1628688534283-Sor Complete New
1628688534283-Sor Complete New
i
v:.k dqekj mRrj e/; jsyos
NORTH CENTRAL RAILWAY
xaXkk dkEiysDl] mRrj e/; jsyos eq[;ky;
Arun Kumar Ganga Complex, NCR Head Quarter
iz/kku eq[; flxuy ,oa nwjlapkj lwcsnkjxat] iz;kxjkt - 211 015
bathfu;j Subedarganj, Prayagraj-211 015
PRINCIPAL CHIEF SIGNAL & TELECOM ENGINEER Tel.: 0532-2230114 (BSNL), 035-23701 (Rly)
Fax: 0532-2435300 (BSNL), 035-23912(Rly)
Preface
A lot of work like quadrupling/tripling/doubling of line, automatic signaling, replacement
works of mechanical signaling and EI etc. are being done by S&T open line, PU and
Construction units. So preparation of estimate quickly and prepare tender schedule and award of
contracts expeditiously is the need of the hour. Time taken for preparation of estimate and tender
schedule also affect the project time line. Availability of Schedule of Rate (SOR) helps to
prepare estimate and tender schedule expeditiously. Therefore need was felt to prepare and issue
a SOR of S&T items for NCR.
S&T SOR has been prepared by a committee of three JAG level officers (Dy.CSTE/HQ
technical member, Dy.CSTE/P-I technical member and Dy.FA&CAO/F&B as finance member)
under overall guidance of one SAG officer (CSTE/Pr-IV) as nodal officer.
This is a first time that SOR has been prepared by S&T Department in NCR. All efforts
have been made to make SOR comprehensive, exhaustive and precise yet some errors might
have occurred. Suggestion for improvement or inclusion or correction of any item may be
intimated to CSTE/Works/NCR.
The SOR will be applicable for all S&T works in construction, Project unit as well as
open line in NCR.
Prayagraj
Date : 30 June, 2021 (Arun Kumar)
ii
iii
իᱫ֒᭟֑֧֒ ֧֔֗
1RUWK&HQWUDO5DLOZD\
ᮧ։֞֊շ֑֞֞ᭅ֑֚֔֟ձ֗եֈ֢֚֟֗֏֞չ
չեչ֞ᳯ֚֒֒~֢֚֎֧ֈ֞֒չեվ
ᮧ֑֞չ֒֞վ
+4 V2IILFH 6 7%UDQFK
*DQJD3DULVDU6XEHGDUJDQM
3UD\DJUDM
1R1&53ROLF\625 'DWH
6U'67(V$OO35<-$*& -+6GLYLVLRQV
'\&67(&$OO35<-$*& -+6GLYLVLRQV
'\&67(3URMHFW$OO35<-$*& -+6GLYLVLRQV
1RUWK&HQWUDO5DLOZD\
6XE 6 76FKHGXOHRI5DWHV 625 IRU1RUWK&HQWUDO5DLOZD\
7KH 6FKHGXOH RI 5DWHV 625 RI 6LJQDOOLQJ DQG 7HOHFRPPXQLFDWLRQ 6 7
LWHPVIRU1RUWK&HQWUDO5DLOZD\KDVEHHQDSSURYHG7KLV625VKDOOEHDGRSWHGE\DOO
WKHGLYLVLRQVDQGILHOGXQLWVZLWKLPPHGLDWHHIIHFW
Digitally signed by PRAFULL
CHANDRA PANDEY
Date: 2021.05.19 16:14:03 +05'30'
3&3DQGH\
&67(3,,
&RS\WR
3&67(1&53)$ &$21&5)RUNLQGLQIRUPDWLRQSOHDVH
&67(&1&5&67(&R38&67(3,,&67(3,,,)$ &$2) %1&5)RU
NLQGLQIRUPDWLRQDQGQHFHVVDU\DFWLRQ
6U')0$OO35<-$*& -+6)RULQIRUPDWLRQSOHDVH
'\)$ &$2&, &,,35<-1&5)RULQIRUPDWLRQSOHDVH
iv
DOCUMENTATION CONTROL
v
INDEX
07. Track Circuit (DC TC, Axle counter, BPAC, UFSBI) 21-26
vi
Chapter-1
Electronic Interlocking, Drawings
1
Item Item Descriptions Unit Rate
No.
01002 Modification/Alteration in existing EI (Electronic Interlocking) as per
latest RDSO guidelines/TAN. It includes: Design and modification
in existing Interface and Interlocking circuits and logic of EI system
including modification in the VDU(Video Display Unit)/ LCP(Local
Control panel)/ CCIP (Control cum Indication Panel), Maintenance
terminal (MPC), Data Logger, Relay rack wiring. The complete work
should comply with the latest RDSO specifications and guidelines and
as per approved SIP and circuit diagrams. All the material (Interface
cards / relays / wiring material / connectors / fuses / communication
devices etc.) shall be provided by the contractor. The work also in-
cludes the supply of modified Selection table, Interface Circuits, VDU/
LCP/CCIP diagram etc. to suit the modified SIP. It also includes the
carrying out of FAT, SAT (as applicable) jointly with Railways and sat-
isfactory commissioning. All plans/drawings/circuits etc. should be
prepared on AUTO CAD, soft copy to be supplied on Pen Drive and
06 sets of hard copies also to be supplied.
(A) Alteration involving modification in up to 10 routes. Per Alteration 1716057.91
(B) Alteration involving modification from 11 up to 20 routes. Per Alteration 2656348.30
(C) Alteration more than 20 routes Per Route 265634.83
01003 (a) Design, preparation and supply of the following Technical docu- Per station 177255.96
ments:
(i) Installation, Testing, Commissioning and Maintenance manuals
(ii) Functioning and System overview manuals
(b) Design, preparation and supply of the following the following
completion documents:
(i) Application Logic circuits
(ii) VDU/CCIP/LCP diagram
(iii) Interface Circuit/Wiring diagrams consisting of Relay contact
analysis chart, Relay disposition chart, Relay contact to contact wire
list chart, LCP/VDU/CCIP cable termination chart, Power supply di-
agram, Electronic signalling equipment and Power supply layout di-
agram, Relay rack and Cable termination rack layout diagram, Relay
rack and Cable termination rack particulars, Fuse, Resistors, Conden-
sors etc. particulars, Details of Analog and digital inputs to be supplied
to Data logger, Block wiring diagram (if applicable), Wiring diagrams
for SSDAC or HASSDAC or MSDAC or BPAC (if applicable)
(iv) Cable Route plan with overlaid Location Boxes placement (As per
NCR HQ Drg. No. TYP/14/0017 issued vide letter No. S&T/NCR/
DRG/TYP dtd 29.12.2014)
(v) Cable Core plan with overlaid Location box placement
(vi) Location huts/Goomties wiring diagrams (if applicable)
2
Item Item Descriptions Unit Rate
No.
(vii) Location boxes wiring diagrams
(viii) Track circuit bonding plan
(ix) Earthing particulars plan
(x) Signal Interlocking plan (SIP)
(xi) Station working rule diagram (SWRD)
(xii) Station working rule (SWR)
(xiii) Selection table/ Route control chart
All the above completion documents should be supplied as follows: (i)
Two sets initially for approval and commencement of work (ii) One
set in soft copy (in editable AUTO CAD format) in Pen drive. (iii)
One set of Original tracings (iv) Six sets of final ‘As Made’ completion
plans/diagrams in proper bounded form
01004 Supply of embedded fanless PC based Maintenance terminal/Datalog- No. 388599.47
ger terminal as per RDSO spec. No. RDSO/SPN/192/2019 Ver. 2.0 or
latest & RDSO TAN No. - STS/E/TAN/3007 version 1 dated:02.11.12 .
The size of VDU shall be minimum 42 inch, LED 4K resolution. Note:
One table of suitable size along with revolving chair should be sup-
plied with Maintenance terminal (make Godrej/Methodex or similar
of reputed make)
01005 Installation, wiring, testing and commissioning of embedded fanless No. 97149.87
PC based Maintenance terminal/Datalogger terminal as per RDSO
spec. No. RDSO/SPN/192/2019 Ver. 2.0 or latest & RDSO TAN No.
- STS/E/TAN/3007 version 1 dated:02.11.12 supplied vide SOR item
01004.
01006 Design, Suppy, installation,wiring and commisioning of housing as No. 12271.93
per systematic arrangement given by work incharge for both the oper-
ating consoles AC cabinet with PC ,VDU display, mouse and keyboard
with suitable work space and sitting arrangement for operator as per
Drg No. TYP/16/0007. Final layout of the VDU table shall be as per
the size of the VDU and should be customised as per ASM room’s
space. Wooden block counter made of teak wood frame and 3 mm
thick waterproof plywood with formica finish on top on all four sides,
having two compartments inside and two doors on opposite sides.
01007 Installation, Wiring, Testing & Commissioning of complete Electron-
ic Interlocking system as per RDSO specification No. RDSO/SPN/
192/2019 ver. 2.0 or latest with Hot Standby arrangement for func-
tioning of EI system, supplied vide Item No. 01001 of SOR, including
transportation of required materials from consignee’s depot to site,
erection and grouting of EI Relay Racks, fixing and wiring of all the
interfacing relays (Vital & Non-Vital), installation and wiring of Mi-
croprocessor equipments, interface equipments, power supply equip-
ments and all other associated accessories to make complete EI system
3
Item Item Descriptions Unit Rate
No.
to be functional, FAT and SAT, Technical Advisory Notes (TAN) is-
sued by RDSO time to time on installation practices of EI are to be
complied.
(A) For a 3 line/road station Per Station 629289.28
(B) For a 4 line/road station Per Station 629289.28
(C) For a 5 line/road station Per Station 629289.28
(D) For a 6 line/road station Per Station 629289.28
01008 Provision of Ring Earth for EI system, consisting of 06(six) number Lot 322418.49
of maintenance free earths, which includes supply of all components
of earthing & bonding system like earth electrode, earth enhance-
ment materials, earth pit, equi-potential earth bus bar, connecting
cables and tape/strips and other associated accessories in accordance
with RDSO Spec. No. RDSO/SPN/197 Ver.1.0 or latest and provision
of earth pits to be connected in a ring to achieve less than 01(One)
ohm earth resistance for connecting EI equipments, relay racks,
panel, power equipments as per RDSO TAN No. STS/E/TAN/3006
dated 02.11.2012. Diagram of ring earth should be supplied to Railway
for approval before execution. All related materials as recommended by
RDSO in Spec. No. RDSO/SPN/197 Ver. 1.0 or latest, will be supplied
by the contractor. Note: If due to site condition (high soil resistivity,
larger size of EI room etc.) more than six maintenance free earths are
required then the rate of payment for each such extra individual earth
shall be done as per the rates of SOR items 13002 and 13003 (Earth-
ing Items SOR). No other payment for any other material/accessory/
fixture etc. shall be admissible for such extra maintenence free earths.
Important Note for Item No. 01001 above
Note-(1) Data Logger, as per RDSO spec. No. IRS: S-99/2006 (Amndt-3) or better, shall be supplied
separately in the contract and not as a part of the EI breakup. The number of analog and digital inputs
requirement shall be clearly specified by Railway executive. No separate PC to be supplied for Data logger.
Note-(2) The size of the VDU for Operating Console has been considered as 42” for cost calculation. In
case if a larger size VDU is required due to larger yard, Railway executive is advised to do a rate analysis
for the difference in the cost of the 42” and larger VDU while justifying rates in Estimate/TC etc.
Note-(3) The necessary furniture for Video terminal i.e. Video table model Companion C3D or similar
and revolving chair PCH-5002T of GODREJ make or similar shall be supplied by the contractor at his
own cost. It should be supplied after the approval of the Railway Site supervisor incharge.
Note-(4) The incremental cost of supply of hardware and design payable to the contractor, upon change
in the tentative SIP, shall be as per (4)(A) and (4)(B) below:
(4)(A) Hardware cost: (a) For an increase in number of Vital input and output bits up to 10% over and
above the tentative SIP’s Vital input and output bits, any additional hardware cost, if required, shall not
be payable and the cost shall be borne by the contractor (b) Any additional hardware required due to
increase of Vital Input and Output bits by more than 10% of the tentative SIP’s Vital input and output
bits shall be payble to the contractor. Additional equipment cost shall be paid as per rates of various
4
equipment/cards of EI quoted by contractor in the EI breakup.
(4)(B) Design cost:(a) For an increase in number of Vital Input and Output bits up to 25% over and
above the tentative SIP’s Vital input and output bits, no additional design cost shall be payable (b) For
an increase in number of Vital Input and Output bits more than 25% and upto 50% over and above the
tentative SIP’s Vital input and output bits, 10% additional design cost shall be payable (c) For an in-
crease in number of Vital Input and Output bits more than 50% and upto 75% over and above the ten-
tative SIP’s Vital input and output bits, another 10% additional design cost shall be payable and so on.
5
Chapter - 2
Data Logger and RTU
7
Item Item Descriptions Unit Rate
No.
02009 Supply of Micro Processor based Data Logger System with 1024 digital inputs No. 521440.00
and 32 analog inputs with protocol converter as per RDSO Spec. No. IRS (S)
99/2006 (Amnd. 3) or latest. It includes supply of all the items required for
complete indoor relay room wiring from data logger to relay rack tag blocks,
drawing/extension of power supply upto Data Logger. It includes relay room door
lock checking arrangement, commercial power supply monitoring arrangement
& monitoring of DG sets, ELD, IPS, UFSBI, BI, interlinking and networking of
Data logger. Note: Total numbers of relays and other signalling functions/gears
required to be wired as per list circulated vide RDSO Letter No. STS/E/Data log-
ger dtd.12.09.2011 or latest guidelines.
02010 Installation, testing and commissioning of Micro Processor based Data Logger No. 98866.67
System with 1024 digital inputs and 32 analog inputs with protocol converter
as per RDSO Spec. No. IRS (S) 99/2006 (Amnd. 3) or latest. It includes supply
of all the items required for complete indoor relay room wiring from data logger
to relay rack tag blocks, drawing/extension of power supply upto Data Logger. It
includes relay room door lock checking arrangement, commercial power supply
monitoring arrangement & monitoring of DG sets, ELD, IPS, UFSBI, BI, inter-
linking and networking of Data logger. It also includes installation of leased
line MODEM and other interfacing cards, if required for networking of Data
Logger. Note: Total numbers of relays and other signalling functions/gears re-
quired to be wired as per list circulated vide RDSO Letter No. STS/E/Data logger
dtd.12.09.2011 or latest guidelines.
02011 Supply of Micro Processor based Data Logger System with 1024 digital inputs No. 603937.58
and 64 analog inputs with protocol converter as per RDSO Spec. No. IRS (S)
99/2006 (Amnd. 3) or latest. It includes supply of all the items required for com-
plete indoor relay room wiring from data logger to relay rack tag blocks, draw-
ing/extension of power supply upto Data Logger. It includes relay room door
lock checking arrangement, commercial power supply monitoring arrangement
& monitoring of DG sets, ELD, IPS, UFSBI, BI, interlinking and networking of
Data logger. Note: Total numbers of relays and other signalling functions/gears
required to be wired as per list circulated vide RDSO Letter No. STS/E/Data log-
ger dtd.12.09.2011 or latest guidelines.
02012 Installation, testing and commissioning of Micro Processor based Data Logger No. 109866.67
System with 1024 digital inputs and 64 analog inputs with protocol converter
as per RDSO Spec. No. IRS (S) 99/2006 (Amnd. 3) or latest. It includes supply
of all the items required for complete indoor relay room wiring from data log-
ger to relay rack tag blocks, drawing/extension of power supply upto Data Log-
ger. It includes relay room door lock checking arrangement, commercial power
supply monitoring arrangement & monitoring of DG sets, ELD, IPS, UFSBI, BI,
interlinking and networking of Data logger. It also includes installation of leased
line MODEM and other interfacing cards, if required for networking of Data
Logger. Note: Total numbers of relays and other signalling functions/gears re-
quired to be wired as per list circulated vide RDSO Letter No. STS/E/Data logger
dtd.12.09.2011 or latest guidelines.
8
Item Item Descriptions Unit Rate
No.
02013 Supply of Micro Processor based Data Logger System with 1536 digital inputs No. 549210.00
and 32 analog inputs with protocol converter as per RDSO Spec. No. IRS (S)
99/2006 (Amnd. 3) or latest. It includes supply of all the items required for com-
plete indoor relay room wiring from data logger to relay rack tag blocks, draw-
ing/extension of power supply upto Data Logger. It includes relay room door
lock checking arrangement, commercial power supply monitoring arrangement
& monitoring of DG sets, ELD, IPS, UFSBI, BI, interlinking and networking of
Data logger. Note: Total numbers of relays and other signalling functions/gears
required to be wired as per list circulated vide RDSO Letter No. STS/E/Data log-
ger dtd.12.09.2011 or latest guidelines.
02014 Installation, testing and commissioning of Micro Processor based Data Logger Sys- No. 133500.00
tem with 1536 digital inputs and 32 analog inputs with protocol converter as per
RDSO Spec. No. IRS (S) 99/2006 (Amnd. 3) or latest. It includes supply of all the
items required for complete indoor relay room wiring from data logger to relay rack
tag blocks, drawing/extension of power supply upto Data Logger. It includes relay
room door lock checking arrangement, commercial power supply monitoring ar-
rangement & monitoring of DG sets, ELD, IPS, UFSBI, BI, interlinking and network-
ing of Data logger. It also includes installation of leased line MODEM and other in-
terfacing cards, if required for networking of Data Logger. Note: Total numbers of
relays and other signalling functions/gears required to be wired as per list circulated
vide RDSO Letter No. STS/E/Data logger dtd.12.09.2011 or latest guidelines.
02015 Supply of Micro Processor based Data Logger System with 2048 digital inputs and No. 649410.00
32 analog inputs with protocol converter as per RDSO Spec. No. IRS (S) 99/2006
(Amnd. 3) or latest. It includes supply of all the items required for complete indoor
relay room wiring from data logger to relay rack tag blocks, drawing/extension of
power supply upto Data Logger. It includes relay room door lock checking arrange-
ment, commercial power supply monitoring arrangement & monitoring of DG sets,
ELD, IPS, UFSBI, BI, interlinking and networking of Data logger. Note: Total num-
bers of relays and other signalling functions/gears required to be wired as per list cir-
culated vide RDSO Letter No. STS/E/Data logger dtd.12.09.2011 or latest guidelines.
