1
INSTRUCTIONS TO TENDERERS REGARDING TENDER FORMS DOWNLOADED FROM INTERNET.
1. Tender file is to be down loaded from the Internet and printout is to be taken on A4 size paper and details are to be entered by the tenderer at the various locations in the document. It is advisable that the down loaded tender document to be printed through laser printer only. Submission of Xerox or photocopy of tender document is prohibited. 2. This tender document (in full) downloaded along with the various documents required to be submitted as per the tender conditions in a sealed cover duly subscribing with the name of the work, tender notice no. and date, submission of tender downloaded from the internet etc and the same should be dropped in the tender box kept in the Office specified in the tender document before the date and time stipulated in the tender document. 3. The cost of tender document will have to be deposited by the tenderer in the form of bank draft payable in favour of Senior Assistant Financial Adviser, Railway Electrification, Chennai Egmore -600 008 specified in the tender document along with the tender. This should be enclosed as a separate Demand Draft. A single demand draft for the cost of tender form and Earnest Money Deposit will not be accepted. Tender not accompanied with the demand draft towards the cost of the tender document will be summarily rejected. 4. The earnest money deposit required for this work as stipulated in the tender document also to be submitted separately 5. Tenderer are advised to download tender documents well in advance and submit the tender before the stipulated time. It is the responsibility of the Tenderer to check any correction or any modifications published subsequently in Web site and the same shall taken into account while submitting the tender. Tenderer shall down load corrigendum (if any), print it out, sign and attach it with the main tender document. Tender document not accompanied by published corrigendum/s is liable to be rejected. The Railway will not be responsible for any postal delays / delay in downloading of tender document from the internet. 6. The tenderer may please note that the rate for items should be written in figures and in words by black or blue ballpoint pen only. Each page of tender document should be signed by the tenderer. 7. Tenderer/s are free to download tender document at their own risk and cost, for the purpose of perusal as well as for using the same as tender document for submitting the offer. Master copy of the tender document is available in the concern office inviting tender. After award of work an agreement will be prepared based on the master copy of tender document available in the above-mentioned office. In case, any discrepancy between the tender document downloaded from the internet and the master copy, later shall prevail and will be binding on the tenderer/s. No claim on this account will be entertained. 8. If any change/addition/deletion is made by the Tenderer / Contractor and the same is detected at any stage even after the award of the tender, full earnest money deposit will be forfeited and the contract will be terminated at his/their risk and cost. The tenderer is also liable to be banned from doing business with Railways and/or prosecuted. 9. The following declaration should be given by the tenderer while submitting the tender: Declaration
(a) I/We have downloaded the tender form from the Internet site www.core.indianrailways.gov.in and I/We have not tampered / modified the tender forms in any manner. In case, if the same is found to be tampered / modified I/We understand that my/our tender will be summarily rejected and full earnest money deposit will be forfeited and I/we am/are liable to be banned from doing business with Railways and/or prosecuted. (b) I hereby declare that all the details as required to be furnished from our side to the Railways, while accessing / downloading the tender document from website have been furnished fully and correctly. (c) I/We submitting a demand draft no. ___________________ dated __________ issued by ____________________ for Rs.__________ towards the cost of tender form. Signature of Tenderer : Date Address
2
INDIAN RAILWAYS RAILWAY ELECTRIFICATION
Tender No. ETR/252/RE/OT/2013-14/4
TENDER DOWNLOADED FROM INTERNET
TENDER NOTICE ETR/252/RE/OT/2013-14/4 dated 10-04-2014
TO BE SUBMITTED ON OR BEFORE: 15:00 HOURS ON 15/05/2014 Name of the work:-
DESIGN, SUPPLY, ERECTION, TESTING AND COMMISSIONING OF TRACTION OVERHEAD EQUIPMENT AT MADURAI JUNCTION, INCLUDING MODIFICATION TO THE EXISTING OHE AT VARIOUS PART OF THE DINDIGUL-MADURAI SECTION, INTRODUCTION OF FEEDER ARRANGEMENT BETWEEN TSS & OHE AT SAMAYANALLUR STATION AND PROVISION OF PTFE NEUTRAL SECTION AT NEAR TSS DINDIGUL IN MADURAI DIVISION OF SOUTHERN RAILWAY.
From To The Dy. Chief Electrical Engineer/HQ, Railway Electrification, Chennai 600 008 Note: This page is to be pasted or the contents are to be superscripted on the top of the sealed cover used for submitting the tender, without which tenders will not be opened.
3
INDIAN RAILWAYS RAILWAY ELECTRIFICATION
Tender Notice No: ETR/252/RE/OT/2013-14/4 dated 10.04.2014
Name of work:
Design, Supply, Erection, Testing and Commissioning of Traction Over Head
Equipment at Madurai junction, including modification to the existing OHE at various part of
the Dindigul-Madurai section, introduction of feeder arrangement between TSS & OHE at
Samayanallur station and provision of PTFE Neutral section at near TSS Dindigul in
Madurai division of Southern Railway.
VOLUME 1
Tender Notice No. ETR/252/RE/OT/2013-14/4 dated 10.04.2014
Date of Opening of Tender 15.05.2014
Price of Tender Book: Rs. 10,000/-
Earnest Money Deposit: Rs. 4,25,810/-
Estimated Cost of Work: Rs. 5,51,60,248/-
Issue to: M/s ________________________________________________________________________ Issued by; Dy. Chief Electrical Engineer, Railway Electrification Egmore, Chennai -600 008. Book No. …………………………….
4
P R E A M B L E
TENDER PAPER No. ETR/252/RE/OT/2013-14/4 dated 10.04.2014
Name of the work:
DESIGN, SUPPLY, ERECTION, TESTING AND COMMISSIONING OF TRACTION OVERHEAD EQUIPMENT AT MADURAI JUNCTION, INCLUDING MODIFICATION TO THE EXISTING OHE AT VARIOUS PART OF THE DINDIGUL-MADURAI SECTION, INTRODUCTION OF FEEDER ARRANGEMENT BETWEEN TSS & OHE AT SAMAYANALLUR STATION AND PROVISION OF PTFE NEUTRAL SECTION AT NEAR TSS DINDIGUL IN MADURAI DIVISION OF SOUTHERN RAILWAY.
These tender papers in two volumes (Vol. I & Vol. II) relate to design, supply, erection,
testing and commissioning of traction overhead equipment at Madurai junction, including modification
to the existing OHE at various part of the Dindigul-Madurai section, introduction of feeder
arrangement between TSS & OHE at Samayanallur station and provision of PTFE neutral section at
near TSS Dindigul in Madurai division of Southern Railway.
1. Foreign Exchange: - No foreign exchange and / or import license will be released/provided to
the contractor in connection with this contract.
2. Earnest Money: (See para 1.1.5) of Standard terms and conditions (STC)
(a) The tenderer shall be required to deposit earnest money with the tender for the due
performance with the stipulation to keep the offer open till such date as specified in the
tender, under the conditions of tender. The earnest money shall be as follows
Value of work (Tender value) EMD
For works estimated to cost up to
Rs 1 Crore 2% of the estimated cost of the work
For works estimated to cost more than
Rs 1 Crore
Rs. 2 lakhs plus ½% (Half percent) of the
excess of estimated cost of work beyond
Rs 1 Crore subject to a maximum of Rs 1
Crore
The earnest money shall be rounded to the nearest Rs. 10/-. This earnest money shall be
applicable for all modes of tendering. The Tenderer shall deposit with the Chief
Cashier/Southern Railway/Park Town, Chennai-600008, or his successor (whose address
will be intimated subsequently) or nearest Cash Office in Southern Railway as Earnest Money
Deposit in the manner prescribed in para 1.1.5 of Standard terms and conditions (STC).
(b) It shall be understood that the tender documents have been sold /issued to the Tenderer and
the Tenderer is permitted to tender in consideration of stipulation on his part, that after
submitting his tender he will not go back from his offer or will not modify the terms and
5
conditions thereof in a manner not acceptable to the Engineer. Should the Tenderer fail to
observe or comply with the said stipulation, the aforesaid amount shall be liable to be forfeited
to the Railway.
(c) If his tender is accepted this earnest money mentioned in sub clause (a) above will be
retained as part security for the due and faithful fulfillment of the contract in terms of Clause
16 of the General Conditions of Contract. The Earnest Money of other Tenderer, shall save
as herein before provided, be returned to them, but the Railway shall not be responsible for
any loss or depreciation that may happen thereto while in their possession nor be liable to pay
interest thereon.
(d) Earnest money may be accepted in the following forms:-
(i) A deposit in cash,
(ii) Government securities at 5% below the market value,
(iii) Deposit receipts or demand drafts of the Nationalized/Scheduled Banks,
(iv) A deposit in the Post Office Saving Bank,
(v) National Savings Certificates,
(vi) Twelve Year National Defense Certificates,
(vii) Ten Year Defense Deposits,
(viii) National Defense Bonds,
(ix) National Savings Certificates,
(x) Time Deposit Account which came into force on 16-3-1970 and notified under Ministry
of Finance, Notification No. F3(7)NS/70 dated 28-2-1970
(xi) IRFC Bonds
Note: - (vi) to (vii) These certificates / bonds may be accepted at their surrender value.
e) Earnest Money Deposit : Rs. 4,25,810/-
f) Estimate Cost of work: : Rs. 5,51,60,248/-
g) Price of tender Booklet : Rs. 10,000/-
3.0 Security Deposit: (See para 1.2.17) Spl. Tender Conditions
3.1 The Earnest Money deposited by the Contractor with his tender will be retained by the
Railways as part of security for the due and faithful fulfillment of the contract by the contractor.
The balance to make up the security deposit the rates for which are given below may be
deposited by the Contractor in cash or may be recovered by percentage deduction from the
Contractor’s “on account” bills. Provided also that in case of defaulting contractor the Railway
6
may retain any amount due for payment to the Contractor on the pending “on account bills” so
that the amounts so retained may not exceed 10% of the total value of the contract.
3.2 Unless otherwise specified in the special conditions, if any, the Security Deposit /rate of
recovery /mode of recovery shall be as under:-
(a) Security Deposit for each work should be 5% of the contract value.
(b) The rate of recovery should be at the rate of 10% of the bill amount till the full security deposit
is recovered.
(c) Security Deposits will be recovered only from the running bills of the contract and no other
mode of collecting SD such as SD in the form of instruments like BG, FD etc shall be
accepted towards Security Deposit
Security Deposit shall be returned to the contractor after the completion of the work, and the
satisfactory expiry of guarantee period vide 1.2.49 in vol. II of tender booklet, certified by the
Competent Authority. The Competent Authority shall normally be the authority who is
competent to sign the contract. If this Competent Authority is of the rank lower than JA
Grade, then a JA Grade Officer (concerned with the work) should issue the certificate. The
certificate inter alia, should mention that the work has been completed in all respects and that
all the contractual obligations have been fulfilled by the contractors and that there is no due
from the contractor to Railways against the contract concerned. Before releasing the SD, an
unconditional and irrevocable no claim certificate from the contractor concerned should be
obtained.
3.3 No interest will be payable upon the Earnest Money and Security Deposit or amounts payable
to the Contractor under the Contract, but Government Securities deposited in terms of Sub
Clause (1) of this clause will be payable with interest accrued thereon.
4.0. Performance Guarantee. (See para 1.2.18) Spl. Tender Conditions
The successful Tenderer shall submit a Performance Guarantee (PG) in the form of an
irrevocable bank guarantee amounting to 5% of the contract value within 30 days from the
date of Issue of Letter of Acceptance (LOA).The successful Tenderer should submit the
Performance Guarantee (PG) and to sign the Agreement for the work in the Railway
approved form within 30 days from the date of issue of Letter of Acceptance (LOA). Another
30 Days extension may be allowed to execute the Agreement subject to the condition that a
penalty interest @15 % per annum on the PG amount will be charged for the delay from the
31st day of issue of LOA. No extension beyond 60 days will be permitted to execute the
Agreement. In such cases the LOA issued stands terminated, the EMD submitted by the
Tenderer & any due to the Contractor will be forfeited on the 61st day of issue of LOA, and the
Tenderer will be debarred from participating in the re-tender of the same work.
7
4.1 The Performance Guarantee (PG) shall be released after the physical completion of the work
based on the `completion Certificate’ issued by the competent authority stating that the
contractor has completed the work in all respected satisfactorily.
5.0. ELIGIBILITY CRITERIA AND CREDENTIONALS :
5.01 Tenderer are required to satisfy the following eligibility criteria (for advertised tender value
exceeding Rs 50 lakhs and up to Rs15 Crores).
1. Revenue/Banker’s
Solvency Certificate Not required.
2. Should have completed in
the last three financial
years (i.e. current year
and three previous
financial years.)
At least one similar single work (OHE work OR
one single Transmission/Distribution line
construction work of voltage equal to or more than
25 kV) for a minimum value of 35 % of the
advertised tender value of work (EXPERIENCE CERTIFICATE)
The single similar work as defined in Tender
Notice/Tender-Documents)
3. Total contract amount
received during the last
three financial years and
in the current financial
year.
Should be a minimum of 150% of advertised tender
value of work. The Tenderer has to produce
attested certificate from the employer/Client,
showing the contractual amount received OR attested
copy of the audited Financial Statements which
includes, Trading. Profit and Loss Account OR Balance
Sheet along with the Certificate from the charted
Accountant for the contractual amount received etc.
with the offer
(TURN OVER CERTIFICATE)
5.2 Solvency Certificate:- Not required .
5.3.2 Experience :-
(i) One single similar nature of works means one single OHE work OR one single
Transmission//Distribution line work of voltage equal to or more than 25 kV
(ii) List of works completed in the last three financial years giving description of
work, organization for whom executed, approximate value of contract at the
time of award, date of award, date of scheduled completion of work, date of
actual start, actual completion and final value of contract should also be given.
