32202324
32202324
32202324
2|Page
S.N. Description of work Unit Qty. Rate Amount
6. Supplying and drawing 4.0 sq. mm PVC insulated multistrand Mtrs. 180 40.00 7200.00
copper conductor cable as submain and 1.5 sq. mm PVC insulated
multistrand earth copper cable voltage grade 1.1 kV as earthing
wire conforming to IS: 694-1990 in existing conduit/casing capping.
Wire should be of reputed make and as per tech. spec.
7. Fixing of LED four feet fitting complete with tube. (Fitting will be Nos. 10 30.00 300.00
supplied by Railway).
8. Supply and fixing of flush mounted electronic step fan regulator,
Nos. 5 232.00 1160.00
socket size.
9. Fixing and commissioning of ceiling fan with nut bolt ensuring all 5 24.00 120.00
safety aspects. Contractor is responsible for falling of fan within a Nos.
period of 12 month.
10. Supply & erection of 5 m high with double/four arm model no. BOP- Nos. 10 7490.00 74900.00
5030 of Bajaj or similar, pole shaft material – S355 J0 or
equivalent, hot dip galvanized steel octagonal pole with galvanized
base plate of 200x200x12 mm, junction box with 6 Amp. MCB and
stud terminals (for mounting inside the base compartment of pole),
foundation bolt size 4x16mm dia. 600 mm in length including
excavation and making foundation as per spec. and drawing. It
shall be galvanized internally and externally by single dipping
methods. The pole and foundation shall be made as per
specification and drawing attached.
11. Supply and fixing of single phase Double Door MCB DB SP (4+2) Nos. 5 2591.00 12955.00
way, with DP MCB 40 amp 'C' series one number & SP MCB 32/25
amp. 'C' series four number. Breaking capacity not less than 10
KA.
12. Fixing of LED street light complete with tube. (Fitting is not included Nos. 15 109.00 1635.00
in it).
13. Supplying fixing and commissioning of street light fitting Nos. 5 131.00 655.00
accessories e.g. GI pipe of bore 25mm, clamps, nuts, bolts, cable
etc as per instruction of site engineer.
14. Supply and fixing of junction box size 390/388x305/304x170mm Nos. 10 1782.00 17820.00
comprising of SMP/FRP material with rubber gasket, padlock
arrangement, zinc passivated earth bolt, etc. Make Sintex or similar
with 4 no. aluminum busbar cap 200 Amp., suitable for 415 volt
supply requirement. The box shall be fixed robustly with clamps at
pole/ wall as per requirement. All the material should be of good
quality.
15. Laying, connecting, testing and commissioning of 4 x 16 sqmm, Mtrs. 250 7.00 1750.00
1.1KV grade, LT XLPE/PVC insulated PVC outer sheathed
aluminum conductor armoured cable in trench/pipe/air as per spec.
16. Supply of 4 x 50 sq. mm, 1.1KV grade, LT XLPE insulated PVC Mtrs. 250 248.00 62000.00
outer sheathed aluminium conductor armoured cable confirming IS:
7098(Part-1) and as per tech spec.
17. Laying, connecting, testing and commissioning of 4 x 50 sqmm, Mtrs. 250 7.00 1750.00
1.1KV grade, LT XLPE/PVC insulated PVC outer sheathed
aluminum conductor armoured cable in trench/pipe/air as per spec.
18. Supply, laying and fixing of GI pipe medium “B” class (Blue) Mtrs. 100 543.00 54300.00
confirming to IS 1239 part-I for passing incoming and outgoing
cable from ground through it size 100 mm dia. Pipe should be of
reputed make and as per tech. spec.
19.
Laying of Spun/MS/GI/HDPE pipe 100 mm to 200 mm by Mtrs. 100 902.00 90200.00
horizontal drilling machine in Railway yard/below track/Road.
3|Page
S.N. Description of work Unit Qty. Rate Amount
20. Digging and filling of trench size 0.4 x 0.8 Mtrs. as per spec. (trench Mtrs. 300 32.00 9600.00
work may be on kuchha/pucca land and all type of soil as per site
requirement and without protective layer of brick) Surface of trench
shall be made good in all respect and satisfaction of site engineer
21. Supply of HDPE pipe conforming to IS 4984:2016, 50 mm dia, wall Mtrs. 300 54.00 16200.00
thickness minimum 3 mm, under the road.
22. Laying of HDPE pipe conforming to IS 4984:2016, 50 mm dia, wall Mtrs. 300 7.00 2100.00
thickness minimum 3 mm, under the road. The work involves laying
of HDPE pipe.
23. Supply, installing, testing and commissioning earth electrode Nos. 10 1689.00 16890.00
complete in all respect with perforated GI pipe medium “B” class
(Blue) confirming to IS 1239 part-I length of 4 mtr., bore 50mm
with all accessories like nut bolt, reducer nipple, wire meshed funnel
and CC finished chamber covered by CI/RCC frame etc. Digging pit
and refilling it with charcoal and salt in successive layers and
connection with 25x3 mm GI strip and as per IS:3043 and drawing
and testing of earth resistance as reqd.
Total for B 387380.00
C. Provision of 225 KL overhead tank other ancillary works at BAP station.
1. Supply, commissioning & testing of Monoblock Submersible pump Nos. 2 36431.00 72862.00
set 10 HP, discharge 850 LPM. 35 Mtr Head, BEE approved 5 Star
rated of reputed Make.
