Location via proxy:   [ UP ]  
[Report a bug]   [Manage cookies]                

Ajmer Workshop - Dy CEE Ajmer-2

Download as pdf or txt
Download as pdf or txt
You are on page 1of 14

1

Tender No. EL/50/13/2023-24

Name of work:- Augmentation and improvement of Existing power supply network by


replacement of overaged and condition basis electrical switch gears and equipments at Ajmer
group of workshop.

Schedule of Rates & Quantities

Unit Rate
Total Amount
S.No. Description of item Qty Unit (in
(in Rupees)
Rupees)
Supply, installation, testing & commissioning of MDB
with three phase electronic energy meter, digital
Ampere meter with CT, selector switch, suitable digital
1 voltmeter & LED indication lamp with following 30 Nos. 245823.38 7374701.40
incoming & outgoing -
Incoming - MCCB 4 Pole, 400A, 35kA - 02 No.
Outgoing - MCCB 4 Pole, 250A, 35kA - 06 No.
Supply, installation, testing & commissioning of SDB
with three phase electronic energy meter, digital
Ampere meter with CT, selector switch, suitable digital
voltmeter & LED indication lamp with following
incoming & outgoing -
2 46 Nos. 154771.93 7119508.78
Incoming - MCCB 4 Pole, 250A, 35kA - 01 No.
Outgoing -
MCCB 4 Pole, 125A, 35kA - 03 Nos.
MCCB 4 Pole, 100A, 35kA - 03 Nos.
MCB TPN 40A, 10kA - 02 Nos.
Supply, installation, testing & commissioning of LDB
with following incoming & outgoing -
3 Incoming - MCB TPN 40A, 10kA - 01 No. 12 Nos. 10091.18 121094.16
Outgoing - MCB SP 20A, 10kA - 04 Nos.
MCB SP 10A, 10kA - 08 Nos.
4 Supply, install, test & commissioning of 4 Pole
2 Nos. 11524.97 23049.94
125/100 Amp MCCB as per specification
5 Supply, install, test & commissioning of 4 Pole 250
2 Nos. 19408.95 38817.90
Amp MCCB as per specification
6 Supply, install, test & commissioning of MCBs as per
specification
a 4-Pole, 63 Amp, "C" series 50 Nos. 1612.37 80618.50
b 4-Pole, 40 Amp, "C" series 60 Nos. 1135.6 68136.00
c 2-Pole, 40 Amp, "C" series 80 Nos. 1041.42 83313.60
d SP-Pole, 6-32 Amp, "B" series 230 Nos. 154.64 35567.20
7 Supply, install, test & commissioning of RCCBs as per
specification
a RCCB 63 Amp FP 100 MA 40 Nos. 3011.61 120464.40
b RCCB 40 Amp DP 30 MA 50 Nos. 3035.63 151781.50
Supply, installation, testing & commissioning of 3 pin
with neutral & earth plug socket box type, 32 Amp.
8 500 Nos. 3271.87 1635935.00
Capacity with 32 Amp TPN MCB along with wiring &
Signature Not connection as per specification.
Verified
Digitally signed by
ASHOK KUMAR
Date: 2024.03.19
16:56:40 IST
Reason: IREPS-CRIS
Location: New Delhi
2
Tender No. EL/50/13/2023-24

Supply, installation, testing & commissioning of 3 pin


with neutral & earth plug socket box type, 63Amp.
9 150 Nos. 7179.11 1076866.50
Capacity with 63 Amp TPN MCB along with wiring &
connection as per specification.
Supply, install, test & commissioning of 20 Amps.
Ray Roll Plug socket single phase with 25 Amps
10 450 Nos. 2383.60 1072620.00
RCBO 30mA. including connection / wiring as per
specification.
Supply, install, test & commissioning of RCBO 25
11 Amp DP,30 MA with earth leakage, Over load and 886 Nos. 2339.13 2072469.18
short circuit protection as per specification
Supply, Installation of metal Double pole enclosure
with provision to mounting arrangement of
12 443 Nos. 745.00 330035.00
MCB/Isolator/RCCB/RCBO and other modular
devices as per specification .
13 EARTH STATION
a Provision of Copper Plate Earthing 45 Nos. 8353.75 375918.75
b Provision of Copper Strip 25x3 mm 450 RM 414.38 186471.00
c B Class 50mm dia GI pipe earthing 25 Nos. 1464.26 36606.50
d 8SWG GI Wire for connection 250 RM 8.57 2142.50
e A Class, 12mm dia GI Pipe 210 RM 68.84 14456.40
f Inspection chamber with cover 25 Nos. 403.5 10087.50
Insulating Rubber Mats for Electrical Purpose
14 130 RM 147 19110.00

Carbon dioxide (without metal horn) or vapourizing


15 liquids 6.5 kg. Fire extinguisher 52 Nos. 2000 104000.00

Total in Rs. 22153771.71

(Total in Rs.: Two crore Twenty One Lakhs Fifty Three thousands Seven hundred Seventy One and Seventy
One paisa only)
3
Tender No. EL/50/13/2023-24

