works contract. Form No. 1 is<br />

with the tender document and other forms can be had from office of the<br />

CSTE/Constructuion/N.E.<strong>Railway</strong>/ Gorakhpur as and when needed on any working<br />

day.<br />

Form No. 1 : Offer Letter<br />

Form No. 3 : Agreement.<br />

Form No. 5 : Statement of Deviations.<br />

Form No. 6 : Standing Indemnity Bond for Stores supplied by <strong>Railway</strong>.<br />

Form No. 7 : System Performance Guarantee.<br />

Form No. 9 : Certificate for Joint Inspection of Cable Trench and Protective Works.<br />

Form No. 10 : Acknowledgement for receiving materials from <strong>Railway</strong>s.<br />

Form No. 11 : Extension of period of completion of work.<br />

Form No. 12 : Qualification Experience.<br />

Signature of Tenderer(s)<br />

Date…………………<br />

31


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

FORM – 1<br />

<strong>OF</strong>FER LETTER<br />

To,<br />

The President of <strong>India</strong>, Acting through<br />

Dy.Chief Signal & Telecom. Engineer/ Con ( or his Successor ),N. E. <strong>Railway</strong>,Izzatnagar.<br />

I/We ———————————————————————— have read the various conditions to<br />

tender attached here to and hereby agree to ABIDE BY THE SAID CONDITIONS. I/We also agree to<br />

keep this tender open for acceptance for a period of 180 days from the date fixed for opening the<br />

same and in default thereof, I/We will be liable for forfeiture of my/our Earnest Money. I/We offer to<br />

do the work for——————————————(Name of work )section of ___________ <strong>Railway</strong> at<br />

the rates quoted in the attached Schedules and hereby bind myself/ourselves to complete the work<br />

within ( 4 ) months from the date of issue of Letter of Acceptance of the tender. I/We also hereby<br />

agree to abide by the General and Special Conditions of Contract and to carry out the work according<br />

to the Specifications for materials and works laid down by the <strong>Railway</strong>s for the present contract.<br />

A sum of Rs. ----------------- only is herewith forwarded as “Earnest Money”. The full value<br />

of Earnest Money shall stand forfeited without prejudice to any other rights or remedies if,<br />

(a) I/We do not execute the contract Agreement within 21 days after receipt of notice issued by<br />

the <strong>Railway</strong> that such documents are ready or,<br />

(b) I/We do not commence the work within 10 days after receipt or orders to that effect.<br />

3. Until a formal agreement is prepared and executed the acceptance of this tender shall constitute<br />

a binding contract between us subject to modifications, as may be mutually agreed to between us and<br />

indicated in the “Letter of Acceptance” of my/our offer for this work.<br />

SIGNATURE <strong>OF</strong> CONTRACTOR(S)<br />

DATE:<br />

SIGNATURE <strong>OF</strong> WITNESS:<br />

1……………………………………<br />

2-……………………………………<br />

CONTRACTOR(S) ADDRESS<br />

…………………………..<br />

………………………………<br />

ACCEPTANCE <strong>OF</strong> TENDERS<br />

I accept the tender as above and agree to pay the rate as entered in Schedule of rates and quantities.<br />

WITNESS<br />

1._____________________<br />

2._____________________<br />

DY.CSTE/ CON/ N.E.RAILWAY/ Izzatnagar<br />

for & on behalf of President of <strong>India</strong>.<br />

DATE_________<br />

Signature of Tenderer(s)<br />

Date…………………<br />

32


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

SECTION-III<br />

CHAPTER-I<br />

RAILWAY TELECOMMUNIICATION SYSTEM ON SAID SECTION <strong>OF</strong> N. E. RAILWAY<br />

Contractor should consult site engineer and understand the telecommunication system exists<br />

in the section before starting the work<br />

1 Control CIRCUITS:<br />

1.1 The control circuits used in railway system are of omnibus voice control type<br />

wherein large number of telephones are connected across one voice channel in<br />

parallel at way side stations. The controller in control office is given the<br />

facility of selectively calling any station /control point for giving instructions<br />

or receiving information. No ringing facility is necessary from station or<br />

control point to controller as controller is always available at his place. It is<br />

also possible for any two or more stations to communicate with each other<br />

once they are called by controlled and are on line.<br />

1.2 The conventional control circuits work on Quad cable system. On AC traction<br />

the control circuits will work on 4 Wire system through underground cables.<br />

1.3 The following are the various arrangement by which the overhead circuits can<br />

be transferred to underground telecommunication cable .<br />

i) Optical fibre cable for control communication with Quad communication<br />

for Emergency communication.<br />

ii) Optical Fibre cable for control communication with 6 quad Copper cable<br />

for Emergency, Block & Gate operations.<br />

In case of option i & ii some times it may also be desired/recommended to also have<br />

mobile communication between Driver, Guard & adjacent ASM’s.<br />

2 Types of omnibus control circuits<br />

The following types of control circuits are provided on omnibus 4 W / 2W circuit.<br />

2.1 Train control: This circuit is operated by the section controller and is used<br />

mainly for controlling train movement . It has got connections with cabins,<br />

ASM’s office, Loco Diesel Shed and Yard Master’s office.<br />

2..2 DY. TRAIN CONTROL, : This circuit is operated by the Dy.Controller and is<br />

used for traffic operation in general and for Diesel Power, Wagon movement.<br />

It has got connections with important Station Master Offices, Yards Master<br />

Office, Loco Sheds and important Signal cabins.<br />

2.3 DIESEL POWER CONTROL: This is a special circuit and will be operated by<br />

diesel power controller. It will mainly be used for maintenance of diesel<br />

power. It has got connections with important Station Master office<br />

Loco/Diesel Shed Shed & Yard Master office.<br />

2.4 S&T CONTROL S&T Control is provided for communication with<br />

maintenance inspectors and maintainers on the way side stations. The control<br />

equipment shall be provided in the test room.<br />

Signature of Tenderer(s)<br />

Date…………………<br />

33


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

2.5 ORDER WIRE Repeater to Repeater communication circuit shall also be<br />

provided with tone dialing or Loud speaker calling system for the maintenance<br />

of repeater station and cable huts.<br />

2.6 OTHER CONTROL CIRCUITS: With the ever increasing requirements of<br />

instantaneous communication engineering control, commercial control,<br />

carriage & wagon control etc. is also being provided in some busy section of<br />

the railways<br />

3. POINT TO POINT COMMUNICATION FOR LEVEL CROSSING GATES<br />

For informing the manned level crossing gates in the block section , regarding<br />

approaching trains , communication is provided from the nearest station master /<br />

block cabin using magneto telephones ./DTMF Telephone.<br />

4. EMERGENCY CIRCUITS:<br />

4.1 The emergency telephone circuit have been provided for enabling the train<br />

crews to contact the controller in the event of an emergency/accident. This<br />

works on 4wire system and l not have facility for calling in field station by the<br />

controller.<br />

4.2 Emergency sockets has been provided in socket boxes mounted on suitable Rail<br />

post all along route at an interval of one Km.(Max.) generally in accordance<br />

with the approved tapping diagrams. In addition to the above emergency<br />

socket have also been provided at some obligatory locations i.e. LC gates ,<br />

approach of long bridges.<br />

4.3 Communication for Disaster management: As an accident relief measure, DOT<br />

& <strong>Railway</strong> telephones are required to be extended to accident site as per<br />

<strong>Railway</strong> Board’s Letter No. 93/Safety/31/2 Dt. 1.2.93. channel provision is<br />

required to be made up to the nearest station and the circuits shall be extended<br />

to the site by drawing temporary cable when required.<br />

5. Administrative Trunk Circuits: Administrative Trunk Circuit whether departmental<br />

or DOT rented will be suitably transferred on <strong>OF</strong>C system.<br />

6. DATA CIRCUITS: PRS & FOIS circuits are data circuits which are normally located at<br />

considerable distance, hence provision for RS 232 or G.703 interface at remote<br />

location shall be required for the working of these circuits. During commissioning of<br />

<strong>OF</strong>C system, all these circuits will be transferred on <strong>OF</strong>C link.<br />

7. Other General Instructions:<br />

7.1 The <strong>Railway</strong> Control Telephone circuits, Block Circuits, Train wire circuits,<br />

Administrative Trunk Telephone circuits, Teleprinter circuits will be suitably<br />

transferred into underground <strong>OF</strong>C cables<br />

7.2 The circuit running in cable media will not be transferred into <strong>Railway</strong><br />

signaling system. Similarly no signaling circuit will be provided<br />

telecommunication cable. Telephone circuit shall not be provided in signaling<br />

cable except those that are running from cabin to cabin are from cabin to ASM<br />

office.<br />

Signature of Tenderer(s)<br />

Date…………………<br />

34


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

7.3 Special protective measures (Viz. provision of G.D. tubes, fuses and earthing<br />

etc.) are required to be taken for telecommunication lines.<br />

8 SCHEME FOR OPTICAL FIBRE SYSTEM:<br />

8.1 The Scheme envisages the Supply, laying, testing and commissioning of long<br />

haul Optical Fibre Communication system for providing communication<br />

facilities as per channeling plan along with the Technical specifications given<br />

in the tender document.<br />

8.2 Optical Fibre Cable as per IRS-TC-55/2000 (with latest amendments), 24<br />

Fibres, is required to be provided in the section under consideration. Two Pairs<br />

of fibres shall be derived at every repeater The remaining fibres shall however<br />

be made through for end to end continuity. One pair of fibre shall be used for<br />

STM-1/4 as per tender schedule and the second pair shall be a ready spare duly<br />

terminated on pig tails with FC/PC connector. All the 24 fibers shall be<br />

terminated at repeater stations in Fiber distribution management system<br />

provided at every 40-50 Kms. to facilitate its long haul use.<br />

8.3 The Optical Repeaters/Drop & Insert equipments are required to be provided<br />

at every <strong>Railway</strong> station to cater for its communication requirements. The 30<br />

channel Drop/Insert MUX shall be fully equipped at every station. The<br />

Omnibus control circuits remote control, emergency and point to point<br />

circuits shall be extended to the user through PIJF/6 Quad telecom cable by<br />

using DTMF 4 wire or 2 wire way stations control equipment.<br />

8.4 Remote monitoring & network management system shall be provided for <strong>OF</strong>C<br />

Systems & MUXes etc. to monitor alarms & facilitate changes upto VF channel<br />

level remotely from Control station which may not be necessarily located in<br />

the link and in that event it shall be made operable from other available<br />

communication channels.<br />

8.5 The <strong>OF</strong>C system shall work on 48 VDC supply, and 230 V AC/48 V DC float<br />

charger along with Lead Acid / maintenance free Battery of adequate capacity<br />

shall be provided.<br />

8.6 Quad Telecom cable 0.9 mm (IRS-TC-30/97) has already been provided all<br />

along the route. This caters for –<br />

a) Block working between two adjoining stations.<br />

b) Communication to LC gates in the mid section from the adjacent station<br />

c) Emergency communication with sockets at every Km. in the block<br />

section and also from LC gates. A loop of Quad cable has been left at all<br />

L/C gates so that communication may be provided in future<br />

The emergency communication circuit shall be dovetailed with <strong>OF</strong>C system at VF level at<br />

every drop insert location at the station for communication with the Emergency controller in<br />

control office.<br />

Signature of Tenderer(s)<br />

Date…………………<br />

35


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

SECTION-III<br />

CHAPTER-II<br />

ROUTE SURVEY FOR <strong>OF</strong>C & QUAD TELECOM CABLE<br />

2.1 PRELIMINARY CABLE ROUTE SURVEY : The objective of this survey is :<br />

a) Designing and finalizing drawing for the proposed route of the 6 quad<br />

cable/O.F.C. Cable.<br />

b) Planning location of crossing tracks, over bridges, culverts etc.<br />

c) Deciding the cable termination location under the system.<br />

d) Deciding cable hut/drop and insert location under system design.<br />

e) Planning for extending control communication from cable termination<br />

location to various users in station area and other locations etc.<br />

2.2 POINTS TO BE COVERED UNDER THE PRELIMINARY SURVEY FOR CABLE<br />

ROUTE.<br />

2.2.1 Avoiding underground structures, Signalling cable, power cables and<br />

pipe lines etc.<br />

2.2.2 Avoid rodent/termite infested or infected side of the alignment<br />

2.2.3 Off set of the cable trench from the central line of the track such as<br />

having burrows.<br />

2.2.4 Avoiding proximity to chemical, paper and such other industries which<br />

discharge chemically active affluent.<br />

2.2.5 Avoiding areas prone to water logging.<br />

2.2.6 Avoiding large rock cutting/thick jungles and areas difficult to approach<br />

etc.<br />

2.2.7 Avoid the side of the alignment which is likely to be affected due to<br />

addition/alteration of earth work/super structures (such as doubling,<br />

shifting of alignment of the existing track etc.) For this, cable route<br />

should be discussed with construction and doubling organization.<br />

2.2.8 The orientation of the route (left or right side of the track in the<br />

sections(c) to be decided on following:<br />

i) That side of main line which is away from coastal side, other cables<br />

such as signalling and power.<br />

ii) Side which is likely to involve least track crossings and likely to be<br />

more convenient for crossing the track, bridges, culverts etc.<br />

2.2.9 Figure out and scale, crossing of roads, tracks etc.<br />

2.2.10 Scale out proposed arrangement of crossing bridges, culverts etc,. out of<br />

the many alternative available.<br />

2.2.11 Assess special problems, if any, of the section such as undulating<br />

surface, long cutting tunnels etc.<br />

2.12 Scale out the cable entry/exit arrangement at the cable termination<br />

locations. Avoid built up areas including those area where building etc.<br />

are likely to come up in future.<br />

Signature of Tenderer(s)<br />

Date…………………<br />

36


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

2.2.13 With engineering drawing already in hand, verify pathways/pedestrian<br />

crossing and other lateral clearances.<br />

2.2.14 Scale out the special work required if any and the manner of the cable<br />

route in approach of the existing bridges locations.<br />

2.2.15 Identify if any special lengths of cable is required to avoid joints on<br />

bridges/culverts etc.<br />

2.2.16 For the straight run as far as possible a separation of 10 Mtr. Should be<br />

kept from the nearest track This is as per CCITT recommendations K.8<br />

2.2.17 As a rule a minimum distance of 5.75 M should be maintained between<br />

the OHE masts & the cable. In yards etc., where observance of this rule<br />

may be difficult, aminimum distance of 3Mtr. Should be maintained. In<br />

exceptional cases where the cable trench depth is less than 0.5 Mtr the<br />

lateral distance may be reduced to 1 Mtr. In such trenches which are in<br />

close proximity to OHE masts, the cable should be laid in<br />

PVC/HDPE/RCC pipe.<br />

2.3 PROPOSED CABLE ROUTE PLAN<br />

The proposed cable route plan will show different locations against reference points<br />

which are also called chainages. There are two kinds of references points available in<br />

section on date.<br />

Kilometer stones of engineering department provided along with the track.<br />

Telegraph posts along with the track in section.<br />

In addition to above all major Engineering land marks like bridges, culverts, etc. can<br />

also be used for all reference points on cable route plan. There is a possibility that<br />

telegraph posts may be taken away by DOT at a later date, hence on completion of<br />

work, a completion cable route plan will be drawn, Which will also show locations of<br />

" socket indication posts".<br />

Any other reference point for the purpose bench marking, the cable route as discussed<br />

with Engineer in charge of work will also be shown on cable route plan.<br />

Based on above survey, the cable route plan should be prepared:-<br />

2.3.1 <strong>OF</strong>C / quad telecom cable route plan (5 Km. charts) with horizontal scale as 1<br />

km =10 cm The ASM's office, etc. are to be marked on the chart.<br />

2.3.2 Drawings of the laying of the cable in special terrain viz. Station yards,<br />

Approaches of cable huts, Long bridges, Culverts etc. are to be made as 1 Km.<br />

chart. (Scale 1km = 50 cm) to show the details.<br />

The name of location should be put in the LOC column and the<br />

chainages in the CH column. At every 10 cm the Km. post No. should be<br />

written and its exact equal chainages as per survey plan entered in the CH<br />

column. The equivalent chainage is required for working out the length of<br />

main cable required. The name of station should be shown against the<br />

locations of the SM’s office<br />

2.3.4 Based on the survey, the Sr. No. and the length of culverts, bridges and LC<br />

gates should be marked on the track line of the cable route plan. The survey<br />

Signature of Tenderer(s)<br />

Date…………………<br />

37


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

party should be supplied with prints of 5 Km. chart with the above details<br />

entered for enabling them to mark the route and other details after surveying.<br />

2.3.5 The actual measurement of the separation distance from the center line of the<br />

track (The adjacent main line) is to be shown on the 5 km chart.<br />

2.3.6 All the plans and drawings shall be neatly prepared by using CAD and Plotter<br />

etc. The drawings shall be in A3 size and suitably filed for ease of handling.<br />

2.3.7 Based on the requirement of various types of circuit proposed, channelling<br />

plan on <strong>OF</strong>C & 6 Quad cable is prepared.<br />

2.3.8 The requirement of tapping of different control circuit are assessed based on<br />

existing communication system in consultation with open line and a tentative<br />

tapping chart prepared<br />

2.4 INFORMATION IN CABLE ROUTE PLAN : The cable route plan shall contain<br />

following:-<br />

2.4.1 Whether the cable route is on north or south side of the <strong>Railway</strong> track.<br />

2.4.2 Approximate location and lengths where the cable shall be laid in pipes under<br />

the bed on culverts.<br />

2.4.3 Locations of track crossing and the number of tracks to be crossed.<br />

2.4.4 Locations of road crossings and the number of HDPE pipes to be provided<br />

2.4.5 Locations and length for protection of cable in rocky area and platform cutting<br />

etc.<br />

2.4.6 Locations of derivation joints, LC gates or emergency sockets posts will be<br />

provided on 6 quad cable.<br />

2.4.7 The size , length and route of derivation/PIJF cables from SM's office to<br />

various subscriber points.<br />

2.5 DETAILS <strong>OF</strong> CABLE ROUTE SURVEY<br />

The purpose of detailed survey is to undertake the closer study of the various existing<br />

telecommunication facilities, to work out the exact requirement of the <strong>OF</strong>C / 6 quad<br />

and derivation / PIJF cables and materials required for different items of work, finalize<br />

all the drawings and site plans required for the execution of the work and also to<br />

examine the details collected during preliminary survey and to affect necessary<br />

changes/modifications, if any.<br />

2.6 MAIN ITEMS <strong>OF</strong> WORK<br />

The following are the main items of work which should constitute the detailed<br />

survey:-<br />

2.6.1 Closely examine the proposed cable route and prepare cable route plans.<br />

2.6.2 Siting of Telecom building ,cable hut (drop insert equipments ) building &<br />

preparation of building plan. Siting of areas for loading/unloading of cable<br />

drums and siding facilities for the EMTs (Engineering materials, trains for the<br />

project)<br />

2.6.3 Preparation of route charts for derivation, PIJF cables with the size and length<br />

of the cables for each tapping and termination arrangement.<br />

Signature of Tenderer(s)<br />

Date…………………<br />

38


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

2.6.4 Estimating of requirement of special cable lengths of cables for long girder<br />

bridges.<br />

2.6.5 Deciding location of each joint and preparation of a joint schedule and <strong>OF</strong>C<br />

cable dropping<br />

2.6.6 Determining earth resistively measurement of each cable section along the<br />

proposed cable route.<br />

2.6.7 Working out the exact length of derivation, PIJF cable required.<br />

2.6.8 Preparation of material schedule required for different protective works.<br />

2.6.9 Arranging isolated telephone circuits to be provided in the cab le.<br />

2.6.10 Investigation on special problems of the section and finding out proposed<br />

solution thereof.<br />

2.6.11 Examination of chemical composition of soil to see whether any special<br />

precaution are to be taken to protect cable from soil corrosion.<br />

2.7 FINALISATION <strong>OF</strong> CABLE ROUTE PLAN.<br />

The following are the guidelines for finalizing the route and preparation of the cable<br />

route plan:-<br />

2.7.1 Prepare the "5 Km. charts" as explained above showing the relevant chainages<br />

and details in the "5 Km. charts".<br />

2.7.2 Actual measurement by 30M steel tape or chain along the route is necessary<br />

only in case of important locations to be terms as "special terrains" for example,<br />

approach to repeater station/Cable hut, long bridges, big yards, sharp<br />

diversions in the cable route from its parallel course along the main railways<br />

track due to obstruction, cutting etc.<br />

2.7.3 Inspect and decide the portions of route falling in category of "special terrains"<br />

i.e. where actual longitudinal measurement is necessary.<br />

2.7.4 The remaining portions of the route i.e. other than the portion decided as<br />

"special terrain" are to be terms as "straight runs" . Actual chaining along the<br />

route is not necessary for such 'straight runs' and these can be marked on the '5<br />

Km. charts'.<br />

2.7.5 For the 'straight runs' on the cable route an allowance of 3.5 % of the drum<br />

length should be made for the contours ,joining etc. and each drum length<br />

should be considered to cover a route length of 0.965 x cable drum length.<br />

The cable route should be started from a repeater cable hut station. Actual<br />

measurement along the route should be done by means of a 30M steel tape for a few<br />

drum lengths up to a convenient point along the main line where from the distance<br />

along the route may be reckoned from the Plan. A termination allowance of 5M cable<br />

length inside the repeater station/cable hut building should be made, in addition to a<br />

length of about 10M being kept in a pit just outside the building.<br />

2.7.6 It should be ensured that both "special terrains" and "straight runs" should<br />

consist of full drum lengths, so that the position of joints (other than 'T' joints)<br />

is fixed without difficulty in both the cases.<br />

2.7.7 Actual measurements of the separation distance from the center line of the<br />

reference track, a reference track "special terrains".On 'straight runs' this<br />

Signature of Tenderer(s)<br />

Date…………………<br />

39


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

measurement should be made where necessary. In case of special terrains, the<br />

separation distance at some points on the route may also have to be reckoned<br />

from some other permanent structures depending upon the site conditions.<br />

2.7.8 The separation distance of the cable route from the nearest track on the<br />

"straight runs" should be 10M The deviating from this standard separation of<br />

