Office of the Dy.Chief Signal & Telecom Engg /Construction ...€¦ · “Completion Certificate”...
Transcript of Office of the Dy.Chief Signal & Telecom Engg /Construction ...€¦ · “Completion Certificate”...
Page 1 of 14
SOUTH WESTERN RAILWAY/दक्षिण पश्चिम रेऱवे
उप .मखु ्य सिगनऱ व दरूिंिार इंजीननयर(नन) हुबऱी Office of the Dy.Chief Signal & Telecom Engg /Construction, Hubli-20
Rly Phone No: 46550; Fax No. 0836-2289986
No. UBL/SG/CN/191/RGI&HLK(Indoor) /2013-14/06 Date:-18.07.2014
To,
M/s.TVM Signaling and Transportation
Systems Pvt. Ltd.,
#610, Narayana,
1st Floor, 15th Cross,
100 Feet Road, J.P. Nagar 6th Phase,
Bengaluru-560078
Sirs,
Sub: Tender for the work of “Provision of centralized panel operation based Electronic
Interlocking system (Indoor) for Ramagiri & Holalkere stations in connection with Doubling
between Hosadurga road-Chikjajur jn & Hosadurga road- Holalkere section of Mysore
Division.”
Ref: 1. Tender Notice No. UBL/SG/CN/191/RGI&HLK(Indoor) /2013-14/06 Dated 01.03.2014
2. Your negotiation offer dt 05.07.2014
Your negotiated offer dt.05.07.2014, in connection with the tender opened on 11.04.2014 for the above-
mentioned work has been accepted by competent authority as detailed below:
1. Your negotiated offer dated 05.07.2014 submitted in response to Tender Notice No.
UBL/SG/CN/191/RGI&HLK(Indoor) /2013-14/06 Dated 01.03.2014 for the work of “Provision of
centralized panel operation based Electronic Interlocking system (Indoor) for Ramagiri & Holalkere stations in
connection with Doubling between Hosadurga road-Chikjajur jn & Hosadurga road- Holalkere section of
Mysore Division.” is hereby accepted.
ACCEPTANCE LETTER
Estimate value in Rs Rate quoted by the
Tenderer
Amount in Rs Remarks
Annexure „A‟ 2,35,09,494.42 Item wise 2,58,60,444.00 ACCEPTED
TOTAL in
Rs
2,35,09,494.42 2,58,60,444.00 ACCEPTED
By Regd post with ack due
Page 2 of 14
2. The total value of the work as now accepted and entrusted to you with item wise rates for Annexure –A ,
totally works out to Rs. 2,58,60,444.00/- (Rupees two crore fifty eight lakhs sixty thousand four hundred
forty four only) as per details of Annexure – A & break up of item No. 1,2,3 & 10 of Annexure - A rates and
quantity are enclosed herewith for your reference and guidance.
3. The work should be completed within One year (However the stage works as per the targets given by Railway
Administration) [i.e 17.07.2015] from the date of issue of this letter of acceptance.
4. A sum of Rs. 12,93,022/- (Rupees twelve lakhs ninety three thousand twenty two only) towards the full
Security Deposit at 5% of contract value is fixed for this work. The Earnest money deposit in the form of Term
deposit Advise (In lieu of Term deposit Receipt) Account No. 33779948433 dt.11.04.2014 Rs.2,67,550/-
(Two lakhs sixty seven thousand five hundred fifty only) issued by State Bank of India, J.P.Nagar,
Bengaluru remitted by you along with the offer is adjusted towards Security Deposit. The balance Security of
Rs. 10,25,472/-(Rupees ten lakhs twenty five thousand four hundred seventy two only) will be recovered
from the running bills of the contract at the rate of 10% of the bill amount till the full Security deposit is
available with the Railway.
5. (a) You have to submit a Performance Guarantee in the form of an irrecoverable Bank guarantee in favour of
Financial Adviser and Chief Accounts officer, Construction, South Western Railway, Bangalore Cantonment
amounting to 5% of the Contract value i.e. Rs. 12,93,022/- (Rupees twelve lakhs ninety three thousand
twenty two only) within 30 (thirty) days from the date of issued of Letter of Acceptance (LOA). Extension of
time for submission of PG beyond 30(thirty) days and upto 60 days from the date of issue of LOA may be
given by the Authority who is competent to sign the contract agreement. However, a penal interest of 15% per
annum shall be charged for the delay beyond 30(thirty) days, i.e. from 31st day after the date of issue of LOA.
