12.07.2015 Views

Indian Railway Project Management Unit Shivaji Bridge, New Delhi ...

Indian Railway Project Management Unit Shivaji Bridge, New Delhi ...

Indian Railway Project Management Unit Shivaji Bridge, New Delhi ...

SHOW MORE
SHOW LESS
  • No tags were found...

You also want an ePaper? Increase the reach of your titles

YUMPU automatically turns print PDFs into web optimized ePapers that Google loves.

<strong>Indian</strong> <strong>Railway</strong> <strong>Project</strong> <strong>Management</strong> <strong>Unit</strong><strong>Shivaji</strong> <strong>Bridge</strong>, <strong>New</strong> <strong>Delhi</strong>-01OPEN TENDER NOTICETender Notice No.-IRPMU/Elect./NIT/2011/01Date-14.02.2011DYCEE/IRPMU, IRCOT Complex, <strong>Shivaji</strong> <strong>Bridge</strong>, <strong>New</strong> <strong>Delhi</strong>-01 for and on behalf of the ‘President ofIndia’ invites sealed “OPEN TENDER” on the prescribed tender form from the established, reliable andexperienced contractors having sufficient proven experience for the under noted works-Tender No.IRPMU/Elect./T/2011/01Name of Tender Supply, erection, testing and commissioning of Auxiliary Transformers(10KVA, 25KV/240V AT) supply to ABS Relay Huts in GZB-ALJNsection of Allahabad division.Approximate Cost Rs. 21,63,400 /-(Rs. Twenty one lakhs Sixty three thousands & Four hundreds only).Rs.43,270/-onlyEarnest Money(Rs. Forty three thousands Two hundreds seventy only).Completion periodDate & Time ofopening12Months.15.30 hrs on 29.03.2011.(If the date of opening happens to be holiday, the tender will be openedon next working day at same time.)Last Date and Time forsub-mission of tender.Place of tenderopening.Validity of offerDate between whichsale of tender formswill take place.Cost of Tender FormsUp to 15.00 hrs on 29.03.2011.CAO/IRPMU office, <strong>Shivaji</strong> <strong>Bridge</strong>, <strong>New</strong> <strong>Delhi</strong>-01.03 Months from the date of opening.Between 10.30 hrs to 16.00 hrs from 01/03/11 to 28/03/11 andupto13.00 hrs of 29/03/11.Rs. 3000/- (or Rs. 3500/- if required by post).Minimum Eligibility Criteria: - Nil.Further particulars and tender form can be obtained from the office of CAO/IRPMU, IRCOT Complex,<strong>Shivaji</strong> <strong>Bridge</strong>, <strong>New</strong> <strong>Delhi</strong>-01 on payment of cost of tender form. Tender Notice and Tender form arealso available on official websites www.irpmu.railnet.gov.in of IRPMU, www.ncr.railnet.gov.in of NCRly. and www.tenders.gov.in and may be down loaded.The cost of tender forms should be deposited in shape of demand draft from a Nationalized/Scheduled<strong>Indian</strong> Bank drawn in favour of Dy. FA&CAO/IRPMU, IRCOT Complex, <strong>Shivaji</strong> <strong>Bridge</strong>, <strong>New</strong> <strong>Delhi</strong>. Thetender submitted by the firms without cost of tender document & without Earnest Money shall besummarily rejected.Signature of tenderer(s) 3/67 No- IRPMU/Elect./T/2011/01


Tenderer shall submit all the documents/credential/information as asked in tender forms duly attestedfor early finalization of tender.Copy to-(Suresh Kumar)DYCEE / IRPMUIRCOT Complex, <strong>Shivaji</strong> <strong>Bridge</strong><strong>New</strong> <strong>Delhi</strong>-110001For and on behalf of the President of India1. CPRO, NC. Rly, Allahabad- Requested for publication in leading <strong>New</strong>spapers for wide publicity.2. The CEE(C) NCR & NR- For kind information please.3 DyCEE(Const.) NDLS, ALD, JHS, SEE(Const.)CNB, Agra- They are requested to display it onthe notice boards.4. Dy.FA&CAO/IRPMU- is requested to depute the finance representative for tender opening.5. DyCSTE/IRPMU- for uploading on website.6. One copy for the Notice Board in the office of IRPMU/NDLS.7. One copy for the Notice Board in the HQ/NCR & NR.DYCEE / IRPMUSignature of tenderer(s) 4/67 No- IRPMU/Elect./T/2011/01


<strong>Indian</strong> <strong>Railway</strong> <strong>Project</strong> <strong>Management</strong> <strong>Unit</strong>CONTENTSS/No.ChapterDescriptionPageFromToi TOP Cover page 00 00ii Inst Instructions to down load from net 01 02iii NIT Tender notice 03 041. Chapter-1i) Preamble and General Instructionsto tenderers:Tender Form- First Sheet06 11Chapter-1 ii) Tender Form- Second Sheet 12 142. Chapter-2 Special Conditions of Contract 15 203. Chapter-3 Prices & Payments 21 224. Chapter-4 Technical Specifications 23 385. Chapter-5Explanatory Notes to schedule ofworks & prices.39 476. Chapter-6 Tender’s credentials. 48 517. Chapter-7Schedule of Price for works &rates- and price to be quoted.52 568. Chapter-8 List of Form/Annexures 57 66------o0o------Signature of tenderer(s) 5/67 No- IRPMU/Elect./T/2011/01


CHAPTER – 1Tender Form (First Sheet)Preamble and General Instructions to Tenderers-1. The following documents form part of tender/contract:-(a)(b)(c)(d)(e)Tender formsSpecial ConditionsSpecifications, drawings, explanatory notes and annexures.Schedule of Works and approximate quantities.North Central <strong>Railway</strong> General Conditions of Contract, Regulations for Tender andContract – 2005. It is a priced publication. This publication can be obtained from theoffice of SEE/C/N.C. Rly, Kanpur on payment (current price is Rs.250.00). Thetenderer should obtain copy of the correction slips also which is supplied free of costwith the booklet.The tenderer shall study the North Central <strong>Railway</strong> General Conditions of ContractRegulations for Tenders & Contracts – 2005 along with other tender documents of thetender before submission of the tender.2. Drawings for the work – The general drawings where-ever necessary shall be supplied. Thecontractor will be required to study drawings and make detailed drawings at his own cost andget it approved from the Engineer before execution of work.3. The Tenderer(s) shall quote his/their rates itemwise for each item of works and of Schedule ofRates except where he/they are required to quote item rates and must tender for all the itemsshown in the schedule of works & approximate quantities attached. The quantities shown in theattached schedule are given as a guide and are approximate only and are subject to variationaccording to the needs of the <strong>Railway</strong>. The <strong>Railway</strong> does not guarantee work under each itemof the schedule.4. Tenders containing erasures and/or alteration of the tender documents are liable to be rejected.Any correction made by Tenderer(s) in his/their entries must be attested by him/them.5. Completion period -The works are required to be completed within a period of TwelveMonths from the date of issue of acceptance letter/letter of intent. Any extension to completionperiod shall be with approval by railway.6. Earnest Money –The tender must be accompanied by Earnest Money @2% of estimated cost of tenderamounting approximately to Rs.43,270/-only (Rs. Forty three thousands Two hundreds seventyonly). to be deposited in cash or in any of the forms as mentioned in regulations for tenders andcontracts for the guidance of the Engineers and Contractors, failing which the tender will not beconsidered.Signature of tenderer(s) 6/67 No- IRPMU/Elect./T/2011/01


7. Security Deposit on acceptance of tender-a) On receipt of the letter of acceptance of tender from the purchaser, the successfultenderer shall within the period of seven days deposit the security money due fulfillmentof the contract. Security deposit shall be 5% of the contract value.b) The earnest money deposited by the contractor with his tender will be retained byrailway as part of security for the due and faithful fulfillment of the contract by thecontractor. The balance to make up the security deposit, the rates for which are givenbelow may be deposited by contractor in cash are in the form Govt. Securities or may berecovered by percentage deductions from the contractor’s “On Account” Bills. Providedalso that in case of defaulting contractor the railway may retain any amount due forpayment to the contractor on the pending “On Account” Bills so that the amount soretained may not exceed 10% of the total value of the contract.c) No interest will be payable upon the earnest money and security deposit or amountspayable to the contractor under the contract.Performance Guarantee-a) The successful bidder should give a performance guarantee in the form of an irrevocablebank guarantee amounting 5% of contract value.b) The performance guarantee should be furnished by the successful contractor after theletter of acceptance has been issued, but before signing of the agreement and should bevalid up to expiry of the maintenance period. The agreement should normally be signedwithin 15 (fifteen) days after the issue of LOA and Performance Guarantee should alsobe submitted within this time limit.c) Performance Guarantee shall be released after satisfactory completion of work andmaintenance period is over. The procedure for releasing shall be same as for securitydeposit.d) Wherever the contracts are rescinded, the security deposit shall be forfeited and theperformance guarantee shall be encashed and the balance work shall be got doneseparately.e) The balance work would be got done independently without risk and cost of the originalcontractor.f) The original contractor shall be debarred from participating in the tender for executingthe balance work. If the failed contractor is a JV or a partnership firm, then everymember/partner of such a firm would be debarred from participating in the tender forthe balance work either in his/her individual capacity or as a partner of any otherJV/Partnership firm.8. Rights of the <strong>Railway</strong> to deal with tender – The authority for the acceptance of the tenderwill rest with the <strong>Railway</strong>. It shall not be obligatory on the said authority to accept the lowesttender or any other tender and no tenderer (s) shall demand neither any explanation for thecause of rejection of his /their tender nor the <strong>Railway</strong> undertake to assign reasons for decliningto consider or rejecting any particular tender or tenders.9. If the Tenderer(s) deliberately gives/give wrong information in his/their tender or creates/createcircumstances for the acceptance of his/their tender, the <strong>Railway</strong> reserves the right to rejectsuch tender at any stage.Signature of tenderer(s) 8/67 No- IRPMU/Elect./T/2011/01


10. If the Tenderer(s) expires/expire after the submission of his/their tender or after the acceptanceof his/their tender, the <strong>Railway</strong> shall deem such tender cancelled. If a partner of a firm expiresafter the submission of their tender or after the acceptance of their tender, the <strong>Railway</strong> shalldeem such tender as cancelled, unless the firm retains its character.11. Income Tax clearance certificate – The tenderer (s) is/are required to produce alongwithhis/their tender an authorized copy of the income-tax clearance certificate or a sworn affidavitduly countersigned by the tenderer or his authorized representative regarding the totalcontractual amount received during the last 3 financial years & in the current financial year.12. Tenderer’s credentials – Documents testifying Tenderer’s previous experience and financialstatus should be produced along with the tender or when desired by competent authority of theIRPMU, North Central <strong>Railway</strong>.Tenderers(s) who has/have not carried out any work so far on this <strong>Railway</strong> and who is/are notborne on the approved list of the Contractors of North Central <strong>Railway</strong> should submit along withhis/their tender credentials to establish:(i)(ii)(iii)(iv)His capacity to carry out the works satisfactorily.His financial status supported by bank reference and other documents.Credentials as per tender page-51/66, section-4/chapter-6.Certificates duly attested and testimonials regarding contracting experience for thetype of job for which tender is invited with list of work carried out in the past.Minimum Eligibility Criteria:- Nil.13. Tender must be enclosed in a sealed cover, superscribed this Tender No.- --- and must be sent byregistered post to the address of CAO/IRPMU, <strong>New</strong> <strong>Delhi</strong>-01 so as to reach his office not laterthan 15.00Hrs on date of opening or deposited in the special box allotted for the purpose in thisoffice. This special box will be locked & sealed at 15.00 hours on date of opening. The tenderwill be opened at 15.30 hours on the same day. The Tender papers will not be sold after 13.00hours of date of tender opening.14. Non-compliance with any of the conditions set forth therein above is liable to result in the tenderbeing rejected.Signature of tenderer(s) 9/67 No- IRPMU/Elect./T/2011/01


15. Execution of Contract Agreement – The successful tenderer(s) shall be required to execute anagreement with the President of India acting through the Dy. Chief Elect. Engr./IRPMU, <strong>New</strong><strong>Delhi</strong>-01for carrying out the work according to General conditions of Contract, Specialconditions/specifications annexed to the tender and specifications for work and material ofNorth Central <strong>Railway</strong> as amended/corrected into correction slip mentioned in tender form (FirstSheet).16. Partnership deeds, Power of Attorney Etc.-The tenderer shall clearly specify whether the tender is submitted on his own or on behalf of apartnership concern. If the tender is submitted on behalf of a partnership concern, he shouldsubmit the certified copy of partnership deed alongwith the tender and authorisation to sign thetender documents on behalf of partnership firm. If these documents are not enclosed alongwithtender documents, the tender will be treated as having been submitted by individual signingtender documents. The <strong>Railway</strong> will not be bound by any power of attorney granted by thetenderer or by changes in the composition of the firm made subsequent to the execution of thecontract. It may, however, authorize such power of attorney and changes after obtaining properlegal advice, the cost of which will be chargeable to the contractor.17. The tenderer whether sole proprietor, a limited company or a partnership firm if they want to actthrough agent or individual partner(s) should submit alongwith the tender or at a later stage, apower of attorney duly stamped and authenticated by a Notary Public or by Magistrate in favourof the specific person whether he/they be partner(s) of the firm or any other person specificallyauthorized him/them to submit the tender, sign the agreement, receive money, witnessmeasurements, sign measurement books, compromise, settle or relinquish any claim(s) preferredby the firm and sign “No Claim Certificate” and refer all or any disputes to arbitration.18. Employment/Partnership, etc., of Retired <strong>Railway</strong> Employees.-(a) Should a tenderer be a retired engineer of the Gazetted rank or any other Gazetted Officerworking before his retirement, whether in the executive or administrative capacity, or whetherholding a pensionable post or not, in any department of any of the <strong>Railway</strong>s owned andadministered by the President of India for the time being, or should a tenderer being partnershipfirm have as one of its partners a retired engineer or retired Gazetted Officer as aforesaid, orshould tenderer being an incorporated company have any such retired Engineer or retiredGazetted Officer as one of its Directors, or should a tenderer have in his employment any retiredEngineer or retired Gazetted Officer as aforesaid, the full information as to the date of retirementof such Engineer or Gazetted Officer from the said service and in case where such Engineer orOfficer had not retired from Government service at least 2 years prior to the date of submissionof the tender as to whether permission for taking such contract, or if the contractor be apartnership firm or an incorporated company, to become a partner or Director as the case maybe, or to take the employment under the contractor, has been obtained by the tenderer or theEngineer or Officer, as the case may be from the President of India or any officer, dulyauthorized by Him in this behalf, shall be clearly stated in writing at the time of submitting thetender. Tenders without the information above referred to or a statement to the effect that nosuch retired Engineer or retired Gazetted Officer is so associated with the tenderer, as the casemay be, shall be rejected.Signature of tenderer(s) 10/67 No- IRPMU/Elect./T/2011/01


