0% found this document useful (0 votes)
192 views93 pages

Validate Print Help: Rebate Sheet of Pecentage Rate Tender

This document appears to be a price schedule or bill of quantities for signaling works related to construction of a railway network for coal transportation. It includes itemized costs for supplying different types and quantities of cables, wires, and pipes. The document contains tables with columns for item description, item code, quantity, units, and estimated rate in rupees. Values are to be entered in the last column. The total amount will be calculated and displayed in rupees.

Uploaded by

Rupender Singh
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as XLS, PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
192 views93 pages

Validate Print Help: Rebate Sheet of Pecentage Rate Tender

This document appears to be a price schedule or bill of quantities for signaling works related to construction of a railway network for coal transportation. It includes itemized costs for supplying different types and quantities of cables, wires, and pipes. The document contains tables with columns for item description, item code, quantity, units, and estimated rate in rupees. Values are to be entered in the last column. The total amount will be calculated and displayed in rupees.

Uploaded by

Rupender Singh
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as XLS, PDF, TXT or read online on Scribd
You are on page 1/ 93

Validate Print Help PRICE SCHEDULE Rebate Sheet of Pecentage Rate Tender

(This BOQ template must not be modified/replaced by the


Tender Inviting Authority: General Manager (Projects), RITES Ltd., Regional Project Office, Lucknow
bidder and the same should be uploaded after filling the
Namerelevent columns,
of Work: S&T else the
works in connection bidder
with is liable
Construction to be
of Railway rejected
Network for Coalfor
Transportation for Obra-C Thermal Power Project Ext., Unit, At O
District:-Sonebhadra (UP)
this tender. Bidders are allowed to enter the Bidder Name and
Va
Contract No: E-TENDER NO.: RITES/RPO-LKO/UPRVUNL/00013/Obra-C /S&T

Name of the
Bidder/
Bidding Firm /
Company :

PRICE SCHEDULE
(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bid is liabl
rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only )

NUMBER # TEXT # TEXT # NUMBER NUMBER #


Sl. Item Description Item Unconditioan AMOUNT Rs.
No. Code / Rebate in %
Make To be entered
by the Bidder
in %

1 2 3 6 53
1 Total Amount of BoQ 2 Item1
1.01 Amount after unconditional Rebate #VALUE!

item 2
Total in Figures #VALUE!

Quoted Rate in Words #VALUE!


of Pecentage Rate Tender

Obra-C Thermal Power Project Ext., Unit, At Obra

ling the relevent columns, else the bid is liable to be


nd Values only )

TEXT #
TOTAL AMOUNT
In Words

55

#VALUE!
#VALUE!

#VALUE!
Validate Print Help Item Rate BoQ Abstract Sheet of Percentage Rate Tender
Tender Inviting Authority: General Manager (Projects), RITES Ltd., Regional Project Office, Lucknow

Name of Work: S&T works in connection with Construction of Railway Network for Coal Transportation for Obra-C Thermal Power Project Ext., Unit,
At Obra District:-Sonebhadra (UP)

Contract No: E-TENDER NO.: RITES/RPO-LKO/UPRVUNL/00013/Obra-C /S&T

Name of the
Bidder/
Bidding Firm /
Company :

PRICE SCHEDULE
(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bid is
liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only )

NUMBER # TEXT # TEXT # NUMBER #


Sl. Item Description Item TOTAL AMOUNT
No. Code / in Rs.
Make

1 2 3 53
1 Schedule 1 , 2, 4, 5, 6 & 7
Item1
2 Total Amount of Schedule 1 Item2 #VALUE!
3 Total Amount of Schedule 2 Item3 #VALUE!
4 Total Amount of Schedule 3 Item4 #VALUE!
5 Total Amount of Schedule 4 Item5 #VALUE!
6 Total Amount of Schedule 5 Item6 #VALUE!
7 Total Amount of Schedule 6 Item7 #VALUE!
Total in Figures #VALUE!

Quoted Rate in Words #VALUE!


Percentage Rate Tender

now

ortation for Obra-C Thermal Power Project Ext., Unit,

aded after filling the relevent columns, else the bid is


dder Name and Values only )

TEXT #
TOTAL AMOUNT
In Words

55

#VALUE!
#VALUE!
#VALUE!
#VALUE!
#VALUE!
#VALUE!
#VALUE!

#VALUE!
Please Enable Macros to View BoQ information
Q information
Validate Print Help Percentage BoQ
Tender Inviting Authority: General Manager (Projects), RITES Ltd., Regional Project Office, Lucknow

Name of Work: S&T works in connection with Construction of Railway Network for Coal Transportation for Obra-C Thermal Power Project Ext., Unit, At

Contract No: E-TENDER NO.: RITES/RPO-LKO/UPRVUNL/00013/Obra-C /S&T

Name of the
Bidder/
Bidding Firm /
Company :

PRICE OF GROUP VI TELECOMMUNICATION


(SUPPLY & EXECUTION)
(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bid is liab
the Bidder Name and Values only )
NUMBER # TEXT # TEXT # NUMBER # TEXT # NUMBER
Sl. Item Description ITEM No. Quantity Units Estimated
No. Rate in
Rs.

1 2 3 4 5 6

GROUP-I CABLES & WIRES


1 Item 1
(SUPPLY )

Cable signalling unscreened underground with plain annealed


1.01 copper conductor, armoured PVC insulated to conform to IRS-S- Item 1.1
63/2007 amendment 4 or latest
1.011 2 core x 2.5 sq.mm Item 1.2 24.00 Kms 109,023.00

1.012 9 core x 1.5 sq.mm Item 1.3 9.00 Kms 192,740.00

1.013 12 core x 1.5 sq.mm Item 1.4 22.00 Kms 204,891.00

1.014 24 core x 1.5 sq.mm Item 1.5 14.00 Kms 363,954.00

Cable Power Standard Aluminium conductor PVC insulated as per


1.02 Item 1.6
IRS-S 63/2007 & IS 1554 (Amendment-4) is 1554 or latest

1.021 2 Core x 25 sq.mm Item 1.7 11.00 Kms 110,219.00

Cable indoor copper conductor plain annealed high conductivity


1.03 Item 1.8
650V grade PVC insulated IRS S-76/89 (Amendent)-3 or latest

1.031 3 x 0.7 sq.mm (Red/Black) Item 1.9 50.00 100m Coil 1,574.00

1.03 16 x 0.2 mm Item 1.10 400.00 100 m coil 843.00


1.033 1 x 10sqmm multistrand flexible wire Item 1.11 24.00 100 m coil 9,732.00

1.034 1 X 6 sqmm multistrand flexible wire Item 1.12 40.00 100 m coil 1,944.00

Signalling indoor multicore cable 1mm dia IRS:S-76/89


1.04 Item 1.13
(Amendment)-3 or latest

1.041 60 core Item 1.14 1.00 Kms 340,193.00

1.042 Under graund Railway Jally Filled 06 Quad AXLE Counter Cable to Item 1.15 5.00 Kms 301,573.00
TC -30/2005 Amendment -2, 0.90mm dia for Signalling & Telecom
installation.
1.05 Supply of DWC pipe of size 120mm outer dia and 102mm inner dia Item 1.16 1,500.00 Mts 151.00
1.06 Supply of split DWC pipe of size 200mm outer dia and 175mm Item 1.17 200.00 Mts 337.00
inner dia

1.07 Supply of DWC pipe of size 200mm outer dia and 175mm inner dia Item 1.18 600.00 Mtrs 398.00

1.08 Supply of Galvanised iron pipe 100mm dia B class with end clamps Item 1.19 200.00 Mtr 1,033.00
as per specn no IS-1239 part 1/1990

1.09 EXECUTION Item 1.20

1.10 Exacavation of cable trench 1.2 mtr,. Deep and 300 mm wide along Item 1.21 15.00 kms 38,424.00
side of the track in all types of soil, conforming to distances as per
cable route plan and refilling after cable laying as per Drg. No.
RITES/SIG/GEN021-98. This work includes.
a) Covering of laid cables in trenches by a layer of 50 mm thick
loose soils before covering by bricks.
b) Disposal of soils, clearing of roots, bushes etc. in all types of soils.
1.11 Exacavation of cable trench 1.2 mtr,. Deep and 300 mm wide across Item 1.22 3.00 Kms 125,707.00
the track width at level/track crossing platform and refilling after
laying RCC/DWC pipe 150 mm dia with collars as per cable route
chart and technical specn. as per Drg. No. RITES/SIG/GEN028-98.