Technical Specifications

NS-1 TECHNICAL SPECIFICATION FOR MDB

1. The contractor shall have to design, supply, install, testing & commissioning the Main distribution
board. The main distribution board shall be fabricated out of 2mm thick MS sheet and standard
angle/channels as required in design.
2. The main distribution board shall be pillar type, cubical type self supporting floor mounted dust &
vermin proof. The board should be with hinged doors & locking arrangements at the front & bolted for
hinged cover at either side/back side. It should also be provided with bottom opening of removable
gland plates.
3. The board should be suitable for 3 phases, 4 wires, 415 volt 50 cycle AC supplies. The board shall be
treated with rust protection such as degreasing, phospating & painted with two coats of red oxide
primer & final two coats of leaf green paint.
4. The bus bar shall be electrolytic tinned copper having cross section area as main bus bar of MDB
300 sq mm & branch bus bar 200 sq mm respectively. The bus bar shall have to be suitably mounted
with PVC sleeve/taps.
5. The contractor shall have to submit the design & dimensional drawing of the distribution board for
approval before fabrication.
6. Adequate space inside the board shall be provided for bus bar, the cable alley shall be provided to
accommodate the incoming & out going cables separately in a proper manner. Knock out gland
plates as applicable shall be provided in the distribution board for incoming & out going cable.
7. Circuit identification & cable size by means of engraved on poly prop lane sheet as approved by Rly.
shall be provided.
8. All power connection shall be secured adequately with spring washer, flat washer, bimetallic washer
wherever applicable, G.I. bolts, tined brass washer. Caution board & danger notice in English & Hindi
shall be provided & shall be of metallic type approved by Rly.
9. Minimum two earth terminal shall be provided & a separate earth GI earth strip at the back side of
distribution board minimum of 25x6mm shall be provided with two earthing terminals.
10. The contractor shall arrange consignee inspection or specified by Railway from time to time. The
contractor shall have to submit manufacturer test certificate of all the component used in the
fabrication of the board and also submit the calibration test report of all the meters used in the board.
11. Main distribution board shall be provided with incoming & out going as under:

a) Incoming side- MCCB 4 pole 400 Amp. 35 kA, “C” series = 02Nos.
(with adjustable T&M setting) (Material Shall be as per Ref. List.)

b) Outgoing side-. MCCB 4 pole 250 Amp. 35 kA , “C” series = 06Nos.

(with adjustable T & M setting) (Material Shall be as per Ref. List.)


12. The distribution board shall be provided with suitable 3 phase Electronic energy meter with
CT,Voltmeter size (96x96mm) 0-500 Volt, LED type indication lamp for OFF & ON & trip on incoming
side and Amperemeter(size 96x96mm) 0-300 Amp. With CTs on outgoing side.
13. The distribution board shall be completed in all respect with wiring. The board shall be mounted
above 1.1/2 to 2’ (feet) above the ground level with cement concrete base with proper grouting.
14. The distribution board shall be provided with standard cable entry for incoming & out going cables &
suitable hole shall be drilled at site for accommodating the incoming & out going cables. The bus
bar shall be covered with PVC adhesive colored tape.
15. The preliminary drawing is to be submitted to Dy.CEE(W)/AII/Office by contractor for approval.
4
Tender No. EL/50/13/2023-24

NS-2:- SPECIFICATION FOR SUB DISTRIBUTION BOARD (SDB) :

1. General: Governing specification - ISS 4237 and standard code of practice.

2. The Sub distribution board shall be fabricated out of 2mm thick MS sheet and standard Angle/channels
as required in design.
3. The Sub distribution board shall be pillar type, cubical type self supporting floor mounted dust & vermin
proof. The board should be with hinged doors & locking arrangements at the front & bolted for hinged
cover at either side/back side. It should also be provided with bottom opening of removable gland plates.
4. The board should be suitable for 3 phases, 4 wires, 415volt 50 cycle AC supplies. The board shall be
treated with rust protection such as degreasing, phosphating & painted with two coats of red oxide primer
& final two coats of leaf green paint.
5. The bus bar shall be of electrolytic tinned copper. The cross section area shall be not less than as
under. The bus bar shall have to be suitably mounted with PVC sleeve/taps.
a) 200sqmm main bus bar of SDB

b) 100sqmm for branch bus bar of SDB

6. The contractor shall have to submit the design & dimensional drawing of the distribution board for
approval before fabrication.

7. Adequate space inside the board shall be provided for bus bar, the cable alley shall be provided to
accommodate the incoming & out going cables separately in a proper manner. Knock out gland plates as
applicable shall be provided in the distribution board for incoming & out going cable.

8. Circuit identification & cable size by means of engraved on poly proplane sheet as approved by Rly.
Shall be provided.
9. All power connection shall be secured adequately with spring washer, flat washer, bimetallic washer
wherever applicable, G.I. bolts, tined brass washer. Caution board & Danger notice in English & Hindi
shall be provided & shall be of metallic type approved by Rly.

10. Minimum two earth terminal shall be provided & a separate earth GI earth strip at the back side of
distribution board minimum of 25x6mm shall be provided with two earthing terminals.

11. Sub distribution board shall be provided with incoming and outgoing as under:-

(a) Incoming side - MCCB 4 poles 250Amp. 35/36KA = 1Nos. (With adjustable T&M setting). IS:13947
(Part-I & 5/Secl) 93 or latest.

(b) Outgoing side - MCCB 4 poles 125Amp. 35/36KA = 3Nos. (With Fixed setting) IS:13947 (Part-I &
5/Secl) 93 or latest.

MCCB 4 poles 100Amp. 35/36KA = 3Nos. (With Fixed setting) IS:13947 (Part-I &
5/Secl) 93 or latest.