(b) Should a tenderer or contractor being an individual on the list of approved Contractors, have arelative(s) or in the case of partnership firm or company of contractors one or more of hisshareholder(s) or relative(s) of the shareholder(s) employed in gazetted capacity in the Electricaldepartment of the North Central <strong>Railway</strong>, the authority inviting tenders shall be informed of thefact by the tenderer(s) at the time of submission of tender, failing which the tender may bedisqualified/rejected or if such fact subsequently comes to light, the contract may be rescindedin accordance with the provision in clause 62 of the General Conditions of Contract.…..................................................................(Signature)…............................................................Signature of Tenderer(s)…..................................................................(Designation)Date …....................................................--------0--------ContentsSignature of tenderer(s) 11/67 No- IRPMU/Elect./T/2011/01


CHAPTER – 1Tender Forms (Second Sheet)Tender No.- IRPMU/Elect./T/2011/01 Dated- -------------Name of tender- Supply, erection, testing and commissioning of Auxiliary Transformers (10KVA,25KV/240V AT) supply to ABS Relay Huts in GZB-ALJN section of Allahabad division.To,The President of India,Acting through the CAO/IRPMU,<strong>Shivaji</strong> <strong>Bridge</strong>, <strong>New</strong> <strong>Delhi</strong>-01.1. I/We …................................................................. have read the various conditions to tenderattached here to and agree to abide by the said conditions. I/We also agree to keep this tender open foracceptance for a period of 90 days from the date fixed for opening the same and in default thereof,I/We will be liable for forfeiture of my/our “Earnest Money”. I/We offer to do work for IRPMU,North Central <strong>Railway</strong> at the rates quoted in the attached schedule and hereby bind myself/ourselves tocomplete the work in all respects within in Twelve months from the date of issue of letter ofacceptance / letter of intent of the tender.2. I/We also hereby agree to abide by the General Conditions of Contract corrected uptoprinted/advance correction slip No…............... dated …........ and to carry out the work according to theSpecial Conditions of Contract and Specifications of material and works as laid down by <strong>Railway</strong> inthe annexed Special Conditions/Specifications and the North Central <strong>Railway</strong> Works Hand Bookcorrected upto printed/advance corrected slip No…........... dated …........... Schedule of rates correctedupto printed/advance correction slip no….............. dated ….......... for the present contract.3. A sum of Rs ……………. is herewith forwarded as Earnest money. The full value of theearnest Money shall stand forfeited without prejudice to any other right or remedies in case my/ourTender is accepted and if -(a) I/We do not execute the contract documents within seven days after receipt of noticeissued by the <strong>Railway</strong> that such documents are ready: and(b) I/We do not commence the work within fifteen days after receipt of orders to that effect.4. Until a formal agreement is prepared and executed, acceptance of this tender shall constitute abinding contract between us subject to modifications, as may be mutually agreed to between us andindicated in the letter of acceptance of my/our offer for this work.Signature of Witness: …...................................................(1) …......................................................... Signature of Tenderer(s)(2) …....................................................... Date …................................................Address of the Tenderer (s)ContentsSignature of tenderer(s) 12/67 No- IRPMU/Elect./T/2011/01


OFFER LETTERFrom M/STo,………………………………………………………….…………………………….The President of India,Acting through the CAO/IRPMU,<strong>Shivaji</strong> <strong>Bridge</strong>, <strong>New</strong> <strong>Delhi</strong>-01.Dear Sir,Name of tender- Supply, erection, testing and commissioning of Auxiliary Transformers(10KVA, 25KV/240V AT) supply to ABS Relay Huts in GZB-ALJN section of Allahabaddivision.1 I/We the undersigned hereby offer to execute the above work within a period of Twelvemonths from the date of issue of letter of intent/letter of acceptance of tender andinstruction compliance with the provisions detailed in the tender papers appended here toincluding instructions to tenderers and conditions of tendering, conditions of contract andspecifications as included therein and as modified by this tender at such rates as arespecified in schedules appended here to.2 I/We agree that this tender shall not be restricted or with drawn and shall remain open foracceptance for and during the period of 90 days from the date fixed for opening the same,subject to the stipulation mentioned in clause 1.1.5 and will continue to be open evenbeyond the period of ninety days till withdrawn or rejected or accepted as the case maybe.3. I/We also fully understand and hereby agree to abide by the general and specialconditions of the contract and to carry out the work according to the specification forpresent contract as modified by this tender.4. I/We have deposited with the Div. Cashier, Northern <strong>Railway</strong>/North Central<strong>Railway</strong>…………. The required sum of Rs…………….. as earnest money for whichreceipt no. ………………. DT…………….. has been granted.I/We enclosed a Bank Draft from …………………. Bank for a sum of Rs. ……. (Rs.………………………………………………….) as earnest money.The full value of the earnest money shall stand forfeited without prejudice to any otherrights or remedies if any I/We do not execute the agreement within seven days afterreceipt of notice issued by the <strong>Railway</strong> that such agreement is ready or I/We do notcommence the work within 10 days or receipt of the instructions to that effect.Signature of tenderer(s) 13/67 No- IRPMU/Elect./T/2011/01


5. I/We enclose the Income Tax Clearance certificate or a declaration to that effect onrequired of the tender papers pertaining to me/us for the year.6. I/We have no retired Engineer or retired Gazetted Officers of the Electrical Department ofany of the <strong>Railway</strong> owned and administered by the President of India.The list of the retired Engineers or Retired Gazetted Officers who are associated withme/us included as an enclosure to this offer letter.Yours faithfully,Witnessed by:1. Signature ------------------------------2. Name in block letters ----------------3. Address :------------------------------(signature of the tenderers(s)Seal of the Tenderer:Place: -------------------Date: --------------------1. Signature ------------------------------2. Name in block letters ----------------3. Address ---------------------------------------o0o--------ContentsSignature of tenderer(s) 14/67 No- IRPMU/Elect./T/2011/01


CHAPTER – 2SPECIAL CONDITIONS OF CONTRACT2.0 Introduction-This chapter deals with conditions of contract necessary for execution of this contract and notcovered under general conditions of contract. If conditions in this chapter are in variance withgeneral conditions of contract, the conditions given in this chapter will prevail.2.1 Scope of Work-The scope of work covers supply, installation and commissioning of excavation & concretefoundations, excavation & filling of trench in soil, steel masts, auxiliary transformers, LTcable, electrical fittings, internal wiring, LT panels, LT distribution boards, insulators, earthing& bondings, GI wire etc. at different location as mentioned in approximate schedule of Works.The works will be executed in GZB-ALJN section or nearby area in Allahabad division.2.2 Items to be supplied by <strong>Railway</strong>s free of cost for worksi)AL Cables of 2x70 sq.mm size/LT as mentioned in schedule.ii) 10KVA, 25KV/240V Auxiliary transformers.iii) Galvanised steel structures as Item no.-3.a.(iv)iv) 25KV Post Insulators item no.-28(x).<strong>Railway</strong>’s supply material will be made available at TDL Depot or nearby areas and to betransported to site by contractor.Any other material needed for completion and commissioning of work will be supply bycontractor as part of erection and commissioning.2.3 The tenderer should quote single %age for schedule of prices for each sub-sections and nonscheduleitems indicating above/par/below on SOR.2.4 The rates should be quoted in figures as well as in words. If there is variation between therates quoted in figures and in words, the rate quoted in ‘words’ shall be taken as correct. Ifmore than one improper rate is tendered for the same item, the tender is liable to be rejected.a. Each page of the tender papers is to be signed and dated by the tenderer(s) or such person(s) on his/their behalf who is/are legally authorized to signed for him/them.b. Erasures and/or alteration-Tenders containing erasures and/or alteration of the tenderdocuments are liable to be rejected. Any correction made by Tenderer(s) in his/theirentries must be attested by him/them.2.5 Credential of the Tenderer-a. The tenderer (s) must be an established, experienced and reputed construction firm andhave regularly undertaken works of the similar type tendered for and have adequatetechnical knowledge and practical experience in field.b. The tenderer (s) must have adequate financial resources to meet the obligations under thecontract. They may submit the report from recognised bank of Financial Institution.Signature of tenderer(s) 15/67 No- IRPMU/Elect./T/2011/01


c. JVs/Consortiums/MOUs shall not be considered.d. Tenderer shall submit required documents in support of minimum eligibility criteria alongwith other credential.The tenders must submit the documents either notarized or attested by a servinggazetted govt. servant with clear seal and name.2.6.1 Quality of work and material-a. Material: All materials used in the work shall be procured from approved sources ofR.D.S.O./CORE/ CEE/(N.Rly)./CEE/(N.C.Rly). Items for which approved sources are notavailable, should be ISI marked. Items for which ISI is not available should be gotapproved before procurement.b. Erection – All erection work shall be carried out as per established engineering practice.It should be maintenance friendly, environmental friendly and should not endanger safetyof public/ operator.c. The successful tenderer shall furnish the names and particulars of the certificate ofcompetency of supervisor and workmen to be engaged for carrying out this work.d. No form C & D will be supplied by <strong>Railway</strong>.2.6.2 By a Gazetted notification, Govt. of India has appointed Chief Electrical Engineer, North Central<strong>Railway</strong> to be the Electrical Inspector and has directed that he shall exercise the powers andperform the functions of an Electrical Inspector under the <strong>Indian</strong> Electricity Act 2003 and latestversion. The inspecting officers for this contract shall be nominated by the <strong>Railway</strong>s as indicatedin the technical specification.2.7.1 ElectricityTenderer shall make his own arrangement of electricity for execution of work and for testing andcommissioning of electrical installations. Electricity shall be made available at cost of electricityconsumption, if available at site of work.2.7.2 Tools & PlantsThe contractor shall arrange at his own cost all tools, Plants etc. necessary for erection, testing,and commissioning of the equipments to ensure compliance with the specification.2.8.1 Contractor’s drawings etc. –Any calculations, designs, drawings, schedules, information data, progress charts etc. required bythe Purchaser’s Engineer in connection with the contract, shall be furnished by the Contractor athis own expenses. The contractor will not be required to furnish drawings, designs andcalculations etc for basic designs and employment schedules provided by the Purchaser in case nomodification/deviation is proposed by the contractor for a particular basic design/employmentschedule.Signature of tenderer(s) 16/67 No- IRPMU/Elect./T/2011/01


2.8.2 Contractor’s Responsibility for discrepancy –All designs and drawings submitted by the Contractor shall be based on a thorough study andshall be such that the Contractor is satisfied about their suitability. The Purchaser’s approval willbe based on these considerations. Notwithstanding approval communicated by the Purchaser,during the progress of the contract for designs and drawings, prototype samples of components,materials and equipments after inspection of materials, after erection and adjustments toinstallations, the ultimate responsibility for correct design and execution of work shall be withcontractor unless the Purchaser insists on adoption of his own designs inspite of the Contractornot being agreeable to it.2.8.3 Training of Purchaser’s Staff –The contractor shall impart training to <strong>Railway</strong> staff free of cost. Contents of training and numberof staff for training shall be mutually decided.2.8.4 Work by other Agencies-a. Any other works undertaken at the same time by the Purchaser or the <strong>Railway</strong> direct or throughsome other agency at the same time or section where the contractor is carrying out his work willnot entitle the contractor to prefer any claim regarding any delays or hindrances he may have toface on this account but the Purchaser shall grant a reasonable extension of time to the contractor.The contractor shall comply with any instruction which may be given to him by the Purchaser inorder to permit simultaneous execution of his own works and these undertaken by othercontractors or the <strong>Railway</strong> without being entitled on this account on any extra charge.b. The contractor shall not be entitled to any extra payment due to hindrance resulting from normal<strong>Railway</strong> operations, such as delay on account of adequate number of and duration of shut-downetc. not being granted.c. If the purchaser is unable to supply materials to the contractor as specified in the contract, in time,the contractor shall not be entitled to any extra payment on account of such delay in supply.However, such delays in supply will be reasonable ground for extension of completion date/s forthe work.2.9 Infringement of patents-2.9.1 The Contractor is forbidden to use any patents or registered drawings, process or pattern infulfilling his contract without the previous consent in writing of the owner of such patent,drawing, pattern or trade mark, except where these are specified by the Purchaser himself.Royalties where payable for the use of such patented processes, registered drawings or patternsshall be borne exclusively by the Contractor. The contractor shall advise the Purchaser of anyproprietary right that may exist on such processed drawings or patterns which he may use of hisown accord.2.9.2 In the case of patent taken out by the Contractor of the drawings or patterns registered by him, orof those patents, drawings, or patents for which he holds a license, the signing of the Contractautomatically gives the Purchaser the right to repair by himself the purchased articles covered bythe patent or by any person or body chosen by him and to obtain from any sources he desires thecomponent parts required by him in carrying out the repair work. In the event of infringement ofany patent rights due to above action of the Purchaser, he shall be entitled to claim damages fromthe contractor on the grounds of any loss of any nature which he may suffer e.g. in the case ofattachment because of counterfeiting.Signature of tenderer(s) 17/67 No- IRPMU/Elect./T/2011/01


2.9.3 Indemnification by contractor. –In the event of any claim or demand being made or action being brought against the Purchaser forinfringement of later patent in respect of any equipment, machine, plant, work or thing used orsupplied by the Contractor under this contract or in respect of any methods of using or working bythe Purchaser of such equipment machine, plant work or thing, the contractor shall indemnify thepurchaser and keep him indemnified and harmless against all claims, costs, charges and expensesarising from or incurred by reason of such claim provided that the Purchaser shall notify thecontractor immediately any claim is made and that the contractor shall be at liberty, if he sodesires with the assistance of the Purchaser if required but at the Contractor’s expense, to conductall negotiations for the settlement of the same or any litigation that may arise there from andprovided that no such equipment, machine, plant work or thing, shall be used by the Purchaser forany purpose or in any manner other than that for which they have been supplied by the Contractorand specified under this contract.2.10 Inspection & Testing-The contractor will ensure that equipments used have been type tested. The routine andacceptance tests shall be conducted by the firm in the presence of purchaser’srepresentative/inspecting officer. The contractor shall furnish three copies of manufacturer’sroutine and type tests certificates.2.11 The contractor and his representatives shall abide by all railway regulations in force.2.12 Safety measures-2.12.1 The contractor shall take all precautionary measures in order to ensure the protection of his ownpersonnel moving about or working on the railway premises. When the work is on/near railwaytrack, he shall provide for flagman for protection as per the directives of the purchaser.2.12.2 While working within station limits, especially on passenger platforms, the contractor shall ensurethat at all time sufficient space is left for free-movement of passenger traffic. He must coverand/or barricade the excavations carried out in such areas and continue to maintain these, till thework is completed, with a view to avoid any accident to public or to <strong>Railway</strong> staff.2.12.3 The works must be carried out most carefully without any infringement of the <strong>Indian</strong> <strong>Railway</strong> Actor the General and Subsidiary Rules in force on the <strong>Railway</strong>, in such a way that they do not hinder<strong>Railway</strong> operation or affect the proper functioning of any <strong>Railway</strong> equipment, structure or rollingstock.2.12.4 If safety of track or track drainage etc. is affected as a consequence of works undertaken by thecontractor, the contractor shall take immediate steps to restore normal conditions. In case ofdelay, the purchaser shall, after giving due notice to the contractor in writing, take necessary stepsto complete the job and recover the costs from the contractor.2.12.5 Contractor shall provide yellow jackets to workers working near railway tracks. He should alsoprovide helmets and other safety equipments to his workers.2.12.6 The contractor shall be responsible for safe custody of all equipments till provisional acceptance.Signature of tenderer(s) 18/67 No- IRPMU/Elect./T/2011/01