In case the contractor fails to submit the requisite PG even after 60 days from the date of issue of LOA, the
contract shall be terminated duly forfeiting EMD and other dues, if any payable against that contract. The
failed contractor shall be debarred form participating in re-tender for that work.
(b) The Performance guarantee shall be released after the physical completion of the work based on the
“Completion Certificate” issued by the competent authority stating that the contractor has completed the
work in all respects satisfactorily. The security deposit, however, shall be released only after the
maintenance period and after passing the final bill based on “No Claim Certificate”.
(c) If the contract is rescinded, the security deposit available with Railway will be forfeited and performance
Guarantee encashed. Further, you will be debarred from participating in the tender for executing the balance
work.
6. Please, therefore, arrange to submit your unconditional acceptance within 14 days from the date of receipt of
this letter and arrange to submit Performance Guarantee in the form of irrecoverable Bank guarantee from any
Nationalized Bank or any of the mention as per clause no.4.3 (a) of special conditions of contract of Tender
booklet.
7. VITIATION CLAUSE:
In the event of vitiation occurring due to increase or decrease in the quantities among the L-2 lowest valid
tenderer, the vitiation shall be to contractors account.
8. It may also be noted that, by issue of Letter of Acceptance, contract with railway shall be deemed to have been
entered into and is binding on you.
9. LOA is issued subject to the following conditions.
i. Rates of Four (04) items namely item Nos: 3, 4, 10& 15 are accepted as ‘Special Case Items on ‘Lower
Side’ and „rate of these items should not be taken as reference for future tenders‟.
Page 3 of 14
ii. Rates of Twelve (17) items, Namely Item Nos:11a(i),11a(iv), 11a(v), 11a(vi), 11b (i), 11b(ii),11b(iii),
11b(iv), 11b(v), 11b(vi), 11b(vii) , 12a, 12b, 13b, 16 ,17, & 18 are accepted as “Special Case Items on
„Higher Side‟ and these rates should not be taken as reference for future tenders.” For these items any
unavoidable increase in schedule quantity should be with the approval of TAA and the rate should be
negotiated for the increased quantity.
10. This letter of acceptance is sent to you in duplicate. Please arrange to return one copy of the same duly signed
along with Annexure „A‟, along with break up items under your seal, in token of your acceptance of this letter
within 14 days certain. Otherwise, it may be determined that you have abandoned the contract and your offer
and the acceptance thereof shall be treated as cancelled and the railways shall be entitled to forfeit the full
amount of Earnest Money Deposit for such default.
11. You should execute the agreement for this work within seven (7) days after receipt of notice by Railway
regarding readiness of the agreement.
12. In case of abandoning of the work and not depositing performance guarantee within 30 days, the Earnest
Money deposited with the railways along with the offer is liable to be forfeited without Prejudice to any other
rights or remedies to the railway under the terms and conditions of the tender.
13. Kindly report to Dy.CSTE/CN/UBL office for taking further instructions.
14. Please acknowledge the receipt of this letter.
Encl:- 1. Annexure ‟A‟ & Break up of items No. 1, 2, 3 & 10.
2. Performance Bank Guarantee Format
Yours faithfully,
Divisional Signal & Telecom Engineer
(Construction), Hubli
For and on behalf of the President of India Copy to:-
CVO/SWR/UBL : for kind information together with a copy of Annexure - & Break up of item
Nos. 1,2,3 & 10 of Annexure – A
CSTE/SWR/UBL : For kind information.