02016 Installation of Micro Processor based Data Logger System with 2048 digital inputs No. 191000.00
and 32 analog inputs with protocol converter as per RDSO Spec. No. IRS (S) 99/2006
(Amnd. 3) or latest. It includes supply of all the items required for complete indoor
relay room wiring from data logger to relay rack tag blocks, drawing/extension of
power supply upto Data Logger. It includes relay room door lock checking arrange-
ment, commercial power supply monitoring arrangement & monitoring of DG sets,
ELD, IPS, UFSBI, BI, interlinking and networking of Data logger. Note: Total num-
bers of relays and other signalling functions/gears required to be wired as per list cir-
culated vide RDSO Letter No. STS/E/Data logger dtd.12.09.2011 or latest guidelines.
02017 Supply of Multi port Front End Processor (8 port) as per RDSO Spec. No. IRS (S) No. 207600.82
99/2006 (Amdt. 3) or latest.
02018 Installation, testing and commissioning of Multi port Front end processor (8 No. 32033.33
port) as per RDSO Spec. No. IRS (S) 99/2006 (Amdt. 3) or latest.
02019 Supply of RS232 Serial communication to Optical fibre media converters as per No. 62760.00
RDSO Spec. No. IRS (S) 99/2006 (Amdt. 3) or latest.
9
Item Item Descriptions Unit Rate
No.
02020 Supply of Dual card E1 Converter as per RDSO Spec. No. IRS (S) 99/2006 (Amdt. No. 61186.67
3) or latest.
02021 Supply of External E1 to Serial Converter as per RDSO Spec. No. IRS (S) 99/2006 No. 52400.00
(Amdt. 3) or latest.
02022 Supply of T-Networking Modem for connecting RTU with existing Data logger/ No. 22963.58
RTU as per RDSO Spec. No. IRS (S) 99/2006 (Amdt. 3) or latest.
02023 Supply of Centralized monitoring data logger networking system as per RDSO Set 365743.70
Specification No.IRS: S-99/2006 (Amndt. 3) or latest for centralized acquisition of
data from individual remote stations. This includes supply of Multi Front End Pro-
cessor (FEP) and Dual Leased Line Modem required for data loggers networking
as per technical specifications. The item also covers supply of PC based Failure
Analysis System (FAS) as per technical specification. It includes supply of 27-inch
LED monitor & Network Management Software (NMS), Supply of On Line UPS
(of proper capacity with 1 hr back up,) Central Monitoring Unit (CMU) etc for
on line system monitoring. Technical Specifications are as per list circulated vide
RDSO Letter No. STS/E/Data logger dtd.12.09.2011 or latest guidelines.
02024 Installation, testing and commissioning of Centralized monitoring data logger net- Set 91435.93
working system as per RDSO Specification No.IRS: S-99/2006 (Amndt. 3) or latest
for centralized acquisition of data from individual remote stations. This includes in-
stallation of Multi Front End Processor (FEP) and Dual Leased Line Modem required
for data loggers networking as per technical specifications. The item also covers in-
stallation of PC based Failure Analysis System (FAS) as per technical specification.
It includes installation of 27-inch LED monitor & Network Management Software
(NMS), On Line UPS of proper capacity with 1 hr back up, Central Monitoring Unit
etc for on line system monitoring. Technical Specifications are as per list circulated
vide RDSO Letter No. STS/E/Data logger dtd.12.09.2011 or latest guidelines.
02025 Preparation of Station specific Train Arrival and Departure Logics for a six road No. 191940.87
station or less
02026 Preparation of Station specific Train Arrival and Departure Logics for a seven No. 260410.09
road station to ten road station
02027 Embedded software modification in Data Logger to communicate with the Data en- No. 38653.47
try terminal of the ASM and pass the information through the Data Logger network.
02028 Embedded software modification in (1) FEP in test room and (2) CMU in test No. 119646.47
room, to accept and transfer the relevant station data to a client PC.
02029 Testing and Commissioning of the entire system No. 56286.79
02030 Supply of USB to Serial converter, of reputed make as Efftronics, MOXA, ATEN No. 3812.89
or similar.
02031 Supply of Data Entry terminal for entry of train details by ASM/SM and commu- No. 198014.56
nicating the same to the CMU via Data logger at station, with latest configuration
as follows: Minimum 21.5 inch monitor, Processor i7 (Minimum 12 MB cache,
up to 4.7 GHz), Windows 10, 64 bit Operating system, Minimum 512 MB SSD
Boot drive, Minimum 1 TB Hard drive(Storage drive), Minimum 8GB DDR4
RAM, Serial, Ethernet, USB, HDMI ports and SD card reader port.
10
Chapter-3
Relays (Indoor and Outdoor)
Item Item Descriptions Unit Rate
No.
03001 Q-Series LED ECR (Universal Type i.e.QECX-61), 4F/4B complete with plug No. 6816.49
board(base plate), connectors, retaining clips etc and conforming to BRS:941A
STS/E/RELAYS/AC LIT LED SIGNAL/09-2002, Amdt.-1 or latest and RDSO
Spec.No.IRS:S-34, S-23 or latest, as applicable. The interlocking code for this unit
shall be "ABDHK".
03002 Q-Series Neutral Line Relay, Non-AC immunised, (QN1 Type), 8F/8B, 24V No. 4066.67
DC complete with plug board(base plate), connectors and retaining clips etc and
conforming to BRS- 930 and RDSO Specn.No.IRS:S-34 ,S-23, S-60 or latest, as
applicable. The interlocking code for this unit shall be "ABCDF".
03003 Q-Series Neutral Line Relay, Non-AC immunised, (QN1 Type), 12F/4B, 24V No. 3950.57
DC complete with plug board(base plate), connectors and retaining clips etc and
conforming to BRS- 930 and RDSO Specn.No.IRS:S-34, S-23, S-60 or latest, as
applicable. The interlocking code for this unit shall be "ABCDE".
03004 Q-Series Line Relay (QNA1 Type),AC immunized, 8F/8B, 24 V DC along with No. 4456.85
plug board (base plate), connectors, retaining clips etc and conforming to BRS-
931A and RDSO Specn.No.IRS:S-34, S-23 , S-60 or latest, as applicable. The in-
terlocking code for this unit shall be "ABDGH".
03005 Q-Series Line Relay (QNA1 Type), AC immunized, 12F/4B, 24 V DC along with No. 3926.78
plug board (base plate), connectors, retaining clips etc and conforming to BRS-
931A and RDSO Specn.No.IRS:S-34, S-23, S-60 or latest, as applicable. The in-
terlocking code for this unit shall be "ABDFH".
03006 DC neutral line relay QNA1K, AC immunised, DC neutral line 24V, 6F/6B con- No. 4261.46
tacts, complete with plug board, retaining clip and connectors. Conforming to
BRS:931A & RDSO letter No. STS/E/Relays/UEA/PI dated 30.05.97 Annexure II
and IRS:S34, IRS:S23 , IRS:S-60 or latest, as applicable. The interlocking code for
this unit shall be "CDEKY".
03007 Q-Series Track Relay (QTA2 Type), AC immunized, 9 Ohms, 2F/1B along No. 3804.98
with plug board (base plate), connectors, retaining clips etc and conforming to
BRS:939A & 966(Appendix F2) or latest and RDSO Specn.No.IRS:S-34, S-23 ,
S-60 or latest, as applicable. The interlocking code for this unit shall be "FGHKX".
03008 Q-Series Neutral Line Relay(QSPA1 Type), AC immunised, 24V DC,8F/4B along No. 6059.16
with plug board (base plate), connectors, retaining clips etc and conforming to
BRS-933A and RDSO Specn.No.IRS:S-34, S-23, S 60 or latest, as applicable. The
interlocking code for this unit shall be "ABDEJ".
03009 Contactor Unit (QBCA1 Type), 24 V DC, 2HF/4B complete with plug board(base No. 6825.47
plate), connectors, retaining clips etc and conforming to BRS- 943 and RDSO
Specn.No.IRS:S-34, S-23 , S-60 or latest, as applicable. The interlocking code for
this unit shall be "BCEJK".
11
Item Item Descriptions Unit Rate
No.
03010 Q-Series Twin Neutral Line Relay(QNNA1 Type), AC immunised, 6F/2B, 24V No. 4877.12
DC complete with plug board(base plate), connectors and retaining clips etc and
conforming to BRS-960 and RDSO Specn.No.IRS:S-34, S-23, S-60 or latest as
applicable. The interlocking code for this unit shall be "CDEHX".
03011 Q-Series Twin Neutral Line Relay(QNNA1 Type), AC immunised, 4F/4B, 24V No. 5582.47
DC complete with plug board(base plate), connectors and retaining clips etc and
conforming to BRS-960 and RDSO Specn.No.IRS:S-34, S-23, S-60 or latest, as
applicable. The interlocking code for this unit shall be "ACDHJ".
03012 Q-Series Magnetically Latched Neutral Line Relay (QL1 Type), 11F/4B,24V DC No. 5985.46
complete with plug board(base plate), connectors and retaining clips and con-
forming to BRS-935A and RDSO Specn.No.IRS:S-34, S-23 or latest, as applicable.
The interlocking code for this unit shall be "ABDEG".
03013 Q-Series Magnetically Latched Neutral Line Relay (QL1 Type), 8F/6B, 24V DC No. 5806.83
complete with plug board(base plate), connectors and retaining clips and con-
forming to BRS-935A and RDSO letter No. SGW/R.102/Q Relay dated 08.12.2016
of S&T Wksp/PTJ and RDSO Specn.No.IRS:S-34, S-23 or latest, as applicable.
The interlocking code for this unit shall be "ABCEG".
03014 Q-Series Twin Neutral Line Relay(QNN1 Type), 6F/2B, 24V DC complete with No. 5556.23
plug board(base plate), connectors and retaining clips etc and conforming to
BRS-960 and RDSO Specn.No.IRS:S-34, S-23 or latest, as applicable. The inter-
locking code for this unit shall be "ACDEK".
03015 Supply of Key Lock Checking Relay (KLCR) working on 24V DC, AC Immu- No. 8026.84
nized, metal to metal, with different ward combinations and contact configura-
tion 4F/4B with 2 extra ward plates, RDSO spec No. RDSO/SPN/219/2016 Ver
1.0 with Amendment-1 or latest.
03016 Supply and installation of prewired KLCR Box, wooden crank handle lock inside No. 13636.52
box, with 8 way terminal strips, LEDs of approved type, for fixing of EKT on
wooden board inside box form installating KLCRs/EKTs up to 06 No., including
supply of all material like board, handle, hinges, glass sheet etc.
03017 Supply and Installation of Glass fronted Key box for Crank handle etc. it should No. 2459.11
be done as per site supervisor instructions.
03018 Q-Series Twin Neutral Line Relay(QNN1 Type), 4F/4B, 24V DC complete with No. 5664.75
plug board(base plate), connectors and retaining clips etc and conforming to
BRS-960 and RDSO Specn.No.IRS:S-34 & S-23 or latest, as applicable. The inter-
locking code for this unit shall be "ACEHJ".
03019 Fail Safe Electronic Flasher device, 24V DC or 60 V DC, as per RDSO spec. No. No. 11254.77
RDSO/SPN/173/2002, Amdt.2 or latest
12
Chapter - 4
Relay rack, CT Rack items
Item Item Descriptions Unit Rate
No.
04001 Supply of 16/0.2 mm (0.5 sq mm) PVC insulated multi strand, single core, tinned Mtr. 10.88
copper conductor, as per RDSO Specn.No.IRS:S-76/89 (Amnd-3) or latest. Each
coil should be of 100/200/500 Meters length. Colour of the wire will be specified
by the Engineer incharge.
04002 Supply of PVC Insulated, Indoor cable, single core, 1.0 mm, flexible, as per Mtr. 7.06
IRS-S-76/89 (Amndt.-3) or latest. Coil should be of different colours, each in
100 m length.
04003 Supply of 1 x 6 Sq mm (Red/Black/Green) multi strand copper power wire , 85 Mtr. 47.97
conductor each dia 0.30 +/- 0.01 with insulation thickness of 0.8 mm and nomi-
nal conductor resistance of 3.3 ohms/km and test paraMtr.s as per RDSO Specn.
No.IRS:S-76/89 (Amnd.3) or latest. Colour of the wire will be specified by the
Engineer incharge.
04004 Supply of 1 x 10 Sqmm (Red/Black/Green) multi strand copper power wire, 101 Mtr. 125.58
conductor each dia 0.45 +/- 0.01 with insulation thickness of 1.2 mm and nom-
inal conductor resistance of 1.127 ohms/km and test parameters as per RDSO
Specn.No.IRS:S-76/89(Amnd.3) or latest. Colour of the wire which is required
will be specified by the Engineer incharge.
04005 Supply of 1 x 16 Sqmm (Red/Black/Green) multi strand copper power wire as Mtr. 147.77
per IS: 2465/1984 and IS:694:2010 or latest, 101 conductor each dia 0.45 +/- 0.01
with insulation thickness of 1.2 mm and nominal conductor resistance of 1.127
ohms/km and test parameters as per RDSO Specn.No.IRS:S-76/89(Amnd.3) or
latest. Colour of the wire which is required will be specified by the Engineer
incharge.
04006 Supply of 1 x 25 Sqmm (Red/Black/Green) multi strand copper power wire, Co- Mtr. 398.17
lour of the wire which is required will be specified by the Engineer incharge.
04007 Supply and installation of Cable Termination(CT) rack as per drawing of NC No. 48325.51
Railway, complete along with fitting arrangements, wall supports, scaffolding
and suitable grouting arrangements and also with arrangement for fixing four
8-way terminal strips/ Screw less terminals/ ARA terminals. The CT rack shall
be covered with hylum sheet of minimum 10 mm thickness for fixing of 8-way
terminal strips/ Screw less terminals/ ARA terminals. Supply of 8 way terminal
strips/ Screw less terminals / ARA terminals Not covered under this item. Cable
termination rack shall be corrosive resistant and powder coated.
04008 Supply of Fuse auto changeover system for Railway Signaling System as per Set 2248.17
RDSO/SPN/209/2012 Rev.2 or latest for Relay room fuses up to 10 Ampere ca-
pacity for 12V/24V/60V/110V DC and 110V AC systems. The units shall be
mounted on DIN rail in adequate size enclosure as per instructions of Railway
site engineer. Two No. of NO+NC contacts shall be provided for remote moni-
toring. The changeover time shall be less than 1 msec. The audio visual alarm for
main and standby fuses shall be provided. One set means set of each fuse.
13
Item Item Descriptions Unit Rate
No.
04009 Installation wiring testing and commissioning of Fuse auto change over system. Set 159.77
This includes provision of common Buzzer & indication at ASM Room & ESM
Duty Room and painting of fuse details. This also includes fabrication of frame
for installation of FACS at Station/ LC gate where installation of relay racks not
feasible. One set means set of each fuse.
04010 Supply of Tag blocks 120/160/200 way with Polycarbonate cover as per IRS: No. 1414.88
S-77/2006 (Rev. 1) or latest, as per drawing No. SA-24751, SA-24752, SA-24753
respectively. Requirement of the type shall be specified by Railway site Incharge.
04011 Supply of PPTC fuse GP 60-185, UL-94 certification (1.6 Amps) for internal/ No. 10.14
external current. Make Fuzetec, Tyco, Raychem, Littlefuse or similar.
04012 Supply of PPTC fuse GP 60-400, UL-94 certification (12 V/4 Amp) for TF,TR No. 8.56
circuit. Make Fuzetec, Tyco, Raychem, Littlefuse or similar.
04013 Supply of PPTC fuse GP 30-100, UL-94 certification (24 V/ 1.4 Amp) for TPR No. 8.56
circuit. Make Fuzetec, Tyco, Raychem, Littlefuse or similar.
04014 Supply of PPTC fuse GP 250-185, UL-94 certification (24 V/ 4 Amp) 110V AC No. 8.56
for Track Chargers. Make Fuzetec, Tyco, Raychem, Littlefuse or similar.
04015 Supply of Indicative type of fuse inserts with holder, 0.6 Amp, as per IRS S: 78/92 No. 69.37
or latest, make Rapid, Malnad, L&T or similar of reputed make
04016 Supply of Indicative type of fuse inserts with holder, 1.6 Amp, as per IRS S: 78/92 No. 72.40
or latest, make Rapid, Malnad, L&T or similar of reputed make
04017 Supply of Indicative type of fuse inserts with holder, 6/10 Amp, as per IRS S: No. 270.59
78/92 or latest, make Rapid, Malnad, L&T or similar of reputed make
04018 Supply of Indicative type of fuse inserts without holder, 0.6 Amp, as per IRS S: No. 21.70
78/92 or latest, make Rapid, Malnad, L&T or similar of reputed make
04019 Supply of Indicative type of fuse inserts without holder, 1.6 Amp, as per IRS S: No. 20.69
78/92 or latest, make Rapid, Malnad, L&T or similar of reputed make
04020 Supply of Indicative type of fuse inserts without holder, 6/10 Amp, as per IRS S: No. 95.70
78/92 or latest, make Rapid, Malnad, L&T or similar of reputed make
14
Chapter - 5
Power Supply Items
Item Item Descriptions Unit Rate
No.
05001 Supply of uncharged Low Maintenance Lead Acid (LMLA) secondary cell, 2V, 80 No. 3111.75
AH, in dry condition, shelf mounting type, conforming to RDSO Specn. No. IRS:
S-88/2004 or latest, with inter cell connectors, nuts and bolts, washers, micropo-
rous vent plug, float etc.
05002 Charging of Lead Acid Batteries, 2V, 80 AH, with contractors own battery grade No. 247.27
sulphuric acid and distilled water with minimum two charge - discharge cycles,
installation of charged batteries in groups & their connection & wiring. The work
shall be done as per the procedure prescribed by the OEM and extant practice of
N.C.Rly and instruction of Engineer-in-charge. Detailed measurements of initial
charging shall be recorded jointly by contractor & Rly's site-in-charge.
05003 Supply, installation, testing and commissioning of SMPS based Integrated Power No. 1500367.48
Supply (IPS) System as per RDSO Spec. No. RDSO/SPN/165/2012 (Ver. -3.0) or
latest along with surge protection device, status monitoring panel, spares, tool kit,
LMLA battery consisting of 55 plus 5 cells (cells as per RDSO spec. IRS: S-88/2004
or latest) along with battery stand. The configuration of IPS should be as per NCR/
HQ drawing No. TYP/2017/0002-06 for EI station up to 4 lines with Block panel
and LC gate.
This includes transportation to consignee depot, from consignee depot to site,
installation and commissioning of Integrated Power Supply System after duly fill-
ing precommissiong check list jointly by RDSO approved vendor and Railway
representative.