MCB TPN 40Amp. 10KA = 02 Nos. IS:8828/96 or latest

12. The distribution board shall be provided with suitable 3-phase voltmeter size (96x96mm) 0-500 Volt,
Ampere meter (size 96x96mm) 0-300 Amp. With CTs and indication lamp LED type for OFF & ON & trip
on incoming side only.

13. The distribution board shall be completed in all respect with wiring. The board shall be mounted above
1.1/2’ to 2’ (feet) above the ground level with cement concrete base with proper grouting.

14. The distribution board shall be provided with standard cable entry for incoming & Outgoing cable and
suitable hole shall be drilled at site for accommodating the Incoming & out going cables. The bus bar shall
be covered with PVC adhesive colour Tape.
5
Tender No. EL/50/13/2023-24

15. The contractor shall have to submit manufacturer test certificate of the entire components used in the
fabrication of the board and also submit the calibration test report of all the meters used in the board.

16. The preliminary drawing can be collected from Dy.CEE(W)/AII/Office & the final drawing will be
submitted by the contractor for approval.

17. In case of any dispute the decision of Dy.CEE (W)/AII shall be final and binding.

NS – 3 :- LDB

1. The contractor shall have to design, supply, install, test & commission standard & trademark MS Sheet
Distribution Board. The design & drawing shall be got approved by the Rly. Official concerned before
fabrication.
2. The distribution board shall be indoor type dust & vermin proof suitable for 415 volt 3-phase, 50 C/S
system.
3. The distribution board shall be suitable for wall mounting.
4. Knock out/ gland plates as applicable shall be provided in the distribution board for incoming & outgoing
cables.
5. Earth terminal shall be provided on each distribution board.
6. LDB should be provided with danger notice, earthing terminal.
7. The main incoming & outgoing of the LDB shall be as under :-
INCOMING - MCB TPN 40Amp. 10KA , “C” series - 01 No. (IS:8828/96 or Latest)

OUTGOING - MCB SP 20Amp. 10KA, “C” series - 12 Nos. (IS:8828/96 or Latest)

(Material Shall be as per Ref. List.)

NS - 4 & 5:- MCCB

The contractor shall have to supply, fixing, testing & commission of MCCB including
connection / wiring complete in all respect. MCCB to be connected on the board/DB/SDB as per decided
by the site engineer.

4) MCCB 125/100 Amp.- 4Pole, 36kA, Thermal setting -80-100% In, Magnetic setting 6-10In,
Icu=Ics=100% similar to Cat no. CM92108OOL1OG of L&T.
5) MCCB 250 Amp.- 4Pole, 36kA, Thermal setting -80-100% In, Magnetic setting 6-10In, Icu=Ics=100%
similar to cat no. CM92109OOP10G of L&T.

NS - 6 (a to d):- MCB
The contractor shall have to supply, fixing, testing & commission of MCB including connection / wiring
complete in all respect. MCB to be connected on the board/DB/SDB as decided by the site engineer.

a) MCB 63Amp. - FP (4P) “C” series MCB, 10kA, similar to cat no. BB40630C of L&T.
b) MCB 40Amp. - FP (4P) “C” series MCB, 10kA, similar to cat no. BB40400C of L&T.
c) MCB 40Amp. - DP (2P) “C” series MCB, 10kA, similar to cat no. BB20400C of L&T.
d) MCB 6-32Amp. - SP (1P) “B” series MCB, 10kA.

NS - 7 (a & b):- RCCB


The contractor shall have to supply, fixing, testing and commission of RCCB including connection / wiring
complete in all respect. RCCB to be connected on the board/DB/SDB as decided by the site engineer.
The RCCB should be AC, confirms to IS-12640:2000 (or latest) or IEC:61008-1 or latest.
a) - RCCB 63 Amps., 100mA, FP (4P) similar to Cat No. BG406310 of L&T.
b) - RCCB 40 Amps., 30mA, DP (2P) similar to Cat No. BG204003 of L&T.
6
Tender No. EL/50/13/2023-24

NS - 8 & 9 :- SPECIFICATION FOR PLUG SOCKET 32A and 63A

8) The contractor shall have to supply, install, testing, commissioning and wiring the box type, 3 PIN with
neutral & earth plug socket 32Amp. capacity with 32Amp MCB TPN 10kA rating. The wiring of box type
metal clad plug socket shall be carried out with 4 core 25 sq. mm Aluminium cable. The wiring of these
plugs shall have to be tapped from available MDB/SDB. The plug socket shall be fixed on the wall on
wooden gitties/rawl plug with suitable screws and washers etc. on separate wooden board. The
connection should be done with the help of Aluminium lug of suitable size & cable gland as per instruction
of site supervisor. Cable for power supply will be supplied by Railway and to be laid by contractor. The
material shall be as per reference list & the material not mentioned in reference list shall be as per latest
IS. Material Shall be as per Ref. List.

9) The contractor shall have to supply, install, testing, commissioning and wiring the box type, 3 PIN with
neutral & earth plug socket 63Amp. capacity with 63Amp MCB TPN 10kA rating. The wiring of box type
metal clad plug socket shall be carried out with 4 core 25 sq. mm Aluminium cable. The wiring of these
plugs shall have to be tapped from available MDB/SDB. The plug socket shall be fixed on the wall on
wooden gitties/rawl plug with suitable screws and washers etc. on separate wooden board. The
connection should be done with the help of Aluminium lug of suitable size & cable gland as per instruction
of site supervisor. Cable for power supply will be supplied by Railway and to be laid by contractor. The
material shall be as per reference list & the material not mentioned in reference list shall be as per latest
IS. Material Shall be as per Ref. List.