CSTE/CN/BNC :for kind information with a copy of Annexure- „A‟ & Break up of item
Nos. 1,2,3 & 10 of Annexure – A and TC minutes Dy.FA &CAO/CN/UBL
SSE/CN/Drg/UBL : for information
LEO/CN/UBL : for information
JE/Sig/CN/Stores/UBL : for kind information together with a copy of Annexure - & Break up of item
Nos. 1,2,3 & 10 of Annexure – A
Divisional Signal & Telecom Engineer
(Construction), Hubli
For and on behalf of the President of India
RGI-HLK-INDOOR_LOA
Page 4 of 14
TENDER SCHEDULE
Name of the work :- Provision of centralized panel operation based Electronic Interlocking system (Indoor) for Ramagiri & Holalkere stations in
connection with Doubling between Hosadurga road-Chikjajur jn & Hosadurga road- Holalkere section of Mysore Division
Sl.
No.
Description Unit Qty Accepted
Rate
Amount Inspection Remarks
1 Design , manufacture and supply of Electronic interlocking(EI)
system complete as per RDSO Specification No.
RDSO/SPN/192/2005 or latest with amendments, with hot stand-
by mode and suitable for working with panel and operator VDU
as per special conditions of contract and technical specification
enclosed, mainly consisting of Micro processor equipment,
Panel processor equipment, interface equipment, Relay Racks,
fixtures, interconnection cables and jumper wires, mounting
arrangement and accessories to make the EI system functional
for "RAMGIRI" station Tentative Yard plans of
"RAMGIRI" station is enclosed as Annexure-I. The EI system
should be designed to work with control-cum-indication panel
and VDU with external counters and external SM key. The
tenderer should quote all the Hardware required for panel
working. The rates of panel, operator VDU and maintenance
VDU should be quoted separately in the item no. 5, 6 and 7 of
this schedule. This item also includes designing of EI Software
(application logic, interface circuits etc.) including operator and
maintenance VDU software as per tentative signalling plan
enclosed along with the tender document. Only OFC based
communication equipment should be provided for
communication between EI equipment and control-cum-
indication panel and operator/maintenance VDU and
OFC/Ethernet between different EI racks. OFC/UTP cable
switches, protocol converters etc. and any special cards and
cables /wires required for OFC based communication system
should be provided for under this schedule item. Only armoured
OFC cable as per railway specification will be provided by the
railways. The tenderer should give detailed cost wise and
quantity wise break up of all items and components being
supplied under this schedule. Note:- The EI should be designed
to suit QN1 & QNA1 relays. Relays QN1, QNA1 , QBCA1 and
ECRs will be supplied by Railways. Railway will provide single
phase unstabilized 230 V AC and 110 V DC power supply.
No 1 8688589.00 8688589.00 As
Mentioned
in Ann-“A”
RGI-HLK-INDOOR_LOA
Page 5 of 14
Annexure- A
Sl.
No.
Description Unit Qty Accepted
Rate
Amount Inspection Remarks
2 Design , manufacture and supply of Electronic interlocking(EI)
system complete as per RDSO Specification No.
RDSO/SPN/192/2005 or latest with amendments, with hot stand-
by mode and suitable for working with panel and operator VDU
as per special conditions of contract and technical specification
enclosed, mainly consisting of Micro processor equipment,
Panel processor equipment, interface equipment, Relay Racks,
fixtures, interconnection cables and jumper wires, mounting
arrangement and accessories to make the EI system functional
for "Holalkere" station Tentative Yard plans of "Holalkere"
station is enclosed as Annexure-I. The EI system should be
designed to work with control-cum-indication panel and VDU
with external counters and external SM key. The tenderer should
quote all the Hardware required for panel working. The rates of
panel, operator VDU and maintenance VDU should be quoted
separately in the item no. 5, 6 and 7 of this schedule. This item
also includes designing of EI Software (application logic,
interface circuits etc.) including operator and maintenance VDU
software as per tentative signalling plan enclosed along with the
tender document. Only OFC based communication equipment
should be provided for communication between EI equipment
and control-cum-indication panel and operator/maintenance
VDU and OFC/Ethernet between different EI racks. OFC/UTP
cable switches, protocol converters etc. and any special cards and
cables /wires required for OFC based communication system
should be provided for under this schedule item. Only armoured
OFC cable as per railway specification will be provided by the
railways. The tenderer should give detailed cost wise and
quantity wise break up of all items and components being
supplied under this schedule. Note:- The EI should be designed
to suit QN1 & QNA1 relays. Relays QN1, QNA1 , QBCA1 and
ECRs will be supplied by Railways. Railway will provide single
phase unstabilized 230 V AC and 110 V DC power supply.