2.13 Provisional Acceptance:-a) Immediately on completion of work, the contractor shall test the installation to ensure thatinstallation is as per the specifications. Alongwith the test results, the contractor shallinform the purchaser in writing that installation is complete and ready for commissioning.b) The test as stipulated in the specification shall be jointly conducted. On the basis of testresults, if found satisfactory, the installation shall be commissioned. Provisionalacceptance shall not be withheld for rectification of minor defects.2.14 Guarantee-The tenderer shall guarantee the equipments/installations for satisfactory performance for a periodof 12 months from the date of commissioning against any defect. The contractor should promptlyattend complaint and replace/repair the defective equipments/parts free of cost promptly andsatisfactorily. The equipments/parts so replaced by the contractor, shall be further guaranteed fora period of 12 months for satisfactory service from the date of such replacement.2.15 Availability of breakdown/maintenance staffDuring the period of guarantee the Contractor shall keep available an experienced engineer andnecessary equipment to attend any defective installations resulting from defective erection and/ordefects in the equipment supplied by the Contractor. This engineer shall not attend to rectificationor defects which arise out of normal routine maintenance work. The contractor shall bear the costof all modification additions or substitutions that may be considered necessary due to faultymaterials, design or workmanship for the satisfactory working of the equipment. The finaldecision shall rest with <strong>Railway</strong>.2.16 Failure to attend the defectsAll defects and deficiencies advised to the contractor shall be attended to by him promptly. Ifcontractor fails to respond and arrange repair/rectification within reasonable time, the purchasershall be free to get the repairs done through departmental labour or through any other sources atcontractor’s expenses without prejudice to the other remedies available under the contract.2.17 Maintenance Manuals – On successful completion of work, the contractor shall hand over fourcopies of the detailed drawings and maintenance manuals of each equipment duly bound inbooklets. Two copies shall be given in the form of CD/floppy to the purchaser prior to release offinal payment to the contractor.2.18 Final AcceptanceThe final acceptance of the entire installation shall be from the date of expiry of the guaranteeperiod and after contractor’s obligation has been fully met under the contract.2.19 Variation in contract Quantities:Increase in contract will be restricted only upto 25% of the original contract value with theapproval of Competent Authority, and for variation beyond 25%, latest procedure as laid down by<strong>Railway</strong> Board and amendments issued by CAO/C/NCR/ALD will be followed.Signature of tenderer(s) 19/67 No- IRPMU/Elect./T/2011/01


2.20 Survey & Planning of work:Before starting of the work, Contractor should assess the quantity of materials of the work andsubmit his planning to <strong>Railway</strong> Engineer for approval before placing of the order for materials.Similarly, before manufacturing of Panels etc., the drawings should be got approved by the<strong>Railway</strong>.2.21 The tenderer will have to make available the vehicles & equipments to the <strong>Railway</strong> administrationas & where desired and payments shall be made through Non –Scheduled items.2.22 General Conditions of Contract:-The tender shall be governed by General Conditions of contract, and General instructions totenderers and special conditions of contract. Wherever there is discordance among quantities ofschedule of work, special conditions of contract and technical specifications the priority shall be inthe order of quantities of work, special conditions of contract and technical specifications.North Central <strong>Railway</strong> Publication of Engineering Department, “Works handbook Part I(Regulation for tenders & contracts) and Part II (General Conditions of Contract) Published inJULY 2005, along with all upto date correction slips, copy of which can be purchased from theoffice of SEE/C/NCR/Kanpur on cash payment of Rs 250/-.The intending tenderer will be deemedto have seen /purchased and read this publication thoroughly before submitting their offer.2.23 Communication with site-For maintaining effective communication with field staff and officers at NDLS & site of work inGZB-ALJN section, two Mobile Phones in working condition shall have to be arranged by thecontractor. Recurring expenditure shall be born by the contractor till the completion of the work.Before the starting of work by the contractor, model and connectivity of the mobile phone shouldbe got approved from the purchaser. Mobile set shall be returned back to the contractor aftercompletion of the work.--------o0o--------ContentsSignature of tenderer(s) 20/67 No- IRPMU/Elect./T/2011/01


CHAPTER- 3PRICES AND PAYMENT2.24 Scope:This chapter deals with prices to be paid to the contractor for completion of various items ofwork. The contractor shall be paid for completed works in accordance with accepted scheduleof prices and rates, as stipulated in the tender document.2.25 Schedule of Prices:<strong>Unit</strong> Prices for Materials and Erection–The unit prices of materials as given in Schedule of Works & Prices shall be inclusive of allcharges including transport, loading/unloading handling and all insurance premium, banker’scharges, all Taxes, Duties and levies (including octroi etc.) applicable on works contracts, etc.The unit prices given in Schedule of Rates shall include cost of erection, testing,commissioning and cover all cost of administration of the contract, insurance premium,bankers’ charges for guarantees, cost of storage, loading, unloading and handling of materials,and for any road transport which the Contractor may use for carriage of materials between hisdepot and depot/s and site of work, etc.<strong>Unit</strong> prices quoted shall be FIRM. No price variation shall be allowed, on any account.1.2 Quantities-The approximate estimated quantities of various items of works are included in Schedule ofRates Chapter-7, Section-2. However, quantities can be increased/decreased as stipulated inSpecial Conditions of Contract.1.3 <strong>New</strong> items of work. –If during the execution of the work, the Contractor is called upon to carry out any new item ofwork not included in Chapter-7, Section-2, the Contractor shall execute such works at suchprices as may be mutually agreed in writing with the Purchaser.1.4 Deduction of taxes from contractor’s bills-Wherever the law makes it statutory for the purchaser to deduct any amount towards SalesTax/Income tax on works contract, the same will be deducted and deposited with theconcerned authority.1.5 Submission of Bills –a) The contractor shall submit his invoicing procedure for approval by the Purchaser within 2month from the date of receipt of Letter of Acceptance of Tender. Separate invoices shallbe submitted for different types of payment mentioned above. All invoices shall besubmitted with original supporting documents or certified true copies of supportingdocument wherever these are acceptable to the Purchaser’s Engineer. Where copies ofSignature of tenderer(s) 21/67 No- IRPMU/Elect./T/2011/01


original documents are required in support of several invoices, true certified copies of theoriginal documents may be forwarded to the Purchaser’s Engineer, with his consent.b. Invoices shall be submitted only on the basis of agreed principles and prices, quantitiesand measurements of works completed shall be approved by the Purchaser’s Engineerprior to the submission of invoices. For this purpose, the schedule of quantities andmeasurements submitted by the contractor for approval of the Purchaser’s Engineer maybe only upto the extent of work completed except in the case of payments on provisionalacceptance.1.6 Payment –80% of the item price (material cost) shall be paid on receipt of material in railway custodyafter inspection. If for any item of work, price of material and erection is not separatelyavailable, 80% of the cost of item of work will be considered as material cost.Further payment of material and erection cost to cover 90% of the cost of item of work shallbe made on successful testing and commissioning of the installation.Balance 10% payment shall be released on issue of provisional acceptance certificate. Thecontractor shall be required to give Bank Guarantee valid for 12 months beyond the expiry ofmaintenance period of amount equal to 10% of the contract value towards performanceguarantee. The performance guarantee shall have to be furnished by the successful contractorafter the letter of acceptance has been issued but before signing of the agreement. The securitymoney already deducted/deposited from running bills shall be released on successfulcompletion of work and due certification by the competent authority.1.7 Final Payment –On physical completion of the work and due certification by the competent authority thesecurity deposit will be refunded to the contractor. The certificate inter- alias, should mentionthat the work has been completed in all respect and that all the contractual obligations havebeen fulfilled by the contractor and that there is no due from the contractor to <strong>Railway</strong>s againstthis contract. Before releasing the SD, an unconditional and unequivocal no claim certificate isrequired to be obtained from the contractor concerned.After expiry of the maintenance period and issue of the certificate of the final acceptance ofthe entire installation the performance guarantee earlier submitted by the contractor in theform of Bank Guarantee shall be released after adjustment of any dues payable by thecontractor.--------o0o--------ContentsSignature of tenderer(s) 22/67 No- IRPMU/Elect./T/2011/01


CHAPTER – 4TECHNICAL SPECIFICATIONSSystem Particulars-The nominal voltage of the equipment will be overhead 25KV AC, 50 Hz single phase. Totape the 25KV OHE supply for signaling and other installations, 25KV/240V AuxiliaryTransformers (AT) are erected on galvanised steel mast in vicinity to railwaytrack/installations. This AT is connected through protection and support arrangement toOHE on 25 KV side. The 240V single phase on LT side of AT is taped and terminated toLT Distribution Board provided on same mast with protection device like fuse. This LTsupply is extended through underground 2-core AL cable of suitable size to automaticCLS distribution panel provided in ASM/ Relay room.Section – 1.1: Basic Designs-a. Standard designs: Where the Contractor adopt designs and drawing conforming tostandard designs, drawings and specifications of the Research, Designs and StandardsOrganisation, Manak Nagar, Lucknow 226911 (RDSO) for basic arrangements,equipments, components and fittings of traction overhead equipment and LT supplytransformer stations and adopts employment schedules furnished by the Purchaser, heshall verify such designs and drawings and employment schedules and satisfying himselfthat these are correct and the latest approved drawings, before use. Within one monthsof the issue of letter of acceptance of Tender, the Contractor shall indicate to thePurchaser, the list of standard basic arrangement, components and fittings, drawings andemployment schedules, which he will adopt for the purpose of the work.b. Deviations-Normally, the deviations from the standard drawings of the Purchaser will notbe accepted. However, in exceptional cases where the contractor desires to suggestimprovements as a result of his experience or other developments, he shall justify hisproposals with supporting explanatory note.Special Designs-c. In cases where standard designs, drawings or employment schedules do not coverrequirement of special location or site conditions, the Contractor shall submit his owndesigns or drawings along with supporting calculations and notes for scrutiny andapproval of the Purchaser.d. Such special designs shall generally be inconformity with basic designs furnished by thePurchaser and in accordance with the specifications. If the Contractor wishes to adoptspecial designs which do not conform to the general basic designs of the Purchaser heshall submit alternative designs and drawings justifying his proposal.e. Contractor’s location plans – The contractor should survey and prepare location and siteplans and submit three copies of such plans for approval.Signature of tenderer(s) 23/67 No- IRPMU/Elect./T/2011/01


f. Cross section drawings – Drawings shall be submitted for approval in two copies for aconvenient section at a time separately for sections within station limits. Such drawingsshall be submitted progressively and as for as possible without gap.g. Structure erection drawings – Structure erection drawings shall be submitted forapproval in two copies for a section at a time separately for section within station limitsand sections outside station limits, progressively and without gaps.h. Schedule of Quantities – Schedules of Quantities for each approved layoutplan/switching station shall be submitted for approval in two copies.Contractor shall submit copies for distributions to field officers and other department asindicated below within seven days of receipt of approval tracings:i. Location & site plans - 5 copies.ii. Structure cross-section drawings - 5 copies.iii. Structure erection drawings - 5 copiesiv. Schedule of quantities - 5 copiesIn all the above cases the contractor has to supply only 5 copies of the approved drawingsprovided one of them is a transparent paper print.j. Completion drawings and schedule –After completion of work, all drawings and designs submitted by the Contractor andapproved by the purchaser shall be made upto date incorporating actual supply anderection particulars including the name of make of insulators galvanised steel tube,stainless steel wire rope etc. Such drawings and schedules shall then be verified andcorrected, if necessary, by the contractor jointly with the Purchaser’s representatives. Theverified and corrected drawings shall be supplied in three sets, one of which shall betransparencies of linen or film reproduction or any other durable material approved by thePurchaser.-----0-----ContentsSignature of tenderer(s) 24/67 No- IRPMU/Elect./T/2011/01


Section- 1.2: Technical Specifications –The following specifications (latest revision) will govern the supply and testing ofimportant materials, components and equipments:Structural steel IS 2062-1992IS 800-1984IS 808-1989Tensile testing IS 1608 – 1972 for steel products etc.IS 1731 – 1971IS 2004 – 1991Welding IS 816 – 1969Tin bronze castings- IS: 306 – 1983Aluminum bronze castings- IS : 3091 – 1965Malleable iron castings- IS: 2108 – 1977Grey iron castings- IS: 210 – 1978Aluminum castings- IS: 617 – 1975Copper strip for formed fitting - IS: 1897-1983Contact wire-ETI/OHE/42(6/97)Annealed stranded copper - ETI/OHE/3(2/94) with A&C slip No.1 of 4(95)Conductor for jumper wire.Copper bus bar -RE/30/OHE/5(11/60)Structural steel tubes- ETI/OHE/11(5/89)Hot dip galvanisation of - ETI/OHE/13(4/84) with A&C slip No.1steel masts (Rolled and of 5(86)2&3 of 4(90).fabricated) tubes andfittings used on 25KV OHE.Stainless steel wire rope- ETI/OHE/14(9/94) with A&C slip No.1 of 9(95)2 of 1(97), 3 of 8(99), 4 of 12(99), 5 of 10(01).25 KV solid core insulator - ETI/OHE/15(9/91) with A&C slip No.1 of 5(99)including those for polluted 2 of 2(2000) and 3 of 2(2000).zones.25 KV single and double pole isolator- ETI/OHE/16(1/94)Bolts, Nuts and Washers-ETI/OHE/18(4/84) with A&C slip No.1of 11(84) 2 of 6(87) and 3 of 9(87).Aluminum Alloy section and tube- ETI/OHE/21(9/74) slip No.1 of Nov., 84Standard drawings and Traction - RE/OHE/25(3/66).overhead equipment.Section Insulator- RE/OHE/27(8/84) with A&C slip No.1 of 10(92)Signature of tenderer(s) 25/67 No- IRPMU/Elect./T/2011/01


Enameled steel plates-ETI/OHE/33(7/88)Fittings for 25 KV 50 HZ AC - ETI/OHE/49(9/95) with A&C slip No.1 oftraction equipment 6(97) And 2 of 4(2000).Cadmium copper conductor - ETI/OHE/50(6/97) with A/C slip no-1 of 6/97for OHE traction.Bimetallic (Al-Cu) strip - ETI/OHE/55(4/90)Specification for 3-pulley type- ETI/OHE/48A(9/85) with A&C slip no-1Regulating equipment (3:1 ratio). of 11/87 and no-2 8/89.Technical specifications for fittings- ETI/OHE/49(9/95 with A&C slip no-1).For 25 KV AC OHE. of 6/97 and no-2 of 4/2000.Specification for discharge/earthing pole- ETI/OHE/51(9/87).Assembly for 25 kV ac traction.Principles for OHE layout plans and sectioning - ETI/OHE/53(6/88).Diagrams for 25 kV ac traction.Specification for continuous cast copper - ETI/OHE/65(8/87).Wire rods.Code of bonding and earthing for 25KV -AC 50 Hz single phase traction system.ETI/OHE/71(11/90).Specification for 4 axle car for winding - ETI/OHE/72(11/91).And/or unwinding of contact wire andcatenary wire.Gearless hand operated pulling and - TI/SPC/OHE/TOOLPL/0990.Lifting machines (TIRFOR).Retchet lever Hoist (Pull-lifts)-TI/SPC/OHE/TOOLPL/1990.Insulated Cadmium copper catenary - TI/SPC/OHE/INSCA/T/0000.19/2.1mm diameter for provision underover line structures in the 25 KV AC electric traction.Galvanising – All ferrous materials and fittings shall be hot dip galvanised according tothe specification ETI/OHE/13(4/84) with A & C slip No.1 of 5/86), 2 & 3 of 4(90).Electrical connections for OHE-a. General designs. – All electrical connections between conductors shall be made byparallel clamps. The general arrangements of connections are shown in the standarddrawings.b. Jumper – Copper jumpers shall be of any of the following:i. Large Jumper of annealed copper in accordance with specification ETI/OHE/3(2/94) A and C Slip No.1 of April. 95.ii. Small jumper of annealed copper in accordance with the specification IS 434 Pt.-I.Signature of tenderer(s) 26/67 No- IRPMU/Elect./T/2011/01