1.12 Cutting smoothening of inside surface of chase in concrete having Item 1.23 0.20 kms 96,061.00
size 80 mm depth and 45 cm width. Concreting after Cable laying to
match existing platform is included in this item. However cable
laying is covered as separate item.

1.13 Fixing / laying of DWC pipe half split at crossings of culvert along Item 1.24 700.00 mtr. 211.00
bridges etc., and concreting the ends as per Drg. No.
RITES/SIG/GEN/024-98 & RITES/SIG/GEM/027-98. This
1.14 Fixing / laying of RCC Pipe / DWC pipe and collors for laying of
includes: Item 1.25 2,200.00 mtr. 96.00
cables under
Fixing of nearth
clamps the track
of suitable sizeand
androad crossing,
shape. platform
Where more thancutting
1 pipe
etc.,
lengthDrg. No. RITES/SIG/GEN/024-98.
is required to be kept at a stretch, the clamps will be mild
steel strips of 5mm thick and 25 mm vide approximately. A
minimum of 3 clamps per GI/RCC/DWC pipe of standard length of
6 mtrs. to be provided.
1.15 Laying of signalling cable of various sizes in the trench as per cable Item 1.26 76.00 kms 6,069.00
chart and technical specification. This included transportation of
cable drums, termination of cables at both ends.
1.16 Laying of Power cable of various sizes in the trench as per cable Item 1.27 14.00 kms 6,724.00
chart and technical specification.

1.17 Supply and placing of second class bricks of size 225x100x75 mm (9 Item 1.28 140,000.00 Nos. 5.00
bricks per meter) horizontally breadth wise in the trench after
covering the laid cable with soft soil of 50 mm thickness.

1.18 Supply of U clamp and anchoring the cable with U Clamp(6 mm dia) Item 1.29 3,000.00 Nos. 13.02
at an interval of 5 metres having different size to clamp all the cables
present in trench.

1.19 Supply and Fabrication and fixing of cable route markers at intervals Item 1.30 450.00 Nos. 260.36
of 30 mtrs as per Drg. No. RITES/SIG/GEN/018-98.
1.20 Testing of point to point insulation/continuty test for all laid out Item 1.31 1.00 Job 9,606.00
cables and prepare the records in a bound register.

1.21 Laying of 6 Quad AXLE Counter Cable as per specific Rule. Item 1.32 5.00 Kms 7,685.00

1.22 Fixing / laying of GI Pipe / HDPE pipe half split at crossings of Item 1.33 200.00 Mtr 211.00
culvert along bridges etc., and concreting the ends as per Drg. No.
RITES/SIG/GEN/024-98 & RITES/SIG/GEM/027-98.

1.23 Supply & placing of Concrete Block of size 30 cm X 30 cm X 50 cm Item 1.34 800.00 Nos 216.97
in 1:2:4 ratio 20 mm aggregate size. Placing of blocks in the trench
after cabl laying is inclusive in this item and will be executed as per
directions of site engineer.

Total in Figures

Quoted Rate in Figures


Select

Quoted Rate in Words #VALUE


wer Project Ext., Unit, At Obra District:-Sonebhadra (UP).

umns, else the bid is liable to be rejected for this tender. Bidders are allowed to enter

NUMBER # TEXT #
ESTIMATED AMOUNT TOTAL AMOUNT
In Words
in Rs.

53 55
#VALUE! #VALUE!

#VALUE! #VALUE!

#VALUE! #VALUE!

#VALUE! #VALUE!

#VALUE! #VALUE!

#VALUE! #VALUE!

#VALUE! #VALUE!
#VALUE! #VALUE!

#VALUE! #VALUE!

#VALUE! #VALUE!

#VALUE! #VALUE!

#VALUE! #VALUE!
#VALUE! #VALUE!

#VALUE! #VALUE!

#VALUE! #VALUE!

#VALUE! #VALUE!
#VALUE! #VALUE!

#VALUE! #VALUE!

#VALUE! #VALUE!

#VALUE! #VALUE!

#VALUE! #VALUE!
#VALUE! #VALUE!

#VALUE! #VALUE!

#VALUE! #VALUE!

#VALUE! #VALUE!
#VALUE! #VALUE!

#VALUE! #VALUE!

#VALUE! #VALUE!

#VALUE! #VALUE!

#VALUE! #VALUE!

- #VALUE!

#VALUE!
Validate Print Help Percentage BoQ
Tender Inviting Authority: General Manager (Projects), RITES Ltd., Regional Project Office, Lucknow

Name of Work: S&T works in connection with Construction of Railway Network for Coal Transportation for Obra-C Thermal Power Project Ext., Unit, At

Contract No: E-TENDER NO.: RITES/RPO-LKO/UPRVUNL/00013/Obra-C /S&T

Name of the
Bidder/
Bidding Firm /
Company :

PRICE of GROUP-II SUPPLY & EXECUTION


SIGNALS & ACCESSORIES
(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bid is liab
and Values only )
NUMBER # TEXT # TEXT # NUMBER # TEXT #
Sl. Item Description ITEM No. Quantity Units
No.

1 2 3 4 5
GROUP-II SIGNALS & ACCESSORIES
2 Item2
(SUPPLY)
2.01 Color light signal (2 aspect) as per RDSO Drg. No. SA (23003 A/M) (adv.) alt. 8 & Item 2.1 10.00 Nos.
Specification No. IRS-S-26/64 having following items:
(a) Signal post 140mm dia 4.5 mtrs. Long to IRS-56/81
(b) Signal base cast Iron 140mm dia To Drg. No. S-2011.
(c ) CLS ladder complete with platform and base 3.6 mtrs Long to Drg. No. SA-23153
(Adv.) Alt.I
(d) CLS unit 2 aspect complete to Drg. No. S-23003 A/M to C/M (Adv.) without
transformer. Lenses lamp holder.
(e ) OFF set bracket of main signal for 140 mm dia post to RDSO Drg. No. SA-23080
(Adv.) Alt. 1
(f)Anchor bolt complete (915mm x 75mm x 24mm) to RDSO Drg. No. SA-166 A/M/
& IRS-S-10/78

2.02 Independent shunt signal complete having following items(1)position light shunt Item 2.2 25.00 Nos
signal with offset bracket unit without lamp holder &without lenses and lamps vide
RDSO specn no SA-23840(Adv)Alt-2 (2) shunt signsl post 90mm dia 100cm long and
shunt signal base with 4 anchor bolts

2.03 Supply & fixing of retroreflective number plates of approved type. As per Drg No Sig Item 2.3 45.00 Nos
05/2009 dtd 02.04.09. Contractor has to arrange all hardware & other requirement to
fix the plate on signal at his own cost.) Inspection by consignee.

2.04 Junction type route indicator (direction type) (5 way) suitable LED signal unit without Item 2.4 1.00 Nos.
lamp holder unit & without lenses and lamps as per RDSO latest specifications.

2.05 Dependent type position light shunt signal unit along with Off set bracket universal. Item 2.5 10.00 Nos.
LED signal lighting unit aspect for main signal as per RDSO/SPN/153/2011 (Rev) Item 2.6
draft or latest including polycarbonate clear, anside stepped lense for LED lit signal
and suitable hood for obtaining clear visibility. This shall also include current
2.06 regulator. The signal shall be AC lit.
It shall be suitable to CLS as per RDSO Drg. No. SA-23002 and as 23003 with latest
amendment.

2.061 For Red aspect Item 2.7 12.00 Nos.

2.07 For Yellow aspect Item 2.8 12.00 Nos

2.08 LED signal lighting unit for junction type route indicator 5 per JN Route for main Item 2.9 30.00 Nos
signal as per RDSO/SPN/153/2004 including lens optical inside steeped clear as per
RDSO Drg. No. SA-23401/03/4 and No. S-23407 for route indicator and include
current regulator and health monitor. The signal shall be AC lit.