No 1 8688589.00 8688589.00 As
Mentioned
in Ann-“B”
3 Supply of essential spares for Ramagiri and Holalkere
equipments (10% of EI equipments subject to minimum one) for
the above consisting of processor cards, modules etc.and as per
special conditions of contract. Detailed cost and quantity wise
break up of spares should be given.(Special Rate on lower side)
LS 1 643165.00 643165.00 As
Mentioned
in Ann-“C”
The rate accepted
as special rate on
lower side.
RGI-HLK-INDOOR_LOA
Page 6 of 14
Sl.
No.
Description Unit Qty Accepted
Rate
Amount Inspection Remarks
4 Installation, wiring, testing and commissioning of EI equipments
supplied along with the control-cum-indication panel, including
transportation from consignee depot to site at station listed above.
This also include trenching and laying of 24c OFC cable supplied
by railways for communication equipments of EI.(Special Rate
on lower side)
No 2 325000.00 650000.00 The rate accepted
as special rate on
lower side.
5 Supply and Installation of Domino type control-cum-indication
panel ( Up to 5 roads) As per approved panel diagram ( Panel
diagram will be supplied by the contractor as per the approved
signalling plan). Domino units of the Control-cum-indication
panel duly wired in suitable tag blocks/terminals .Following
spares to be supplied with each panel. (1). Knob switches -10 nos
(2) Domino with cancellation button - 5 nos. (3) Spare PCB with
Domino of diff. type - 10 nos. (4) 24v impluse counter -04 nos.
(5) NO/NC contact element 15 Nos. each (6) Route Buttons - 10
nos.
Nos 2 220000.00 440000.00 Consignee
6 Supply and Installation of Operator VDU. The operator VDU
consists of industrial grade embedded fanless PC with 42 inch
monitor . The monitor should be capable of working on 110 V
AC. The embedded PCs for Operator VDU should be as per
RDSO TAN No. STS/E/TAN/3007 Version 1.0 or latest with
adequate storage memory to work in hot-standby mode. The
VDUs should be provided with all necessary software to work
along with EI equipment. Necessary mounting arrangements also
should be provided for operator VDU.
Nos 2 354000.00 708000.00 Consignee
7 Supply and Installation of Maintenance VDU. The Maintenance
VDU consists of industrial grade embedded fanless PC with 22
inch monitor, the monitor should be capable of working on 110 V
AC. The embedded PCs for Maintenance VDU should be as per
RDSO TAN No. STS/E/TAN/3007 Version 1.0 or latest with
adequate storage memory to work in hot-standby mode. The
VDUs should be provided with all necessary software to work
along with EI equipment. Necessary mounting arrangements also
should be provided for maintenance VDU.
Nos 2 295000.00 590000.00 Consignee
RGI-HLK-INDOOR_LOA
Page 7 of 14
Sl.
No.
Description Unit Qty Accepted
Rate
Amount Inspection Remarks
8 Supply, Installation, testing and commissioning of Datalogger as
per RDSO IRS/99/2001 or latest with EI interface card (Digital
interface cards), for 512 digital inputs and 32 analog inputs with
. This includes supply of all miscellaneous items and software for
commissioning of datalogger with networking.(including printer,
mounting table and revolving chair of reputed firm make )
Nos 2 550000.00 1100000.00 RDSO
a) Supply, installation and testing of PC based front end processor [computer]. Computer system with 3rd gen Intel core i5 processor (3 GHz, 6MB
cache), Intel original mother board, 2 No serial ports, min 2 USB ports with latest Original windows 7 operating system and MS Office Loaded and
consisting of the following
b) 4GB DDR3 RAM, 500 GB HDD, Multimedia key board, optical scroll mouse ATX cabinet etc
c) 21 inch LCD monitor.
d) DVD-writer [combo drive] internal
e) Speaker MS 440 watts
f) Anti virus software [Original CD and latest]
g) Window based fault analysis software as per technical specification.
h) Installation and commissioning of Dataloggers.
k) Supply of Officejet printer All in one HP or better make
j) supply and installation of Mounting table and revolving chair from a reputed firm make.