(Item shall be procured through Store)
05004 Supply, installation, testing and commissioning of SMPS based Integrated Power No. 1434308.51
Supply (IPS) System as per RDSO Spec. No. RDSO/SPN/165/2012 (Ver. -3.0) or
latest along with surge protection device, status monitoring panel, spares, tool kit,
LMLA battery consisting of 55 plus 5 cells (cells as per RDSO spec. IRS: S-88/2004
or latest) along with battery stand. The configuration of IPS should be as per NCR/
HQ drawing No. TYP/2017/0002-11 for Relay Hut/LSC with AFTC, Axle Count-
er and LC gate.
This includes transportation to consignee depot, from consignee depot to site,
installation and commissioning of Integrated Power Supply System after duly fill-
ing pre commissiong check list jointly by RDSO approved vendor and Railway
representative.
(Item shall be procured through Store)
05005 Supply, installation, testing and commissioning of SMPS based Integrated Power No. 1714937.75
Supply (IPS) System as per RDSO Spec. No. RDSO/SPN/165/2012 (Ver. -3.0) or
latest along with surge protection device, status monitoring panel, spares, tool kit,
LMLA battery consisting of 55 plus 5 cells (cells as per RDSO spec. IRS: S-88/2004
or latest) along with battery stand. The configuration of IPS should be as per NCR/
HQ drawing No. TYP/2017/0002-08 for EI station up to 6 lines with Block panel
and LC gate.
15
Item Item Descriptions Unit Rate
No.
This includes transportation to consignee depot, from consignee depot to site,
installation and commissioning of Integrated Power Supply System after duly fill-
ing pre commissiong check list jointly by RDSO approved vendor and Railway
representative.
(Item shall be procured through Store)
05006 Supply, installation, testing and commissioning of SMPS based Integrated Pow- No. 1417488.33
er Supply (IPS) System as per RDSO Spec. No. RDSO/SPN/165/2012 (Ver. -3.0)
or latest along with surge protection device, status monitoring panel, spares,
tool kit, LMLA battery consisting of 55 plus 5 cells (cells as per RDSO spec. IRS:
S-88/2004 or latest) along with battery stand. The configuration of IPS should
be as per NCR/HQ drawing No. TYP/2017/0002-10 for IBS with LC gate.
This includes transportation to consignee depot, from consignee depot to site,
installation and commissioning of Integrated Power Supply System after duly
filling pre commissiong check list jointly by RDSO approved vendor and Railway
representative. (Item shall be procured through Store)
05007 Supply, installation, testing and commissioning of SMPS based Integrated Pow- No. 1722681.96
er Supply (IPS) System as per RDSO Spec. No. RDSO/SPN/165/2012 (Ver. -3.0
or latest along with surge protection device, status monitoring panel, spares,
tool kit, LMLA battery consisting of 55 plus 5 cells (cells as per RDSO spec. IRS:
S-88/2004 or latest) along with battery stand. The configuration of IPS should be
as per NCR/HQ drawing No. TYP/2017/0002-07 for EI station up to 6 lines with
Block Instrument and LC gate. This includes transportation to consignee depot,
from consignee depot to site, installation and commissioning of Integrated Power
Supply System after duly filling pre commissiong check list jointly by RDSO ap-
proved vendor and Railway representative. (Item shall be procured through Store)
05008 Supply, installation, testing and commissioning of SMPS based Integrated Power No. 1685879.22
Supply (IPS) System as per RDSO Spec. No. RDSO/SPN/165/2012 (Ver. -3.0 or
latest along with surge protection device, status monitoring panel, spares, tool kit,
LMLA battery consisting of 55 plus 5 cells (cells as per RDSO spec. IRS: S-88/2004
or latest) along with battery stand. The configuration of IPS should be as per NCR/
HQ drawing No. TYP/2017/0002-05 for EI station up to 4 lines with Block Instru-
ment and LC gate.
This includes transportation to consignee depot, from consignee depot to site,
installation and commissioning of Integrated Power Supply System after duly fill-
ing pre commissiong check list jointly by RDSO approved vendor and Railway
representative.
(Item shall be procured through Store)
05009 Supply of Battery Charger, self regulating, floor mounting type, with 230V AC No. 55704.22
single phase input and output 60V DC, 10 A as per RDSO spec. IRS: S-86/2000
(Amd.4) or latest.
05010 Supply of Battery Charger, self regulating, floor mounting type, with 230V AC No. 52992.67
single phase input and output 60V DC, 20 A as per RDSO spec. IRS: S-86/2000
(Amd.4) or latest.
16
Item Item Descriptions Unit Rate
No.
05011 Supply of Battery Charger, self regulating, floor mounting type, with 230V AC No. 130799.67
single phase input and output 60V DC, 40 A as per RDSO spec. IRS: S-86/2000
(Amd.4) or latest.
05012 Supply of Battery Charger, self regulating, floor mounting type, with 230V AC No. 93423.46
single phase input and output 110V DC, 20 A as per RDSO spec. IRS: S-86/2000
(Amd.4) or latest.
05013 Supply of Battery Charger, self regulating, floor mounting type, with 230V AC No. 97379.39
single phase input and output 110V DC, 40 A as per RDSO spec. IRS: S-86/2000
(Amd.4) or latest.
05014 Supply of Battery Charger, self regulating, floor mounting type, with 230V AC No. 29079.73
single phase input and output 24V DC, 10 A as per RDSO spec. IRS: S-86/2000
(Amd.4) or latest.
05015 Supply of Battery Charger, self regulating, floor mounting type, with 230V AC No. 33903.34
single phase input and output 24V DC, 20 A as per RDSO spec. IRS: S-86/2000
(Amd.4) or latest.
05016 Supply of Battery Charger, self regulating, floor mounting type, with 230V AC No. 38176.10
single phase input and output 24V DC, 30 A as per RDSO spec. IRS: S-86/2000
(Amd.4) or latest.
05017 Supply of Battery Charger, self regulating, floor mounting type, with 230V AC No. 20623.33
single phase input and output 12V DC, 10 A as per RDSO spec. IRS: S-86/2000
(Amd.4) or latest.
05018 Supply of Single Phase Transformer, 230V AC/(110-130)V AC, 1 KVA as per No. 7350.66
RDSO Specn.No.IRS:S-72/88 (Amnd. 2) or latest.
05019 Supply of Single Phase Transformer, 230V AC/(110-130)V AC, 2 KVA as per No. 10343.42
RDSO Specn.No.IRS:S-72/88 (Amnd. 2) or latest.
05020 Supply of Low Tension Auto changeover Power Panel suitable to change over be- No. 488186.06
tween three incoming Three phase 230V supplies with signaling supply distri-
bution arrangement, voltage sensing relays, MCB's, fuses & contactor Unit as per
Drawing supplied by Engineer - in - charge
NOTE:-
i). Item include supply of 10 spare fuses of each type, 1 contactor relay of each type
& 1 MCB of each type used in panel.
ii). Program switches & wire to be supplied based on current requirement.
iii).The cabinet of Auto changeover shall be powder coated & compact in size as
possible.
05021 Supply of Auto changeover Power Panel suitable to change over between three No. 86137.29
incoming single phase 230V supplies with signaling supply distribution arrange-
ment, voltage sensing relays, MCB's, fuses & contactor Unit as per drawing sup-
plied by Engineer -in- charge
i). Item include supply of 10 spare fuses of each type, 1 contactor relay of each
type & 1 MCB of each type used in panel.
ii). Program switches & wire to be supplied based on current requirement.
17
Item Item Descriptions Unit Rate
No.
iii).The cabinet of Auto changeover shall be powder coated & compact in size as
possible.
05022 Installation of LT Power Panel/ Power distribution panel/ Auto Changeover Pan- No. 23578.33
el, power supply equipments such as Rectifiers Transformers, Battery chargers
etc including mounting on wooden planks/Hylam Sheet and complete wiring for
automatic change over arrangement, mounting of Program switches on Bakelite
sheet of size 300 mm x 300 mm x 8 mm fitted to MS angle (size 25mm x 25mm x
5mm) brackets, wiring as per requirements. Necessary wires, lugs & glands to be
supplied by Contractor.
05023 Supply of Isolation transformer 10 KVA, input and output 230V AC 50 Hz Sine No. 76678.50
Wave Single phase.
05024 Installation of Isolation transformer 10 KVA, input and output 230V AC 50 Hz No. 3313.34
Sine Wave Single phase.
05025 Supply of maintenence free, VRLA battery/Cell 2V, 200 AH as per RDSO spec. No. 3062.70
No. IRS: S-93/96(B) (Amnd. 1) or latest.
05026 Supply of maintenence free, VRLA battery/Cell 2V, 300 AH as per RDSO spec. No. 5243.19
No. IRS: S-93/96(B) (Amnd. 1) or latest.
05027 Supply of uncharged Low Maintenance Lead Acid (LMLA) secondary cell, 2V, No. 5706.95
200 AH, shelf mounting type conforming to RDSO Specn.No. IRS:S-88/2004 or
latest with inter cell connectors, nuts and bolts etc.
05028 Supply of uncharged Low Maintenance Lead Acid (LMLA) secondary cell, 2V, No. 7111.26
300AH, shelf mounting type conforming to RDSO Specn.No. IRS:S-88/2004 or
latest with inter cell connectors, nuts and bolts etc.
05029 Supply of uncharged Low Maintenance Lead Acid (LMLA) secondary cells of 2V No. 321458.48
each, 55 cells(110V), 200AH, shelf mounting type conforming to RDSO Specn.
No. IRS:S-88/2004 or latest with inter cell connectors, nuts and bolts and all ac-
cessories etc.
18
Chapter - 6
Point Machine
Item Item Descriptions Unit Rate
No.
06001 Supply of Electric Point Machine 143 mm stroke, AC Immunity 160V AC, No. 100448.25
complete with lock detector and slides for lock detector, non-trailable, to op-
erte on 110V DC, rotary locking with crank handle universal type as per RDSO
Spec. No. IRS:S-24/2002 (Amnd. 1) or latest, RDSO DRG. No. S-10800 (ALT.5
WITH JUNCTION BOX TELESCOPIC. THE MOTOR WILL BE AS PER
RDSO SPECN. No. IRS: S-37/82 (AMND. 3) WITH RDSO DRG. No. S-10910.
This includes supply of Set of tools as per para 20.1 & 20.2 of RDSO SPECN.
No. IRS:S-24/2002 (AMND 1)
The following set of tools in a suitable tool box shall be supplied along with
every set of eight point machines or less.
i). Hand operated square drive socket wrenches of 12.5 mm driving square
(short type) as per IS: 7381 for M8, M10, M12 & M18 threads.
(One 250 mm long 12.5 mm square extension bar as per IS: 7991 along with
compatible Tee handle Square drive as per IS: 7975 suitable for above socket
wrenches shall also be provided.)
ii). Open jaw wrenches (spanners) for M10, M12, M20, M24 & M33 threads as
per IS: 2028.
iii). Adjustable wrench.
iv). Screw driver 300 mm long.
Junction box and two numbers of telescopic pipes of approved type shall be
supplied as an integral part of the point machine.
06002 Fixing, wiring, testing and commissioning of Electrical Point Machine on the No. 14054.20
Wooden/PRC sleepers at points as per standard practice and as per section of
rails used. Item includes fixing switch extension bracket, providing insulation
for switch extension bracket, fixing ground connection, adjusting opening of
the switches and adjusting the point machine with crank handle. The item also
includes :
(i) Complete material for installation like ground-connections, switch exten-
sion brackets, point insulation material, I pipes, wiring materials, various fixing
nuts & bolts including castle nuts, spring washers.
(ii) All smithy & fitting works required at site for complete installation.
(iii) Installation of gauge tie plate & providing insulation for gauge tie plate (In-
sulation in William Stretcher Bar will be provided by Railways).
(iv) Wiring inside the point machine, insertion and termination of tail cable in
point machine and junction boxes / location box /cable hut as per extent prac-
tice on NCR and the instruction of Railway Engineer at site.
(v) Supply and fixing of bend pipes with welded frame for cable entry to ma-
chine
(vi) Supply and filling of industrial grade/good quality lubricant/grease/oil for
smooth operation of point machine.
Note : The ground connections shall be suitable to the Point Machines as
19
Item Item Descriptions Unit Rate
No.
specified by Engineer-in-charge and shall be suitable to the point lay out i.e. 60
Kg. / 52 Kg / 90R as per yard layout. Electrical Point Machine and M-6 / Screw
less terminals will be supplied by Railways / covered in Schedule separately
06003 Supply of stretcher bar insulation complete set consisting of the following:- Set 363.84
Plate-T-10367-1 No., Bush T- 10368- 3 Nos. and washer-T- 10371 -6 Nos.
06004 Supply of gauge tie plate insulation complete set each set consisting plate Set 364.27
T-10372 = 1No., Bush T-10368=3 Nos. and washer - T-10371 = 6 Nos.
06005 Supply of IRS Type point machine `D`/'P' bracket insulation complete set con- Set 462.11
sisting of the following:- Plate LH - S-3266-1 No., RH - S-3265-1 No., Plate
S-8804- 1 No., Bush - S- 3199 - 4 Nos, Bush S-8813- 2 Nos.
06006 Fabrication and supply of point rodding (Ground Connection) set for electric Set 14771.08
point machine (RDSO Type) as per RDSO Drg. NosA-8800-01, 20-21, 9151-
52,9000-01, 03-04, 9065-66, 9101, as applicable.
06007 Supply and fixing of GI bend pipe 50 mm dia., 'B'class, for cable entry into Point No. 3115.73
machine with all accessories. Note: This item to be operated independently for
those points where Point machines are functional but GI bend pipe is not pro-
vided. For all other new installation of Point machines, item 06002 of the SOR
includes the provision of GI bend pipe.
06008 Refixing of electrical point machine, ground connection during phase working PER 3568.56
(Non interlocked working) after removing the existing fitting if any, adjustment T/Out
if necessary, cable termination, wiring, testing and commissioning of electri-
cally operated point, fixing and connecting point indicator on derail switch if
necessary. The work shall be done as per extant practice on NCR and the in-
struction of Railway Engineer at site.
06009 Removal of existing mechanical point fittings and FPL assembly from points, fixing PER 5512.63
of electrical point machine, ground connection, adjustment and testing with Crank T/Out
handle for operation. Removal of ground connection, point machine after testing,
and refixing the mechanical point fittings. This will include fabrication and fixing
of bent pipes with welded frame for cable entry to the point machine and termina-
tion of tail cable in the point machine, servicing and supply of SAE 30 lubricating
oil. This will also include supply of all necessary fixing material and adjustments to
make the mechanical point functional again. The work shall be done as per extant
practice on NCR and the instruction of Railway Engineer at site.
06010 Maintenance of Signalling gears required for execution of BCM/TTM/FRM or any Day 3248.33
other signalling work which includes: (1) Proper dressing of track lead jumpers as
required by the Railways before and after BCM/TTM/FRM machine working. (2) All
cables attended during work to be meggared and all damaged cables due to work to be
replaced as per requirement of Railways (3) Preparatory work required for the work
of Point renewal, removing, fixing, installation and testing of rodding set for point
machine including all associated gears of mechanical/electrical points as per direction
of Railway representative at site. (4) Any other decided by Railways. The team to be
provided for this work should comprise of: Fitter-1 No., Blacksmith- 1 No., Carpen-
ter/Mason- 1 No. and Helpers- 5 No. (Day = per day per team).
20
Chapter - 7
Track Circuit (DC TC, Axle counter, BPAC, UFSBI)
Item Item Descriptions Unit Rate
No.
07001 Supply of Track feed Battery Charger as per RDSO Specn. No. IRS: S-89/2013 No. 5903.25
Ver.1.0 or latest. Charging capacity rating should be suitable for charging 80 AH
Battery.
07002 Supply of Adjustable Track Feed Resistance 30 Ohms (Disc Type), Phenolic No. 2280.82
moulded base, as per RDSO Drg. No. SA-20161-66/M or latest.
07003 Supply of B Type Choke as per RDSO Specn.No.IRS:S-65/83 (Amnd. 3) or latest. No. 5911.82
07004 Supply of Hydrometer, Exide make or similar for measuring specific gravity of No. 355.74
Battery Graded acid with mounting stand in location Boxes.
07005 Supply of Channel pins, single groove, 7 mm, galvanised, suitable for 4 mm dia No. 3.87
bonding wire for Track Circuit rail bonding, as per RDSO spec.No. IRS: S 17-75
07006 Supply of 8 SWG GI wire (4 mm dia) suitable for Track circuit rail bonding as Kg 76.66
per RDSO spec.No. IRS: S 13-62.
07007 Supply of PVC insulated, jacketed wire rope for Track lead connections. The Mtr. 44.08
wire rope should be of galvanised steel, 6 mm dia, (6x19 stranded wire with steel
core of 6 mm) sheathed with PVC.
07008 Supply, Installation, Testing and Commissioning of High Availability Single Sec- Set 849030.99
tion digital axle counter (HASSDAC) with Dual sensor system as per RDSO/
SPN/177/2012 (Version 3) or latest. This includes the supply of High frequency
web mounting type Tx coil/Rx coil, VR/PR Box duly wired, Vital relays, PR
Relays, Clamp with deflector plates & hardware, Dual display reset box/moni-
toring console with auto resetting facility, Surge voltage protection devices and
filter card to be mounted on DIN rail etc as per OEM for complete installation
& testing & commissioning of (HASSDAC) system. This include fixing of track
device, relays, wiring, lacing /dressing, cable termination with lug eyelet, drill-
ing holes in rails, Installation of track devices and make it functional along with
existing UFSBI/block instrument. Material required other then supply item of
HASSDAC shall be arranged by contactor to make it functional. Note: One set
of HASSDAC system will include equipment required to monitor One Up line
or One Dn line of a full Block Section between two stations.
07009 Installation of DC track circuits (Straight Portion) including supply of materials No. 7718.48
as per directive of site Engineer. Note : (i) This includes drilling 9/32" holes on
rails, provision of double continuity GI wire bonding, provision of Block Joints
60 Kg/52 Kg/90R with machined fish plates, installation of Track lead junction
box (separately for (+) and (-) rails), provision of track lead jumper wires/cables,
fixing of track circuit equipment i.e. track charger, resistance, fuses, batteries,
chokes, relays, anti-titling arrangement and painting, lettering and numbering
of DC track circuit equipments etc., (ii) [a] Un-machined fish plates shall be
supplied by the Railway's, but machining of fish plates shall be done by the Ten-
derer. In case of provision of Glued Joints by Engineering Department in lieu
21
Item Item Descriptions Unit Rate
No.
of RDSO Block joint, the cost of machining of fish plates@ 100/- per straight
track circuit and @ 500/- per point zone track circuit will be deducted. [b] This
includes insulation of gauge tie plates, Crossing plates, rod in siding points if
required or any other place as instructed by Railway Site Engineer, by Tenderer’s
insulation materials. Railway will supply Track Charger, B-type choke, Resis-
tance, Un-charged battery, TLJB and relays through a separate schedule/from
the stores of railway consignee. These are to be transported to site of work at
contractor’s cost. Tenderer/Contractor shall supply any other materials that are
required for the work.