2.09 LED signal lighting unit with in built CR and HMU as per RDSO spec no Item 2.10 100.00 Nos
RDSO/SPN/153/2004 or latest for shunt signal to RDSO drg no SA-23840
2.10 Supply of hand cuff lock(Universal) with key(1 key for every 4 locks) Item 2.11 45.0000 Nos

2.11 GROUP-II EXECUTION Item 2.12

2.12 Excavation of pit casting and plastering of concrete foundation for CL Signal and Item 2.13 10.0000 Nos.
Ladder & ladder base as per Drg. No. RITES/SIG/GEN/001-98. This includes.
Supply of cement, sand, stone chip and ,mixing in the ration 1:3:6.
2.13 Erection of 2 aspect colour light signals. This includes: Item 2.14 10.00 Nos.
a) Erection of surface base, signal post, signal unit, junction type route indicator, shunt
signal of OFF set bracket, calling on signal, ladder with guard and platform. Fixing of
P/C/G marker and blanking off signals. It will also includes protective screen,
wherever required (including laying out cable from location box), it also includes
fixing of signal number plates.
b) Fixing of hoods and LED lamp units with current regulating tranformer on 2 aspect
signal. Termination of the tail cable in the signal unit.
c) Wiring and testing of signal unit.
d) Focussing of signal and provision of hand cup locks.

2.14 Excavation of pit casting and plastering of concreate foundation for shunt signal as per Item 2.15 25.00 Nos
drg no RITES/SIG/GEN/002-96.This include supplt of 4 nos foundation bolts of size
and supply od cement,sand and stone chip and mixing in the ratio 1:3:6

2.15 Erection and wiring of shunt signal.This includes errection of surface base,signal Item 2.16 25.00 Nos
post,shunt signal unit.fixing of lenses,LED units with regulator and hoods
etc.Termination of tail cable in the signal unit including laying out cable from location
box,wiring testing of shunt signal unit with wiring materials. It also includes fixing of
signal no plates.

Total in Figures

Quoted Rate in Figures


Select

Quoted Rate in Words


Percentage BoQ

ower Project Ext., Unit, At Obra District:-Sonebhadra (UP)

EXECUTION
RIES
olumns, else the bid is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name

NUMBER NUMBER # TEXT #


Estimated Rate ESTIMATED AMOUNT TOTAL AMOUNT
in in Rs. In Words
Rs.

6 53 55
21,641.00 #VALUE! #VALUE!

4,686.00 #VALUE! #VALUE!

436.00 #VALUE! #VALUE!

16,446.00 #VALUE! #VALUE!

4,521.00 #VALUE! #VALUE!


6,544.00 #VALUE! #VALUE!

6,553.00 #VALUE! #VALUE!

5,629.00 #VALUE! #VALUE!

6,277.00 #VALUE! #VALUE!

202.00 #VALUE! #VALUE!

5392.66666667 #VALUE! #VALUE!


1,921.00 #VALUE! #VALUE!

2,361.08 #VALUE! #VALUE!

419.00 #VALUE! #VALUE!

#VALUE! #VALUE!

- #VALUE!

#VALUE!
Validate Print Help Percentage BoQ
Tender Inviting Authority: General Manager (Projects), RITES Ltd., Regional Project Office, Lucknow

Name of Work:S&T works in connection with Construction of Railway Network for Coal Transportation for Obra-C Thermal Power Project Ext., Unit, At O

Contract No: E-TENDER NO.: RITES/RPO-LKO/UPRVUNL/00013/Obra-C /S&T

Name of the
Bidder/
Bidding Firm /
Company :

PRICE OF GROUP-III TRACK CIRCUITS, POINT MACHINES & LOCATION BOXES


(SUPPLY & EXECUTION)
(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bid is li
Bidder Name and Values only )
NUMBER # TEXT # TEXT # NUMBER # TEXT #
Sl. Item Description ITEM No. Quantity Units
No.

1 2 3 4 5
GROUP-III TRACK CIRCUITS, POINT MACHINES & LOCATION BOXES
3 (SUPPLY) Item3
3.01 Track feed battery charger 110V AC/2-6 VDC-10 amp charging rate suitable Item 3.1 48.00 Nos
to charge 1,2 or 3 cells of 80 AH 2 Volts to IRS-S-89/93.Amdt-1 or latest

3.02 Track feed resistance 'F' type as per Specification No.RE/S&T/ALD/ Item 3.2 48.00 Nos.
Stores/Specification 12B.

3.03 B type choke as per Specification No. IRS-S-65/83. Item 3.3 90.00 Nos.

3.04 Lead acid secondary cells Low maintendance of 80 AH 2 volt as per RDSO Item 3.4 135.00 Nos.
Specification No.IRS-S- 88/2004. Alt - I.

3.05 Fibre glass track lead Junction boxes for terminator of signalling cable for Item 3.5 125.00 Nos.
the use of track circuit.As per IRS-SA 20101/M (Including laying out cable
from location box & antitheft arrengement)

3.06 Channel bond pin single groove tinned or zinc coated 7mm dia. As pes Item 3.6 11,000.00 Nos.
RDSO Specification No.IRS-S-17/75 Alt-I for bonding track circuit wires

3.07 GI Bond wire soft 8 SWG for bonding resistance-132 ohm/Km at 27 deg. C Item 3.7 1,500.00 Kg
to IS-279.

3.08 Relay DC track plug in type neutral, 4/9 ohms,tractive armature 2 F/2B with Item 3.8 45.00 Nos.
front contracts metal to carbon (QTA 2 type) complete with plug board and
connector to BRS-938A,IRS-S-34/68 Alt-V &IRS-S-023/88.
3.09 Supply of Digital Axle Counter for the specified detection points and track Item 3.9 2.00 Set
sections as per RDSO specification RDSO/SPN/176/2013(Version 3) for
MSDAC with latest amendment or specification. One complete set
consisting of Central Evaluator/Processor , Vital relays for each track
sections, track site unit with Detection point complete assembly & fixing
arrangement for each detection point , clamps deflectors for either side of
each detection points , monitoring console and a reset box/boxes for
resetting each track section.(19 DP, 12 TS) .Inspection: RDSO

3.10 Supply of Axle counter cable conductor's earth resistance sensing unit, Item 3.10 76.00 Set
microcontroller based for 12 Nos conductors with metering facility for one
conductor at a time. Inspection by RITES.

3.11 Electrical point machine heavy duty nontrailable rotarylocking type Item 3.11 44.00 Nos.
complete with cable terminal box as per RDSO Specification No. IRS-
S24/2002.

3.12 Point machine ground fittings set as per RDSO Drg.IRS 3361-62 (IRS Item 3.12 44.00 Set
type). With antitheft arrangement.

3.13 Bent pipe for cable entry to be provided with each machine having 50 mm Item 3.13 44.00 Nos.
dia & 1 metre length.

3.14 Insulation for gauge tie plate for BG as per IRS-S-40/84 and Drg. No. T- Item 3.14 44.00 Set
10368, T-10371 each set comprising of :
(a) Insulation plate -2 No.
(b) Bushes -6 No.
(c) Washers -12 No.
3.15 Insulation for D bracket for point machine as per Railway Design each Item 3.15 44.00 Set
(a) Channel side plate LH-2 No.
(b) Channel side plate RH-2 No.
(c)Bushes -4 No.
(d) Washers -4 No.
as per IRS -S-40/84

3.16 Insulation for following and leading P-way stretcher bars BG as per IRS -S- Item 3.16 88.00 Set
40/84 & Drg. No. 10367,10368 &10371 each set comprising of:
Splice plate -2 No.
Bushes -2 No.
Washers -4 No.
as per IRS -S-40/84

3.17 Insulation for L bracket Point machine throw Rod. This includes supply of Item 3.17 44.00 Set
plates, bushes , washers etc.

3.18 Supply and provision of Crank handle Box to accommodate the required Item 3.18 4.00 Nos.
Crank handle and also associated Box

3.19 Supply & provision of KLCR Box to accommodate the requied KLCR & Item 3.19 5.00 No.
also associated Box. Each Box to cater 5 Nos of KLCR relays.