9 Supply of UPS of 1 KVA similar to APC make for data logger
and operator/maintenance VDU monitors.
No.s 2 20000.00 40000.00 Consignee
10 Supply of instruments & tool kits required for trouble shooting &
repair of hardware and software for EI. Detailed cost and
quantity wise break up of tools should be given. (Special Rate
on lower side)
Set 1 75000.00 75000.00 As
Mentioned
in Ann-“D”
The rate accepted
as special rate on
lower side.
11a Supply of earthing materials as per RDSO/SPN/197/2008 or latest and guidelines issued by RDSO/Railway board for achieving earth value less than one
ohm.
(i) Maintenance free earth pits as per RDSO specification
consisting of one no. Copper bonded steel rod of 10' length
and 17.2mm dia and 3 bags of GEM(Ground enhancement
material) (Special rate on higher side)
Nos 12 17000.00 204000.00 RDSO The rate is accepted
as special rate on
higher side. Variation
above the schedule
quantity is permitted
with the approval of
TAA.
(ii) Supply of 50x6 mm GI Tape for interconnecting earth electrodes mtr. 300 400.00 120000.00 RDSO
(iii) Supply of 25x3 mm Cu tape for BRC( Bonding ring Conductor) mtr. 130 900.00 117000.00 RDSO
RGI-HLK-INDOOR_LOA
Page 8 of 14
Sl.
No.
Description Unit Qty Accepted
Rate
Amount Inspection Remarks
(iv) Supply of 25x 6x225 mm Cu bus bar (Special rate on higher
side)
Nos 24 1650.00 39600.00 RDSO The rate is accepted
as special rate on
higher side.
Variation above the
schedule quantity is
permitted with the
approval of TAA.
(v) Supply of 50x 6x450mm Cu quipotential bus bar. (Special rate
on higher side)
Nos 6 4350.00 26100.00 RDSO The rate is accepted
as special rate on
higher side.
Variation above the
schedule quantity is
permitted with the
approval of TAA.
(vi) Exothermic welding materials( Cadweld or similar) (Special rate
on higher side)
Nos 80 1500.00 120000.00 RDSO
11b Installation of earthing materials
(i) Provision of Maintenance free earth pits with earth chamber. This
work includes digging/auguring/boring of single earth pit of
100mm to 125 mm dia to a depth of approx. 2.8 m . Insertion of
3m earth electrode and filling of earth pit with GEM in slurry
form and backfilling and welding of earth electrode with
25x6x225 cu bus bar.This also includes provision of
300x300x300mm(inside dimension) concrete earth chamber
with concrete lid approx. 50 mm thick with pulling hooks
(Special rate on higher side)
Nos 12 10000.00 120000.00 The rate is accepted
as special rate on
higher side.
Variation above the
schedule quantity is
permitted with the
approval of TAA.
(ii) Laying of 50x6 mm GI tape for interconnection of earth
electrodes. (This includes excavating of trench to a suitable depth
as per site requirement and refilling of same after laying the GI
tape as per site requirement) (Special rate on higher side)
mtr. 300 200.00 60000.00 The rate is accepted
as special rate on
higher side.
Variation above the
schedule quantity is
permitted with the
approval of TAA.
(iii) Provision 35 sq mm single core CU cable for connecting main
earth electrode to equipment room ( routing through the GI
Pipe/DWC/HDPE/PVC Conduit pipe of suitable size as per site
requirement. (Special rate on higher side)
mtr. 200 140.00 28000.00
(iv) Provision of 25x3sq mm Cu tape for BRC on walls with
suitable insulated stand-off in side Relay Room/Equipment room
as per site requirement (Special rate on higher side)
mtr. 130 550.00 71500.00
RGI-HLK-INDOOR_LOA
Page 9 of 14
Sl.
No.
Description Unit Qty Accepted
Rate
Amount Inspection Remarks
(v) Provision of 16 sq mm Cu cable/10 sq mm Cu cable between
BRC and racks The work includes mechanical connection by
providing two Cu lugs and two steel screws, drilling to two holes
and removal of powder coating on rack body, thimbles ties etc.
and routing the same as per site requirement. (Special rate on
higher side)
per
bond
140 325.00 45500.00
The rate is accepted
as special rate on
higher side.