07010 Installation of DC track circuits (Point zone) including supply of materials as No. 12472.13
per directive of site Engineer. Note : (i) This includes drilling 9/32" holes on
rails, provision of double continuity GI wire bonding, provision of Block Joints
60 Kg/52 Kg/90R with machined fish plates, installation of Track lead junction
box (separately for (+) and (-) rails), provision of track lead jumper wires/cables,
fixing of track circuit equipment i.e. track charger, resistance, fuses, batteries,
chokes, relays, anti-titling arrangement and painting, lettering and numbering
of DC track circuit equipments etc., (ii) [a] Un-machined fish plates shall be
supplied by the Railway's, but machining of fish plates shall be done by the Ten-
derer. In case of provision of Glued Joints by Engineering Department in lieu
of RDSO Block joint, the cost of machining of fish plates@ 100/- per straight
track circuit and @ 500/- per point zone track circuit will be deducted. [b] This
includes insulation of gauge tie plates, Crossing plates, rod in siding points if
required or any other place as instructed by Railway Site Engineer, by Tenderer's
insulation materials. Railway will supply Track Charger, B-type choke, Resis-
tance, Un-charged battery, TLJB and relays through a separate schedule/from
the stores of railway consignee. These are to be transported to site of work at
contractor's cost. Tenderer/Contractor shall supply any other materials that are
required for the work.
07011 Supply, Installation, testing and commissioning of Block Panel BPAC (Block Prov- No. 959857.49
ing with digital axle counter) using UFSBI as per specification IRS:S-105/2012
(Ver.0) with latest amendment for single line operation. Note: One set will
include all equipments viz. SM panel, block telephone-2 No., pre-wired relay
rack-2 No., all types of required relays, surge and lightning protection, technical
manuals etc. required for one complete Single line Block Section (except DAC).
07012 Supply of Track Lead Junction Box (TLJB), 4 way, 250 mm x 255 mm x120 mm No. 5339.82
made from FRP, as per Drg.No. 20101/M(IRS) or latest, including brass bolts
and hylam board sheet with terminals etc. The FRP material shall be as per
RDSO spec.No. RDSO/SPN/151/1997 or latest. The technical specifications are
as follows:
(a) TLJB complete with cover to be in black/red/grey with all the holes required
for mounting on FRP stump (vertical two for each FRP angle) HDPE pipe, cable
etc.
(b) Each TLJB shall have two bakellite terminal block fitted horizontally, each
22
Item Item Descriptions Unit Rate
No.
bakellite terminal block shall have two nickel chrome plate with brass terminal.
Alongwith each TLJB, nickel chrome plated brass links(two nos. of adequate
strength for vertical linking of the terminals to be supplied.
(c) HDPE pipe along with two nuts for fixing on the TLJB hole.
(d) The FRP stump for mounting the TLJB.
07013 Supply, installation, testing and commissioning of Multi Section Digital Axle No. 444787.18
Counter (MSDAC), complete system including central evaluators, processors,
final track clearance relay for each track section, Reset boxes, Monitoring con-
soles, Diagnostic PC/Laptop of suitable configuration, LV boxes, detection
points, mushroom housing for track side electronic, deflector plates and all
other accessories, as per RDSO specification No. RDSO /SPN/176/2013 (Ver. 3)
or latest and OEM/Manufacturer's specification. (Per Detection point/DP)
07014 Supply of Tools Kit for Digital Axle Counter (Multi section/Single section). (MS- Set 122070.68
DAC comply to the RDSO spec.No. RDSO/SPN/176/2013/Ver.3 or latest and
manufacturer's specification and SSDAC comply to the RDSO/SPN/177/2012,
Ver.3 or latest respectively). The tool kit shall be minimum equipped with the
following equipments: (i) All mechanical tools shall be of reputed make like
Taparia/Bosch etc. (ii) Digital multimeter true RMS type of make Fluke 189 or
similar reputed make with probe set - 1 No. (iii) Adjustable torque wrenches
25-135 N/mtr with 13 mm and 19 mm inserts- 1 set (iv) Set of spanners screw
drivers and soldering iron - 1 set (v) Dummy wheel - 1 No. (vi) Marking Jig - 1
No. (vii) Adapter card - 1 No. (viii) Extended wired socket to interface with diag
No. stic plug - 1 No. (viii) Selector switch on panel base - 1 No. (ix) DAC EC
card puller etc.
07015 Supply, installation, testing and commissioning of Track Feed battery charger No. 3731.76
alarm system as per RDSO spec.No. IRS: S-89/2013 Ver.1.0 or latest, to work on
110 V AC system, having terminals for connecting all 3 supplies and indications
for mains and charger failure and drive potential free contacts all with contrac-
tor's own material.(per track)
07016 Supply of Modem for UFSBI for use with secondary media OFC/Quad/VF Pair 77822.30
Channel etc. The modem shall be complete with existing system as per RDSO
spec.No. IRS:S-105/2012 (Ver.0) with latest amendment.
AFTC Items (Siemens make)
07017 Repair of the Transmitter board B30 (Siemens make AFTC) as per RDSO spec. No. 13031.95
No. RDSO/SPN/146/2001 or latest
07018 Repair of the Filter and Amplifier board B40 (B1 to B8) (Siemens make AFTC) No. 11860.96
as per RDSO spec.No. RDSO/SPN/146/2001 or latest
07019 Repair of the Receiver-1 board B33 (B1 to B12) (Siemens make AFTC) as per No. 25581.89
RDSO spec.No. RDSO/SPN/146/2001 or latest
07020 Repair of the Demodulator board B35 (Siemens make AFTC) as per RDSO No. 5518.31
spec.No. RDSO/SPN/146/2001 or latest
07021 Repair of the Relay board B36 (Siemens make AFTC) as per RDSO spec.No. No. 8527.06
RDSO/SPN/146/2001 or latest
23
Item Item Descriptions Unit Rate
No.
07022 Repair of the Tuning unit D10 type (Siemens make AFTC) as per RDSO spec. No. 37598.98
No. RDSO/SPN/146/2001 or latest
07023 Repair of the Tuning unit D13 type (Siemens make AFTC) as per RDSO spec. No. 37598.98
No. RDSO/SPN/146/2001 or latest
07024 Repair of the Tuning unit D14 type (Siemens make AFTC) as per RDSO spec. No. 41697.78
No. RDSO/SPN/146/2001 or latest
07025 Supply of Siemens make AFTC equipment, End Fed, (Coded) complete with No. 463794.27
Transmitter (Tx), Receiver (Rx), Demodulator filter AMP, Relay P.S. Unit Track
side equipment, Copper lead connections (25 sq mm) from TU to rail, Lugs,
Vertical stand for TU etc. (Frequency of set to be decided by the Railway) as per
RDSO spec.No. RDSO/SPN/146/2001 or latest
07026 Supply of Siemens make AFTC equipment, Centre Fed, (Coded) complete with No. 636865.70
Transmitter (Tx), Receiver (Rx), Demodulator filter AMP, Relay P.S. Unit Track
side equipment, Copper lead connections (25 sq mm) from TU to rail, Lugs,
Vertical stand for TU etc. (Frequency of set to be decided by the Railway) as per
RDSO spec.No. RDSO/SPN/146/2001 or latest
07027 Supply of 25 sq mm Cu (Copper) cable for TU (Tuning Unit) of Siemens AFTC Mtr. 261.25
07028 Supply of End / Terminal Bonds for Siemens make Audio Frequency track circuit No. 12459.23
of size 9 Meter suitable for track circuit FTGS 46 /917. Terminal bond should
be made of PVC coated wire rope of cross section approximately to 240 sq. mm.
PVC coated wire should be as per IS:2266 of 1978 or latest and PVC sheathing
should be of compound type 6 as per IS:5831 of 1970 with latest amendment
if any. Reclaimed or recycled material shall not be used. Brass lug should be
brazed at both ends of Terminal bond and brass terminal in centre of Terminal
bond as per sample and drawing. Terminal bonds are to be fixed along the foot
of rail in form of 'Alpha' and both ends of brass lug are to be riveted or fixed
with nut bolts with web of rail by copper rivets or nut -bolts after drilling holes.
07029 Supply of End / Terminal Bonds for Siemens make Audio Frequency track circuit No. 19408.13
of size 18 meter suitable for track circuit FTGS 46 /917. Terminal bond should
be made of PVC coated wire rope of cross section approximately to 240 sq. mm.
PVC coated wire should be as per IS:2266 of 1978 or latest and PVC sheathing
should be of compound type 6 as per IS:5831 of 1970 with latest amendment
if any. Reclaimed or recycled material shall not be used. Brass lug should be
brazed at both ends of Terminal bond and brass terminal in centre of Terminal
bond as per sample and drawing. Terminal bonds are to be fixed along the foot
of rail in form of 'Alpha' and both ends of brass lug are to be riveted or fixed
with nut bolts with web of rail by copper rivets or nut -bolts after drilling holes.
07030 Supply of S- Bonds of size 11 meter long for Siemens make Audio Frequen- No. 15490.60
cy Track Circuits (FTGS 917-917). Bond should be made of PVC coated wire
rope of cross section approximately 240 sq. mm. PVC coated wire should be as
per IS:2266 of 1978 and PVC sheathing should be of compound type 6 as per
IS:5831 of 1970 with latest amendment if any. Reclaimed or recycled material
shall not be used. Brass lug should be brazed at both end of S bond and brass
24
Item Item Descriptions Unit Rate
No.
terminal in centre of S bond as per sample and drawing. S bonds are to be fixed
along the foot of rail in form of S and both ends of bracing are to be riveted with
web of rail by copper rivets after drilling holes.
07031 Supply of S- Bonds of size 16 meter long for Siemens make Audio Frequency track No. 19355.34
circuit (FTGS 917-46). Bond should be made of PVC coated wire rope of cross
section approximately to 240 sq. mm. PVC coated wire should be as per IS: 2266
of 1978 and PVC sheathing should be of compound type 6 as per IS: 5831 of 1970
with latest amendment if any Reclaimed or recycled material shall not be used.
Brass lug should be brazed at both ends of S bond are to be fixed along the foot
of rail in form of 'S' and both ends of brass lug are to be riveted with web of rail
by copper rivets after drilling holes.
07032 Supply of S- Bonds of size 20.5 meter long for Siemens make Audio Frequency No. 22829.37
track circuit (FTGS 46-46). Bond should be made of PVC coated wire rope of
cross section approximately to 240 sq. mm. PVC coated wire should be as per
IS:2266 of 1978 and PVC sheathing should be of compound type 6 as per IS:5831
of 1970 with latest amendment if any Reclaimed or recycled material shall not
be used. brass lug should be brazed at both ends of S bond are to be fixed along
the foot of rail in form of 'S' and both ends of brass lug are to be riveted with web
of rail by copper rivets after drilling holes.
07033 Supply of Equipotential Bonds for Siemens make Audio Frequency track circuit No. 22111.33
of size 21.5 meter suitable for track circuit FTGS 46 /917. Terminal bond should
be made of PVC coated wire rope of cross section approximately to 240 sq. mm.
PVC coated wire should be as per IS:2266 of 1978 or latest and PVC sheathing
should be of compound type 6 as per IS:5831 of 1970 with latest amendment
if any. Reclaimed or recycled material shall Not be used. Brass lug should be
brazed at both ends of Equipotential bond and brass terminal in centre of Equi-
potential bond as per sample and drawing. Equipotential bonds are to be fixed
along the foot of rail and both ends of brass lug are to be riveted or fixed with nut
bolts with web of rail by copper rivets or nut -bolts after drilling holes.
07034 Supply of Digital frequency Selective meter to measure all frequencies of val- No. 199086.31
ues as 4.75KHz, 4.75KHz, 5.25KHz, 5.75KHz, 6.25KHz, 9.5KHz, 10.5KHz,
11.5KHz, 12.5KHz, 13.5KHz, 14.5KHz, 15.5KHz, 16.5KHz. The meter shall de-
tect the voltage level at these frequencies and reject all other frequencies while
doing measurement. Make Fluke/Meco/Motwane or of similar reputed make.
AFTC Items (UM-71 make)
07035 Supply of AFTC bond 3.2 meter suitable for UM 71 system, AL 185 sq mm., No. 5471.37
IP65 protection class, one side bimetallic arrangement suitable for GRB 19/14L
or similar and other side TMU suitable bimetallic arrangement, cover with high
class insulation as per site condition.
07036 Supply of AFTC bond 5.2 meter suitable for UM 71 system, AL 185 sq mm., No. 6599.49
IP65 protection class, one side bimetallic arrangement suitable for GRB 19/14L
or similar and other side TMU suitable bimetallic arrangement, cover with high
class insulation as per site condition.
25
Item Item Descriptions Unit Rate
No.
07037 Supply of AFTC looping bond approximate 450 mm suitable for UM 71 system, No. 2910.06
AL 185 sq mm., IP65 protection class, both side bimetallic arrangement suitable
for ACI cover with high class insulation as per site condition.
07038 Supply, installation, commissioning of SS nut bolt as per drawing No. NCR/ No. 2251.01
S&T/CNB/Drg/Rail Connector/2013 Dt 09.10.13.
07039 Hydraulic tool- GRB-MOHT or similar, For bush installation. Weight: 3~4 Kg, No. 216598.68
Pulling Capacity: 60 KN, Operating pressure: 700 bar, Including Steel carrying
case and 2 tension bolts.
07040 Ratchet Torque adjuster tool and Spanner No. 10604.31
07041 Countersink tool No. 4625.28
07042 Hole Dia checking gauge (GO-NO GO) No. 4174.04
07043 Hydraulic crimping tool GRB-M3H or similar, Crimping range: 16-300 mm2, No. 158666.32
Crimping force: 120KN, Crimping type: Hexagon, Crimping stroke: 32 mm,
Length: 545 mm, Weight: approx. 6.5 kg, Package: Steel carrying case, Standard
accessories: 35,50,70,95,120,150,185, 240, 300 mm2.
07044 Supply of 13 mm HSS Core drill (Cutting depth 35 mm suitable for HM 36) No. 2721.22
RD13HSSD35.
07045 Supply of 19 mm TCT Core drill (Cutting depth 35 mm suitable for HM 36) No. 4663.12
RD19TCTD35
07046 Bush removal kit including steel carrying case. No. 22033.34
07047 Hole cleaning Tool kit rechargeable battery operated. No. 23904.10
07048 Supply of 185 sq mm cable, insulated single core, unarmoured sheathed multi Mtr 278.20
strand aluminum conductor, cable insulation thickness 2.0 mm, minimum size
of conductor 2.44 mm, minimum no. of strands 37 no. and minimum high volt-
age rating of 3 KV AC.
07049 Supply of Copper lug for 185 sq mm Aluminum cable. Copper tube terminal No. 485.28
length 98 mm, heavy duty long barrel 40 mm.
07050 Preparation of jumper by crimping of 180 sq mm Aluminum cable in 185 sq No. 577.85
mm Copper lug. All the required suitable tools for crimping to be arranged by
contractor.
07051 Supply of Compact portable Gasoline/Petrol/Diesel operated Rail drilling ma- No. 723563.54
chine, with belt cover, drilling capacity 6 mm to 36 mm, suitable for 52 kg, 60 kg
rail, point machine base plate etc., Machine size approx. 500 mm x 350 mm x
260 mm, Barrel dia 52 mm + 1 mm, with 2 stroke engine.
26
Chapter - 8
Signal Outdoor
Item Item Descriptions Unit Rate
No.
08001 Supply of main LED signal lamps (RED Aspect) for Main colour light Signal, No. 8717.98
as per RDSO spec.No. RDSO/SPN/199/2010 Rev 1.1 or latest, 110V AC retro-
fittable in existing CLS housing and compatible with AC LED ECR with inbuilt
current regulator. (Items to be procured through Stores)
08002 Supply of main LED signal lamps (YELLOW Aspect) for Main colour light No. 8722.55
Signal, as per RDSO spec.No. RDSO/SPN/199/2010 Rev 1.1 or latest,110V AC
retrofittable in existing CLS housing and compatible with AC LED ECR with
inbuilt current regulator.(Items to be procured through Stores)
08003 Supply of main LED signal lamps (GREEN Aspect) for Main colour light Signal, No. 9892.79
as per RDSO spec.No. RDSO/SPN/199/2010 Rev 1.1 or latest, 110V AC retro-
fittable in existing CLS housing and compatible with AC LED ECR with inbuilt
current regulator. (Items to be procured through Stores)
08004 Supply of LED signal (ROUTE Aspect), 110V AC retrofittable in existing CLS No. 6026.29
housing and compatible with AC LED ECR as per RDSO Specn.No. RDSO/
SPN/153/2011 (Rev.4.1) or latest. (items to be procured through stores)
08005 Supply of LED signal (SHUNT Aspect), 110V AC retrofittable in existing CLS No. 6057.72
housing and compatible with AC LED ECR as per RDSO Specn.No. RDSO/
SPN/153/2011 (Rev.4.1) or latest. (items to be procured through stores)
08006 Supply of LED signal (CALLING ON Aspect), 110V AC retrofittable in existing No. 7386.50
CLS housing and compatible with AC LED ECR as per RDSO Specn.No. RDSO/
SPN/153/2011 (Rev.4.1) or latest.(items to be procured through stores)
08007 Supply of "A" marker LED signal lighting unit retrofittable in existing CLS hous- No. 5981.92
ing and compatible with AC LED ECR, (as per spec.No. RDSO/SPN/199/2010
Rev 1.1 or latest)
08008 Supply of "AG" marker LED signal lighting unit retrofittable in existing CLS hous- No. 5981.92
ing and compatible with AC LED ECR, (as per spec.No. RDSO/SPN/199/2010
Rev 1.1 or latest)
08009 Supply of Calling ON Signal Unit, Non metallic, with Brackets, clamps and fix- No. 11667.37
ing accessories, suitable to LED signal lighting unit and as per RDSO spec. No.
RDSO/SPN/194/2006 (Rev. 2.0) or latest. The FRP material shall conform to
RDSO/SPN/151/1997 or latest. Calling On Signal Unit shall conform to RDSO
Drg No. SA-24351(Adv) Alt1 or latest without lamp, lamp-holder and lens.