3.20 Apparatus case single complete with E type lock and keys of ward no. 42 Item 3.20 100.00 Nos.
and handle as per Drg. No. RE/S&T/ALD/SK/219/82 Alt A &221/82 with
Alt B ( E type lock to be on both side)
3.21 Apparatus case ,half case , steel complete with 'E' type lock and handle as Item 3.21 40.0000 Nos.
per Drg. No. RE/S&T/A;D/SK/220/82 & 221/82 WITH ALT B (E type lock
to be on borth side)

3.22 GROUP-III EXECUTION Item 3.22

3.23 Excavation of pit casting concrete foundations of single apparatus case as Item 3.23 100.00 Nos.
per Drg. No. NR/S&T/CON/2-7/97. This include:
a) Supply of cement, sand, stone chip and ,mixing in the ration 1:3:6.
b) Supply of 4 nos foundation bolts as per Drg. No. SA-112A with nut and
bolts.
e

3.24 Excavation of pit casting of concrete foundations for half apparatus case as Item 3.24 40.00 Nos.
per Drg. No NR/S&T/CON/2-8/97. . This includes:
a) Supply of cement, sand, stone chip and ,mixing in the ration 1:3:6.
b) Supply of 04 Nos. foundation bolts as per RDSODrg. No. SA-112A with
nut and bolts.
3.25 Cement concreting in 1:3:6 with aggregate 20 mm nominal size with Item 3.25 200.00 Cum.
contractor's own material including Cement on
specific instructions of site Engineer.
3.26 Erection of single apparatus case on foundation including fixing of 'E' type Item 3.26 100.00 Nos.
lock and locking arrangment, wiring, testing and commissioning as per
approved wiring diagram. This include:
a) Supply and fixing of hylam sheet, resin bounded 10mm thick grade P3 in
standared size of 1.22 x 1.22 mtrs for shelves, strips and for fixing ARA
terminal, fuse blocks etc.
b) Termination of cables with no embossed ferrules, bunching of cables with
PVC tape including supply of ferrules, tape, cable fixing clamps etc.
c) Filling up pit inside the location box by sand and platering on the top of
the sand.
d) Fixing of terminals, fuse blocks, N.D. fuses, etc., as per approved wiring
diagrams. Lettering inside & outside location box is also included in this
item.

3.27 Erection of half apparatus case on foundation including fixing of 'E' type Item 3.27 40.00 Nos.
lock and locking arrangement wiring, testing and commissioning as per
approved wiring diagram. This includes:
a) Supply and fixing of hylam sheet, resin bounded 10mm thick grade P3 in
standared size of 1.22 x 1.22 mtrs for shelves, strips and for fixing ARA
terminal, fuse blocks etc.
b) Termination of cables with no embossed ferrules, bunching of cables with
3.28 Fixing
PVC tapeandincluding
wiring ofsupply
track of
circuit equipment
ferrules, suchfixing
tape, cable as battery chargers,
clamps etc. track Item 3.28 48.00 Nos.
feed
c) Filling up pit inside the location box by sand and platering on the top of in
resistance, relays, batteries etc., as per approved wiring diagram
location
the sand.box. This includes:
Supply
d) Fixingand
of fabrication and fixing
terminals, fuse blocks,ofN.D.
dulyfuses,
varnish teakwood
etc., planks of
as per approved 25mm
wiring
thick. Supply of fixing material.
diagrams. Lettering inside & outside location box is also included in this
item.
3.29 Installation wiring, testing and commissioning of DC Track circuits on Item 3.29 24.00 Nos.
straight portion of track as per instruction of Site Engineer. This includes:
(Including laying out cable from location box.)
a) Charging of battery
b) Drilling of 9/32" holes on rail. Providing, bonding and jumper connection
as per track bonding plan. Fixing of track lead junction boxes and track lead
boxes.

3.30 Installation wiring, testing and commissioning of DC Track circuits on Item 3.30 24.00 Nos.
points and crossing portion of track as per instruction of Site Engineer. This
includes:(Including laying out cable from location box.)
a) Charging of battery
b) Drilling of 9/32" holes on rail. Providing, bonding and jumper connection
as per track bonding plan. Fixing of track lead junction boxes and track lead
boxes.

3.31 Installation, wiring, testing and commissioning of 110 V, DC point machine Item 3.31 44.00 Nos.
as per specifications and approved wiring diagrams. This includes fixing of
point machines on MS plate fixed on sleepers complete with fixing of anti
theft covers, junction boxes, ground connection. Fixing of insulation for
gauge tie plate and crossing plate for 52/60 kg points and crossings.
(Including laying out cable from location box to Point Machine Junction
3.32 box.) this includes
Installation, testing & Commissioning of central evaluator of MSDAC with Item 3.32 2.00 Set
Fixing
all of insulation for switch extension pieces (D brackets) and leading and
accessories.
following stretcher bars. Wiring from the cable termination box to the point
3.33 machine as per
Installation specifications.
of Track All smithy
device(double rail works.
contact)Supply of MS plates,
of MSDAC flat
including Item 3.33 38.00 Nos
angle, bolts,
digging nuts, pins
of trench, as required.
track crossing,Testing
layingtheofpoint machine
double from
walled point of
antirodent
operation
corrugatedincluding
pipe fromtesting
track with 5 mm
side to test piece.
location box and making its terminations ,
fixing of deflector plates.
3.34 Installation of Axle counter Cable conductor's Earth resistance sensing unit, Item 3.34 76.00 Nos
microcontroller based for 12 Nos conductors without cable (Cable by
railway).

Total in Figures

Quoted Rate in Figures


Select

Quoted Rate in Words #V


Percentage BoQ

mal Power Project Ext., Unit, At Obra District:-Sonebhadra (UP)

ACHINES & LOCATION BOXES


ON)
elevent columns, else the bid is liable to be rejected for this tender. Bidders are allowed to enter the
s only )
NUMBER NUMBER # TEXT #
Estimated ESTIMATED AMOUNT TOTAL AMOUNT
Rate in In Words
Rs. in Rs.

6 53 55
3,242.00 #VALUE! #VALUE!

262.00 #VALUE! #VALUE!

2,679.00 #VALUE! #VALUE!

942.00 #VALUE! #VALUE!

637.00 #VALUE! #VALUE!

3.00 #VALUE! #VALUE!

77.00 #VALUE! #VALUE!

3,219.00 #VALUE! #VALUE!


4,903,504.00 #VALUE! #VALUE!

27,180.00 #VALUE! #VALUE!

54,844.00 #VALUE! #VALUE!

5,897.00 #VALUE! #VALUE!

189.00 #VALUE! #VALUE!

240.00 #VALUE! #VALUE!


413.00 #VALUE! #VALUE!

240.00 #VALUE! #VALUE!

240.00 #VALUE! #VALUE!

5,982.00 #VALUE! #VALUE!

5,982.00 #VALUE! #VALUE!

12,555.00 #VALUE! #VALUE!


8370 #VALUE! #VALUE!

4,264.70 #VALUE! #VALUE!

3,522.31 #VALUE! #VALUE!

4,428.28 #VALUE! #VALUE!


4,764.00 #VALUE! #VALUE!

3,765.00 #VALUE! #VALUE!

2,646.00 #VALUE! #VALUE!


5,644.00 #VALUE! #VALUE!

5,764.00 #VALUE! #VALUE!

7,685.00 #VALUE! #VALUE!

11,691.00 #VALUE! #VALUE!

7,794.00 #VALUE! #VALUE!


4,117.00 #VALUE! #VALUE!

#VALUE! #VALUE!

- #VALUE!

#VALUE!
Validate

Tender Inviting Authority: General Manager (Projects), RITES Ltd., Regional Project Office, Lucknow
Name of Work: S&T works in connection with Construction of Railway Network for Coal Transportation for Obra-C Thermal Power Project Ext., Unit, At
Contract No: E-TENDER NO.: RITES/RPO-LKO/UPRVUNL/00013/Obra-C /S&T

Name of the
Bidder/
Bidding Firm /
Company :
PRICE OF GROUP-IV ELECTRONIC INTERLOC
(SUPPLY & EXEC
NUMBER # (This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent colu

Sl.
No.