10M should be kept to the minimum and as soon as any obstruction has been<br />

negotiated, the route should again follow this standard separation distance. It is<br />

desirable from the point of view of calculating the induced voltage that the<br />

uniformity of the separation is maintained for the maximum possible length of<br />

the main cable route.<br />

2.7.9 Separation distance should be marked on the "straight runs" portion of the<br />

cable route plan (5 Km. chart) at intervals of not more than 250 M In addition,<br />

the separation distance at points of change in the cable route such as<br />

diversions, track crossings, approaches to bridges, culverts, etc. should<br />

invariably be marked on the cable route plan in such a way as the intended<br />

cable route is clearly defined for "special terrain" the separation distance<br />

should be marked at as close intervals as is considered necessary depending on<br />

the site conditions.<br />

2.7.10 The route should be decided by walking along the track. On long stretches<br />

"straight runs" a push trolley moving slowly may be used . The trolley should<br />

be on the track closes to the proposed route.<br />

2.7.11 Actual measurement should be made for the protective works required for the<br />

cable passing over the culverts, under tracks, over long girder bridges, level<br />

crossings, rocky areas, under the bed of culverts etc.<br />

2.7.12 Once the cables are laid, the actual length of cable as per the printed marking<br />

on the cable is required to be indicated at every kilometer of cable route, at<br />

diversions, crossings, approaches of bridges and joints for optical & quad<br />

cables.<br />

2.8 FINALISATION <strong>OF</strong> TAPPING DIAGRAM<br />

2.8.1 The survey team should visit each location such as cabin, SM's offices, Loco<br />

sheds, cabins, gate lodges, etc. and verify the details collected during the<br />

preliminary survey of all the existing telecommunication facilities, and<br />

additional telecommunication facilities to be provided.<br />

2.8.2 The position of each tapping should thus be finalized and a final tapping<br />

diagram prepared.<br />

2.9 ISOLATED TELEPHONE CIRCUITS<br />

It is necessary that all the telephone circuits such as isolated quarry sites, gate lodges,<br />

etc. are taken note of and provision made for transferring the overhead alignment into<br />

cables wherever considered necessary.<br />

2.1 LENGTH <strong>OF</strong> <strong>OF</strong>C/6 QUAD CABLE<br />

The cable length is worked out on following basis to arrive at the locations of the<br />

straight joints:-<br />

a) Route length as per actual measurement plus contour allowances of 3.5%.<br />

Signature of Tenderer(s)<br />

Date…………………<br />

40


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

b) Extra length for track crossing including 2.5M loop on each side etc.<br />

c) Extra length on approach/crossing of the bridges and culverts as per<br />

measurement in the detailed survey.<br />

d) 10M of cable to be kept on either side of major steel bridges and 5M on<br />

minor bridges.<br />

e) At every joint a loop of 10M on either side.<br />

f) In cable hut a loop of 10M in the cable pit.<br />

2.11 SIZE & LENGTHS <strong>OF</strong> DERIVATIONS/PIJF CABLES AND ROUTE CHARTS<br />

The derivation/PIJF are required to be laid from ASM's office to cabins, enquiry &<br />

other operational points, depots, supervisor's residence etc. for extending control<br />

tapings. The plan and requirement of different sizes PIJF/derivation cables shall be<br />

suitably worked out. As for as possible derivation/PIJF cables shall be laid in the<br />

trenches for main telecom cables and branched off at suitable locations.<br />

PREPARATION <strong>OF</strong> JOINT SCHEDULES<br />

The details of type and number of joints in main 6 quad cables is required to be<br />

worked out based upon the location of emergency sockets, obligatory locations, LC<br />

gates etc. The typical drum lengths of 6 quad telephone cable is 1 Km. and therefore,<br />

it shall generally be possible to combine straight through and emergency joints. VF<br />

transformers 1quad/2T, 470:1120 shall be used. Phantom will be derived at all<br />

emergency sockets and repeaters.<br />

2.12.1 No isolation transformer is considered necessary for LC gate & other location<br />

telephones up to a distance 7.5 Km. on 6 quad telephone cables.<br />

2.12.2 The jointing schedule shall be made as straight line diagram indicating the<br />

locations of various joints with reference to chainages. The length of 6 quad<br />

cable from leading cable hut / ASM's office shall be specifically indicating<br />

taking into account the factory printed markings on the cables.<br />

2.12.3 The requirement of termination boxes for cables at various locations shall be<br />

worked out.<br />

2.12.4 The termination of cable should be done in very neat & clean fashion, so that<br />

there is no chances of touching one wire with other wire or getting earth, in<br />

naked condition<br />

2.12.5 The 12 pair C.T. boxes should be fixed at every stations & L.C.gates etc., as per<br />

direction of site engineer.<br />

2.13 MATERIALS REQUIRED FOR PROTECTIVE WORKS FOR QUAD CABLES<br />

2.13.1 The cables are meant for direct burial underground and no special protection is<br />

required in plain normal territory. For building, masonry platforms, culverts,<br />

crossing of tracks, level crossings and roads etc. special protection for the cable<br />

is required . Some of the methods adopted for different types of protective<br />

works are specified in the following drawings:-<br />

i) For girder bridges, G.I. pipe / HDPE pipe medium grade with ISI mark<br />

ii) For cable entries to cabins, ASM's office etc. through GI pipes as per<br />

Drg. No. CSTE/ CON / <strong>OF</strong>C – 1 /2004.<br />

Signature of Tenderer(s)<br />

Date…………………<br />

41


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

iii) For cable terminations in ASM's office as per Drg. No. Dy.CSTE/ CON /<br />

W – 52 /2005.<br />

iv) For cable jointing pit the cable trench as per Drg. No. CSTE/ CON /<br />

<strong>OF</strong>C – 18 /2001.<br />

2.13.2 Actual measurement should be made for the length for which special<br />

protection is necessary and the requirement of materials for the protective<br />

works should be worked out. The requirement of materials based on the actual<br />

measurement should be shown in the cable route plan at the appropriate place.<br />

2.14 SPECIAL PROBLEMS <strong>OF</strong> THE SECTION:<br />

2.14.1 Certain Sections may present special problems such as presence of chemically<br />

active soils, marshy areas, deep cuttings in the rocky areas, requirement of<br />

specially constructed platforms for distribution of cable drums along a high<br />

embankment etc.<br />

2.14.2 Approaches to large bridges may also present special problems due to high<br />

embankment as well as deep ravines.<br />

2.14.3 The survey party should inspect and report to Dy.CSTE/DSTE (whosoever is<br />

in-charge of field unit) such problems at the very outset so that suitable<br />

solutions can be worked out.<br />

2.15 ADDITIONAL MATERIALS REQUIRED FOR PROTECTIVE WORKS FOR <strong>OF</strong>C<br />

CABLES :- The minimum depth of trenches for <strong>OF</strong>C cables should be as described<br />

in the scheduleof work. <strong>OF</strong>C cable must be laid in HDPE pipe (HDPE duct) through<br />

out the route. This will avoid possible breakage of fibre due to vibrations of trains<br />

moving on track. The site engineer will remain present during progress of work, who<br />

will keep a watch on correct laying practice.<br />

2.16 COMMUNICATION ARRANGEMENT IN MAJOR YARDS & STATIONS<br />

In big yard and major stations involving large number of cabins/Depot/Tapping<br />

points, it may not be practicable to lay independent derivation cables for various<br />

locations. Therefore one main cable shall be laid to transverse in a zigzag way through<br />

the yard involving frequent tapping points. Lead sheath derivation., 6 quad or higher<br />

size PIJF cable may be laid for this purpose. The circuits should preferably be tapped<br />

through V.F. transformers.<br />

2.16.1 The typical layout of <strong>OF</strong>C hut is given in Drg. No. Dy.CSTE/Con/East/12.2001 (MW).<br />

2.16.2 There should be sufficient area available near the building for installation of earthing<br />

system. In certain locations this may require large area so as to achieve low resistance<br />

of earthing for which an electrode grid consisting of 30 or 40 rods with 5.0 meter<br />

spacing is to be installed or a large ring of earthing will have to be buried.<br />

2.16.3 Preference should be given for housing <strong>OF</strong>C cable hut in existing Microwave<br />

Repeaters, Telephone building etc.<br />

2.16.4 Selection of site for cable hut, route survey as well as laying of cables shall be<br />

in consultation with site engineer.<br />

Signature of Tenderer(s)<br />

Date…………………<br />

42


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

SECTION –III<br />

CHAPTER – III<br />

TECHNICAL SPECIFICATION AND INSTRUCTIONS FOR TRENCHING AND LAYING <strong>OF</strong><br />

UNDERGROUND TELECOMMUNICATION CABLE AND PROTECTIVE WORKS<br />

3.1 SCOPE:<br />

This chapter deals with the specifications under which the various work for trenching &<br />

laying of underground telecommunication cables coming under the purview of the contract<br />

are to be executed by the contractor.<br />

SUPPLY <strong>OF</strong> TAPPING & ROUTE PLAN<br />

Cable route plan, Tapping plan and splicing/jointing schedule for splicing/jjointing of cable<br />

will be prepared and supplied by the contractor in consultation with the site engineer before<br />

the commencement of the work. This shall give a fairly accurate idea of the number &<br />

locations of the various tapings required on various circuits and the quantities and type of<br />

various equipment to be fixed, wired and commissioned. These shall be got approved from<br />

the Engineer.<br />

INSTRUCTIONS FOR EXCAVATION & BACK FILLING <strong>OF</strong> TRENCHES<br />

The representative of Engineer in charge of the work will mark the route of the cable<br />

in white chalk or lime as per the tapping and route plan and the instructions given to him by<br />

the Engineer, not with standing the cable route shown in the tapping and route plan to meet<br />

the requirement of local conditions at site, if any and as required shall be taken by the<br />

contractor to be final. The contractor shall be present at the time of marking and he shall<br />

furnish to the engineer's representative required quantities of lime, rope labour etc. for<br />

carrying out this work. The marking will be given on the track side of the trench at a<br />

distance approx. one meter away from the center line of the trench. In the difficult terrains<br />

such as water logged areas, the position of the cable route will be specified by off sets from<br />

the center line of the nearest track.\<br />

Trenches for telecommunication cable shall normally be done as per Drg.<br />

No.Dy.CSTE/Con/<strong>OF</strong>C-1/2001(MW) i.e. but digging to a depth of 1.65 meter or 1.2 Meter or<br />

1.0 Meter) as specified in schedule of work. The width of the trench shall be 300 or 400 mm<br />

or as per schedule of work. In places where underground pipes, electric main etc. come in the<br />

way, trenches deeper than 1.65 meter shall be dug as necessary and HDPE pipes shall be<br />

placed to protect the telecom cables.<br />

Metalled, mecademised, concrete and stone paved roads shall also be cut to a depth of<br />

at least 1.2 meter. The cable shall be laid through HDPE pipe as per Drg. No. CSTE/ CON /<br />

<strong>OF</strong>C – 2 /2004, but depth should be 1.65 meter (instead of 1.2 meter) or through trenchless<br />

method at a depth of 1.65 Mtr, as per direction of site engineer. The road surface shall be<br />

restored to original.<br />

The bottom of the trench where the cable is to be laid shall be thoroughly prepared<br />

and shall be free from any stones. The bottom of the trench shall be horizontal and shall in<br />

no case be undulating. When the cable bed changes from solid to soft surface or from the<br />

bridge to soft soil, tamped fill at the transition point shall be provided so that cable is not<br />

pressed against the edge of a hard surface.<br />

Signature of Tenderer(s)<br />

Date…………………<br />

43


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

In the cable route, brick covering is required to be provided for Quad cable as per the<br />

approved 'Tapping route plan' (i.e. about 1.25 Km both sides from the ASM/SM room, in the<br />

station limit area) or as per instructions of the site engineer. The contractor shall arrange<br />

supply and distribution of well burnt bricks of standard size at site, along the station limit<br />

portion of excavated trenches and after uniformly covering the cable laid in the trenches by<br />

Stone-free sieved soil up to 50mm height above the cable, he shall arrange to place the bricks<br />

flat and position them breadth wise so that on an average, 8 (eight) bricks shall be laid in a<br />

meter length. (NOTE: In order to be certain that the full requirement of bricks has been<br />

arranged by the contractor for placing on the top of the cable to be laid on any day, he shall<br />

arrange to spread the bricks side by side on the top of the trenches before the depth of the<br />

trenches are inspected by the <strong>Railway</strong> representative.)<br />

The back filling of trenches shall be done by tamping and consolidating the excavated<br />

soil in layers of 15-20 cm at time. All the soil that is excavated shall be put back to the trench<br />

and care shall be taken in consolidation to ensure that the back filling does not suffer any<br />

sinkage in monsoon. The left out earth if any within station limit has to be thrown out from<br />

<strong>Railway</strong> premises by the contractor at his own cost.<br />

Wherever the Engineer's representative considers it necessary to adopt shoring, the<br />

contractor will be required to adopt shoring for which the contractor shall have sufficient<br />

quantities of shoring material on hand. Where the direction of trench has to change, it<br />

should be done in a gentle curve of not less than one meter radius and not at sharp angles.<br />

Places where back filling is not done properly are likely to get water logged with the<br />

first rains after completion of the work, the contractor and engineer's representative will<br />

inspect the entire section soon after the first monsoon and the contractor will arrange to set<br />

right such areas.<br />

TRACK / BUSY ROAD CROSSING Cables, crossings across railway tracks/busy roads<br />

etc. shall be done in G.I. pipes, taking the cable through these pipes. The contractor shall<br />

cross the railway track / busy road by excavating trenchless method at a depth mentioned in<br />

schedule, where ever necessary on the direction of site engineer. Two G.I. wire of 10 SWG<br />

size shall be threaded through G.I. pipe, one to pull the cable one for future use.<br />

ROAD CROSSING<br />

When crossing road ways it is necessary to lay the cables in such a manner as to avoid<br />

the necessity of handling the cable sharply and minimize the excavation of road surface as far<br />

as possible. Where cable is laid in surfaced trunking, the trunking alignment should be<br />

curved down to the pipes and proper bricks or concrete joint should be made between<br />

trunking and pipe.<br />

The crossing of main roads often involves difficulties especially if traffic is heavy ,<br />

precautions to avoid accidents to workmen, pedestrians and vehicles should be taken. on<br />

minor roads which can be temporarily closed to traffic it is possible to open up and cross the<br />

entire width of the road. Pipes should be installed quickly in the cutting which is then filled<br />

in there by reducing to a minimum time for which the road is closed.<br />

Track crossing and crossing at busy roads should be done through trenchless method<br />

according to schedule of work.<br />

Signature of Tenderer(s)<br />

Date…………………<br />

44


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

Drg. No. CSTE/ CON / <strong>OF</strong>C – 2 /2004.shows the arrangement of HDPE pipe trunking<br />

under metal roads but depth should be as per schedule of work & as per direction of site<br />

engineer.<br />

CABLES OVER STEEL GIRDER BRIDGES<br />

Cable may be laid through G.I. pipe / HDPE pipe on steel girder bridges or by way of<br />

High Depth Drilling (HDD) trenchless technogy method using HDPE pipe as per direction of<br />

site engineer.<br />

Where the cable has to cross the steel girder bridges, the cable shall be protected with<br />

G.I. pipe/HDPE pipe fitted on the steel girder bridges with suitable galvonised clamps<br />

without drilling holes in the girders. Arrangements for laying the cable over girder bridges<br />

shall be similar to one shown in Drg. No. CSTE/Con/<strong>OF</strong>C-4/2004 or by way of High Depth<br />

Drilling (HDD) trenchless technogy method using HDPE pipe as per direction of site<br />

engineer.<br />

When laying cable on long bridges, the question of longitudinal expansion caused by<br />

temperature differences should be taken into consideration and suitable cable loops should be<br />

provided at the pillars of the bridge.<br />

The laying of the cable on the bridge is to be done with much care and planning. it is<br />

necessary that the cable drum to be laid on the bridge is inspected and tested thoroughly so<br />

that damaged cable is not installed.<br />

As the laying involves movement of large number of staff over the bridge the line<br />

should be blocked and flagman posted on either side . on a double line near which the cable<br />

is being laid should be blocked but care should be taken to see that staff are aware of this and<br />

measures taken to prevent staff from staying on to the unblocked line.<br />

3.6 TO CROSS THE CULVERTS & BRIDGES<br />

3.6.1 Where feasible the cable shall be laid under the bed of the culvert, using High Depth<br />

Drilling (HDD) trench less technology method using HDPE pipe as per tender<br />

schedule as well as per direction of site engineer. up to a length of approximately 100<br />

meters.<br />

3.6.2 In case of wet culverts or unfriendly terrains where it is not feasible to lay cable under<br />

the bed of the culvert through trench less method using HDD system, the cable may<br />

be laid over the culvert in HDPE pipe as per Drg No. CSTE/Con/<strong>OF</strong>C-9/2001<br />

3.6.3 The protection of cable on Arc Bridges & approach to culvert & bridges should be as<br />

per Drg. No. CSTE/Con/<strong>OF</strong>C-10/2001<br />

CABLES IN MARSHY AREAS In marshy area where it is not possible to divert<br />

the cable route the cable shall be suitably laid and protected as per decision of site engineer<br />

depending on site condition, like laying cable in HDPE pipe / RCC pipe supported on<br />

masonary pillers/iron channels etc.<br />

LAYING <strong>OF</strong> MAIN / DERIVATION CABLE IN MASONARY BUILDINGS &<br />

CABINS:<br />

When Cable will have to be laid inside any masonry building such as cable hut, ASM's<br />

room at a depth of 0.75 M by cutting the masonry structure of the wall as per Drg. No.CSTE/<br />

CON / <strong>OF</strong>C – 1/2004. After the cable has been led inside the masonry wall the floor inside<br />

shall be duly repaired and plastered.<br />

Signature of Tenderer(s)<br />

Date…………………<br />

45


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

When a cable has to be taken and terminated on the Ist. floor cabin it shall be first led<br />

inside the ground floor of the cabin by cutting the masonary structure of the wall of the<br />

cabin and then it will be taken through a HDPE pipe fixed vertically on the inside of the<br />

cabin wall by suitably clamps to be embodied on the wall as per arrangement shown in<br />

Drg.No. CSTE/ CON / <strong>OF</strong>C – 1/2004.<br />

3.9 LAYING <strong>OF</strong> CABLE IN SPECIAL CASES<br />

3.9.1 NEAR POWER CABLE :When the contractor comes across any other cable already<br />

laid, he shall first report the fact to the engineer .& cable should be identified by<br />

the Engineer as a power cable (LT or HT). the trench shall be dug as far away from the<br />

route of the power cable as practicable.<br />

3.9.2 CROSSING <strong>OF</strong> TLECOMMUNICATION CABLE WITH ANOTHER CABLE: Crossing<br />

of the telecommunication cable with another cable shall be avoided wherever<br />

possible. Where however, this is not possible, the telecommunication cable shall be<br />

laid in cement or asbestos cement pipes. The length of pipe of to be provided on either<br />

side of the crossing shall be at least one meter.<br />

3.9.3 LAYING <strong>OF</strong> OTHER THAN TELECOM. CABLE IN THE SAME TRENCH<br />

No other cable shall be laid in the trench for the telecommunication cable. Where,<br />

however, exceptional circumstance exits, the telecommunication cable may be laid<br />

along with another cable in the same trench provided a specific permission of each<br />

such case is obtained in writing from Engineer. When telecommunication cable and<br />

L.T power cable/ Signalling cable have to be laid in the same trench they shall be<br />

separated by placing a layer of brick between them vertically (approx. 16 bricks/<br />

meter) or laid in HDPE pipe.<br />

3.9.4 LAYING <strong>OF</strong> CABLE THROUGH PIPES.<br />

i) The cable shall be laid through G.I./HDPE pipes at the locations marked on the<br />

tapping and route plan and as advised by the Engineer or his representative.<br />

ii) Laying the cable through pipes galvanized steel wires of a cross section not less<br />

than 10 SWG shall be used as a lead wire. Two such lengths of wires shall be<br />

laid through the pipes, so that after the cable is threaded through the pipe, one<br />

lead wire is permanently left in the pipe with a suitable overlay at two ends, to<br />

eagle the cable to be pulled out at a later stage if required to do so.<br />

iii) On arch bridges and culverts bridges the cables will be threaded through<br />

GI/HDPE pipes etc. while threading the cable through these pipes the<br />

contractor shall do the trenching to the required depth wherever necessary for<br />

which no extra charge will be paid.<br />

LAYING NEAR OILY SURFACE. If during the excavation of trenches for laying<br />

cables the contractor or his representative notices the presence or oil or oily substance or any<br />

other chemical which is likely to cause the deterioration of the cable protective material he<br />

shall bring the matter to the notice of the engineer or his representative and on the latter's<br />

decision he shall choose an alternative cable route or he shall protect the cable in such places<br />

in such a manner as advised in writing by the engineer or his representative. No additional<br />

charges are payable.<br />

Signature of Tenderer(s)<br />

Date…………………<br />

46


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

SPECIAL SOIL CONDITION.:Cable should not be run through abnormally high<br />

acidic or alkaline soil or through sewages. If this is unavoidable special measures should be<br />

taken against corrosion as advised by the engineer in charge.<br />

PROTECTION AGAINST DAMAGE DUE TO SHARP EDGES. When cable are laid in<br />

trunking care should be taken to see that no ballast or stones have been dropped inside the<br />

trunking, should be cleared of all ballast and stones before the cover is secured. When the<br />

ends of covers are joined together with cement plaster a piece of paper or wood should be<br />

placed under the joint to prevent the cement plaster from falling on the cables.<br />

HANDLING <strong>OF</strong> CABLE DRUMS & LAYING <strong>OF</strong> CABLES:<br />

The drums shall be unloaded by the side of the <strong>Railway</strong> Track from either a crane or<br />

any other suitable means very carefully so as not to cause any damage to the cable. The<br />

drums at site shall be protected until they are laid.<br />

On each drum there are two ends, A&B. The 'B' end of one cable length shall meet 'A'<br />

end of the next cable at a joint. The 'A' end shall be normally on the top unless indicated<br />

otherwise on a drum.<br />

The drums shall always be kept upright i.e. axle in parallels position to the base. The<br />

drums shall not be set by jerks but shall be handled slowly and with care. The walls of the<br />

drums should not be damaged while moving the drums if required for unrolling.<br />

The drums shall normally be unrolled at the same place and the cable carried by<br />

workmen near the trench. The drums shall not be dragged in any case , but where drums of<br />

cable have to be moved would always be rolled in the direction of the arrow, otherwise the<br />

coils tend to unwind and the cable may get battered. In case no direction arrow is marked on<br />

the drum remove several battens and determine the direction in which the cable is coiled.<br />

The arrow should then be painted on the drum pointing in the opposite direction in which<br />

the upper cable end is coiled so that future handling of the cable drum is facilitated and then<br />

replace the battens carefully.<br />

The drum should be properly mounted on jacks (or on a cable wheel) making sure<br />

that the spindle is strong enough to carry the weight without bending and that it is laying<br />

horizontally in the bearings so as to prevent the drum creeping to one side or the other while<br />

it is rotating. Before attempting to pull off the cable , remove the end protection box attached<br />

to the flange of the drum and cut the security ropes so as to leave the cable and free to move.<br />

If a portion of the cable only is taken out from the cable drum, the battens should be<br />

immediately replaced to prevent damages to the balance of the cable . This is important.<br />