(iii) For the purpose of single similar nature of work, the Experience Certificate
should be attached to the tender document as per proforma-I which can be
filled up and signed by the Tenderer, in case the format issued by the
Executive is different. The certified copies of relevant Experience Certificate
issued by the executive containing above details also to be enclosed.
8
(iv) With respect to Railways, the experience certificate should have been issued
by at least a JA grade officer. With respect to other Government Departments
and PSU’s the certificate issued at the level of Executive Engineer and above
can be taken as valid.
(v) The firm should also enclose the details in the format given in form 12-B of the
booklet, Vol-II.
5.3.2) Total contract amount received
As regards the contract Amount, received during the last three financial years and in the
current financial year, documentary evidence in the form of attested certificate from the
employer/from the employer/client. Showing the contractual amount received or attested copy
of the audited Financial Statements which includes, trading. Profit and Loss Account OR
Balance Sheet along with the Certificate from the charted Accountant for the contractual
amount received by the tender ONLY will be accepted
5.3.3 All documents to support fulfillment of eligibility criteria should be furnished along with
the tender and should be available at the time of tender opening. Tenders not
accompanied by documentary evidence in support of eligibility criteria will be rejected.
No post tender communication, in any form will be made or entertained, after opening
of tenders, in this regard. Xerox copies shall be attested by an appropriate authority.
5.34 Tender Committee may at their discretion call for the originals of the credentials for verification
from the tenderers or any clarifications/confirmations on the contents of the documents
submitted.
5.35 In case the Certificates/Documents produced are proved to be false/fabricated, the entire
amount earnest money is liable to be forfeited in addition to banning their business with the
organization for a specific period of not less than six months at the discretion of the
Administration.
6.0 Scope of Work
This Tender documents relates to design, supply, erection, testing and commissioning of traction
overhead equipment at Madurai junction, including modification to the existing OHE at various part of
the Dindigul-Madurai section, introduction of feeder arrangement between TSS & OHE at
Samayanallur station and provision of PTFE neutral section at near TSS Dindigul in Madurai division
of Southern Railway.
7.0 Booster Transformer & Return conductors are not envisaged under the scope of this contract.
8.0 Design speed (See para 2.1.10 b) STC:- It is proposed that the traction over head
equipment for main line is made suitable for a maximum speed of 160 kilometers per hour.
9
9.0 Type of OHE to be provided
i) Regulated conventional type OHE with 65 sq. mm cadmium copper catenary and 107 sq mm grooved HDGC drawn out of continuous cast copper contact wire as per latest RDSO specification No. ETI/OHE/50(6/97) with A&C slip 1 and ETI/OHE/76 (6/97) with A & C correction slip No. 1, 3 & 4 and latest correction slips if any.
ii) Provision of conventional OHE with – Polluted zone porcelain ( 1050 mm CD for equivalent salt deposit density (ESDD) is < 0.3 and 1600 mm CD in all the areas where the ESDD is > 0.3) type stay, bracket and 9 tonne cut in insulators with latest specification are proposed in the section. iii) Regulated Tramway type OHE with 107 sq mm grooved HDGC drawn out of
continuous cast copper contact wire with 20 sq. mm - 7/2 .10 mm bridle wire as per latest RDSO specification.
iv) The OHE mast/steel structures and small parts steels with 610 gm per sq.m galvanization is proposed in this tender.
v) Cantilever assembly tubes are proposed with 420 gm/sq.m galvanization. vi) OHE foundations with M-15 concrete, grouting with M-20 concrete is proposed
with 20mm ballast and sand.
10.0. Period of completion: All works relating to supply and erection of fixed electrical installations
in each section under para – 1 shall be completed within the period of 9(Nine) months from
the date of issue of the Letter of Acceptance of Tender. The OHE modification work of various
site has to be completed as target fixed by the purchaser and completion period mention is for
total completion of all the works including reconciliation work.
10.1 A comprehensive PERT (Program Evaluation and Review Technique) chart is to be made for
the entire works. Unjustified deviation in construction activities from the PERT chart at the
Contractor’s side will attract penalty. The rate of penalty decided by the Tender Accepting
Authority is available in Vol-II, para 1.2.44.
11.0. Southern Railway’s General Conditions of Contract (hereinafter referred to as GCC)
pertaining to Works Contract issued in October 2003 (to be suitably modified, if superseded)
vide booklet no. CE.496/GCC (Rec. 2003) (to be modified, if superseded) shall be considered
as forming a part of this agreement. On signing this agreement, the contractor shall be
deemed to have fully read and acquainted himself with the GCC. Where any clause(s) of the
GCC is/are at variance with any of the specific clause(s) included in this agreement, the latter
shall supersede the former only in respect of those clause(s) of this agreement, which is/are
at variance with GCC. The GCC can be obtained on payment from any Divisional Railway
Manager’s office.
12.0. Every possible fluctuation, in the rate of labour, material and general commodities, and other
possibilities of each and every kind which may affect the rates, should be considered and kept
in view before quoting the rates and no claim on this account shall be entertained by the
Railway under any circumstances except the price escalation payable as per price variation
clause, if any, provided separately in the tender documents. The tenderer/contractor should
quote realistic, reasonable and correct rate for each and every item of the schedule/s. Each
10
and every item shall be considered on its merits. Railway in furtherance of the provision of
clause no. 7 of GCC, reserve the right to delete any item or items from the scope of the
tender after opening of the offers and to accept the tender in whole or in part or reject any
tender in whole or in part irrespective of the size or the value or scope of such deletion
without assigning reasons for such action. The tenderer/contractor shall have no claim
whatsoever in this regard.
13.0 Contractor should make his own arrangements for the required vehicles, earthwork machinery
(such as porcelain, dozers, scrappers, plants & blasters, hammers, excavators,
dumpers/tippers, vibrators, tractors), concreting machinery (such as batching plats,
loading/unloading machinery), cranes, lorries, etc., and other tools and plants, machinery like
earth work compacting equipment, equipment for testing soils, etc., for the expeditious
progress of work and operate them at his own cost with his men and consumable stores and
ensure their availability in working condition during the works. The plant and machinery
indicated under relevant special conditions are absolutely minimum and essential for the
work. If the plant and machinery are not available in working condition during the progress of
work, Railway Administration reserves the right to terminate the work at the cost and
responsibility of the tenderer/contractor at any stage or to impose penalty at the discretion of
the Engineer-in-charge and the tenderer/contractor shall have no claim whatsoever in this
regard.
14.0 Engineering organization & Construction Machinery. – The tenderer should have adequate
engineering organization & all the construction machinery, tools, plants and vehicles etc.
required for execution of the tendered work. The details shall be furnished in Form – 12
(Format given in Form 12 in Vol. II)
15.0 In case the overall value of the tender by Central Public Sector undertakings is upto 10%
higher than the lowest acceptable tender of private sector Tenderer, subject to cost of tender
being in excess of five Crore, the Railway reserves the right to give purchase preference to
the tender of such Central Public Sector undertakings ignoring the lowest.
16.0 As the OHE works are to be executed in different phases/stages, a number of obstructions
are likely to be encountered and will be cleared in stages resulting handing over of sites in
stages and hence the Tenderer may have to plan his works accordingly.
17.0 Major portion of the work will be done without traffic block and power block in the day time.
The contractor should take adequate precautions for the safety of the working personnel and
train services at work site, for adjoining OHE/Traction and other Railway Installations. The
contractor should arrange for adequate and suitable gangs, men and materials to complete
the work planned within the stipulated block period during planned line/power block periods.
18.0 Progress of work should be continuously carried out without any break and to be completed
within the targets given by Railways duly increasing the number of gangs wherever and
11
whenever required. The materials required are to be arranged by the contractor accordingly
without affecting the targeted progress of work.
19.0 The contractor shall make his own arrangements to transport the released materials from site
including conductors and equipment etc., to DCOS/PER or DCOS/PTJ or as desired by
purchaser. Further the released materials may need to be cut into smaller lengths &
Separated as required by the purchaser. The released materials quantities handed over at
DCOS/GSD/PER/PTJ will be reckoned for reconciliation purpose with the contractor.
However the released masts are to be kept near to OHE depot at Madurai or where ever the
place instructed by the Railway Engineer. The costs for these are included in the respective
sub items of Item No. 31
20.0 No released items shall be reused in the newly erected OHE without the specific written
permission of the purchaser.
21.0 The contractor shall his own arrangement for Direct load testing (Hydraulic) testing of all types
of insulators at his depot and test all insulators for mechanical strength at site in presence of
Railway officials before erection as per the relevant test procedure.
22.0 Works contract tax prevailing time to time will be deducted from the contract bills. Any
increase in sales tax on work contract will be to contractors account and will be deducted from
his each running bills. The rates quoted will also includes the sales tax on works contract. Any
other additional tax/duties imposed by Central/State Government, has to be absorbed by the
Tenderer during the contract period.
23.0 Last date for submission of tenders
The tenders shall be submitted in the manner prescribed in para 1.1.22 of the Tender papers
not later than 15:00 hrs. (Indian Standard Time) on 15.05.2014 at the Office of the Dy. Chief
Electrical Engineer, Railway Electrification, Egmore,Chennai-600 008, or his successor
(whose address will be intimated in due course).
24.0 Date of opening of Tenders
The tenders will be opened at 15:30 hrs. (Indian Standard Time) on 15.05.2014 in the office
of the Dy. Chief Electrical Engineer, Railway Electrification, Egmore, Chennai-600 008,or his
successor /nominee (whose address will be intimated in due course). In case the day
happens to be a holiday the tenders will be opened in the same manner on the next working
day.
25.0 Addresses (See para 3.19):- Relevant addresses for various purposes connected with the
tender are given in para 3.19.
26.0 Standard Schedule of Rates
12
Schedule – 1 Section – 1 of the tender papers lists out the standard schedule of rates for
various item, categorized under three sub-sections namely PART – A (Copper conductor
items), PART – B (Major Steel items) and PART – C (Other than Part – A & Part – B). Based
on these standard rates, the total contract value has been worked out in Schedule – 1,
Section –2. Schedule – 3 Section 1 (Furnished in Vol. I) PART-A, PART–B and PART-C lists
out the rates at which “On account” payments will be released to the successful Tenderer.
The Tenderer is advised to quote only percentage rate below/at par/above against each
PART in the S.O.R. in Form – 1 (Furnished in Vol. I) for Summary of prices. The percentage
so quoted will be loaded to the rates given in Schedule 1 and to arrive at the rates payable to
the contractor against these schedule. The percentage so quoted will be loaded to the rates
given in Schedule 3 – PART-A, PART–B and PART-C and to arrive at the rates payable to
the contractor against these schedule. The offers where more than one percentage has been
given for different items of work in one PART of Schedule –1, Section – 2. shall be liable to be
rejected. For Part-D- Non-SOR items, the Tenderer is advised to quote their individual rates
for each of the Items in the Schedule, for Schedule-1, Section-1(unit price) and Schedule –1
,Section-2 (total price).
27.0 ‘General Conditions of Contract’ of concerned Railway as amended with advance correction slips issued up to date, shall be part of the contract. ‘General Conditions of Contract’ booklet may be obtained by the Tenderer/contractor on payment from any Divisional Railway manager’s office of concerned Railway in which the present section lies.
28.0 The Tenderer shall submit the following details along with tender document for payment purpose of bills.
(a) Name of the Bank with address.
(b) SB Account No/ Current Account No.
(c) IFSC & MICR codes of the Bank
(d) Specimen signature of the contract signing/Executing Authority.
29.0 The tenderes should submit the enclosed certificates/proformas contained in this booklet.
Signature of the Contractor
13
EXPERIENCE CERTIFICATE Proforma - I
(The Tenderer shall submit the experience certificate strictly in the following format)
1. Name and Address of the Tenderer/Contractor :M/s………………….
2. Type of Firm : Proprietary firm/Partnership Firm/ JV/Others (specify)……………
3. The relevant details of work under:-
a) Name of Work
b) Agreement No. &Date
c) Date of commencement of work
d) Date of completion of work:
e) Status of Final bill:
f) Value of work completed as per last bill:
g) Details of work completed (item relevant to the tender to be furnished)
Place:
Date: JAG Officer/Railways
Sr. Scale Officer /Other Govt Dept. /PSUs
(With seal)
14
Proforma - I I
STATEMENT OF WORKS ON HAND
Sl.
No.
Name of the
Organisation
Name
of work
Date of
award
Original
date of
completion
Place
of
work
Value
of
work
Present
physical
progress
in %
Likely date
of
completion
Note: Tenderer may note that the Railway Administration reserves the right to accept or reject, the
offers received with wrong information or without authenticated details from the tenderers in
the above format, summarily and the tenderer shall have no claim in this regard.
The information furnished above is correct and complete to the best of our/my knowledge and
belief.
We are / I am aware that if the information furnished above is found to be wrong or
incomplete or any relevant information is found to have been suppressed, the tender is liable to be
rejected at any stage.
We are / I am aware that if the declarations as above in the tender are found to be not true,
any agreement that may be entered into, is also liable to be terminated by the Railway.
Signature of the Tenderer/Contractor:
Date:
Address:
15
Proforma - III
LIST OF ENGINEERS/PERSONNEL ALREADY AVAILABLE / PROPOSED TO BE EMPLOYED
FOR DEPLOYMENT OF THIS WORK
Sl.
No. Name & designation Qualification
Professional
experience
Organization
with whom
working
Date from
which the
personnel will
be available for
this work
1 2 3 4 5 6
Note: Tenderer may note that the Railway Administration reserves the right to accept or reject, the
offers received with wrong information or without authenticated details from the tenderers in
the above format, summarily and the tenderer shall have no claim in this regard.