Variation above the
schedule quantity is
permitted with the
approval of TAA
(vi) Installation of 50x6x450 mm Cu Bus bar. (Special rate on
higher side)
Nos 6 800.00 4800.00
(vii) Carrying out exothermic welding for various conductors as per
requirement (Special rate on higher side)
mtr. 80 580.00 46400.00
12a Supply of conventional lightening protection system consisting
of Franklin rod of 16 mm dia, Single prong spike made of copper
of length 600 mm , Appropriate reducer/coupler for connecting
Franklin rod and GI mast, GI mast approximately 1.5 inch dia, 6
mtr length with flanges for installation of franklin rod with all
supporting accessories, such as guy rope, U-bolt, thimble,
adjustable clamp, D-Shakle, hook etc. (Special rate on higher
side)
set 2 37000.00 74000.00 Consignee
The rate is accepted
as special rate on
higher side.
Variation above the
schedule quantity is
permitted with the
approval of TAA. 12b Supply of GI bonding strip of size 25x3 mm for down conductor
with all supporting accessories (Special rate on higher side)
mtr. 40 220.00 8800.00 Consignee
13a Installation of conventional lightening protection system
consisting of Franklin rod, appropriate reducer/coupler, flanges
and GI mast with all supporting accessories such as guy
rope(6mm GI wire), U-bolt, thimble, adjustable clamp, D-Shakle,
hook etc.
set 2 10000.00 20000.00
13b Installation and routing of down conductor strip 25x3 mm from
top of the building to ground level duly securing the same to the
building. (Special rate on higher side)
mtr. 40 160.00 6400.00 The rate is accepted
as special rate on
higher side.
Variation above the
schedule quantity is
permitted with the
approval of TAA.
14 Supply of Final AS MADE documents Set 2 91000.00 182000.00
15 Training of Railway Personnel installation, commissioning,
testing, trouble shooting,repairs.Required hard copies of course
modules also to be supplied. (Special Rate on lower side)
man
day
30 900.00 27000.00 The rate accepted
as special rate on
lower side.
RGI-HLK-INDOOR_LOA
Page 10 of 14
Sl.
No.
Description Unit Qty Accepted
Rate
Amount Inspection Remarks
16 Re-Design charges for alteration to EI and Datalogger systems
during phase work (Special rate on higher side)
per
phase
6 275000.00 1650000.00 The rate is accepted
as special rate on
higher side.
Variation above the
schedule quantity is
permitted with the
approval of TAA.
17 Alteration to Dominos of control-cum-indication panel during
phase work, including supply of dominos. (Special rate on
higher side)
Per.
domin
o
80 1200.00 96000.00
18 Installation, testing and commissioning support for EI and
Datalogger during the Alteration. Including FAT & SAT.
(Special rate on higher side)
per
phase
6 178333.50 1070001.00
19 Provision of signalling arrangement during Non-Interlocked
working of Signals and Points, such as erection and wiring of
temporary relay racks and wiring of relays and temporary NI
panel, wiring alterations in the cable termination rack, apparatus
cases, signals, Control panel etc, as per the instructions of
Railway representative at site.
LS 4 25000.00 100000.00
(Supply of relay rack, relays is not included in this schedule).
Accepted total value Rs. 25860444.00
Accepted total value Rs. 2,58,60,444.00 (Rupees two crore fifty eight lakhs sixty thousand four hundred forty four only)
Note:-
1) Rates of Four (04) items Namely item Nos: 3, 4, 10& 15 are accepted as „Special Case Items on „Lower Side‟ and „rate of these items should not be taken as
reference for future tenders‟.
2) Rates of Twelve (17) items, Namely Item Nos:11a(i),11a(iv), 11a(v), 11a(vi), 11b (i), 11b(ii),11b(iii), 11b(iv), 11b(v), 11b(vi), 11b(vii) , 12a, 12b, 13b, 16 ,17,
& 18 are accepted as “Special Case Items on „Higher Side‟ and these rates should not be taken as reference for future tenders.” For these items any unavoidable
increase in schedule quantity should be with the approval of TAA and the rate should be negotiated for the increased quantity.