2. Supplying, fixing, testing & commissioning of digital soft starters Nos. 2 47029.00 94058.00
model no. CSXi of L&T or similar for 15 kW motor complete with
powder coated - grey shade sheet metal enclosure of 1.6mm thick
sheet, neoprene EDPM/Rubber gasket, with start stop push button,
4 no. aluminum bus- bar, ammeter & 4 pole MCCB 50 A with
adjustable thermal setting and min. 25 kA breaking capacity.
Starter and MCCB should be of reputed make and as per tech.
spec.
3. Supply, installing, testing and commissioning earth electrode Nos. 4 1689.00 6756.00
complete in all respect with perforated GI pipe medium “B” class
(Blue) confirming to IS 1239 part-I length of 4 mtr., bore 50mm
with all accessories like nut bolt, reducer nipple, wire meshed
funnel and CC finished chamber covered by CI/RCC frame etc.
Digging pit and refilling it with charcoal and salt in successive
layers and connection with 25x3 mm GI strip and as per IS:3043
and drawing and testing of earth resistance as reqd.
4. Supplying, connecting, fixing and lowering of GI pipe 2” Dia Mtrs. 12 276.00 3312.00
medium “B” class (Blue) confirming to IS 1239 part-I with
submersible pump in the tube well / UG tank including supply &
fixing of suitable size accessories like flange , safety clamp , cable
clamp etc. and excluding flat copper cable. Pipe should be of
reputed make and as per tech. spec.
5. Supply and drawing of PVC insulated 3 core sheathed Flat copper Mtrs. 50 300.00 15000.00
submersible cable 1100 volt grade conf. to IS: 694/1990 with latest
amendments, size 10 sqmm. Cable should be of reputed make and
as per tech. spec.
6. Supplying and fixing pipe fittings, bends, socket, flanges, sluice Set 2 3166.00 6332.00
valve and non-return valve of suitable size All material should be
of reputed make and as per tech. spec.
4|Page
S.N. Description of work Unit Qty. Rate Amount
7. Laying, connecting, testing and commissioning of 4 x 50 sqmm, Mtrs. 500 7.00 3500.00
1.1KV grade, LT XLPE/PVC insulated PVC outer sheathed
aluminum conductor armoured cable in trench/pipe/air as per spec.
8. Digging and filling of trench size 0.4 x 0.8 Mtrs. as per spec. (trench Mtrs. 450 32.00 14400.00
work may be on kuchha/pucca land and all type of soil as per site
requirement and without protective layer of brick) Surface of trench
shall be made good in all respect and satisfaction of site engineer
9. Supply of HDPE pipe conforming to IS 4984:2016, 50 mm dia, wall Mtrs. 450 54.00 24300.00
thickness minimum 3 mm, under the road.
10. Laying of HDPE pipe conforming to IS 4984:2016, 50 mm dia, wall Mtrs. 450 7.00 3150.00
thickness minimum 3 mm, under the road. The work involves laying
of HDPE pipe.
11. Supply and fixing of 4 pole MCCB 63 amp. 35 kA with adjustable Nos. 1 6173.00 6173.00
thermal and fix magnetic release complete with box. MCCB should
be of reputed make and as per tech. spec.
12. Supply and fixing of junction box size 390/380x30/2955x170/165 Nos. 2 1782.00 3564.00
mm comprising of SMP/FRP material with rubber gasket, padlock
arrangement, zinc passivated earth bolt, etc. similar to Sintex model
no. GSJB 3525 or similar with 4 no. aluminium busbar cap 200
Amp., suitable for 415 volt supply requirement. The box shall be
fixed robustly with clamps at pole/ wall as per requirement. All the
material should be of good quality and as per tech. spec.
13. Supply, installation, testing and commissioning of
Intelligent Field Device (IFD) having inbuilt energy
metering, Analog Inputs, Digital Inputs, Digital Outputs,
GPRS communication / ethernet, LAN, WiFi, etc.,
display along with filter power circuit having fuses, AC to
DC power supply providing adequate DC Supply
options (viz. 5V/12V/24V etc) with battery pack for
monitoring and control of Pumps, 30-70% Lighting,
Street Light(s), Lift(s), Escalator(s), Substation, etc.
capable of monitoring & control electrical parameters,
sensors parameters with necessary control capability
through internet cloud computing along with integration
with CRIS Software as per specification.
(i) RTU (2 X 2) for Pump Monitoring & Control Nos 1 142870.00 142870.00
14. Supply, Installation, Testing and Commissioning of Rust Proof, Nos 1 58189.00 58189.00
Maintenance free, Ultrasonic level sensor for overhead
tanks/Underground reservoir (0 to 6 meter range or as pe site
requirement) as per ISS & IE rules and technical specification
15. Supply and fixing of CT With enclosure set (including 3 nos. cts of Nos 3 1617.00 4851.00
rating 100 X 5A) make Procom/AE or similar
16. Supply and fixing of flexible wire 1 Sqmm 4 Core Copper Mtrs. 35 67.00 2345.00
for Auxiliary Power wiring (as per site requirement) as
per specification. (Make - Havells, Finolex, Polycab, RR
Kabel, Empire or similar.)
17. Supply and fixing of flexible wire 2.5 Sqmm 6 Core Mtrs. 35 199.00 6965.00
Copper for CT wiring (as per site requirement) as per
specification. (Make - Havells, Finolex, Polycab, RR
Kabel, Empire or similar.)