The information furnished above is correct and complete to the best of our/my knowledge and
belief.
We are / I am aware that if the information furnished above is found to be wrong or
incomplete or any relevant information is found to have been suppressed, the tender is liable to be
rejected at any stage.
We are / I am aware that if the declarations as above in the tender are found to be not true,
any agreement that may be entered into, is also liable to be terminated by the Railway.
Signature of the Tenderer/Contractor:
Address & Date
16
Proforma - IV
DETAILS OF MACHINERY TENDERER/CONTRACTOR WANTS TO PURCHASE/HIRE FOR THIS
WORK
Sl.
No.
Particulars of
equipment
No. of
units
Kind &
make/firm from
which to be hired
Capacity
Date by which the
plant would be
available for use on
this work
1 2 3 4 5 6
Note: Tenderer may note that the Railway Administration reserves the right to accept or reject, the
offers received with wrong information or without authenticated details from the tenderers in
the above format, summarily and the tenderer shall have no claim in this regard.
The information furnished above is correct and complete to the best of our/my knowledge and
belief.
We are / I am aware that if the information furnished above is found to be wrong or
incomplete or any relevant information is found to have been suppressed, the tender is liable to be
rejected at any stage.
We are / I am aware that if the declarations as above in the tender are found to be not true,
any agreement that may be entered in to, is also liable to be terminated by the Railway.
Signature of the Tenderer/Contractor:
Date:
Address:
17
Proforma -V
FORM FOR REPORTING OF EMPLOYMENT OF RAILWAY OFFICERS
Proforma to be filled in and signed by the Tenderer and submitted along with the tender with
reference to clause 16 of the Regulations for Tenders & Contracts (Annexure – 1).
Strike out whichever is not applicable
1. The undersigned :
(a) is a retired gazetted officer holding prior to retirement a pensionable/non-pensionable
post in Engineering Department of .................................. Railway.
(b) is a partnership firm having as one of its partners a retired Engineer or a retired
gazetted officer as aforesaid.
(c) is an incorporated company having any such retired Engineer or retired officer as
aforesaid, as one of its directors.
(d) is having in my employment any retired Engineer or retired gazetted officer as
aforesaid.
(e) has no such retired Engineer or retired gazetted officer so associated with me as
stated above.
II. If falling under any of the above categories (a) to (d) particulars of the officer may be
furnished hereunder:
(1) Post held before retirement :
(2) Date of retirement :
(3) If not retired at least two years :
prior to date of submission of tender
state whether permission for taking
such contracts has been obtained
from the President of India or any
officer duly authorised in this behalf.
III. If the tenderer or in the case of a firm or company, any of the share holders has a relative or
relatives employed in gazetted capacity in the Engineering Department of the Railways,
particulars of such relatives in the Railway may be furnished hereunder:
(1) Name :
(2) Designation :
(3) Relationship :
Note: Tenderer may note that the Railway Administration reserves the right to accept or reject, the
offers received with wrong information or without authenticated details from the tenderers in
the above format, summarily and the tenderer shall have no claim in this regard.
The information furnished above is correct and complete to the best of our/my knowledge and
belief.
18
We are / I am aware that if the information furnished above is found to be wrong or
incomplete or any relevant information is found to have been suppressed, the tender is liable to be
rejected at any stage.
We are / I am aware that if the declarations as above in the tender are found to be not true,
any agreement that may be entered into, is also liable to be terminated by the Railway.
Signature of the Tenderer/Contractor:
Date:
Address:
19
Proforma -VI
CONSTITUTION OF THE FIRM
1. Full name of the Contractor/s,
Construction firm and year of
Establishment
2. Registered Head Office and Address
3. Branch Office/s in India
4. Address on which correspondence
regarding this tender should be done
Note: Tenderer may note that the Railway Administration reserves the right to accept or reject, the
offers received with wrong information or without authenticated details from the tenderers in
the above format, summarily and the tenderer shall have no claim in this regard.
The information furnished above is correct and complete to the best of our/my knowledge and
belief.
We are / I am aware that if the information furnished above is found to be wrong or
incomplete or any relevant information is found to have been suppressed, the tender is liable to be
rejected at any stage.
We are / I am aware that if the declarations as above in the tender are found to be not true,
any agreement that may be entered into, is also liable to be terminated by the Railway.
Signature of the Tenderer/Contractor:
Date:
Address:
20
PART – III
PARTICULAR SPECIFICATIONS
PARA NO. SUBJECT
3.1 : Introduction
3.2 : Location
3.3 : Tracks to be equipped
3.4 : General particulars
3.5 : Climatic data
3.6 : Rolling Stock
3.7 : Over dimensional consignments
3.8 : Power Supply
3.9 : LT Supply Transformer Stations
3.10 : Type of OHE
3.11 : Return Conductors
3.12 : Pegging Plans
3.13 : Traction sub-station feeders
3.14 : Track circuits
3.15 : Labour and materials
3.16 : Contractors Office
3.17 : Contractor’s depot and work train
3.18 : Duration of traffic blocks
3.19 : Addresses
3.20 : Quantities
3.21 : Forged steel fitting
21
PART – III
PARTICULARS SPECIFICATION
3.1 INTRODUCTION
The works involves
Design, supply, erection, testing and commissioning of traction overhead equipment at Madurai junction,
including modification to the existing OHE at various part of the Dindigul-Madurai section, introduction of feeder
arrangement between TSS & OHE at Samayanallur station and provision of PTFE neutral section at near TSS
Dindigul in Madurai division of Southern Railway.
3.2 LOCATION
The section is located over Madurai, Samayanallur, Samayanallur-Kudalnagar (Km.487), Dindigul
(Vellodu/TSS) Madurai division of Southern Railway and located in Tamil Nadu.
3.3.1 TRACKS TO BE EQUIPPED
a. The sections to be equipped with overhead equipment are as per tender clause para No. 2.1.1.
b. The track length of the section to be equipped with conventional type Overhead equipment is 9
TKM and tramway type OHE is 5 TKM approximately. Wherever sufficient track center is not
available regulating equipment with trapezoidal type counter weights are to be provided.
c. Regulated conventional type OHE with 65 sq. mm cadmium copper catenary and 107 sq mm
grooved HDGC drawn out of continuous cast copper contact wire as per latest RDSO
specification No. ETI/OHE/50 (6/97) with A&C slip 1 and ETI OHE /76 (6/97) with A & C correction
slip No. 1, 3&4 and latest correction slips if any.
d. Provision of polluted zone (1050 mm-creepage distance) Porcelain type stay, bracket and 9
tonne insulators with latest specification are proposed in the section. The Tenderer shall take note
of items and quote their rate accordingly.
e. Regulated Tramway OHE with 107 sq.mm grooved HDGC drawn out of continuous cast copper
contact wire with cadmium copper 7/2.10 mm catenary bridle wire as per latest RDSO
specification.
f. The OHE mast/steel structures and small parts steels with 610 gm per sq.m galvanization is
proposed in this tender.
g. Cantilever assembly tubes are proposed with 420 gm/sq.m galvanization.
h. OHE foundations with M-15 concrete, grouting with M-20 concrete is proposed with 20mm ballast
and sand.
3.3.2 SCHEMATIC DIAGRAM
The tentative schematic electrical sectioning diagram of the tracks to be equipped will be supplied
during execution.
3.4.1 GENERAL PARTICULARS
This tender work involved in Madurai division is generally flat are coming under wind pressure of yellow zone. The soil characteristics of the area generally have normal bearing pressure. In some areas the soil ranges from hard soil to very hard soil. New formation area with loose soil of 5000/8250 Kgf/sqm pressure
22
may also be available. However, the soil pressure to be ascertained before casting of foundation at every location.
4 ACCESS ROAD
The section passes in the developed area. The Railway stations mentioned are approachable by Motorable roads/Pucca/ Kutcha Roads.
5 FOOT OVER BRIDGES & ROAD OVER BRIDGES
Foot over Bridge - 1 at Madurai Jn.
Road over Bridge – 1 at Madurai Jn. and 2 at Samayanallur
(D)STATIONS All location located between Dindigul Jn., Samayanallur & Madurai Jn.
(E) BRIDGES
One bridge available between Samayanallur & Kuddal Nager. Bridge No.1460 where two Bridge masts
to be provided with OHE modification.
5.4 CLIMATIC DATA T EMPERATURES
A) For the overhead equipment a minimum temperature of 4 degree C and a maximum temperature of 65 degree C are to be considered. The mean temperature should be taken as 35-degree C.
B) RAIN FALL
Rains occur generally from June to December. The average rainfall during monsoon season is approximately 200 cm. annually.
C) HUMIDITY The maximum relative humidity is nearly to 60-90%.
D) THUNDER STORMS
The region is subjected to storms and rainfall during monsoon from June to December.
E) WIND PRESSURE The Dindigul-Madurai section falls under yellow zone with wind pressure 112.5 Kgf as per ACTM Vol.II
Part II and IS 875.
a. ROLLING STOCK
Electric locomotive with height not exceeding 4.2325 m with their pantographs in the locked down
position and Rolling stock height of 4.425 m is proposed to be run in the section Diesel locomotives
4.42 m height would run on this section special relaxation will be permitted in some cases. Rolling
stock height of 4.425 m is proposed to be run in the section.
3.7 OVER DIMENSIONAL CONSIGNMENTS
The maximum height of over dimensional consignment, which plies on this section, is 4.80m (15 ft. 9
In.) with movement restricted to specified lines.
3.8(A) POWER SUPPLY
23
25 kV power supply to the overhead equipment will be fed from nearest TSS.
3.8(B) SWITCHING STATIONS
Modification/addition/alteration is proposed for the switching station Madurai.
3.9 L.T. SUPPLY TRANSFORMER STATIONS
Auxiliary transformer is not proposed in the section.
3.10 TYPE OF OHE
(i) Regulated conventional type OHE with 65 sq. mm cadmium copper catenary and 107 sq mm
grooved HDGC drawn out of continuous cast copper contact wire as per latest RDSO specification
No. RDSO specification No. ETI/OHE/50(6/97) with A&C slip 1 and ETI/OHE/76 (6/97) with A & C
correction slip No. 1,3&4 and latest correction slips if any.
(ii) Insulators used shall be of Polluted zone (1050 mm –creepage distance) porcelain type stay,
bracket and 9 tonne insulators.
(iii) Regulated Tramway OHE with 107 sq.mm grooved HDGC drawn out of continuous cast copper
contact wire as per latest RDSO specification no. ETI/OHE76 (6/97) with A&C correction slip No. 1
of 7/97 and 65 sq.mm cadmium copper catenary of the conventional 20 sq.mm –7/2.10 mm bridle
wire as per RDSO Drg. No.ETI/OHE/G/04203 Mod.’C’ or latest and as per latest specification is
proposed where ever tramway OHE is proposed.
(iv) The OHE mast/steel structures and small parts steels shall be of 610 gm per sq.m galvanization.
(v) Cantilever assembly tubes shall be of 420 gm/sq.m galvanization.
(vi) OHE foundations shall be of M-15 concrete, grouting with M-20 concrete with 20mm ballast and
sand.
3.11 RETURN CONDUCTORS: - Return conductors are not proposed under the scope of this contract.
3.12 PEGGING PLANS - Pegging plans are to be made based on Engineering Plans by the contractor
himself for arriving quantities of vital items and final lay out plans may have to be prepared based on
tentative pegging plan, approved sectioning arrangement and actual site details given by Engineering
department during execution of works.
3.13 TRACTION SUB STATION FEEDERS.:-Modification/addition/alteration is proposed for TSS feeders to
OHE at Samayanallur.
3.14 TRACK CIRCUITS:- Modification is proposed to the existing track circuit in station area at Madurai.
3.15 LABOUR AND MATERIALS: - Skilled and Unskilled labours are available in and around the section
of work
3.16CONTRACTOR’S OFFICE: - The contractor may establish an office near to the Head quarters office of
Chief Project Manager, Railway Electrification, EVR Periyar High Road, Chennai Egmore, and
Chennai-600 008 for planning, design and for expedite finalisation of particular designs and working drawings.
The office should be headed by a qualified engineer. In addition, the contractor would have to establish field
construction office at convenient and approved locations for coordination and progressing of field works.
24
3.17 CONTRACTORS DEPOT AND WORK TRAINS:- Provisionally space will be made available for the
contractor to set up one main depot at location as desired by purchaser No work train is proposed to be
made available.
3. 18 DURATION OF POWER/TRAFFIC BLOCKS: - Power/Traffic Blocks will be arranged suitably
during non-movement of Electric/Diesel trains during day or night as per operating
convenience.
3.19 ADDRESSES:- The list of addresses to which correspondence and documents related to the
contract, should be sent is as under:
a) For all policy contractual and commercial matter prior to the award of Contract
Dy. Chief Electrical Engineer, Railway Electrification, Egmore, Chennai-600008 Or his
successor nominee (whose address will be intimated in due course)
b) i) After the award of Contract
Dy. Chief Electrical Engineer, Railway Electrification, Egmore, Chennai-600008 Or his
successor nominee.
ii) Security Deposits & EMD
Senior Assistant Financial Adviser, Railway Electrification, Chennai Egmore -600 008 Or his
successors/nominee (whose address will be intimated in due course)
iii) For matter relating to particular design and working drawings.
The Executive Electrical Engineer/Designs/Railway Electrification, Chennai Egmore,
iv) For matters relating to basic designs and drawings for fittings components equipments and proto
type tests.
The Director General (TI), Research Designs & Standards Organization, Manak Nagar,
Lucknow – 226 011,
v) Matters relating to progressing of field work scheduling of quantities and submission of bills.
Dy. Chief Electrical Engineer, Railway Electrification, Egmore, Chennai-600008.
