RailTel invites tender for upgradation of signalling and electronic interlocking at 5 stations of Firozpur division

RailTel Corporation of India has invited tender for Procurement of electrical (General) items in connection with “Up gradation of signalling from standard-I to standard-II(R) with electronic interlocking (EI) at 5 stations (i.e. Verka, Kathunangal, Jaintipura, Batala, Chhina ) in the ASR-PTK section of Firozpur division.

  • Tender Reference Number: RCILSIGVKA-CHNOT9-11
  • Name of Work: Procurement of electrical (General) items in connection with “Up gradation of signalling from standard-I to standard-II(R) with electronic interlocking (EI) at 5 stations (i.e. Verka, Kathunangal, Jaintipura, Batala, Chhina ) in the ASR-PTK section of Firozpur division.
  • Estimated Cost of Work: INR 20,94,000 Lakh
  • EMD: INR 41,900 Thousand
  • Contract Period: 60 Days
  • Document Download / Sale Start Date: 17th December, 2022
  • Document Download / Sale End Date: 10th January, 2023
  • Bid Submission Start Date: 17th December, 2022
  • Bid Submission End Date: 10th January, 2023
  • Bid Opening Date: 10th January, 2023

Scope of Supply:

  • Supply of active lightning arrester of class ‘A’ for building protection as per standard NFC-17-102. It shall work on early streamer emission principle and shall be made of stainless steel with a T of 60 microseconds.
  • A non resettable type counter should also be supplied to count the number of lighting occurrences. It also includes supply of electrolytic copper tape of 25mm X 2mm or better to connect class A devices to the earth pit.
  • This includes installation, testing and commissioning of Class A devices on top of the building. This device should be installed at suitable height on top of the building using a GI mask as per the instruction of RCIL engineers at site.
  • The device should be connected to the earth pit using a copper tape of 25mm X 2mm or better. This copper tape should be run firmly only on the side of the mask with the help of spacers. It shall also be ensured that the down conductor shall not touch the building throughout.
  • The down conductor shall be connected to the earth electrode using exothermic welding. A counter shall be installed at appropriate space to count the number of occurrences. All the accessories like spares, welding material etc. required for installation shall be arranged by the contractor.(Inspection by RDSO).
  • Supply of Change over switch 200 Amp. 3 Phase, 415V AC, 50Hz (Side Handle) four pole, Make Havels IHCFFE 200 or superior. (Inspection by Consignee)
  • Supply of 1.1 KV grade LT XL/PE . Insulated armoured aluminium conductor cable, Making good the damages end termination with aluminium crimping socket/plugs. Provision of cable route markers etc. as required as per technical specification No. IS-7098. Size (2×70 Sq.  mm). (Inspection by Consignee).
  • Laying of 1.1 KV grade LT XL/PE .Insulated armoured aluminium conductor cable, Making good the damages end termination with aluminium crimping socket/plugs. Provision of cable route markers etc. as required as per technical specification. Size(2×70 Sq. mm).
  • Supply of Control and Distribution panel for 10 KVA Auxiliary Transformer for Color light signalling supply in 25KV/AC traction system as per RDSO technical specification NoTL/SPC/PSI/CLS/0020(12/02 with A&C slips No 1 to 4 latest connection as required. (Inspection by Consignee).
  • Erection testing & commissioning of Control and Distribution panel for 10 KVA Auxiliary Transformer for Color light signaling supply in 25KV/AC traction system as per RDSO technical specification NoTL/SPC/PSI/CLS/0020(12/02 with A&C slips No 1 to 4 latest connection as required.
  • Warranty: The materials/items are to be warranted for a period of 12 months after the delivery at consignee end.

Inspection:

  • The supplier/manufacturer shall send inspection call letters when the material is ready to be supplied and ready for inspection. The Inspection shall be carried out at supplier’s/Manufacturer’s premises by the Inspecting Authority.
  • The supplier/manufacturer shall submit along with inspection call the details of test procedures, test programs, test parameters together with permitted values, etc., and their Quality Assurance Plan.
  • In case material/equipment fails during inspection, the fresh lot of same material/ equipment shall be offered without any extra cost, by the manufacturer/supplier. 
  • In such a case, total cost of re-inspection including travel, lodging & boarding of the inspecting officials shall be to the manufacturer’s / supplier’s account/cost.

Inspection by RDSO:

  • RDSO inspection charge shall be borne by RailTel, but necessary facilities to carry out test /witness inspection shall be provided by the manufacturer/supplier, free of cost. If the inspection charge will be paid by the Supplier, payment will be made on production of proof of inspection charge payment to RDSO and submission of Tax invoice.
  • The manufacturer shall maintain a stock register (receipt, issue and balance) and defect records for the raw material. The defect records shall be in standard formats and it shall be compiled on a daily/ weekly/ monthly basis and it shall be analysed. “NIL” Report shall be segregated from the accepted material.
  • First-in First-out concept shall be implemented in a foolproof manner. The batches of the raw material shall be identified and traceable. All relevant documents necessary to ensure trace-ability shall be maintained. The raw material shall be protected from direct exposure to sunlight, moisture, water ingress and heat etc.
  • Finished products shall be tested 100% by the factory QC personnel before being offered to RailTel for acceptance to ensure that it meets all quality requirements as per the relevant specifications. Duly filled in test formats indicating the results of such tests shall be submitted along with material offered for inspection to RailTel.

Eligibility:

  • The tenderer must have successfully completed any of the following during last 07 (seven) years, ending last day of month previous to the one in which tender is invited:
    • Three similar works each costing not less than the amount equal to 30% of advertised value of the tender, or
    • Two similar works each costing not less than the amount equal to 40% of advertised value of the tender, or
    • One similar work each costing not less than the amount equal to 60% of advertised value of the tender.

Financial Eligibility Criteria:

  • The tenderer must have received contractual payments in the previous three financial years and the current financial year up to the date of inviting of tender, at least 150% of the advertised value of the tender.
  • The tenderers shall submit Certificates to this effect which may be an attested Certificate from the concerned department / client or Audited Balance Sheet duly certified by the Chartered Accountant/Certificate from Chartered Accountant duly supported by Audited Balance Sheet.

The complete documents can be downloaded from https://www.ireps.gov.in


Source: RailTel -Tender | Image Credit (representational): RailTel