5|Page
S.N. Description of work Unit Qty. Rate Amount
18. Supply and fixing of flexible wire 1.0 Sqmm 2 Core Mtrs. 35 30.00 1050.00
Copper for Read Back Wiring (as per site requirement) as
per specification. (Make - Havells, Finolex, Polycab, RR
Kabel, Empire or similar.)
19. Supply and fixing of flexible wire 1.0 Sqmm 3 Core Mtrs. 130 53.00 6890.00
Copper for Analog Signal for Level Sensor (as per site
requirement) as per specification. (Make - Havells,
Finolex, Polycab, RR Kabel, Empire or similar.)
20. Supply and fixing of PVC conduit/casing caping (as per instruction Mtrs. 125 39.00 4875.00
of site supervisor) and its accessories, size 25 mm, thickness 1.6
mm As per IS 9537 part I.
Total for C 481442.00
Total for A+B+C 1555162.00
Note :-
1. Rates should be inclusive of GST as applicable and other applicable expenses.
2. The work should be carried out as per I.E. Rules and regulation and code of practice.
3. All materials such as wires, switches, CI/GI pipes, etc should be ISI marked. Materials other than ISI marked should
be as per technical specification and confirming to IS specification.
4. The tender offer submitted should be complete with financial status, previous experience, and other documents.
5. Contractor/s is/are bound to execute formal agreement on the documents available in this office.
6|Page
SPECIAL TERMS & CONDITIONS OF CONTRACT
1 The tenderers shall possess valid electrical contractor’s license (issued by Govt. Electrical Licensing
Board). and submit along with tender document.
2 The schedule of rates and quantities enclosed should be read in conjunction with the explanatory notes
given in the tender papers.
3 Contractor shall offer all reasonable facilities to the authorized representatives of the Railway for various
inspections and testing and submit test report jointly signed by the firm and Electrical Supervisor of Railway.
4 Water / electricity / transport shall be arranged by the Contractor at his own cost. The Purchaser shall not
provide the same under any circumstances. The site for depot / workshop can be provided temporarily to
the Contractor on his request.
5 The Contractor shall arrange at his own cost, all tools & plants, facilities required for erection, testing and
commissioning of all the equipment in compliance with the respective tender specifications.
6 During the course of execution of above work electrical fitting, fixtures, wirings etc. needs to be
removed and dismantled, shall be done by the contractor and released material shall be transported to
store / scrap depot by the contractor for that no extra payment will be done. Any temporary bypass
arrangement for continuity of supply if required shall also be done by the contractor under guidance of
consignee.
7 The work has to be carried out in Railway premises, so every precaution and safety rules shall be taken &
followed by firm/contractor to protect their labours, Railway employees, passengers, materials, structures
etc.
8 The work shall be carried out as per the Indian Code of Practice for electrical wiring and fitting in the building.
9 All materials used shall comply with the latest IS/IEC Specification.
10 The staff deployed at work site should have proper and adequate tools & tackles & M&Ps to execute the
work.
11 The contractor has to adopt all required safety measures & IE Rule during the execution of the work.
12 The electrical work shall be carried out in accordance with the approved standard of general electrical work
in central government buildings.
13 The electrical work shall be carried out without interruption of the power supply for carrying out of work, if any
power blocks are required, it will be restricted to shortest period as authorized by Sr. Divisional Electrical
Engineer or representative authorized by them.
14 After completion of Electrical work the contractor will undertake the Civil Engg. Work to repatch the wall
plaster and fill up the recesses etc. in the wall occurred during dismantling of old wiring and rewiring/fitting of
the same.
15 Released material:- All the released material such cables, fittings etc dismantled by the contractor shall be
deposited by him in the office/store of concern depot.
7|Page
16 The work shall be carried out strictly as per latest Indian Electricity Rules.
17 The work shall be carried out in best workman like manner and any defect in the work of changes in the
design etc. as pointed out by Inspecting authority shall be carried out by the contractor within quoted rates.
18 In case of any dispute regarding the lay out and any other electrical technical matter, the decision of Sr.
Divisional Electrical Engineer will be final and binding on the contractors.
19 Any sample, if necessary, may be sent by Railway’s representative to manufacturer/test house for
ascertaining originality/parameters as per specifications and cost of test shall be borne by the contractor.
20 If any minor alterations are found necessary the contractor will do the same within the quoted
rates.
21 Connection of earth electrode with earth continuity conductor must be properly secured by
providing washer/spring washer of suitable size with nut and bolts (4”x1/2” hexagonal head).
22 Gromet & Cable alley :-All the cables and wiring shall be with proper cable alley and grommets
etc.
8|Page
TECHNICAL SPECIFICATION AND OTHER CONDITION
TENDER NO. 32 – Elect/BKN/E-TENDER/2023-24
1.0 Name of work: - Electrical work in connection with provision of toilets at various Level
Crossing gates, provision of gate gumties, improvement of bituminous road, fencing
and other ancillaries work at 5 nos. Level Crossing gates in Suratgarh- Lalgarh section
and provision of 225 KL overhead tank other ancillary works at BAP station over
Bikaner Division.
2.0 Inspection of material
2.1 For inspecting the major/high value,viz., HDPE pipe 50mm Railway’s representative will visit to
manufacturer’s premises to conduct the test, if necessary. Contractor shall provide all necessary
assistance in carrying out test and inspection at his own cost.