With armoured cables having Hessian serving it is possible under extreme conditions<br />

for the bitumen to soften and cause adjacent turns of the cable on the drum to stick to each<br />

other. In such cases, particular care must be taken to pull the cable of these drums very<br />

slowly and to free the cables carefully from the adjacent turns on the drums. Snatching of<br />

the cable to cause it to break away may result in kinks and damage, small size cable require<br />

care in this respect.<br />

The use of steel bars between the bolt heads to 'jump' or turn the drum around is<br />

dangerous to staff and likely to damage the drums . A better method is to use two steel plates<br />

with grease between them by standing the drum on these greased plates, it can be easily<br />

turned round to the desired position.<br />

Signature of Tenderer(s)<br />

Date…………………<br />

47


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

All care should be taken in handling cable drums with a view to ensure safety not of<br />

the cables but also of the working party handling them. The man should not be allowed to<br />

brake the cable drum by standing in front but only from side.<br />

3.11. REWINDING AND REDRUMING <strong>OF</strong> CABLES.<br />

i) If for any reason it is found necessary to rewind a cable on a drum, cable drum<br />

with a proper barrel diameter not less than of the original drum should be<br />

chosen.<br />

ii) The drums should be mounted on cable jacks during rewinding operations<br />

using proper size of spindles passed through the flange holes which will<br />

not buckle under the lead. The cable should not be bent opposite to the set it is<br />

having already.<br />

iii) In the redruming operations the full and empty drums should be so turned that<br />

the cable passes from the bottom of the original set as little as possible\<br />

iv) Replace all the laggings on the cable drum.<br />

3.12 CABLE LAYING:<br />

3.12.1 It is advisable to employ the same people at the same place or job while cable is being<br />

laid.<br />

3.12.2 Before commencement of the laying inspection of the trench and inspection of<br />

protection works should be carried out so as to ensure their conformity with the<br />

specification. The trench bottom should be clean, smooth and free of small stone.<br />

When the soil contains stone or pieces of rock and therefore cannot be raddled, sieved<br />

earth about 10 cm thick should be used both for the bedding on which the cable is<br />

laid and for covering the cables.<br />

3.12.3 The cable drum should be brought as close to the cable trench as possible. it should be<br />

lifted with the aid of cable jacks firmly mounted on a support of stone or wood . The<br />

spindle should be minimum of 55mm diameter and lower edge of drum should be 5 to<br />

10 cm above the ground.<br />

3.12.4 Where necessary the cable drum may be placed at such a point so that 2/3 of the cable<br />

is laid directly and the balance in other direction. Care should be taken in such a case<br />

to see that there is no kinks or loops in the cable.<br />

3.12.5 The wooden battens on the drums should be carefully removed shortly prior to laying<br />

and before the drum is mounted on the jack. The nails on the lagging should be<br />

carefully removed.<br />

3.12.6 While rolling a cable drum for laying the drum shall be supported on an axle running<br />

through its center the height of the axle being such that the end frames are free to<br />

rotate and do not touch the ground at any point. The cable shall be carefully uncoiled<br />

by gently pulling the cable assisted as necessary by carefully turning the drums quick<br />

pulling of the cable or turning the drums shall be avoided at all costs. Each cable drum<br />

shall be braked while laying is in progress to prevent sharp bending or buckling,<br />

particularly when the cable coils are sticking together.<br />

3.12.7 The following personnel shall be employed near the drum.<br />

1 Man : for handling the brakes.<br />

1 Man : for permanent observation of the uncoiling of cable.<br />

Signature of Tenderer(s)<br />

Date…………………<br />

48


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

2 Men : for uncoiling close to the drums.<br />

3.12.8 The method of mounting the brakes is shown in Drg. No CSTE/ CON / <strong>OF</strong>C – 13<br />

/ 2001.<br />

3.12.9 When drums are turned for change of direction , wooden blocks shall be carefully put<br />

under the drum bolts which stand out from the drum discs.<br />

3.12.10 It is customary for the mate to stand in a commanding position where he can view<br />

the entire route and shout evenly timed calls to his men to pull. If there is proper<br />

synchronization between the mate's calls and the pulling by the men, the cable will<br />

leave the drum without difficulty. It is important that the cable should be pulled with<br />

steady and even pulls and not be unnecessarily jerked or strained. On no account<br />

should a cable be allowed to twist or kink as this is likely to spring the Armour and<br />

fracture the paper insulation and outer serving of the cable. When pulling cable<br />

around bends, one or two men should be stationed to give the cable the correct bend<br />

when it passes.<br />

3.12.11 When the cable drums are exposed to great heat before laying, them danger exists<br />

that the individual coils and layers stick together in spit of the half overlay Special<br />

attention should be paid to see that no buckling of the cable occurs while pulling the<br />

cable. A man should stand near the drum and loosen the cable carefully by hand and<br />

shout a warning whenever the cable can not be loosened. Separation must be affected<br />

as close to the drum as possible as otherwise kinks may result. The rate of pulling<br />

should also be slow to prevent possible damage to cable that is being carried when the<br />

paying out stops . The drum should be kept in shade where possible.<br />

3.12.12 While laying the cable employ adequate number of men such that the cable can be<br />

conveniently carried by them in both hands without stretched arms. The distance<br />

between any two persons carrying the cable shall be from 2 to 10 meters depending<br />

upon weight of cable such that the maximum sag of the cable between any two<br />

persons is not more than 0.5 meters<br />

3.12.13. The cable shall be gently drawn by pulling the cable which may be assisted as<br />

required by smoothly and slowly turning the winch. The cable shall not be twisted on<br />

any account.<br />

3.12.14 Before laying is commenced the cable shall be uncoiled first in a straight line<br />

supported by men and then carried to the trench and laid gently & carefully. Cable<br />

should be laid as per Drg. No.Dy.CSTE/C/W-15/2006(MW).<br />

3.12.15 While the laying work is in progress one man must continuously observe the cable<br />

and feel along its length in order to determine whether any indentations. holes or<br />

other damaged parts are apparent. Such damaged parts have to be protected<br />

immediately by the cable jointer provided with the laying party.<br />

3.12.16 When two or three turn of cable are left on the drum the pulling should be stopped<br />

and the inner end of the cable removed from the slot in the drum. pulling should then<br />

be continued. if this is not done the cable end is likely to be stretched and damaged.<br />

3.12.17 The ends of the telecommunication cable should have an overlap of 1 M at the end of<br />

each drum for jointing purpose.<br />

Signature of Tenderer(s)<br />

Date…………………<br />

49


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

3.12.18 The conditions of the cable shall be visually inspected through out its length and in<br />

case any damage or defect is noticed, the trench shall not be filled up until the<br />

engineer's representative in notified to examine and authorize filling of the trench.<br />

3.12.19 MINIMUM BENDING RADIUS: Cable should always be bent ( or straightened)<br />

slowly; They should never be bent to small radius while handling. The minimum safe<br />

vending radius for telecommunication cables should be 30 times the diameter of the<br />

cable but wherever possible larger radius should be used.<br />

3.13 CABLE RESERVE:<br />

a) At the following locations, it will necessary to provide reserve cable for future<br />

possible use.<br />

(i) Where a change to cable line is expected, the reserve to be allowed<br />

depends on circumstances.<br />

(ii) In freshly banked soil to allow for slipping of the bank an allowance of<br />

30 cm. should be provided for every 10M of trench (3%).The cable<br />

should be laid in a sinuous form.<br />

(iii) Near roadways, buildings and culverts reserve of 5 M should be allowed<br />

at drum end .<br />

(iv) On each side of girder bridges a reserve of 10M should be left.<br />

(v) Where remodeling works on culverts, bridges and track doubling work<br />

are going on, it may be necessary to kept loops of cable as an extra<br />

reserve pending finalization of its future route.<br />

(vi) At the cable hut a loop of 10M in the cable pit & At every joint a loop<br />

of 10M on either side.<br />

FRP CABLE ROUTE MARKER:<br />

3.14.1 The FRP CABLE ROUTE MARKERS shall normally be provided at the<br />

distance of every 100 Meter on the cable route and also at places or corners<br />

wherever the route of the cable changes, as per direction of site engineer. The<br />

cable joint markers shall be provided at all types of cable joints, as per<br />

direction of site engineer. The cable route makers and cable joint markers shall<br />

be provided & installed as per Drg.No.JBP/ S&T/C/083 & as per RDSO<br />

specification No.RDSO/SPN/151/1997 with latest amendments.<br />

3.14.1 The FRP CABLE ROUTE MARKERS shall normally be provided at the<br />

distance of every 100 Meter on the cable route and also at places or corners<br />

wherever the route of the cable changes, as per direction of site engineer. The<br />

cable joint markers shall be provided at all types of cable joints, as per<br />

direction of site engineer. The cable route makers and cable joint markers shall<br />

be provided & installed as per Drg.No.JBP/ S&T/C/083 & as per RDSO<br />

specification No.RDSO/SPN/151/1997 with latest amendments.<br />

3.14.2 TEC APPROVED ELECTRONIC MARKERS shall normally be provided at a<br />

distance of every 100 M on the cable route and also at places or corners<br />

wherever the route of the cable changes, as per direction of site engineer. The<br />

inter spacing between the adjascent FRP CABLE ROUTE MARKER &<br />

Signature of Tenderer(s)<br />

Date…………………<br />

50


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

ELECTRONIC MARKER should be 50 Mtr (& in no case less than 50Mtr in<br />

straight path).<br />

3.15 LAYING <strong>OF</strong> DERIVATION CABLE:<br />

The derivation cable are required to be laid from cable hut to the subscriber<br />

premises (ASM, Cabin Depots, Residence, LC gates, etc.) and from main cable<br />

trench to emergency post for extending control and other tapings . The plan &<br />

requirement of PIJF/derivation cables shall be suitably worked out and got<br />

approved from the Engineer well in advance.<br />

As far as possible derivation/PIJF cables shall be laid in the trenches/protective<br />

works already done for 6 quad cable. From the diversion point, cables shall<br />

have to be laid on independent trenches. For taking out different tapings on<br />

route, the cable may be tapped at different locations. However, it must be<br />

ensured that every tapping is taken on independent conductors right from<br />

cable hut to the subscriber for ease of isolation in case of malfunctioning.<br />

All the required protective works shall be implemented for protecting these<br />

cables.<br />

TOOLS REQUIRED FOR TRENCHING, CABLE LAYING AND FILLING : Normally<br />

in addition to the tools mentioned below all tools & plants required to speed up the cable<br />

laying through mechanized methods will generally be utilized by the contractor.<br />

Sl.No. Tools Name S.No. Tools Name<br />

1 Cable jack 18 Measuring cord for strain gauge<br />

2 cable grip 19 Slip winch<br />

3 Reopening device 20 Wire rope<br />

4 Free hood hook 21 Portable VHF set<br />

5 Shackle free head hook 22 Measuring tape<br />

6 Grouling hook. 23 Fawrah<br />

7 Pulling bolt 25 Loader backhoe for drilling<br />

8 Tension meter 26 Warning tape<br />

9 Pulley 27 Caterpiller Tractor<br />

10 Anti twist device (swivel) 28 Fork lifter<br />

11 Roller 29 Vehicle Van type<br />

12 Flexible cable 30 Tacho meter<br />

13 Pulling Rope 31 OTDR<br />

14 Brush 32 Automatic Splicing Machine (Fusion type)<br />

15 Road measurer. 33 Cleaving Machine/tool<br />

16 Mandrel 34 Optical talk set etc<br />

17 Chain<br />

Signature of Tenderer(s)<br />

Date…………………<br />

51


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

SECTION – III<br />

CHAPTER – IV.a<br />

JOINTING <strong>OF</strong> <strong>OF</strong>C & QUAD TELECOM CABLE AND ACCEPTANCE TEST<br />

JOINTING AND TERMINATION <strong>OF</strong> FIBRE OPTIC CABLE<br />

4a.1 Techniques for jointing of fibre optics cable<br />

4a.1.1 Following types of techniques are used for splicing of fibres<br />

a Mechanical splicing : This align the axis of the two fibres to be<br />

joined and physically hold them together.<br />

b Fusion Splicing: This is accomplished by applying localized heat at<br />

interface between two butted , pre aligned fibre ends, causing them<br />

to soften and fuse together.<br />

4a.1.2 Mechanical splicing can be used for temporary splicing of fibres or when<br />

fusion splicing is impracticable or undesirable. At all other locations and<br />

during initial installation of fibre optic cable, fusion splicing should be<br />

adopted.<br />

4a.2 STRAIGHT JOINT FOR FIBRE OPTIC CABLE :<br />

4a.2.1 There are various types of joint enclosure available in the market.<br />

Procedure for assembly of joint closure is described in the installation<br />

manual supplied with the straight joint closure. This includes the following.<br />

A Material for joint closure kit<br />

B Installation tool required<br />

C Detailed procedure for cable jointing<br />

D Procedure for reopening of closure<br />

4a.2.2 The optical fibre straight through joint shall be as per<br />

RDSO/SPN/TL/25/98 with latest modification. The joint shall be protected<br />

with brick chamber as per given drawing. (cable pit for <strong>OF</strong>C joint )<br />

4a.2.3 However, following steps are involved for jointing of cable:<br />

Preparation of cable for jointing, Stripping / Cutting of cable, Preparation of<br />

cable & joint closure for splicing, Stripping and cleaving of fibres, Fibre<br />

splicing, Organizing fibres & finishing joints ,Sealing of joint closure &<br />

Placing joint in the pit.<br />

4a.2.3.4 Preparation of cable for jointing: During the installation, a minimum<br />

of 10 meter cable of each end is coiled in the jointing pit to provide for<br />

jointing to be carried out at convenient location as well as spare length to<br />

be available for future use in case of failure. The pit size must be chosen<br />

carefully to ensure the length of wall on which the joint is to be mounted is<br />

greater than the closure length plus twice the minimum bending radius of<br />

the cable. A pit length of 1.0 meter is sufficient for most of the cable and<br />

joint closure. Bracket to support the coil are also fixed on the wall of the pit.<br />

The cable is then coiled on to the pit wall in the same position as required,<br />

after the joint is complete. The marking done on all the loops so that it will<br />

be easier to install it later. The distance from last centre to the end of the<br />

Signature of Tenderer(s)<br />

52<br />

Date…………………


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

cable must be at least 1.8 meters . This is being minimum to be stripped for<br />

preparation of joint. Sufficient cable at each end up to the jointing<br />

vehicle/enclosure is then uncoiled from the pit for jointing.<br />

4a.2.3.5 Stripping / Cutting of cable: The cables are to be stripped of their<br />

outer and inner sheath with each sheath staggered approximately 10 mm.<br />

From the one above it. Proper care must be taken when removing the inner<br />

sheath to ensure the fibres are not to be scratched or cut with the striping<br />

tool. To prevent this , it is the best to only score the inner sheath twice on<br />

opposite side of the cable, rather than cut completely through it. The two<br />

scores marking on either side of the cable are then stripped of the inner<br />

sheath by hand quite easily. The fibres are then removed from the cable<br />

one by one and each fibre is cleaned individually using kerosene to remove<br />

the jelly.<br />

4a.2.3.6 Preparation of cable & joint closure for splicing: The type of<br />

preparation work performed on the cable prior to splicing differs on the<br />

type of closure & fibre organizer used . However the following steps are<br />

usually common :<br />

4a.2.3.7 The strength member of the each cable are jointed to each other<br />

and/ or the central frame of the joint closure. The joint closure is assembled<br />

around the cable. The sealing compound of or heat shrink sleeve is applied<br />

to the cables and the closure, or prepared for application after splicing is<br />

complete. The fibre are protected (usually with plastic tubing) in their run<br />

from cable core to fibre organizer trays. (Particularly if cable construction<br />

is slotted core type). Tags which identify the fibres numbers are attached at<br />

suitable location on the fibres. Splice protector are slipped over each fibre<br />

in readiness for placing over bare fibre after splicing.<br />

4a.2.3.8 Stripping and cleaving of fibres : Prior to splicing each fibres must<br />

have approximately 50 mm. of it's primary protective U.V. cured coating<br />

removed, using fibre stripper which are manufactured to fine tolerances<br />

and only score the coating without contacting the glass fibre. The bare<br />

fibre is then wiped with lint free tissue doused with ethyl alcohol. Cleaving<br />

of fibre is then performed to obtain as close as possible to perfect 90 degree<br />

on the fibre.<br />

4a.2.3.9 Fibre splicing : Two types of method can be used for splicing as<br />

already discussed. Some of the basic steps for both the types are as under :<br />

4a.2.3.10 Fusion Splicing of the Fibre: This is accomplished by applying<br />

localized heat at interface between two butted , pre aligned fibre ends,<br />

causing them to soften and fuse together. Some of general steps with full<br />

automatic microprocessor based splicing machine are as under:<br />

4a.2.3.11 Wash hands thoroughly prior to commencing this procedure. Dip<br />

the clean bare fibre in the beaker of Ethyl Alcohol of the ultrasonic cleaver.<br />

Switch on ultrasonic cleaver for 5-10 seconds. ( Some manufacturers does<br />

Signature of Tenderer(s)<br />

53<br />

Date…………………


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

not prescribe above cleaning). Place the fibre inside the 'V' groove of<br />

splicing machine by opening the clamp such that the end of fibre is<br />

approximately 1.0 mm over the end of 'V' groove towards the electrodes.<br />

Repeat the same procedure for other fibres, however, first insert heat shrink<br />

splice protector. Press the start button of the splice controller. Machine will<br />

pre-fuse, set align both X & Y direction and then finally fusr the fibre.<br />

Inspect the splice on monitor if provided on fusion splicing machine and<br />

assure no nicking, bulging is there and core appears to be aligned<br />

adequately. If splice does not look good repeat the procedure again. Slide<br />

the heat shrink protector over the over the splice and place in the tube<br />

heater . Heat is competing when soft inner layer is seen to be " oozing" out<br />

of the ends of the outer layer of protector. Repeat for other fibre.<br />

4a.2.3.12 Mechanical Splicing of the Fibre : There two types splicing system,<br />

one with precision alignment of fibre in "V' groove and their ends are<br />

sealed with some index matching fluid and adhesive. The other uses<br />

ultrasonic light source for curing optical adhesive in addition to alignment<br />

etc. The general steps involved for above are as under:<br />

4a.2.3.13 Stripping and cleaving of fibres is done as described above. Remove<br />

the protective end cap from mechanical splice and pull out vent tube. Inject<br />

adhesive as specified by supplier to thje splice. Insert fibre until it butts<br />

against fibre end already bonded in place. Cure adhesive with UV light<br />

following exposure times as indicated by the supplier, if required. Repeat<br />

the same procedure for all fibres.<br />

4a.2.3.14 Organizing fibres & finishing joints: After each fibre is spliced , the<br />

heat shrink protection sleeve must be slipped over the bare fibre before any<br />

handling of fibre takes place, as uncoated fibres are very brittle and can not<br />

withstand small radius bend without breaking. The fibre is then organized<br />

into it's tray by cooling the fibre on each side of protection sleeve using the<br />

fully tray side to ensure the maximum radius possible for the fibre coil. The<br />

tray are placed in the position. OTDR reading taken for all splices in this<br />

organized state and recorded on the test sheet to confirm that all fibres<br />

attenuation are within specification. This OTDR test confirms fibre were<br />

not subjected to excessive stress during the organizing process. After this ,<br />

the joint can be closed with necessary sealing etc. and ready for placement<br />

into pit.<br />

4a.2.3.15 Placing of the completed joint in the Pit : Joint is taken out from the<br />

vehicle and placed on tarpaulin provided near the pit. The cable is laid on<br />

the ground, loop the cable such that pen mark previously place on the cable<br />

line up. Tape these loops togather at the top of the coil. The joint can now<br />

be parmanently closed and sealed by heating heat shrinkable sleeve etc.<br />

However, before closing , the silica gel to be kept inside for moisture<br />

Signature of Tenderer(s)<br />

Date…………………<br />

54


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

protection. Now the joint closure is fixed to the bracket on the pit wall and<br />

pit is closed. Refer Drg. No. CSTE/Con./<strong>OF</strong>C-25/ 2001.<br />

4a.2.3.16 Reopening of the pit: If required for attending the faults etc.,<br />

manufacturer supply special kits for opening of joint and the steps to be<br />

followed. However, the general steps are as under;<br />

4a.2.3.17 Using suitable knife cut heat opening shrink sleeve longitudely along<br />

it's entire length. Do not damage the smaller heat shirnk sleeve on the ends<br />

of the joint. Apply heat to cut sleeve untill it begins to separate. Gently<br />

remove the cut sleeve from joint. Now the joint can br opened. Protective<br />

sleeve/ cover can be removed for attending the faults etc.<br />

4a.2.3.18 Termination of joint for fibre optic cable: This joint is provided in cable<br />

hut for terminating the outdoor fibre optic cable. df both the sides, splicing<br />

through fibres, connecting fibres to pig tails for the connection to optical<br />

line terminal equipment etc. The <strong>OF</strong>C cables shall be dressed on teak wood<br />

plank/Aluminium ladder inside cable hut. (The armour of the <strong>OF</strong>C cable<br />

shall be cut before taking the cable in the equipment rack). The cable shall<br />

be terminated on <strong>OF</strong>C termination joint box. The <strong>OF</strong>C termination joint<br />

box as per soecification No. DOT G/FTB-01/02 March'99 with latest<br />

amendment and shall be provided in each cable hut to terminate both<br />

optical fibre cable and deriving required pig tails. Two pairs of fibres shall<br />

be derived from either side cable for 2 Mb stream at every <strong>OF</strong>C cable hut<br />

through pig tails with FC/PC connectors. All the fibres from both sides of<br />

repeater shall be provuded with FC/PC connectors to connect FDF. FDF<br />

will be arranged by the <strong>Railway</strong> .<br />

4a.2.3.19 Jumper Cable ( 10 Meter long ): The jumper cable shall be cout into<br />

two pigtails of 5 meters long which is considered adequate. Once fibre<br />

termination box mounted on the equipment rack itself. The material may<br />

be supplied as per latest specification. The procedure for installation of<br />

termination joint box deprnds upon the type of joint enclosure. The<br />

installation manual supplied give the step by step procedure for installation.<br />