4.01
4.02

4.03

4.04

4.05

4.06

4.07

4.08

4.09

4.10

4.11
4.12
4.13

4.14

4.15

4.16

4.17

4.18
4.19

4.20

4.21

4.22

4.23
4.24
4.25
4.26
4.27

4.28
4.29
4.30
4.31

4.32

4.33

4.34
4.35

4.36

4.37

4.38

4.39
4.40

4.41

4.42
4.43

4.44

4.45

4.46
4.47

Total in Figures

Quoted Rate in Figures


Quoted Rate in Words
Print Help

er Inviting Authority: General Manager (Projects), RITES Ltd., Regional Project Office, Lucknow
of Work: S&T works in connection with Construction of Railway Network for Coal Transportation for Obra-C Thermal Power Project Ext., Unit, At Obra District:-So
act No: E-TENDER NO.: RITES/RPO-LKO/UPRVUNL/00013/Obra-C /S&T

PRICE OF GROUP-IV ELECTRONIC INTERLOCKING & OTHER


(SUPPLY & EXECUTION)
(This BOQ template must not be modified/replaced by the bidder and
TEXT # the same should be uploaded after filling the relevent columns, else the bi

Item Description

2
GROUP-IV ELECTRONIC INTERLOCKING & OTHER INDOOR EQUIPMENT
(SUPPLY)

Integrated power Supply (IPS) for up to 6 lines RE area system SMPS based for panel interlocked station as per RDSO Specificatiom No. RDSO/SPN/165/
2004 with latest Amendment suitable for panel Interlocking. It shall have 300 AHLMLA battery set to RDSO Specification No. IRS-S-88/93 Alt-I. The
supplier shall give the detailed drawing of the design for supplies available on the IPS and get the approval of the employer while quoting the items.
Diesel generators 230 V AC, 10 KVA single phase with only Crompton or Kirloska or similar qualities alternatorand with two wall mounting control
panels (one main & one subsidrary for remote operation) to start generater by push button battery operated to IRS-S-69/86 sets of tools for maintenasnce of
Diesel generating set and also instruction manual.This includes :
(a) Supplies of batteres 12V , 200 AH, I No. with each DG set.
(b) Battery charger suitable for charging this battery with each battery.
(c) 60 litre diesil tank.

Supply & Installation of Automatic ChangeOver unit for changeover between 3 power supply sources of 63 A/ 230 V, single phase with provision of
manual bypass arrangement. Drawing shall be get approved by Engineer in Charge.

Relays Q -series Neutral Line ,AC Immune, plug-in-type ,Style QNAI, DC Neutral Line ,24 V,8F/8B contacts, Front & Back contacts metal to Carbon with
Plug Board , retaining clip & connectors Conforming to BRS:931 A.

Relay AC immune,plug in type,style QSPA1 ,24 VDC,slow to pick up 8F/4B along with plug board,retaining clip and connectors conforming to
BRS:933A,IRS:S34,IRS:S23,IRS:S60
Relay Point Contactor Unit Heavy duty. Siemens /Bombardier Type or similar with metal to metal contact as per latest RDSO specification.

Universal plug in type AC lamp proving Relay 4F/4B contacts(Metal to carbon contact)for LED signal lamp Relay conforming toRDSO specification
noSTS/E/Relays/AC lit LED signal/09-2002,BRS940,941A IRS: S-23

Relay rack assembly complete with fixtures and all accessories like scaffolding incluidng ladder, runway for indoor cable wires,and 96 way tag blocks (6
nos. per rack) fuse strips, bus bar, insulator etc. alongwith mounting arrangement etc. as per drawing No RITES/SIG/GEN/006A-07
Main cable termination rack complete assembly with square bars for mounting 8 way terminals strips, screws, nuts and bolts, scaffolding ladders for cable
wires and 96 way tag blocks (6 nos. per rack) alongwith mounting arrangements etc. as per drawing No RITES/SIG/GEN/052A-09
Multichannel (8 channel) earth leakage detector as per RDSO Spec. No. RDSO/SPN/256/2002 complete with suitable connector internal, 110 V AC 7 110
V DC supply monitoring.
Key lock relay (Neutral Relay) to work on 24V DC, Type TMA 4F/4B.
Supply of Electronic Interlocking (EI) system complete with hot standby confirming to RDSO Specification No:
RDSO/SPN/192/2005 with latest amendment( Distributede EI with 01(one) Relay hut ,type of operation in hot standby type type with dual VDU) to suit
signalling plans for the following two station/yards. Scope of supply against this item includes all the indoor eqipments necessary for successfully
functioning of EI system, mainly consist of but not limited to following confirming to attached technical specifications-

1) Microprocessor Equipment
2) All type of cards with card cage and motherboard.
3) Power supply cards
4) All types of connectors & couplers as required.
6) Industrial Grade PC & VDU for operator interface. (1 Working & 1 Standby )

7) Maintainance VDU console with laser printer at Panel building.


8) All type of relays required for interfacing except QSPA1 & ECR.
9) Relays and timers required for system changeover circuit(not applicable in case of hot standby system)
10) DC DC convertors(input voltage 110 V DC and output voltage as required)
11) All types of indoor wires as required.

12) All types of indoor terminals and fuses as required except terminals for main CTR.
13) Racks for mounting EI equipments and interfacing relays.
14) Termination rack for indoor cables.
15)Fixtures, mounting arrangement, ladders for wire run and other accessories as requied.
16) Softwares used for designing, configuration, maintenance, data logging and fault diagnosis of EI system.
17) Communication/networking equipment to make EI system functional as per the SIP of Obra C. 18)
Protective devices like lightining protectors for DC and AC supplies, isolator/convertor for serial communication etc.
19) Documents and manuals as per RDSO/SPN/192/2005 para 10.1 in three sets.
20) Ring earthing and EMI shielding of EI room.
20)Supply of Protocol convertor to suit EI equipment with the external data logger.
21) Any other item contarctor feels necessary.
Note:
1) Supply of optical fibre cable, 60 C 1 mm indoor cable , IPS, 24 V Point group relays, KLCR, Main cable termination rack & terminals for outdoor cables
and relay racks for mounting point group relays are not included in this item.
2) The Bidder must submit Bill of material(BOM) for each yard/station to be supplied against this item with unit rate of each component to justify the
total offered price of EI system. However scope of supply shall not be limited to BOM given along with the offer and all the materials necessary for
sucessfull commisioning of system shall be supplied without any extra cost in addition to the price offered for this item.

At a later stage, if there is any modification in the SIP & there is chnge in the quantity of various signalling gears for which there is additional hardware of
EI system is requried. In such case, an additional payment shall be made on the basis of the no of routes , increased from the original no of routes
approved.
Eggineer level-Technical & System Module for diagnostic & Trouble shooting for repair centre.

Higher management level-functioning and system over view.

Supply of essential Spares to the extent of 10 % subject to minimum of 1 , for all type of cards, modules, card cage, operating/maintenanace PC,
connectors/couplers , fuses , relays timers etc. used in EI system. It shall include spares for all type of LEDs Buttons, Dominos used in control/indication
panel . List of spares to be supplied with unit rates should be given by the tenderer along with offer.
Supply of Laptop based Work Station of Data input and configuration, simulation and functional testing, diagnostics and trouble shooting and
commissioning of SSI system. Necessary softwares must be preloaded.
InspectionConsignee
NOTE:- Work station should be capable of any alteration in the yard or Interlocking in future.
Supply of hard copy in paper print& soft copy in Compact Disk of following completion drawings after RITES approval. (This item includes supply of two
sets of drawings for approval of RITES & one copy of each drawing on good quality 7.5 micron polyester film after final signatures and 4 sets of hard copy
on paper print as per railway standard) 1) Selection Table
2) Vital And Non Vital I/O Bit chart
3) EI configuration diagramdiagram , Equipment layout plan, relay disposition chart
4) Application logic
5) Front plate diagram of control indication panel based on which the VDU diagram of the yard to be finalised.
6) Interface circuit with contact analysis.
7) Equivalent circuit of application logic

Supply & Installation of Colored Illuminated diagram made from teak ply board 25 mm thick size 1 metere 3.5 meters with white sunmical on the face and
stainless steel angle on all sides,. detching complete track yard layout, points, signals, slots and all details as per signalling plan/layout. Printing on surmica
will be as per requirement of Engineer in charge.
a) At Station.
Supply & Installation of Fire extinguisher CO2 type, capacity 5 kg