3.19.1. QUANTITIES APPROXIMATE QUANTITIES:- Annexure – 2 Part IV gives the approximate quantities of
various items of work mentioned in Schedule I.
3.21. Forged steel fittings: - The following items only shall be of FORGED STEEL fittings. No MCI fittings
will be accepted for these items. Any further developments of forged fitting, will also be communicated
in due course and same to be complied.
Sl. no Drawing No/RI No./Description of item APPROVED SOURCES
1. TI/DRG/IOHE/ATD/RDSO/00005/02/1 ATD Clevis and eye (Forged)
TLP, Khatri (Part-II) (RDSO approved sources)
2. TI/DRG/OHE/FTGFE/RDSO/00003/00/0 Steady arm hook BFB (Forged)
KF, CEC (CORE approved sources) TLP (RDSO approved source – Part – II)
3. TI/DRG/OHE/RDSO/FTGFE/00002/00/1 Register arm eye piece (Forged)
KF, CEC (CORE approved sources) TLP (RDSO approved source – Part II)
4. TI/DRG/OHE/FTFGE/RDSO/00005/04/0 Mast fitting for hook insulator (forged)
TLP (RDSO approved source – Part II)
5. TI/DRG/OHE/FTGFE/RDSO/00004/03/0 Tubular stay sleeve (forged)
TLP (RDSO approved source – Part II)
6. 2392 BFB steady arm swivel TLP, CEC, CCC, TMI, KF 7. 2402 Tubular stay adjuster CEC, TLP, KF, TMI 8. 2402-1 Tubular stay adjuster CEC, TLP, TMI
25
(large)
9. 2523 Normal bent steady
arm hook CEC, TMI
10. 2541 BFB Steady arm eye
piece CEC, TLP, TMI, KF
11. 2542 BFB Steady arm swivel CEC, CCC, TLP, TMI, KF 12 3071-1 Mast Bracket Clevis TLP, KF, CEC, TMI
13 3072 Mast Bracket Clevis
Pin TLP, KF, CEC, TMI
14 5002 Guy rod stirrup TLP, CEC, TMI, KF
15 5004 5005
5006-1
Guy rod 25 mm dia. CEC, TLP, KF, TMI
16 5021, 5023, 5024
9 tonne adjuster (eye and clevis)
TLP, CEC, KF
17 5021, 5024, 5025
9 tonne adjuster (double clevis type)
TLP, CEC, KF
18 5094-1 Counter weight piece eye rod (0.65 m long)
CEC, KF, TLP, TMI
19 5094 Counter weight piece eye rod (1.0 m long)
CEC, TLP, KF, TMI, NSSA
20 5095 Counter weight piece eye rod (1.3 m long)
CEC, KF, TMI, TLP, KHATRI
21 5099 Counter weight piece eye rod (1.55 m long)
CEC, KF, TLP, TMI, NSSA, KHATRI
22 5183 Double eye distance rod (10 mm dia.)
CEC, TLP, TMI, KF
23 5221 Guy rod double strap (100)
CEC, CCC, TLP, KF, TMI
24 5222 Guy rod double strap (150/250)
CEC, CCC, TLP, KF, TMI
25 6068 Ball eye CEC
Note: List of approved sources are subject to change. The Contractor has to verify the genuineness of
such sources from the official source of Indian Railways.
26
PART – IV
ANNEXURES
Annexure No Subject
I : List of standard drawings and specification (Vol. II)
II : Schedule of Quantities (Vol. I)
III : Requirement of spares (Vol. II)
IV : List of materials to be supplied by the purchaser to the contractor (Vo.
I, Annexure-IV)
V : List of tools and plant for maintenance
VI : List of tools and plant for maintenance
VII : Unit quantities of finished wires conductors for various items of work
VIII : List of bridges on which traction structures will be located
IX : Performa I to VI
27
ANNEXURE – 2
SCHEDULE OF QUANTITIES (OHE)
Approximate quantities of various items of work included in Schedule – 1
Sl. No. Item No. Approximate Quantity
PART - A
1. 6(a) 0.00
2. 6(b) 0.00 3. 6(c) 0.00
4. 7(d). 5.0
5. 9(d) 10
6. 9(e) 7
7. 32-A
PART- B
8. 3(a)(ii) 48
9. 3(a)(iii) 22
10. 3(b)(i) 84
11. 3(c) 25
12. 32-B
PART-C
13. 1(a) 20.0
14. 1(b) 1.0
15. 1(c) 3.0
16. 2(a)(i) 100.00
17. 2(a)(ii) 100.00
18. 2(e) 0
19. 2(b) 1000.00
20. 2(c) 5.00
21. 3(a)(i) 70
22. 3(b)(ii) 2000.00
23. 3(e) 100.00
24. 4(a)(i)(a) 250.00
25. 4(a)(i)(b)
26. 4(a)(ii)
27. 4(a)(iii)(a) 200
28. 4(a)(iii)(a)(i) 0
29. 4 (a)(iii)b 0
30. 4(a)(iv) 0
31. 4(a)(v) 0
32. 4b(i) 5
33. 4(b)(ii) 0
28
34. 4(b)(iii) 5.0
35. 4(b)(iv) 0
36. 5(a)(i) 0
37. 5(a)(ii) 0
38. 5(b) 0
39. 5(c) 0
40. 6(d) 0
41. 7(a) 0
42. 7(c) 1.0
43. 8(a)(i) 0
44. 8(a)(ii) 5.0
45. 8(a)(iii) 0
46. 8(a)(iv) 0
47. 8(a)(v) 40.00
48. 8(a)(vi) 0
49. 8(b)(i) 0
50. 8(b)(ii) 40
51. 8(b)(iii) 0
52. 8(b)(iv) 0
53. 8(b)(v) 4.00
54. 8(b)(vi) 16.00
55. 8(b)(ix) 24.00
56. 9(a) 0
57. 9(b) 0
58. 9(c) 0
59. 10(a) 50
60. 10(b) 0
61. 10(c) 0
62. 11(a)(i) 0
63. 11(a)(ii) 0
64. 11(b) 30
65. 11(c) 0
66. 11(d) 0
67. 12(a)(i) 5.0
68. 12(a)(ii) 5.0
69. 12(b) 0
70. 12(c)(i) 10.00
71. 12(c)(ii) 5.00
29
72. 12(d) 2.00
73. 13 (a) (i) 12.00
74. 13(a)(ii) 1.00
75. 13(b) 0
76. 13(c)(i) 1.00
77. 13(c)(ii) 1.00
78. 13(d) 1.00
79. 13(e) 1.00
80. 14
81. 15(a) 50.00
82. 15(b)
83. 16(a) 200.00
84. 16(b) 200.00
85. 16(c) 100.00
86. 17(a) 10.00
87. 17(b) 50.00
88. 17(c) 0
89. 17(d) 100.00
90. 18(a)(i) 0
91. 18(a)(ii) 0
92. 18(b) 0
93. 19(i) 0
94. 19(ii) 0
95. 20(a)(i) 0
96. 20(a)(ii) 0
97. 20(b) 0
98. 21
99. 22(a) 0
100. 22(b) 0
101 23(i) 0
102 23(ii) 0
103 24 0
104 25(a) 0
105. 25(b) 0
106. 25(c) 0
107. 25(d) 0
108. 25(e) 0
109. 25(f) 0
110. 25(g) 0
111. 26(a)(i) 0
112. 26(a)(ii) 0
30
113. 26(b)(i) 0
114. 26(b)(ii) 0
115. 26(b)(iii) 0
116. 26(b)(iv) 0
117. 26b (v) 0
118. 26 b (vi) 0
119. 26(b)(vii) 0
120. 26(c)(i) 0
121. 26(c)(ii) 0
122. 26(c)(iii) 0
123. 26(c)(iv) 0
124. 27(a)(i) 0
125. 27(a)(ii) 0
126. 27(b) 0
127. 27(c)( i) 0
128. 27(c)(ii) 0
129. 28(i) 0
130. 28(ii) 0
131. 29(a) 0
132. 29(b) 0
133. 30(a)(i) 0
134. 30(a)(ii) 0
135. 30(a)(iii) 0
136. 30(b)(i) 0
137. 30(b)(ii) 0
138. 30(b)(iii) 0
139. 30(b)(iv) 0
140. 31(a) 75
141. 31(b) 75
142. 31(c) 0
143. 31(d) 2.0
144. 31(e) 0.52
145. 31(f) 10.00
146. 31(g) 2.00
147. 31(h) 10.00
148. 31(i) 5.00
149. 31(j) 0
150. 31(k) 20.00
151. 31(l) 15
152. 31(m) 0
153. 31(n) 10
31
154. 31(o) 0
155. 31(p) 10
156. 31(q) 0
157. 31(r) 0
158. 31(s) 0
159. 31(t) 0
160. 33 0
161. 34 0
162. 32-C 0
163. 35 5000
Note: The items for which quantity column left blank are to be treated as NIL. The quantity shown
above is tentative only. Actual assessment of required material is the sole responsibility of the
Contractor
******
32
ANNEXURE – 4
LIST OF OHE EQUIPMENTS, FITTINGS AND MATERIAL TO BE SUPPLIED BY PURCHASER TO THE
CONTRACTOR
All the items are to be supplied by Contractor only except contact wire and catenary wire.
Annexure 5:
Supply of major copper items by Contractor. Not applicable in this Contract
Annexure-6
*See note-2
NOTE:
1. Col.4 of the above table indicates the permissible allowance for the erection which should be left over with
the contractor and should be returned to the purchaser in the form of scrap on completion of work. such
working allowance has been indicated on the assumption that all wire and conductors shall be made available
in tailor made lengths as shall be indicated by the contractor to suit individual employment and further, that the
actual supplies shall be made in the serial order as will be indicated by the Contractor .Should the purchaser be
unable to supply the conductor as per above on account of which drum of a length longer than the ones desired
by the contractor shall have to be erected, then such, extra length as such result from the difference of the
length of the drum actually employed and length of the drums ordered by the contractor shall be considered
over and above the quantities admitted as allowance for erection under Col .4. Such extra length shall in
addition be considered and shall be returned to the Purchaser in the form of scrap.
2. Whenever cadmium copper wire (130) is required against item No.5 (a) (ii), the same will supplied by the
purchaser and the quantity of cadmium copper wire (65) against this item will be correspondingly reduced.
When copper wire(130) is required against item No.6(a) the same will be supplied by the purchaser
and the quantities of cadmium copper wire(65) and contact wire (107) against this item will be correspondingly
reduced.
SUPPLY OF MATERIALS BY THE PURCHASER
The tenderer’s special attention is invited to Annexure-4 wherein the materials which would be supplied by the
purchaser to the Contractor for erection are listed. The Tenderer shall ensure that the cost of supply of
materials are listed in Annexure-4, is not included in the price quoted against various items of work in schedule-
1. some of the items which are normally under contractor’s scope of supply may also be supplied by the
purchaser either in part or in full to meet the requirement of the tendered work. The list of such items are given
in Annexure-4.
WIRES AND CONDUCTORS.
The purchaser will supply to the Contractor annexure-4 items required for the work based on unit quantities
inclusive of erection allowance in accordance with column, Annexure-6 together with the length of finished
wires and conductors for new items of work and the length of wires and conductors-under items 31 (h) of
schedule-1. Out of the quantity as calculated above, the contractor shall return to the purchaser wires and
conductors in longest possible bits or in the form of scrap, as calculated on the basis of the final quantities of
items of work of schedule-1 and the quantities specified in column 5, Annexure-6. The total length of finished
33
wires and conductors deemed to have been erected will be the difference, viz,as calculated on the basis of final
quantities of schedule-1 and the bare unit lengths specified in column 4, Annexure-6 together, with the lengths
of Schedule of finished wires and conductors under item 31(h) of schedule-1.
Notwithstanding the above, it is general conditions that the Contractors shall return to the purchaser all wires
conductors which have been supplied to him but not utilized on work. Should the contractor be unable to do so,
the purchaser shall be entitled to recover the cost of such wire and conductors as specified in note at the end of
para. For the purpose of reconciliation the length of wire or conductor deemed to have been supplied by the
purchaser to contractor will the length stenciled on drum and length deemed to have been returned by the
contractor will be the actual length of cut-pieces and /or the length calculated on the basis of the actual weight
of cut pieces scrap and linear density specific in column-2, Annexure-6 in addition to above the scrap of
Catenary wire generated on account of provision of insulated Catenary under over line structure shall also be
taken into account separately.
Note: if there are any shortages during final reconciliation, their cost will be recovered by the Purchaser from
the Contractor at the book rate or the last purchase rate or the prevailing market rate, whichever is higher, plus
5% on account of initial freight, 2% on account of incidental charges together with supervision charges at
12.5% of the total cost inclusive of material freight and incidental charges. Freight between the purchaser’s
source of supply and the Contractor’s depot.
Loading and Un-loading of Railway supply materials to the contractor shall be under the scope of
contractor’s work. No separate payment will be made for loading & un-loading of Railway supplied
materials
34
(FORM-1)
SUMMERY OF PRICES
(All figures are in Rupees)
Sl. No.