NS – 10 :- Ray Roll plug and socket with RCBO

Supply, install, test & commission of SP plug socket box with plug socket of 20 Amps capacity. The metal
clad socket shall be provided with 25 Amps, 30mA, DP-RCBO. The wiring shall be carried out with earth
wire and to be tapped from available MDBs / SDBs etc. or as per decided by the site engineer. The metal
clad plug shall be fixed on the wall on 04nos. wooden gitties / rawl plugs with suitable steel screws and
washers etc. Industrial Plug and socket DB 20A, 2P+E+DP confirming to IEC 61439-3 suitable for flush
mounting and surface mounting and to be supplied along with RCBO of rating 25 Amps with 30 mA
sensitivity confirming to IS12640-2 or Latest.
NS – 11 :- RCBO

Supply, fixing, testing and commissioning of RCBO double pole. Confirming to IEC 61009 or latest or IS-
12640:2008(part-2) (or latest) sensitivity 30mA with connections capacity 25A, 230V or above, 50Hz AC
on existing/separate main board as per site requirement. The RCBO to be connected in the
existing/Separate board as per requirement by making proper connection in the main board and fixing the
RCBO. Any alteration in the wiring of main board if required is to be done by the contractor. The features
of RCBO should have inclusive of following features: (a) Isolation with positive break indication. (b)
Immune to nuisance tripping due to transit over voltage (Lighting, switching surges) (c) Trip indication.

NS – 12 :- Metal enclosure

The contractor shall have to supply, fixing and commissioning of metal double pole enclosure IP-30 with
provision to mount MCB/Isolator/RCCB/RCBO and other modular devices suitable for surface and flush
mounting, confirms to IS 8623-1 & 3, IEC 61439-1 & 3, CRCA sheet steel, RAL9003, powder coated.
similar to cat no. DBENC002SD of L&T make.
7
Tender No. EL/50/13/2023-24

NS - 13 (a & b) :- Copper plate earthing

a) - Earth electrodes for grounding shall be provided with 60cm x 60cm x 3mm copper plate and shall be
held vertical in ground with its top not less than 3.5 meters below ground level. A watering pipe of 38mm
dia of medium class GI pipe shall be provided and attached to the electrodes. A funnel with mesh shall be
provided on top on this pipe for watering the earth. The watering funnel attachment shall be housed in
masonry enclosure of not less than 40cm x 40cm x 30cm inner size and 10cm thick. Earthing shall
confirms to IS: 3043/66 I.E. Rules no. 67 (latest). Copper strip of size 25x3mm shall be securely bolted on
the plate with two brass bolts, nuts, chuck nuts and washers and as required. The earth plate is
embedded in alternate layers of charcoal and common salt. A masonry enclosure for earth electrode shall
be provided with hinged MS sheet plate 8mm thick having locking arrangement and pull out handle.
Normally an earth electrode shall not be situated less than 1.5mtr from any building. Care shall be taken
that the excavation for earth electrode may not affect the column footing for foundation of the building. In
each such case the electrode may be located further away from the building. Location of the earth
electrode will be such where the soil has a reasonable chance of moist as far as possible. Entrance,
pavements and roadways are definitely to be avoided for location the earthing electrode. The earth value
to be measured and marked on earth pit duly painted with date. Drawing of earthing has to be provided
by this office.
b) - Supply & fixing/laying tinned or stove enameled black copper flat strip 25 x 3 mm. earth pit top to
main board etc. portion of this strip in trench/road/ground shall be taken through GI pipe 38mm dia
medium class, buried 30cms. Below ground to guard against mechanical damage and should be
clamped/fixed along with pole/wall and connected with the help of nut, bolt, washer etc. as per the
instruction of site engineer.
NS - 13 (c to f) :- GI pipe earthing
The contractor shall have to supply of material and construct earth pits / electrodes of
G.I. Pipe as under:
General - Governing Specification – IS: 3043
Earth Pipe: 50-mm dia, “B” class, Medium, ISI marked, Approximate single piece of 03 meter
length, Galvanized coating, relevant IS, perforated holes of 12mm dia.
Protection Pipe: 12mm dia, “A” class, Light, ISI marked, Galvanized coating, relevant IS.
Wire: 08-SWG steel standard wire with Galvanized coating. Nuts & Bolts: with Galvanized coating.
Inspection Chamber: Square earth station C.C. Block, C.C. Ratio: 1:4:8, chamber with RCC
cover & handle.
Method of Earthing: The equipment shall be connected to the main by G.I. earth wire from
the earth pit. The measurement of the earth resistance shall be carried out as per relevant IS.
The contractors at his own cost shall bring Instrument/ meters required for testing. Each earth
pit shall give a minimum resistance as specified in IE rules. Earth conductor / strip shall be
properly supported by G.I. Saddles supports by T.W. blocks grouted on the walls. Earth
conductors / strip crossing the floor shall be buried at a depth of 6” and then cemented. Earth
conductors / Strip underground laid at a depth of not less than 0.6 meter. Earth conductors /
strip running vertically along the wall also shall be embedded and to be covered with plaster.
Provision of watering the earth pits periodically shall be provided as per IS. The earth pit shall
have to be covered in a cement concrete cover and top cover of G.I. or RCC slab as per
drawing. The value of earth resistance should be written on the earth pit with date of reading
as per direction of site engineer.
The contractor and Railway representatives shall measure earth resistance at each electrode jointly. No
Earth electrode shall have a greater ohmic resistance between 5 to 8 ohms for service buildings and staff
quarters in the driest of season except in the case of Sub stations. If the above stated earth resistance is
not achieved, necessary improvement shall be made by the contractor by provision of additional electrode
or by artificial treatment of soil etc. as may be directed by the engineer in charge. The Earth pipe should
be covered by suitable metal threaded cap/top. Drawing of earthing has to be provided by this office.
8
Tender No. EL/50/13/2023-24

NS – 14 :- Insulating Rubber Mat

The contractor shall have to supply the Insulating of rubber matting of 2000 x 1000mm and thickness of
not less than 25 mm for HT/LT panel room shall be supplied and provided as per instruction given by site
engineer.