2.2 Any sample, if necessary, may be sent by Railway’s representative to manufacturer/test house for
ascertaining originality/parameters as per specifications and cost of test shall be borne by the contractor
2.3 The firm shall submit list of items along with make, model, tech specs with catalogue for approval in the
office of Sr.DEE/G/BKN. For any items decided by Railways, sealed samples shall have to be submitted by
firm to site engineer and it will be approved from ADEE/DEE/Sr.DEE/G/BKN..
2.4 Pre commissioning test if needed on various equipment may be carried out jointly by the contractor.
3.0 Progress and time of completion
3.1 The work will commence immediately after receipt of the detail acceptance letter and currency of contract is
Six months from the date of issue of advance acceptance letter.
3.2 The agreement is to be signed within SEVEN DAYS after receipt of detailed acceptance letter.
4.0 Completion Test
On completion of installation, the following tests confirming to the relevant I.S. specification & I.E. Rules
shall be carried out.
a) Insulation resistance test.
b) Polarity test of switches.
c) Earth continuity test.
d) Earth resistance test.
5.0 If any damage is caused to the coach / railway structure as result of execution of electrical work, it shall be
the responsibility of the contractor to repair/make good the lass promptly at his own cost to the entire
satisfaction of the Electrical Engineer/Supervisor In charge.
6.0 All the waste material shall have to be removed on the same day after execution of work, by the contractor.
7.0 All the rejected material should be removed from the site immediately by the contractor.
8.0 No part of work shall be got executed from any alternative Agency.
9.0 Bad workman ship pointed out by the Sr. Divisional Electrical Engineer In charge or his representative shall
be rectified by the contractor at his own cost.
10.0 The contractor shall sign the site order.
11.0 Nomenclature of Equipment/Material
11.1 Switches, socket, batten holder, ceiling rose, flush type fan regulator etc. electrical accessories should be
ISI marked of reputed make with brass or superior metal terminals.
11.2 Hard wood plug : These shall be of well-seasoned of size not less than 50 mm long, 25 mm square on the
inner 20 mm square on the outer end. PVC gitti of suitable size may be used if required.
11.3 All the wooden screws shall be flat hard duly counter shunk and electroplated.
11.4 Ceiling Rose: This shall be 3 plate 5/6 Amp. 250 volt, ISI marked.
11.5 Connection to ceiling fans : For giving connection to ceiling fans, twisted twin PVC insulated copper
conductor flexible cords minimum size 16/0.2 mm shall be used which shall hanged from ceiling rose to
points connection on ceiling fans body.
11.6 5/15 Amp. Sockets piano type ISI marked.
11.7 Top cover on MS board shall be sunmica 3 mm thick.
11.8 The wires for concealed wiring shall be ISI marked.
9|Page
11.9 Switch piano type one way, 5/6/15 Amp. 250 volts, ISI marked.
12.0 Inspection
After completion of work, the same shall be inspected by the Sr. Divisional Electrical Engineer, or his
representative for the quality, and completion of the work.
13.0 MCB
MCB should have following features
It should have touch proof terminals with IP 20 degree of protection.
It should have combihead screws.
MCB/RCBO terminals should be suitable for cables upto 25 sq. mm cross section area.
There should be positive isolation mark on MCB.
It should have bi-connect terminals.
It should have position indicators.
The dolly (knob) should be situated at center of MCB.
It should have Energy Limitation Class – 3.
Min. no. of operation cycles – 10000 (Mechanical)
MCB/RCBO should be confirming to IS: 8828 and IEC: 60898 or latest applicable standards.
14.0 Fixing of MCB & Distribution MCB
MCB with arrangement on steel mounting rail and enclosed in 1.6 mm thick sheet steel boxes, properly
pretreated and stove enameled with facility to operate without opening the enclosure is to be used
connection to bus bar is with 6 sq mm PVC insulated copper cable. It should have neutral and earth link.
15.0 Multistrand Copper Cable
It should be of voltage grade 1.1 kV conforming to IS: 694-1990 with FR PVC compound insulation and
electrolytic grade, bright plain annealed copper conductor as per IS: 8130-1984.
16.0 Wiring
No joint in wiring is allowed. Earth wire of 1.5 sqmm PVC insulated & unsheathed multistrand copper cable
is to be run in the wiring.
17.0 PVC Conduit As per IS 9537 part I.
Proper socket tee, jointing box at required places is to be used in fixing conduit with good workmanship.
PVC bends are to be used in place of tee and junction boxes are to be used at junction point of two or more
pipes during concealed wiring.
18.0 Earthing
18.1 Earthing should be as per I.S. 3043-1987 and should give desired value of resistance as per I.E. Rules.
18.2 The location of earth electrode will be such where the soil has reasonable chance of remaining moist.
18.3 As far as possible entrenches, permanent and road ways are to be definitely avoided for locating the earth
electrodes.
18.4 Rail pole will be earthed by drawing a hole at 30 cm above muffing and with proper nut bolts.
18.5 Earth wire will not be wrapped over the service pipe and conduit pipe.
18.6 As far as possible the earth pit should be provided as a suitable place below the service pole. The
connected at the foot of the service pole by shortest route and them from foot to meter them from meter to
meter with 8 SWG G.I. wire/ with 25x3 mm GI strip.
18.7 The earthing of points (like 5/6 Amp. Sockets, 15 Amp. Socket Fan and fan regulator) and all metallic
points are included in wiring and rewiring shall be earthed with 1.5 sqmm PVC insulated & unsheathed
multistrand copper cable wherever required.