Item Total Price
PART-A 1 Total for supply and erection as per schedule -1
section -2 Part-A based on Last Accepted Rate (LAR)
=Rs 3209359.00/-
2 Percentage above/at par/below to be quoted on part-A (Sl. No.1)
(a) In figures = (b) In Words =
3 Total for Part –A in Words and Figures =
PART-B 4 Total for supply and erection as per schedule -1
section -2 Part-B based on Last Accepted Rate (LAR)
= Rs.11340690.00/-
5 Percentage above/at par/below to be quoted on Part-B (Sl. No.4)
(a) In figures = (b) In Words =
6 Total for Part –B in Words and Figures =
PART-C
7 Total for supply and erection as per schedule -1 section -2 Part-C based on Last Accepted Rate (LAR) (Sl. No.7)
= Rs.12138821.36/-
8 Percentage above/at par/below to be quoted on part-C
(a) In figures = (b) In Words =
9 Total for Part –C in Words and Figures =
PART-D
10 Total for supply and erection as per Part-D Non-SOR items (Item no. 35,36 and 37) only
(a) In figures =Rs. (b) In Words =
11 Total for Part –D in Words and Figures =
12 Grand Total (In words and Figures) (3+6+9+11) =
(Rupees …………………………………………………………………………………………………only)
35
NON-SOR ITEMS - PART – D
Sl No. Description Qty Unit Rate in
Rs Rate in words
(5)
Amount in Rs
(3 x 5)
1 2 3 4 5 6 7
35 Transporting of railway Supply OHE structure / materials to work spot
5000 MTKM
Total for Part-D in figures.
Total for Part-D in words.: Rs. ………………………………………………………………………………………………….
36
Notes:-
1. Figures shall be rounded off to nearest rupee.
2. The above prices are inclusive of excise duty , sales tax, Octopi, Local levies, sales tax on works
contract etc as per para 1.3.2 & 1.3.13
3. Security deposit for each work should be 5% of the contract value and will be deducted from the
running bill @ 10% till the deduction full security deposit is completed. No other forms of security
deposit i.e. DD, FDR etc. will be accepted.
4 In case there exist difference in figure and words of any rate, the words quoted by the Tenderer
will prevail for all legal proceedings.
EXPLANATORY NOTES OF NON-SOR ITEMS
ITEM No. 35. TRANSPORTING OF RAILWAY SUPPLY OHE STRUCTURE/MAST TO WORK SPOT.
The Tenderer shall quote the rate per MTkm for transporting of OHE mast/structure and equipment
supplied by Railways. No payment will be made for Railway material transported with in 5 kM around work site.
The rate quoted will be applicable whether the materials transported are full load or part load of the vehicle.
The distance in KM from the place where the transportation to be carried out to the place of unloading will be
based on the actual Km run by the vehicle if the material is transported through road and the actual km of rail
route, if the material is transported through rail. The price shall cover leading, loading of OHE structure/mast
from Railway office/premises and transportation unloading and stacking of material at site. Normally the
materials have to be transported from Chennai in Tamil Nadu area or Kozhikode -Trivandrum in Kerala area.
However the contractor has to transport material from anywhere to anywhere in southern Railway, if required.
*****************
37
SCHEDULE - 1: SCHEDULE OF PRICES(OHE)
SECTION - 1 : UNIT PRICES
This Schedule shall be read in conjunction with its explanatory notes in Part -I, Chapter - IV for detailed description for
various items included therein : The rates given below against different items of work in this schedule are the standard
schedule of rates.
Sl.
No. Item No. Brief Description of the item
Unit of
Measurement
PRICES
Materials Erection
Total Unit price for
materials and \or
erection (5+6)
(1) (2) (3) (4) (5) (6) (7)
PART - A - COPPER CONDUCTORS
1 6(a) Supply and Erection of over head
equipment only by manual
km 17313.00 14063.00 31376.00
2 6(b) Supply and Erection of contact
wire only by manual.
km 12936.00 12936.00
3 6(c) Supply and Erection contact wire
only (regulated with briddle wire)
by manual.
km 19739.00 11697.00 31436.00
4 7(d). Supply and Erection of 25 kV
Feeder
km 422488.0 7528.00 430016.00
5 9(d) Supply and Erection of anti creep
with Cadmium Copper Catenary
Wire.
Each 2929.00 728.00 3657.00
6 9(e) Supply and Erection of anti creep
with Cadmium copper catenary
wire suitable for tramway type
OHE (Regulated).
Each 2953.00 696.00 3649.00
7
32-A 'Amount Payable' for each item of
work carried out under power
block, over and above the amount
payable for the corresponding
item carried out under non power
block (under part-A) on erection
charges only.
Respective
item, of each
corresponding
item of work
carried out
under non
power block
and included
under this
part ( Part-A)
PART - B - MAJOR STEEL ITEMS
8 3(a)(ii) Supply only for fabricated mast
K,B,S, series etc.
MT 59466.00 59466.00
9 3(a)(iii) Supply of 8''x8'', 8"x6" and 6''x6''
mast.
MT 59466.00 59466.00
10 3(b)(i) Supply and erection of fabricated
steel work other than masts by
manual
MT 61938.00 4367.00 66305.00
11 3(c) Supply & Erection of fabricated
steel work (SPS).
MT 60702.00 3636.00 64338.00
12 32-B 'Amount Payable' for each item of
work carried out under power
block, over and above the amount
payable for the corresponding
item carried out under non power
block (under Part-B) on erection
charges only.
Respective
item, of each
corresponding
item of work
carried out
under non
power block
and included
under this
part ( Part-B
38
PART - C - OTHER THAN PART - A & PART - B
13 1a Preparation of designs and
drawings for over head equipment
and verification of Purchasers
Engineering Plan.
STKM 5022.00 5022.00
14 b Preparation of designs and
drawings for switching stations
Each 8321.00 8321.00
15 c. Preparation of station working rule
diagram and working instruction
Each 3534.00 3534.00
16 2a(i) For Foundation and Plinth -
Concrete in hard soil
Cu.M 2501.00 2501.00
17 ii). Concrete in rocky soil Cu.M 2710.00 2710.00
18 b. Concrete in other than hard soil
and rock
Cu.M 2484.00 2484.00
19 c. Reinforced concrete Cu.M 4397.00 4397.00
20 e. Extra for supply and sinking of
concrete shells
Cu.M 1229.00 607.00 1836.00
3a Erection of traction masts and
main masts of switching stations,
booster stations and L .T .supply
Transformer stations by manual
21 i) By Manual Tonne 2438.00 2438.00
22 3(b)(ii) Arranging Transport car for
inspection of inspecting
officers/officials
KM 9.00 9.00
23 3(e) Supply and erection of a Guy rod
assembly
Each 4587.00 265.00 4852.00
24 4ai)(a) Supply and erection of a single
bracket assembly
Each 9428.00 492.00 9920.00
25 a(i) b Supply and erection of a single
bracket assembly without
insulators.
Each 5363.00 492.00 5855.00
26 ii) Extra on 4(a) (i) for supporting
two OHEs
1393.00 91.00 1484.00
27 iii)(a) Supply and erection of single
bracket assembly suitable for
tramway type OHE (Regulated)
Each 9420.00 307.00 9727.00
28 iii)(a)(i) Erection of single bracket
assembly suitable for tramway
type OHE9regulated)
Each 0.00 307.00 307.00
29 iii)(b) Supply and erection of single
bracket assembly suitable for
tramway type OHE (Regulated)
Each 5355.00 307.00 5662.00
30 iv) Extra on item 4(a) (iii) for
supporting two Tramway type
OHE
Each 944.00 191.00 1135.00
31 v. Supply and erection of a single
bracket assembly for composite
OHE
Each 7145.00 837.00 7982.00
32 4bi) Supply and erection of a pull off
arrangement for one OHE
Each 5495.00 328.00 5823.00
33 ii) Extra for each additional
equipment pulled
Each 1751.00 198.00 1949.00
34 iii) Supply and Erection of a pull - off
arrangement for Regulated
Tramway type OHE.
Each 3721.00 308.00 4029.00
39
35 iv) Supply and erection of a pull off
arrangement for one composite
OHE
Each 5886.00 301.00 6187.00
36 5ai) Supply and erection of mounting
arrangements for span wire
Each 6211.00 427.00 6638.00
37 ii) Supply and erection of a span wire Metre 284.00 74.00 358.00
38 b. Supply and erection of suspension
of one conventional / composite
OHE from head span
Each 2164.00 342.00 2506.00
39 c. Suspension and registration for
contact wire only
Each 2341.00 3426.00 5767.00
40 6(d) Supply and erection of all
composite OHE only
KM 244686.00 8665.00 253351.00
41 7a Supply and erection of all
aluminium 25 kV Feeder /Return
Conductor (single SPIDER)
KM 78030.00 4222.00 82252.00
42 c. Supply and erection of earth wire KM 45704.00 5288.00 50992.00
43 8ai). Supply and erection of regulating
equipment (winch) type with
normal counterweight .
Each 24290.00 1227.00 25517.00
44 ii) Extra for regulating equipment
with trapezoidal counterweight
Each 776.00 168.00 944.00
45 iii) Supply and erection of a
regulating equipment (winch
type) with counter weight
assembly (light) for tramway type
OHE regulated.
Each 20657.00 1008.00 21665.00
46 iv) Supply and erection of Regulated
equipment with cement concrete
counter weight.
Each 20250.00 1228.00 21478.00
47 v) Supply and erection of regulating
equipment (3 pulley type) with
counter-weight assembly for
conventional / composite OHE.
Each 36561.00 1351.00 37912.00
48 vi) Supply and erection of regulating
equipment (3 pulley type) with
counter weight assembly for
tramway type OHE (Regulated).
Each 26309.00 1419.00 27728.00
8(b). Supply and erection of materials
for termination of
49 i) Single conductor of overhead
equipment or terminating wire.
Each 3234.00 486.00 3720.00
50 ii) Double over head equipment
conductor
Each 5483.00 347.00 5830.00
51 iii) All aluminium 25 kV Feeder /
Return conductor (single SPIDER)
Each 3281.00 486.00 3767.00
52 iv) Supply and erection of materials
for termination of AC wire on one
end.
Each 4093.00 550.00 4643.00
53 v. Earth wire Each 2187.00 145.00 2332.00
54 vi) Supply and erection of materials
for termination of tramway type
OHE (Regulated).
Each 3273.00 462.00 3735.00
55 ix) Supply and erection of
materials/termination of 25 kV
terminating wire (150 sq
mm)copper cross track / along
track feeder
Each 3261.00 486.00 3747.00
40
56 9a Supply and erection of anticreep
with galvanised steel wire
Each 10387.00 823.00 11210.00
57 b. Supply and erection of anticreep
with galvanised steel wire suitable
for tramway type over head
equipment (Regulated).
Each 10298.00 823.00 11121.00
58 c. Supply and erection of anti creep
for composite OHE with
galvanised steel wire.
Each 10355.00 823.00 11178.00
59 10a Extra on item 6(a) for supply and
erection of additional fittings at a
turnout, diamond crossing or
overlap.
Each 3031.00 389.00 3420.00
60 b. Extra on item 6 (b) for supply and
erection of additional fittings
required at a turnout, diamond
crossing or over lap.
Each 3810.00 421.00 4231.00
61 c. Extra on item 6 (c) & (d) for
supply and erection of additional
fittings required at a turnout,
diamond crossing or over lap
Each 3014.00 364.00 3378.00
11.a Supply and erection of
62 i) a composite cut insulator Each 2445.00 263.00 2708.00
63 ii) a composite suspension insulator Each 2386.00 243.00 2629.00
64 b. 25 kV Post insulator Each 2846.00 228.00 3074.00
65 c. 3 kV Disc Insulator Each 1049.00 97.00 1146.00
66 d. 11 kV Post Insulator Each 607.00 81.00 688.00
67 12a(i) Supply and erection of a section
insulator assembly
Each 17106.00 1465.00 18571.00
68 12a(ii) Erection of a section insulator
assembly
Each 1465.00 1465.00
69 b. Supply and erection of a double
wire section insulator assembly
Each 28245.00 1047.00 29292.00
70 c(i). Supply and erection of a section
insulator assembly for tramway
type OHE( Regulated )
Each 15906.00 1253.00 17159.00
71 c(ii) Erection of section insulator for
tramway oHE (regulated)
Each 1253.00 1253.00
72 d. Erection of a ceramic Beaded
Glass Fibre Type short neutral
section assembly.
Each 1610.00 1610.00
73 13a(i) Supply and erection of a 25 kV
single pole isolator without earth
contact assembly.
Each 16887.00 1855.00 18742.00
74 13a(ii) Erection of a 25 kV single pole
isolator without earth contact
assembly.
Each 1855.00 1855.00
75 b. Supply and erection of two 25 kV
single pole isolator gang operated
without earth contact assembly.
Each 31370.00 1069.00 32439.00
76 (c)(i) Supply and erection of 25 kV
double pole Isolator
Each 30535.00 2819.00 33354.00
77 (c)(ii) Erection of 25 kV double pole
Isolator
Each 2819.00 2819.00
78 d. Extra for supply & erection of an
earth contact assembly in an
Isolator
Each 4154.00 112.00 4266.00
79 e. Extra on item 13 (a) (b) or (c) for
an inter locking device.
Each 1197.00 185.00 1382.00
41
80 14 Supply and erection of a
connection between return
conductor and rail.
Each 2136.00 856.00 2992.00
81 15a Supply and erection of a copper
jumper
Each 1427.00 89.00 1516.00
82 b. Supply and erection of an
aluminium jumper
Each 1221.00 82.00 1303.00
83 16a Supply and erection of a structure
bond
Each 244.00 98.00 342.00
84 b Supply and erection of
longitudinal bond
Each 108.00 123.00 231.00
85 c. Supply and erection of transverse
and special bond
Each 223.00 158.00 381.00
86 17a Supply and erection of a single
earth electrode
Each 1049.00 371.00 1420.00
87 b Supply and erection of earth bus Metre 55.00 26.00 81.00
88 c Supply and erection of copper
strips for equipment earthing
Metre 177.00 41.00 218.00
89 d Supply and Erection of 8 SWG GI
wire for earthing
Metre 12.00 8.00 20.00
90 18.a(i) Supply and Erection of vacuum
type 25 kV Interruptors.