Aluminum jumpers, wherever used, shall be of all aluminum stranded conductor 19/7/4mm bare ¾ H generally conforming to IS: 8130/1984.Section -1.3:Payable unit weight for standard masts-----------------------------------------------------------------------------------S. No. Type of Masts Weight in Kg. per meterincluding galvanization---------------------------------------------------------------------------------1 6”x6”x25.15 BFB 38.032 162x154x37.1 Kg.BFB 38.003 200x200x49.9 Kg.BFB 51.204 8”x6”x35 lb. RSJ. 53.395 -- -6 S 1 53.397 S 3 76.408 S 4 53.399 S 5 111.5310 S 6 53.3911 S 7 76.4012 S 8 111.5313 K 100 23.7014 K 125 30.3015 K 150 38.1816 K 175 43.7217 K 200 49.8718 K 225 57.5019 K 250 66.7220 B 100 27.7121 B 125 32.4722 B 150 39.0723 B 175 44.6124 B 200 50.7625 B 225 61.5026 B 250 70.7227 T 150 37.58----------------------------------------------------------------------------------Signature of tenderer(s) 27/67 No- IRPMU/Elect./T/2011/01


The various structures under 25KV/240V ATs/OHE-S/N Description Drawing No. Mod.1. TTC with 5.5/8 meter boom ETI/C/0009 sheet 2to5 B2. BFB portal ETI/C/0026 sheet 2 A3. S-7 12.4 M. ET I/C/0182 C4. S-8 /12.4 Mtr. ETI/C/0183 C5. S-100 for LT transformer at SWS ETI/C/0043 B6. S-101 for isolator inside SWS ETI/C/0180 A7. S-3/11.4 Mtr. ETI/C/0180 C8. S-5/11.4 Mtr. ETI/C/0042 E9. T-150 for LT supply transformer ETI/PSI/037 C10. 25KVA LT Auxiliary Transformer ETI/PSI/036 or latest Latest11. 10KVA LT Auxiliary Transformer ETI/PSI/036 or latest LatestNote:1. RDSO’s specifications are priced document and can be purchased from RDSO.2. The specifications of C.E.E./N.Rly & N.C. Rly. are part of the tender document.3. The Tenderer may please note that the material used in this work will be as per RDSO / IS/ BIS / <strong>Railway</strong> Specifications / CEE’s approved supplier List as on the date of tenderopening even if mentioned otherwise elsewhere in the tender paper.-------0-------ContentsSignature of tenderer(s) 28/67 No- IRPMU/Elect./T/2011/01


Section-2.1: SPECIFICATION FOR PIPE EARTHING:Specification No.- CEE/C/TKJ/NR-131.0 EARTHING SYSTEM:-Earthing;- The earthing shall confirm to the following specification and as per DrawingNo.CEE/C/TKJ/GNL/3.1.1 PIPE ELECTRODE:-I. The earthing electrode shall be made of GI pipe of 50mm dia. medium class (Class B)confirming to relevant ISS, 3 meter long tapered at the bottom with holes of 12mmdia. drilled not less that 75mm from each other up to 2 meter of length from thebottom.In HT sub-station, 100 mm dia. GI pipe with flange shall be used for HT equipmentearthing.II. The pipe electrode shall be buried in the ground vertically with its top nearly 200 mmbelow from the top of enclosure.III. A funnel with mesh shall be provided on top of this pipe for watering funnelattachment shall be housed in the above masonry enclosure.2.0 MASONARY ENCLOSURE-The top of pipe electrode shall be housed in a masonry enclosure of not less than300mmx300mmx300mm, (internal size). The pipe shall be buried in the ground vertically,with its top nearly 20cm below top of enclosures. The covers of the masonry enclosures forelectrode shall be hinged type made of MS with proper arrangement for locking or CI. In HTsub-station size of masonry enclosure shall be 600x600x300mm (Internal size).3.0 LOCATION FOR EARTH ELECTRODE-Normally an earth electrode shall not be situated less than 1.5 meter from any building. Careshall be taken that the excavations for the earth electrode may not effect the column footingsor foundations of the building. In such case electrode may be located further away frombuilding. The location of earth shall be such where the soil has reasonable chances ofremaining moist as far as possible. Entrances, pavements, roads should definitely be avoidedfor location of earth electrodes. The location of earth electrodes shall be fixed in consultationwith <strong>Railway</strong> authority.4.0 ARTIFICIAL TREATMENT OF SOIL-In case there is no option of site for earth electrode the earth resistance shall be reduced byartificial chemical treatment of the soil. For this purpose the most commonly used substancesare sodium chloride (common salt) mixed with soft coke or charcoal in suitable proportion.When this treatment is resorted to the electrode shall be surrounded by the mixture ofcharcoal/coke and salt.Signature of tenderer(s) 29/67 No- IRPMU/Elect./T/2011/01


5.0 SIZE OF EARTHING LEAD-Minimum size of earthing lead shall be maintained as per IS code of practice (IS.3043-1966)and National Electricity code issued by ISI.6.0 METHOD OF CONNECTING EARTHING LEAD TO EARTH ELECTRODE-6.1 Earthing lead/Earthing MS flat strip shall be connected to pipe earth electrode by means ofbolt, nut, washer & cable socket.6.2.1 All materials used for connecting the earth lead with electrode shall be of GI in case of GI stripand copper/ brass in the case of copper strip.6.2.2 The earthing lead shall be securely connected at the other end to the main board equipments asdirected by means of proper nuts, bolts, washers and cable sockets.7.0 PROTECTION OF EARTHING LEAD.The earthing lead from electrode onwards shall be suitably protected from mechanical injuryby 15mm dia. GI pipe in case of wire and by 50mm dia. medium class GI pipe in case of strip.Portion of this protection pipe within ground shall be buried at least 30cm deep (to beincreased each in the case of road crossing and pavements). The portion within the buildingshall be recessed in walls and floors to adequate depth (Para 1.6.9 of CPWD GeneralSpecification for Electrical Works – Part-I Internal 1972).8.0 RESISTANCE OF EARTH.A) No earth electrode shall have resistance greater than 2 Ohms for HT installation.For LT installation earth resistance may be up to 5 Ohms. In rocky soil the resistance may beupto 8 Ohms. (Para- 1.6.11 of CPWD General Specification for Electrical Works – Part-IInternal 1972).B) Every individual earth electrode shall be allotted a serial number and an earth plate ofsize 10x22 cm. Of 14 SWG sheet steel (Painted black) fixed in a conspicuous position near theearth. The following information shall be written with white or yellow paint on the earth platea)Earth No.............................b) Individual earth resistance.................Ohms.c) Overall earth resistance.....................Ohms.d) Date of test ..................................................9.0 The following tests shall be carried out before the installation is put into commission.a) Earth resistance test.b) Earth continuity test.c) Insulation resistance test.d) Polarity test.10.0 This conforms to IS-3043. For other details not covered under this specification the ISS 3043shall be referred to.ContentsSignature of tenderer(s) 30/67 No- IRPMU/Elect./T/2011/01


Section-2.2: LAYING & INSTALLATION OF CABLES:Specification No.-CEE/C/TKJ/NR-151.0 SCOPE:-This specification covers the requirements for the selection and installation of power cables forlow, medium and high voltage applications.2.0 TYPE OF CABLES:-- The cables for applications for low and medium voltage supply shall be PVC sheathedconforming to IS 1554 Part I- 1964.- The cables for applications above 1.1KV but up to and including 11 KV supply shall be eitherPVC insulated and PVC sheathed conforming to IS 1554 part-II-1970 or paper insulated leadsheathed conforming to IS 692-1965.- The cables for applications above 11 KV but up to and inclusive of 33 KV supply shall bepaper insulated lead sheathed conforming to IS 692-1965.- The cables shall have stranded aluminum conductors.- Where paper insulated cables are used, in predominantly vertically situation, these shall be ofnon-draining type.3.0 SELECTION OF CABLES:-- Cable sizes shall be selected considering the current carrying capacity, voltage drop, maximumshort circuit duty and the period of short circuit to meet the present and future anticipatedloads.- Medium voltage distributions shall be designed such that the voltage available at final outletsare generally within the limits recommended by IS 732-1963.- Guidance for the selection of cables shall be derived from the relevant <strong>Indian</strong> Standards suchas IS 3961(Part-I)_1967.IS 3961(Part II)- 1967, IS 5819-1970, IS 1255-1967 etc.- While deciding cable sizes, the derating factors for type and depth of laying, grouping,ambient temperature, ground temperature, and soil resistivity shall be taken into account.4.0 HANDLING & STORAGE:-- The cable drums should be stored on a well drained, hard surface, preferably a concreteplatform, so that the drums do not sink into the ground causing flange rot land damage to thecable.- During storage the drum should be rolled periodically at least once in three months throughninety (90) degrees in the direction of arrow marked on the drum.- During storage it should be ensured that both the ends of the cable are properly sealed withplastic caps to prevent ingress of moisture into the insulation.- Adequate protection should be provided from rain & sun, ventilation should be sufficientbetween the power cable drums. Adequate drainage between the cable drums should beensured to avoid water logging.- The drum shall be rested on the flanges and not on the flat side.- In case the batons of drums get damaged, the same should be replaced.- Whenever the drums are required to be moved to short distance these should be rolled in thedirection of arrow marked on the drums.- While transporting the drums over longer distance the drums should be mounted on cabledrum wheel strong enough to carry the weight of drum and cable should be rolled with ropes.Alternatively, the drum should be mounted on a trailer for movement, otherwise suitablemechanical means of transporting should be utilized.Signature of tenderer(s) 31/67 No- IRPMU/Elect./T/2011/01


- In order to unload the drum from the transport vehicle use of cranes should be made, otherwisethe drum should be rolled down carefully on suitable ramps or rails wherever necessary.- For removing the cable from drum, the drum should be properly mounted on jacks or on acable wheel ensuring adequate strength of jack and spindles for carrying the weight of drum.- If the cable is to be transferred from one drum to another, it should be ensured that new drumshould not have diameter less that of the original drum.- While unloading, transporting or removing the cables, it should be ensured that cable shouldnot be bent to small radius. The minimum safe bending radius for all types of PVC/paperinsulated cable should be at least 15 times of the diameter of the cable, up to 11 KV grade and20 times diameter for cables, above 11 KV grade.- For XLPE cables, minimum bending radius of 15 times the diameter for cables up to 11 KVand beyond is permissible 1.12. At the termination and under onerous site conditions, thebinging radius for cables may be reduced from the value mentioned above, without causingany damages to the cables and taking adequate precautions.- At the joints and terminations bending radius for the individual cables should be above 12times the diameter over the insulation.- The maximum permissible tensile strength for cables i.e. PVC and XLPE insulated armouredpower cables shall be 9 D2 where D is the outer diameter of cables in mm. The force thuscalculated shall be in <strong>New</strong>tons (N).- It should be given due consideration when cables are pulled with stocking.- For the cables pulled with pulling eye the maximum permissible tensile stress shall be 50N/mm2 for alum. conductored cables.5.0 INSTALLATION OF CABLES- It should be ensured that no cable with kinks or similar apparent defects like defectivearmouring shall be installed.- Prov. of BIS 1255-1983 should be followed in general for laying of and installation of cables.6.0 ROUTE OF THE CABLEThe route of the cable should be decided before the work of cable laying is under taken. Itshould be got approved from the Engineer-in-Charge. A proper drawing showing the route ofthe cable should be prepared and got approved before hand and should be preserved as properrecord for posterity.- Always the shortest possible route should be preferred to economies in the use of cables. Cableruns should generally follow the fixed developments such of roads. Pathway etc. with properoff sets so that the future maintenance work, identification etc can be easily done. Crosscountry runs for shorter routes should be avoided as it would create problem in identificationand maintenance later on.- Care should be taken to avoid the corrosive soil, around surrounding, sewage effluent etc. Incase it is not possible to avoid such like corrosive soils etc. proper protection of the cableshould be ensured for avoiding deterioration at a later stage.- As far as possible the alignment of cable should be decided taking into consideration thepresent and future requirement of other services like water supply, sewage, telecommunicationcable and other electrical LT/HT cables.- The cable route should be kept adequately away from the drains to avoid any seepage of water.Signature of tenderer(s) 32/67 No- IRPMU/Elect./T/2011/01


- There should be adequate distance between HT & LT cables. The cables should be laid in welldemarcated routes along the roads and other fixed developments.- The cables of different voltages grading and power and control cables should be laid indifferent trenches. In case it is not possible to lay them in separate trenches, same trenchesmay be used, but in the trench adequate separation should be ensured.- In case it is unavoidable to separate HT & LT cables. The high tension HT cable should belaid below LT cable.- Wherever the power and telecom cables are to cross each other the same should be laid at rightangles to avoid interference. Wherever it is unavoidable to lay them in proximity, horizontaland vertical clearance between the two should not normally be less than 600mm.7.0 RAILWAY CROSSING- Wherever the cables are to be laid under railway tracks, the cables should be laid inHDPE/RCC-150mm. dia./GI Pipes-50mm dia. not less than 1000mm measured from thebottom of sleeper to the top of the pipe. Inside <strong>Railway</strong> station limits pipe shall be laid up tothe point of railway boundary from a point to be decided by <strong>Railway</strong>s. Outside the <strong>Railway</strong>station limits, pipe shall be laid up to the minimum distance of 3 m from center to the nearesttrack on either side. The pipe shall be laid on moiling the hole under track through drillmachine without affecting the train movements.8.0 LAYING OF CABLES:-8.1 Method of laying of cables-The cable shall be directly laid in ground in HDPE/RCC/GI Pipes, in open ducts or on surfacedepending upon the requirement and site condition. While deciding the route of the cable atpreliminary stage it should be ensured that the joint in the cable shall be placed at mostsuitable place. Such increasable location like the water logged areas, carriages ways,pavements proximity to telecom cables, water mains pipes etc. should be avoided.8.2 LAYING DIRECTLY IN GROUND-The cable should be laid directly in ground, wherever it is passing open country, along theroads/lanes etc. The area which is likely to be excavated frequently should be avoided. Careshould be taken to select the area where re-excavation is easily possible without affecting theother services in the proximity.8.3 PROVISION OF TRENCHES WIDTH OF TRENCH-The width of trench shall be determined on the following basis:-The minimum width of cable trench shall be 400mm, wherever more than one cable laid in thesame trench in horizontal formation the width of trench shall be increased such that inter axialdistance between the cable shall be at least 200mm.There shall be clearance of 150mmbetween the end cables and the sides of the trench.In addition to the protective cover over the cable laid in the underground trench, a brick onedge should be laid in between the two juxtaposed cables along the direction of the lay of thecable for providing separation.Signature of tenderer(s) 33/67 No- IRPMU/Elect./T/2011/01