18.8 The supply and fixing of MS conduit includes supply and drawl of 8 SWG GI wire along with MS conduit.
10 | P a g e
18.9 A plate of 14 SWG MS sheet size 150 x 100 mm painted with black enamel paint shall be fixed near the
earth and following information shall be indicated (i) Earth No. (ii) Individual value of earth (iii) date of
testing. The earth pipe shall be provided with GI cap to prevent blocking of the pipe.
18.10 The distance between two electrodes should not be less than eight meter and shall not situated within a
distance of 1.5 meter from the building whose installation system is being earthed.
18.11 RCC / Cast-iron cover with cast iron frame 3mm thick shall be fixed on earth pit. The cover shall be fixed
with 6.5mm thick hinged rod to the frame.
18.12 Earth electrode to be put vertically downward. The GI pipe should be tapered at one end. Hot dip G.I. earth
wire shall be used and connected from earth to main board/ meter board/pole. The depth of 8 SWG wire in
ground shall be minimum 30 cms. Value of each earth shall be measured after commissioning of earth.
20.0 Trenching
The minimum width of trench for laying single cable shall be 0.4 m x 0.8 m in case of LT cable. The depth
of trench is increase to 1.2 M in case of cable above 1.1 KV. Adequate precaution should be taken not to
damage any existing cable, pipe or other such installation in the proposed route during excavation. The
bottom on trench shall be level and free from stones, bricks bats etc. The trench shall then be provided with
a layer of clean dry sand cushion of not less than 10cm in depth. The trench shall be than back filled in with
excavated earth free from stone and other sharp edged debris and shall be rammed in successive layers
not exceeding 30 cm up to top.
11 | P a g e
The cable shall be protected by HDPE pipe as a protection cover.
Where more than one cable is to be laid in same trench. Horizontal formation of the cables laying more
than one cable should be increased such that interaxia distance between the cable must be 20 cm at least
and brick is to be laid. There should be a clearance of at least 15 cm between axis of the end cable of side
of the trench.
In case of more than one cable in a trench additional brick layer is to be laid between cables to maintain
interaxia distance.
21.0 Supply, fixing, testing and commissioning of RCBO double pole. Confirming to IEC 61009 or latest, sensitivity
30mA with connections capacity 25A, 230V or above, 50Hz AC on existing/separate main board as per site
requirement. The RCBO to be connected in the existing/Separate board as per requirement by making proper
connection in the main board and fixing the RCBO. Any alteration in the wiring of main board if required is to
be done by the contractor. The features of RCBO should have inclusive of following features: (a) Isolation
with positive break indication. (b) Immune to nuisance tripping due to transit over voltage (Lighting, switching
surges) (c) Trip indication. Material should be of reputed make
22.0 Submersible Pump
Pump should be of approved make/ BEE approved for star rated. Head and discharge given are at
maximum efficiency point.
23.0 Lowering of GI pipe
Work includes lowering of submersible pump along with GI pipe in bore well/tank and lifting of existing
pumps and pipes if any from bore well/tank.
24.0 Starter
The starter box shall be front door type, dust & vermin proof with neoprene EDPM/rubber gasket and made
out of powder coated/ two coats of primer and finished by enamel paint - grey shade sheet metal enclosure
of 2mm thick sheet. The sheet steel should be given special treatment such as degreasing and pickling for
rust removal. The final finishing shall be smooth with attractive GRAY colour. The complete wiring should
be done with suitable size of FRLS copper wire.
B One Qualified Diploma Holder Engineer when cost of work to be executed is more than Rs 25 lakh, but less
than 200 lakh.
C GST/Sales tax octroi, Royalty, Toll Tax or any other taxes levied/leviable by the central or State Govt.
Local Bodies shall be borne by the contractor. No such other taxes on contractor’s labour or material will
be paid by Railway. This should be kept in view while tendering.
D The quantities given in annexure ‘H’ are approximate and are subject to variation plus/minus as per
variation clause mentioned in GCC applicable at the time of opening of tender.
12 | P a g e
30.0 Definition of similar nature of works
Not applicable.
31.0 Warranty: -
Items for which the warranty offered by manufacturer is more than one year, contractor will submit the
warranty card of the item duly filled in all respect to consignee.
A The contractor shall warranty that all materials & equipments to be supplied and installed as per this
tender shall be free from defects and faults in design, material, workmanship and manufacture and shall
be of the highest quality and consistent with the established and generally accepted standard for materials
of the type ordered and in full conformity with the contract specifications.
B The contractor shall give warranty / provide maintenance for satisfactory working of all the equipments &
installations erected & commissioned by him in this tender, for a period of ONE YEAR from the date of
commissioning.
C During the period of Warranty, the contractor shall keep available experienced engineer & technician and
necessary equipment to attend to any defective installation. The Contractor shall bear the cost of all
modifications, additions or substitutions that may be considered necessary due to faulty material, decision
regarding this shall rest with the Sr.DEE/NWR/Bikaner.
D During the period of Warranty, the contractor shall be liable for the replacement of any equipment & any
parts which may be found defective, whether such equipment be of his own manufactured or those of his
sub contractor, whether defect arising from faulty design, material, workmanship or negligence in any
manner on the part of the Contractor, at his (Contractor’s) own expenses. In case of defect of similar type
detected in contractor’s equipment & components during the warranty period, the contractor shall replace
complete lot of the items irrespective of the fact that whether all such items have failed or not. The
Contractor shall bear the cost of repair carried out on his behalf by the Purchaser at site due to urgent
requirement. In such a case, the Contractor shall be informed in advance of the repair proposed to be
carried out by the Purchaser.