Supply of active lightening arrestor Class A for building protection as per standard NFC-17-102. It shall work on early streamer emission principle and T
of 60 micro seconds . A non resettable type counter shall also be supplied to count the number of lightening occurences. Inspection: RITES.
ARA terminal (1 way) made of PBT as per Spec. No. IRS-S-75/91.
ARA terminal (6 way) made of PBT as per Spec. No. IRS-S-75/91.
Fuse block made of PBT as per Drg. No. SA-23748
Non deteriorating type fuses as per IRS-S-78/92.
Screw less rail mounted 2.5 sqmm 4 conductor 2 in 2 out. Disconnect terminal block front entry cage clamp of wago make or similar. This includes supply
of marker strips
Supply of end plate for above item wago make or similar (orange)
Supply of end stopper for above item wago make or similar (grey)
Supply of carrier rails of dimension 35 mm X 7.5 mm , 1mm thickness unsloted type for above item a) Wagomake or similar. Note:- Carrier rail shall be 1
mm thick without slot for above blocks. Length of each piece shall be 42.8 cm or as per site incharge
Supply of Data Logger with power supply arrangements complete as per RDSO specification No. IRS-S-99/2001 or latest . It shall include the following
the equipment shall cater for 512 digital input(in the form of voltage free contacts) and 32 analog inputs. The system shall be extendable upto 4096 digital
and 96 analog inputs by expansion/cascading the similar equipment.
Processor
Input module(Digital/analog)
Signal conditioning module
Printer 80 Col. Dot matrix.

Accessories of Data Loger


Personal Computer(PC) specification HP business Desktop Intel core 2.8 GHz processor. Intel 945 Mother board having minimum 500GB, SATA HDD,
3 GB DDR-II-RAM COMBO DRIVE,18.5" TFT monitor 10/ 100/1000 LAN , 56kbps Internal modem,MM keyboard, optical mouse, DVD RW drive,
Latest antivirus with CD, latest windows version with recovery CD along with 500VA UPS. Latest version of the PC is required to be supplied with
minimum above specification.

A4 size Printer with print, copy, scan and fax facility of reputed make.

GROUP-IV EXECUTION
Installation testing and commissioning of IPS system by supplied as per schedule 'A' All the materials required such as Battery rack, Nuts & Bolts/etc.
Cement fine board earthing will be supplied by the contractor Installation, testing commissioning shall be done by manufacturer as per RDSO guide line.
Erection of cable termination rack. This includes supply of nuts and bolts, MS clamps and cement for massonary works etc,

Installation of relay rack assembly complete alongwith wall supports, sccaffolding, ladders/runways for cables, relay base plates etc. This includes:
Supply of nuts and bolts, MS clamps and cement for massonary works etc.
Wiring of relays/ Point group relays from base plate to other base plate, tag block to terminals of racks as per approved circuit diagram and soldering after
testing. This includes fixing of relay bases, terminal blocks, terminals, fuse board, fuse bus bar etc.
Execution of SSI Works
Installation, testing and commissioning of SSI equipments supplied as per item above

Maintenance and supervision of SSI equipments for one year as per details given on Special Condition of Contract.

Training of Sr. Engineers/Managers in installation, Testing, commissioning, trouble shooting and Repairs supplied against EI items of supply schedule
including supply of hard copies of course modules for each trainee.
Wiring, testing, and commissioning of KLCR relay. This includes fixing of KLCR relay on hylam sheet, termination of cables, wiring of KLCR relay,
supply of hylam wiring material nuts and bolts etc.
Installation of DG set exciter panel and push button start assembly supplied as per schedule in generator rom & and its remote operation from the panel
room as per instruction of site Engineer.
engineer at site. The switch board design shall be developed in consultation with Site Engineer.
Design, Supply, Installation, wiring and commissioning of Cabinet for housing as per schematic arrangement given by work in charge for both the
operating consoles, PC, VDU display, networking equipment, mouse and keyboard with suitable work space and sitting arrangement for operator(revolving
chair of Godrej make). Wooden block counter of size 1200 mm x 700 mm x 700 mm made of teak wood frame and 3 mm thick water proof ply with
formica finish on top and all four sides, having two compartments inside and two doors on opposite sides as per Drg No RST C 110 or better . Inspection
by consignee.

Installation, Wiring, testing & commissioning of Data Logger with accessories and power supply arrangement complete.
Installation of A class device on the tip of the building. The device shall be installed at suitable height on the roof of the building using GI mast as per
instruction of Railway engineer at site. The device shall be connected to the earth pit using the copper tape of 25 mm X 2mm or better. This copper tape
will be run firmly only the side of the mast with the help of spacers. It shall also be ensured that the down conductor shall be connected to the earth
electrode using exothermic welding. A counter shall be installed at approachable place the accessories like spacers welding materials etc required for
installation shall be arranged by the contractor

in Figures

ed Rate in Figures
ed Rate in Words
Percentage BoQ

At Obra District:-Sonebhadra (UP).

OCKING & OTHER INDOOR EQUIPMENT


ECUTION)
olumns, else the bid#is liableNUMBER
TEXT to be rejected
# for this
TEXT # tender. Bidders are allowed
NUMBER to enter# the Bidder Name and Values TEXT
NUMBER only ) #

ITEM No. Quantity Units Estimated Rate ESTIMATED AMOUNT TOTAL AMOUNT
in In Words
Rs. in Rs.

3 4 5 6 53 55

Item4

Item 4.1 1.00 Nos 1,214,874.00 #VALUE! #VALUE!


Item 4.2 1.00 Nos. 282,355.00 #VALUE! #VALUE!

Item 4.3 1.00 Nos 68,026.00 #VALUE! #VALUE!

Item 4.4 200.00 Nos 3,219.00 #VALUE! #VALUE!

Item 4.5 45.00 Nos. 3,198.00 #VALUE! #VALUE!

Item 4.6 35.00 Nos. 10,928.00 #VALUE! #VALUE!

Item 4.7 90.00 Nos 3,935.00 #VALUE! #VALUE!

Item 4.8 10.00 Nos. 29,594.00 #VALUE! #VALUE!

Item 4.9 4.00 Nos. 30,469.00 #VALUE! #VALUE!

Item 4.10 2.00 Nos. 121,876.00 #VALUE! #VALUE!

Item 4.11 25.00 Nos. 8,808.00 #VALUE! #VALUE!


Item 4.12 1.00 No 26,411,848.00 #VALUE! #VALUE!
Item 4.13

Item 4.14 20.00 Per Route 63,375.00 #VALUE! #VALUE!

Item 4.15 1.00 Per Station 4,818.00 #VALUE! #VALUE!

Item 4.16 1.00 Per Station 4,818.00 #VALUE! #VALUE!

Item 4.17 1.00 Per Station 1,851,798.00 #VALUE! #VALUE!

Item 4.18 1.00 Per Station 90,668.00 #VALUE! #VALUE!


Item 4.19 1.00 Per Station 278,122.00 #VALUE! #VALUE!

Item 4.20 1.00 Nos. 11,377.50 #VALUE! #VALUE!

Item 4.21 4.00 Nos 4,022.06 #VALUE! #VALUE!

Item 4.22 1.00 Set 78,987.00 #VALUE! #VALUE!

Item 4.23 300.00 Nos. 42.00 #VALUE! #VALUE!


Item 4.24 2,000.00 Nos. 333.00 #VALUE! #VALUE!
Item 4.25 300.00 Nos. 111.00 #VALUE! #VALUE!
Item 4.26 250.00 Nos. 50.00 #VALUE! #VALUE!
Item 4.27 4,000.00 Nos 51.00 #VALUE! #VALUE!

Item 4.28 1,000.00 Nos 6.00 #VALUE! #VALUE!


Item 4.29 1,000.00 Nos 16.00 #VALUE! #VALUE!
Item 4.30 1,000.00 Nos 78.00 #VALUE! #VALUE!
Item 4.31 1.00 Nos 462,202.00 #VALUE! #VALUE!

Item 4.32 1.00 Nos 65,782.00 #VALUE! #VALUE!

Item 4.33 1.00 Nos 4,722.00 #VALUE! #VALUE!

Item 4.34
Item 4.35 1.00 Nos. 33,622.00 #VALUE! #VALUE!