DEPTH OF TRENCH: - The depth of the trench shall be determined on the following guidelines:-Normally cables should be laid in single tier formation. Wherever the cables are laid in singletier formation, the total depth of the trench should not be less than 750mm for cables up to 1.1KV grade and 1200mm for cables above 1.1 KV. Wherever it is unavoidable to lay the cablesin more than one tier the depth of trench should be increased by at least 300mm for eachadditional tier to be formed.8.4 EXCAVATION OF TRENCH:-To the extent possible the trench should be excavated in straight lines. In case gradient has tobe provided in the depth of the trenches, it should be a gradual one. Manual or mechanicalmeans should be employed for doing excavation. The soil shall be stacked one the side of thetrench in such a manner that it should not fall back into the trench.Due care should be taken to avoid damage to any existing cables, pipes or other suchinstallations in the proposed route during excavation. While excavating, if route markers,bricks, tiles, bare or protective covers encountered further excavation should not be carried outwithout the approval of Engineer-in-Charge. In case existing property gets exposed duringtrenching the same should be temporarily supported or proposed adequately as directed by theEngineer-in-charge. The trenching in such case shall be limited to short lengths, Protectivepipes should be laid for passing the existing cables therein, and the, trench should be refilled inaccordance with clause 6. In case there is a danger of collapse, or the trench is endangeringexisting structure the site should be well supported before proceeding on with the excavationwork. The bottom of the trench should be level, free from, brick-bats and gravel etc. Thetrench shall be provided with the layer of clean dry sand cushion of not less than 8cm in depth.8.5 LAYING OF CABLE IN TRENCHES:-Before the cable is issued for laying, the individual cores should be tested for continuity andinsulation resistance. The cable should be removed from drum by mounting the drum on jacksand spindles of adequate strength. Care should be taken of that the supporting arrangementdoes not creep to one side while the drum is in rotation. The cable should be pulled overrollers in trench, steadily and uniformly and without jerks and strains. The entire cable shall beas far as possible be paved off in one strength, however, if this is not possible, the remaining inreverse direction. After uncoiling the cable and laying into the trench over rollers the cableshall be lifted over the roller by helper sustaining about 1000m apart and drawn straight. Thecable shall then be taken off, the rollers by additional helpers by lifting the cable and thenlaying in reasonably straight line.In shorter runs sizes up to 50 sq.mm of cable and 9 grade up to 1.1 KV any other method withthe approval of Engineer-in-Charge may be employed.After properly straightening the cable, the cores are tested for continuity and insulationresistance as per clause 1.0/Pt.IV and the cable is then measured. The ends of cable should besealed suitably to avoid ingress of moisture.The cable laid in a single tier formation shall have covering of dry sand of not less than150mm above the base cushion of sand before the protection cover is laid.In case of the multi tier formation, after laying the first cable, sand cushion of 300mm shall beprovided if following tier are required to be provided. Each of the subsequent tier shall havesand cover of not less than 150mm before the protection cover is laid.Wherever straight through/Termination joint is to be provided, a surplus length of 3000 mm ofcable should be left on both the sides in the formation of loop. Wherever longer run of cablelength is provided, balance cable may be left at suitable entrance as specified by the Engineerin-Charge.Signature of tenderer(s) 34/67 No- IRPMU/Elect./T/2011/01


Wherever the cable is entering buildings, fixed structures like sub-station end/or back trenches,surplus length of 3000 mm should be left in the shape of loop, otherwise as decided byEngineer-in-Charge. Surplus cable of same locations as found suitable should be left in thecable of loop.8.6 FINAL PROTECTION: - The cable shall be protected in accordance with sand layer toprovide warning to future excavators and also for avoiding any accidental mechanical damageby pickaxe blows etc.8.7 The cable should be protected with well-burnt bricks of not less than 20x10x10 cms. Bricksshall be laid widthwise for the full length of the cable on the top of the sand to the satisfactionof Engineer-in-Charge. When more than one cable is laid in the same trench this protectivecovering shall cover all the cables and project at least 5 cm over the sides of the end cable.9.0 BACK FILLING OF TRENCHES:-After excavation and laying of cables, the trench should be back filled with excavated earth,free from stone or other sharp-edge debris and should be watered if necessary. A crown ofearth of 50mm should be left in the center, tapering towards the sides of the trench to allow forsubsidence. The trench should be inspected at regular intervals particularly during wet weatherand any settlement shall be made good by contractor by future filling, if required.Due to cable laying work any disturbance to existing equipments in the area like roads,pavements, garden should be made good after the cable laying work is over.10.0 ROUTE MARKERS:-Route marker should be provided along straight runs of the cables at locations approved by theEngineer-in-Charge and generally at intervals not exceeding 100 Mtr. Wherever the cableroute is changing or it is entering a fixed installation, route marker must be provided. Routemarker shall also be provided at joints of cable.Route marker shall be made out of 100x100x5mm CI/GI plate, welded or bolted on two35x35x6mm angle iron 500mm long. The said route marker shall be mounted parallel to, andat a distance of 0.5 Mts. from the edge of the trench.The word cables, the level of voltage, size of cable should be inscribed on the route marker.11.0 CABLE IDENTIFICATION TAGS:-Cable markers should be provided where more than one cable is laid in just postedconfiguration. The marker tags as approved described with cable identification details shall bepermanently attached to all the cables is the manhole pull pits/entering points in buildingsthrough open duct etc.12.0 LAYING OF CABLES IN PIPES/CLOSED DUCTS:-Wherever the cable is to cross road/railway track, enter into any building, be mounted on polesbe laid in paved areas, the cable areas, the cable shall be laid in pipes or closed ducts.HDPE pipe/GI/CI/RCC pipes shall be used for such purposes. The diameter of such pipes shallbe adequate for passing of cables. The pipes shall be laid on suitable bed provided on theground. Sand cushion/brick/tiles if required can be provided under the pipe. The pipe shouldbe filled with sand after laying the cable insides. The top surface of pipes shall be at aminimum depth of 100mm from the ground level.The pipes on road/track crossings should be laid on the skew to reduce the angle of bend as thecables enters and leaves crossing. This is very important for high voltage cables, at convenientdistance should be provided for facilitating inspection and maintenance of cables.Signature of tenderer(s) 35/67 No- IRPMU/Elect./T/2011/01


Pipes shall be continuous and clear of any debris before drawing of cables sharp edges at endsshould be smoothened to prevent injury to cable insulation and/or sheathing.Wherever pipes are provided for entry of cable into building, the same shall slope downwardand other ends shall be sealed to prevent entry of water inside the building.All chases and passages necessary for the laying of service cables shall be cut as required andmade good to the original finish to the satisfaction of Engineer-in-Charge.Cable grips/draw wire and winches etc. be employed for drawing cables through pipes/closeducts etc. without damaging the conductor and insulation and ensuring proper safety.13.0 LAYING IN OPEN DUCTS:-Open ducts with suitable removable covers should be preferred in sub-stations, switch rooms,generator rooms and workshops etc. The cable ducts should be of suitable dimensions so thatthe cable shall be laid conveniently. If required, the cable can be fixed with clamps on thewalls of the ducts. The duct shall be covered with removable RCC slabs of suitable dimensionsMS chequered plate covers so that covers can be lifted conveniently for maintenanceinspection and replacement.The ducts should be filled with dry sand after the cable is laid and covered or finished withcement plaster specially in high voltage applications.No joint/splices should be permitted inside the ducts.As far as possible, laying of cable with different voltage grade in the same duct should beavoided.The cable trays, hooks or racks should be provided for supporting cables in masonry/concretecable ducts etc. Otherwise the cable can be laid directly in the duct or trench or trough etc.While laying the cables in ducts due care should be exercised to ensure that unnecessarycrossing of cable is avoided.14.0 LAYING ON SURFACE:In the switching stations, factories, tunnels and for rising mains through special rack ways, thelaying of cables on surface should be done.The cable shall be laid in troughs or brackets at regular intervals or directly cleated to wallceilings. The cable should be laid over bracket support and clamps to prevent undue sag.The cable clamps should be made from material such as mild steel, porcelain wood, Alu. PVC,epoxy materials. These should be non-magnetic and non-corrosive in nature.15.0 LAYING ON MS LADDER TRAY:-The cables shall be laid in the existing MS ladder tray in straight line as far as possible & shallbe clamped properly by providing suitable clamps as per site requirement. (The clampingarrangements to be got approved from <strong>Railway</strong>s before providing). Normally the distancebetween each clamp of one cable shall not be more than 1.5M (approx.).ContentsSignature of tenderer(s) 36/67 No- IRPMU/Elect./T/2011/01


16.0 CABLE JOINTING-1.0 Identification of cores:1.1 Cores shall be provided with following co-lour scheme for PVC insulation.- 1 Core - Red/Black/Yellow/Blue.- 2 Core - Red & black.- 3 Core - Red, Yellow and Blue.- 4 Core - Red, Yellow, Blue & Black (Black is for neutral).2.0 Cable jointing:-2.1 The manufacturer’s instructions mentioned in the jointing kit should be followed.2.2 The manufacturer’s instructions mentioned in the jointing kit should be followed.2.3 Insulation resistance of cables to be jointed should be measured with 500V meggar up to 1.1KV grade and with 2500V meggar for cables of higher voltage. Unless insulation resistancevalue of cables are satisfactory the jointing should not be done.2.4 Before jointing work is taken up safety precautions like insulation, earthing etc. should beobserved to ensure that the cable would not be inadvertently charged. Metallic Armour andexternal bonding should be connected to earth.2.5 Wherever the system of permit to work is prevalent, the same should be followed for cablejointing work.2.6 Identification of cables should be very properly done before jointing is taken up. Properidentification of individual core is also very important to avoid any cross connection anddamage to installation.2.7 Complete record of joint etc. shall be maintained as per Annexure-B in addition to site plan.17.0 CABLE TESTING:-17.1 All cables before laying should be tested with 500V meggar up to and including 1,1 KV gradeor with 2500/5000V meggar for cables of higher voltage. The cable cores should be tested forcontinuity, insulation resistance etc. All cables should be tested during laying and; beforecovering. After laying and jointing the cable should be subjected to a 15 minutes pressure test.17.2 After laying of cable and jointing, the cables should be subjected in a high voltage lastguidelines of BIS; 1255-1983 and the results are recorded as per Annexure ‘C’.17.3 In case high voltage test is not possible at site, the cables should be tested for one minute with1000V meggar up to 1.1 KV grade and with 2500/5000V meggar for cables of higher grade.In case there is a deviation, the same should be got approved from the Engineer-in-Chargebefore execution of the work is taken up. The completion plan should be drawn in a tracingsheet with polyester backing with ink indicating following:-- Layout of cable work.- Length, size, type and voltage rating of cables.- Method of laying, i.e. directly in ground/duct/pipes.- Location of each joint with joints followed.- Route marker and joint marker with clearance from permanent land mark available.- Name of work etc.This specification confers to CPWD General Specification for Electrical works Part II External& IS 1255/1967 with latest amendment.ContentsSignature of tenderer(s) 37/67 No- IRPMU/Elect./T/2011/01


Section-2.3: Makes of the various structures of LT/HT of Elect. Gen.-S/No. Brief Description ofitemRef. and No. ofthe specifications1. HT XLPE / (E) cable. IS:7098/Pt.II/1985.(Latest version)2. ACB IS:13947/Pt.I toPt.III as applicable.Approved sourcesM/s NICCO, Fort Gloster Industrial CableIndia Ltd, Cable Corpn. of India Ltd,Universal Cable Ltd, Asian Cable Corpn.Ltd, Havells.Jyoti Switchgears, Mysore Electrical, L&T,GEC Alstom, Simens, English Electric,Crompton Greaves, Control and Switchgear.Standard, Crompton, Siemens, Havells,3. SFU/FSU and HRC IS:13947/Pt.-I tofuses.Pt.III as applicable Control & Switchgear, L&T, GEC, Alstom.4. Measurement Instrument. IS:1248/IEC-51, AE, Havells, MECO Instrument, Hotwanit,IS:IEC-1010, L&T, National Instrument/Kolkota,BS-89National Instrument/ Madras.5. Indication Light. Relevant IS AE, Siemens, Control & Switchgear6. C.T. IS:2705 AE or reputed make with approval7. Selector switch Relevant IS AE, L&T, Kaycee, English Electric.8. End Termination. Relevant IS M/S Yamuna Gases & ChemicalLtd.,(Denson) <strong>New</strong> <strong>Delhi</strong> , MahindraEngg.& Chemical Product <strong>New</strong> <strong>Delhi</strong>.,Raychem RPG Ltd./ <strong>New</strong> <strong>Delhi</strong>., HariConsolidated Pvt.Ltd, <strong>New</strong> <strong>Delhi</strong>.9. HDPE/GI/RCC HumePipeIS:458(Latest version)10. LT XLPE(E) cable IS:7098 Pt.I/1985(Latest version).11. Earthing with copper andGI plate.IS:3043(Latestversion)12. MCB/DPIC/LV Box IS:13947/Pt.IIlatest version13. Piano Type switch & IS:4949/1968socketslatest version14. MCB/DPIC/LV Box IS:8828/78/1996latest version15. GI Pipe IS:1239/Pt.I/90latest version16. PVC wire IS:694latest versionReputed make with approval.M/s NICCO ,Fort Gloster, Industrial CableIndia Ltd., Cable Corpn. of India Ltd.,Universal Cable Ltd.,, Asian Cable Corpn.Ltd., Havells, Grandley.--M/s L & T, M/s HavellsM/s Crompton, M/s Standard.M/s AnchorM/s KinjalM/s Standard, M/s MDSM/s Havells, M/s CromptonM/s Tata, M/s Jindal & other ISI marksM/s Grandlay, M/s NICCO,M/s Fort Gloster and M/s Havells.Note: 1. RDSO’s specifications are priced document and can be purchased from RDSO.2. The specifications of C.E.E./N.Rly & NC Rly. are part of the tender document.3. The Tenderer may please note that the material used in this work will be as per RDSO /IS / BIS / <strong>Railway</strong> Specifications / CEE’s approved supplier List as on the date of tenderopening even if mentioned otherwise elsewhere in the tender paper.--------o0o--------ContentsSignature of tenderer(s) 38/67 No- IRPMU/Elect./T/2011/01