However the general steps are : Marking the cable, Stripping/cutting the<br />

cable, Treatment of tension member, Fibre splicing, Enclosing the fibres,<br />

Fixing strength member, closing the cover, Fixing the termination box &<br />

fixing the cable.<br />

4a.2.3.20 Marking the cable: Determine the cable length upto the proposed<br />

location of termination box. It is also ensured that atleast 10 meter cable is<br />

coiled in the pit. Determine the cutting point and mark the cable.<br />

Determine the sheath peeling point and mark the cable.<br />

4a.2.3.21 Cutting / Stripping the cable : Cut the cable as per marking. Remove<br />

the cable sheath from cable ends. During sheath stripping care should be<br />

taken not to damage the fibre. The length and the steps for various sheath<br />

by cutting shall be as per the instruction given in the manual.<br />

Signature of Tenderer(s)<br />

55<br />

Date…………………


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

4a.2.3.22 Gripping of the cable: Wind PVC tape around the cable core just<br />

beside the edge of the sheath. Insert bushing inside sheath by cutting the<br />

cable sheath for about 25 mm. Place the sheath grip (lower half & upper<br />

half) and cut, tighten it with the help of torque wrench.<br />

4a.2.3.23 Fixing the tension member: Mark the tension member for specified<br />

length and cut it. Clean the tension member thoroughly by alcohol and<br />

cotton cloth. Fix the tension member holder with the help of instant<br />

adhesive at the end of tension member<br />

4a.2.3.24 Fibre splicing: Already described for straight joint above.<br />

4a.2.3.25 Enclosing fibres: Set the fibre cassette on the base. Arrange excess<br />

length of fibre to make double figure of eight. Enclose the spliced fibre and<br />

it's excess length carefully. Repeat the procedure for other fibres. After this<br />

the box can be closed. However a packet of silica gel may be placed inside<br />

to protect from moisture.<br />

4a.2.3.26 Mounting of cable termination Box :- Termination box can be fixed<br />

either on wall or on equipment rack. Mark the fixing holes on the<br />

wall/bracket/frame. Place the termination box & tightened the nuts inside<br />

the base box. Put the covers.<br />

4a.2.3.26 Fixing the cable: Secure the cable on the wall/ frame at two places<br />

within one meter from termination box keeping in veiw straight entry of<br />

the cable in termination box.<br />

4a.2.4 Acceptance test for fibre optic cable: The procedure for testing of fibre optic cable<br />

shall be jointly finalized by the contractor with the engineer of the <strong>Railway</strong>. The<br />

parameters specified by the manufacturer shall be taken as reference. The test shall<br />

be conducted from cable hut to cable hut, once, the splicing and termination of<br />

joints are completed. The length of cable (as per marking in the cable and OTDR)<br />

loss in the cable, average loss per kilometer, number of splices, splice loss etc shall<br />

be recorded and jointly signed as per proforma given below.<br />

4a.2.4.1 TEST PROTOCOL FOR OPTICAL FIBRE CABLE<br />

SYSTEM TEST PROTOCOL <strong>OF</strong> OPTICAL FIBRE CABLE & FIELD TEST<br />

Route ………………………<br />

Date……………….<br />

Station………………………<br />

No. of Mid section splices……………..<br />

Section……………………..<br />

Measured By …………………………..<br />

Length …………………….<br />

Length as per meter<br />

(By OTDR)<br />

Marking on cable sheath<br />

1 Opticxal Measurement ( On line ) :<br />

Measurement Fibre No. Accepted Value<br />

1,2,3,4,5,6,7,8,9.10,……………24<br />

1.1<br />

Total attenuation at 1300 nm with OTDR<br />

1.2<br />

Total attenuation per kilometer ( db/Km)<br />

1.3<br />

Splice loss in db with OTDR location<br />

Average Splice loss<br />

2<br />

Total attenuation at 1550 nm with OTDR<br />

2.1<br />

Total attenuation per kilometer (db/Km)<br />

Signature of Tenderer(s)<br />

Date…………………<br />

56


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

2.2<br />

Splice loss in db with OTDR location<br />

Average Splice loss<br />

Note: Also attach OTDR Results<br />

3 Visual Inspection (On line) :<br />

3.1 S.No. of cable and length of each<br />

S.No. Length of each drum<br />

1_____________________<br />

_________________ M<br />

2_____________________<br />

_________________ M<br />

3_____________________<br />

_________________ M<br />

4_____________________<br />

_________________ M<br />

5_____________________<br />

_________________ M<br />

4 Location of Isolation sleeve : 1. 2. 3.<br />

Contractor's Representative<br />

<strong>Railway</strong>'s Representative<br />

Signature of Tenderer(s)<br />

Date…………………<br />

57


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

SECTION – III<br />

CHAPTER – IV.b<br />

JOINTING <strong>OF</strong> 6 QUAD TELECOM CABLE AND ACCEPTANCE TEST<br />

The contractor can follow instructions issued by M/s REPL or other approved supplier of<br />

Thermo shrink jointing kit, provided such instructions are issued formally by the supplier<br />

and it is certified that joint will be free of defect.<br />

4.1 Jointing & termination of PIJF quad & derivation cables.<br />

4.1.1 Thermo shrink joints of appropriate size for straight through or branch off<br />

joints as per DOT specification shall be provided.<br />

4.1.2 All the Quad/derivation(PIJF) cables shall be terminated on C.T. box of<br />

suitable size duly mounted on cable huts / ASM room and other locations as<br />

advised by the site engineer.<br />

4.1.3 The details of cable of different types of jointing of cable are as per Drawing<br />

No.Dy.CSTE/Con/W-43/2004 (MW) & Dy.CSTE/Con/W-45/2004(MW).<br />

4.2 ACCEPTANCE TEST FOR 6 QUAD AND PIJF CABLES<br />

The characteristic impedance of unloaded 6 quad cables (IRS/TC/30) is 470 (±10%)<br />

ohm at 800 Hz. when loaded with inductance of 88 mH, the characteristic impedance<br />

is 1120 (±10%) ohm.<br />

Joint tests are to be carried out by engineer's representative and contractor's<br />

representative for accepting the cables from the contractor.<br />

4.3 TESTING <strong>OF</strong> VF TRANSFORMER:<br />

Following tests may be conducted on VF transformers before using in the joint:-<br />

a) Continuity and DC resistance of windings:- Use and AVO meter to check<br />

continuity, measure DC resistance of primary/secondary windings with LCR bridge.<br />

The readings obtained should be comparable.<br />

b) Insulation resistance:- Connect one lead of a 500 V megger to one winding<br />

connect the other lead of Megger first to another winding and take reading . Next<br />

connect it to all other windings connected together and the case and again take the<br />

reading insulation resistance should not be less than 10,000 Mega Ohms.<br />

c) Insertion Loss:- Adjust output level of transmission measuring set to O/db<br />

and connect it across the primary of transformer connect a dB meter on the secondary<br />

side. Db meter reading should not be more than 1 dB.<br />

4.3.2 LOOP RESISTANCE AND CONTINUITY TEST<br />

Instruments to be used : Multimeter<br />

(a) The Multimeter will provide ready means for continuity test and also it<br />

will be capable of testing D.C. and A.C.Voltage D.C. resistance and also low<br />

frequency levels for test and maintenance purpose. The input sensitivity shall<br />

be at least 100K Ohms per volt D.C. and 10K Ohm per Volt of A.C.<br />

(b) The maximum average loop resistance of a pair measured with direct<br />

current at 20 deg C shall be 58 Ohm per Km. for the PE quad of 0.9 mm<br />

diameter Cu conductors. The normal loop resistance of a pair shall be 55.2<br />

Signature of Tenderer(s)<br />

Date…………………<br />

58


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

Ohm per Km. at 20 Deg C. This test shall be carried out only on untapped pairs<br />

of cable.<br />

4.3.3 INSULATION TEST.<br />

(a) Instruments to be used- Mega ohm Meter/Megger. The insulation<br />

resistance measured between a conductor of a quad and all conductors of all<br />

other quads connected together to the sheath and earth shall not be less than<br />

625 mega ohms per Km. When measured at 100 volts DC after energizing for<br />

one minute at a temperature of not less than 16ºC.<br />

(b) For measuring insulation all conductors may be bunched together and tied<br />

properly with a bare wire and insulation to the sheath/ screen measured. The<br />

insulation resistance per Km. can be obtained as - No. of wires tested x<br />

deflection ( Megs (c) x Length (KM Meg ohms per Km.)<br />

4.3.4 FREQUENCY ATTENUATION & TRANSMISSION MEASUREMENT.<br />

Instrument to be used - Transmission Measuring sets (IRS TC 43.87 or latest).<br />

Two transmission measurement sets are required for this measurements. One<br />

set is kept at one end of the cable and the other at the other end of the cable.<br />

Before sending the set to other end the zero errors of all meters are checked.<br />

Zero dB tone is sent from one end and the level received at the other end and<br />

is measured. Whenever the frequency is changed the zero level should be<br />

adjusted again Zero level of the tone should also be adjusted first before taking<br />

any reading.<br />

The reading are taken at the following frequencies 300Hz, 400Hz, 600 Hz,<br />

800Hz.1000 Hz, 1400 Hz, 1600 Hz, 2000 Hz, 2400 Hz, and 3000 Hz and<br />

recorded and it should be as per specification of quad cable laid.<br />

4.3.5 CROSS TALK MEASREMENT. Instrument to be used a cross talk measuring<br />

set ( IRS EC - 45) and oscillator 1 KHz / 800 Hz. Zero dB, Tone of 800Hz is<br />

given on one pair and cross talks is measured on the other pair in the same<br />

quad. Also the cross talk has to be measured in adjacent quads, cross talks is<br />

measured at' Near - End' and also ' Far- End' The far- End cross- Talks<br />

attenuation between any two air spaced paper insulated VF pairs at a<br />

frequency of 800 Hz shall not be less than 65 dB. The near- End Cross- Talks<br />

shall not be less than 61 dB.<br />

4.3.6 NOISE LEVEL MEASUREMENT- PSOPHOMETRIC Instrument to be used -<br />

Psophometer (RDSO SPECN. NO. STE/RE/C/SPN/M1) - 1975( or latest)<br />

SIEMENS Germany Model No. V 2233(1994) are presently used for<br />

measurement of noise. The detail procedure for measurements is supplied by<br />

manufacturer. The far end of test pair is terminated at the resistance equivalent<br />

to characteristic impedance of the cable (600 or 1120 Ohms). At near end<br />

Psophometer is connected. The readings of weighted and unweighted noise<br />

can be directly read on the meter. The permissible limit of Psophometer<br />

voltage is 2mv.<br />

4.3.7 MEASUREMENT <strong>OF</strong> CIRCUIT ELEMENTS Instruments to be used –<br />

impedance Bridge (L C R Bridge) (Specn. No.STT/RE/SPN(M1)-1973 or latest).<br />

Signature of Tenderer(s)<br />

Date…………………<br />

59


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

This measures electrical data of components like coils, capacitors and<br />

transformers as well as of sub-assemblies, amplifier, filters etc. The<br />

measurement of resistive and reactive components of impedance and<br />

admittance can also be measured with this bridge. These parameters are<br />

generally factory tested and need not be measured at site. The impedance<br />

bridge can also be used for assessing the distance of cable fault/low insulation<br />

quad with reference to healthy quads.<br />

Signature of Tenderer(s)<br />

Date…………………<br />

60


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

SECTION – III<br />

CHAPTER – IV c<br />

TECHNICAL SUPPLEMENT FOR OPTIC FIBER CABLE COMMUNICATION SYSTEM<br />

1 OBJECTIVE The end objective of this system is such that it shall be capable of<br />

providing.<br />

a). Omnibus voice circuits with selective calling.<br />

b). Point – to – point circuit with associated signaling.<br />

c) Circuits suitable for remote control switching.<br />

d) Circuits for emergency control working in conjunction with quad cable<br />

through optical fibre cable system.<br />

e) Inter connectivity of the exchanges en-route.<br />

f) Data circuits like PRS & FOIS.<br />

g) Circuit for emergency control working in conjunction with emergency socket<br />

provide on 6 Quad Telecom cable and subsequent extension to control office<br />

on optical fiber cable system.<br />

2 SYSTEM DESIGN REQUIREMENTS : The Tenderer in consultation with engineer in<br />

charge prepare system design for <strong>OF</strong>C communication system and quad cable<br />

communication system as per <strong>Railway</strong>’s requirement and submit report before starting<br />

execution of the work.<br />

2.1 GENERAL The Optical Fiber system envisages provision of STM -4,STM -1 with 63<br />

E1 & 21 E1 digital equipment employing long haul & short haul SDH technology.<br />

2.2 Channel Allocation<br />

2.2.1 At a way station it is possible to connect up to 3 way station control equipment<br />

to the same omnibus channel in parallel without calling for any additional<br />

multiplexing equipment. The extension will be within a distance of 4 km<br />

connected to copper cable of 0.63 mm dia PIJF cable or 0.9mm dia Quad cable ,<br />

to be provided by <strong>Railway</strong> . The extension shall be on 4 wire or 2 wire basis .<br />

2.2.2 Additional hardware interface to meet this requirement, if any should be indicate<br />

along with their cost . the offer of the tender shall be loaded accordingly .<br />

Any limitations on this accounts or any alternative solution may be explicitly<br />

brought out in the offer .<br />

2.2.3 The system shall allow any two way station establishing the communication<br />

through the same 4 wire omnibus channels after the control office call the<br />

attention of one way station through the selective calling at the oral request of<br />

the other way station .<br />

2.2.4 Any inband / outband / any other type of signaling used for purposed shall not<br />

in any way interface with or interfered by the telephone conversation .<br />

2.2.5 The channeling plan shall be finalized in consultation with the <strong>Railway</strong> , the<br />

exact no. of circuits /channels required at every station shall be worked out and<br />

appropriate interface card provided by means of manipulating within the cards<br />

supplied.<br />

3.1 CABLE CUTTING OUT & COMMUNICATION : Without considering the<br />

protective patching arrangement of STM-1 , STM-4 , and digital MW system<br />

Signature of Tenderer(s)<br />

Date…………………<br />

61


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

detailed in the system design requirements stated above ,if the fiber optic cable<br />

gets cut , the communication between the various points on the control office<br />

side shall remain undisturbed; Similarly the communication in the portion<br />

beyond the cut shall remain undisturbed. Only the through circuits beyond the<br />

cut shall get affected for the channels for which Radio patching are not provided<br />

3.2 Failure of way station PCM equipment : Any failure of PCM equipment at way -<br />

side station shall not affect communication at any other station especially in the<br />

case of omnibus circuits<br />

3.3 OPTICAL LOSS BUDGET AND POWER SOURCE : Optical attenuation of <strong>OF</strong>C,<br />

Splice loss, connector loss, equipment margin, cable operation margin, system<br />

operation margin shall be specified and subsequently measured. Based on this and<br />

receiver sensitivity, the minimum optical power of the transmitter / The Optical loss<br />

budget shall be worked out for each sub section between at joining stations. The<br />

power source is decided.<br />

3.4 SIGNAL TO NOISE RATIO AND NOISE BUDGET<br />

3.4.1 The signal- to-noise ratio for the worst channel at any time of the year from point to<br />

control office on omnibus channels shall be better than 40 db; considering a length of<br />

300 kilometers for such omnibus channels and irrespective of the number of<br />

tapping.<br />

3.4.2 The signal-to-noise ratio of all other channels shall be better than 45 db at any time<br />

of the year.<br />

3.4.3 For the purpose of designing and noise criterion, a maximum of four telephones<br />

shall be taken as “in circuit” at any given time simultaneously over each omnibus<br />

channel.<br />

3.4.4 For the purpose of designing and noise criterion, a maximum of four telephones shall<br />

be taken as “in circuit” at any given time simultaneously over each omnibus channel.<br />

The tenderer shall submit details of the noise budget and loss budget keeping a safety<br />

margin shall be spelt out clearly.<br />

3.5 EXTENSION <strong>OF</strong> CIRCUITS FROM <strong>OF</strong>C EQUIPMENT ROOM : The communications<br />

from the optical fibre repeaters to station master, electrical locations and other users<br />

shall be extended on PIJF (Screening Factor 0.5) up to 1.5 Km or 6 Quad telecomm<br />

cable (Screening factor 0.16) unloaded up to 7.5 Kms<br />

4 OPTICAL AND DIGITAL EQUIPMENTS :<br />

4.1 SDH SYSTEM :<br />

(a) SDH system : STM-4 & STM-1 ( shall be equipped with 63 or 21 Nos. 2 MB<br />

streams and wired for 63 E1 as described in the schedule of works). This<br />

system should be expandable to 63 E1’s by simple addition of cards in future<br />

and having duplicated power supply module in load sharing / hot stand by<br />

mode in each side of the add / drop SDH equipment.<br />

(b) Any other interfaces such as 8 MB, 34 MB Video LAN etc. available in the<br />

capacity of the equipment may also be indicated by the tenderer so as to utilize<br />

the balance bandwidth available in the SDH chain.<br />

Signature of Tenderer(s)<br />

Date…………………<br />

62


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

(c) The STM-1 shall be as per DOT specification No.G/SDH-04/03 march<br />

2005.With latest amendment, if any.<br />

The STM-4 shall be as per latest TEC specification No. GR/SDH 10/01 August<br />

01 with latest amendments.<br />

PRIMARY DIGITAL DROP INSERT MUX :<br />

The primary digital drop insert mux shall be as per IRS TC 68-2004 with latest<br />

amendment if any.<br />

The mux shall be programmable drop insert mux with conference facility and shall<br />

have the facility of Network Monitoring and control (Clause 6.7TC 68-97). The<br />

Primary mux shall be equipped and completely wired for 30 channels. The channel<br />

side interface cards shall be installed for 30 channels as per circuit combination<br />

given in schedule.<br />

The number of circuits in one card shall be advised by the tenderer. If the cards<br />

contain different circuit configuration, the equivalent number of cards required for<br />

providing the circuits as indicated in the schedule shall be taken into consideration<br />

for evaluating and comparing the equipment. It shall be possible to provide at least<br />

20 E & M and 6 Hot Line / subscriber interface & 4 DATA circuits with each<br />

PDMUX. It shall have two V.24 interface cards for data transfer.<br />

The number of maintenance portable test & diagnostic units shall be as per tender<br />

schedule of specification. Over and above the equipment provided at master station for<br />

Network Monitoring and control . The units shall be either of Hand held type or portable<br />

PC (Personal Computer).<br />

4.3 MTBF: MUX, OLTE system have high MTBF figure. The FIT figures<br />

from the manufactures shall be supplied. Different functional cards modules shall<br />

have typical value not less than 25 years under field condition. MTBF calculation<br />

will be supplied as per DOT quality manual OM 115 on GUIDE LINES TO<br />

COMPUTE THEORITICAL RELIABILITY FITURES <strong>OF</strong> TELECOM EQUIPMENTS.<br />

4.4 RELIABILITY : MTTR of 3 hours and a limit of 30 stations.<br />

4.5 REDUNDANCY : Wherever the tenderer requires redundant equipment like hot<br />

standby to achieve the system reliability with this equipment, he shall do so. If<br />

redundancy is shown, it will be treated as obligatory for the system. Phrases like<br />

“Preferable” “recommended” etc. should be avoided. If such Phrases are used, they<br />

will be taken to mean that redundancy is obligatory and evaluation will be done on<br />

the basis of hot standby offer.<br />

5 SPECIFICATION FOR KRONE DISTRIBUTION FRAME :<br />

KRONE TERMINATION BLOCKS Krone No.6901 1006-00 for 100 pairs, WITH<br />

LSA-PLUS quick connection modules Series 2/10 consists of the following.<br />

1 No. back mount frame 2/10 for C.T. block, including fixing martial for cables and<br />

cable heads i.e. fixing screw, earth screw, cable mounting bracket for latching 10<br />

Nos. LSA-PLUS modules including 1 set of plug number 1………..0 and<br />

10……….100, for plastic insulated cable wires with copper conductor, 1 label holder<br />

Signature of Tenderer(s)<br />

Date…………………<br />

63


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

2/10 with label ( printed or unprinted). One dust cover, transparent, flat or deep,<br />

suitable for the use with fuses, MOVR, surge & lightening protection (Z protection)<br />

magazines to cover 10 No. LSA – PLUS modules.<br />

SPECIFICATION FOR TEST & MONITORING PANEL :<br />

Test and monitoring panel provides the facility for monitoring electrical performance<br />

and conducting test on any VF channel. The panel is provided with the following<br />

units. It should be ITI / M.S. PLL make.<br />

- Amplifier with Loudspeaker<br />

- Hand set<br />

- Signaling receiver with buzzer<br />

- Push button pulse dial<br />

- Test oscillator for feeding standard level test tone on any<br />

channel for carrying out channel alignment.<br />

- The panel is made available in the form of add on shelf<br />

to the equipment rack.<br />

TECHNICAL SPECIFICATIONS :<br />

Power requirement<br />

-48V (±6V)<br />

Maximum current (Active) 400mA MUX<br />

M Lead<br />

Extends ground/open to equipment through dia unit (10± 01 pps at<br />

66.7% break). When call key is pressed.<br />

E Lead<br />

Extends Ground on E lead causes SIG REC is glow (& Buzzer ON)<br />

OSCILLATOR<br />

Frequency<br />

800± 5 Hz (fixed)<br />

Threshold<br />

0.5% (at max level output)<br />

Output level<br />

-20 dBm to 0.5 dBm<br />

AUDIO AMPLIFIER :<br />

Frequency<br />

200Hz to 5KHz<br />

Output<br />

1.5 Watt at 8 Ohm.<br />

Input impedance<br />

600 Ohms<br />

Max input level<br />

-10.0 dBm, 800 Hz, (Volume control at Max)<br />

POSITION DETAILS :<br />

Position Input 0 dBm at 800 Hz Output level at Attenuation<br />

1- LST<br />

TX &<br />

RX<br />

2. LST<br />

TX &<br />

SPK<br />

RX<br />

3. LST<br />

RX &<br />

SPK TX<br />

4WT, 600 Ohm, 4WR, 600 ohm<br />

4WT, 600 Ohm Hand set TX, 150 Ohm,<br />

(Across D&E)<br />

4WR, 600 Ohm<br />

Hand set TX, 150 Ohm<br />

Hand set RS, 75 dBm<br />

(Across D&C)<br />

Hand set RX, 75 Ohm)<br />

Hand set RX, 75 Ohm<br />

4WR, 600 Ohm<br />

Hand set RX, 75 Ohm<br />

4WT, 600 Ohm ( 4 WR<br />

terminated with 600<br />

Ohm)<br />

3.3 ± 0.5db<br />

8.8 ± 0.5 db<br />

0±0.1db<br />

6.4±0.5db<br />

7.5±0.5db<br />

18.5±0.5db<br />

Signature of Tenderer(s)<br />

Date…………………<br />

64


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

4. LST<br />

& SPK<br />

TX &<br />

RX<br />

4WT, 600 Ohm (4WR terminated with<br />

600 Ohm) .4WR, 600 ohm ),(4 WT,<br />

terminated with 600 ohm),Hand set TX,<br />

150 Ohm<br />

Hand set RS, 75<br />

Ohm(Hand set TX<br />

terminated with 600<br />

Ohm)<br />

Hand set RX 75<br />

Ohm(Hand set TX<br />

terminated with 600<br />

Ohm)<br />

4WT, 600 (4WR<br />

terminated with 600<br />

Ohm) 4WR, 600 Ohm<br />

(4WT & Hand set RX<br />

terminated with 600 Ohm<br />

& 82 Ohm) respectively.<br />

6.7±0.5 db<br />

13.6±0.5db<br />

15.2±0.5 db<br />

30.2±0.5db<br />

5. LST<br />

& SPK<br />

TELE<br />

LINE<br />

2WL, 600 Ohm Hand set TX 150 Ohm Hand set RX, 75<br />

Ohm(Hand set terminated<br />

with 600 Ohm) 2WL, 600<br />

Ohm<br />

(Hand set RX terminated<br />

with 82 Ohm)<br />

3.5±0.5db<br />

9.8±0.5db<br />

6 NIL<br />

7 SPECIFICATION <strong>OF</strong> U LINK PANEL WITH U LINK :-<br />

The U link panel should provide isolation facility for all 30 channel coming out from<br />

MUX equipment. and should have fitted with U links (male & female) . The U link<br />

should have minimum 5mm (approx.) separation between the links and the links to be<br />