Item 4.36 4.00 Nos. 1,921.00 #VALUE! #VALUE!

Item 4.37 10.00 Nos. 1,763.00 #VALUE! #VALUE!

Item 4.38 300.0000 Per Relay 290 #VALUE! #VALUE!

Item 4.39
Item 4.40 1.00 Nos. 2,960,290.00 #VALUE! #VALUE!

Item 4.41 1.00 Nos. 85,117.00 #VALUE! #VALUE!

Item 4.42 3.00 Man Month 47,652.00 #VALUE! #VALUE!


Item 4.43 25.00 Job 3,441.00 #VALUE! #VALUE!

Item 4.44 1.00 Nos. 19,213.00 #VALUE! #VALUE!

Item 4.45 1.00 Job 10,775.00 #VALUE! #VALUE!

Item 4.46 1.00 Job 19,020.00 #VALUE! #VALUE!


Item 4.47 1.00 Set 5,022.00 #VALUE! #VALUE!

#VALUE! #VALUE!

Select - #VALUE!
#VALUE!
Validate Print Help Percentage BoQ
Tender Inviting Authority: General Manager (Projects), RITES Ltd., Regional Project Office, Lucknow

Name of Work: S&T works in connection with Construction of Railway Network for Coal Transportation for Obra-C Thermal Power Project Ext., Unit, At

Contract No: E-TENDER NO.: RITES/RPO-LKO/UPRVUNL/00013/Obra-C /S&T

Name of the
Bidder/
Bidding Firm /
Company :

PRICE OF GROUP-V (MISCELLANEOUS ITEMS)


SUPPLY & EXECUTION
(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bid is liab
Name and Values only )
NUMBER # TEXT # TEXT # NUMBER # TEXT #
Sl. Item Description ITEM No. Quantity Units
No.

1 2 3 4 5
GROUP-V (MISCELLANEOUS ITEMS)
5 SUPPLY Item5

5.01 Supply of earth electrodes assembly as per direction of Site Engineer. It is as per Item 5.1 70.00 Nos.
drawing No RITES/SIG/GEN/013-98.
5.02 Supply of office chair of continuous arms having plastic cane weaver. T.W. arm Item 5.2 4.00 Nos.
ret size 36"x21" x 22" approx. steel tubular frame gauge of pipes 25 mm dia x
18 gauge with olive green colours, green stove annealed "Indian make" God ref /
Allwyn make.
5.03 Supply of office tables of size of table top 1224 mm x 610 mm height 750 mm Item 5.3 3.00 Nos.
with 3 drawers on left hand side and one locker on the right hand side. Olive
brown with duplicate keys, olive green colour, Godrej/Allwyn make.

5.04 Supply of Airy revolving and tilting working cane chair with arma rests of Item 5.4 3.00 Nos.
teakwood, polished black, the chair has plastic caned soat back on 25 mm round
tubular frame. The base is of pressed sheet metal. Godrej/Allwyn make width-
700 mm, depth-700 mm, height - 870, adjustable seat height 410 mm to 520
mm.

5.05 Supply of steel almirah medium size 66"x33" x 18" with 4 adjustable shelves Item 5.5 2.00 Nos.
making 5 comparments without lockers having door of 20 SWG & body and
shelves of 22 SWG. Godrej/Allwn make

5.06 Supply of 4 door book case of size 1675x840x308 mm to suit godrej product no. Item 5.6 2.00 Nos.
0800.
5.07 Design, preparation and supply of six copies each of documents mentioned Item 5.7 1.00 Job
below alongwith original tracing on a standard 7.5 micron polyster film in
AUTO CAD FORMAT with CD.
(Tentative signalling plan)
Panel Diagram
Cable route plan
Location box details plan
Cable termination details, Cable ensulation chart & cable core chart.
Contact analysis chart
Tag block analysis of the rack
C.T.Rack Termination Chart
Power Panel diagram
Bus bar arrangment
Track Bonding plan
Station working rule and station rule signalling diagram.
Completion plan for above to be submitted.

5.08 Supply of Electronic magneto telephone desk type as per RDSO Specification Item 5.8 10.00 Nos.
No. IRS-TC-79/2000 with 3 No. cell with each telephone.
5.09 Miscellaneous Item 5.9
5.10 Maintenance tool kit complete attached. Item 5.10 1.00 Nos.

5.11 DETAILS OF TOOLS Item 5.11


5.12 Maintenance tool kit complete with following items: Item 5.12
(i) Cutting Pliers (Taparia make) 200 mm insulated = 01 No
(ii) Nose Pliers Round insulated, 150 mm (Taparia make) = 01 No.
(ii) Screw Driver adjustable with common handle for different screw
driver (Taparia make) = 01 No.
(iv) Hammer Ball Pins, = 01 No.
(v) Socket Spanner sets S-15 mm 19 Socket Plus 5 accessories
(Taparia make) = 01 set.
(vi) Spanner double ended, 33 mm = 01 No.
(vii) Electric Solding Iron (Philips/Soldron or similar make), 230V,
50/60 WATT. = 01 No.
(viii) Wire cutter insulated (Taparia make)= 01 No.
(ix) Spanner set Double Ended (Taparia make) = 01 No.
(x) Wrench adjustable SF 305 mm
(xi) Spanner Double ended, 25 mm = 01 No.
(xii) Megger, 0-500 Volt (Motwani)= 01 No.
(xiii) Megger, 0-100 Volt (Motwani)= 01 No.
(xiv) Tool Box made of sheet iron
(xv) Digital Multimeter with following range= 01 No.
a) 0-750/1000 V AC/DC,b) 0-10 AMP, c) 0-1000 OHMS,
d) 3 1/2 digits.
The meter shall be supplied with test probes, leather cover battery
and is of reputed make like Philips/Meco/ Rishabh/Motwane.
(xvi) Grease Gun = 01 No.

5.13 GROUP-V EXECUTION Item 5.13

5.14 MISCELLANEOUS Item 5.14


5.15 Painting two coats of enamel paint over one coat of Red oxide primar on the Item 5.15
following items after scrapping and cleaning of the surface wherever necessary./
Primer and paints both Asian paints make are to be suppied by contractor.
Location boxes inside and outside surfaces with aluminium paint.

5.16 a) Aparatus case Single Item 5.16 100.00 Nos.

5.17 b) Apparatus case Half Item 5.17 40.00 Nos.

5.18 c) Track Lead Junction box Item 5.18 125.00 Nos.

5.19 Main signal post with signal unit, junction surface bse complete with route Item 5.19 10.00 Nos.
indicator fittings as per Railways standard practice. This includes calling on
signals also.

5.2 Point machine with ground conections complete (point machine with black Item 5.20 45.00 Nos.
enamel only outside and ground connnection with Red oxide).
5.21 Installation of Earth electrode and connecting to location box, signal unit, block Item 5.21 70.00 Nos.
instruments, level frames, power equipments, cables etc., through GI wire 8
SWG suitably connected on MS flats size 40x 5mm as per Drg. No.
RITES/SIG/GEN/015-98 or RITES/SIG/GEN/016-98 oR RITES/SIG/GEN/017-
98. This includes digging of pit in earth 3 M deep, casting of cement concrete
enclosure as per Drg. No. RITES/SIG/GEN/014-98. Soil treatment as per
standard prectice involving supply and pouring of salt and charcoal, connecting
the equipment through earth lead wire and soldering and supply of cement,
wiring and soldering material shall be supplied by the contractor

5.22 Painting of two coats of Independent shunt signal unit, post and base as per Item 5.22 25.00 Job
sandard Railway practice

5.23 Supply of maintainance free earth as per RDSO Specification No: Item 5.23 20.00 Nos.
RDSO/SPN/197/2008 for single earthing with all the required accessories to
commission the work
5.24 Installation of maintainance free earth with contractor's material. Item 5.24 20.00 Nos

5.25 Suppy of transformer 230/110-130 VAC 2 KVA as per Spec IRS-S-72/88 Alt 2 Item 5.25 2.00 Nos
with latest amendment.

Total in Figures

Quoted Rate in Figures


Select
Quoted Rate in Words
Percentage BoQ

l Power Project Ext., Unit, At Obra District:-Sonebhadra (UP).