CHAPTER-5EXPLANATORY NOTES TO SCHEDULE OF WORKS & PRICESScope of Work– The scope of work covers supply, installation and commissioning ofexcavation & concrete foundations, excavation & filling of trench in soil, fabricatedgalvanised steel structures, auxiliary transformers, LT cable, electrical fittings, internal wiring,LT panels, LT distribution boards, insulators, earthing & bondings, GI wire etc. at differentlocation as mentioned in approximate schedule of works.Explanatory Notes to Schedule of Prices for Works-Section-1.1: GENERALThese explanatory notes are for guidance of field staff contractor to execute the works. Eachwork has its own particular requirements. Engineer in-charge will be responsible forsuccessful execution of work as per technical specifications.i. All electrical works should comply with <strong>Indian</strong> Electricity Act 2003 (latest) and <strong>Indian</strong>Electricity Rules 1956/Central Electricity Authority Rules 1977/Bare act 2001 and any latestversion.ii. All electrical installations works shall conform to relevant <strong>Indian</strong> Standard Code of Practice andbe carried out as per relevant safety Code of Practices. Guide for Safety Procedures inElectrical Work as per IS: 5216/Pt.I & II/1982 shall be observed.iiiAll components used in installation shall be of appropriate ratings of voltage, current andfrequency.iv All minor items viz. Hardware items, foundation bolts, termination lugs for electricalconnections etc. as required and necessary for proper working of the equipment shall bedeemed to have been included in the tender, whether such items are specifically mentioned inthe tender documents or not.v. Before starting of the work, Contractor should assess the quantity of materials of the work andsubmit his planning to <strong>Railway</strong> Engineer for approval before placing of the order formaterials.vi. Contractor has to provide communication facility at site through Mobile telephone.Section-1.2:1.1 Explanatory notes for various items of Schedule of Rates in Chapter -7 Section-2 are givenbelow:1.2 The basic quantities of components and materials required to make up a unit of work forselected items are indicated for guidance only. There may be minor variation to suiterection but no adjustment in prices of schedule shall be made on that account.Signature of tenderer(s) 39/67 No- IRPMU/Elect./T/2011/01


In estimating the prices for various items of work provision for loss and wastage in transitand erection should be provided for over and above the basic quantities of components andmaterials required to make up a unit work, indicated herein, except where otherwisespecified for materials supplied by the purchaser.1.3 In the explanatory notes given in section-2 of this Chapter, the term 'Small Parts Steelwork' is meant to cover fabricated steel work made from rolled steel sections, andexcluding bolts and nuts and washers where required for fastening the small parts steelwork to any structural member. The term "attachment" wherever used is intended to covercastings, forging, machined or welded components or fittings, which are attached directlyto a structural member, or mounted on small parts steel work and shall include bolts andnuts for fastening the attachment to the structural member or small parts steel work.1.4 In the explanatory notes given in section-2 of this Chapter, the term "bimetallicconnection" is meant to cover any connection between a copper conductor and analuminum conductor. The clamps used for such connections shall be made up of a suitablealuminum alloy or copper alloy and the copper/aluminum conductor shall be wrapped witha bimetallic (aluminum copper) strip to prevent direct contact between aluminum andcopper.1.5 Reconciliation of materials supplied by the purchaser.a) The following procedure shall be adopted for the final reconciliation of the variousequipments, materials fittings and conductors supplied by the purchaser.b) All the materials supplied by the purchaser shall be correctly accounted for and quantitiesreconciled on completion of the work by the Contractor. On completion of work, allsurplus materials supplied by the Purchaser together with the ones found defective or thathave become defective or broken on account of defective materials and/or workmanshipshall be returned to purchaser by the Contractor.1.6 Released MaterialThe contractor shall return to the purchaser all the released OHE material from theexisting system at the first available opportunity but not later than a week at thepurchaser's store and transport to nearest OHE Depot. If the contractor fails to return thereleased material in specified time, the cost of released material will be recovered from theprogress bill before releasing any payment.------0------ContentsSignature of tenderer(s) 40/67 No- IRPMU/Elect./T/2011/01


Section-2: Particular1. Notwithstanding anything to the contrary in this section, the entire requirements of theequipments, components and fittings for the work, listed in SOW and in explanatory noteswill be supplied by the contractor. The prices in the Schedule of Rates Chapter-7Section-2 shall be exclusive of railway supply items and shall be inclusive of sales tax,excise duty, freight etc.2. In the case of wires, conductors etc, the prices for erection shall include any assemblywork to be done in the contractor's depot prior to erection at site, such as fabrication etc toshapes and sizes as required.Sub section-1(General):Item No.-01: Survey and Preparation of design and drawings-The price shall cover preparation of cable route plan for better understanding andappreciation of scheme of work and all other drawing and design required to be finalized bythe contractor for this work. Existing LOPs & SEDs of the section/location shall be collectedby the contractor from divisional office. The price shall cover to design and modification inexisting OHE at individual location and to incorporate the same in the existing LOPs & SEDs.The price shall also applicable for SED/drawings for Aux. Transformer locations.The Price shall include the supply of following:-i. Location & site plans - 5 copies.ii. Structure cross-section drawings - 5 copies.iii. Structure erection drawings - 5 copiesiv. Choice of type and size of foundations to suit soil and loading conditions.In all the above cases the contractor has to supply only 5 copies of the approveddrawings and one original transparent drawing.Item No.-25(d): Laying, installation, testing and energising of LT Cables-The price shall cover transportation of cable to site, cable laying, cable routemarkers in route and on route diversion, erection, testing and commissioning as mentionedin Chapter-4 Section-2.2 for cabling. Provision of IS: 1255-1983 shall be followed in generalfor laying and installation of cable.(Note:- LT cable will be supplied by railway at ALD Depot or nearby area andtransportation to site be done by the contractor.)ITEM No. 25(e): Excavation of cable trench in all type of soil and refilling-The price shall cover excavation of 750 mm deep 400 mm wide cable trench in alltype of soil and refilling the same as per railway drawing. This shall includes covering of cablealready laid in trench by sand for a layer of about 150 mm thick before covering by brick &refilling. The price shall include supply, transportation and laying of sand and bricks in thecable trench as per IS: 1255.Signature of tenderer(s) 41/67 No- IRPMU/Elect./T/2011/01


ITEM No.-25(f): Supply of material and termination of LT cable-The work involves termination of two core cable at both ends. It involves supply of terminationmaterial such as proper size of crimping sockets/lugs needed for termination. Complete terminationwork at one end of all cores along with material will be considered as one set.ITEM No.-25(g): Supply, laying and boring of GI Pipe 50mm. dia. Class-B-The price shall cover supply and laying of 50 mm dia. GI pipe class-B under track for cablecrossing under railway track without traffic block and by drilling the hole by drill machine under thetrack for GI pipe laying to carry cable through it. The price shall cover supply of 50 mm dia. GI pipeclass-B along with suitable socket if required. The price shall also cover its laying undertrack/road/platform crossing as per site requirement. The price shall also include the cost of repairingof road/platform/floor in case the road/platform/floor is damaged during the courses of laying of pipe.ITEM No.-27(a) (i): Supply & Erection of 10KVA, 25KV/240V Auxi. Transformers-The price shall cover transportation to site of 25KV/240V 10KVA LT supply transformers anderection of the same complete with terminal connectors on a mast or gantry. The price shall also coveroil filtration and pre-commissioning tests as approved by the railways. The contractor shall make hisown arrangement for oil filtration equipments, as well as power supply required for the same. Allnecessary tools, equipments, instruments required for carrying out oil filtration/ checks/tests andcommissioning shall be arranged by the contractor.(Note:- 10KVA AT with stand accessories will be supplied by railway at ALD Depot or nearbyarea and transportation to site be done by the contractor.)Item No.-27(a) (ii): Supply and erection of 60Amp/415V Auto-change over Panel-The price shall cover supply and erection, testing and commission of 60Amp/415 V autochangeover switch for UP & DN AT supply. Price shall cover grouting, mounting and fixing of panelon suitable frame/structure with required fixture, nut & bolts.ITEM No.-27(a) (iii): Supply and erection of double pole 60Amp/240V SFU-The price shall consist of supply, erection, testing and commission of double poles 60Amp./240V DPIC switch fuse unit with rewireable fuses and with neutral fuse link in MS sheetenclosure confirming to IS suitable for termination of 2x70sqmm LT cable. The price shall also coverits fixing with suitable clamps on traction mast/wall in ASM’s room.ITEM No. 28: Supply and Erection of 25 KV DO Fuse assembly-The price shall cover supply and erection of 25 KV DO fuse switch assembly complete withall mounting accessories and terminal connectors as required but without the cost of the supply &erection of 25 KV solid core post insulators (Post insulators will be supply under item no.-28(x)). Theprice shall include erection of small parts steel work with DO fuse.Signature of tenderer(s) 42/67 No- IRPMU/Elect./T/2011/01


Sub section-2(Concrete):ITEM No. 2 (b): Concrete for foundation and plinth in all type of soil other than rock-The price shall cover excavation, supply & handling of all materials and accessories,temporary arrangements for excavation in any type of soil, shoring shuttering where necessary, castingconcrete including frame work where necessary casting of concrete, grouting of structure and finishedthe top of concrete foundation or anchor block. The concrete mixture shall be of 1:3:6 ratio with 40mm size aggregates for foundation work for 1:2:4 ratio with 20/25 mm aggregates for grouting ofmasts/ structures and the casting will be done in accordance with IS-456/1978. Ordinary Portlandcement 43 grade IS-269 will be used for foundation casting work. The price also includes dismantlingof all connected temporary arrangements, back filling with earth & compacting the same to therequired height & width as per drawing to ensure safety of foundation, conformation the exposedheight of foundation block to within 10 Cm. and removal of soil. The price also includes the cost ofcement. The <strong>Railway</strong> shall not supply cement.Note:-i) In calculation the individual volume of concrete fraction of a cubic meter beyond the thirddecimal shall be rounded off to the nearest third decimal.ii) The dept of the excavation shall be measured from the formation level to the maximumexcavation point.iii) For purpose of computation of volume of concrete under item 1, the volume of steel workembedded in the foundation block and muff shall be ignored.iv) The price under item 1 shall apply for concreting of all pedestal, plinths and foundationsfor gantries/ portals, and anchor blocks for guy rods.v) The cost of concrete will be paid for only under item 1 and the price of other items, shallnot include cost of concrete.vi) For the purpose of computation of volume of concrete the volume of each muff for allmast shall be taken as 0.02 Cu.mtr except for masts with balance weights and for eachcolumn of portal, each head span mast, 2 or 3 track cantilever masts, and special fabricatedmasts for which volume of muff shall be taken as 0.08 Cu mtr irrespective of the size andshape of the muff, on a flat basis.vii) The price under I shall also cover the cost of diversion masonry/earth drain wherevernecessary for casting of foundation.Notes for measurement for items 2 (b)-1. The payable volume of the foundations under item 2 (a) (i) and (ii) shall be the designed one asshown in the drawings for which the hole has been blasted, irrespective of the actualconfiguration assumed by the latter due to the blasting.2. The depth of the excavation shall be measured from the formation level to the maximumexcavated point.Notes for items 2 (b)-1. The prices under item 2 shall be same for any shape or size of concrete blocks. In calculating theindividual volume of concrete, fraction of a cubic metre beyond the third decimal shall be rounded offto the next nearest third decimal.2. The prices under items 2(a), (b) and (c) shall apply for concreting of all foundations for mast,gantries, portals, anchor blocks for guy rods, and fencing uprights.3. For purposes of computation of volume of concrete under item 2, the volume of steel workembedded in the foundation block shall be ignored.Signature of tenderer(s) 43/67 No- IRPMU/Elect./T/2011/01


4. Cost of all concrete will be paid for only under item 2 and the prices of other items shall not includecost of concrete except for Item 17.5. For purpose of computation of volume of concrete under item 2. The volume of concrete shallinclude the volume of sand and bitumen in sand cored foundation. However, for the purpose ofcomputation of quantity of cement utilised in sand core foundations, the volume of the sand andbitumen used in core hole should be deducted from the total volume of the foundation.6. For purposes of computation of volume of concrete, the volume of each muff for all masts shall betaken as 0.02 cu.m. except for masts with balance weights and for each column of portal, eachheadspan mast, 2 or 3 track cantilever masts, and special fabricated masts for which the volume ofmuff shall be taken as 0.08 cu.m. irrespective of the size and shape of muff, on a flat basis.7. The prices under items 2 (a), (b) and (c) shall also cover the cost of diversion of masonry/earth drainwherever necessary for casting of foundations.Sub section-3(Ferrous):ITEM No. 3(a) (i): Supply and erection of 25KV Caution boards on AT mast-The price shall cover price of material including Caution Boards, SPS items, nuts, bolts etc. as requiredand erection charges. Caution plates shall be of following types.Caution Plate 25000 V. No. ETI/OHE/G/7531 Mod-C.Price shall be inclusive of Sales tax, Excise duty, Freight etc. Boards shall require to be installedon a steel structure/Rail post/wall of a building therefore mode of erection shall be as per requirementof the site.ITEM No.-3(a) (ii): Supply and erection of number plate on AT mast-Fabrication, supply and erection of non-reflection standard enameled number plates for OHEstructure of size 270 mm x 260 mm made out of 2mm thick steel sheets. The number plates shall be asper Drg. No. RE/33/P/7501. The number plate should confirm to RDSO specification no.ETI/OHE/33(8/85). All letter and figures shall be in deep yellow weather proof vitreous enamel. Theback ground shall be in deep blue weather proof vitreous enamel. Rear side of the plate shall be blackweather proof and vitreous enameled. Old number plates are to be removed.ITEM No.- 3(a) (iii): Supply and manual erection of traction mast (T-150) and othergalvanised steel works-The price shall cover the cost of supply of special fabricated & galvanised steel structures(other than BFB/RSJ/B-Series masts and portals). The structures under this item shall be TTC, G-type,BFB type portals, <strong>Bridge</strong> masts, emergency masts and double/fabricated “S” series masts such as S3,S5, S7, S8, S-100, S-101, T-150 etc. Structures to be supplied under this item are for AT erection T-series mast T-150 along with support channels, cross arm etc. Any other similar structure requiredduring the execution of work shall also be supplied under this item.The price shall include the cost of steel, fabrication, galvanisation and supply at site forerection. Steel shall be conforming to IS-2062 Gr.’A ‘ SK 1984 (latest), Zinc conforming to IS-Signature of tenderer(s) 44/67 No- IRPMU/Elect./T/2011/01