08010 Supply of Offset brackets for Main Signal, made of Mild Steel, outer diameter No. 1207.14
140 mm (5.5 inch), thickness of pipe 4.5 mm with fixing arrangement on Main
Signal post as per Drawing No. SA-23080/Adv. along with fixing U bolts, nut
and clamps.
08011 Supply of Offset brackets for Shunt Signal, made of Mild steel, outer diameter No. 1898.74
89 mm (3.5 inch), thickness of pipe 4.5 mm with fixing arrangement on Shunt
Signal post as per Drawing No. SA-23080/Adv. along with fixing U bolts, nuts
and clamps.
27
Item Item Descriptions Unit Rate
No.
08012 Supply of hand cuff lock of Godrej/Navtal or reputed make with key and as No. 460.52
approved by site engineer.
08013 Supply of Colour Light Signal Post, Tubular Mild steel, 4.5 meter length, 140 No. 25285.20
mm Dia, as per RDSO spec. No. IRS: S-6/81 or latest and Supply of cast iron
Main signal surface base (As per RDSO Drg. No. 2011/M or latest), with CLS
ladder assembly suitable for colour light signal 4.5 meter long, as per RDSO drg.
No. SA 23153 and signal front staging complete assembly and complete signal
back staging for CLS unit.
08014 Casting, concreting and curing of foundation for Main Signal Post in the ratio No. 13512.43
of 1:3:6 as per NCR drg.No. TYP/013/14/SIG FOUND. dtd 12.11.2014 (total
2 sheets of drawing) issued vide NCR Letter No. S&T/NCR/DRG/TYP dated
13.11.2014, using standard size of foundation/galvanized anchor bolts com-
plete, required for erection of colour light signal post. Anchor bolts complete
should comply with the RDSO drg. No. SA 116 A/M. Item includes excavation,
ramming of CC using vibrator, curing and plastering with 1:4 cement-sand mix-
ture (aggregate will not exceed 3.8 cm). Aggregate, cement, sand and holding
down bolts will be supplied by contractor. Any machines & tools, if required for
execution of this item, will be arranged/provided by contractor.
08015 Casting, concreting and curing of foundation for Position Light Shunt Signal No. 3670.33
as per Drg. No. NR/S&T/Const/2.2/97 using standard size of foundation/gal-
vanized anchor bolts complete, required for erection of shunt signal post. An-
chor bolts complete should comply with the RDSO drg. No. SA 116 A/M. Item
includes excavation, ramming of CC using vibrator, curing and plastering with
1:4 cement sand mixture. Aggregate cement, sand and holding down bolts, will
be supplied by contractor. Any machines and tools, if required for execution of
this item, will be arranged/provided by contractor.
08016 Erection of CLS Post with base and signal unit on top or on Offset Bracket in- No. 5881.42
cluding erection of auxiliary signals like calling on, shunt signal if any. It in-
cludes fixing of all LEDs and wiring of complete signal including route and aux-
illiary signals, if any. It includes fixing of front and back staging, ladder and
guards, signal name plates / boards, with contractor's own brackets and fixing
materials. The work shall be done as per instructions of Railway engineer at
site. It also includes provision & fixing of maintenance platform as per design
given by Engineer -In-Charge at site. The Item includes cutting of Signal post if
required by Site In charge.
08017 Erection of Position Light Shunt signal with Base, Post, Signal unit, complete No. 951.48
fixing of LEDs and wiring of full signal. It includes fixing of Number Plates. The
work shall be done as per instructions of Rly engineer at site.
08018 Supply of Position Light Shunt Signal Unit Complete,Metallic, Independent type, No. 4080.74
along with base and post, hood, Cover etc as per Drg. No. SA-23840 (Adv.) suit-
able for LED Signal Lighting Unit.(Supply of LED Unit is not covered in this item)
08019 Fixing of Junction type Route Indicator on top of signal post and complete No. 1112.51
wiring, 1-Way/2-Way/3-Way/4-Way/5-Way/6-Way/theater type.
28
Item Item Descriptions Unit Rate
No.
08020 Supply, fabrication and fixing of retro-reflective marker/boards/plates as per No. 887.77
the following: 'P'marker-Non illuminated as per Drg. No.SA-23456 (Adv), 'AG'
marker-Non illuminated as per Drg. No. SA-23459-60 (Adv), 'A' marker - Il-
luminated as per Drg. No.SA-23461(Adv), 'G' marker -Non illuminated as per
Drg. No.SA-23477(Adv) or as applicable and provided by Railways.
08021 Supply, fabrication and fixing of the Calling On board/BSLB board as per RDSO No. 8112.48
Drg. No. SA 2373 (Adv)/Stop/Warning board as per drg. No. SA-2380 (Adv), or
as applicable, on concrete foundation and painting with Retro reflective paint.
All work to be carried out as per Railway site engineer instructions.
08022 Supply, fabrication and fixing of Retro-reflective Signal number plates as per No. 744.84
NCR drg. No. TYP/14/0014 dtd 28.11.2014 issued vide NCR letter No. S&T/
NCR/DRG/TYP dated 28.11.2014, on signal post with contractor's own materi-
al like clamp, U bolts, nuts etc.
08023 Supply of Junction route indicator unit 1 way, made of FRP, (Without Lenses No. 44476.26
& Holder) as per Drg. No. SA 23401 -06 (Adv.) (as applicable) suitable for LED
Signal Lighting Unit and as per RDSO spec.No. IRS: S-66/84 Amd.-1 or latest
and RDSO/SPN/194/2006 Rev.2 or latest, (Supply of LED Unit is not covered in
this item)
08024 Supply of Junction route indicator unit 2 way, made of FRP, (Without Lenses No. 54127.25
& Holder) as per Drg. No. SA 23401-06 (Adv.) (as applicable) suitable for LED
Signal Lighting Unit and as per RDSO spec.No. IRS: S-66/84 Amd.-1 or latest
and RDSO/SPN/194/2006 Rev.2 or latest.(Supply of LED Unit is not covered in
this item)’
08025 Supply of Junction route indicator unit 3 way, made of FRP, (Without Lenses No. 46778.93
& Holder) as per Drg. No. SA 23401-06 (Adv.) (as applicable)suitable for LED
Signal Lighting Unit and as per RDSO spec.No. IRS: S-66/84 Amd.-1 or latest
and RDSO/SPN/194/2006 Rev.2 or latest.(Supply of LED Unit is not covered in
this item)
08026 Supply of Junction route indicator unit 4 way, made of FRP, (Without Lenses No. 49751.27
& Holder) as per Drg. No. SA 23401-06 (Adv.) (as applicable) suitable for LED
Signal Lighting Unit and as per RDSO spec.No. IRS: S-66/84 Amd.-1 or latest
and RDSO/SPN/194/2006 Rev.2 or latest.(Supply of LED Unit is not covered in
this item)
08027 Supply of Non Metallic (FRP) colour light signal housing multi unit type for No. 42250.07
railway signalling suitable for RE area FOUR Aspects, complete without lenses,
lamps and signal transformer as per RDSO Drg. No. SA 23001 A/M (Adv.) and
as per RDSO spec. No. RDSO/SPN/194/2006 (Rev 2.0) or latest and FRP mate-
rial as per RDSO SPEC. No. RDSO/SPN/151/1997 or latest.
08028 Supply of Non Metallic (FRP) colour light signal housing multi unit type for No. 35753.65
railway signaling suitable for RE area THREE Aspects, complete without lenses,
lamps and signal transformer as per RDSO DRG. No. SA 23002 A/M (Adv.) and
as per RDSO spec. No. RDSO/SPN/194/2006 (Rev 2.0) or latest and FRP mate-
rial as per RDSO SPEC. No. RDSO/SPN/151/1997 or latest.
29
Item Item Descriptions Unit Rate
No.
08029 Supply of Non Metallic (FRP) colour light signal housing multi unit type for No. 31322.35
railway signaling suitable for RE area TWO Aspects, complete without lenses,
lamps and signal transformer as per RDSO Drg. No. SA 23003 A/M (Adv.) and
as per RDSO spec. No. RDSO/SPN/194/2006 (Rev 2.0) or latest and FRP mate-
rial as per RDSO SPEC. No. RDSO/SPN/151/1997 or latest.
08030 Supply of Position Light Shunt Signal Unit Complete, Non-Metallic, made of No. 14796.92
FRP as per Drg. No. SA-23840 (Adv.) suitable for LED Signal Lighting Unit.
(Supply of LED Unit is not covered in this item)
08031 Supply of Metallic colour light signal housing multi unit type for railway signal- No. 26176.53
ing suitable for RE area TWO Aspects, complete without lenses, lamps and sig-
nal transformer as per RDSO DRG. No. SA 23003 A/M (Adv.) and as per RDSO
spec. No. IRS:S-26/64 or latest.
08032 Supply of Metallic colour light signal housing multi unit type for railway signal- No. 31626.25
ing suitable for RE area THREE Aspects, complete without lenses, lamps and
signal transformer as per RDSO DRG. No. SA 23002 A/M (Adv.) and as per
RDSO spec. No. IRS:S-26/64 or latest.
08033 Supply of Position Light Shunt Signal Unit Complete, Metallic, Post type, along No. 8856.29
with Offset bracket, Hood, Cover, mounting socket etc as per Drg. No. SA-23840
(Adv.) or latest, suitable for LED Signal Lighting Unit.(Supply of LED Unit is not
covered in this item)
08034 Supply of Multi Lamp Route Indicator (LED double digit) for 1 to 19 (double No. 56163.44
digit) with white LED along with housing as per specification IRS: S 66/84 Amd.
1 or latest and drawing No. SA 23761 (Adv.) or latest. Lamp proving compat-
ible with Normal bulb type multi lamp route indicators. Retrofits the existing
conventional multi lamp type route indicators housing. Input operating voltage
110V AC +25%. Uniform intensity over entire operating range.
08035 Supply and fixing of protective screen of expanded metal 12 SWG of size 1200 x No. 3513.52
1500 mm on signals as per std. practice in RE Area and earthing the screen with
MS flat of 2"x 1/4"using GI nut bolts and washer.
30
Chapter - 9
LC Gate Items
31
Item Item Descriptions Unit Rate
No.
09007 Supply, installation, testing and commissioning of LED type control cum indi- No. 65778.96
cation panel complete with pre wired Tag- Blocks, Wires MS angles etc. for LC
gate , depicting the yard layout Signal, Point, Track circuit, Operating / emer-
gency Push Button, counter with sealing arrangements, house in a Steel metal
cabinet. This shall be consist 15 x 10 exchangeable Domino. Unit as per Spec.
SPN/186/2004 Rev. 2.0 or latest. The indoor wiring inside panel shall be ter-
minated on tag block as per instructions of Engineer-in-charge. The wiring on
panel tag blocks shall be repeated on tag blocks located in relay room. This in-
cludes laying & termination of cable, if any from Panel Room to Relay Room in
HDPE pipe.
32
Chapter - 10
Panel room equipments , VDUs(Video Display Units)
Item Item Descriptions Unit Rate
No.
10001 Supply of Panel Indication LED of White/Red/ yellow colour suitable for No. 36.69
Domino Type Control Panel for Railway Signaling.
10002 Supply of Domino units with cover plate as per approved panel diagram, each of No. 1264.90
size 54 mm x 34 mm, with all 15 contact terminals completely wired up, similar
to Siemens or similar make.
10003 Supply of Top Plate with buttons as per requirement of Domino type of control No. 244.20
panel suitable for domino size 54 x 34 mm, similar to Siemens or similar make.
10004 Supply of professional LED VDU monitor of display size 42 inch, LED 4K reso- No. 57873.29
lution, HDMI/DVI connectivity, inbuilt speaker etc. (for this item prior approv-
al of engineer inchager required in written)
10005 Supply of industrial grade operator VDU of size 55 inch, full HD, HDMI/ No. 307769.42
DVI connectivity, inbuilt speaker etc. (for this item prior approval of engineer
inchager required in written)
10006 Supply of professional large format smart 4K LED display unit size 65 inch, No. 161171.68
resolution 3840 X 2160, 450 nits (UHD) including all fixing accessories with
installation, (port) USB/LAN/HDMI/VUA/Video out. Make 65XT800 ULTRA
HD 4K UHD LED DISPLAY or similar. (for this item prior approval of engineer
inchage required in written)
10007 Supply of professional LED VDU monitor of display size 75 inch, spec-diago- No. 307293.96
nal size 75", Type 120Hz, slim direct LED blu, resolution 3840-2160, (4K UHD),
pixel; pitch mm ) 0.143 X 0.429mm, brightness type; 300 nit, RGB - DVI-D,
display port 1.2, (i) (HDMI 2.0), stereo mini jack, DVL- HDMI, USB 2.0 X 2,
RS232C (IN/OUT), RJ45, processor, CORETES A72, 1.7GHz, Quad core CPU,
make samsung model No. QB75H, LG, Sony or similar. (for this item prior
approval of engineer inchage required in written)
33
Chapter - 11
Apparatus Case
Item Item Descriptions Unit Rate
No.
11001 Supply of non deteriorating type, Round head type, low voltage cartridge fuse No. 123.20
as per Spec No. IRS: S -78/92 with latest amendments, 2A/4A/6A/8A/10A
rating capacity.
11002 Supply of Cartridge Fuse block, made of PBT, as per RDSO spec. No. IRS: No. 243.66
S-75/2006 (Rev.2) or latest and as per Drawing. No. SA- 23748 (Alt.-4) or
latest.
11003 Supply of ARA terminal block, made of PBT, as per RDSO spec. No. IRS: No. 119.32
S-75/2006 (Rev.2) or latest and as per Drawing. No. SA- 23741A (Alt.-4) or
latest.
11004 Supply of Apparatus Case/Location Box Full as per RDSO drg. No. RD- No. 27512.34
SO/S-11500 or latest, with 'E' type lock and key ward No. 42,. The key and
handle should be supplied at the rate of one no. per four Apparatus cases.
The 'E' type key lock is as per RDSO Spec.No. IRS;S-30/64 or latest, RDSO
drg. No. SA 3376/M or latest and Key is as per Drg. No. 3377/M or latest.
Note: This item includes the supply of 2 Nos E Type Lock fitted on both
doors, along with two Keys.
11005 Supply of Apparatus Case/Location Box Half as per RDSO drg. No. No. 19913.76
RDSO/S-11507 or latest, with 'E' type lock and key ward No. 42,.
The key and handle should be supplied at the rate of one no. per
four Apparatus cases. The 'E' type key lock is as per RDSO drg. No.
SA3376/M or latest and Key is as per Drg. No. 3377/M or latest.
Note: This item includes the supply of 2 Nos E Type Lock fitted on both
doors, along with two Keys.
11006 Excavation, casting, curing of foundation and Installation and Erection of No. 12277.81
Apparatus case Full (Apparatus Case as per RDSO drg. No. RDSO/S-11500
or latest) with contractor's own frame, cement and other material in the ra-
tio 1:3:6. 'E' type lock to be supplied and installed with Apparatus case. This
includes filling of location foundations with river bed sand and plastering
on top with a mixture of 1:4 of cement and sand. It covers fixing of lamp
holder, switch and lamp etc. in Apparatus Case.
11007 Excavation, casting, curing of foundation and Installation and Erection of No. 10332.22
Apparatus case Half (Apparatus Case as per RDSO drg. No. RDSO/S-11507
or latest) with contractor's own frame, cement and other material in the ra-
tio 1:3:6.'E' type lock to be supplied and installed with Apparatus case. This
includes filling of location foundations with river bed sand and plastering
on top with a mixture of 1:4 of cement and sand. It covers fixing of lamp
holder, switch and lamp etc. in Apparatus Case.
34
Item Item Descriptions Unit Rate
No.
11008 Fixing of ARA(M-6) Terminals /Screw less connectors / modular discon- No. 18.11
nect terminal blocks and fuse blocks on phenolic laminated sheets and
fixing by stainless steel/brass nuts & bolts. This includes provision of two
additional holes on the board on either side for cable conductor entry. The
work shall be carried out a per instructions of railway Engineer incharge.
(Supply of all above terminals has been covered separately).
11009 Supply of Disconnect Terminal block for four conductors with screwing No. 192.81
cage /clamp type, sliding switch disconnect, as per RDSO spec.No. RDSO/
SPN/189/2004 Ver. 3.0 or latest, for each conductor size up to 2.5 sq. mm,
equivalent of M6 terminals. Each terminal block equipped with two markers,
on top and bottom, an end plate, two end clamps and adequate length of rails
for fitting terminal blocks.
11010 Termination of Outdoor Cables (Main Cables /tail cables) at ARA/Discon- Per 14.77
nect type terminals provided in Apparatus Cases, Cable termination rack in
relay room, station building, generator room etc. The item includes dress- Conductor
ing of cables and wires with dressing threads as per standard practice. All
material required for this item will be supplied by contractor. The outdoor
cable shall be terminated in Relay Room, DG Room, ASM Room etc under
supervision and instructions issued by Engineer incharge of the work.
11011 Fabrication and fixing of phenolic laminated sheet of grade P3, minimum No. 4478.48
10 mm thick, as per Apparatus case diagram/plan, in location box by pro-
viding all fixtures like ARA/Disconnect terminals, fuse blocks, fuses, relays
on square bars etc. including fixing of PVC coated string rods at the back
side for cable support with contractor's own material like iron angle, nuts,
bolts etc. The iron angle for fixing shall be minimum 3 mm thick. This also
includes fixing of teak wood shelf minimum 25 mm thick for holding track
circuit equipments. The work shall be done as per instructions of Rly engi-
neer at site. (Apparatus case Full)
11012 Fabrication and fixing of phenolic laminated sheet of grade P3, minimum No. 2429.29
10 mm thick, as per Apparatus case diagram/plan, in location box by pro-
viding all fixtures like ARA/Disconnect terminals, fuse blocks, fuses, relays
on square bars etc. including fixing of PVC coated string rods at the back
side for cable support with contractor's own material like iron angle, nuts,
bolts etc. The iron angle for fixing shall be minimum 3 mm thick. This also
includes fixing of teak wood shelf minimum 25 mm thick for holding track
circuit equipments. The work shall be done as per instructions of Rly engi-
neer at site. (Apparatus case Half)
11013 Supply of phenolic laminated Sheet, resin bonded, grade P3 in standard No. 5756.14
size of 1220 X 1220 x 10 mm as per spec. No. IS 2036 of 1995 or latest. Test
report of manufacture to be supplied.
35
Chapter - 12
Cable (Supply and laying)
Item Item Descriptions Unit Rate
No.