EOUS ITEMS)
N
nt columns, else the bid is liable to be rejected for this tender. Bidders are allowed to enter the Bidder
)
NUMBER NUMBER # TEXT #
Estimated ESTIMATED AMOUNT TOTAL AMOUNT
Rate in In Words
Rs. in Rs.

6 53 55

1,659.00 #VALUE! #VALUE!


3,983.00 #VALUE! #VALUE!

13,546.00 #VALUE! #VALUE!

7,171.00 #VALUE! #VALUE!

23,905.00 #VALUE! #VALUE!

15,939.00 #VALUE! #VALUE!


96,061.00 #VALUE! #VALUE!

4,023.00 #VALUE! #VALUE!

21,439.00 #VALUE! #VALUE!


614.72 #VALUE! #VALUE!

439.09 #VALUE! #VALUE!

45.67 #VALUE! #VALUE!

658.67 #VALUE! #VALUE!

439.08 #VALUE! #VALUE!


1,109.00 #VALUE! #VALUE!

439.09 #VALUE! #VALUE!

15,010.00 #VALUE! #VALUE!

7,205.00 #VALUE! #VALUE!

5,330.00 #VALUE! #VALUE!

#VALUE! #VALUE!

- #VALUE!
#VALUE!
Validate Print Help Percentage BoQ
Tender Inviting Authority: General Manager (Projects), RITES Ltd., Regional Project Office, Lucknow

Name of Work: S&T works in connection with Construction of Railway Network for Coal Transportation for Obra-C Thermal Power Project Ext., Unit, At

Contract No: E-TENDER NO.: RITES/RPO-LKO/UPRVUNL/00013/Obra-C /S&T

Name of the
Bidder/
Bidding Firm /
Company :

PRICE OF GROUP VI TELECOMMUNICATION


(SUPPLY & EXECUTION)
(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bid is liab
the Bidder Name and Values only )
NUMBER # TEXT # TEXT # NUMBER # TEXT # NUMBER
Sl. Item Description ITEM No. Quantity Units Estimated
No. Rate in
Rs.

1 2 3 4 5 6

GROUP-VI TELECOMMUNICATION
6 Item 6
(SUPPLY & EXECUTION)

6.01 Supply of Armoured Optical Fibre Cable 24 Fibre as per RDSO Item 6.1 5.00 Kms. 50,218.00
specification no. IRS: TC 55-2006 rev.1 with Amdt.1.1`. Inspection:
RDSO
6.02 Fiber Distribution management system as per RDSO specification Item 6.2 2.00 No. 14,761.00
no. RDSO/SPN/TC-37-2000(Ver.3) Amnd.1 or latest

6.03 Supply of HDPE duct 40/33 mm as per TEC GR/CDS/08-02 NOV- Item 6.3 5.00 Kms 27,175.00
04 along with following accessories ( to be procured RCIL
Approved Sources) along with End plug, Cable sealing plug, plastic
couplers, Rotary Duct cutter for cutting the duct with replaceable
blade.

6.04 Supply of 24-fiber optic fiber straight joint enclosure complete with Item 6.4 4.00 Nos. 2,363.00
all the accessories of reputed make as per advise of site engineer.

6.05 Supply of OFC patch cord 5 Mtrs. Long Item 6.5 8.00 Nos. 359.00

6.06 Splitting of Armour of Optical Fiber Cable at the end & Splicing of Item 6.6 4.00 Nos. 6,226.00
24 Fiber optic fiber cable and making the splice joint with
6.07 contractors own
Excavation splicing
of cable machine
trench andDeep
1.0 mtr. tools and 300 mm wide in all Item 6.7 5.00 Kms. 35,806.00
types of soil . Covering of laid cables in the trenches by a layer of 50
mm thick loose soils before covering by bricks.

6.08 Blowing and drawing of OFC through laid HDPE duct already Item 6.8 5.00 km. 10,319.00
provided in the excavated trenches as per approved cable route plan .
6.09 Transportation and Installation of Fiber Management System and Item 6.9 2.00 Nos. 1,086.00
splicing and termination of Optic Fiber cable as per site
requirements complete with all required materials & accessories at
contractor own cost

6.10 Supply and Jointing material of all types telecom underground cables Item 6.10 5.00 Nos. 872.00
with approved type of cable jointing kit, using heat shrinkable
jointing kit as per RDSO Spec. No. IRS. TC77/2000 (Amendment
No.1)/ latest. This joint shall be tested by Site Engineer for leak
proof arrangement.

6.11 Digital Earth Resistance Tester (3.5 digit Liquid Crystel Display) 0– Item 6.11 1.00 No. 6,839.00
10/1000 Ohms

6.12 Cable Fault Locator as per TEC (Spec. RDSO/SPN/256/2002.) Item 6.12 1.00 No. 37,304.00
6.13 Trans receiver VHF Mobile 25 watt syntresized Configration : VM-4 Item 6.13 1.00 No. 21,439.00
band 136-174MHZ full band with spare Power Supply SMPS
12V/15A. 30m RG Coaxial Cable with both side connector and GT
antenna 3db gain.

6.14 VHFHand held 5W Synthesised Transreceiver Model GP328, or Item 6.14 10.00 No. 8,576.00
similar with emergency feature, internal vox. 16 programmable
channels 12.5/25 KHZ channel spacing. Switchable RF power level
Tentagging Reliflex Antenna and 1450 MAH (average capacity) NI-
MH battery with one set (Two No. for each set) spare NI-MH
battery, 1450 MAH pack for GP328 along with single unit Rapid
Rate Trichemestry Battery Charger with adopter for GP328 Radies
should also be supplied (Frequency Band will be intimated)

6.15 SERVICES Item 6.15

6.16 Supply of 5 Pair Switch Board Telephone Cable as per IRS: TC 24- Item 6.16 200.00 Mtr 119.77
91 for indoor wiring inside ASM's room and in control office.
Contractor will also do the wiring work using their own wiring
material viz. PVC channel, PVC flexible pipe, screws & other
dressing material required.

6.17 Supply ,installation & commissioning of 4 Wire DTMF way side Item 6.17 3.00 Nos 3,516.00
station equipment with way station telephone.
6.18 Supply & Fixing of GI Pipe (50mm) dia 8m long at the top of the Item 6.18 1.00 Nos. 6,075.00
building (ASM office) with U-Clamp, Nut & Bolts & guyed with
three wires and errection of antenna. All materials required to
complete the activity will be supplied by the contractor.

6.19 Fixing of Omni Directional Antenna on the top of the above mast as Item 6.19 1.00 Nos. 961.00
well as laying and fixing of RF Cable from the Antenna to ASM
office. The material required for fixing of antena and RF cable shall
be laid inside PVC Channel / PVC Pipe inside the ASM room.

6.2 Installation, testing and commissioning of Battery Charger, Item 6.20 1.00 Nos. 961.00
maintenance Battery and 25 Watt VHF Transreceiver with
accessories at each station. Necessary wiring between various
equipments for the installation and commissioning shall be done by
the contractor. Material for the various wirings and fixing shall also
be supplied by the contractor. All the wiring shall be done in PVC
Channel / Pipe inside the ASM room.

Total in Figures

Quoted Rate in Figures


Select

Quoted Rate in Words #VALUE


wer Project Ext., Unit, At Obra District:-Sonebhadra (UP).

umns, else the bid is liable to be rejected for this tender. Bidders are allowed to enter

NUMBER # TEXT #
ESTIMATED AMOUNT TOTAL AMOUNT
In Words
in Rs.

53 55

#VALUE! #VALUE!
#VALUE! #VALUE!

#VALUE! #VALUE!

#VALUE! #VALUE!

#VALUE! #VALUE!

#VALUE! #VALUE!

#VALUE! #VALUE!

#VALUE! #VALUE!
#VALUE! #VALUE!

#VALUE! #VALUE!

#VALUE! #VALUE!

#VALUE! #VALUE!
#VALUE! #VALUE!

#VALUE! #VALUE!

#VALUE! #VALUE!

#VALUE! #VALUE!
#VALUE! #VALUE!

#VALUE! #VALUE!

#VALUE! #VALUE!

#VALUE! #VALUE!

- #VALUE!

#VALUE!

You might also like