RGI-HLK-INDOOR_LOA
Page 11 of 14
Annexure -A
Detailed Breakup for Item no 1
SI Description Unit Total
Qty
Unit Rate Total Amount Inspection
1.1 L-K7C Subrack with mother board Nos. 1 271840.80 271840.80 RDSO
1.2 CPU card, F486-4I Nos. 2 263854.80 527709.60 RDSO
1.3 IF card , FSIO Nos. 2 157355.00 314710.00 RDSO
1.4 IF card , FSIO-EX Nos. 2 211614.70 423229.40 RDSO
1.5 I/O card, FIO7-[p] Nos. 2 186654.60 373309.20 RDSO
1.6 I/O card, EXTFIO7-[p] Nos. 2 186654.60 373309.20 RDSO
1.7 I/O card, DID Nos. 2 60937.80 121875.60 RDSO
1.8 Power card, IPU6C Nos. 2 82887.20 165774.40 RDSO
1.9 E-P5 Subrack with mother board Nos. 1 504289.50 504289.50 RDSO
1.10 IF card , Line2B Nos. 2 139757.20 279514.40 RDSO
1.11 I/O card, ET-PIO2 Nos. 4 235484.70 941938.80 RDSO
1.12 E-M6 IF Subrack with mother board. Nos. 1 271649.40 271649.40 RDSO
1.13 IF card, LINEM2 Nos. 2 450882.30 901764.60 RDSO
1.14 I/O card, MMIF2 Nos. 5 89897.50 449487.50 RDSO
1.15 Journal Module Subrack with mother board Nos. 1 320371.70 320371.70 RDSO
1.16 KDD 172-KY48-2 Power Supply card Nos. 1 11739.00 11739.00 RDSO
1.17 CPU card, ZPEN3 Nos. 1 205631.80 205631.80 RDSO
1.18 ZNIO2 I/F card with logic part Nos. 2 122745.70 245491.40 RDSO
1.19 ZSIO2 I/F card with protocol converter Nos. 1 114573.80 114573.80 RDSO
1.20 Optical Branch card, SPHC-TT Nos. 2 77884.40 155768.80 RDSO
1.21 Power supply card SPHC-TT, SPHC-PW Nos. 2 20847.20 41694.40 RDSO
1.22 INIO2 Card for operator Console Nos. 1 131585.30 131585.30 RDSO
1.23 INIO2 Card for MTC Nos. 2 131585.30 263170.60 RDSO
1.24 Watch Dog Timer Relay Nos. 2 11675.40 23350.80 Consignee
1.25 Relay Racks Nos. 3 40000.00 120000.00 Consignee
1.26 EI Rack Nos. 1 395476.00 395476.00 Consignee
1.27 DC-DC Converter 24V (110V/24V) for System Supply Nos. 4 32000.00 128000.00 Consignee
1.28 DC-DC Converter 24V (110V/24V) for I/O Supply Nos. 6 32000.00 192000.00 Consignee
1.29 Design of EI system Nos. 1 419333.00 419333.00 Consignee
Total Amount 8688589.00
RGI-HLK-INDOOR_LOA
Page 12 of 14
Annexure -B
Detailed Breakup for Item No.2
SI Description Unit Total
Qty
Unit Rate Total Amount Inspection
2.1 L-K7C Subrack with mother board Nos. 1 271840.80 271840.80 RDSO
2.2 CPU card, F486-4I Nos. 2 263854.80 527709.60 RDSO
2.3 IF card , FSIO Nos. 2 157355.00 314710.00 RDSO
2.4 IF card , FSIO-EX Nos. 2 211614.70 423229.40 RDSO
2.5 I/O card, FIO7-[p] Nos. 2 186654.60 373309.20 RDSO
2.6 I/O card, EXTFIO7-[p] Nos. 2 186654.60 373309.20 RDSO
2.7 I/O card, DID Nos. 2 60937.80 121875.60 RDSO
2.8 Power card, IPU6C Nos. 2 82887.20 165774.40 RDSO
2.9 E-P5 Subrack with mother board Nos. 1 504289.50 504289.50 RDSO
2.10 IF card , Line2B Nos. 2 139757.20 279514.40 RDSO
2.11 I/O card, ET-PIO2 Nos. 4 235484.70 941938.80 RDSO