3mm (approx.) dia nominal. The links to be provided with phospher bronze sheet<br />

around the male pins for proper contact always.<br />

8 SPECIFICATION <strong>OF</strong> COMPREHENSIVE NET WORK MANAGEMENT SYSTEM :<br />

8.1 A common comprehensive NMS with uniform alarm and with single soft ware<br />

application, which can monitor & control all net work arrangements for the SDH<br />

system shall be supplied along with the system.<br />

8.2 The common comprehensive NMS system shall be provided for remote programming,<br />

monitoring the performance and display of fault of the optical fibre cable, Optical line<br />

terminating equipment and multiplexing equipment from a centralized location for<br />

the SDH system. It must be able to manage at least 200 nodes on one plate form. The<br />

NMS shall be loaded on two PC system. location for the SDH system. It must be<br />

able to manage at least 200 nodes on one plate.<br />

8.3 The master terminal station shall be controlled by a master terminal. All regenerators<br />

and remote terminal shall act as slave to this master terminal. There shall be constant<br />

intelligent communication in the master control terminal and the dependent and<br />

other station repeaters.<br />

Signature of Tenderer(s)<br />

Date…………………<br />

65


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

8.4 The network management system includes configuration, fault finding, performance<br />

and security tools. It has an initiative & users friendly graphical user interface. The<br />

product structure must be modular. The core system includes configuration features,<br />

alarm handing, data bases and data distribution soft ware. This may be built by<br />

adding the element access modules to this core. For handling new Network elements,<br />

new element access modules required to be added to the existing network<br />

management system configuration.<br />

8.5 The master terminal station shall be a PC based with TFT 15" colour monitor & have<br />

all necessary line interface and peripherals. The PC shall be industrial grade and<br />

capable of continuous on uninterrupted working. One printers as per specification<br />

enclosed shall be provided with supervisory system for hard copy of various alarms<br />

generated with time and address of repeater/MUX equipment, print out of various<br />

parameters of system on demand etc. The specifications of PC work station shall be of<br />

following or higher configuration. Each PC shall be of MNC make (Compaq. HP, IBM<br />

).<br />

Each PC will be having the following elements.<br />

(i) CPU- Intel Pentium 2.8 GHz. HT (or higher & better)<br />

1 No.<br />

(ii)Multi media KEY BOARD<br />

1 No.<br />

(iii)COLOURED TFT Monitor 15" (or higher & better)<br />

1 No.<br />

(iv) LASER PRINTER<br />

1 No.<br />

(v) UPS HAVING (min. ½ hour) BACK UP<br />

1 No.<br />

(vi) PC TABLE GODREJ MAKE C-3 or better<br />

1 No.<br />

(vii) Optical Mouse<br />

1 No.<br />

(viii) REVOLVING CHAIR MODEL PCH -4103 GODREJ MAKE 2 No.<br />

(ix) BOOK CASE 4 DOOR (1675 x840x308mm) GODREJ MAKE 1 No.<br />

Specifications of PC & Printer :<br />

a. CPU Intel Pentium 2.8 GHz HT (or higher &<br />

better)<br />

b. CACHE 1 MB (or higher & better)<br />

c. RAM 512 MB DDR RAM (or higher & better)<br />

d. Hard Disk 80 GB serial ATA HDD. (or higher &<br />

better)<br />

e. FDD 1.44 MB<br />

f. CD ROM DRIVE 52x or better. (Combo Drive)<br />

g. Ports 2 USB, 2 serial. 1 parallel and 1 PS/2 mouse<br />

port.<br />

h. Monitor TFT 15 inch Colour Monitor<br />

i. Modem 56 KBPS. Internal Modem<br />

j. Mouse Optical Mouse .<br />

k. Laser Printer RAM 16 MB duty cycle 40000 Page per<br />

Signature of Tenderer(s)<br />

Date…………………<br />

month Duplexer standard<br />

18 page per<br />

66


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

month Duplexer standard, 18 page per<br />

minute, HP laser jet 2200 D or equivalent.<br />

l. Operating system Window XP Professional Pre loaded &<br />

also with CD media<br />

m. UPS On line UPS with 1/2 hour Battery backup<br />

: Line interactive RS – 232SW interface.<br />

MakeTVSE/APC/TATA – Liebert/Datex.<br />

n. CD write / read drive 8X Read and 4X Write or better multi read<br />

with suitable soft wares.<br />

o. Key board Multi media Key Board.<br />

P Multi Media kit Comprising of at least 48 x CE ROM, 2<br />

amplifiers, Desk top speakers, 64 Bits<br />

Sound Card, Microphone.<br />

The PC based supervisory console (NMS for primary mux) should be of same<br />

configuration as given under para 8.5 above for Master terminal work station for SDH<br />

Network Management System.<br />

The Local craft terminals/portable service terminals/Remote service terminal should<br />

also be capable of comprehensive management of all network element. It should also possible<br />

to use Portable Service Terminal from any of the station on the Network. It should be<br />

possible to connect local craft terminal or remote service terminal to any network element.<br />

PST shall be common for management of the SDH and Primary Digital Mux network<br />

elements. It should be possible to connect these terminals to any network element of the<br />

system for comprehensive arrangement of the local node as well as any, element on the<br />

entire element. The remote service terminals/local craft terminals shall be industrial note<br />

book (MIL Grade) with following features.<br />

a Pentium 1V 2.8 GHz or higher MNC make (IBM/Compaq<br />

Presario 2513 or betterI/HCL)<br />

b CACHE 4 MB<br />

c RAM 1GB<br />

d Hard Disc 160 GB SATA 5400 rpm (minimum) or higher<br />

e FDD 3.5”, 1.44 MB<br />

f CD ROM Drive Itegrated DVD writer 8X<br />

g PORTS 3 USB Ports, 1 PS2 Port, 1 Fire wire Port, 1 X-<br />

Video/ TV Port, 1 Infrared Port, 1 Head phone<br />

port, 1 Microphone port<br />

h Monitor TFT/LCD 1240 X 1000 resolution or better<br />

i MODEM PCMCIA FAX/MODEM card 56 KBPS<br />

MOTOROLA/MULTI TEC make<br />

j Opening system Window Vista Business edition or better<br />

k Power Li-Ion battery pack suitable for approximatly 4<br />

Hrs Operation alongwith battery<br />

charger/adapter<br />

Signature of Tenderer(s)<br />

Date…………………<br />

67


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

l Environmental<br />

feature<br />

Temp 0-50°C (Operating) –20 to +50C (non<br />

operating), Vibration to MIL, STD 810E<br />

a. The backup for the software shall also be provided in two sets of CDs.<br />

b. System should use RS.232 or higher speed interface such as RS 422 RS 423, RS 449<br />

c. Supervisory path should be realized on the overhead bits of Optical link and no<br />

separate channel will be allocated.<br />

d. System should be capable of monitoring all alarms of all the <strong>OF</strong>C equipment<br />

minimum two auxiliary alarms like low battery voltage, 230V mains & temperature<br />

etc. should be also monitor by the system. The required interface shall also be<br />

provided by the contractor within the cost.<br />

e. System should be capable to configure supervisory and measure all the important<br />

parameters of all the <strong>OF</strong>C equipments in the link (VF interface level) from central<br />

station as well as locally.<br />

f. All information from slave stations are monitored and displayed on the master station<br />

terminal. In coming messages are processed and displayed on the monitor in text<br />

form. Any change of status will be recognizable through available indication.<br />

Commands to slave station are given from the key board and command feed back<br />

messages are displayed.<br />

10. EQUIPMENT RACK<br />

10.1 The Optical & Digital equipments shall be mounted on standard 19 inch rack of<br />

suitable size as per tender schedule as well as as per IEC/I.S specification. The rack<br />

shall be provided with metallic cover with suitable ventilation arrangements from all<br />

side, the front panel shall be provided partially with toughened glass or high quality<br />

perplex sheet for viewing alarm indication etc. Covered rack shall be so design so as to<br />

ensure that rodent and vermin do not enter in side.<br />

10.2 The equipment shall be of modular construction, Chassis front panels and mounting<br />

may be either aluminum or steel or equivalent section of steel is used, all parts must<br />

be given corrosion-resistant treatment after all matching operations have been<br />

completed. If aluminum is used for the panel the front surface must be etched prior to<br />

finishing. Adequate rigidity shall be provided to prevent on due distortion. Suitable<br />

vibration mounting shall be provided. The equipment and cable shall withstand all<br />

the vibrations imparted to the building and adjacent sites during the train operation.<br />

10.3 All the switches control circuits, components and sub-assembles or modules shall be<br />

mounted as to permit their replacement without disturbance to other component.<br />

10.4 Provision shall be made by means of electrical inter locks and safety covers etc. so that<br />

operating and maintenance personnel exposed to harmful radiation and cannot come<br />

accidental contact with dangerous voltages covers shall be fitted over terminals to<br />

dangers voltages are applied. The words, “ Danger”, “High Voltage” etc shall be<br />

printed or engraved on the cover.<br />

10.5 Cables complete with connector that required to interlink the various stages shall<br />

substantial enough to withstand frequent handling and be suitably protected against<br />

Signature of Tenderer(s)<br />

Date…………………<br />

68


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

corrosion, wiring shall be cabled where practicable and clamped to the chassis. Where<br />

insulated leads pass through holes in the chassis, the holes shall be with smoothly<br />

finished grommets. Colour code shall be employed in the wiring.<br />

10.6 All the indoor cables / Power supply wires / <strong>OF</strong>C etc. shall be taken through overhead<br />

aluminum/ powder coated Ladder from equipment rack to the cable termination. The<br />

wiring on wall may be taken on suitable casing and capping.<br />

10.7 The equipment shall be protected from damage due to a faulty condition or the<br />

operation of control in wrong sequence by provision of circuit breakers, interlocked<br />

circuits, similar safety devices. An over voltage tripping device shall be provided for<br />

the battery supply. Protection isolation against transient voltages through power<br />

supply or any other high voltages and current shall be provided.<br />

10.8 Each component shall be clearly identified with its circuit designation by an<br />

appropriate marking method so that complete description and circuit position of the<br />

components can be located in the instruction hand book, all the switches, control<br />

circuit components assemblies or modules shall be mounted as to their replacement<br />

may be possible without appreciable disturbance to other components<br />

10.9 Arrangements shall be made for power distribution panel mounted on the rack itself.<br />

Arrangements for termination of all 30 channels from PD MUX and provision of surge,<br />

lightening protection etc. may also be provided on the rack itself.<br />

10.10 The equipment rack shall be provided with forced cooling arrangements. The cooling fan<br />

should work with 48 volt DC supply. Suitable heat deflectors shall be provided after each<br />

equipment sub rack/self.<br />

10.11 Detailed layout of the equipment rack shall be submitted by the tenderer and got approved<br />

from railway’s engineer well in advance<br />

11 . FIBER DISTRIBUTION MANAGEMENT SYSTEM :<br />

11,1 The fibre distribution management system complete with 19" rack shall be as per RDSO<br />

specification number RDSO/SPN/TC/037-2000 (ver.1) and as per. Drg No Dy.C.S.T.E/Con<br />

/W-39/2004(MW) with FC/PC connectors and fittings as described in the schedule<br />

11.2 FDMS shall be suitable for termination of two cables of 24 fiber each.<br />

12. <strong>OF</strong>C PATCH CORD: The <strong>OF</strong>C patch cord shall be with FC/PC connector on both sides as per<br />

specification No.G/<strong>OF</strong>J/-01/03 June ‘ 99 with latest amendment.<br />

13. SPECIFICATION FOR FUSION SPLICING MACHINE : Fusion splicing machine shall be<br />

fully automatic RTC Microprocessor controlled (ARC fusion type) Splicer with video display,<br />

WARM IMAGE PROCESSING, HEAT OVEN, FIBER FIXURE, Battery backup, high<br />

precision Fiber Cleever, Stripping tool, sufficient no of splice protection sleeves & Isopropyl<br />

alcohol to be used for splicing. Specially Fuzikura 50-S model or similar. As per specn No.<br />

DOT G/OSM/01/02 May ‘ 99 or latest.<br />

14. SPECIFICATION FOR MAIN FRAME OTDR : It shall be suitable for operating at 1310 &<br />

1550 nm wavelength, having dynamic range of more than 30 dB with 1 Meter minimum<br />

resolution with following accessories.<br />

(a) DC Power supply.<br />

(b) Equipment shall be as per DoT specification No.G/OTD-02/01 Nov. 98 or latest with two<br />

Nos. hardware & software instruction manual.<br />

15. SPECIFICATION FOR OPTICAL POWER METER :<br />

15.1 FUNCTION : This equipment is required for measurement of optical power.<br />

15.2 Technical specification :Photo sensor : specification<br />

Signature of Tenderer(s)<br />

Date…………………<br />

69


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

Wave length<br />

1100 nm to 1650 nm<br />

Calibrated wave lengths<br />

1310 nm & 1550 nm<br />

Type of input<br />

FC type connector & bare fibre adaptor.<br />

Power level measuring range -60 dBm to +3 dBm<br />

Measurement accuracy<br />

+/- 0.10 db<br />

Main unit Display<br />

LCD display<br />

Main unit Resolution<br />

0.01 db<br />

Main unit Range selection<br />

Auto<br />

Main unit Measurement mode Absolute level (0 dBm or watts)<br />

Main unit Measurement function Averaging<br />

Main unit Power sources<br />

Built-in rechargeable cells should allowed more than 1 hours<br />

continuous use & also capable of work with AC power.<br />

15.2.1 Features : It should be sleek, light weight and easily portable.<br />

15.2.2 Accessories : Fiber adaptor 2 No. & Carrying case.1 No<br />

SPECIFICATION FOR OPTICAL POWER SOURCE :<br />

16.1 General :The source shall generally confirmed to TEC Spec. No.G/SLS-01/02 Nov.98<br />

with latest amendments and with following parameter. The instrument shall be hand<br />

held type with switch able wavelength through one connector.<br />

16.2 Technical Specification:<br />

Wave length<br />

1310 nm/ 1550 nm<br />

Output power<br />

Min. -3 dbm.<br />

Power range<br />

Up to 6 db with resolution of 0.1 db<br />

Stability<br />

±0.1 dB<br />

Laser Diode safety<br />

Class I<br />

Connector type<br />

FC/PC<br />

Power Supply Rechargeable battery with battery charger with minimum 1<br />

Hr. backup<br />

Accessories:<br />

FC/PC patch card with connector<br />

2 m long<br />

Bare fibre connector<br />

2 Nos.<br />

AC adaptor<br />

1 No<br />

Rechargeable Battery<br />

1 set spare<br />

Carrying case Rugged<br />

1 No<br />

Operational & service manual<br />

1 set<br />

Specification for Remote Control Monitoring System of Power Supply System :<br />

It should be window based PC with Following configuration with necessary Software<br />

& Hardware required for remote supervision & monitoring of the power supply<br />

system. Only one omnibus VF channel will be provided by the <strong>Railway</strong> at the access<br />

bay of the <strong>OF</strong>C equipment from where necessary wiring have to be done by the<br />

tenderer for connecting Remote Control Monitoring System of Power Supply system<br />

at the master station and chargers along with modem at every remote location.<br />

Modem will be supplied by the contractor along with the chargers.<br />

Each PC will be having the following elements.<br />

(i) CPU- Intel Pentium 2.8 GHz. HT<br />

1 No.<br />

Signature of Tenderer(s)<br />

Date…………………<br />

70


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

(ii)Multi media KEY BOARD<br />

(iii)COLOURED TFT Monitor 15"<br />

(iv) LASER PRINTER<br />

(v) UPS HAVING (min. ½ hour) BACK UP<br />

(vi) PC TABLE GODREJ MAKE C-3 or better<br />

(vii) Optical Mouse<br />

(viii) REVOLVING CHAIR MODEL PCH -4103 GODREJ MAKE<br />

(ix) BOOK CASE 4 DOOR (1675 x840x308mm) GODREJ MAKE<br />

1 No.<br />

1 No.<br />

1 No.<br />

1 No.<br />

1 No.<br />

1 No.<br />

2 No.<br />

1 No.<br />

Specifications of PC & Printer :<br />

1 CPU Intel Pentium 2.8 GHz HT. CACHE:1 MB,RAM512 MB<br />

DDR RAM<br />

2 Hard Disk 80 GB serial ATA HDD.<br />

3 FDD 1.44 MB<br />

4 CD ROM DRIVE 52x or better. (Combo Drive)<br />

5 Ports 2 USB, 2 serial. 1 parallel and 1 PS/2 mouse port.<br />

6 Monitor TFT 15 inch Colour Monitor<br />

7 Modem 56 KBPS. Internal Modem<br />

8 Mouse Optical Mouse .<br />

9 Laser Printer RAM 16 MB duty cycle 40000 Page per month Duplexer<br />

standard, 18 page per minute, HP laser jet 2200 D or<br />

equivalent.<br />

10 Operating system Window XP Professional Pre loaded & also with CD<br />

media<br />

11 UPS with 1/2 hour<br />

Battery backup<br />

On line, Line interactive RS – 232SW interface. Make<br />

TVSE/APC/TATA – Liebert/Datex.<br />

12 CD write / read drive 8X Read and 4X Write or better multi read withsuitable<br />

soft wares.<br />

13 Key board Multi media Key Board.<br />

14 Multi Media kit comprising of at least 48 x CE ROM, 2 amplifiers, Desk<br />

top speakers, 64 Bits Sound Card, Microphone.<br />

The following managements are required to be done by the remote Monitoring System :<br />

a. Measurement of mains input voltage, DC bus voltage, total load current, Battery<br />

charge/discharge current.<br />

b. Status of each rectifier module, battery isolation (Circuit breaker or fuse).<br />

c. Charging : Battery temperature compensated charging, battery current limiting.<br />

d. Discharge : Control of disconnection of load.<br />

18 SPECIFICATION FOR FIBER PHONES / OPTICAL TALK SET :<br />

The optical telephone set should be a compact hand-held unit for high quality voice<br />

communication over a single fibre. It shall offer the operators the ability to speak<br />

simultaneously, without interruption during testing. It shall incorporate full duplex.<br />

Signature of Tenderer(s)<br />

Date…………………<br />

71


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

Time division multiplexing (TDM) technology and Fiber ID tests prior to call<br />

initiation. The dynamic range shall not be less than 45 db (0.4 db per Km.).<br />

19 SPECIFICATION FOR OPTICAL ATTENUATOR :<br />

19.1 General :The attenuator shall generally confirm to TEC Spec. No.G/OPA-02/01<br />

May’99 with latest amendments and with following parameters.<br />

19.2 Technical specification :<br />

Calibrated Wavelengths<br />

Range<br />

Programming<br />

1310 nm & 1550 nm<br />

From 0 dB to 60 dB in selectable step of 0.1dB to 1 dB.<br />

Programmable preferably RS232 PORT.<br />

19.3 Accessories:<br />

Operation & service manual<br />

2 Sets.<br />

Carrying case Rugged<br />

1 No.<br />

Cable for Computer interface<br />

1 No.<br />

20 SPECIFICATION FOR MECHANICAL SPLICE ASSEMBLY TOOL: This shall be<br />

TEC approved and shall be procured from TEC approved source.<br />

21 SPECIFICATION FOR MECHNICAL FIBER LOCK :This shall be TEC approved and<br />

shall be procured from TEC approved source.<br />

22 SPECIFICATION FOR V-Groove for MECHNICAL SPLICING : This shall be TEC<br />

approved and shall be procured from TEC approved source.<br />

23 SPECIFICATION <strong>OF</strong> HIGH PRECISION CLEAVER :It shall be FUJIKURA - JAPAN<br />

CT 20-12 make or similar<br />

24 SPECIFICATION <strong>OF</strong> MICRO STRIPPER :It shall be MILLER - USA 103 S make or<br />

similar<br />

25. SPECIFICATION FOR LOOSE TUBE STRIPPER: It shall be IDEAL INDUSTRIES -<br />

USA Model F1-0017 or similar.<br />

26 . SPECIFICATION of NONIK STRIPPER: It shall be CLAUSS - USA make Model NN-<br />

254 or similar<br />

27 SPECIFICATION <strong>OF</strong> BARE FIBER ADAPTOR: It shall be PT FIBER OPTICS -USA<br />

make or similar<br />

28 SPECIFICATION FOR SDH ANALYSER: It shall be as per Specification No G/<br />

SDH /01/03Aug-99 with latest amendments.<br />

29 SPECIFICATIONS FOR WORKS SCHEDULE:<br />

29.1. Installation of indoor equipments<br />

29.2 This includes installation of SDH add/drop muxs (STM-1/4) , primary muxes with its<br />

all accessories power supply, DDF , krone with fuses, surge & lightening protection<br />

arrangement, test & monitoring panel, U link panel, at every <strong>OF</strong>C station.The cables<br />

from Mux. shall be routed to Krone type Termination through the U-Link panel and<br />

there shall be a jumper field between Krone modules terminating the Channels and<br />

the Krone Modules for terminating the Outdoor cables.<br />

Signature of Tenderer(s)<br />

Date…………………<br />

72


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

29.3 STM-1/4 and , primary Muxes along with Krone Modules will be installed in standard<br />

covered rack. Seprate MCB of suitable rating shall be provided for individual MUX<br />

equipment.<br />

29.4. This also includes wiring & termination of all indoor and out door wires and cables<br />

upto 2 W/ 4 W level, all cables and wire will run from one equipment to other<br />

equipment through aluminum/powder coated ladder run way.<br />

29.5. All materials such as (1) Aluminum/powder coated MS ladder run way (2) Cable and<br />

wires, (3) Connector and connecting cords etc. required for realizing the system will<br />

be supplied by the contractor free of cost under this activity<br />

29.6 For installation of STM-1/4 and primary Muxes, the contractor have to follow the<br />

manufacturers instructions which will be supplied by the tenderer.<br />

29.7 Wiring between equipments should be taken on the cable run ways. These run ways<br />

should be properly secured. Tenderer should also furnish drawing and plans of the<br />

terminating arrangement used for termination of cables provided for termination of<br />

outside the <strong>OF</strong>C / .MW station and cables used for wiring up to STM-1/4 and primary<br />

muxes. Cables used for this purpose will be supplied by the contractor. Cable supplied<br />

by the contractor should be of superior quality and shall be as per the relevant IRS<br />

specification.<br />

29.8 Wiring between power room to the equipment room will also be done on suitable run<br />

ways as stated above with proper supporting arrangement, power cable shall be<br />

supplied by the tenderer. Coaxial cable to be provided between MUX/Interface<br />

equipments shall be of best quality and provided with adequate BNC/ SN connectors<br />

with cords matching to the connectors provided in the equipments and contractor<br />

will have to supply 10% additional quantity of all type of male and female connectors<br />

and cords, link fuses etc.<br />

29.9 All the wiring is to be provided with suitable lugs and is to be crimped. All the<br />

equipments should be properly earthed by the connecting 4 mm copper wire from<br />

each of these equipments to the common earth terminals on copper bus bar which are<br />

being provided by contractor in the Covered Box in the power room. Common earth<br />

as per standard practice shall also be provided and extended to the earth terminals. All<br />

the work must be done as per site requirement and the instruction of site engineer.<br />