E If it becomes necessary for the contractor to replace or renew any defective portion/s of the system under
this clause, the provisions of this clause shall apply to the portion of equipment/component/system so
replaced for further period of 12 months from the date of such replacement or renewal or until the end of
the warranty period whichever may be later. If any defect is not remedied within reasonable time, the
Railway may proceed to do the work at contractor’s risk and expense, but without prejudice to any other
rights, which the Railway may have against the contractor in respect of such defects.
F The repaired or renewed part shall be delivered and erected on site free of charge to the purchaser.
G The Railway shall have right for acceptance, rejection of materials at site if the same are not in accordance
with the specifications.
H The terms and conditions of this contract shall also be governed with G.C.C. of Railways.
However SD will be release to tenderer after completion of warranty period of 1 year.
13 | P a g e
Annexure - 1
Technical Specifications for Intelligent Field Devices (IFDs) / Smart Devices for
web based monitoring & control of electrical assets connected to IR-NIYANTRAC
cloud application Developed by CRIS
WORKING PRINCIPLE
An Intelligent Energy & Water Management solution should comprise of RTUs (Remote
terminal Units) / Intelligent Field Devices (IFD)/Smart Devices connected to the centrally
hosted server over GPRS/Wi-Fi/LAN network. Users shall simply access the information
over the web browser interface for monitoring as well as controlling their equipment.
Intelligent Field Devices (IFDs) are to be installed on various electrical assets of IR. Once
installed, IFDs will securely connect via Message Queuing Telemetry Transport (MQTT)
protocol over internet/GPRS to IR-NIYANTRAC oneM2M Common Service Platform
developed by CRIS (Centre for Railway Information System). IFDs are ready to use intelligent
devices having required AC/DC Power supply arrangements, Power filters/protections along
with battery backup and Intelligent Monitoring & Control Master and Slave Units (IMCUs) with
inherent capabilities of Energy Metering, Analog & Serial Sensing, Analog & Digital Control,
Display, Communication etc. IR users with secured credentials will simply login to IR-
NIYANTRAC application from a web browser for monitoring as well as controlling their various
assets. Following is the general scheme for IR-NIYATRAC applications:
GENERAL SCHEME
14 | P a g e
General System Requirements:
1. Intelligent Field Devices (IFDs)/Smart Devices should be single integrated unit with
Metering, Sensing Analog Inputs/Outputs, Control Digital Inputs / Outputs, LCD Display,
Communication, Power Supply and Filter Protection along with battery charging and back
up and Intelligent Monitoring & Control Master and Slave Units (IMCU) with inherent
capabilities of Energy Metering, Analog and Serial Sensing, Analog and Digital Control,
Display, Communication etc.
2. IFDs should automatically connect itself to the oneM2M Common Service Platform for IR-
NIYANTRAC application, set up a configuration for communication channel for individual
device and the platform for sending and receiving the data. The IFDs shall automatically
publish the information to theoneM2M Common Service Platform, and subscribe to topics as
given in Message Communication Format. The Common Service Platform shall never poll
any information from field devices. Field devices shall connect through GPRS 4G or 5G
(M2M SIM with private APN) or through any other secure communication method
(Ethernet/WI-Fi/LAN) to the Common Service Platform. Vender shall ensure data security in
communications from IFDs through whitelisting of URL etc.
3. System should have Bi-directional communication for Monitoring, Instant control commands,
alerts etc. between IFD andoneM2MCommon Service Platform of IR-NIYANTRAC
application.
4. The web based application i.e. IR-NIYANTRAC is a web based application software
developed by CRIS (Centre for Railway Information System) and centrally hosted at CCSP (C-
DOT Common Service Platform). The railway department shall have web browser interface
based access to the application.IR Users will be able to configure rules, monitor data as well as
control its assets based on instant needs, time based schedules or any sensor data based
operation etc.
5. IFD Master should be able to capture Mains Power Failure based on Auxiliary Power incoming voltage.
IFDs should continuously scan for incoming Phase voltage and generate Power Failure Alert for entire
IFD if there is no adequate voltage for a stipulated time. IFDs should keep a record of total power failure
time such that it can compensate total time for running hour schedule. On Power Resumption, IFD
should accordingly scan adequate voltage of three phases and generate Power Resume Alert after
accessing proper phase voltages.
On Power Resume, IFD should wait for adequate time for power stabilization and ignore
fluctuations before switching ON / OFF the device based on previous state or desired schedule
behavior.
6. SMS “to & from” to user should be strictly through IR-NIYANTRAC application and no user
shall be able to receive or send SMS directly “to & from” the Intelligent Field Device due to
security concerns.
7. IFD should be able to switch ON / OFF the asset based on following schedule types set from IR-
NIYANTRAC Application like No Action, Time Based, Running Hours Based and Restricted Schedule.
In case of Running hours based schedule, IFD should record the cumulative running hours as per
schedule on 24hr basis, and based on Power failure hours it should automatically compensate and run
the assets to complete the total running hours. In case of any manual or remote control, pending
running hours should reset itself.