NS – 15 :- Fire Extinguisher

The contractor shall have to supply and fixing of CO2 type 6.5 Kg fire extinguisher as per instruction
given by site engineer
9
Tender No. EL/50/13/2023-24

Terms and Conditions

1 Eligibility Criteria - The contractor should have valid Electrical Contractor License issued by
Govt. and submit along with tender document. If valid Electrical Contractor License is not
submitted along with tender document then offer will be summarily rejected.
Note: 1. All above required documents have to attached along with the tender document to consider
as a eligible offer.(All documents should be clear and visible)
2. The submitted/uploaded Electrical License must be valid on the date of tender opening to
consider as eligible offer.
2 All the work shall be carried out as per IE rules & regulation, Code of practice for Electrical Wiring
Installation as per schedule of rate & specification.
3 After completion of Electrical work, the contractor will undertake the Civil Engg. Work to re-patch the
wall, ceiling, road, plaster and fill up the recesses etc. of the same
4 Schedule of rates are only the brief idea of items, Quantity & Rates but work will be carried as per
specification.
5 Standard Makes
(i) All items endorsed by BEE under star rated labeling scheme should be of 5 star rated of BEE
approved make.
(ii) The contractor shall have to supply the material as per specifications of BIS, IEC, MNRE etc.
(iii) Items not covered in above para should be ISI marked of reputed brand and as per technical
specifications given in tender document.
6 Before start the work, all NS items which is mentioned in work, will be inspected by Site supervisor
and got approved by competent authority before execution of the work.
7 Transportation cost shall be borne by the contractor.
8 Place of Work: The work will be carried out at Ajmer Group of Workshop.
9 Completion Period – 05 Months from the date of issue of Letter of Acceptance.
10 Maintenance/Guarantee/Warranty Period: The Maintenance/Guarantee/Warranty period for the
above work is 12 Months from the certified date of completion against any defect of design /
manufacture / commissioning / Maintenance / Servicing during the period of warranty for the work
done by him and material provided by him. The firm should attend complaint and rectify problems
during guarantee period free of cost promptly and satisfactorily.
11 In case of any dispute, the decision of Railway shall be final & binding to the contractor.
12 Supervisor In-charge for Work : Senior Section Engineer, SSE/CM/Carriage workshop/Ajmer.
The firm shall intimate the day-to-day progress to Dy.CEE/AII/WS or authorized representative and
shall keep liaison with SSE/CM/Carriage workshop/Ajmer.
13 Tool & Plants
A No T&P will be supplied by Railway. All tools, equipments, machinery, material, and labour required
for this work will be arranged by the contractor at his own cost.
B Contractor shall arrange for all instruments for checking/inspection at his own cost as per direction of
the Engineer-in-charge. He shall ensure that these are available when required.
14 Safety Measures
A The firm shall undertake all safety measure during the course of work and shall be responsible for
any losses or deficiencies occurring during the course of execution of work.
B It will be contractor’s responsibility to ensure safety of all persons and his materials at site.
15 The contractor and his/her representative shall be abiding by all Railway regulations in force.
16 Rates are inclusive of materials, labours, loading charges, unloading charges, transporting charges,
installing & commission charges.
17 Necessary Photo identity cards shall be issued to the staff by the contractor which shall be signed
jointly by contractor & Railway officer. These ID cards to be carried with by staff of contractor while
performing work in the Workshop.
10
Tender No. EL/50/13/2023-24