29.10 This also includes the testing of channels installed and mapped as per channeling plan<br />

as detailed here under.<br />

30 Installation & Testing of Network management system complete (SDH & Primary<br />

mux) with all accessories and power supply:<br />

This will be installed by the contractor on the table supplied under supply schedule,<br />

all cords and connectors for connecting the equipments will be supplied by the<br />

contractor.<br />

Provision of Earthing arrangement : All the materials required for earthing arrangement will be<br />

supplied by the contractor and work will be done as per Drawing No. Dy.CSTE/C/W-<br />

36/2004(MW) attached. Earth resistance must be less than one Ohm.<br />

Materials to be used by contractor for earthing as per Drawing No. Dy.CSTE/C/W-<br />

36/2004(MW)<br />

Signature of Tenderer(s)<br />

Date…………………<br />

73


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

S.No. Name of material Qty<br />

1 Copper plate of size (100X 100X0.5)Cm. 1 No.<br />

2 Copper wire 8 SWG 50 Mtrs<br />

3 Brass Nut & bolt ( 25X6) mm M-6 6 No.<br />

4 Bus Bar copper (30x2.5x0.5)cm 1 No.<br />

5 GI pipe 50 mm dia ,medium grade with cap. 3 Mtrs.<br />

6 Salt 80 Kg.<br />

7 Cyharcol ( wood) 60 Kg.<br />

Note:- Above list is minimum only, any additional input to achieve required earth<br />

resistance shall be on contractor's account.<br />

Testing & commissioning of all equipments at each location confirming with the<br />

approved system design including end to end testing.<br />

After execution of all the items of the work as per Schedule of the work the<br />

contractor will prepare test data of all the equipment end to end and submit to<br />

engineer ;in charge while offering the entire work for commissioning test with at<br />

least 15 ( fifteen) days advance intimation to the Engineer-in-charge.<br />

Any special type of Measuring Instruments and accessories required for<br />

Commissioning, Testing of the installations are to be arranged and brought at site by<br />

the contractor at his own cost.<br />

33 PART COMMISSIONING <strong>OF</strong> SECTION<br />

It may not be possible to commission the complete section in one go because of<br />

various constraints. The commissioning of part section may be resorted to.<br />

ECHNICAL LITERATURE AND INSTRUCTION BOOKS : The purpose and scope of the instruction<br />

books shall be for the guidance of the personnel who shall install, commission, operate and<br />

maintain the equipment. The books shall be in English language.<br />

34,2 The information contained in the instruction Books shall be such as two convey a<br />

thorough under standing of the operation of the equipment so that improper<br />

functioning may be readily detected and corrected<br />

34.3 The instruction books shall give all the ‘Dos’ and Don’ts’ boldly so that the personnel<br />

without much of knowledge of theory and design of opto-electrical equipment can<br />

prevent failures and also locate the faulty stage. The wording shall be clear, concise<br />

and free from ambiguities and duplications.<br />

34.4 Part lists and typical text data shall be included in the instruction Books.<br />

34.5 In addition to the schematic diagrams of complete equipment and detailed<br />

descriptions with circuit diagram of the sub-assembly of various stages, a complete<br />

detailed circuit diagram of the equipment with appropriate markings for the block<br />

containing such circuit in the equipment shall also be furnished in the instruction<br />

books. Such detailed circuit diagram shall contain the voltages and levels at various<br />

point.<br />

34.6 Maintenance procedure, Trouble shooting details giving symptoms and remedies shall<br />

be included in the instruction books.<br />

34.7 Detailed instruction procedures, drawings, spelling out the correct type of equipment<br />

connections etc. shall be included.<br />

Signature of Tenderer(s)<br />

Date…………………<br />

74


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

34.8 Testing and measurement procedures and the parameters to be measured, monitored<br />

shall be included.<br />

35 DESCRIPTION <strong>OF</strong> THE NATURE AND WORKING <strong>OF</strong> CIRCUITS OMNIBUS<br />

VOICE CIRCUITS WITH SELECTIVE CALLING :<br />

35.1. DTMF Signaling is proposed to be used for selective calling in VF control circuits. The<br />

control office equipments and way station equipment shall be as per IRS TC 60/93 .<br />

The control office equipment shall be located in the control office with respective<br />

controller and way station equipments shall be provided to various users in different<br />

stations in the section under consideration.<br />

35.2. The control office will have the facility of calling any particular way station through<br />

the use of selective calling equipment with a predetermined code for the way side<br />

station control phone whereas the way station will establish connection by lifting the<br />

telephone and speaking into the telephone at way station control equipment.<br />

36 POINT – TO – POINT CIRCUIT : The system design shall be such that the circuit<br />

shall be mapped between the two points for use as E & M channel or STD/OTD. It<br />

shall be possible to use conventional auto telephones / Magneto Telephones. at either<br />

end for establishing this communication without any additional interface. It shall also<br />

be possible to extend 2 Mbps data to Exchanges where the facility exists in the<br />

Telephone Exch.<br />

37 MEASUREMENT FOR FIBER OPTICAL COMMUNICATION SYSTEM :<br />

The measurement & test protocol for all equipments and complete system shall be<br />

provided by the contractor & finalized in consultation with <strong>Railway</strong>s. The Performa<br />

shall contain max/mm & nominal values of parameters. The measured values shall<br />

be recorded for each location. However, generally following measurements are<br />

required to be done to ascertain the system performance. This shall be modified<br />

suitably to cover all aspects of the equipments supplied.<br />

MEASUREMENT FOR OPTICAL FIBRES AND CABLES The variation optical and<br />

mechanical test which are to be conducted on optical fibbers and on finished cable during<br />

the prototype tests and acceptance test are detailed in the specification No.TC-55 for<br />

armoured fibre optic cable. Most of these tests are for ensuring the quality during the<br />

manufacturing process and only the attenuation measurement is required to be conducted<br />

during the installation and maintenance. The attenuation in optical fibre is due to absorption<br />

process, scattering guide effects. The equipment used in Optical Time Domain Reflectometer.<br />

With this technique, in addition to the at following are also arrived at :-<br />

Long distance splices and splice loss., Length of Optical Fiber & Location of the fault.<br />

39 MEASUREMENT <strong>OF</strong> OPTICAL EQUIPMENT : Measurement of optical fibre<br />

terminal equipment and multiplexing equipment, interfaces etc. shall be made as per<br />

RDSO’s Report No.STT-23. The measurements which are not available in the said<br />

report shall be done as per DOT/BSNL specification/measurement process.<br />

40 DATA CIRCUITS ( PRS AND FOIS): Data circuits are required to be extended to<br />

remote locations upto 7.5 kilometers on copper cable.<br />

41 Digital Multimeter should be 4-1/2 Digit Motwani/Rishabh make or similar.<br />

Signature of Tenderer(s)<br />

Date…………………<br />

75


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

QUAD SYSTEM<br />

SECTION – III<br />

CHAPTER-V<br />

INSTALLATION, TESTING AND COMMISSIONING <strong>OF</strong> EQUIPMENTS IN S.M.’S <strong>OF</strong>FICE,<br />

CABINS AND OTHER LOCATIONS<br />

Para No.<br />

Subject<br />

5.1 Way station control equipment.<br />

5.2 6 quad cable repeater equipment<br />

5.3 Casting of foundation and installation of apparatus (half) Case<br />

5.4 Installation of hylum sheet board inside apparatus (half) case & installation<br />

of emergency socket alongwith emergency socket box, on the hylum sheet<br />

board<br />

5.5 Erection of emergency socket posts<br />

5.6 Protection against Surge & Lightening<br />

5.7 Arrangement at 4W/2W junctions<br />

5.8 Wiring and installation of telephones etc<br />

5.9 Installation & testing of 12V/35W solar charging system complete alongwith<br />

charge controller for DTMF type L.C.gate telephone<br />

5.10 Installation & testing of 12V/70W solar charging system complete<br />

alongwith charge controller for 6 Quad PET cable repeater equipment<br />

5.11 Technical Specifications of Block-Telephone :-<br />

5.12 Technical Specifications of APLAB CABLE ROUTE TRACER<br />

5.1 WAY STATION CONTROL EQUIPMENT.<br />

Those locations where the repeater amplifier equalizer rack is not provided and the<br />

way stations are separately installed these equipments shall be suitably fitted on<br />

slotted or MS angle frame work. The MS angle frame shall be suitably grouted on the<br />

floor/walls at the subscriber location shown in the tapping diagram and as per<br />

markings given by Engineer’s representative. The MS angle frames shall be painted<br />

with a primer coat of Red Oxide and finally with gray enamel paints to ISI<br />

specification (2 coats). The mounting arrangements for fixing way station equipment<br />

shall be as per decision of Engineer. In ASM’s room and cabins the telephone shall be<br />

kept on ASM’s table. A wooden stand shall be mounted on wall at suitable height<br />

(1200 mm) as per Drg. No. CSTE/CON/<strong>OF</strong>C-20/2001. at all other locations for placing<br />

the control telephone or as per direction of site engineer.<br />

The wiring shall be done on PVC Casing & capping / PVC conduit of suitable size<br />

depending upon the requirement, along the walls from C.T.Boxes to the equipments.<br />

Wires from the equipments to the table for telephone and other equipments shall also<br />

be taken accordingly. For crossing of floor the wiring shall be taken inside the GI pipe<br />

minimum 25 mm dia, buried inside the floor and bent at both the ends. All the wiring<br />

shall be terminated on the telephone termination strip/Rosette suitably fixed in a<br />

wooden box, for facilitating connection to telephone and block instruments etc.<br />

5.2 6-QUAD PET CABLE REPEATER EQUIPMENT<br />

Signature of Tenderer(s)<br />

Date…………………<br />

76


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

(i) 6 Quad PET cable repeater shall be installed on 30 cm masonry platform rigidly<br />

or on the wall as per the instructions supplied by the manufacturer. The wiring from<br />

repeater equipment to the C T box shall be neatly fixed and pass through PVC conduit<br />

pipe with facility of its isolation. The AC power required for the repeater shall be<br />

taken from nearest Power Board and a socket shall be fixed nearby the repeater<br />

equipment. The wiring for DTMF control telephone and Dy. Controller telephone<br />

shall be done up to SM's table neatly, concealing the conduct pipe underground (if<br />

required)<br />

(ii) The Auto dial system from emergency socket in the section shall be installed and<br />

connected to <strong>Railway</strong> Telephone Exchange as advised by site engineer.<br />

5.3 CASTING <strong>OF</strong> FOUNDATION AND INSTALLATION <strong>OF</strong> APPARATUS (HALF)CASE<br />

:-<br />

5.3.1 The activity includes casting of foundation for the apparatus (half) case as per<br />

Drawing No. Dy. CSTE/Con/W-16/2006 (MW) & Drawing No.CSTE/CON–<br />

12/2000 (SK). The ratio of the concrete mixture should be 1 part cement : 3<br />

parts coarse sand : 6 parts stone chips, the plastering shall be done as provided<br />

in the sketch. The foundations shall be well cured before installation of<br />

apparat us cases.<br />

5.3.2 Apparatus (half) cases shall be provided with two miniature E-type locks (one<br />

in the front and the other in the rear side door), these locks shall be of ward<br />

No.41 and as perRDSO Drg. No. SA-3474/M. The apparatus (half) case shall be<br />

installed as per the directions of the Engineer at site. For these apparatus (half)<br />

case, if any earthwork is required it will be done by the contractor<br />

5.3.3 The contractor shall supply all the materials including miniature E-type lock,<br />

except apparatus (half) cases. The apparatus (half) cases will be supplied at the<br />

stores of consignee, the transportation cost for which shall be borne by the<br />

contractor.<br />

5.3.4 The apparatus (half) cases will be installed along the side of the <strong>Railway</strong> track<br />

at a regular interval of about 500 meter or as per location given by the site<br />

Engineer.<br />

5.4 INSTALLATION <strong>OF</strong> HYLUM SHEET BOARD INSIDE APPARATUS (HALF) CASE<br />

& INSTALLATION <strong>OF</strong> EMERGENCY SOCKET ALONGWITH EMERGENCY<br />

SOCKET BOX, ON THE HYLUM SHEET BOARD :-<br />

5.4.1 The Hylum sheet of size 480mm X 150mm of 10mm thickness will be installed<br />

inside the apparatus (half) case firmly, so that there may not be any rotation or<br />

play in the Hylum sheet.<br />

5.4.2 The emergency socket along with emergency socket box shall be installed on<br />

the already installed Hylum sheet firmly, so that there may not be any<br />

rotation or play in the emergency socket. The derivation / PIJF cable shall be<br />

directly terminated at the 6 Pin Emergency socket, fitted on the Hylum sheet,<br />

as per drawing No. Dy.CSTE/Con/W-43/2004 (MW). Hylum sheet & all the<br />

installation/fixing materials will be supplied by the contractor. The emergency<br />

Signature of Tenderer(s)<br />

Date…………………<br />

77


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

socket along with emergency socket box, will be supplied at the stores of<br />

Consignee, the transportation cost for which shall be borne by the contractor<br />

5.4.3 The casting of foundation and installation of apparatus (half) case &<br />

installation of Hylum sheet board inside apparatus (half) case & installation of<br />

emergency socket along with emergency socket box, on the hylum sheet<br />

board will be done as per Drawing No. Dy. CSTE/Con/W-16/2006 (MW) &<br />

Drawing No.CSTE/CON– 12/2000 (SK)<br />

5.5 ERECTION <strong>OF</strong> EMERGENCY SOCKET POSTS:<br />

5.5.1 Installation of Emergency Rail posts surrounding by 1m x 1m x 15 cm concrete<br />

platform and their painting shall be done. Emergency socket boxes shall be<br />

provided on Rail posts and these shall be erected along side of the <strong>Railway</strong><br />

track on the locations given by the site Engineer. The derivation / PIJF cable<br />

shall be directly terminated at the 6 Pin Emergency socket fitted in<br />

Emergency socket Box shall be as per RDSO Specification No.TCA 20060<br />

with TCA 15220 alongwith latest amendments.<br />

5.6 PROTECTION AGAINST SURGE AND LIGHTENING:<br />

5.6.1 All the equipments shall be protected against the insurgence of surge voltage<br />

and lightening etc. by providing Gas discharge tubes before they are connected<br />

to main /derivation cables.<br />

GD tubes (rare gas type) with normal flashing voltage of 250-300 volts<br />

along with fuses of 3 amps. 250 volts shall be used as per TEC or IRS<br />

specifications.<br />

In cable Hut these shall be provided on Krone or mounted<br />

independently as per manufacturers instructions.<br />

The GD with fuses shall also be provided on LC gate, emergency , spare<br />

quads and derivation circuits. The block circuits shall be protected through<br />

block filter unit.<br />

All the GD tubes shall be suitably connected to proper earth. The<br />

earthing arrangement shall be provided with GI pipe earth as per Drg.No.<br />

CSTE/CON/<strong>OF</strong>C-3/2004. and detail instructions given in Chapter VI.<br />

5.7 ARRANGEMENTS AT 4 WIRE/ 2 WIRE JUNCTIONS<br />

5.7.1 When Control Circuits originate in a cable section and extend to a overhead section, a<br />

4/2 wire junction equipment of approved type will be provided at stations,. as<br />

directed by site engineer.<br />

5.7.2 The detail procedure for installation & wiring of junction equipment as given by<br />

manufacturer shall be followed.<br />

5.8 WIRING AND INSTALLATION <strong>OF</strong> TELEPHONES ETC.<br />

Wiring and installation of Selective Calling DTMF type 2 wire / 12 way L.C. gate telephones<br />

should be done at ASM’s room & L.C. gate huts or as per direction of site engineer... Wiring<br />

of control telephone & block telephone will be done in ASM’s room and other places (if any),<br />

as directed by site engineer. All installation materials for telephone will be supplied by the<br />

contractor<br />

5.9 INSTALLATION & TESTING <strong>OF</strong> 12V/35W SOLAR CHARGING SYSTEM COMPLETE<br />

ALONGWITH CHARGE CONTROLLER for DTMF type L.C.gate telephone, will be done as<br />

Signature of Tenderer(s)<br />

Date…………………<br />

78


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

per technical supplement/specification of manufacturer’s / supplier’s of solar charging system,<br />

on the direction of site engineer. All the installation materials for installation of ‘12V/35W<br />

solar charging system complete’ & wire mesh for covering of solar panels etc of ‘12V/35W<br />

solar charging system complete’ will be supplied by the contractor.<br />

5.10 INSTALLATION & TESTING <strong>OF</strong> 12V/70W SOLAR CHARGING SYSTEM COMPLETE<br />

ALONGWITH CHARGE CONTROLLER for 6 Quad PET cable repeater equipment will be<br />

done as per technical supplement/specification of manufacturer’s / supplier’s of solar charging<br />

system, on the direction of site engineer.All the installation materials for installation of<br />

‘12V/70W solar charging system complete’ & wire mesh for covering of solar panels etc of<br />

‘12V/70W solar charging system complete’ will be supplied by the contractor<br />

5.11 Technical Specifications of Block-Telephone :-<br />

Power Supply = 4.5V DC Nominal<br />

Insulation resistance (@500VDC) = 10MOhms between all wires in terminal strip & body<br />

Send level :-<br />

(5mV) at 1K.Hz across mic terminals (200 Ohms) = 0dB(774mV) min. across line terminal<br />

(600 Ohms)<br />

Side Tone = Less than –18dB(100mV) across receive terminals(200 Ohms)<br />

Receive effienciency :-<br />

(200mV) at 1KHz across……. ( - )24dB(100mV) across receive terminals<br />

line terminals (600 Ohms)<br />

(200 Ohms)<br />

Insertion Loss …………………………Less than 0.5db Listen condition & Less than 1.5db Talk<br />

condition<br />

5.12 Technical Specifications of APLAB CABLE ROUTE TRACER :-<br />

APLAB Cable Route Tracer Ferrolux-FL8-3Q to locate the under ground cables & depth<br />

measurement of cables & particular cable identification from bunch of cables.<br />

Signature of Tenderer(s)<br />

Date…………………<br />

79


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

SECTION-III<br />

CHAPTER-VI<br />

INSTRUCTIONS ON EARTHING <strong>OF</strong> TELECOM EQUIPMENTS.<br />

INSTRUCTIONS ON EARTHING <strong>OF</strong> TELECOM EQUIPMENTS.<br />

6.1. GENERAL<br />

These instructions cover the technical requirement and complete earthing for Optical Fibre<br />

Cable/Quad cable/RE main cable communication system and associated equipments in RE /<br />

Non RE area on <strong>India</strong>n <strong>Railway</strong>s.<br />

Reference is made to the following:<br />

i) The CCITT report on “Earthing of telecommunication installations 1976”.<br />

ii) The CCITT report on “The protection of Telecommunication Lines and<br />

equipment against lightning discharge s (Chapter 6.7 & 8) 1978.<br />

iii) CCIR Report 932 – Protection of Radio Relay stations against Lightning<br />

discharges.<br />

iv) RDSO/SPN/317/84 dt.25.10,85 “Code of Practice for the protection of Radio<br />

Relay stations against lightning”.<br />

v) RDSO No. S&T/Earth dtd.10.5.74 “instructions on earthing for Signalling and<br />

telecommunication equipment.”<br />

Earthing will be done as per RDSO Drg. No.TC-565 or CSTE/Con/GKP Drg.<br />

No.CSTE/Con/<strong>OF</strong>C-3/2004<br />

OBJECTIVE – The object of the earth may be one or more of the following :<br />

i) To provide a return path as for example in block instruments, unbalanced HF serial<br />

circuits etc.<br />

ii) To afford safety to personnel against shock by earthing the casing or other exposed paths.<br />

To protect equipments against build up of unduly high voltage by earthing protective<br />

devices like surge, arrestors and lightning discharges.<br />

iv) To ensure safe and reliable operation of equipment by eliminating/limiting induced<br />

voltage by earthing of metallic sheathing and armouring or cables.<br />

To provide path for heavy currents to ensure effective and quick operation of<br />

protective devices, as in power supply induced system.<br />

6.3. SOIL RESISTIVITY<br />

(i) The resistivity of soil depends upon the moisture content, chemical composition of the soil<br />

and concentration of salts dissolved in the contained moisture. Grain size mode of<br />

distribution and closeness of packing also affect the resistivity as these factors control the<br />

manner in which the moisture is held in soil. Many of these factors vary locally and some<br />

seasonally, and as such soil resistivity varies not only from location to location but also from<br />

season to season. Besides the areas where the soil is stratified, the effective resistivity also<br />

depends upon the underlying geological formation.<br />

(ii)Temperature also affects the resistivity of the soil. However, it is of consequence only<br />

around and below the freezing point, which means that earth electrodes should be installed<br />

at depths where frost can not penetrate.<br />

6.4. EARTH RESISTANCE<br />

Signature of Tenderer(s)<br />

Date…………………<br />

80


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

(i)The total resistance of an ‘earth’ is the sum of three separate resistance, (a) the resistance of<br />

the conductor joining the earth electrode to the installation (b) the contact resistance<br />

between the surface of the earth electrodes and the soil, and (c) the resistance of the body of<br />

soil surrounding the earth electrodes.<br />

(ii)Normally the first two resistances are negligibly small compared with third, so that<br />

resistance of an ‘earth’ is primarily determined by the nature of soil and not by the electrode<br />

itself.<br />

Maximum values of earth resistances specified for earthing Signalling and telecommunication<br />

equipt. are as under :-<br />

Sl.No. Equipment<br />

1 Telephone and Block instrument return circuit earths<br />

2 Earth for surge arrestors/lightning discharges for S&T equipment<br />

3 Equipment earth for optical fibre cable huts<br />

4 Telephone exchange earths<br />

5 All sheathed telecom cable screen earths in AC electrified areas<br />

6 Equipment earth in VF repeater station<br />

6.5. LIMITS <strong>OF</strong> EARTH RESISTANCES<br />

Maximum values of earth resistances specified for earthing Signalling and telecommunication<br />

equipt. are as under :-<br />

Sl.No. Equipment Value of earth Required in this<br />

work<br />

1 Telephone and Block Should not be more than 10 Ohms. Yes<br />

instrument return circuit<br />

earths<br />

2 Earth for surge Should not be more than 10 Ohms. Yes<br />

arrestors/lightning discharges<br />

for S&T equipment<br />

3 Equipment earth for optical Should not be more than 1 Ohms. No<br />

fibre cable huts<br />

4 Telephone exchange earths Should not be more than 5 Ohms. No<br />

5 All sheathed telecom cable Should not be more than 1 Ohms. No<br />

screen earths in AC electrified<br />

areas<br />

6 Equipment earth in VF Should not be more than 5 Ohms. Yes<br />

repeater station<br />

6.6. RESISTANCE <strong>OF</strong> EARTH ELECTRODE<br />

The resistance of the pipe and driven rod calculated from the following formula :<br />

100P4L<br />

R=log2.pl.ed: Where, P=Resistivity of soil in Ohm meter., L=Length of the rod or pipe in cm.<br />