209/1997 (latest) and galvanisation to RDSO’s specification no. ETI/OHE/13(4/84) with A&C slipno.-1to3.The various structures covered under this item are:-S/NDescription1. TTC with 5.5/8.0m boom2. G-type portal upright & end pieces3. BFB portal4. S-7,12.4m5. S-8,12.4m6. S-100, for LT, transformer at SWS7. S-101, for Isolators inside SWS8. S-3,11.4m9. S-5,11.4m10. T-150, for LT supply transformerThe price shall cover, cost of erection, alignment and setting before grouting ,wherever required, gantries, including tower/ steel tower/steel work for feeders for traction substation,drop arms, standard super masts and suspension brackets for feeders and return conductors,dwarf masts or stub masts for anchoring, complete with anchor plates drilled and welded in position,multiple cantilever cross arm, chairs, adopters for bracket assemblies and all other small part steelworks, the erection of which is carried out by the Contractor irrespective of whether they are suppliedby the Purchaser or the Contractor. The prices shall also include supply and erection of galvanisedbolts, nuts washers etc. wherever required as per approved designs and drawings. The price shall alsoinclude the cost of repairing of platform shelters in case the shelter is dismantled/ removed/damagedduring the course of erection of a mast/portal at platforms.Note for Item 3(a)(i), 3(a)(ii) and 3(b)(i), 3(b)(ii) , 3(b)(iii) : (i) The price for the items 3(a)(i), 3(a)(ii) and3(b)(i), 3(b)(ii) , 3(b)(iii) shall also include the cost of stenciling of location number on masts/portal uprights in the manneras directed by the Purchaser. The price shall also include straightening of masts/portals uprights wherever approved by thepurchaser and cutting of mast/portals/upright to suit the site condition. (ii) The payment shall be made on the basis of thefinal lengths/ weight of the structures, in case the same are cut or modified as indicated above before erection.ITEM No.- 3(a) (iv): Transportation and manual erection of traction mast (T-150) andother galvanised steel works-The price shall cover the cost of transportation railway supply of special fabricated &galvanised steel structures (other than BFB/RSJ/B-Series masts and portals). The structures under thisitem shall be TTC, G-type, BFB type portals, <strong>Bridge</strong> masts, emergency masts and double/fabricated“S” series masts such as S3, S5, S7, S8, S-100, S-101, T-150 etc. Structures to be supplied under thisitem are for AT erection T-series mast T-150 along with support channels, cross arm etc. Any othersimilar structure required during the execution of work shall also be executed under this item.ITEM No.16 (a): Supply and erection of structure bond of 50x6mm MS flat withnut & bolts-The price shall cover supply of all materials including mild steel flat required to provide astructure bond connecting a traction mast or structures to the nearest non-track circuited rail, or earthelectrode, including all fasteners at both ends. The price shall include shaping and drilling of the bondSignature of tenderer(s) 45/67 No- IRPMU/Elect./T/2011/01


and erection of all materials including the bond. The price shall also include provision of heatshrinkable PVC tube for structure bond under track circuited rail. This would also cover connection orearthing terminals of equipments like L.T. Transformers with structure and then to rails as per relevantdrawings.The price shall cover provision of buried rail to running rail as per RDSO drawingNo.ETI/OHE/G/05306 and shall include supply, fabrication and erection of all connections (includingdrilling at both ends) and refilling of buried rail pit. The digging up of 1 m deep pit for the purposeof buried rail shall be done by the <strong>Railway</strong>s.Item No. 16(b): Supply and fixing of 50 mm dia. GI Pipe class ‘B’ on AT mast-The price shall cover supply and fixing of GI pipe ‘B’ class with sufficient clamps, nut, bolts etc. onAT mast and on wall of brick/ some masonry in gate lodge. Both the ends of the pipe shall be packedby providing wooden packing to make vermin proof. The price shall also cover its fixing along themast with the help of suitable clamps for passing the LT cables from ICDP switch to foundation level.ITEM No. 17(a): Supply and erection of single earth electrode-The price shall cover supply and erection of an earthing station with a single pipe embeddedinto the ground by driving or otherwise complete with protective concrete box and lugs suitable fordirectly connecting two mild steel flats of minimum size 50 mm x 6 mm.ITEM No. 30(b) (iii): Supply and erection of anti-climbing devices-The price shall cover on a lump sum basis the supply and erection of anti-climbing deviceconsisting of galvanised steel fixtures mounted on the masts below the transformer as per RDSO’sdrawing No.ETI/PSI/037. The price shall be for each mast provided with the devices.Sub section-4(Non-Ferrous):ITEM No. 15(a) (iv): Supply and erection of 50 Sq. mm/7mm dia. copper jumpers-The price shall cover supply and erection of a copper jumper with all components and fittingsrequired for providing a flexible copper jumper connection (50square mm) between OHE and ATterminal including two parallel clamp, bimetallic copper alloy strips wherever required and terminal orclamps at either end. The price shall also cover erection of the complete set of a copper jumperassembly including jumper wire, jumper connection in any combination between AT transformer &DO fuse switch by means of hard drawn copper conductor of 7 mm dia.ITEM No. 17(d): Supply and erection of copper strips for AT earthing-The price shall cover supply and erection of 25mmx3mm copper strips to connect the earthterminals/tank body of equipments like potential transformers, lightening arrestors, AT supplytransformers and booster transformer to the main masts of the gantries on which they are mounted. Theprice shall cover all fastenings required for fixing the copper strips along any structure member of thegantry.Sub section-5(Insulators):ITEM No. 11(a) (ii): Supply and erection of a 9-Ton suspension insulator-The price is applicable to the supply and provision of a 9-Ton suspension insulator assemblyfor suspension of an all copper jumpers or any other similar type of suspension. The price shall coversupply of all components, required for the suspension assembly including the appropriate suspensionclamp with bolts nuts etc, but excluding small parts steel work if any. The price shall cover erection ofSignature of tenderer(s) 46/67 No- IRPMU/Elect./T/2011/01


all components, including the 9-ton solid core but excluding small parts steel work, with bolts and nutsetc. if any.ITEM No.28(x): Supply & Erection of Post Insulators for Item no.-28-The price shall cover supply and erection of 25KV Solid Core Insulators (Post Insulators) forexecution of work covered under item no.- 28.B: NON-SCHEDULE ITEMS-NS-1: Dismantling & stacking of existing auxiliary transformers of 10KVA, 25KV/240V singlephase complete with all accessories.NS-2: Cutting, removal and stacking of existing old AT mast.NS-3: Dismantling and stacking of all small parts and insulators etc of AT stations.NS-4: Shifting and loading/unloading of all released AT materials from dismantling site to neareststores/depot or at another site for erection.-------o0o-------ContentsSignature of tenderer(s) 47/67 No- IRPMU/Elect./T/2011/01


CHAPTER- 6Section- 1Schedule of Work (SOW)Tender No.- IRPMU/Elect./T/2011/01Date-11.02.2011Name of tender- Supply, erection, testing and commissioning of Auxiliary Transformers (10KVA,25KV/240V AT) supply to ABS Relay Huts in GZB-ALJN section of Allahabad division.This schedule of Rate & Works chapter-7 section-2 shall be read in conjunction with its explanatorynotes for items of works in chapter– 5 for various items included therein. Approximate quantity ofworks is mentioned with each item.The rates given against different sub-sections of this schedule are the estimated schedule of rates.The rates at which payments are to be made shall be arrived at by loading these rates uniformly foreach sub-section with the percentage quoted by the tenderer and accepted by railway for relevant subsectionin summary of prices.-----Signature of tenderer(s) 48/67 No- IRPMU/Elect./T/2011/01


Section-2CHAPTER- 6ALTERNATIVE PROPOSAL OF THE TENDERER(DEVIATIONS)ContentsSignature of tenderer(s) 49/67 No- IRPMU/Elect./T/2011/01


CHAPTER – 6Section- 3TENDERER’S SCHEME OF WORK AND TIME SCHEDULE.ContentsSignature of tenderer(s) 50/67 No- IRPMU/Elect./T/2011/01


CHAPTER – 6Section- 4TENDERER’s CREDENTIALSa. List of works already executed during last 3 years:S/NNameof WorkAddressCostofworkDateofawardCompletionCostDate ofcompletionRemarksNote: Performance report from the competent authority of the Organisation / Deptt. foreach work must be attached.b. Works in hand:S/NName ofWorkAddressCost ofworkDate ofaward%ageProgressof workRemarksc. Engineering organization:S/N Name EducationalQualificationDuration for which he isunder your employment.d. Tools & Plants:--------o0o--------ContentsSignature of tenderer(s) 51/67 No- IRPMU/Elect./T/2011/01


CHAPTER – 7SCHEDULE OF PRICES1. Summary of Prices- as % rates quoted by tenderer.2. Schedule of Rate for works items.3. Schedule of Price for Non-SOR items: Section-B.The quantities shown in schedule / non-scheduled are approximate and are as aguide to give the tenderer(s) and idea of quantum of work involved. The<strong>Railway</strong> reserves the right to increase/decrease and/or delete or include any ofthe quantities given above and no extra rate will be allowed on this account.Signature of tenderer(s) 52/67 No- IRPMU/Elect./T/2011/01


1. SUMMARY OF PRICESName of Tender- Supply, erection, testing and commissioning of Auxiliary Transformers(10KVA, 25KV/240V AT) supply to ABS Relay Huts in GZB-ALJN section of Allahabaddivision.Tender No.- IRPMU/Elect./T/2011/01 Date- 11.02.2011Estimated %age below / at par / aboveS/No. Description ScheduleRate (Rs.)on SOR /Non-SOR items.(Value to be quoted by Tenderer)1 2 3 4 5(A) SOR items: In Figure In WordsSub Section-1(General)7,40,950/-Sub Section-2(Concrete)2,86,150/-Sub Section-3(Ferrous)8,85,655/-Sub Section-4(Non Ferrous)1,27,420/-Sub Section-5(Insulators)91,920/-(B) Non-Scheduleditems:31,282/-Total Rs. 21,63,377/-Total: Rs. Twenty one lakhs Sixty three thousands and Three hundreds Seventy sevenonly.Note:-(i)(ii)(iii)(iv)(v)(vi)The above prices are inclusive of all taxes, duties including excise duty, Sales Tax,Octroi, Local levies Sales tax on work contract etc.The zero under column-5&6 of SOR Ch-7 indicates the Nil quantity of works for thatitem.The railway supply materials will be made available at ALD Depot or nearby areasand transportation to site of works is to be done by contractor.Tenderer shall go through the items of works & rates of SOR Chapter-7 section-2with other conditions.Tenderer shall furnish the various credential details as per Chapter-6 section-4 and thedocuments for eligibility criteria as mentioned in tender notice.The tenderer should quote rates single %age below / at par / above on SORvalue for various sub-section of works and non-schedule items.Signature of tenderer(s) 53/67 No- IRPMU/Elect./T/2011/01


Date-CHAPTER- 7Schedule of Rate (SOR)Signature of the Tenderer (s)Section- 2Tender No.- IRPMU/Elect./T/2011/01Date-14.02.2011Name of Tender- Supply, erection, testing and commissioning of Auxiliary Transformers (10KVA,25KV/240V AT) supply to ABS Relay Huts in GZB-ALJN section of Allahabad division.This schedule shall be read in conjunction with its explanatory notes in chapter– 5 for various itemsincluded therein.The rates given below against different sub-sections of this schedule are the estimated schedule ofrates. The rates at which payments are to be made shall be arrived at by loading these rates uniformlyfor each sub-section with the percentage quoted by the tenderer and accepted by railway for relevantsub-section in summary of prices.SORItem NoDescription of work <strong>Unit</strong> Qty. Rate (Rs.) ScheduleRatesSupply Erection (Rs.)Totalschedulevalue (Rs.)1 2 3 4 5 6 7 8Sub section-1 (General)1 Survey of site andpreparation of design anddrawings.Job 13 1600 0 1600 20,80025(d) Supply, laying andinstallation of AL cables forL.T. power supply.25(e) Excavation of 750mm deep,400 mm wide cable trench inall type of soil (other thanrocks) and refilling. Thisincludes covering of cablealready laid in trench byloose soil for a layer of about150 mm thick beforecovering by bricks andrefilling, this includes supply,transportation and laying ofbricks in cable trench.25(f) Supply of material andtermination of LT cable ofsize 2 core/AL, 70 sq.mmwith proper size of crimpingsockets/lugs as required(one set termination shallinclude all cores of cable atone end).Mtr. 1900 0 22 22 41,800Mtr. 1500 0 60 60 90,000Set 180 157 39 196 35,280Signature of tenderer(s) 54/67 No- IRPMU/Elect./T/2011/01


25(g)27(a)(i)27(a)(ii)Supply and laying of 50mmdia. GI pipe class-B ( orequivalent HDPE pipe)under the track for cablelaying and under track boringfor pipe laying.Supply, erection, testing &commissioning of 25KV/240V, 10KVA L.T. supplytransformer complete with allaccessories as per RDSOspecn.Supply, erection, testing andcommissioning of 63 Amp./415V Auto ChangeoverPanel (ACP) for 10KVA ATsupply.Mtr. 270 300 345 645 174,150Each 20 0 5120 5120 102,400Each 1 0 3000 3000 3,00027(a)(iii) Supply, erection, testing and Each 30 2484 300 2784 83,520commissioning of doublepole 100 Amp./415V switchfuse unit with rewireablefuses and neutral link in MSsheet enclosure confirmingto IS, suitable for terminationof 70 Sq.mm AL cable.28 Supply and erection of 25KV Each 20 8500 1000 9500 190,000drop out fuse switchassembly complete with fusecarrier & fuse elementwithout insulator.Sub-Total in Rs. 740,950Sub section-2 (Concrete)2(b) Concrete foundation andplinth including grouting ofmast in all type of soil otherthan rock soil.Cu.Mtr.50 4560 1163 5723 286,150Sub-Total in Rs. 286,150Sub section-3 (Ferrous)3(i)Supply and erection of 25KVcaution boards on AT mast.Each 30 350 75 425 12,7503(ii) Supply and erection ofnumber plate on AT mast.3b(iii) Supply and manual erectionof traction mast (T-150) andother galvanised steel worksof AT as per RDSO specn.3b(iv) Transportation and manualerection of traction mast (T-150) and other galvanisedsteel works of AT as perRDSO specn.16(a) Supply and erection ofstructure bond of 50x6mmEach 20 425 75 500 10,000MT 5 80213 9970 90183 450,915MT 4 0 9970 9970 39,880Each 120 745 70 815 97,800Signature of tenderer(s) 55/67 No- IRPMU/Elect./T/2011/01


MS flat with nut & bolts.16(b) Supply and fixing of 50 mmdia. GI pipe class 'B' on A.T.mast with clamps to carrythe cable.17(a) Supply and erection of GIPipe/Class-B single earthelectrode for AT as per rlydrawing..30(b)(iii) Supply and erection of anticlimbingdevice on A.T. mastas per RDSO drawing no.ETI/PSI/037.Sub section-4 (Non Ferrous)Mtr 75 300 30 330 24,750Nos 60 2538 1034 3572 214,320Each 20 1452 310 1762 35,240Sub-Total in Rs. 885,65515(a)(iv) Supply and erection of Set 20 3625 250 3875 77,500copper jumper of 50 sq. mmand hard drawn copper wireof 7 mm dia. with terminallugs for DO fuse switchconnection.17(d) Supply and erection of Mtr. 60 763 69 832 49,920copper strips 3x25mm forATs earthing.Sub-Total in Rs. 127,420Sub section-5 (Insulators)11(a)(ii)28(x)Supply and erection of solidcore (9-Ton) suspensioninsulator, clamp, doublestrap and suspension devicewith nut bolt and washer.Supply and erection of 25KVpost insulators for item no.-28.Non- Schedule items-NS-1NS-2NS-3Each 20 3780 350 4130 82,600Each 40 0 233 233 9,320Sub-Total in Rs. 91,920Dismantling & stacking ofexistingauxiliarytransformers of 10KVA,25KV/240V single phasecomplete with allaccessories.Cutting, removal andstacking of existing old ATmast.Dismantling and stacking ofall small parts and insulatorsetc of one AT station.Nos. 4 --- --- 4000 16,000Nos. 4 --- --- 940 3,760Tonne 2 --- --- 4761 9,522Signature of tenderer(s) 56/67 No- IRPMU/Elect./T/2011/01


NS-4Shiftingandloading/unloading of allreleased AT materials fromdismantling site to neareststores/depot or at anothersite for erection.Ton/KM200 --- --- 10 2,000Sub-Total in Rs. 31,282TOTAL Schedule value in Rs. 21,63,377Approximate schedule value in Rs.21,63,400/-The tenderer should quote rates single %age below / at par / above on SOR value in summary ofprices sheet Chapter-7 for various sub-section of works and non-schedule items.------o0o------Signature of tenderer(s) 57/67 No- IRPMU/Elect./T/2011/01