15 | P a g e
8. IFDs should be standardized devices across all IR-NIYANTRAC applications. IFDs will
perform necessary actions based on application type command provisioned from IR-
NIYANTRAC. All functionalities of only monitoring as well as monitoring and control should be
same across Master and Slave stacks within the IFDs. IFDs should be scalable to connect up
to five or more unique assets with one IMCU Master and four or more IMCU Slaves within one
IFD enclosure. Following shall be the broad application scalability and configurability:
Broad
S. IFD Configuration Scenarios
Assets Application
No. Within Single Enclosure
Requirements
1x1 / 2x2 / 3x3/ 4x4/ 5x5 or More as per site
Intelligent Water Monitoring +
1.0 conditions
Management Control
(1 IMCU Master and Up to 4 or More IMCU Slave)
Intelligent Street 1x1 / 2x2 / 3x3/ 4x4/ 5x5 or More as per site
Monitoring +
2.0 Lighting conditions
Control
Management (1 IMCU Master and Up to 4 or More IMCU Slave)
Intelligent Station
1x1 / 2x2 / 3x3/ 4x4/ 5x5 or More as per site
Platform 30/70% Monitoring +
3.0 conditions
lighting Control
(1 IMCU Master and Up to 4 or More IMCU Slave
Management
Monitoring +
Alerts 1x1 / 2x2 / 3x3/ 4x4/ 5x5 or More as per site
Intelligent Lift
4.0 (But IFD should conditions
Monitoring
have the control (1 IMCU Master and Up to 4 IMCU or More Slave)
facility also)
Monitoring +
Intelligent Alerts 1x1 / 2x2 / 3x3/ 4x4/ 5x5 or More as per site
5.0 Escalator (But IFD should conditions
Monitoring have the control (1 IMCU Master and Up to 4 or More IMCU Slave)
facility also)
Intelligent Online
1x1 / 2x2 / 3x3/ 4x4/ 5x5 or More as per site
Energy Usage in Monitoring +
6.0 conditions
Substations / Control
(1 IMCU Master and Up to 4 or More IMCU Slave)
Building etc.
9. Operation, monitoring, control etc. of above mentioned assets will be as per the standard practice of
Railway or will be decided by Railways as per requirements.
16 | P a g e
Detailed Field Hardware Specifications:
Intelligent Field Devices (IFDs) should be a single integrated enclosure with Power Filter & Protection,
AC/DC conversion Power Supply (along with battery back-up and charging), Intelligent Monitoring and
Control Master and Slave Units (IMCUs) in standard housing comprising of LCD Display, 4G or 5G/GPRS
Communication, Micro controller, Energy Metering, Sensing Analog Inputs/Outputs, Control Digital
Inputs/Outputs as per following details:
LCD Display D1
B AC to DC Power Supply
4G/GPRS Modem D2
A Power Filter & Protection (Replaceable by Plug n Play Wi-Fi Module) Ethernet Option
17 | P a g e
A - Power Filter Card with Protection
E - Intelligent Monitoring and Control Unit (IMCU) – Slave (up to 4 or more additional Slaves within
same single enclosure)
E1. LCD Display – Electrical parameters, Connectivity etc.
E3. 3/4 Wire Tri-vector Electrical Energy meter and Analog / Digital I/Os –Energy Metering, 6 Digital
Inputs, 6 Digital Outputs / Relay contacts, 4 Analog Inputs and 1 Analog output
18 | P a g e
DETAILED SPECIFICATIONS OF IFD
Operating voltage will be 140VAC – 315VAC Phase to Neutral, 240VAC - 550VAC phase to
phase.
Power supply to work with neutral and any one phase as well as without neutral using any two
phases.
Protection against faults like neutral missing/weak, phase to phase short circuiting etc.
DC supply to main controller is isolated from field supply for better noise immunity.
In-built short circuit protection for each DC output using resettable fuses
Protection circuit to protect the system against Surges up to 6kV
4 - Fuses for all phases and neutral for class-B protection against fire
Power Supply shall provide Power Supply to Sensors
DC 5 V Output - Range 4.9 to 5.5 VDC
DC 12 V Output - Range 11.5 to 13.8 VDC
DC 24V Output - Range 21 to 26 VDC
IFD should have battery back-up of minimum 4 hours in order for IFD to store data as well as
maintain
connection with server in case of power failure.
D1 – LCD Display:
Should have LCD display with backlit
Should have a minimum of 5 rows
Should display Connectivity Status, Electrical parameters etc.
Intelligent microcontroller should be minimum 32 bit Dual core Platform with minimum
frequency of 240 MHz up to 480 MHz to meet various application logics and communication needs.
Intelligent microcontroller should have a minimum of 2Mbytes of Flash memory and minimum
of 1 Mbyte of RAM with dual mode Quad-SPI memory interface running up to 133 MHz.
Intelligent microcontroller should have on-chip Real Time clock (RTC) with sub second
accuracy and hardware calendar with independent battery backup for time clock retention.
Intelligent microcontroller should have various serial / communication ports options – I2C, I2S,
UART, SPI, USB and Ethernet.
Intelligent microcontroller should also support MIPI interface for various displays.
Intelligent microcontroller should have a USB-OTG output for provisioning/debugging etc.
Whilst using various serial communication ports for internal communication, IMCU master
should also give external connector outputs for RS 485 Port (isolated), Configurable RS232 or TTL
(isolated)port as well as Ethernet port.
Intelligent microcontroller should have 16Bit ADC support.
Intelligent microcontroller should have support for Bluetooth BLE4.1 or higher.
Intelligent microcontroller should have inbuilt Cryptographic hardware acceleration supporting
AES, HASH, MAC and TRNG (True Random Number Generator) algorithms.
Intelligent microcontroller shall have internal memory up to 4MB (expandable) to store the data
upto minimum of 10 Days in case of interruption in 4G or 5GGPRS communication.