And D=Diameter of rod or pipe in cm.<br />

The above formula shows that the resistance of a driven rod/pipe electrodes depends to a<br />

larger degree its buried length and to a lesser extent upon its diameter. The resistance of<br />

these electrodes in a soil of uniform resistivity decreases with depth but there is little to be<br />

gained by driving the rod to more than 3 to 3.5 M. Also the decrease in the resistance with<br />

increase in rod diameter is not significant . It is , therefore, recommended to use the rod<br />

electrodes of such diameter as can easily withstand the strain of driving<br />

6.7. EARTH ELECTRODES<br />

Signature of Tenderer(s)<br />

81<br />

Date…………………


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

Earthing arrangement shall normally consist of :-<br />

(a) One or more galvanized iron copies of not less than 38 mm internal diameter and not less<br />

than 2.5 m in length with a spike at one end and arrangement at the other for connecting the<br />

earth lead (Drg.No. CSTE/CON/<strong>OF</strong>C-3/2004) The pipe shall be embedded vertically.<br />

(b)Galvanized iron/steel rod of not less than 16 mm dia or Cu rod of not less than 12.5 mm<br />

dia and not less than 2.5 m length. The rod electrodes are driven vertically in the ground.<br />

(c)When rocky soil is encountered at a depth of less than 2.0 M or the length of the<br />

electrodes, the electrode may be buried inclined to the vertical, the inclination being limited<br />

to 30 Deg. from the vertical.<br />

(d)Earth resistance and date or last testing should be painted suitably on the earth pipe or<br />

wall of a nearby structure or post on a conveniently placed sign board.<br />

6.8. EARTH WIRES AND LEADS<br />

(i) Earth wires shall be protected against mechanical damage and possibility of corrosion<br />

particularly at the point of connection (welding between GI pipe and flange) of earth<br />

electrode either by providing painting or covering with tar.<br />

(ii) The earth wires should be 35 mm Sq. galvanized standard steel wire and connected to<br />

earth bus bar in the equipment room with by metallic clamp. The steel wire rope shall be<br />

connected with galvanized steel lug to the galvanized steel flange, which is welded on GI<br />

pipe.<br />

(iii) In case the conductor is buried underground, it should be protected from corrosion by<br />

an application of suitable anticorrosive paint or bitumen or varnish. The length of the cable<br />

so treated should extend half a meter beyond the buried length.<br />

(iv) The earthing leads should be of 16 mm Sq. standard Cu. Wire and shall connect all<br />

equipment earthing points i.e. battery charger, MDE etc. to the Cu. Bus bar of earth.<br />

6.9. LOCATION <strong>OF</strong> EARTH ELECTRODE<br />

(a) While the fundamental nature and properties of a soil in a given area cannot be altered.<br />

Local conditions can be utilized in choosing suitable electrodes sites as also a method of<br />

preparing the site selected to secure an optimum resistivity in strata under the surface loam.<br />

Clay and lime stone have lower resistivity, while sandy and rocky soils have higher<br />

resistivity. Therefore ,the site for earthing should be chosen in the following order or<br />

preference.<br />

Wet marshy ground and grounds containing refuse such as ashes cinders and brine waste.<br />

Clayed soil or loam mixed with varying quantities of sand. Damp and wet sand pit.<br />

(b) A site should be chosen which is naturally not well drained. A water logged situation,<br />

however, is not essential unless the soil be sandor gravel as in general no advantage results<br />

from an increase in moisture content above about 15% to 25% .Potential wells may also be<br />

used as sites for earth electrodes with advantage where the bottom of the earth is rocky.<br />

(i) Electrodes should preferably be situated in a soil which has a fine texture and which is<br />

packed by watering and ramming as tightly as possible. Where practicable the soil should be<br />

shifted and lumps should be broken up and stones removed in the immediate vicinity of the<br />

electrodes.<br />

Recourse may be had to chemical treatment of soil to improve the conductivity.<br />

Common salt is generally used for this purpose and the addition of less than on part of weight<br />

Signature of Tenderer(s)<br />

Date…………………<br />

82


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

of salt to 200 of soil moisture has been found to reduce the resistivity be 80% but there is<br />

little advantage in increasing the salt content above 3% Calcium Chloride, Sodium Carbonate<br />

and other substances too have been found beneficial. But before chemical treatment is<br />

applied, it should be verified that no deleterious effect on the electrodes will result.<br />

Use should be made where possible of natural slats in solid produced by<br />

bacteriological action on decaying plants. The resistivity of the soil on which plants are<br />

growing will be lo wer than that of similar soil in the absence of the plant.<br />

In places where the soil is extensively corrosive, the soil may be chemically examined<br />

before deciding the material of the earth electrodes.As far as possible the earthing<br />

arrangement should be located in the natural soil. The made up soil which has not<br />

consolidated or is likely to be eroded by weather , should be avoided.<br />

MULTIPLE EARTH ELECTRODES<br />

(i) Where more than one earthing arrangement are employed, the distance between<br />

earthing electrodes should not be less than 3 M. The earthing leads of separate earthing<br />

arrangement should be electrically insulated from each other through out and also from<br />

metallic structure in contact with the different earthing arrangement.<br />

(ii) The minimum clearances of equipment earth from system earth provided by the<br />

electrical department whether of the <strong>Railway</strong> or of the other administrations should be 20M.<br />

(iii) The telecom equipment earth in cabins may be connected to lever frame earth or earth<br />

provided for signalling equipment . Separate earths should be provided for telecom<br />

equipments in ASM’s office/cabins and screen / armour or Cu cables.<br />

There should not be any possibility of simultaneous human contact with metallic bodies<br />

connected to different earthing. Wherever it is not possible to provide suitable spacing for<br />

partition between various metallic bodies, they must be connected to a common earthing.<br />

6.11. EARTHING ARRANGEMENT UNDER SPECIAL CIRCUMSTANCES<br />

In the sections where earth resistivity is high , it may not be possible to get the desired value of earth<br />

resistivity by single pipe earth even after treatment, two or more earth may be made and connected in<br />

parallel by the galvanized steel wire rope arrangement to obtain the value of earth resistance within<br />

acceptable limits. Alternatively a ring earth may be made by burring the galvanized mild steel flat(50<br />

mm x 50mm x75mm) around the building, and connected to the earth bus barat least at 4 corners of<br />

the building. In lightning prone areas , also the ring earth is required to be provided.<br />

6.12. MEASUREMENT <strong>OF</strong> EARTH ELECTRODE RESISTANCE FALL <strong>OF</strong> POTENTIAL METHODS.<br />

In this method two auxiliary earth electrodes besides the test electrodes are placed at suitable<br />

distances from the test electrodes. A measured current is passed between theelectrode ‘A’ to be tested<br />

and an auxiliary current electrodes ‘C’ and the potential difference between the electrode ‘A’ and the<br />

auxiliary pote ntial electrode ‘B’ is measured.<br />

The resistance of the test electrodes ‘A’ is then given by R=V/I where,<br />

R=Resistance of the test electrodes in Ohms.<br />

V=Reading of the volt meter in Volts.<br />

I=Reading of the Ammeter in Amps.<br />

6.13. MEASUREMENT <strong>OF</strong> EARTH RESISTIVITY<br />

(i) Earth testers normally used for these tests comprised the current source and the meter in a single<br />

instrument and directly read the resistance. The most frequently used earth tester is the 4 terminal<br />

megger. The resistivity may be evaluated from equation.<br />

Signature of Tenderer(s)<br />

Date…………………<br />

83


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

P=2pi SR, where , P=Resistivity of the soil in Ohms-meters, S=Distance between successive<br />

electrodes in Meters, R=Megger reading in Ohms.<br />

(ii) TEST PROCEDURE<br />

At the selected test sites, 4 electrodes are driven into the earth along a straight line in a chosen<br />

direction at equal intervals ‘S’ (unequal spacing may also be used but this will make the formula<br />

unnecessarily complicated).<br />

The depth of the electrodes in the ground shall be of the order of 10 to 15 cm The megger is placed on<br />

a steady and approx. level based, the link between terminal P1 and C1 opened and the four electrodes<br />

connected to the instrument terminals as shown in the figure. An approx. range on the instrument is<br />

then selected to obtain clear reading avoiding the two ends of the scale as far as possible. The reading<br />

are taken while turning the crank about 135 revolution per minute. The resistivity is calculated by<br />

substituting the values of ‘R’ in the equation<br />

P=2pi.SR<br />

6.14. MAINTENANCE AND TESTING <strong>OF</strong> EARTHS<br />

i) Earths should be watered regularly.<br />

ii) All earths and connections should be examined at intervals of not more than one month, to<br />

ensure that all connection are intact and soldered joints are in proper conditions.<br />

iii) Resistance of every earth should be measured at intervals not exceeding one year. Earth<br />

resistance, date of last test and location of earth should be entered in the maintenance register.<br />

Signature of Tenderer(s)<br />

Date…………………<br />

84


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

SECTION-III<br />

CHAPTER-VIII<br />

TECHNICAL SPECIFICATION FOR OVERHEAD DISMANTLING WORKS<br />

Item No. A-IV(6) : Dismantling of GI wires and ACSR wires :<br />

For dismantling, the contractor shall open out all the binding wires, pulley blocks<br />

shall employed to release the wires from the neck of insulators at transposition points. ACSR<br />

wires shall not be drawn out over the channel brackets, lest it may not get damaged, instead jute<br />

sack cloth shall be tired on the brackets and the ACSR wire pulled over the sack cloth .The wire<br />

should be coiled in a systematic manner so that these are not damaged. The line wires shall be<br />

deposited at the stores of consignee the transportation cost for which shall be borne by the<br />

contractor.<br />

Item No. A-IV(4) : Dismantling of stay wires etc. :<br />

The contractor shall dismantle the stays by digging the pit end taking out the<br />

anchor . The rail clamps are opened out from rail posts. Anchor plates, stay rods, stay wires,<br />

straining screws, rail clamps with bolts and nuts shall be collected in a systematic manner and<br />

deposited in the stores of consignee by the contractor, the transportation cost for which shall be<br />

borne by contractor.<br />

Item No. A-IV(8) : Dismantling of stalks and insulator :<br />

The contractor shall dismantle all the stalks and insulators, the isolators unscrewed<br />

out of the stalks , while dismantling the stalks with threaded end care shall be taken that the nuts<br />

at the treaded ends are properly secured to the threaded stalks.<br />

Item No. A-IV(7) : Dismantling of rail posts and its accessories :<br />

The contractor shall first dismantle lightening spikes, ties, struts, strut supports<br />

transposition brackets, bracket attachment , etc. from the rail posts. After then the pit shall be<br />

dug, the depth of the pit shall be equal to the length of the rail post underground, its length shall<br />

also be equal to its depth, the width of the pit shall be equal to the diameter of the rail base. The<br />

rail should then be gently pulled opposite to the length of the pit, after which the rail should be<br />

gently pulled out of the pits. This is to be ensured by the contractor so that the rail post does not<br />

get bent.<br />

After the rail post is taken out the pit should be filled up and leveled.<br />

The accessories except rail post as listed above shall be deposited in the stores of<br />

consignee, the rail posts shall be handed over the engineer at site at the station at either end of<br />

block section as decided by engineer-at-site the transportation cost for which shall be borne by<br />

the contractor.<br />

NOTE-<br />

Before dismantling joint survey shall be made by the engineer in charge and the<br />

contractor to assess the materials to be released. The detailed report in respect of<br />

each item to be released should be prepared, signed by the engineer in charge and<br />

the contractor. A copy of the same shall be submitted in the office of consignee.<br />

Signature of Tenderer(s)<br />

Date…………………<br />

85


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

SECTION – III<br />

CHAPTER – VIII<br />

LIST <strong>OF</strong> SPECIFICATIONS<br />

8.1. LIST <strong>OF</strong> SPECIFICATIONS <strong>OF</strong> MAJOR EQUIPMENTS AND MATERIALS<br />

REQUIRED IN CONNECTION WITH THIS WORK.<br />

Where specification No. is mentioned in Schedule of work or in chapters relating to<br />

technical specifications of individual equipments such specifications Nos. will be<br />

followed and will have priority over specification Nos. given in this chapter.<br />

Wherever specific numbers are not mentioned, the appropriate specification No. from<br />

the following list will apply :-<br />

1- Automatic radio patching system for control circuit using DTMF signaling in<br />

Optic fiber communication to IRS-TC-59-93 (with latest amendments)<br />

2- Blow lamp to IS/SPN-11463-1986 (with latest amendments)<br />

3- Balancing condensers to IRS-TC/49/93 (with latest amendments)<br />

4- Cable termination boxes of sizes as per IRS-TC/18/75(with latest amendments)<br />

5- Cable PVC screened 0.6 mm Twin core to ITD-117(B) (with latest amendments)<br />

6- Cable polyethylene insulated polythene sheaths jelly filled Telecom cable with<br />

poly-AL moisture barrier to IRS-TC-41-97(with latest amendments)<br />

7- Cable 4 quad telecom for RE areas as per IRS-TC-30/96(with latest amendments)<br />

8- Cable jelly filled U-G Telephone cable to IRS-TC-41/97(with latest<br />

amendments)<br />

9- Cable switch board as per IRS/TC/24/91 or ITD 1138(with latest amendments)<br />

10- DTMF equipment to IRS/TC/60/93(with latest amendments)<br />

11- Gas discharge tubes to IRS/TC-5/94(withdrawn)<br />

12- GD tubes 2 pins, 3 pins for MDF and O/H lines to spen. No.G/PTN-01/01 Nov.91<br />

13- GI pipe to Spen. No.IS-1239(with latest amendments)<br />

14- GI through to Drg.No.S&T/RE/78/2/76 Page 2 complete with straps<br />

15- Cotton waste to DGS&D specn. No.G/TEK/C/24/D(with latest amendments)<br />

16- Adhesive PVC tape to specn.IS-2448/1962/2(with latest amendments)<br />

17- Bituman compound to specn. No.IRS-TC-25-76(with latest amendments)<br />

18- Binding wires Galvanised 18 SWG 1.25 mm dia IS-280/1982 (with latest<br />

amendments)<br />

19- Cotton tape 50 mm / 12 mm RDSO specn. 210-71(with latest amendments)<br />

20- Internal DP with LSA Plus module 20/30/50/100 pairs to spec. No.G/CTN-10/01<br />

Sep.92(with latest amendments)<br />

21- KRONE module with 1-/20 Pr.DP to specn. No.G/CTN/10/01 Sep.92(with latest<br />

amendments)<br />

22- KRONE terminal block to specn.No.TE 341 AKS92(with latest amendments)<br />

23- Paraffin wax to specn. No.IS:3-41/1070 (with latest amendments)<br />

24- Protector magzine KRONE for 2/3 Pin GD tubes to specn. No.TE 421 DR 1 Jan<br />

91(with latest amendments)<br />

25- Resin core solder 60% Grade 60 in shape of wore IS-1921-61(Latest)<br />

26- RCC pipe/split RCC pipes IS:458 (with latest amendments)<br />

27- Single pair protector module for use on MDFs of Tel.Xge specn.No.G/PTN-10/01<br />

Dec 92(with latest amendments)<br />

Signature of Tenderer(s)<br />

Date…………………<br />

86


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

28- Thermo shrink jointing kit for PIJF/4 quad telecom cable sizes 1,2,3 and 4 as per<br />

DOT/TEC/20/1A/OL 92 with RDSO modification.<br />

29- Emergency control room equipment as per IRS-TC-61-93(with latest<br />

amendments)<br />

30- Emergency socket box as per RDSO’s Drg.No.TCA-20060(Adv)<br />

31- Six pin plug and socket IRS-TC-42/87(with latest amendments)<br />

32- Four wire emergency portable telephone to IRS-TC-75/99(with latest<br />

amendments)<br />

33- Four wire way station control telephone to IRS-TC-38-35(with latest<br />

amendments)<br />

34- Magneto telephone electronic desk type as per specn. No.IRS-TC-79/2000(with<br />

latest amendments)<br />

35- Lead wire of colours (W.R.G.B.) specn. ITD S/WJ (with latest amendments)<br />

36- Wire PVC twin CORE flexible 16/0.2 mm dia IS-694 (Pt.II) (with latest<br />

amendments)<br />

37- Wire PVC switch board as per ITD 1138 (with latest amendments)<br />

38- 2T(1 Quad)V.F. Transformers of different types required for transformer joints<br />

to IRS-TC-22/78 (with latest amendments)<br />

39- Cable termination Boxes of sizes as per IRS-TC-18-75(with latest amendments)<br />

40- Jumper wire PVC specn.No.G/WIR-10/02 Dec.94(with latest amendments)<br />

41- Telecommunication tip cable as per IRS-TC-24-91(with latest amendments)<br />

42- V.F. and signaling transformer used for derivation and termination of<br />

underground telecommunication cable circuits IRS- TC –22 –76. (with latest<br />

amendments)<br />

43- Transmission measuring set as per IRS –TC-43/ 87(with latest amendments).<br />

44- Digital capacitance unbalance measuring set IRS –TC- 48-90 (with latest<br />

amendments).<br />

45- Cross talk measurement instrument RDSO IRS- TC-45/88(with latest<br />

amendments)<br />

46- Psophometer and impedance bridge to RDSO Specn. STE/ RE/C/SPN/(M1)-<br />

1975(with latest amendments)<br />

47- Thermo shrink jointing bit size RTSF (75/15 mm) and Thermo shrink jointing<br />

bit size RT SF2 42/6mm for 4/6 Quad cable specification IRS TC 77/2000. (with<br />

latest amendments).<br />

48- Cable fault locator as per TEC Specification No.G/TIE-02/02 July-99 (with latest<br />

amendments).<br />

49- Cable route tracer as per TEC Specification No.G/TIE-01/02 Oct-99 (with latest<br />

amendments).<br />

8.2 The copy of specifications can be purchased from following sources:<br />

(1) IRS specification<br />

RDSO, Manak Nagar, Lucknow<br />

(2) Manager of Publications,<br />

Government of <strong>India</strong>, Civil Lines , New Delhi- 110 054<br />

Government of <strong>India</strong> Book Depot.<br />

RDSO specifications and RDSO drawings.<br />

RDSO, Manak Nagar, Lucknow<br />

Signature of Tenderer(s)<br />

Date…………………<br />

87


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

(5) DOT/TEC/ITD specification.<br />

Khursheed Lal Bhawan, Janpath.,New Delhi.<br />

B.I.S.specification:<br />

Directorate General, <strong>India</strong>n Standards Institution,9-Bahadurshah Zafar<br />

Marg, New Delhi<br />

F-Block, Unity building. Narshimharaja Square,Bangalore-560002<br />

534 Sardar Ballav Bhai Patel Road, Bombay.<br />

5-Choweringhee Approach, PO Princep Steeet, Calcutta07200072<br />

Ahinsa Building (Ist.Floor) SCO 82-83,Sector 27-C, Chandigarh,<br />

5-8,56/57, L.N.Gupta Marg, Hyderabad-500001<br />

117/4 18-B, Sarvodaya Nagar,Kanpur-208 005.<br />

CIT Campus, Adyar, Madras-600 020.<br />

8.3 The specifications and drawings referred in the tender document but not enclosed<br />

may be obtained from the office of the CSTE/Con/GKP on any working day on<br />

prescribed payment as per prevailing rules of <strong>Railway</strong> in-forced from time to time .<br />

Signature of Tenderer(s)<br />

Date…………………<br />

88


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

(Executed on non judicial stamp paper)<br />

Name of the Bank.......................................................<br />

Bank Guarantee Bond No. and date...................................valid up to.............................<br />

Amount of Bank Guarantee Bond.........................................<br />

PERFORMANCE GUARANTEE BOND<br />

In consideration of the President of <strong>India</strong> acting through, Chief Signal & Telecommunication<br />

Engineer/Con/N.E.<strong>Railway</strong>, Gorakhpur-273001 (hereinafter called "The Government") having agreed<br />

under the terms and conditions of contract under Acceptance Letter<br />

No.........................................................dated......................made between Chief Signal &<br />

Telecommunication Engineer/Con/N.E.<strong>Railway</strong>, Gorakhpur and agency M/s /Shri (herein after "the<br />

said contractor(s)" for the work<br />

".........................................................................................................................................................................<br />

..................................................................................................................................................................<br />

called "the said contract") having agreed for submission of a irrevocable Bank Guarantee Bond<br />

equivalent to 5% of the contract value as indicated in the aforesaid contract for Rs...............(Rupees<br />

.................................................................only) as a performance security Guarantee Bond from the<br />

contractor(s) for compliance of his obligations in accordance with the terms & conditions in the<br />

aforesaid contract.<br />

1 We, ......................................................................... (Indicate the name of the Bank) hereinafter<br />

referred to as the Bank, undertake to pay to the Government an amount not exceeding<br />

Rs.......................(Rs.................................................only) on demand by the Government<br />

We,...........................................(indicate the name of the bank), further agree that and promise)<br />

to pay the amounts due and payable under this guarantee without any demur merely on a demand<br />

from the Government through the FA&CAO/Con/N.E.<strong>Railway</strong>, Gorakhpur, stating that the amount<br />

claimed is due by way of loss or damage caused to or would be caused or suffered by the Government<br />

by reason of any breach by the said contractor of any of the terms of conditions contained in the said<br />

contract agreement or by reason of the contractor failure to perform the said agreement. Any such<br />

demand made on the Bank shall be conclusive as regards the amount due and payable by the Bank<br />

under this guarantee. However, our liability under this guarantee shall be restricted to an amount not<br />

exceeding Rs........................(Rupees.................................. only).<br />

We,........................................(indicate the name of Bank) further undertake to pay to the<br />

Government any money so demanded notwithstanding any dispute or dispute raised by the<br />

contractor(s) in any suite or proceeding pending before any court or Tribunal relating to liability<br />

under this present being absolute and unequivocal.<br />

The payment so made by us under this bond shall be a valid discharge of our liability for<br />

payment there under and the contractor(s) shall have no claim against us for making such payment.<br />

We,...........................................(indicate the name of bank) to further agree that the guarantee<br />

herein contained shall remain in full force and effect during the period that would be taken for the<br />

performance of the said agreement and that it shall continue to be enforceable till all the dues of the<br />

Government under or by virtue of the said agreement have been fully paid and its claims satisfied or<br />

discharged by .....................(contracting authority) on behalf of the Government, certify that the terms<br />

and conditions of the said agreement have been fully and properly carried out by the said<br />

contractor(s) and accordingly discharge this guarantee.<br />

Not withstanding anything to the contrary contained herein the liability of the bank under<br />

this guarantee will remain in force and effect until such time as this guarantee is discharged in writing<br />

by the Government or until (date of validity/extended validity) whichever is earlier and no claim<br />

Signature of Tenderer(s)<br />

Date…………………<br />

89


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

shall be valid under this guarantee unless notice in writing thereof is given by the Government<br />

within validity/extended period of validity of guarantee from the aforesaid date.<br />

Provided always that We........................................... (indicate the name of the Bank)<br />

unconditionally undertakes to renew this guarantee on to extend the period of guarantee form year to<br />

year before the expiry of the period or the extended period of the guarantee, as the case may be on<br />

being called upon to do so by the Government. If the guarantee is not renewed or the period<br />

extended on demand, We..................................... (indicate the name of the Bank) shall pay the<br />

Government the full amount of guarantee on demand and without demur.<br />

We,.............................................(indicate the name of Bank) further agree with the<br />