2.12 E-M6 IF Subrack with mother board. Nos. 1 271649.40 271649.40 RDSO
2.13 IF card, LINEM2 Nos. 2 450882.30 901764.60 RDSO
2.14 I/O card, MMIF2 Nos. 5 89897.50 449487.50 RDSO
2.15 Journal Module Subrack with mother board Nos. 1 320371.70 320371.70 RDSO
2.16 KDD 172-KY48-2 Power Supply card Nos. 1 11739.00 11739.00 RDSO
2.17 CPU card, ZPEN3 Nos. 1 205631.80 205631.80 RDSO
2.18 ZNIO2 I/F card with logic part Nos. 2 122745.70 245491.40 RDSO
2.19 ZSIO2 I/F card with protocol converter Nos. 1 114573.80 114573.80 RDSO
2.20 Optical Branch card, SPHC-TT Nos. 2 77884.40 155768.80 RDSO
2.21 Power supply card SPHC-TT, SPHC-PW Nos. 2 20847.20 41694.40 RDSO
2.22 INIO2 Card for operator Console Nos. 1 131585.30 131585.30 RDSO
2.23 INIO2 Card for MTC Nos. 2 131585.30 263170.60 RDSO
2.24 Watch Dog Timer Relay Nos. 2 11675.40 23350.80 Consignee
2.25 Relay Racks Nos. 3 40000.00 120000.00 Consignee
2.26 EI Rack Nos. 1 395476.00 395476.00 Consignee
2.27 DC-DC Converter 24V (110V/24V) for System Supply Nos. 4 32000.00 128000.00 Consignee
2.28 DC-DC Converter 24V (110V/24V) for I/O Supply Nos. 6 32000.00 192000.00 Consignee
2.29 Design of EI system Nos. 1 419333.00 419333.00 Consignee
Total Amount 8688589.00
RGI-HLK-INDOOR_LOA
Page 13 of 14
Annexure -C
Detailed Breakup for Item No.3
SI Description Unit Total
Qty
Unit Rate Total Amount Inspection
3.1 CPU card, F486-4I Nos. 1 263854.80 263854.80 RDSO
3.2 I/O card, DID Nos. 1 60937.80 60937.80 RDSO
3.3 Power card, IPU6C Nos. 1 82887.20 82887.20 RDSO
3.4 I/O card, ET-PIO2 Nos. 1 235484.70 235484.70 RDSO
Total Amount 643164.50
RGI-HLK-INDOOR_LOA
Page 14 of 14
Annexure -D
Detailed Breakup for Item No.10
SI Description Unit Total
Qty
Unit Rate Total Amount Inspection
10.1 Digital Multi meter MOTWANE Make or similar No. 1 46000.00 46000.00 Consignee
10.2 Screw driver adjustable with common handle for different screw
drivers(TAPARIA)
No. 1 900.00 900.00 Consignee
10.3 Spanner double ended 33mm (TAPARIA MAKE) No. 1 500.00 500.00 Consignee
10.4 Spanner double ended 3/8 x 1/2" (TAPARIA MAKE) No. 1 450.00 450.00 Consignee
10.5 Spanner double ended 5/8 x 3/4" (TAPARIA MAKE) No. 1 625.00 625.00 Consignee
10.6 Spanner double ended 7/8 x 1" (TAPARIA MAKE) No. 1 600.00 600.00 Consignee
10.7 Adjustable screw spanner 12" (TAPARIA MAKE) No. 1 900.00 900.00 Consignee
10.8 Insulated cutting pliers (TAPARIA MAKE) No. 1 750.00 750.00 Consignee
10.9 Insulated Nose pliers (TAPARIA MAKE) No. 1 625.00 625.00 Consignee
10.10 Hammer 1 1/2 lbs ball pane No. 1 900.00 900.00 Consignee
10.11 Hacksaw frame No. 1 550.00 550.00 Consignee
10.12 Electric soldering iron No. 1 800.00 800.00 Consignee
10.13 AC clamp meter No. 1 12500.00 12500.00 Consignee
10.14 Cabinet to store tools No. 1 8900.00 8900.00 Consignee
Total Amount 75000.00