18 Frequent changes of the service staff should not be done and service staff should wear proper
uniform and should carry Authorized Identity Card in the Railway premises.
19 Before appointing the service staff, contractor should check thoroughly their character and
antecedents of the person.
20 The contractor shall upkeep the daily record of workers & work.
21 Proper dress code to be followed by contractor for their staff and supervisors so that easy
identification can be made between Rly. & contractor’s staff.
22 A separate making entry of IN and OUT time will be maintained with RPF at entrance of Workshop.
23 Failure to attend the defects:
A All defects and deficiencies during Maintenance/Guarantee/Warranty Period advised to the
contractor shall be attended to by him promptly.
B If contractor fails to respond and arrange repair/rectification within reasonable time, the Rly. shall be
free to get the repairs done through departmental labour or through any other sources at contractor’s
expenses without prejudice to the other remedies available under the contract.
24 Any work/item not specially mentioned but required to be carried out for the satisfactory completion
of work shall be considered as included in the scope of work.
25 After successful completion of work, testing shall be carried out jointly by contractor & representative
of Railway.
26 In case of any kind of confusion/conflict/dispute regarding the lay out and any other matter, the
decision of Railways will be final and binding on the contractor.
27 Deduction of applicable taxes will be made as per prevailing rates and terms & conditions from the
bill.
28 Competent Authority of Railway have the right to terminate the Contract if the work is not found
satisfactory. The railway reserves the right to increase/decrease, delete any items of the schedule
depending upon the actual working conditions.
29 If any damage is caused as a result of execution of the work it shall be responsibility of the contractor
to undertake repairs and make good the loss properly at his own cost to the satisfaction of the
Railway administration/ representative.
30 Any other work not mentioned specifically but essential for completeness of the work shall be
deemed to be included in the scope of work as per requirement of site & shall be done by the
contractor without any extra charges. Any other work required completing the work satisfactorily but
not mentioned scope of work shall be done
31 The contractor shall be fully responsible for his staff engaged for work. Police character verification of
each staff shall be done by contractor and related documents will be submitted before execution of
the work.
32 All the work must be done in a way of good workmanship in all respect. Railway’s representative
shall have free access to inspect the progress of work at any time with or without prior intimation, at
the contractor’s premises or otherwise, to check the quality of work.
33 All release material will have to handover to Railway.
34 A joint record will be maintained by both site supervisor and Contractor.
35 The contractor shall be responsible for any accident occur to his staff in Railway premises, so, he
must ensure safety of their staff during the execution of work.
36 Any clarification required regarding the subject work, AEE of Carriage Workshop, Ajmer or the
undersigned may be contacted.
37 Sufficient trained/experienced and qualified manpower shall be utilized for carrying out the work for
best quality and with safety within prescribed time frame.
38 Work permission to be obtained before commencement of the actual work.
39 Any dispute regarding scope of work involved to carry out the work between contractor & Railway
representative at the time of joint checking, the same shall be referred to Dy.CEE(W)/AII whose
decision will be final & binding.
11
Tender No. EL/50/13/2023-24

40 Contract will be governed as per latest GCC rules.


41 The contractor ensures payment of minimum wages etc. to labour engaged by him and follow the all
labour rules. The contractor shall be responsible for employment of its labour and be liable for
observance of all statutory provision of Government. No claim for employment of labour so engaged
by the contractor in Railway whatsoever ground shall be entertained.
42 Offer Rates should be inclusive of all Labour, Material, Machinery, Transportation, expenses etc.
and all applicable Taxes including GST.
43 Contractor will be fully responsible for deposit of all applicable taxes as per extent rules and shall
be mention in the bill produced for Payment.
44 Penalty Condition :
During the Maintenance /Guarantee/Warranty period if complain is not attend by contractor within a
period of two days then thereafter a penalty of Rs. 1000/- per complain per day will be imposed.
45 Security deposit (SD) will be released after certified Date of completion of Maintenance period.
46 Terms of payment:
1. Payment of 70% of NS items on receipt and acceptance of material at site.
2. Payment of 20% of NS items on successful installation of material.
3. Payment of balance 10% of NS items on successful commissioning.
47 The work is to be done strictly as per the Indian Electricity Rules.
The terms and conditions of the contract will be as per the General Conditions of Contract and
amendments issued by the Railway Board from time to time.
Before starting the work, inspection and checking of the material taken under various heads will be
done by the railway representative.

Note: 1. All above required documents have to attached along with the tender document to consider as a
eligible offer.(All documents should be clear and visible)
12
Tender No. EL/50/13/2023-24

REFERENCE LIST FOR MAKE OF PRODUCTS Annexure-“C”