Government that the Government shall have the fullest liberty without our consent and without<br />

effecting in any manner out of obligations hereunder to vary any of the terms and conditions of the<br />

said contract from time to time or to postpone for any time or from time to time any to the powers<br />

exercisable by the Government against the said contractor(s) and to forbear or enforce any of the<br />

terms and conditions of the said agreement and we shall not be relieved from our liability by reason<br />

of any such variation or extension being granted to the said contractor(s) or for any forbearance act<br />

or omission on the part of the Government or any indulgence by the Government to the said<br />

contractor(s) or by any such matter or thing whatsoever which under the law relating to sureties for<br />

the said provision would relive us from the liability<br />

This guarantee will not be discharged by any change in the constitution of the Bank or the<br />

Contractor(s).<br />

We........................................................., (indicate the name of the Bank) lastly undertake not to<br />

revoke this guarantee except with the previous consent of the Government in writing.<br />

This guarantee shall be valid up to .............................(Date of Completion plus Maintenance<br />

Period). Unless extended on demand by Government. Notwithstanding anything to the contrary<br />

contained hereinbefore, our liability under this guarantee is restricted to Rs..................<br />

(Rupees....................................) unless a demand under this guarantee is made on us in writing on or<br />

before.....................<br />

We shall be discharged from our liabilities under this guarantee thereafter.<br />

Date……………………….the day of........................2009<br />

Signature and seal of Authorised official of Bank<br />

Designation<br />

(Name of bank)<br />

Full Address<br />

Signature of Tenderer(s)<br />

Date…………………<br />

90


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

N.E. RAILWAY<br />

SCHEDULE <strong>OF</strong> WORK<br />

NAME <strong>OF</strong> WORK: - SHIFTING <strong>OF</strong> EXISTING WORKING TELECOM EQUIPMENT TO NEW LOCATIONS<br />

(REMOTE HUT) AT IZZATNAGAR, DOHNA, BHOJIPURA, BAHERI, KICHHA, PANTNAGAR STATIONS IN<br />

BAREILLY-LALKUAN SECTION <strong>OF</strong> IZZATNAGAR DIVISION <strong>OF</strong> N.E.RAILWAY DUE TO SHIFTING <strong>OF</strong><br />

ALINGMENT AS A RESULT <strong>OF</strong> GAUGE CONVERSION, DISMANTLING <strong>OF</strong> OVER HEAD ALINGMENT BETWEEN<br />

BAREILLY CITY - BPR (20KM) <strong>OF</strong> IZZATNAGAR DIVN.AND INSTALLATION <strong>OF</strong> ELD IN BE-LKU SECTION.<br />

ESTIMATED VALUE RS :- 39,35,674.5<br />

GROUP-A-I<br />

(EXECUTION/INSTALLATION WITH<br />

SUPPLY <strong>OF</strong> IRON & STEEL,<br />

RATED QUOTED ARE __________% (IN FIGURE)<br />

__________%(IN WORDS )<br />

FOUNDRY & FORGING BASED<br />

COMPONENTS.) ALL<br />

ABOVE/BELOW ON GROUP A-I<br />

DRAWINGS/SPEC. WILL BE AS PER<br />

LATEST.<br />

APPROX VALUE-RS 1,40,400<br />

GROUP-A-II (COPPER / LEAD BASED<br />

COMPONENTS, SUPPLY &<br />

INSTALLATION ETC.) ALL<br />

DRAWINGS/SPEC. WILL BE AS PER<br />

LATEST.<br />

APPROX VALUE-RS 5,63,874.4<br />

GROUP-A-III (RUBBER / PLASTIC /<br />

OTHER MATERIALS BASED<br />

COMPONENTS SUPPLY,<br />

INSTALLATION IN DIFFERENT<br />

ACTIVITIES.) ALL DRAWINGS/SPEC.<br />

WILL BE AS PER LATEST.APPROX<br />

VALUE-RS 17,79,441<br />

GROUP-A-IV (DESIGN, DRAWING &<br />

MISC MATERIALS.)<br />

APPROX VALUE-RS 6,16,249.1<br />

GROUP-A-V (DIGITAL COMPONENT<br />

BASED MATERIALS, SUPPLY,<br />

INSTALLATION ETC.) ALL<br />

DRAWINGS/SPEC. WILL BE AS PER<br />

LATEST.<br />

APPROX VALUE-RS 8,35,710<br />

GENERAL REBATE IF ANY<br />

RATED QUOTED ARE<br />

ABOVE/BELOW ON GROUP A-II<br />

RATED QUOTED ARE<br />

ABOVE/BELOW ON GROUP A-III<br />

RATED QUOTED ARE<br />

__________% (IN FIGURE)<br />

__________%(IN WORDS )<br />

__________% (IN FIGURE)<br />

__________%(IN WORDS )<br />

__________% (IN FIGURE)<br />

__________%(IN WORDS )<br />

ABOVE/BELOW ON GROUP A-IV<br />

RATED QUOTED ARE ___________% (IN FIGURE)<br />

ABOVE/BELOW ON GROUP A-V<br />

___________%(IN WORDS )<br />

GENERAL REBATE (IF ANY) ON ALL THE ABOVE<br />

SCHEDULE/ANNEXURES<br />

_______________________________%(IN FIGURE)<br />

_______________________________%(IN WORD)<br />

NOTE:- (I) REBATE (BOTH IN FIGURE AND WORDS ) IF ANY TO BE WRITTEN ON THIS PAGE ONLY NOT IN THE<br />

COVERING LETTER.<br />

(ii) PLEASE NOTE ITEMWISE RATES FOR DIFFERENT SCHEDULES WILL NOT BE ACCEPTABLE AND THE<br />

TENDER WILL BE SUMMARILY REJECTED IF ITEMWISE RATES ARE QUOTED.<br />

(III) IT IS TO BE NOTED THAT SUCH REBATE IF <strong>OF</strong>FERED, SHALL APPLY ON THE RATES QUOTED FOR ALL THE<br />

ITEMS IN ALL THE GROUPS <strong>OF</strong> THE SCHEDULE <strong>OF</strong> WORK <strong>OF</strong> TENDER DOCUMENT. SUCH A REBATE SHALL BE<br />

TOTALLY UNCONDITIONAL.<br />

(IV) IN CASE A TENDERER DOES NOT WISH TO GIVE ANY FRBATE, HE SHOULD WRITE ”NIL’(IN RATE INDEX<br />

AT ANNEXURE-I). IN CASE NOTHING HAS BEEN FILLED IN BY THE TENDERER, IT WILL BE TREATED AS “NIL”<br />

AND SHALL BE SO RECORED IN THE BLANKS AT THE TIME <strong>OF</strong> OPENING <strong>OF</strong> TENDER BY THE <strong>OF</strong>FICIALS<br />

OPENING <strong>OF</strong> THE TENDERS.<br />

(V)IF ANY TENDERER GIVES ANY TYPE <strong>OF</strong> CONDITIONAL REBATE, SUCH REBATE SHALL NOT BE<br />

CONSIDERED FOR EVALUATION <strong>OF</strong> THE TENDER.<br />

(VI) THE TENDERER SHOULD STRIKE OUT EITHER ”ABOVE” OR “ BELOW” WHICH EVER IS NOT APPICAB LE,<br />

OTHER WISE RATE WILL BE CONSIEDRED AS “ABOVE” FOR ALL PURPOSE CONNECTED WITH THIS TENDER.<br />

Signature of Tenderer(s)<br />

Date…………………<br />

91


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

N.E. RAILWAY<br />

SCHEDULE <strong>OF</strong> WORK<br />

NAME <strong>OF</strong> WORK: - SHIFTING <strong>OF</strong> EXISTING WORKING TELECOM EQUIPMENT TO NEW<br />

LOCATIONS (REMOTE HUT) AT IZZATNAGAR, DOHNA, BHOJIPURA, BAHERI, KICHHA,<br />

PANTNAGAR STATIONS IN BAREILLY-LALKUAN SECTION <strong>OF</strong> IZZATNAGAR DIVISION <strong>OF</strong><br />

N.E.RAILWAY DUE TO SHIFTING <strong>OF</strong> ALINGMENT AS A RESULT <strong>OF</strong> GAUGE CONVERSION,<br />

DISMANTLING <strong>OF</strong> OVER HEAD ALINGMENT BETWEEN BAREILLY CITY - BPR (20KM) <strong>OF</strong><br />

IZZATNAGAR DIVN.AND INSTALLATION <strong>OF</strong> ELD IN BE-LKU SECTION<br />

Sl.n<br />

o.<br />

Description of work unit Qty<br />

Suppl<br />

y<br />

Rates<br />

Executio<br />

n<br />

Total<br />

rate<br />

Amount<br />

GROUP-A-I (EXECUTION/INSTALLATION WITH SUPPLY <strong>OF</strong> IRON & STEEL, FOUNDRY &<br />

FORGING BASED COMPONENTS.) ALL DRAWINGS/SPEC. WILL BE AS PER LATEST.<br />

1<br />

2<br />

3<br />

Fixing & laying of HDPE pipe on<br />

girder bridge by fixure made of<br />

galvanised channel of size<br />

50x50x5 mm suitably clamped to<br />

bridge fixed on bottom chord of<br />

the girder bridges as per Drg. No.<br />

CSTE/CON/<strong>OF</strong>C-4/2004 & AS per<br />

direction of site engineer.( The<br />

HDPE pipe only shall be supplied<br />

by RLY ,all other materials shall<br />

be arrange by the contractor .<br />

Supply of earthing material &<br />

provision of earthing at cable hut<br />

& other places as advised by site<br />

engineer .This will includes laying<br />

of lead wire connevting to earth<br />

electrode and to the equipment<br />

.The work will be done as per<br />

technical supplement .( Earthing<br />

to be done as per RDSO DRG.<br />

NO. tc-565 ) Inspection :<br />

Consignee<br />

Instalation &supply of calling on<br />

board for driver made from ms<br />

sheet size 1000X600X1.6 mm<br />

fited with ms angle size 40X40X6<br />

mm Ienth 3.5 metere to be<br />

insulated on two founditaion size<br />

900X450X450 mm. of concrete<br />

mixture of 1:3:6 as per direction of<br />

site engineer .height of board<br />

(top) shall be 2100mm. from rail<br />

level. all material required for<br />

fabrication ,welding &instalation to<br />

be supplied by contractor .this<br />

activity also inculdes writing<br />

&painting work with luminious<br />

paint .inspection consignee .<br />

mtr 500 0 147 147 73500<br />

no 10 0 2058 2058 20580<br />

no. 12 0 4189.5 4189.5 46320<br />

Signature of Tenderer(s)<br />

Date…………………<br />

92


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

Total Group A-I 140400<br />

GROUP-A-II (COPPER / LEAD BASED COMPONENTS, SUPPLY & INSTALLATION ETC.) ALL<br />

DRAWINGS/SPEC. WILL BE AS PER LATEST.<br />

1<br />

2<br />

3<br />

4<br />

5<br />

A<br />

Fabrication & erection of<br />

emergency rail post ,surrounded<br />

by 1M*1M*15 CM concrete<br />

platform as per sketch complete<br />

with emergency socket & socket<br />

box with locking arrangement & its<br />

wiring along the <strong>Railway</strong> track at<br />

location to be indicated by the<br />

site engineer ( Rail & emergency<br />

socket box shall be supplied by<br />

RLY ) all other required materials<br />

will be supplied by the contractor<br />

and work will be done as per<br />

technical specification supplement<br />

given in tender booklet .Rail post<br />

of suitable size to be cut by the<br />

contractor and painted as per<br />

technical supplement<br />

/specification Emergency socket<br />

box shall be painted by orange<br />

paint.<br />

Supply of emergency socket<br />

confirming<br />

to IRS-TC-42-87 with latest<br />

amendment. Inspection :<br />

Consignee<br />

Supply of emergency socket box<br />

made of FRP materials as per<br />

RDSO /SPN/TC/ 44/2002 V-2 with<br />

latest amendment confirming to<br />

RDSO drawing no. TCA-2006<br />

along with latest amendment (<br />

Thickness of base plate is to be<br />

4mm ,rest 2 mm Inspection :<br />

RDSO<br />

Wiring & installation of LC gate<br />

telephones/Control<br />

Telephones/Block<br />

telephones, at LC gates and<br />

stations as<br />

per site requirement. This will<br />

include<br />

wiring & installation materials as<br />

per<br />

technical supplement/specification<br />

given in tender booklet<br />

Supply of Electronic L.C. gate<br />

Telephone as per specification<br />

No.<br />

RDSO/SPN/TC/51/04 as under :-<br />

Inspection: Consignee<br />

Master unit Set 9 5752.<br />

6<br />

no 25 0 2714.6 2714.6 67865<br />

No 100 431.2 431.2 43120<br />

no 100 0 1119.16 1119.16 111916<br />

no 30 0 127.4 127.4 3822<br />

0 5752.6 51773.4<br />

Signature of Tenderer(s)<br />

Date…………………<br />

93


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

B<br />

C<br />

6<br />

7<br />

Slave Unit Set 30 5022.<br />

2<br />

0 5022.2 150666<br />

24Power pack with MF battery 7 Set 8 6174 0 6174 49392<br />

AH for electronic L.C.gate<br />

telephone<br />

Supply of magneto telephone no 20 1950 0 1950 39000<br />

Desk type as per IRS -TC- 79-<br />

2000 with latest amendment.<br />

Inspection-consignee.<br />

Supply of SMF battery ( sealed no 8 5790 0 5790 46320<br />

maintenance free ) 12 v/ 80 AH<br />

Exide / okaya Inspection:<br />

Consignee<br />

Total Group A-II 563874.4<br />

GROUP-A-III (RUBBER / PLASTIC / OTHER MATERIALS BASED COMPONENTS SUPPLY,<br />

INSTALLATION IN DIFFERENT ACTIVITIES.) ALL DRAWINGS/SPEC. WILL BE AS PER<br />

LATEST.<br />

1 Laying of cable<br />

1(i)<br />

1(ii)<br />

1(iii)<br />

Note:-(a)-payment will be made as<br />

per actual work done on pro-rata<br />

basis, if required depth is not<br />

available at site.<br />

(b)- if the depth of trench is not<br />

uniform in a span of 1oo mtr. Or<br />

shorter lengths if site condition<br />

demands along the cable run,<br />

minimum depth will be taken for<br />

that particular stretch for payment.<br />

Trenching up to depth of 1.0<br />

metre & 26 cms wide in all type of<br />

soil , back filling after laying of 6<br />

quad cable at 1.0 mtr depth<br />

ramming & consolidation of soil in<br />

trenches as well as disposal of<br />

soil if any .This includes all<br />

preventive works & all materials<br />

supplied by contractor ,if required.<br />

Excavation of trench less track<br />

under <strong>Railway</strong> track /busy road<br />

etc as depth of 1.0 mtr below<br />

ground level and culvert ( in HDD<br />

portion ) laying of 100 mm dia G.I.<br />

pipe of medium grade in it (<br />

G.I.Pipe shall be supplied by the<br />

contractor )<br />

Laying of 6 Quad tele com cable<br />

& derivation cable ( PIJF cable ) in<br />

trenches ,HDPE pipe ,G.I. pipe<br />

etc ( protective works already<br />

provided ) as per technical<br />

specification supplement given in<br />

tender booklet<br />

Km 25 0 19194 19194 479850<br />

mtr 200 0 795 795 159000<br />

km 30 0 3934.7 3934.7 118041<br />

Signature of Tenderer(s)<br />

Date…………………<br />

94


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

1(iv)<br />

Trench less boring by using HDD<br />

method for laying of DWC HDPE<br />

ducts ( 40/33 mm dia )<br />

mtr 800 0 307.2 307.2 245760<br />

1(v)<br />

2<br />

3<br />

4<br />

Trenching to a depth of 1.0 metre<br />

& 26 cms wide base for concrete<br />

platform /pucca road as per cable<br />

route plan and its refilling after<br />

cable laying and repairing of<br />

excavated platform /road to<br />

original condition after laying of<br />

HDPE pipe . The responsibility of<br />

obtaining permission from civil<br />

authorities like municipality<br />

,PWD,Forest etc rest with the<br />

tenderer ( all the materials<br />

required for repairing of road /<br />

plate form shall be supplied by the<br />

contractor ) HDPE pipe shall be<br />

supplied by <strong>Railway</strong><br />

Installation of thermo shrink<br />

jointing kit ( RTSF-4 ) for<br />

underground Quad /PIJF cable as<br />

per RDSO specn no. IRS; TC-77-<br />

2000 with latest amendment<br />

Supply of thermo shrink jointing<br />

kit ( RTSF-4 ) for underground<br />

Quad /PIJF cable as per RDSO<br />

specn no. IRS; TC-77-2000 with<br />

latest amendment Inspection:<br />

RDSO<br />

Shifting of repeater Equipment<br />

from existing locations along with<br />

wiring commissioning and testing<br />

to new locations<br />

mtr 400 49.3 49.3 19720<br />

no 150 0 1577.8 1577.8 236670<br />

no 250 1862 0 1862 465500<br />

No. 3 0 18300 18300 54900<br />

Total Group A-III 1779441<br />

GROUP-A-IV (DESIGN, DRAWING & MISC MATERIALS.)<br />

1<br />

Supply & fixing of 12 pair weather<br />

proof C.T,box with locking<br />

arrangement consisting of :-<br />

Inspection: Consignee<br />

(i) Two conductor disconnect<br />

terminal block (gray) for 6-Quad<br />

(i.e.12 pair). 0.08 Sq.mm,Center<br />

Marking, Carrier Rail Din-<br />

35,Front-Entry,Cage Clamp<br />

connection, Horizontal Type.<br />

Wago Part No.280-870 or similar<br />

(12 Nos.)<br />

no 25 0 3243.8 3243.8 81095<br />

Signature of Tenderer(s)<br />

Date…………………<br />

95


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

2<br />

3<br />

4<br />

5<br />

6<br />

(ii) Two conductor disconnect<br />

terminal block (blue) for 6-Quad<br />

(i.e.12 pair). 0.08 Sq.mm,Center<br />

Marking, Carrier Rail Din-<br />

35,Front-Entry,Cage Clamp<br />

connection, Horizontal Type.<br />

Wago Part No.280-870 or similar<br />

matching with item No. 8(i) above<br />

(12 Nos.)<br />

(iii) Screw less End stop (gray),6-<br />

Sq.mm/0.236 in wide Carrier Rail<br />

Din-35.Wago Part No.249-116 or<br />

similar, suitable for item No. 8(i) &<br />

8(ii) above(2 No.)<br />

(iv) End & intermediate Plate 2.5<br />

mm/0.098 (in thick orange) Wago<br />

Part No. 280-370 or similar,<br />

suitable for item No.s8(i) & 8(ii)<br />

above (1 No.)<br />

(v)WMB Multi marking system.<br />

Wago Part No.793-502 or similar,<br />

suitable for item No.s8(i) & 8(ii)<br />

above (1 No.)<br />

(vi) Steel Carrier Rail 35X7.5, 1<br />

mm/0.039 in thick unslotted,yellow<br />

with crome,Wago Part No.210-<br />

229/PW 11-0000 or similar,<br />

suitable for item No.s8(i) & 8(ii)<br />

above. (8" long -1 No.)<br />

(vii) Weather proof box,<br />

IP55,190X140X700 mm with<br />

cable glands.Wago Part<br />

No.GW440007 or similar, suitable<br />

for item No.s8(i) & 8(ii) above (1<br />

No.)<br />

Supply of digital insulation tester<br />

500 volts model no AGRONICIT-5<br />

or similar Inspection-consignee.<br />

Shifting of O.F.C. pota hut &<br />

existing STM & D / I MUX at<br />

newly constructed O.F.C. hut at<br />

LKU station<br />

Dismantling of stay arrangement<br />

( making coil of stay wire ) & rail<br />

clamp from the Rail Post its<br />

deposit to store of engineer<br />

SSE/Tele/con/BNZ at Bareilly City<br />

Dismantling of Brakets, C.I. Block,<br />

M.bolts , insulators & its deposit<br />

to store of engineer<br />

SSE/Tele/con/BNZ at Bareilly City<br />

Dismantling of G.I.Wire & ACSR<br />

wire ( making its coil of minimum<br />

1.0 metre dia & 40 kg weight ) &<br />

its deposit to store of engineer<br />

SSE/Tele/con / BNZ at Bareilly<br />

City<br />

no 10 4034.<br />

66<br />

0 4034.66 40346.6<br />

no 1 0 35420 35420 35420<br />

no 200 0 65 65 13000<br />

no 1550 0 55 55 85250<br />

Km 75 0 227.5 227.5 17062.5<br />

Signature of Tenderer(s)<br />

Date…………………<br />

96


Dy.CSTE/Con/ IZN/02 of 2011 <strong>North</strong> <strong>Eastern</strong> <strong>Railway</strong><br />

7<br />

8<br />

9<br />

Dismantling of Rail Post , Rail<br />

base ( with rail base ) & its<br />

deposit to store of engineer<br />

SSE/Tele/con/BNZ AT Bareilly<br />

City<br />

Dismantling of stalk, Insulator &<br />

its deposit to store of engineer<br />

SSE/Tele/con/BNZ AT Bareilly<br />

City<br />

Transportation of materials<br />

including loading and unloading<br />

from one consignee store to one<br />

another consignee store of S& T<br />

/CON/Unit and also in izatnagar<br />

division Note:- payment will be<br />

made based on capacity of the<br />

truck and the<br />

distance covered.<br />

no 275 0 201 201 55275<br />

no 2600 0 3 3 7800<br />

perTo<br />

n per<br />

km<br />

50000 0 5.62 5.62 281000<br />

Total Group A-IV 616249.1<br />

1<br />

2<br />

GROUP-A-V (DIGITAL COMPONENT BASED MATERIALS, SUPPLY, INSTALLATION ETC.)<br />

ALL DRAWINGS/SPEC. WILL BE AS PER LATEST.<br />

Installation &t esting of solar cell<br />

including supply of all installation<br />

materials and wire mesh for<br />

covering sollar cell. Inspection:<br />

Consignee<br />

Earth leakeges detector<br />

multichhanel to specification<br />

N.RDSO/SPN/256/2002 OR latest<br />

with 6 digit counter( in 19"sub<br />

rack with insulation tester) 8<br />

channels .each ELD conssiting of<br />

110V-AC-4Nos.14VDC-4 nos.(8<br />

channel) with limitation of<br />

detecting current up to 200micro<br />

AMP and on line insulating testing<br />

facility make:Anu vidyut or simllar.<br />

Inspection: RDSO<br />

Total Group A-V<br />

GRAND TOTAL GROUP<br />

A(I+II+III+IV+V)<br />

no 5 0 2100 2100 10500<br />

no. 9 86,69<br />

0<br />

5,000 91,690 825210<br />

(Rs.Thirty nine lac thirty five thousand six hundred seventy four and fifty paisa only)<br />

835710<br />

39,35,674.<br />

50<br />

END <strong>OF</strong> DOCUMENT<br />

Signature of Tenderer(s)<br />

Date…………………<br />

97

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!