IMCU should have an inbuilt energy metering capability with accuracy of minimum class 0.5s.
IMCU energy metering capability should be based on four-quadrant metering with measurement
support of Active, Reactive and Apparent Energy with Quadrant wise and Phase wise.
IMCU energy meter shall support both 3-phase 4-wire and 3-phase 3-wire wiring configurations.
IMCU energy metering shall have the capability to read 4th CT Neutral Current separately.
IMCU energy metering should have a voltage measurement range of 0V-380V P-N and 80V to
660V phase-phase voltage
IMCU metering shall measure and provide following electrical parameters:
Instantaneous and Average line and phase wise parameters -
Voltage - Vr,Vy,Vb
Average Voltage - Vry,Vyb,Vbr
Current - Ir,Iy,Ib,In
Power Factor – PFr,PFy,PFb,PFtotal
Frequency –FHz
Power - Phase wise and Total Active Power, Reactive Power and Apparent power -
Active Power (KW) –KWr, KWy, KWb,KWtotal
Reactive Power (KVAR) - KVARr, KVARy, KVARb, KVARtotal
Apparent Power (KVA)–KVAr, KVAy, KVAb, KVAtotal
20 | P a g e
Energy –Active, Reactive and Apparent Energy
Import KWh and Export KWh
Import KVArh (Lag) and Import KVArh(Lead)
Import KVAh and Export KVAh
THD for Voltage and Current
IMCU energy metering shall operate on DC supply from internal source from Supply layer.
IMCU should have Analog and Digital Sensing and Control Inputs and Outputs.
IMCU should have ADC (Analog to Digital Converter) with 16 Bit Resolution for sensor
integration with following industry standard sensor interfaces:
Analog Inputs
Minimum - 4 Nos.
0/4-20mA
0-10 V
Digital Inputs
Minimum - 6 Nos. capable of reading potential free contacts
Input Voltage 0 - 4V as logic '0'
Input Voltage 4 - 30V as logic '1
Digital Outputs
Digital Outputs - 6 Nos., Potential Free, NO contacts
Analog output – 1 No. 4-20mA output
D5 –CT with Supply IMCU Electrical Energy Meter, Sensing and Control:
IMCU Master should have option to extend Analog/Digital Sensing and Control Inputs and
Outputs for reading various additional sensors, status, protections, trip inputs etc as well as any
additional external device control.
IMCU should have additional 8 Nos. Digital Inputs, 8 Nos. Digital Outputs and 4 Nos. Analog
Inputs.
Standard IFD should be a single integrated weather proof wall/Surface mounting metal
enclosure for indoor installations. As per requirement(s), IFD should be installed in floor mounted
canopy panels for stand-alone outdoor locations having IP-55 protection.
IFDs should have Anti Tampering switch which shall give Enclosure Door Open/Close alert.
IFD should have a separate opening for replacing fuses and battery replacement etc. There
21 | P a g e
should not be a requirement to open main enclosure door for the same.
IFD should have an On/Off switch to close all IMCU electronics of the system as well as
separate On/Off switch to bypass only the Digital Output / Control section of IMCUs.
All electrical, sensor, control, communication, antenna cables etc. should be terminated inside
the enclosure on suitable terminal bocks through proper glands outside the enclosure to reduce the stress
on cables.
TECHNICALSPECIFICATIONSCOMPLIANCECHECK LIST
22 | P a g e
SMS to and from the User should be
d strictly through IR-NIYANTRAC
application and No User shall be able to
receive or send SMS directly from the
IFDs due to security and operational
concerns.
2.0 Key Hardware Details Requirement
a IFDs/IoT Device Item Details
b Power Supply Details
3.0 Other Key Requirements
a ISO Certificate IFD provider should have a valid ISO
certificate in the name of IFD provider for
Design, Development, Manufacturing,
Testing, Supply, Installation, and Servicing
of
Energy monitoring and control hardware
and software products.
b Metering Calibration Certificate IFD provider should have a metering
testing and calibration bench having
reference meter of minimum 0.5S class
accuracy. Tenderer should provide a
metering bench calibration certificate.
The calibration certificate should be in the
name of IFD OEM.
C Data Exchange Requirements of Tenderer may provide a certificate of any
Integration with Indian Railways IT work that highlights successful Integration
Applications done with Railways IT Systems.
Note: The above said details, duly filled up may be submitted along with the offer.
4. DOCUMENTATION
The supplier shall provide easy-to-use illustrated installation and operation manual in English for easy
installation and trouble-free usage. The manual shall contain complete system details such as
schematic of the system, working principle, clear instruction on regular maintenance, trouble shooting,
etc.
Annual Subscription inclusive of IFDs (Intelligent Field Devices) and communication charges for
with unlimited role based access from Anywhere over Internet Browser for Monitoring Reports,
Alerts, Administration, Control etc, Data storage and 24x7 Hosted Data Center Management, SIM
Charges with data, SMS based Alerts and control, Daily Automated Reports and Unlimited
Department Access.
The vendor will have to abide by all the guidelines as and when issued by CRIS regarding IR- NIYANTRAC
and will also need to change its firmware / software to implement the same without any additional charges.
23 | P a g e
Octagonal Pole 5 meter
24 | P a g e
25 | P a g e
--xx—End of the documents—xx--
26 | P a g e
27 | P a g e
28 | P a g e
29 | P a g e
30 | P a g e
31 | P a g e