Each 139771.00 2270.00 142041.00
91 18a(ii) Erection of Vacuum type 25 KV
interruptors/circuit breaker
Each 2270.00 2270.00
92 18.b. Supply, Erection, Testing and
Commissioning of Tension
Monitoring, Height, Stagger and
Implantation Recording Device.-
Desk Type.
Each 88325.00 606.00 88931.00
93 19(i) Supply and erection of 25 kV
Potential transformers Type-I
Each 41652.00 607.00 42259.00
94 19(ii) Erection of 25 kV Potential
transformers Type-I
Each 607.00 607.00
95 20(a)(i) Supply,erection, testing and
commissioning of Lightning
arrestors 10kA, 42 kV station class
type.
Each 18500.00 430.00 18930.00
96 20(a)(ii) Erection, testing and
commissioning of Lightning
arrestors 10kA, 42 kV station class
type.
Each 430.00 430.00
97 b. Supply and erection of lightning
arrestors 7.5 kV.
Each 865.00 109.00 974.00
98 21 Supply and erection of terminal
boards in control cubicles.
Each 5091.00 439.00 5530.00
22 Supply and erection of an
99 a. Iron clad 110 Volts DC Fuse Box Each 221.00 36.00 257.00
100 b. Iron clad 250 Volts AC Fuse Box Each 331.00 36.00 367.00
101 23(i) Supply and erection of Lead acid
battery
Each 72250.00 3612.00 75862.00
102 23(ii) Erection of Lead acid battery Each 3612.00 3612.00
103 24 Supply and erection of Battery
chargers
Each 29211.00 742.00 29953.00
25 Supply and installation of cables
104 a. Control and indication Metre 105.00 6.00 111.00
105 b Heater supply Metre 32.00 6.00 38.00
106 c Catenary indication Metre 41.00 6.00 47.00
107 d LT. Power supply Metre 100.00 8.00 108.00
108 e 110 Volts DC supply Metre 41.00 8.00 49.00
42
109 f Supply and laying of 70 sq mm
XLPE insulated PVC sheathed
Aluminium cable
Metre 120.00 100.00 220.00
110 g Cable trench cutting Metre 124.00 124.00
26a Supply and erection of
111 i) Aluminium bus bar 50mm/38mm Metre 201.00 22.00 223.00
112 ii) Solid copper bus bar 18 mm Metre 506.00 34.00 540.00
b Supply and erection of Al.bus bar
connectors
113 i) Bus terminal (11090) Each 522.00 151.00 673.00
114 ii) Bus splice (11180) Each 614.00 151.00 765.00
115 iii) Bus tee connector (11150) Each 629.00 151.00 780.00
116 iv Terminal connector 36/20 (6530) Each 596.00 171.00 767.00
117 v Tap connector (11170) Each 1126.00 13.00 1139.00
118 vi) Flexible bus splice (11210) Each 2276.00 327.00 2603.00
119 vii) Terminal connector bolted type
(1009&1009-1)
Each 531.00 171.00 702.00
c Supply and erection of solid
copper bus bar connectors
120 i) Bus terminal (6310) Each 765.00 151.00 916.00
121 ii) Bus splice (6320) Each 787.00 222.00 1009.00
122 iii) Bus tee joint Each 743.00 151.00 894.00
123 iv) Bus terminating tee Each 1831.00 13.00 1844.00
124 27(a)(i) Supply, Erection, oil filtration,
testing and commissioning of 10
kVA capacity LT supply
transformers
Each 39066.00 3085.00 42151.00
125 27(a)(ii) Erection, oil filtration, testing and
commissioning of 10 kVA
capacity LT supply transformers
Each 3085.00 3085.00
126 b. Supply, erection, testing and
commissioning of LT Supply
transformer (Dry type)
Each 40925.00 2296.00 43221.00
127 (c)(i) Supply and erection of LT control
board for AT location as per
RDSO spec. No.
TI/SPC/PSI/CLS/0020 with A &
C slip No. 1 (8/2003)
Each 29051.00 900.00 29951.00
128 (c)(ii) Erection of LT control board for
AT location as per RDSO spec.
No. TI/SPC/PSI/CLS/0020 with A
& C slip No. 1 (8/2003)
Each 900.00 900.00
129 28(i) Supply and erection of 25 kV fuse
switch
Each 7349.00 727.00 8076.00
130 28(ii) Erection of 25 kV fuse switch Each 727.00 727.00
131 29a Erection, oil filtration, testing and
commissioning of Booster
transformers
Each 3161.00 3161.00
132 b. Erection, testing and
commissioning of booster
transformer (Dry type)
Each 1024.00 1024.00
133 30.a. (i) Supply and erection of fencing
panels at switching
stations/TSS/FP
Metre 1262.00 30.00 1292.00
134 ii) Supply and erection of fencing
uprights
MT 28670.00 2945.00 31615.00
135 iii) Supply and erection of protective
screen for FOB/ROB.
Each 9298.00 728.00 10026.00
43
b. Supply and erection of anti -
climbing device,etc
136 i) Switching stations/TSS/FP Metre 143.00 3.00 146.00
137 ii) At BT Stations. Each 703.00 519.00 1222.00
138 iii) LT. Supply transformer stations Each 600.00 112.00 712.00
139 iv) Fixing of caution boards LS 14000.00 1046.00 15046.00
31 Modification to erected equipment
140 a. Transfer of equipment from one
mast or support to another
Each 873.00 873.00
141 b. Provision of an additional bracket
assembly / assemblies on a mast or
support
Each 774.00 774.00
142 c. Re-adjustment of a headspan Each 855.00 855.00
143 d. Dismantling of overhead
equipment
KM 17936.00 17936.00
144 e. Dismantling of feeder / return
conductor.
KM 5993.00 5993.00
145 f Splicing and extension of an
anchored over head equipment
Each 693.00 3010.00 3703.00
146 g. Dismantling of a section insulator Each 1388.00 2064.00 3452.00
147 h. Slewing of equipment Span 696.00 696.00
148 i Dismantling of an isolator Each 463.00 463.00
149 j Dismantling of a pedestal/pin
insulators.
Each 152.00 152.00
150 k Dismantlement of OHE mast /
structure by cutting
Each 1747.00 1747.00
151 l Dismantlement of OHE mast
structure of breaking the
foundation
Each 2492.00 2492.00
152 m Dismantlement of booster
transformer
Each 5849.00 5849.00
153 n Dismantling of guy rod Each 1128.00 1128.00
154 o Erection of Temp, mast including
cantilever assembly transfer of
OHE to New mast and releasing
the temp mast under power / non
power block
Each 5481.00 5481.00
155 p Releasing of portal Boom under
power/non power block
Each 7467.00 7467.00
156 q. Splicing and Extension of RC wire Each 941.00 2539.00 3480.00
157 r. Releasing of plinth/ pole mounted
AT along with drop out fuse,
fencing panels and LAs etc.
Each 2696.00 2696.00
158 s. Releasing of SP/SSP Equipment's LS 7440.00 7440.00
159 t. Spreading of 20 mm Ballast in the
SSP/SP Switch Yard.
Cu.M 371.00 29.00 400.00
160 33 Cable trench cover sq.m 968.00 968.00
44
161 34 Addition/Alteration to the existing,
remote terminal unit including
software, modification/alteration
in the master station computer at
RCC/TVC for accommodation of
additional interrupters and relevant
indications
each 46186.00
46186.00
162 32-C 'Amount Payable' for each item of
work carried out under power
block, over and above the amount
payable for the corresponding
item carried out under non power
block (under Part-C)on erection
charges only.
Respective
item, of each
corresponding
item of work
carried out
under non
power block
and included
under this
part ( Part-C)
Not
applicable
Amount payable for non power
block erection rate for the
corresponding item computed by
loading the percentage over/at
par/below quoted by the tenderer
on erection charges only
PART - D - NON - SOR ITEMS
163 35 Transporting of OHE structure/
mast supplied by Railway , to
work spot
MTkm 25.00
45
SCHEDULE -1: SECTION-2- SCHEDULE OF RATES
DESIGN, SUPPLY, ERECTION, TESTING AND COMMISSIONING OF TRACTION OVERHEAD
EQUIPMENT AT MADURAI JUNCTION, INCLUDING MODIFICATION TO THE EXISTING OHE AT VARIOUS
PART OF THE DINDIGUL-MADURAI SECTION, INTRODUCTION OF FEEDER ARRANGEMENT BETWEEN
TSS & OHE AT SAMAYANALLUR STATION AND PROVISION OF PTFE NEUTRAL SECTION AT NEAR TSS
DINDIGUL IN MADURAI DIVISION OF SOUTHERN RAILWAY.
SCHEDULE -1: SECTION-2- SCHEDULE OF RATES The rates given below against different items of work in this schedule are the standard rates. The rates at which payments are to be made shall be arrived at by multiplying the rates uniformly with the percentage quoted by the tenderer in Form -1.
Sl. No.
Item No.
Brief Description of the item
Unit of Measurement
PRICES
Materials Erection Qty. Total Prices
Materials Erection Total
(1) (2) (3) (4) (5) (6)
PART - A - COPPER CONDUCTORS
1 6(a) Supply and erection of over head equipment
only by manual
km 17313.00 14063.00 10 173130.00
140630.00
313760.00
2 6(b) Supply and erection of contact wire only by
manual.
km 0.00 12936.00 0.00 0.00 0.00
3 6(c) Supply and erection contact wire only
(regulated with briddle wire) by manual.
km 19739 11697.00 8 157912.00
93576.00 251488.00
4 7(d). Supply and erection of 25 kV Feeder
km 422488.00
7528.00 5.00 2112440.00
37640.00 2150080.00
5 9(d) Supply and erection of anti creep with Cadmium Copper Catenary Wire.
Each 30991.00 728.00 10.00 309910.00
7280.00 317190.00
6 9(e) Supply and erection of anti creep with Cadmium
copper catenary wire suitable for tramway type
OHE (Regulated).
Each 24567.00 696.00 7.00 171969.00
4872.00 176841.00
7 32-A 'Amount Payable' for each item of work carried out under power block,
over and above the amount payable for the
corresponding item carried out under non
power block (under part-A) on erection charges
only.
Respective
item, of each
corresponding item of work
carried out
under non
power block and
included under
this part (
Part-A)
Not applicabl
e
Amount payable for non power block erection rate for the corresponding item computed by loading the percentage
over/at par/below quoted by the tenderer on erection charges only.
Total 3209359.00
46
PART - B - MAJOR STEEL ITEMS
8 3(a)(ii) Supply only for fabricated mast K,B,S, series etc.
MT 59466.00 48.00 2854368.00
2854368.00
9 3(a)(iii) Supply of 8"x6" and 6''x6'' mast and S1 to S8.
MT 59466.00 22.00 1308252.00
1308252.00
10 3(b)(i) Supply and erection of fabricated steel work other than masts by
manual
MT 61938.00 4367.00 84.00 5202792.00
366828.00
5569620.00
11 3(c) Supply & Erection of fabricated steel
work(SPS).
MT 60702.00 3636.00 25.00 1517550.00
90900.00 1608450.00
12 32-B 'Amount Payable' for each item of work carried out under power block,
over and above the amount payable for the
corresponding item carried out under non
power block (under Part-B) on erection charges
only.
Respective
item, of each
corresponding item of work
carried out
under non
power block and
included under
this part (
Part-B)
Not applicabl
e
Amount payable for non power block erection rate for the corresponding item computed by loading the percentage
over/at par/below quoted by the tenderer on erection charges only.
Total 11340690.00
PART - C - OTHER THAN PART - A & PART - B
13 1a Preparation of designs and drawings for over head equipment and
verification of Purchasers Engineering Plan.
STKM 5022.00 20.00 100440.00
100440.00
14 b Preparation of designs and drawings for switching stations
Each 8321.00 1.00 8321.00 8321.00
15 c. Preparation of station working rule diagram and
working instruction
Each 3534.00 3.00 10602.00 10602.00
16 2a(i) For Foundation and Plinth - Concrete in hard
soil
Cu.M 2501.00 100.00
250100.00
250100.00
17 ii). Concrete in rocky soil Cu.M 2710.00 100.00
271000.00
271000.00
18 2(b). Concrete in other than hard soil and rock
Cu.M 2484.00 1000.00
2484000.00
2484000.00
19 2(c). Reinforced concrete Cu.M 4397.00 5.00 21985.00 21985.00
20 2(e). Extra for supply and sinking of concrete shells
Cu.M 1229.00 607.00
3a Erection of traction masts and main masts of switching stations,
booster stations and L .T .supply Transformer stations by manual
47
21 3a(i) By Manual Tonne 2438.00 70.00 170660.00
170660.00
22 3(b)(ii) Arranging Transport car for inspection of
inspecting officers/officials
KM 9.00 2000.00
18000.00 18000.00
23 3(e) Supply and erection of a Guy rod assembly
Each 4587.00 265.00 100.00
458700.00
26500.00 485200.00
24 4(a)(i)(a)
Supply and erection of a single bracket assembly
Each 9428.00 492.00 250.00
2357000.00
123000.00
2480000.00
25 4(a)(i)(b)
Supply and erection of a single bracket assembly
without insulators.
Each 5363.00 492.00
26 ii) Extra on 4(a) (i) for supporting two OHEs
1393.00 91.00
27 iii)(a) Supply and erection of single bracket assembly suitable for tramway type
OHE (Regulated)
Each 9420.00 307.00 200.00
1884000.00
61400.00 1945400.00
28 iii)(a)(i) Erection of single bracket assembly suitable for tramway type OHE
(Regulated)
Each 0.00 307.00
29 iii)(b) Supply and erection of single bracket assembly suitable for tramway type
OHE (Regulated)
Each 5355.00 307.00
30 iv) Extra on item 4(a) (iii) for supporting two Tramway
type OHE
Each 944.00 191.00
31 v. Supply and erection of a single bracket assembly
for composite OHE
Each 7145.00 837.00
32 4(b)(i) Supply and erection of a pull off arrangement for
one OHE
Each 5495.00 328.00 5.00 27475.00 1640.00 29115.00
33 ii) Extra for each additional equipment pulled
Each 1751.00 198.00
34 iii) Supply and Erection of a pull - off arrangement for Regulated Tramway type
OHE.