12001 Supply of 12 Core x 1.5 square mm (copper conductor), PVC insulated, Km 158811.02
armoured, unscreened, underground railway signalling cable, as per RDSO
spec.No. IRS: S-63/2014 (Rev. 4.0) or latest
12002 Supply of 06 Core x 1.5 square mm (copper conductor), PVC insulated, Km 108378.52
armoured, unscreened, underground railway signalling cable, as per RDSO
spec.No. IRS: S-63/2014 (Rev. 4.0) or latest
12003 Supply of Double Walled Corrugated (DWC) Pipe/duct with associated collars Mtr. 656.59
etc. as per RDSO Specification No. RDSO/SPN/204/2011 or latest anti-rodent
& anti-oxidant and Non flame propagating type in 6 meter straight length and
of size 120 mm outer dia, & 103.5 mm inner dia. (The manufacturers, suppliers
must produce valid IS license and should be certified under ISO 9000 and shall
submit copy of certificate). One coupler with suitable rubber O-ring should be
supplied with every 6m of pipe length.
DWC pipe shall be marked at every 1 mtr length in such a way that manufactur-
er's name, vendor name and year of manufacture can be easily identified.
12004 Horizontal Boring/Manual moling without damage to surface road /track for Mtr. 1083.29
laying/isertion of DWC/GI/HDPE pipe. The bore shall be done at the depth of
minimum 1400 mm from the ground level. The ground level shall be considered
ignoring the bank height of the bank of the road.
Note:- DWC/HDPE/GI Pipe Supply is not covered under this item. Contactor
shall provide all material required for work and adequate nos. of labours for
proper laying of cables into the bore. Cable shall be laid cautiously so that it
should not get damage due to rough handling & pressure on cable. Payment of
boring shall be made only after DWC/HDPE/GI pipe is laid in the bore.
12005 Horizontal direction drilling (HDD)/Trenchless digging/machine drilling with- Mtr. 616.35
out damage to surface road /track for laying/insertion of HDPE/GI/DWC pipe. The
bore shall be done at the depth of minimum 1400 mm from the ground level. The
ground level shall be considered ignoring the bank height of the bank of the road.
Note:- DWC/HDPE/GI Pipe Supply is not covered under this item. Contactor
shall provide all material required for work and adequate nos. of labours for
proper laying of cables into the bore. Cable shall be laid cautiously so that it
should not get damage due to rough handling & pressure on cable. Payment of
boring shall be made only after DWC/HDPE/GI pipe is laid in the bore."
12006 Laying of S&T Cables of various cores/ pairs/ quads in trenches/ GI pipes/ RCC Mtr. 6.84
pipes/ DWC pipes etc. as per the site requirement and as per approved cable
route plan. This also includes laying of cables in track crossings & road cross-
ings. (Cables will be meggered before and after its laying by contractor under
supervision of Railway Representative and he will submit the meggering report
of each testing). Length of the cable laid includes the length of the cable coiled
for termination purposes.
36
Item Item Descriptions Unit Rate
No.
12007 Supplying and placing of one layer of quality bricks of standard size and of `B' No. 4.32
grade of the local make and spreading on cables laid. (minimum size of brick
200mm X 100mm X 70mm)
12008 Supply of Medium class GI pipes 100 mm dia (4.5 mm thickness) with thread Mtr. 991.76
collars as per IS 1239 (Part 1) 2004 or latest with coupling on culverts/bridges,
perforated at a distance of 20 cm or less with 10 mm dia hole, or at any other lo-
cations as decided by Site Engineer. It includes supply of all material required for
fixing arrangement. Contractor will also supply flexible/corrugated HDPE pipe
at the end of GI pipe to protect the cables from sharp edges and sudden bends.
12009 Laying and fixing of Medium class GI pipes 100 mm dia (4.5 mm thickness) as per Mtr. 354.30
IS 1239 ( Part 1) 2004 or latest with coupling on culverts/bridges, perforated at a
distance of 20 cm or less with 10 mm dia hole, or at any other locations as decided
by Site Engineer. The GI pipe is to be filled with chattered compound. It includes
supply of all material required for fixing arrangement. Contractor will also supply
flexible/corrugated HDPE pipe at the end of GI pipe to protect the cables from
sharp edges and sudden bends. The laying and fixing to be done as per RDSO
drawings No. SDO/cable laying/011 and SDO/cable laying/012, issued vide RDSO
document No. RDSO/SI/G/2010 Version 1.1 dated 04.02.2014, or latest.
12010 Supply and fixing of RCC cable route marker, made with concrete in the ratio No. 429.06
1:3:6, engraved "NCR" "S&T" on top portion and painted on both sides, along
the route at every 50 meter and at route diversion. The cable marker is to be
fabricated as per RDSO drawing No. SDO/cable laying/020, issued vide RDSO
document No. RDSO/SI/G/2010 Version 1.1 dated 04.02.2014, or latest. The fix-
ing work is to be done as per extant practice of NC Railway and as per Railway
site supervisor incharge.
12011 Supply and laying of Polyolefin cable channel, size 240/340 mm, height 155/230 Mtr. 3437.32
mm (internal/external), length 1 meter, with fire protection class K-1, in ac-
cordance with DIN 53438 part II for laying of signalling/telecom cables. The
channels should be attachable to each other with male/female swallow tail con-
nectors and having suitable detachable cover.
12012 Excavation of cable trench as per cable route plan, 1.2 meter deep and of 0.3 Mtr. 64.60
meter to 0.6 meter wide at bottom as per RDSO sketch No. SDO/CABLE LAY-
ING/003, issued vide RDSO document No. RDSO/SI/G/2010 Version 1.1 dated
04.02.2014 or latest, alongside the track in normal soil/strata (including soft
rock), conforming to distances as per cable route plan and refilling and ramming
of loose soil. This work includes clearing of route from bushes etc, covering of
cable laid in trench by loose soil for a layer of 50mm thickness approximately
before covering by bricks. The work shall be done as per the extant practice on
North Central Railway and instructions of Railway Engineer at site. In case the
full depth is Not available, there shall be no proportionate payment and after the
approval of minimum JAG officer, the concreting shall be done as per the RDSO
drawing No. SDO/Cable laying/008, issued vide RDSO document No. RDSO/
SI/G/2010 Version 1.1 dated 04.02.2014 or latest.
37
Item Item Descriptions Unit Rate
No.
12013 Excavation of cable trench as per cable route plan, 1.2 meter deep and of 0.3 Mtr. 87.77
meter to 0.6 meter wide at bottom as per RDSO sketch No. SDO/CABLE LAY-
ING/003, issued vide RDSO document No. RDSO/SI/G/2010 Version 1.1 dated
04.02.2014 or latest, alongside the track in Rocky soil, conforming to distances
as per cable route plan and refilling and ramming of loose soil. This work in-
cludes clearing of route from bushes etc, covering of cable laid in trench by loose
soil for a layer of 50mm thickness approximately before covering by bricks. The
work shall be done as per the extant practice on North Central Railway and
instructions of Railway Engineer at site. In case the full depth is not available,
there shall be no proportionate payment and after the approval of minimum
JAG officer, the concreting shall be done as per the RDSO drawing No. SDO/
Cable laying/008, issued vide RDSO document No. RDSO/SI/G/2010 Version
1.1 dated 04.02.2014 or latest.
12014 Cutting of all types of platforms/road crossing and trenching and excavation to Mtr. 158.88
a width and depth of 300 mm x 300 mm, laying of DWC/HDPE/GI pipe in the
trench and refilling and concreting it afterwards as per original condition. In
hard rocky ground area, cables will be laid normally on layer of soft earth of 0.05
meter thickness previously deposited at bottom of the trench. The cutting to be
filled and finished with cement/concrete, as per the RDSO drawing No. SDO/
Cable laying/008, issued vide RDSO document No. RDSO/SI/G/2010 Version
1.1 dated 04.02.2014 or latest.
12015 Cross trench for identification of the route of existing signlalling and telecom Cum 290.42
cables.
12016 Supply and testing of Integrated cable route tracer and RFID marker locator of No. 523758.24
reputed make, Stanley/3M or similar.
12017 Supply of Cable fault locator for metallic S&T cables of reputed make Aplab/ No. 301578.02
Stanley/3M etc. Item to be supplied after successful demonstration and approval
of Railways.
12018 Supply of Rechargeable remote area lighting system, USA make Pelican model No. 100309.74
9430 RALS or similar
38
Chapter - 13
Earthing Items
Item Item Descriptions Unit Rate
No.
13001 Supply and installation of earth electrode as per standard practice and as per No. 3450.96
NCR Drawing No. S&T/CONST/6.4/97. It includes supply of GI pipe of 3 meter
length. It includes connecting the earth electrode to the equipments which are
required to be earthed including digging of earth pit 3 meter deep and fixing
earth electrode pipe, casting of cement concrete enclosure with cover (cover
as per drawing No. S&T/CONST/6.3/97. It includes installation of 7 strand GI
wires as earth lead wires, supported on MS flat size 5mm x 40 mm, soldering
and nut bolt both, one end of both earth lead wire and MS flat to earth elec-
trode and other end to Location boxes, block equipments, power equipments,
cable sheath, signals etc. as per site requirement and as per instructions given by
engineer incharge.
13002 Supply of basic material to construct unit maintenance free earth as per RDSO Set 28402.80
Specs. No. RDSO/SPN/197 Ver. 1.0 or latest to achieve a resistance less than 1
ohm. It consist of following:
(a) Copper bonded steel electrode of minimum 3.0 meter long, minimum 17.0
mm dia with copper bonding thickness of minimum 250 microns and UL
listed and marked = 1 No.
(b) Earth enhancement material supplied in sealed bags of minimum 10 kg = 3
Nos.
(c) Copper strip of 150x25x6 mm, to terminate earth rod = 1 No.
(d) Copper strip of 300x25x6 mm (MEEB) = 1 No.
(e) Copper strip of 150x25x6mm (SEEB) = 1 No.
(ii) Supply of 35 sq. mm multi strand single core PVC insulated copper cable
as per IS: 694 for connecting main earth electrode to MEEB in the equipment
room in duplicate.(minimum 10 meter.)
(iii) Supply of 16 sq. mm multi strand single core PVC insulated copper cable
as per IS: 694 for connecting MEEB to SEEB and SPD to MEEB (minimum 10
meter. )
(iv) Supply of 10 sq. mm multi strand single core PVC insulated copper cable
as per IS: 694 for connecting various equipments to SEEB
(v) Supply of copper lug sleeve for 3/16 cable
39
Item Item Descriptions Unit Rate
No.
13003 Installation of Unit Maintenance Free Earth to achieve a resistance less than 1 Set 9429.96
ohm as supplied under item no. 13002 of Chapter 13 of SOR. It includes
(i) Digging the earth to the required depth.
(ii) Insertion of electrode.
(iii) Filling of earth enhancing compound (Approx.30 Kg)
(iv) Provision of exothermic weld connections to copper tape of 25 mm x 6 mm
x 150 mm to the earth electrodes. All material tools and features required for
weld will be arranged by contractor.
(v) This also includes CC cover 1.5 ft x 1.5 ft. 1 ft wall thickness 2 inch with cover
3 inch thickness.
Cables 35 Sq mm/ 16 Sq mm/10 sq mm for connecting earth to busbar, bus-
bar to busbar and busbars to various equipments. Earth electrode of 17.20 mm
dia and 3.00 meter long high tensile low carbon steel circular rods molecularly
bonded with copper and outer surface (minimum copper bonding thickness of
250 micrones to made requirement of under writer’s laboratories (UL) 467-2007
or latest.
Copper strips of 150 mm x 25 mm x 6 mm to be welded with each earth elec-
trode, copper strips of 300 mm x 25 mm x 6 mm for main equip-potential bus-
bar, copper strips of 150 mm x 25 mm x 6 mm sub equip-potential busbar in
relay room, power room and panel room.
GI strip 25 mm x 2 mm for ring formation of earth pits Earth enhancement
material in bags for each Earth Electrode. Inspection chamber of site 300 mm x
300 mm x 300 mm (Inside dimension) of approximate 50 mm thick with pulling
hooks to cover the earth pits.
Note: The installation of this item shall be carried out by the contractor as per
RDSO Specn. No. RDSO/SPN/ 197 Ver 1.0 or latest. Typical RDSO approved
drawings referred in the RDSO specification document are : (i) SDO/RD-
SO/E&B/001 for typical installation of Earth, (ii) SDO/RDSO/E&B/002 for typ-
ical bondong and earthing connections, (iii) SDO/RDSO/E&B/003 for typical
arrangement for earth resistance measurements.
13004 Supply, wiring, installation and commissioning of Earth Leakage Detector (ELD) No. 175512.86
having 6 digit counter, 12 Channel bus bar, voltage of 110V/60V/ 24V/12V in
AC/DC measurement as per RDSO Spec.No. RDSO/SPN/256/ 2002 or latest.
This includes supply of fuse terminal strip for incoming power supply wires. In-
stallation to be done on 19 inch sub rack along with insulation resistance meter,
remote indication and buzzer in ASM room.
40
Chapter - 14
Miscellaneous Items, Fire Alarm and suppression items
Item Item Descriptions Unit Rate
No.
14001 Cement concrete work for miscellaneous, unscheduled items in ratio 1:3:6 of Cum 5109.62
cement, coarse, sand and aggregate Item includes excavation, ramming of CC
by using vibrator, curing and plastering with cement and sand mixture in ratio
1:4 (aggregate will not exceed beyond 3.8 cm). The aggregate cement and sand
will be supplied by contractor.
14002 Supply of portable Halon type fire extinguisher, 1 kg capacity, with squeeze grip, No. 9660.13
valve high pressure discharge, nozzle and fittd with pressure gauge and con-
forming to IS 111/08 of 1984 or latest and duly charged with halon 1211 (Chlo-
ride difluro) in conforming to IS 111070.
14003 Supply of Digital AC/DC Leakage Clamp on meter, make/model ST-CL360, No. 58267.80
DCM 39A/Motwane or similar.
14004 Supply of Insulation resistance tester, 100 Mega ohms, 500V DC, hand genera- No. 17830.68
tor type. Make Meco/Motwane/Waco or similar.
14005 Supply of Insulation resistance tester, 10 Mega ohms, 100V DC, hand generator No. 15692.01
type. Make Meco/Motwane/Waco or similar.
14006 Supply of Digital Clamp Earth tester/meter., with memory storage facility, make No. 114941.23
Motwane/Meco/Fluke or better.
14007 Lettering and Numbering of all S&T gears like Signals, Loc. Boxes, Pt. Machines, No. 85.58
TLJBs, Block joints etc. Each item to be taken as one unit.
14008 Fabrication, supply, installation and fixing of SWRD/cabin diagram on good No. 7088.89
quality waterproof board of size 1500 mm(min) x 700 mm(min), thickness of
board shall be 12 mm (min). The work shall be done as per instructions of Rail-
way site incharge.
14009 Painting of two coats of Enamel paint over one coat of Red Oxide primer after No. 681.95
scrapping and cleaning of the surface. Paint to be of reputed make Asian/Dulux/
Berger or similar. App. Cases inside and outside to be done by Silver colour.
(Apparatus Case Full)
14010 Supply of Office table, laminated top, size minimum 3 ft x 4 ft, make Godrej/ No. 12583.91
Durian/Methodex/President or of similar reputed make.
14011 Supply of lateral filing cabinet of size minimum 900 mm x 900 mm (3 ft x 3 ft) to No. 17772.00
store circuit disgrams, make Godrej/Durian/Methodex/President or of similar
reputed make.
14012 Supply of Chair model PCH-7001 of Godrej make or of similar reputed make. No. 11174.55
14013 Supply of Steel stool, 1 ft by 1 ft size, 1.5 ft height, laminated top. No. 1267.26
14014 Supply of Chair, superior quality, size 57D x 58W x 88H and seat height 45 mm, No. 2993.92
make CH-7(Godrej) or of similar reputed make.
41
Item Item Descriptions Unit Rate
No.
14015 Painting of two coats of Enamel paint over one coat of Red Oxide primer after No. 620.18
scrapping and cleaning of the surface. Paint to be of reputed make Asian/Du-
lux/Berger or similar. Apparatus Cases inside and outside to be done by Silver
colour. (Apparatus Case Half)
14016 Painting of two coats of Enamel paint over one coat of Red Oxide primer after No. 914.46
scrapping and cleaning of the surface. Paint to be of reputed make Asian/Dulux/
Berger or similar. (Main Signal post, base, unit and complete fittings)
14017 Painting of two coats of Enamel paint over one coat of Red Oxide primer after No. 389.95
scrapping and cleaning of the surface. Paint to be of reputed make Asian/Dulux/
Berger or similar. (Shunt Signal post, base, unit and complete fittings)
14018 Painting of two coats of Enamel paint over one coat of Red Oxide primer after No. 288.51
scrapping and cleaning of the surface. Paint to be of reputed make Asian/Dulux/
Berger or similar. (Point machine and ground connections, Point machine by
Black enamel and ground connection by Red oxide)
14019 Dismantling and Releasing of existing Electrically operated LC gate/Mechani- No. 8782.70
cally operated LC gate and other associated S&T fittings. All the released mate-
rial will be transported to the SSE/Consignee depot.
14020 Dismantling and Releasing of existing Location boxes/Apparatus cases/Jn box- No. 972.08
es and other associated S&T fittings. All the released material will be transport-
ed to the SSE/Consignee depot.
14021 Dismantling and Releasing of existing Points (both electrical and Mechanical) No. 1529.70
and other associated S&T fittings. All the released material will be transported
to the SSE/Consignee depot.
14022 Dismantling and Releasing of existing Signals (both electrical and Mechanical) No. 1529.70
and other associated S&T fittings like wheel, pulleys, wires, stakes etc. All the
released material will be transported to the SSE/Consignee depot.
14023 Supply of Resin core 60/40, 18 SWG (Philco/Khosla or similar reputed make) Kg. 1395.59
Fire Detection and Alarm System (FDAS) and Fire Suppression System (FSS)
(A) FDAS (As per RDSO spec. No. RDSO/SPN/217/2018 Ver. 2 or latest)
14024 Supply, Installation, Testing & Commissioning of Networkable type Micro No. 100285.73
processor based Addressable, Fire Alarm Control Panel (FACP) complying to
RDSO spec.No. RDSO/SPN/217/2018 Ver 2 or latest. The number of detector
and devices per loop should be up to 159. The FACP shall include a backlit min
360-character liquid crystal display, individual, color coded system status LEDs,
2 Nos sounder circuit for audiovisual devices and alphanumeric keypad for the
field programming and control of the fire alarm system. The FACP shall have
provision for GSM based dialer to send automated SMS to at least 5 pre select-
ed mobile numbers. The FACP shall also have provision to network on LAN &
communicate to the graphical application on TCP/IP. The FACP shall have built
in power supply, battery charger and battery back up for 24 hours normal op-
eration. The panel shall be UL/LPCB/VDS approved and comply to NFPA-72/
EN54 requirement.