S. Item Relevant Standards/ specifications (Latest Reference Makes


N. Ver.)
1 Power Transformer IS: 2026/1977 -2011 (Part- 1 to 10) and IS: Crompton Greaves, NGEF,
1180/1989 & IS: 2026/1977 for upto 100 KVA, Kirloskar, BHEL, Bharat Bijlee,
11 kV outdoor type transformer. Alsthom (Areva), ABB, Siemens,
GEC or Similar.
2 11 kV/HT Vacuum Circuit Breaker, SF- IS: 3427/1997 GEC, Siemens, Crompton Greave,
6/11kV gas filled Circuit Breaker Alsthom (Areva), Jyoti, ABB, BHEL,
L&T, Schneider or Similar.
3 ACB(11kV) IS: 13118/1991 Siemens, L&T, Crompton Greave,
Schneider, Jyoti, GEC, ABB,
Legrand or Similar.
4 PSS/CSS with HT/LT switch gear, IS:11171/1985 for dry type Power transformer ABB, Siemens, L&T, Crompton
transformer and connected accessories Greave, BHEL, GEC, Kirloskar,
Alsthom (Areva), Schneider or
Similar.
5 MCCBs, MCBs, ELCBS/ RCCBs, IS: 8828/1996 for MCB L&T, Crompton Greave, Siemens,
RCBO, DB, ICTPN, TP, HRC fuse, IS: 13947(Part-1)/1993 & Legrand, Jyoti, GEC, BCH,
Changing over switch, Switch Fuse Unit part 5/Sec1)/2004 for MCCB Schneider, ABB or Similar.
IS: 12640/2008(Part-1) for RCCB & (Part-2) for
RCBO.
IS: 13703/1993 for LV HRC fuse
IS: 13947(Part-3)/1993 for SFU
6 XLPE Cable 11/33kV grade IS:7098(Part-2)/2011 Asian, NICCO, Universal, RPG,
CCI, Fort Gloster, INCAB or Similar.
7 PVC/XLPE Power Cables up to 1.1 kV IS: 694/2010 for PVC cable, CCI, Universal Cable, RPG, NICCO,
grade IS: 1554(Part-1&2)/1988 for heavy duty PVC Asian, Fort Gloster, Finolex, INCAB
cable, or Similar.
IS:7098(Part-1)/1988 for XLPE cable
8 Instrument Voltmeter, Ammeter, PF IS:1248/2003 for Analog, Automatic Electric, Meco, Industrial
meter IS:13875/2008 for digital Meter, Motwani, Toshniwal, L&T,
Siemens or Similar.
9 11kV Cable End Termination & Jointing IS: 13573/1992 Raychem, M-Seal, Xicon brand of
kits Part-1,2&3/2011 CCI, 3M, Densons (Yamuna) or
Similar.
10 Relays IS: 3231(Part-0&1)/1986 (Part-2&3)/1987 Siemens, L&T, Alsthom, ABB,
BHEL, Jyoti, GE or Similar.
11 Luminaries, MH, HPSV, T-5 fittings, CFL IS: 9974(Part-1)/1981 for HPSV Phillips, Crompton, Bajaj, GE,
& related accessories IS:15111/2002 for CFL Osram, Wipro or Similar.
12 PVC insulated Elect. Wires Sheathed/ IS: 694/2010 for PVC cable Finolex, Asian, Fort Gloster, CCI,
unsheathed, PVC flexible LT cable, NICCO, Universal, RPG, INCAB or
multicore, single core, Flat cable for Similar.
submersible pumps
13 Current Transformer IS: 2705/1992 Automatic Electric, CGL, MECO,
Siemens, L&T, Schneider or
Similar.
14 On line UPS, Servo Stabilizer, Inverter, IS:13314/1992 for Inverter AEI, BHEL, Hind Rectifier, L&T,
CVT IS:11260/1985 for voltage Stabilizer NGEF, Siemens, Autometer,
Pyramid, APC, Luminous,
Microtech, TATA Libert or Similar.
15 Rotary Switches. Selector Switches Relevant IS Kaycee, L&T, GE, ABB, Siemens, or
Similar.
16 Exhaust fan/Air Circulator/ Bracket & IS: 374/1979 for ceiling fan Crompton, GEC, Usha, Philips,
Pedestal fans/Ceiling fan IS: 2312/1967 for Exhaust fan Bajaj, Polar, Orient or Similar.
17 Galvanized High Mast Tower / Tubular IS:875(Part-3)/1987 for High mast Structure, Bajaj, Philips, GE, CGL or Similar.
pole/ Octagonal pole for general BSTN-10025/1993 for High Mast Shaft,
purpose lighting IS:2026 for other component
IS: 2629/1985,
BSEN ISO- 1461 for Galvanization
13
Tender No. EL/50/13/2023-24

18 Electronic Energy Meter IS:13779/1999 L&T, IMP, HPL, Secure, ABB,


IEC:62053-21 Enercon or Similar.
19 Central Air Conditioning Plants IS: 8148/2003 for package type. Voltas, Blue Star, Carrier, Hitachi, O
&Package type plant IS: 1391/1992 for Room Air Conditioners. General, Mitsubishi or Similar.

20 Capacitors- PF correction for Electrical IS:13340/1993 ABB, BHEL, Unistar, WS Insulators,


General Services IS:13341/1992 L&T, Hind Rectifier, Voltas,
Siemens, Schneider, or Similar.
21 DG Sets- Portable IS: 13364(Part-1)/1992 for Alternator Birla Yamaha, CGL, Shriram Honda
IS:10001/1981 for Diesel Engine or Similar.

22 DG Engine IS:13364/1992 For Alternator Cummins, Kirloskar, Wartsila,


Caterpillar, Ashok Leyland or
Similar.
23 Alternator for DG set IS:4722/2001 KEC, CGL, Stamford, Kirloskar-
IS:4728/1975 Green or Similar.

24 Induction Motor IS:325/1996 Bharat Bijlee, BHEL, CGL, GE,


IS:12615/2011 Jyoti, Kirloskar, Siemens, ABB,
ASHIKA, NGEF, Alsthom or Similar.
25 LT Switchgear & control gears- IS:13947(Part1)/1993 ABB, CGL, Jyoti, L&T, NGEF,
Contactors & motor starters, Energy IS:13947(Part4)/1993 Siemens, Legrand, BCH, Standard,
Efficient Soft Starter panel/ Earthing IS:13947 (Part-5)/2004 GEC, BHEL, Schneider or Similar.
Switch, Single phase preventer
26 Pumps- Submersible IS: 8034/2002 for submersible pump sets IS: Calama, CGL, Jyoti, Kirloskar, KSB
9283/1995 for motors of submersible pump or Similar.
sets
IS: 14220/1994 for open well submersible
pump sets
27 Timers- electronic solid state IEC: 60947(2004) ABB, BHEL, GE, Jyoti, L&T, BCH,
Siemens, Legrand or Similar.
28 Water Coolers IS: 1475 Part-1/2001 Blue Star, Kelvinator, Shriram,
IS:1475/2005 Voltas or Similar.
29 Electrical accessories (Piano switch, IS: 3854/1997 for switches SSK (Top line), Anchor (Penta-
Plugs & sockets, ceiling rose, Angle IS: 1293/2005 for plugs & sockets ornet), Precision (Prime),
holder, holders, Modular switch and IS: 371/1999 for ceiling rose CONA(Nice-Indian), Legrand, ABB
socket) IS: 1258/2005 for lamp holder Bakelite or Similar.