CHAPTER – 8F O R M S1. Deed of extension of Guarantee Bond Annexure- I2. Standing Indemnity Bond for on Account Payment Annexure-II3. Guarantee Bond “On Account” Payment Annexure-III4. Performance Bank Guarantee Annexure-IV5. Receipt of Materials from <strong>Railway</strong> Annexure- V6. Extension of period of completion of works(On contractor’s account)7. Extension of period of completion of works(other than on contractor’s account)Annexure-VIAnnexure-VIIContentsSignature of tenderer(s) 58/67 No- IRPMU/Elect./T/2011/01


Annexure – ITo,The President of India,Acting through CAO/IRPMU,<strong>Shivaji</strong> <strong>Bridge</strong>, <strong>New</strong> <strong>Delhi</strong>-01.DEED OF EXTENSION OF GUARANTEE BONDExtension of Bank Guarantee Bond No. _____________ dated ____________ issued by____________ Bank on behalf of ______________________ in favour of President ofIndia through Dy.FA&CAO/IRPMU, <strong>New</strong> <strong>Delhi</strong> for the amount of exceeding Rs.____________ (Rupees __________________ only) valid for the period from _________to _______ (Herein-after called the original Bank Guarantee Bond).We, the _________________ Bank do hereby extend the period of validity of theoriginal Bank Guarantee Bond No. ___________ dated __________ for Rs.______________ (Rupees ________________ only) executed by us on behalf of________________ in favour of President of India through DyFA&CAO/IRPMU, <strong>New</strong><strong>Delhi</strong> for a period of ________ this is upto ________ for the same amount viz Rs.____________ (Rupees ___________________ only) on the same terms and conditions ascontained in the Original Bank Guarantee Bond.This deed of extension is to be treated as “Addendum” to the Original Bank GuaranteeBond No. ________________ dated ___________ and to be treated as part and parcel ofthe original Bank Guarantee Bond.That excepting the above extension of period of validity of the original BankGuarantee Bond, all other terms and conditions of the original Bank Guarantee Bond shallremain unchanged and binding on us.Dated the ________________ day of ________________________20---- .Address & Seal of the BankContentsSignature of tenderer(s) 59/67 No- IRPMU/Elect./T/2011/01


Annexure – IISTANDING INDEMNITY BOND FOR ON ACCOUNT PAYMENTS(On requisite stamp value)We, M/s _________________________________________ hereby undertake that we held atour stores depots at _________________ for and on behalf of the President of India acting inthe premises through the General Manager ___________________ <strong>Railway</strong>________________________ hereinafter referred to as “the Purchaser” all materials forwhich ‘On Account’ payments have been made to us against the contract for supply anderection of the material for the work of ______________ on North Central <strong>Railway</strong> alsoreferred to as vide Letter of Acceptance of tender no. _____________ dated ________ andmaterials handed over to us by the Purchaser for the purpose of execution of the said contract,until such time the material are duly erected or otherwise handed over to him.We shall be entirely responsible for the safe custody and protection of the said materialsagainst all risk till they are duly delivered as erected equipment to the purchaser, or as he maydirect otherwise and shall indemnify the Purchaser against any loss, damage, or deteriorationwhatsoever in respect of the said materials while in our possession and against disposal ofsurplus material. The said materials shall at all times by open to inspection by any officerauthorized by Purchaser/Engineer Incharge of the work or his successor.Should any loss, damage or deterioration of materials occur or surplus materials disposed offand refund becomes due, the Purchaser shall be entitled to recover from us the full cost as perprices included in Schedule 1 to the contract (as applicable) and in respect of other materialsas indicated in Part I chapter IV Section I and also compensation for such loss or damage, ifany alongwith the amount to be refunded without prejudice to any other remedies available tohim by deduction from any sum due or any sum which at any time hereafter become due to usunder the said or any other contract.Dated this_______________ day _______________20(for and on behalf of )Messers ____________________ (contractor)Signature of witness :Name of witness in BLOCK LETTERSAddress- ……………………………….ContentsSignature of tenderer(s) 60/67 No- IRPMU/Elect./T/2011/01


Annexure - III(On Stamp Paper of Requisite Value)GUARANTEE BOND AGAINST “ON ACCOUNT” PAYMENTS(To be used by approved schedule Banks)In consideration of the President of India (hereinafter called “The Government”)having agreed to exempt __________________ (hereinafter called “the Contractor(s)” fromthe demand, under the terms and conditions of an Agreement dated _____________ madebetween ____________ and _________ for (hereinafter called “the said Agreement”) of “On-Account” Payments for the due fulfillment by the said contractor(s) of the terms andconditions contained in the said Agreement, on production of a Bank guarantee for Rs.___________ (Rupees _______________ only).We, __________ (indicate the name of the Bank) hereinafter referred to as “the Bank”at the request of _____________ Contractor(s) do hereby undertake to pay to the Governmentan amount not exceeding Rs. __________ against any loss or damage caused to or suffered orshould caused to or would be caused to or suffered by the Government by reason of anybreach by the said Contractor(s) of any of the terms or conditions contained in the saidAgreement.2. We, _______________(indicate the name of the Bank) do hereby undertake to pay theamount due and payable under this guarantee without any demur, merely on a demand fromthe government stating that the amount claimed is due by way of loss or damage caused to orwould be caused to or suffered by the Government by reason of breach by the saidContractor(s) of any of the terms or conditions contained in the said Agreement or by reasonof the Contractor’s failure to perform the said Agreement. Any such demand made on theBank shall be conclusive as regard the amount due and payable by the Bank under thisguarantee. However, our liability under this guarantee shall be restricted to any amount notexceeding ___________.3. We undertake to pay to the Government any money so demanded notwithstanding anydispute or disputes raised by the Contractor(s)/Supplier(s) in any suit or proceeding pendingbefore any Court or Tribunal relating thereto our liability under this present contract beingabsolute and unequivocal.The Payment so made by us under this bond shall be a valid discharge of our liability forpayment there under and the Contractor (s) / Supplier (s) shall have no claim against us formaking such payment.4. We, ____________ (indicate the name of Bank) further agree that the guaranteeherein contained shall remain in full force and effect during the period that would be taken forthe performance of the said Agreement and that it shall continue to be enforceable till all thedues of the Government under or by virtue of the said Agreement have been fully paid and itsclaims satisfied or discharged or till ________________ office/Department Ministry of____________ certifies that the terms and conditions of the said Agreement have been fullySignature of tenderer(s) 61/67 No- IRPMU/Elect./T/2011/01


and properly carried out by the said Contractor (s) and accordingly discharges this guarantee.Unless a demand or claim under this guarantee is made on us in writing on or before the_______________ (b) we shall be discharged from all liability under this guarantee thereafter.5. We, _______________ (indicate the name of Bank) further agree with theGovernment that the Government shall have the fullest liberty without our consent andwithout affecting in any manner our obligations hereunder to vary any of the terms andconditions of the said Agreement or to extend time of performance by the said Contractor(s)from time to time or to postpone for any time or from time to time any of the powersexercisable by the Government against the said Contractor (s) and to forbear or enforce any ofthe terms and conditions relating to the said Agreement and we shall not be relieved from ourliability by reason of any such variation or extension being granted to the said Contractor (s)or for any forbearance, act or omission on the part of the Government or any indulgence bythe Government to the said Contractor (s) or by any such matter or thing whatsoever whichunder the law relating to sureties would, but for this provision, have effect of so relieving us.6. This guarantee will not be discharged due to the change in the constitution of the Bankor the Contractor (s)/Supplier (s).7. We, _______________ (indicate the name of the Bank) lastly undertake not to revokethis guarantee during its currency except with the previous consent of the Government inwriting.Dated the ________________day of _______________For ________________________________________(Indicate the name of the Bank)--------------------------------------------------------------------------------------------------------(a) The guarantee shall be valid for a period of two months beyond the date ofcompletion of work.ContentsSignature of tenderer(s) 62/67 No- IRPMU/Elect./T/2011/01


Annexure - IV(On Stamp Paper of Requisite Value)PERFORMANCE BANK GUARANTEE(To be used by approved schedule Banks)In consideration of the President of India (hereinafter called “The Government”)having agreed to exempt __________________ (hereinafter called “the said Contractor(s)”from the demand, under the terms and conditions of an Agreement dated _____________made between ____________ and _________ for (hereinafter called “the said Agreement”)of Provisional Acceptance Payments for the due fulfillment by the said contractor(s) of theterms and conditions contained in the said Agreement, on production of a Bank guarantee forRs. ___________ (Rupees _______________ only).We, __________ (indicate the name of the Bank) hereinafter referred to as “the Bank”at the request of _____________ Contractor(s) do hereby undertake to pay to the Governmentan amount not exceeding Rs. __________ against any loss or damage caused to or suffered orshould caused to or would be caused to or suffered by the Government by reason of anybreach by the said Contractor(s) of any of the terms or conditions contained in the saidAgreement.2. We, _______________(indicate the name of the Bank) do hereby undertake to pay theamount due and payable under this guarantee without any demur, merely on a demand fromthe government stating that the amount claimed is due by way of loss or damage caused to orwould be caused to or suffered by the Government by reason of breach by the saidContractor(s) of any of the terms or conditions contained in the said Agreement or by reasonor the Contractor’s failure to perform the said Agreement. Any such demand made on theBank shall be conclusive as regard the amount due and payable by the Bank under thisguarantee. However, our liability under this guarantee shall be restricted to any amount notexceeding ___________.3. We undertake to pay to the Government any money so demanded notwithstanding anydispute or disputes raised by the Contractor(s)/Supplier(s) in any suit or proceeding pendingbefore any Court or Tribunal relating thereto our liability under this present contract beingabsolute and unequivocal.The Payment so made by us under this bond shall be a valid discharge of our liability forpayment there under and the Contractor (s) / Supplier (s) shall have no claim against us formaking such payment.4. We, ____________ (indicate the name of Bank) further agree that the guarantee hereincontained shall remain in full force and effect during the period that would be taken for theperformance of the said Agreement and that it shall continue to be enforceable till all the duesof the Government under or by virtue of the said Agreement have been fully paid and itsclaims satisfied or discharged or till ________________ office/Department Ministry of____________ certifies that the terms and conditions of the said Agreement have been fullySignature of tenderer(s) 63/67 No- IRPMU/Elect./T/2011/01


and properly carried out by the said Contractor (s) and accordingly discharges this guarantee.Unless a demand or claim under this guarantee is made on us in writing on or before the_______________ (b) we shall be discharged from all liability under this guarantee thereafter.5. We, _______________ (indicate the name of Bank) further agree with theGovernment shall have the fullest liberty without our consent and without affecting in anymanner our obligations hereunder to vary any of the terms and conditions of the saidAgreement or to extend time of performance by the said Contractor(s) from time to time or topostpone for any time or from time to time any of the powers exercisable by the Governmentagainst the said Contractor (s) and to forbear or enforce any of the terms and conditionsrelating to the said Agreement and we shall not be relieved from our liability by reason of anysuch variation or extension being granted to the said Contractor (s) or for any forbearance, actor omission on the part of the Government or any indulgence by the Government to the saidContractor (s) or by any such matter or thing whatsoever which under the law relating tosureties would, but for this provision, have effect of so relieving us.6. This guarantee will not be discharged due to the change in the constitution of the Bankor the Contractor (s)/Supplier (s).7. We, _______________ (indicate the name of the Bank) lastly undertake not torevoke this guarantee during its currency except with the previous consent of the Governmentin writing.Dated --------------- the ________________day of _______________For ________________________________________(Indicate the name of the Bank)(a) The guarantee shall be valid for a period of two months beyond the expiry of theguarantee period of the equipment.ContentsSignature of tenderer(s) 64/67 No- IRPMU/Elect./T/2011/01


Annexure - VACKNOWLEDGEMENTFOR RECEIVING MATERIALS FROM RAILWAYSub: - Receipt of Materials from <strong>Railway</strong>.STATION: -------------------DATE: -------------------It is hereby acknowledged that the following material as detailed havebeen received in full and good condition by me on ........................................ at ........................ for the work coming under the AgreementNo.............................. dated ................------------------------------------------------------------------------------------------------Sl.No. Description of Material Quantity Remarksif any-----------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------------Witnessed by: -------------------------------------- ------------------------------------(Signature of Purchaser’s(Signature of Contractor orRepresentative with Designation) Contractor’s Representative)ContentsSignature of tenderer(s) 65/67 No- IRPMU/Elect./T/2011/01


EXTENSION OF PERIOD OF COMPLETION OF WORK(On contractor’s account)(Registered with A/D)Annexure – VINo. ------------------------------ Date: -------------------To,..........................................................................................Dear Sir,Sub : (i) ................................................. (Name of Work)(ii) Acceptance Letter No. ....................................................(iii) Undertaking /Agreement No. .......................................Ref : ......................... (Quote specific application of the Contractorfor extension to date, if received).The stipulated date for completion of the work mentioned above is/was ……...............However, the work is/was not completed on this date.Expecting that you may be able to complete the work if some time is given and in considerationof your Letter No.............................., the General Manager (or his successor) on behalf of the presidentof India, although not bound to do so, hereby extends the time for completion from ............. to..............Please note that liquidated damages @1/2% per week or part thereof of the entire contractvalue will be recovered for delay in the completion of the work after the expiry of (1) .......................from you as mentioned in para 35 of the Special Conditions of Contract for the extended period.The above extension of the completion date will also be subject to the further condition that noincrease in rates on any account will be payable to you.Please note that in the event of declining to accept the extension on the above said conditionsor in the event of your failure after accepting or acting up to this extension to complete the work by(2)....................... (here mention the extended date), further action will be taken in terms of relevantpara of Conditions of Contract.Your’s faithfully,for & on behalf of President of India.Note :-1. Give here the stipulated date for completion without any penalty fixed earlier.2. Here mention the extended date.ContentsSignature of tenderer(s) 66/67 No- IRPMU/Elect./T/2011/01


EXTENSION OF PERIOD OF COMPLETION OF WORKAnnexure – VIINo. -------------------------------- Date: -------------------To,......................................................................................................Dear Sirs,Sub: (i) ............................................ (Name of work)(ii) Acceptance Letter No.........................................(iii) Undertaking/Agreement No...............................Ref: ………........................... (Quote specific application of theContractor for extension to the date, if received).The stipulated date for completion of subject work under the above contract was............................ In consideration of the Contractor’s Letter No..............................., TheGeneral Manager (or his successor) behalf of the President of India, is pleased to grantextension of the time for completion of works without liquidated damages under para 36 ofChapter II , Section II of the contract as mentioned below :“...................................................................................”It may be noted that unless repugnant to the context, all the terms and conditionsof the Contract will remain unaltered during the extended period from ...................... to...................... also, and further no increased additional rates and claims of recoveries whichhave not been already envisaged in terms of the conditions of the Contract will be liable eitherby you or by the purchaser in respect of this extended period.Your’s faithfully,( )for and on behalf of President of India* * * END OF TENDER DOCUMENT * * *Signature of tenderer(s) 67/67 No- IRPMU/Elect./T/2011/01

Hooray! Your file is uploaded and ready to be published.

Saved successfully!

Ooh no, something went wrong!