42
Item Item Descriptions Unit Rate
No.
14025 Supply, Installation, Testing & Commissioning of Analogue Addressable Multi- No. 3133.49
sensor Detector with inbuilt isolator/ isolator base having photo, fixed heat and
ROR heat detection feature and 360 degree view LED and minimum 5 level of
sensitivity setting, complying to RDSO/SPN/217/2019 Ver 3 or latest. Operat-
ing temperature -10 to 60 degree celsius, humidity up to 85%, As per latest UL/
LPHB/VdS approved/Listed.
14026 Supply, Installation, Testing & Commissioning of Analogue Addressable type No. 4303.72
Break Glass Manual Call Point(Red colour) with inbuilt fault isolator or alter-
nate arrangement which shall isolate the MCP in case of short circuit. The MCP
should have visual indication for its operation, Approval-UL/LPCB/VDS Listed
and shall comply to RDSO/SPN/217/2018 Ver 2.
14027 Supply, Installation, Testing & Commissioning of analog Addressable Type Iso- No. 3477.68
lator Modules which shall isolate the circuit in case of short circuit, The module
should have visual indication for its operation Approval-UL/LPCB/VDS Listed
and shall comply to RDSO/SPN/217/2018 Ver 2.
14028 Supply, Installation, Testing & Commissioning of Single Channel Laser Based No. 290878.16
Aspiration Detection Unit with area coverage of 5000 Sq. Feet with program-
able 4 stage alarm generation & with 4 addressable modules. It should have
Auto cleaning facility in optical chamber, electronic discrimination of particle
size, ultrasonic airflow sensing Auto learn feature with TCP/IP network Capa-
bility, the aspiration system shall also include external power supply unit with
battery backup. Approval-UL/LPCB/VDS Listed and shall comply to RDSO/
SPN/217/2018 Ver 2.
14029 Supply, Installation, Testing & Commissioning of UL/LPCB/VDS list- Mtr. 1180.12
ed CPVC Pipe 25 mm Dia & Pipe Accessories for the Aspiration detection.
Approval-U Land shall comply to RDSO/SPN/217/2018 Ver 2.
14030 Supply, Installation, Testing & Commissioning of Analog Addressable Type In- No. 7238.50
put/Monitor Modules with inbuilt fault isolator or alternate arrangement which
shall isolate the module in case of short circuit. The module should have pro-
grammable supervised & unsupervised output. The module should have visual
indication for its operation, Approval-UL/LPCB/VDS Listed and shall comply
to RDSO/SPN/217/2018 Ver 2.
14031 Supply, Installation, Testing & Commissioning of Analog Addressable Type No. 7178.64
Output / Control Modules with inbuilt fault isolator or alternate arrangement
which shall isolate the module in case of short circuit. The module should have
programmable supervised & unsupervised output. The module should have
visual indication for its operation, Approval-UL/LPCB/VDS Listed and shall
comply to RDSO/SPN/217/2018 Ver 2.
14032 Supply, Installation, Testing & Commissioning of Electronic hooter (Red co- No. 2359.77
lour) with min 85dB output Approval-UL/LPCB/VDS Listed and shall comply
to RDSO/SPN/217/2018 Ver 2.
14033 Supply, Installation, Testing & Commissioning of Electronic Strobe, Approv- No. 6615.59
al-UL/LPCB/VDS Listed and shall comply to RDSO/SPN/217/2018 Ver 2.
43
Item Item Descriptions Unit Rate
No.
14034 Supply, Installation, Testing & Commissioning of 2X1.5 sqmm ATC Fire surviv- Set 32188.54
al flexible/armoured cable with back box, glands & other accessories. Armoured
& unarmoured (CI) cables should meet fire performance test under simultane-
ous action of Flame, water stress and impacts on single sample at 950°C for min-
imum 2 hours, certified by UL or FM or Vds or LPCB or BRE Global or any rec-
ognized lab by Government of India. complying to RDSO/SPN/217/2018 Ver 1.
14035 Supply, installation, testing and commissioning of resettable, analog type, Lin- Mtr. 1084.35
ear Heat Sensing (LHS) cable as per RDSO Specification No. RDSO/ SPN/ 217/
2018 ver 2.0 or latest
14036 Supply, installation, testing and commissioning of LHS interface module with No. 82951.01
all accessories, as per RDSO Specification No. RDSO/ SPN/ 217/ 2018 ver 2.0 or
latest and UL/FM/VdS/LPCB certified/approved.
(B) FSS (As per RDSO spec. No. RDSO/SPN/218/2016 Ver.1.0-d2 or latest
14037 Supply of 120 Liter capacity Seamless cylinder as per RDSO/SPN/2018/2016 No. 143591.10
Version 1.0-d2, fitted with valve assembly and along with mounting straps suit-
able to operate at 25 bar Pressure complete with safety burst disc, safety cap and
with UL/FM/LPCB listed CCOE approval. In case of other capacity cylinder,
cylinder bank design should maintain 25 Bar pressure and require clean agent
quantity as per design. Cylinder “litres” capacity should be same for across all
locations in all the banks.
14038 Supply of FK-5-1-12 Fire Protection fluid compound of carbon, fluorine and Kg. 4026.41
oxygen (CF3CF2C(O)CF(CF3)2).
14039 Supply, Installation, Testing and commissioning Electric Control Head operated No. 37749.41
electrically from the Detection & Control System or locally with a manual lever
on the control head.
14040 Supply, Installation, Testing and commissioning Pressure Operated Control No. 7886.92
Head which allows for pressure actuation slave cylinders and is mounted direct-
ly on top of the slave cylinders valve.
14041 Supply, Installation, Testing and commissioning Discharge nozzles are designed No. 4628.13
to provide the proper flow rate and distribution of FK-5-1-12/FM 200 gas to
total flood a hazard area : 180 deg. / 360 deg.
14042 Supply of Master Cylinder Adapter Kit used to actuate the Slave Cylinder. No. 1966.64
14043 Supply and Installation of Discharge Hose, 1-1/2” (use with 34, 80, 120 & 140 No. 15025.86
Ltr. Cylinders)
14044 Supply and Installation of 1-1/2" Manifold Check Valve installed at the dis- No. 20465.10
charge manifold to allow removal of any FK-5-1-12/FM 200 Gas cylinder from
the manifold while still retaining a closed system.
14045 Supply and Installation of Flexible Actuation Hose (Pilot pressure is directed to No. 4647.21
a pressure operated control head on each cylinder valve using 1/4 inch actuation
hose)
44
Item Item Descriptions Unit Rate
No.
14046 Supply and Installation of Manifold Supervisory Switch for indication of dis- No. 16642.89
charge of system
14047 Supply and Installation of Cylinder Strap for 120 & 140 Ltr. Cylinder No. 1647.03
14048 Supply and Installation of Brass Male Elbow No. 2193.11
14049 Supply and Installation of M.S. Seamless pipes as per ASTM A 106 Gr. B. Sch. Lot 41192.59
40 for the system
14050 Supply and Installation of Cylinder rack support, Pipe support, Manifold & all Lot 71987.91
other acessoried required to complete the system
14051 Supply, testing and commissioning of Auto Telephone Dialler (GSM) to send No. 9303.49
pre recorded message to multiple telephone nos which have been programmed
earlier. This item is required to have the facility as per SOR item 14025 above.
14052 Supply of non-toxic, environment friendly, non- corrosive, clean gaseous agent Kg 2304.40
at the atmospheric pressure, safe for Electronic/Electrical/Telecommunication
Equipments/Computers, Human Friendly, non-residual, non-inflammable type
agent Heptafluopropane (C3F7H) (HFC 227ea) FM 200 GAS LPCB/FM/UL ap-
proved.
14053 Supply of CO2 type fire extinguisher capacity 4.5 Kg capacity ISI marked, with No. 5179.81
all accessories, operating temperature (-30)° to (50)° for class 13 B type of fire
with 1 meter long hose pipe fitted with PVC bend horn, with carying handle and
wall mounting brcket, complete in all respect. It should conform to IS 2878:2004.
Extinguisher certificate has to be supplied along with the item.
45
Chapter - 15
Telecommunication
Item Item Descriptions Unit Rate
No.
15001 Supply of managed STM-1, SDH (STM-1 Add/Drop MUX and upgradeable to No. 243504.58
STM-4) fully wired for 2 X 63 MB and equipped for 21 E1s and minimum 4 port
of 10/100 base T electrical interface (with LCAS and GFP), including power
supply, order wire, Ethernet card, sub rack, inbuilt DDF, installation material
and all other accessories and other common cards, manuals etc. as per TEC GR
No. TEC/GR/TX/SDH - 004/04. Jan 2011 or with latest amendment.
It shall be equipped with redundant power supply card. The contractor will sup-
ply all other accessories as mentioned in the above said TEC Specifications and
system will have provision of different redundancy cards as per the TEC Speci-
fications. Each node shall support mapping of management function to E1 sig-
nal. The equipment shall be compatible to the existing SDH system (if any) and
NMS system (if any) in the section. This includes connecting all pig tails, optical
patch cords etc. to the SDH equipment.
Note: It shall be possible to increase capacity from 21E1 to 63 E1s by adding / in-
serting tributary cards. This includes connecting all pig tails, optical patch cords
etc. to the SDH equipment. This also includes connecting the SDH equipment
with all cards to the 48V Bus including supply of wires and connectors. Termi-
nation of all E1s on DDF taking PVC cable over runway or a wall.
15002 Installation, wiring, testing & commissioning of managed SDH (STM-1 Add/ No. 33553.87
Drop MUX and upgradeable to STM-4) equipments, with all accessories and
power supply connections, fixing of ladder etc. in OFC/Relay room.
15003 Supply, Installation, testing and commissioning of Network management Sys- No. 921884.62
tem (NMS), full version for SDH and PDH Drop/Insert MUX network includ-
ing associated application software as per technical requirement of Railways. It
should be supplied with all accessories including power supply, for STM, ADM
and both end primary drop/insert MUX. This will also include two no. of PCs/
Work stations of reputed make like Dell/IBM/HP or similar with UPS of APC/
Numeric make or similar and of sufficient capacity (min. 1 KVA) and 2 no. of
printers as per technical specification in the tender document) and 2 nos of 8
port switch of Cisco/Nortel/HP make or similar. The second PC/work station
should be capable of working in Hot standby mode. It also includes supply of
furniture (Godrej or any repudiated make) i.e. PC/Printer table, revolving chair
and one side rack as approved by site engineer. The objective is the patching,
switching of equipments, power supplies and batteries from NMS.
15004 Supply of underground railway jelly filled 6 Quad cable. 0.9 mm dia copper con- Km 242691.65
ductor, as per RDSO spec.No. IRS: TC 30/2005 (Ver.-1) (Amnd. 1 to 5) or latest
15005 Supply of armoured, 24 Fibre, Optical Fibre cable, as per RDSO spec.No. IRS: Km 94758.41
TC:55/2006 Rev-1 (Amndt. 1.1, 2.0 and 3.0) or latest
46
Item Item Descriptions Unit Rate
No.
15006 Supply of 48 Volt/200 AH maintenance free VRLA Batteries duly charged as per No. 88553.56
IRS Spec. No. S-93/96(A) (Amd.1 ) or latest, with intercell connectors consisting
of 24 cells of 2V each.
15007 Supply of 48 Volt/500 AH maintenance free VRLA Batteries duly charged as per No. 259034.89
IRS Spec. No. S-93/96(A) (Amd.1) or latest, with intercell connectors consisting
of 24 cells of 2V each.
15008 Supply of VRLA Battery set, 12V/80AH, as per RDSO spec. No. S-93/96(A) No. 15442.04
with Amndt.-1 or latest, with suitable racks.
15009 Supply of Rechargeable Battery pack, DC 7.2 Volt, 200 mAH, type Ni-MH, suit- No. 1396.55
able for 5W VHF set of model STC-700 or model STK 2107 or similar.
15010 Supply of SMPS based, FR-FC-BC Battery Charger, for Telecom use, 48 volts, No. 88335.45
25 Amps, single phase, in N+2 configuration modules of 25 Amps, automatic
switching between the modules, as per RDSO Spec No. RDSO/SPN/TC/23/99
(Ver- 4) (Amndt. 1) or latest along with two potential free contacts.
15011 Installaltion, wiring, testing and commissioning of SMPS based, FR-FC-BC Bat- No. 5571.75
tery Charger, for Telecom use including ultra isolation transformers. It also in-
cludes the cost of DC bus bar of 48V DC/power wire and connection of power
supply to the equipments with wire of suitable gauge as directed by site engi-
neer including casing/capping. The work includes supply of battery rack, MCBs,
battery cable and battery lugs and other accessories required for installation of
power plant. All material required for commissioning to be arranged by con-
tractor.
15012 Supply of VF Transformers, rack mounting type, 1120:470 Ohms as per RDSO No. 1276.12
Specn.No. IRS: TC-22/76 or latest.
15013 Supply of VF Transformers, rack mounting type, 600:470 Ohms as per RDSO No. 1501.88
Specn.No. IRS: TC-22/76 or latest.
15014 Supply of Desk type Electronic Magneto telephone as per spec. No. IRS TC: No. 3524.99
79/2000 (Amn dt.4) or latest.
15015 Supply and installation of Solid state Amplifier model TZA-2000, TZA-4000EM No. 18742.74
make Ahuja or similar, along with one small stand.
15016 Supply of Microphone model 59XLR, make Ahuja or similar. No. 2193.77
15017 Supply of Antistatic mats of size 1 meter x 0.75 meter and 3 mm thickness. No. 2009.98
15018 Installation of Antistatic mats of size 1 meter x 0.75 meter and 3 mm thickness. No. 148.10
15019 Supply of 24 fiber optical fiber cable straight joint enclosure (SJC) complete No. 5506.71
with all accessories along with enclosures with heat shrinkable splice protection
sleeve as per RDSO spec. RDSO/SPN/TC68/2014 Revision 1.0, Amndt. 1.0 or
latest. Splice losses in no case should be more than 0.1 dB.
15020 Supply of thermo shrink jointing kit as per RDSO Specn.No. IRS: TC 77-2012 No. 3361.92
(Rev.3.0) with (Amdt.-1 to 3) or latest, suitable for 6 Quad/jelly filled cables for
straight through/derivation joints. It includes supply of all the accessories, with-
out transformer.
47
Item Item Descriptions Unit Rate
No.
15021 Installation of thermo shrink jointing kit as per RDSO Specn.No. IRS: TC 77- No. 1682.87
2012 (Rev.3.0) with (Amdt.-1 to 3) or latest, suitable for 6 Quad/jelly filled cables
for straight through/derivation joints. It includes supply of all the accessories,
without transformer.
15022 Supply of 25 Watt VHF synthesised transreceiver set, synthesised in frequency No. 23056.53
band 136 MHz to 174 MHz (full band), with DTMF microphone and cords,
with GP antenna, 30 m of feeder cable and suitable BNC connectors, with 3m
of power cord and 12V/13.5V 10Amp/15Amp power supply suitable for 25W
VHF set, as per RDSO spec.No. RDSO/SPN/TC/107/2018, Rev. 0.0 Amndt 1 or
latest.
15023 Installation, testing and commissioning of 25 Watt VHF synthesised transre- No. 4939.54
ceiver set, at Railway station, including all blacksmith and masonry work as per
Railway Engineer at site. Required GI pipe shall be supplied by the contractor
in size 6 meter/1500 mm length, 50 mm/40 mm dia as per requirement at site.
15024 Supply of Battery charger/Power supply unit, 230V AC/12V DC, 10 Amps, as No. 17289.47
per RDSO spec.No. IRS: S-93/96 9B) Amndt.-1 or latest for VRLA battery.
15025 Supply of Ultra Isolation transformer 230V AC/230V AC, 1.5 KVA, with MOVR No. 17671.77
protection on either side to provide cross protection
15026 Supply of 19’’ 42U composite rack, covered with front transparent doors. The No. 37681.28
rack shall be complete with all fittings for housing 2 SDH(STM-1/4/16) equip-
ments, 2 PDMUX along with PDP, DDF, Krone MDF for 100/200 pairs, cooling
fans and other accessories like cable and connectors, runway ladders, locking ar-
rangement, completely wired and equipped with anti surge protection through
fast acting fuses and GD tubes for all channels, of reputed make President/Rittal
or similar.
15027 Supply of 2.048 Mbps, Managed SHDSL modems, as per RDSO spec. No. RDSO/ Pair 32937.55
SPN/TC/80/2020, Rev.2.0 or latest with suitable connector. A pair consists of
V.35 and G.703 interfaces.
15028 Supply of 2 Mbps Line termination unit/LAN extender 48V DC/230 V AC Pair 24154.68
operated, as per RDSO spec. No. RDSO/SPN/TC/82/2020 Rev. 2.0 or lat-
est, along with suitable connectors to extend line data over copper cable of
0.5mm/0.63mm/0.9mm dia. or CAT 5/6 cables.
15029 Supply of 2 Mbps Router, 2 LAN/4 WAN port, 230V AC operated, as per RDSO No. 83565.68
spec.No. RDSO/SPN/TC/84/2008 Rev. 0 or latest, along with connecting cables,
connectors etc. for connecting to the ethernet devices, of reputed make like Cis-
co/Dlink or better.
15030 Splicing of 24 core optic fibre cable and making the splicing joint with contrac- No. 12011.75
tor's own machine and tools. Joint should be prepared in such a way that the top
of the enclosure should be at a depth of minimum 1.2 meter and the enclosure
should be covered with soft soil and bricks. Splice loss of each fibre should be
less than 0.05 dB.
48
Item Item Descriptions Unit Rate
No.
15031 Supply of 2 Mb Programmable Primary Digital drop insert multiplexer (PD No. 198381.92
MUX) as per RDSO Specs.No. IRS TC- 68/2012 Rev.0 (Amnd.1) or latest with
conference facility and fully wired for 30 channel complete with power supply
card, remote control, supervision facility and all other accessories, installation
material, manuals etc. It should have facilities to accommodate data interface card
in multi drop mode and should be able to support cards needed for video confer-
encing and ISDN. It shall support NMS installed at Test Room and may operate
local/remote location of entire section. It also includes supply of all miscellaneous
items which will be required for final testing and commissioning of system.
The above MUX should be equipped with following cards : -
(i) 2 wire/ 4 wire E&M VF circuit Card - minimum 04 No.