Each 3721.00 308.00 5.00 18605.00 1540.00 20145.00
35 iv) Supply and erection of a pull off arrangement for
one composite OHE
Each 5886.00 301.00
36 5ai) Supply and erection of mounting arrangements
for span wire
Each 6211.00 427.00
37 ii) Supply and erection of a span wire
Metre 284.00 74.00
38 b. Supply and erection of suspension of one
conventional / composite OHE from head span
Each 2164.00 342.00
39 c. Suspension and registration for contact
wire only
Each 2341.00 3426.00
40 6(d) Supply and erection of all composite OHE only
KM 244686.00
8665.00
41 7a Supply and erection of all aluminium 25 kV Feeder /Return Conductor (single
SPIDER)
KM 78030.00 4222.00
42 c. Supply and erection of earth wire
KM 45704.00 5288.00 1.00 45704.00 5288.00 50992.00
48
43 8(a)(i). Supply and erection of regulating equipment
(winch) type with normal counterweight .
Each 24290.00 1227.00
44 ii) Extra for regulating equipment with
trapezoidal counterweight
Each 776.00 168.00 5.00 3880.00 840.00 4720.00
45 iii) Supply and erection of a regulating equipment
(winch type) with counter weight assembly (light) for tramway type OHE
regulated.
Each 20657.00 1008.00
46 iv) Supply and erection of Regulated equipment with cement concrete
counter weight.
Each 20250.00 1228.00
47 v) Supply and erection of regulating equipment (3
pulley type) with counter-weight assembly for
conventional / composite OHE.
Each 36561.00 1351.00 40.00 1462440.00
54040.00 1516480.00
48 vi) Supply and erection of regulating equipment (3 pulley type) with counter
weight assembly for tramway type OHE
(Regulated).
Each 26309.00 1419.00 16.00 420944.00
22704.00 443648.00
8(b). Supply and erection of materials for termination
of
49 i) Single conductor of overhead equipment or
terminating wire.
Each 3234.00 486.00
50 ii) Double over head equipment conductor
Each 5483.00 347.00 40.00 219320.00
13880.00 233200.00
51 iii) All aluminium 25 kV Feeder / Return
conductor (single SPIDER)
Each 3281.00 486.00
52 iv) Supply and erection of materials for termination of AC wire on one end.
Each 4093.00 550.00
53
v. Earth wire Each 2187.00 145.00 4.00 8748.00 580.00 9328.00
54 vi) Supply and erection of materials for termination
of tramway type OHE (Regulated).
Each 3273.00 462.00 16.00 52368.00 7392.00 59760.00
55 ix) Supply and erection of materials/termination of 25 kV terminating wire
(150 sq mm)copper cross track / along track feeder
Each 3261.00 486.00 24.00 78264.00 11664.00 89928.00
56 9a Supply and erection of anticreep with
galvanised steel wire
Each 10387.00 823.00
57 b. Supply and erection of anticreep with galvanised
steel wire suitable for tramway type over head equipment (Regulated).
Each 10298.00 823.00
58 c. Supply and erection of anti creep for composite
OHE with galvanised steel wire.
Each 10355.00 823.00
49
59 10a Extra on item 6(a) for supply and erection of additional fittings at a
turnout, diamond crossing or overlap.
Each 3031.00 389.00 50.00 151550.00
19450.00 171000.00
60 b. Extra on item 6 (b) for supply and erection of
additional fittings required at a turnout, diamond crossing or over lap.
Each 3810.00 421.00
61 c. Extra on item 6 (c) & (d) for supply and erection of additional fittings required
at a turnout, diamond crossing or over lap
Each 3014.00 364.00
11.a Supply and erection of
62 i) a composite cut insulator Each 2445.00 263.00
63 ii) a composite suspension insulator
Each 2386.00 243.00
64 b. 25 kV Post insulator Each 2846.00 228.00 30.00 85380.00 6840.00 92220.00
65 c. 3 kV Disc Insulator Each 1049.00 97.00
66 d. 11 kV Post Insulator Each 607.00 81.00
67 12a(i) Supply and erection of a section insulator
assembly
Each 17106.00 1465.00 5.00 85530.00 7325.00 92855.00
68 12a(ii) Erection of a section insulator assembly
Each 1465.00 5.00 7325.00 7325.00
69 b. Supply and erection of a double wire section insulator assembly
Each 28245.00 1047.00
70 c(i). Supply and erection of a section insulator
assembly for tramway type OHE( Regulated )
Each 15906.00 1253.00 10.00 159060.00
12530.00 171590.00
71 c(ii) Erection of section insulator for tramway
oHE (regulated)
Each 1253.00 5.00 6265.00 6265.00
72 d. Erection of a ceramic Beaded Glass Fibre Type
short neutral section assembly.
Each 1610.00 2.00 3220.00 3220.00
73 13a(i) Supply and erection of a 25 kV single pole isolator
without earth contact assembly.
Each 16887.00 1855.00 12.00 202644.00
22260.00 224904.00
74 13a(ii) Erection of a 25 kV single pole isolator without earth
contact assembly.
Each 1855.00 1.00 1855.00 1855.00
75 b. Supply and erection of two 25 kV single pole isolator gang operated without earth contact
assembly.
Each 31370.00 1069.00
76 (c)(i) Supply and erection of 25 kV double pole Isolator
Each 30535.00 2819.00 1.00 30535.00 2819.00 33354.00
77 (c)(ii) Erection of 25 kV double pole Isolator
Each 2819.00 1.00 2819.00 2819.00
78 d. Extra for supply & erection of an earth
contact assembly in an Isolator
Each 4154.00 112.00 1.00 4154.00 112.00 4266.00
79 e. Extra on item 13 (a) (b) or (c) for an inter locking
device.
Each 1197.00 185.00 1.00 1197.00 185.00 1382.00
50
80 14 Supply and erection of a connection between
return conductor and rail.
Each 2136.00 856.00
81 15a Supply and erection of a copper jumper
Each 1427.00 89.00 50.00 71350.00 4450.00 75800.00
82 b. Supply and erection of an aluminium jumper
Each 1221.00 82.00
83 16a Supply and erection of a structure bond
Each 244.00 98.00 200.00
48800.00 19600.00 68400.00
84 b Supply and erection of longitudinal bond
Each 108.00 123.00 200.00
21600.00 24600.00 46200.00
85 c. Supply and erection of transverse and special
bond
Each 223.00 158.00 100.00
22300.00 15800.00 38100.00
86 17a Supply and erection of a single earth electrode
Each 1049.00 371.00 10.00 10490.00 3710.00 14200.00
87 b Supply and erection of earth bus
Metre 55.00 26.00 50.00 2750.00 1300.00 4050.00
88 c Supply and erection of copper strips for
equipment earthing
Metre 177.00 41.00
89 d Supply and Erection of 8 SWG GI wire for earthing
Metre 12.00 8.00 100.00
1200.00 800.00 2000.00
90 18.a(i) Supply and Erection of vacuum type 25 kV
Interruptors.
Each 139771.00
2270.00
91 18a(ii) Erection of Vacuum type 25 KV interrupters/circuit
breaker
Each 2270.00
92 18.b. Supply, Erection, Testing and Commissioning of Tension Monitoring, Height, Stagger and
Implantation Recording Device.- Desk Type.
Each 88325.00 606.00
93 19(i) Supply and erection of 25 kV Potential transformers
Type-I
Each 41652.00 607.00
94 19(ii) Erection of 25 kV Potential transformers
Type-I
Each 607.00
95 20(a)(i) Supply,erection, testing and commissioning of
Lightning arrestors 10kA, 42 kV station class type.
Each 18500.00 430.00
96 20(a)(ii) Erection, testing and commissioning of
Lightning arrestors 10kA, 42 kV station class type.
Each 430.00
97 b. Supply and erection of lightning arrestors 7.5 kV.
Each 865.00 109.00
98 21 Supply and erection of terminal boards in control
cubicles.
Each 5091.00 439.00
22 Supply and erection of an
99 a. Iron clad 110 Volts DC Fuse Box
Each 221.00 36.00
100 b. Iron clad 250 Volts AC Fuse Box
Each 331.00 36.00
101 23(i) Supply and erection of Lead acid battery
Each 72250.00 3612.00
102 23(ii) Erection of Lead acid battery
Each 3612.00
103 24 Supply and erection of Battery chargers
Each 29211.00 742.00
25 Supply and installation of
51
cables
104 a. Control and indication Metre 105.00 6.00
105 b Heater supply Metre 32.00 6.00
106 c Catenary indication Metre 41.00 6.00
107 d LT.. Power supply Metre 100.00 8.00
108 e 110 Volts DC supply Metre 41.00 8.00
109 f Supply and laying of 70 sq mm XLPE insulated
PVC sheathed Aluminium cable
Metre 120.00 100.00
110 g Cable trench cutting Metre 124.00
26a Supply and erection of
111 i) Aluminium bus bar 50mm/38mm
Metre 201.00 22.00
112 ii) Solid copper bus bar 18 mm
Metre 506.00 34.00
b Supply and erection of Al.bus bar connectors
113 i) Bus terminal (11090) Each 522.00 151.00
114 ii) Bus splice (11180) Each 614.00 151.00
115 iii) Bus tee connector (11150)
Each 629.00 151.00
116 iv Terminal connector 36/20 (6530)
Each 596.00 171.00
117 v Tap connector (11170) Each 1126.00 13.00
118 vi) Flexible bus splice (11210)
Each 2276.00 327.00
119 vii) Terminal connector bolted type (1009&1009-
1)
Each 531.00 171.00
c Supply and erection of solid copper bus bar
connectors
120 i) Bus terminal (6310) Each 765.00 151.00
121 ii) Bus splice (6320) Each 787.00 222.00
122 iii) Bus tee joint Each 743.00 151.00
123 iv) Bus terminating tee Each 1831.00 13.00
124 27(a)(i) Supply, Erection, oil filtration, testing and
commissioning of 10 kVA capacity LT supply
transformers
Each 39066.00 3085.00
125 27(a)(ii) Erection, oil filtration, testing and
commissioning of 10 kVA capacity LT supply
transformers
Each 3085.00
126 b. Supply, erection, testing and commissioning of LT Supply transformer (Dry
type)
Each 40925.00 2296.00
127 (c)(i) Supply and erection of LT control board for AT
location as per RDSO spec. No.
TI/SPC/PSI/CLS/0020 with A & C slip No. 1
(8/2003)
Each 29051.00 900.00
128 (c)(ii) Erection of LT control board for AT location as
per RDSO spec. No. TI/SPC/PSI/CLS/0020 with A & C slip No. 1
(8/2003)
Each 900.00
52
129 28(i) Supply and erection of 25 kV fuse switch
Each 7349.00 727.00
130 28(ii) Erection of 25 kV fuse switch
Each 727.00
131 29a Erection, oil filtration, testing and
commissioning of Booster transformers
Each 3161.00
132 b. Erection, testing and commissioning of booster
transformer (Dry type)
Each 1024.00
133 30.a. (i) Supply and erection of fencing panels at
switching stations/TSS/FP
Metre 1262.00 30.00
134 ii) Supply and erection of fencing uprights
MT 28670.00 2945.00
135 iii) Supply and erection of protective screen for
FOB/ROB.
Each 9298.00 728.00
b. Supply and erection of anti -climbing device,etc
136 i) Switching stations/TSS/FP
Metre 143.00 3.00
137 ii) At BT Stations. Each 703.00 519.00
138 iii) LT. Supply transformer stations
Each 600.00 112.00
139 iv) Fixing of caution boards LS 14000.00 1046.00
31 Modification to erected equipment
140 a. Transfer of equipment from one mast or support
to another
Each 873.00 75.00 65475.00 65475.00
141 b. Provision of an additional bracket assembly /
assemblies on a mast or support
Each 774.00 75.00 58050.00 58050.00
142 c. Re-adjustment of a headspan
Each 855.00
143 d. Dismantling of overhead equipment
KM 17936.00 2.00 35872.00 35872.00
144 e. Dismantling of feeder / return conductor.
KM 5993.00 0.52 3116.36 3116.36
145 f Splicing and extension of an anchored over head
equipment
Each 693.00 3010.00 10.00 6930.00 30100.00 37030.00
146 g. Dismantling of a section insulator
Each 1388.00 2064.00 2.00 2776.00 4128.00 6904.00
147 h. Slewing of equipment Span 696.00 10.00 6960.00 6960.00
148 i Dismantling of an isolator Each 463.00 5.00 2315.00 2315.00
149 j Dismantling of a pedestal/pin insulators.
Each 152.00
150 k Dismantlement of OHE mast / structure by
cutting
Each 1747.00 20.00 34940.00 34940.00
151 l Dismantlement of OHE mast structure of
breaking the foundation
Each 2492.00 15.00 37380.00 37380.00
53
152 m Dismantlement of booster transformer
Each 5849.00
153 n Dismantling of guy rod Each 1128.00 10.00 11280.00 11280.00
154 o Erection of Temp, mast including cantilever assembly transfer of
OHE to New mast and releasing the temp mast under power / non power
block
Each 5481.00
155 p Releasing of portal Boom under power/non power
block
Each 7467.00 10.00 74670.00 74670.00
156 q. Splicing and Extension of RC wire
Each 941.00 2539.00
157 r. Releasing of plinth/ pole mounted AT along with drop out fuse,fencing panels and LAs etc.