30 Bell Buzzer IS:2268/1994 or latest CONA, MAX, Anchor, SSK or


Similar.
31 Electronic fan regulator IS:11037/1984 Anchor, Usha, ERIK, Leader or
Similar.
32 Solar cell/Module system IS: 12834/1989 TATA BP, BEL, BHEL, REIL,
IEC 61215/2005 MOSER BEAR, CEL or Similar.
IEC 60904-2006
33 Solar Lighting system RDSO/PE/SPEC/PS/0093-2008, Rev. ‘O’ – -----
Amendment ‘1’
34 GI/MS Pipe IS: 1239(Part-1)/1990 TATA, Jindal, Prakash, Surya or
Similar.
35 Geysers IS:2082/1993 Bajaj, Usha, Crompton, Recold,
Venus or Similar.
36 Lifts & Escalators IS-14665/2000 for Lift OTIS, ThyssenKrupp, Shindler,
RDSO/2013/EM/SPEC/0016 Rev (0) for Lift KONE, Mitsubishi or Similar.
(Elevator)
RDSO/PE/SPEC/TL/0095-2008 Rev (0) for
Escalator
37 LEDs IS: 16101-2012,IS: 16102-2012 Part-1,2 IS: NICHIA, OSRAM, SEOUL
16103-2012 SEMICONDUCTOR, PHILLIPS
LUMILEDS, LEDNIUM or Similar.
38 Solar Water Heaters RDSO/PE/SPEC/PS/0094-2008 Rev ‘0’ As per MNRE approved sources.
39 Solar Distilled Water Plants Relevant IS As per MNRE approved sources.
40 Energy savers used for lighting loads RDSO/PE/SPEC/PS/0083-2008 Rev. ‘0’ As per MNRE approved sources.
41 Air Cooling Plants Relevant IS for its concern equipments Voltas, Blue Star, Carrier or Similar.
14
Tender No. EL/50/13/2023-24

42 Battery Charger for other than battery IS:2026/2011-power transformer Hind Rectifier, Usha Rectifier,
room for Train Lighting IS:3895/1966 Suresh Electrical, Pyramid,
IS:3136/1965 Automatic Electric, Trinity Elect.,
IS:4540/1968 Universal Ind. Products, Venus
Engg., RS Power or Similar.
43 Battery Charger for battery room As per RDSO specification having re- Amar Raja, Exide, RS Power or
generation facility Similar.
44 PVC Conduit pipe & Casing capping for IS:9537/2000 Precision, A.K.G., Polycab, Finolex,
electrical wiring Prestoplast or Similar.
45 Aluminium Ladders IS:4571/1977 Sumer, Beatfire or Similar.
46 LT Panels IS: 2147-1952 IS:2675-1966
47 Air Curtain Relevant IS Aircon, ALMONARD, Technocrate,
Thermadyne, Mitzwak or Similar.

In addition to standard reference of list for make of product of Annexure-A except S. No.-29 will be dealt as per S. No.48.

S. N. Item Relevant Standards/ specifications (Latest Reference Makes


Ver.)
48 Modular type switch and socket 1. IS:3854 for Switch 1. ESS ESS KAY, MK (Honey well),
2. IS:1293 for Socket Crabtree make as per para 3.7 of
RDSO specification RDSO/PE
/SPEC/TL /0142-2010 (Rev-0) similar
for laptop/mobile charging points.
2. To be procured from any ICF/RCF
approved sources.

49 Thin walled E-beam copper cable RDSO spec No. RDSO/ SPEC /ELC/0019 As per latest RDSO approved sources.
(Rev. 2) Feb 2011 or latest
50 Flexible polyamide conduit pipe RDSO spec. No. RDSO/PE/ SPEC/AC /0138- As per latest RDSO approved sources.
2009 (Rev-1) or latest
51 PVC saddles / Tube clamps RDSO spec. No. RDSO/PE/ SPEC/AC /0138- As per latest RDSO approved sources.
2009 (Rev-1) or latest
52 Lugs / Crimping sockets / Thimble EDTS-200, EDTS-201 To be procured from any ICF/RCF
approved sources.
52 Fire retardant type cotton insulation tape ICF specification No. ICF/ELEC/921 corr. slip To be procured from any ICF/RCF
for Electrical purpose to be used in TL & No. 1 (Rev- 0). approved sources.
AC coaches
53 Decorative thermosetting synthetic RDSO STR No.CK-514 Rev-0, amendment As per latest RDSO approved sources.
bonded resin laminated sheet slips No-4 of Oct-2013,
Sample code NAC -SP-05 for Non AC
coaches (Blue)

54 Decorative thermosetting synthetic RDSO STR No.CK-514 Rev-0, amendment As per latest RDSO approved sources.
bonded resin laminated sheet slips No-4 of Oct-2013,
Colour shade Star dust grey (White)

55 Decorative thermosetting synthetic RDSO STR No.CK-514 Rev-0, amendment As per latest RDSO approved sources.
bonded resin laminated sheet slips No-4 of Oct-2013,
Sample code NAC -SP-02 for AC coaches
(Yellow).

56 Natural Fibre Thermo set Composite RDSO STR No. C-K511 Rev-0 of Oct. 2005 As per latest RDSO approved sources.
(NFTC) sheet for Roof Panelling of with amendment no. 02 of Jan. 2010.
Railway Passenger Coaches ( Limpet
sheet)

END OF DOCUMENT

You might also like