(ii) Subscriber loop circuit Card - minimum 02 No.
(iii) Exchange loop interface circuit Card - minimum 01 No.
(iv)Data Acquisition Card - minimum 01 No.
(v) GDT(G.703) Card - minimum 01 No.
(vi) Loop protection Card - minimum 1 No.
15032 Installation, programming, wiring and commisioning of Primary drop insert No. 18692.41
MUX (PD MUX) with all accessories. This also includes all power supply con-
nections, surge and lightning protection arrangements, wiring inside the racks
and indoor krone box, fitting of ladder, wiring up to Krone/CT box, connecting
all pigtails, optical patch cords etc to the SDH equipments. This also includes
connection of SDH and primary MUX equipment with all interface cards to
the 48V Bus including supply of wires and connectors termination of all E1s on
DDF taking PVC cable over runway or a wall and termination of VF interface
circuit to the Krone type.
15033 Installation of PA system at Railway station as per instructions of railway site No. 5031.59
engineer incharge. The required cable, conduit, Amplifier and equipment shall
be supplied by Railways. Cable shall be laid in proper conduit.
15034 Blowing/drawing of OFC cable in the HDPE pipe duct and protective work al- Km 17093.05
ready provided in the trench. The cable shall be laid only after the successful
completion of the DIT (Duct Integrity test). The DIT should be certified by
the Railway engineer at site. All the equipments/machinery required shall be
arranged by the contractor.
15035 Supply and fixing of 50 pair Krone termination DP duly fitted with disconnec- No. 6225.86
tion type.
15036 Supply of permanently lubricated HDPE duct, 40 mm outer dia, as per RDSO Km 76811.42
spec. No. RDSO/SPN/TC/45/2013 Rev.2 Amndt.2 or latest, along with all acces-
sories like end caps, collars, bends, couplers etc.
15037 Laying of HDPE duct as per the approved cable route plan in the excavated Km 8092.25
trenches/other protected works/RCC channel etc. including all accessories like
end caps, collars, bends, couplers etc. The ends of the duct to be sealed with
end plugs till OFC blowing is done. Important: The laying of OFC cable inde-
pendently or along with Quad cable/PIJF cable in the same trench shall be
49
Item Item Descriptions Unit Rate
No.
governed by the RDSO drawings No. RDSO/TCDO/COP-6(a) and RDSO/
TCDO/COP-8 (a) respectively, issued vide Chapter-XIII of the Telecomm
Manual.
15038 Supply and installation of 20 pair CT box with disconnection facility, made of No. 2212.41
FRP.
15039 Supply of Multi telephone way side station equipment with necessary mounting No. 69443.93
arrangement on standard 19"rack. It should be 48V operated as per RDSO draft
spec. No. RDSO/SPN/TC/66/2007 with amendments 1 and 2 or latest.
15040 Supply of surge suppressor for all the 30 circuits derived from the Primary MUX No. 8148.86
(Z protection)
15041 Supply and Installation of Fibre distribution management system as per RDSO No. 77346.06
spec.No. RDSO/SPN/TC/37/2020 Revision 4.0 or latest. It includes the supply
of 19"42U rack with mounting arrangement. It will also include all installation
material, splicing, termination, testing of all 2 x 24 fibres.
15042 Supply of cable termination rack panel fitted with 12 No. of 32 way U link feed No. 12759.36
panel along with complete U links and mounting arrangement for isolation
transformer. Suitable size copper strip to be provided for earthing on the rack.
15043 Installation of cable termination rack panel fitted with 12 No. of 32 way U link No. 9196.85
feed panel, wiring of isolation transformer, termination of UTP/STP and under-
ground cables on U link feed panel, earthing of panel. All wiring material to be
supplied by contractor.
15044 Supply of Universal 2 wire/4 wire way station DTMF control Telephone, as per No. 5199.64
RDSO spec. No. IRS: TC:82-2005, (with Amd. 3 or latest.
15045 Installation, testing and commissioning of 4 wire way station equipment with No. 1188.81
necessary mounting arrangement on standard 19"rack. It includes the supply of
all wiring material such as casing,capping,10/20 pair indoor cable and wiring
between way station equipment and termination box etc.
15046 Installation, wiring, testing and commissioning of all UTS related equipments Sta- 59240.21
as per Railway site incharge. It also includes configuration, programming and tion.
interfacing with the existing UTS network at way side station as well as at Router
end. All connecting material connectors etc. to be supplied by contractor. Soft-
ware programming to be done by OEM/OEM certified engineer.
15047 Supply of Power supply unit for 2W/4W way side control phone equipment No. 3972.26
along with 12V/7AH sealed maintenance free battery as per RDSO spec.No. TC
72-97 Amendment- 1 or latest.
15048 Supply of UTP CAT-6 cable of reputed make Siemens/Systemax/D-Link/ Tyco/ Mtr. 22.36
Krone/AMP or similar.
15049 Laying of UTP/STP CAT-6 cable/power cable in PVC casing capping of appro- Mtr. 45.14
priate size. The work also includes supply and fixing of casing and capping, fix-
ing and connection of patch panel, fixing of CAT-6 cable with RJ 45 connectors.
Work to be done as per instructions of site incharge.
50
Item Item Descriptions Unit Rate
No.
15050 Supply of OFC patch cord/jumper cable, 10 meter long, with (1) FC/PC connec- No. 1784.18
tors on both sides or (2) One end FC/PC connector and other end compatible
to work with STM-1
15051 Supply of FC/PC type connectors of 5/10/20 dB and multiple of 5 dB up to 20 No. 257.94
dB.
15052 Supply of 5 Watt VHF synthesised transreceiver set, synthesised in frequen- No. 15523.41
cy band 136 MHz to 174 MHz (full band), with helical antenna, spring belt
clip, 7.2 V 2550 mAH Li-Ion Battery Charger, RDSO spec.No. RDSO/SPN/
TC/107/2018, Rev. 0.0 Amndt. 1 or latest, make Kenwood/Motorola/Sanchar/
HTC or similar, should be MIL standard compliant.
15053 Supply and Installation of PVC channel , with cover, of size 50 mm x 34 mm of Mtr. 132.38
1 mm thickness. The installation to be done as per instructions of site incharge.
15054 Supply and Installation of PVC channel , with cover, of size 75 mm x 50 mm of Mtr. 204.07
1.2 mm thickness. The installation to be done as per instructions of site incharge.
15055 Construction of OFC jointing pit of size 1mx1mx0.6m, using bricks, sand and No. 6257.65
cement in the ratio 1:3. The thickness of the wall shall be 120 mm. The top cover
shall be of concrete of thickness 75 mm with two iron handles on top of it. The
pit shall be covered with sand after putting the joint enclosure. All construction
material to be supplied by contractor.
15056 Supply, Installation and commissioning of active lightning arrestor of Class 'A' No. 111652.24
for building protection as per standard NFC-17-102 :2011 or latest. It shall work
on early streamer emission principle. It shall be made of stainless steel with an
operating time of 60 microsecond or less. A Non-resettable counter shall be
provided to count the number of lightning occurrence. The device shall be in-
stalled on top of the building on a GI mast and shall be connected to the earth
pit through a copper tape of 25mm x 2mm or better. The copper tape shall Not
touch the building throughout and shall be connected to the earth electrode by
exothermic welding.
15057 Supply, Installation and commissioning of Class-D surge protector device for No. 4704.55
24V DC/48V DC/110 V DC supply for each pair of conductor. The parameters
shall be as per RDSO specification No. RDSO/SPN/TC/98/2011, Rev. 0, Amndt.
1, or latest, with visual indication and potential free contacts.
15058 Supply of Optical Time Domain Reflectometer (OTDR), operating at 1550 No. 436502.82
nm and 1310 nm for working on single mode optical fiber as per TEC spec.
TEC/GR/TX/OTD - 001/05/SEP-19 or latest, of reputed make like Yokogawa/
JDSU/Viavi or similar. Consignee shall approve the supply only after successful
demonstration at site.
15059 Supply of Automatic Fusion Splicer for single mode Optical fibre cable, along No. 532864.64
with accessories as per TEC spec. TEC/GR/TX/OSM - 001/04/SEP-12 or latest
of make Superior/Fujikura or similar. Consignee shall approve the supply only
after successful demonstration at site.
15060 Supply of Optical Power Meter, type-B, as per TEC spec. GR/OPM-01/03 Feb. No. 17742.61
2005 or latest.
51
Item Item Descriptions Unit Rate
No.
15061 Supply, Installation and commissioning of Class-B encapsulated type Lightning No. 65715.56
current arrestor. The parameter shall be as per RDSO specification No. RDSO/
SPN/TC/98/2011, Rev.0, Amndt. 1, or latest, with visual indication and poten-
tial free contacts.
15062 Supply, Installation and commissioning of Class-C surge protection system with Set 5186.45
inbuilt thermal isolating device. The parameter shall be as per RDSO specifica-
tion No. RDSO/SPN/TC/98/2011, Rev.0, Amndt. 1, or latest, with visual indica-
tion and potential free contacts.
15063 Supply of Remote service terminal (portable) fully compatible with NMS soft- No. 136166.71
ware. Service terminal shall be workable from any location of the network. It
should be possible to read the fault status of the STM, MUX,cross connect etc.
in the network from the service terminal. Make and model to be approved by
railways before supply.
15064 Supply of VRLA Battery set, 12V/100AH, as per RDSO spec. No. S-93/96(A) No. 10671.13
with Amndt.-1 or latest, with suitable racks.
15065 Supply of Subscribe loop interface cards, minimum 04 circuits per card. No. 19110.22
15066 Supply of 2W/4W E&M interface cards, minimum 04 circuits per card. No. 21194.97
15067 Supply of Exchange loop interface card, minimum 04 circuits per card. No. 32802.86
15068 Supply of standard 19” rack mountable, -48V DC working, Add-Drop STM-4 No. 333020.56
SDH equipment conforming to GR No. TEC/GR/TX/SDH - 010/03. Jan 2011
(with latest amendment) complete with redundant power supply, 2 nos. STM 4
of aggregate L.4.2 Optical interface modules/Cards one each for East and west
side, TX/RX and 2 nos. of STM-1 S 1.1 optical interface modules complete with
5 meters long optical fibre cords, 21 E1s with DDFs and cable assembly for ter-
mination to DDF and minimum 8 Nos. of 10/100 Base-T Ethernet ports, Fast
Ethernet on SDH [EoS] 10/100 Base-I interface module/card supporting with
LCAS and GEP, order wire subrack DDF installation material, manuals and
other accessories. Complete Engineering order wire (EOW) arrangement. Nec-
essary/Firmware for local/remote monitoring/configuration of the equipment
through EMS and Software/Firmware interface to work all Network elements
as Gateway Network Element [GNE], 2 Nos of MCBs of appropriate rating and
necessary connecting cords and cables for power supply modules."
15069 Supply, Installation, testing and commissioning of 10 line True colour out-door No. 2371859.34
Video cum train information display system as per RDSO/ SPN/ TC/ 67/ 2013,
Rev. 3, Amndt-1 or latest. It also includes - Supply of Mechanical Structure for
above items of size 5120 mm X 2560 mm +/- 10% [width X height] including
required accessories of above true colour outdoor video cum train information
display system including all required fixing accessories. The covering and all the
connectors, power cables etc. should be water and dust proof. All the board,
Mechanical structure of 10 line True colour out-door Video cum train infor-
mation display system should with stand all environmental effects with proper
grounting, concreting of iron structure to a minimum height of 11 feets above
the ground level.
52
Item Item Descriptions Unit Rate
No.
15070 Supply, Installation, testing and commissioning of 05 line True colour in-door No. 1213725.26
Video cum train information display system as per RDSO/ SPN/ TC/ 67/ 2013,
Rev. 3, Amndt-1 or latest. It also includes - Supply of Mechanical Structure for
above items of size 5120 mm X 2560 mm +/- 10% [width X height] including
required accessories of above true colour outdoor video cum train information
display system including all required fixing accessories. The covering and all
the connectors, power cables etc. should be water and dust proof. All the board,
Mechanical structures of 10 line True colour out-door Video cum train infor-
mation display system should with stand all environmental effects with proper
grounting, concreting of iron structure to a minimum height of 11 feets above
the ground level.
15071 Supply, installation and commissioning of three line single face/At a No. 285435.46
Glance multi line Train Display Board as per RDSO spec.No. RDSO/SPN/
TC/61/2015(Rev-4.0), Amndt 1 and 2 or latest.
15072 Supply, Installation, testing and commissioning of Single line double sided True No. 386166.98
colour in-door train information display system as per RDSO spec.No. RDSO/
SPN/TC/61/2015(Rev-4.0), Amndt 1 and 2 or latest. It also includes - Supply
of Mechanical Structure for above items of size 5120 mm X 2560 mm +/- 10%
[width X height] including required accessories of above true colour out-
door video cum train information display system including all required fixing
accessories. The covering and all the connectors, power cables etc. should be
water and dust proof. All the board, Mechanical structure of 10 line True co-
lour out-door Video cum train information display system should with stand
all environmental effects with proper grounting, concreting of iron structure to
a minimum height of 11 feets above the ground level.
15073 Supply, installation, testing and commissioning of Video display control- No. 255680.76
ler [VDC] as per RDSO specification No. RDSO/ SPN/ TC/ 67/ 2013 Rev. 3,
Amndt-1 or latest.
15074 Supply, Installation, testing and Commissioning of Platform dual face, 4 digit, No. 43123.72
GPS synchronised digital clock as per RDSO spec.No. RDSO/SPN/TC/62/2008
Rev. 3, Amndt- 1 and Amndt.-2 or latest, with LED of Blue/Red/White colour
and size approximately 762 x 381 x 228 mm It also includes all fitting arrange-
ments. (Colour to be decided by Railways)
15075 Supply, Installation, testing and Commissioning of on line UPS 5 KVA, with No. 131519.14
battery back up of minimum 4 hours, with battery trolley, of reputed make as
APC/Uniline etc. or similar.
15076 Supply, Installation, testing and commissioning of LED type double faced Coach No. 51242.63
Guidance Board with all accessories as per RDSO Spec. No. RDSO/ SPN/ TC-
61/2015 Rev.4, Amndt-1 and Amndt-2 or latest. The contractor will supply all
the materials [pole/ angle etc.] for fixing and installation. LED Type: Cool White
colour chip type SMD LEDs of uniform intensity.
53
Item Item Descriptions Unit Rate
No.
15077 Supply, installation and commissioning of Central Data Controller [CDC] with No. 256641.45
fully redundant CPU units with relevant software, as per RDSO specification
No. RDSO/SPN/TC/61/2015(Rev-4.0), Amndt 1 and 2 or latest, with supply and
installation of 3 KVA online UPS for minimum 1 hour backup, to drive the var-
ious types of display boards installed.
15078 Supply, installation, testing and commissioning of Platform data control- No. 62911.94
ler [PDC] as per RDSO specification No. RDSO/SPN/TC/61/2015(Rev-4.0),
Amndt 1 and 2 or latest.
15079 Supply, installation, testing and commissioning of Central Data Switch [CDS] No. 50606.14
as per RDSO specification No. RDSO/SPN/TC/61/2015(Rev-4.0), Amndt 1 and
2 or latest.
15080 Supply of power cable 3 core, 2.5 sq mm, multi strand (36/0.3 mm dia) cable Mtr. 77.87
as per IS 694:1990 reaffirmed 1995 or latest suitable for Railway electrification
area, shall be of reputed make like Havells, Delton, LAPP, Finolex, or superior.
15081 Supply of screened 5 pair (10 core) color coded and twisted Data Commu- Mtr. 65.67
nication Cable, each core made of Copper Conductor of 0.20 mm diameter
(7/0.20mm) ABC (Annealed Bare Copper) & Polyethylene Insulated. Tolerance
in dimensions should be within ± 10%.
15082 Supply, installation, testing an commissioning of 2 core screened/shielded mul- Mtr. 48.65
tistrand PVC insulated wire (24/0.2 mm dia) for speaker load line.
15083 Supply, testing and commissioning of 24 port, Gigabit Ethernet switch, Layer-2, No. 46510.78
along with cable and all accessories of reputed make as Cisco/D-Link/HP or
similar.
15084 Supply and fixing of PVC conduit pipe 25 mm with accessories such as bend, Mtr. 26.91
tee, coupling, elbow, saddle, clamp, screw, PVC/ wooden plugs etc. on walls,
angle or on rail of platform shelter etc. MS clamp made of 3 mm MS flat to be
manufactured and supplied and fixed to clamp the PVC pipe or angle/ rail run
of platform shelter. The clamp should be painted with red oxide primer over
which two coats of aluminum paint to be given. Where ever necessary jumper
holes to be made in wall and above PVC pipe threaded and wall to be repaired
to its original condition.
15085 Laying of Data cable/Communication cable/Power cable etc. in PVC conduit Mtr. 18.71
pipe with all fiitings and accessories [As per site requirement].
15086 Supply and Installation of RJ-45 patch cord, seven feet long, of reputed make No. 173.98
like Molex or similar, with 02 no. of RJ-45 connectors for every patch cord.
15087 Loading, Transportation/Carriage and Unloading of various S&T material by a Km 54.65
9 MT truck, from/to the consignee depot to/from various locations, as decided
by the Railways.
15088 Supply of 15 watts Horn speaker with 10 watt tapping, matching transformer No. 1835.88
and driver unit, make reputed as UHC-15XT of Ahuja make or similar.
15089 Supply of 15 watts Column speaker, matching transformer and driver unit, No. 1527.88
make reputed as SCM-15T of Ahuja make or similar.
54
Item Item Descriptions Unit Rate
No.
15090 Supply of 20 watts Column speaker with 10 watt tapping, matching transformer No. 2851.05
and driver unit, make reputed as LBD 8373 of Philips make, SCM-30T of Ahuja
make or similar.
15091 Supply of 25 watts Industrial Horn speaker with 5, 10, 15, 20 watt tappings, No. 1769.41
matching transformer and driver unit, make reputed as LBD 8347, 8308 of
Philips make, UHC-30XT of Ahuja make or similar.
15092 Supply of 30 watts Industrial Horn speaker with 5,10,15,20,25 watt tappings, No. 2068.13
matching transformer and driver unit, make reputed as LBD 8347, 8308 of
Philips make, UHC-30XT of Ahuja make or similar.
15093 Supply of 8 port Gigabit Lite Managed PoE Layer 2 Switch supports 8 Nos No. 18807.45
10/ 100/1000BASE-T ports, along with 2 Gigabit SFP ports, green-saving
technologies, make model DG-GS1510HPL DIGISOL / CISCO/JUNIPER or
superior.
55