Each 2696.00
158 s. Releasing of SP/SSP Equipment's
LS 7440.00
159 t. Spreading of 20 mm Ballast in the SSP/SP
Switch Yard.
Cu.M 371.00 29.00
160 33 Cable trench cover sq.m 968.00
161 34 Addition/alteration/modification to the existing
remote terminal unit at FP/SSP/SP locations
including software/hardware
modification/alteration in the master station
computer at RCC as well as RTU for
accommodation of additional interrupters
and relevant indications indications
Each 46186.00
162 32-C 'Amount Payable' for each item of work carried out under power block,
over and above the amount payable for the
corresponding item carried out under non
power block (under Part-C)on erection charges
only.
Respective
item, of each
corresponding item of work
carried out
under non
power block and
included under
this part (
Part-C)
Not applicabl
e
Amount payable for non power block erection rate for the corresponding item computed by loading the percentage
over/at par/below quoted by the tenderer on erection charges only.
Total 12138821.36
54
Part-D NON SOR ITEMS
Item no.
Description of work Quantity Unit Rate in Rs Amount in Rs
163 35
Transporting of railway Supply OHE structure to work spot/ OHE depot if any
5000 MTKm
Total for Part-D in words: Rupees…………………………………………………………………………………………………………
GRAND TOTAL FOR PART-A+PART-B+PART-C+PART-D (IN FIG.) Rs.
GRAND TOTAL FOR PART-A+PART-B+PART-C+PART-D (IN WORDS.)
NON-SOR ITEMS-PART-D To be filled by contractor on form-1
55
Schedule -3
Section - 1
SCHEDULE OF "ON ACCOUNT " RATES.
This Schedule shall be read in conjunction with its explanatory notes in Part -I, Chapter - IV for detailed description for various items included therein : The rates given below against different items of work in this schedule are the standard schedule of rates. The rates at which payments will be made by multiplying these rates uniformly with the rates offered by the tenderer for items covered under PART - A, PART - B, PART - C respectively offering the tenderer in FORM – 1
(All Prices in Rupees)
Sl. No.
Railway Drawings
Railway ID No.
Description of Equipments, components and materials
Unit of measure
ment
Unit Prices at Contractor's depot in Rs. Series
Drawing No. &
Mod. No.
Refer-ence. No.
(1) (2) (3) (4) (5)
(6) (7) (8)
PART - A
1 Grooved Copper Contact wire (107 Sq.mm)
MT 230000
2 Cadmium copper Catenary wire 65 Sq.mm / 95 Sq.mm
MT 230000
3 7 mm dia H.D. solid copper wire (large dropper)
Kg. 220
4 5 mm dia H.D. solid copper wire (small dropper)
Kg. 220
5 50 sq.mm. Annealed stranded copper conductor 19/1.80 mm small jumper
Kg. 230
6 160 sq.mm/105 sq.mm. Annealed stranded copper conductor large jumper 19/7/1.02 mm
Kg. 230
7 Cadmium copper conductor large span wire 130 sq.mm 37/2.10 mm
Kg. 230
8 150 sq.mm copper conductor Kg. 230
9 Cadmium copper bridle wire 20 sq.mm 7/2.10 mm
Kg. 230
56
PART - B
10 SMALL PART STEEL
Small part steel work of shapes and sizes.
M Tonne 45000
11 Portals, TTUS MT 45000
12 All Traction Mast Rolled/Fab Tonne 45000
PART - C
13 ETI/OHE/P
1009(Mod.B)
1 1009 Terminal Lug(16 mm) multiple bolt Each 307
14 ETI/OHE/P
1030-2(mod.C)
1 1031-2 Contact Wire Parallel Clamp (Large) Set 59
15 ETI/OHE/P
1040-2(Mod-D)
1 1041-2 Contact Wire parallel clamp (Small) Set 59
16 ETI/OHE/P
1070(Mod-A)
1,2 & 4 Bridle wire clamp (6mm) with lock plate
Each 129
17 ETI/OHE/P
1080-1(Mod.B)
1 1081-1 Contact wire splice (toothed type) Set 319
18 ETI/OHE/P
1090 1 to 4 1091 to 1094
Catenary splice (65) Set 198
19 ETI/OHE/P
1110-2(Mod.D)
1 & 2 1118 & 1119
Contact wire ending clamp (107) Each 98
20 ETI/OHE/P
1120(Mod.B)
1 to 3 1121,1094 & 1092
Catenary ending clamp (65) Each 198
21 ETI/OHE/P
1140(Mod.B)
1 to 3 1131,1143 & 1102
Large snap wire ending clamp (130) Each 322
22 RE/33/P 1180(Mod.F)
1 1181 Contact wire dropper clip part Set 39
23 RE/33/P 1180(Mod.F)
1 1182 Locking wire Each 3
24 ETI/OHE/P
1180(Mod.F)
1192
1 1192 Catenary dropper clip. Each 32
25 ETI/OHE/P
1194(Mod.A)
1 1194 Briddle wire dropper clip. Each 17
26 ETI/OHE/P
1310 2 1192 Catenary dropper clip. Set of 2 Nos.
40
27 ETI/OHE/P
1350 1 1351 Thimble (10 mm) Each 120
28 ETI/OHE/P
1360(Mod.B)
1 to 3 1131,1362 & 1361
Steel wire ending clamp (90) Each 346
29 ETI/OHE/P
1390-1(Mod.D)
1 1391-1 Crossing clamp Set of 4 Nos.
124
30 ETI/OHE/P
1400(Mod.C)
2 1402 Variable short dropper clip (cont wire) Each 36
31 ETI/OHE/P
1540(Mod.D)
1 1541 Parallel clamp part (10/20) Each 106
32 ETI/OHE/P
1550(Mod.E)
1 1551 Parallel clamp part (20/20) Each 158
57
33 ETI/OHE/P
1560(Mod.D)
1 1561 Parallel clamp part (15/20) Each 153
34 ETI/OHE/P
1610-1 1 1610-1 Compression joint Each 260
35 ETI/OHE/P
1640 1 1640 Repair sleeve (compression type) Each 216
36 ETI/OHE/P
6170(Mod.B)
1 6171 Double contact wire parallel clamp piece
Set 47
37 ETI/OHE/SK
134(Mod.D)
1 to 4 AL-134 Catenary splice (cone) Each 270
38 ETI/OHE/SK
285(Mod.D)
Crimp type repair sleeve for AAA Stranded catenary wire.
Each 342
39 ETI/OHE/SK
333(Mod.D)
1 Catenary dropper clip Each 22
40 Copper split pin 3.2x25 Each 3
41 Copper Split pin 5x40 Each 5
42 Copper Split pin 4x32 Each 1
43 Copper rivet 20x37 mm Each 66
44 Copper Split Pin 4x40 Each 2
45 Copper Split Cotter Pin 2.5x20 Each 1
46 Copper Split Cotter Pin 2.5x25 Each 1
47 Copper Split Cotter Pin 3.2x28 Each 1
48 Copper Split Cotter Pin 3.2x30 Each 1
49 Copper Split Cotter Pin 4x36 Each 1
50 Copper Split cotter Pin 5x46 Each 2
51 Copper Split Cotter Pin 6.3x50 Each 3
52 ETI/OHE/P
1030-2(mod.C)
2 & 3 16/3-N G S Bolt M 16x50/38 with nut and spring washer
Each 11
53 ETI/OHE/P
1040-2(Mod-D)
2 & 3 16/3-N G S Bolt M 16x50/38 with nut and spring washer
Each 11
54 ETI/OHE/P
1070(Mod-A)
3 12/17-N S S Bolt M 12x45/30 with nut and spring washer
Each 33
55 ETI/OHE/P
1080-1(Mod.B)
2 12-/14 S S Stud Bolt M 12x25/20 Set of 8 Nos.
100
56 ETI/OHE/P
1110-2(Mod.D)
3,4 & 5 263 G S Pin Dia 20x50 (snap head) with punched washer A22 and Annealed copper split pin dia 4x40
Each 14
57 ETI/OHE/P
1120(Mod.B)
4 to 6 261 G S Pin Dia 20x50 (snap head) with punched washer A22 and Annealed copper split pin dia 4x40
Each 15
58 ETI/OHE/P
1140(Mod.B)
4 to 6 261 G S Pin Dia 20x50 (snap head) with punched washer A22 and Annealed copper split pin dia 4x40
Each 15
59 RE/33/P 1160(Mod.J)
1,3,4,6 & 7
1161,1163 and 161-S
Suspension clamp Each 250
58
60 RE/33/P 1160(Mod.J)
2 & 5 1162-S & 10N
S S Dia 10 `U' Bolt with nuts Set 68
61 RE/33/P 1160(Mod.J)
1 1161 Suspension clamp body Each 224
62 RE/33/P 1160(Mod.J)
4 1163 Suspension clamp lock plate Set of 2 Nos.
12
63 RE/33/P 1160(Mod.J)
3,6 & 7 161-S S S Pin Dia 10x35 mm with punched washer A 12 and Annealed copper split pin 2.5x20 mm
Each 16
64 RE/33/P 1170(Mod.K)
1,2,4 & 6 to 9
1171,1172,1174,1163 & 161-S
Double suspension clamp Each 398
65 RE/33/P 1170(Mod.K)
3 & 5 1173-S & 10 N
S S Dia 10 `U' Bolt with nuts Set 115
66 RE/33/P 1170(Mod.K)
1 1171 Double suspension clamp body Each 307
67 RE/33/P 1170(Mod.K)
2 1172 Double suspension lock plate Each 23
68 RE/33/P 1170(Mod.K)
4 1174 Packing saddle Each 31
69 RE/33/P 1170(Mod.K)
6 1163 Suspension clamp lock plate Set of 2 Nos.
12
70 RE/33/P 1170(Mod.K)
7 to 9 161-S S S Pin Dia 10x35 mm with punched washer A 12 and Annealed copper split pin 2.5x20 mm
Each 16
71 ETI/OHE/P
1180(Mod.J)
2,3 & 4 10/16 N S S Bolt M 10x35/30 with nut, spring washer B 10 and annealed copper split pin 2.5 x 20 mm
Each 20
72 ETI/OHE/P
1194(Mod.A)
2 to 4 10/16 N S S Bolt M 10 x 35/30 with nut, spring washer B 10 and annealed and copper split pin 2.5 x 20 mm
Each 20
73 ETI/OHE/P
1216(Mod.D)
1 & 2 (1214-2, 2492-2)
Knuckle tube clamp (MCI) Each 112
74 ETI/OHE/P
1216(Mod.D)
3 14/1 NL G S Bolt M 14x75/34 with nut and lock nut.
Each 14
75 RE/33/P 1220(Mod.E)
1 1221 Contact wire swivel clip part. Set 72
76 RE/33/P 1220(Mod.E)
2 1222 Contact wire swivel clip part. Each 6
77 ETI/OHE/P
1263 1 1263 Strain clamp link. Each 69
78 RE/33/P 1270-1(Mod.F)
1 1272 Suspension clevis (18mm) Each 94
79 RE/33/P 1270-1(Mod.F)
2 & 3 261 G S Snap head pin Dia 20x55 (snap head) with punched washer A 22 and Annealed copper split pin Dia 4x40
Each 14
80 RE/33/P 1280(Mod.C)
1 & 2 1281 & 1282
Double contact wire splice Each 1808
59
81 RE/33/P 1280(Mod.C)
3 12/18 S S Stud M 12x50/50 Set of 8 Nos.
197
82 ETI/OHE/P
1310 1 1311 Pull of clamp Each 61
83 ETI/OHE/P
1310 S S Bolt Dia 10x35/30 with nuts, spring washer and annealed copper split pin Dia 2.5x25 mm
Set of 2 Nos.
38
84 ETI/OHE/P
1320(Mod.E)
1 1321 U' Clamp (50/50) body. Each 101
85 ETI/OHE/P
1320(Mod.B)
2 to 4 1322, 10 N
S S 'U' Bolt Dia 10 mm with nuts, spring washers B 10
Each 61
86 ETI/OHE/P
1330(Mod.B)
1 1331 Distance piece 'U' clamp saddle Each 51
87 ETI/OHE/P
1330(Mod.B)
2 & 4 4032-S & 10 NL
S S 'U' Bolt Dia 10 mm with nut, lock nut & annealed copper split pin 2.5 x 20.
Each 48
88 ETI/OHE/P
1330(Mod.B)
3 4036 U' Bolt saddle Each 30
89 ETI/OHE/P
1360(Mod.B)
4 to 6 261 G S Pin Dia 20x55 (snap head) punched washer A22 and annealed copper split pin 4x40
Each 15
90 ETI/OHE/P
1370-1(Mod.F)
1 1371-1 Raised register arm clamp Set 94
91 ETI/OHE/P
1370-1(Mod.E)
2 & 3 16/6 NL G S Bolt M 16x60/38 with nut, lock nut and spring washer B 16
Set of 2 Nos.
26
92 ETI/OHE/P
1390-1(Mod.D)
2 to 4 14/1 NL G S Bolt M 14x75/34 with nut, punched washer A 16 and annealed copper split pin 3.2x2.5
Set 33
93 ETI/OHE/P
1400(Mod.C)
1 & 4 1401, 1174
Short dropper assembly Each 37
94 ETI/OHE/P
1400(Mod.C)
5,7 & 8 10/18 N S S Bolt M 10x55/30 with nut, spring washer B 10 and punched washer A 12
Each 32
95 ETI/OHE/P
1400(Mod.C)
6 & 7 10/17 N S S Bolt M 10x40/26 with nut and spring washer
Each 25
96 ETI/OHE/P
1540(Mod.D)
2 to 4 12/19 N S S Bolt M 12x60/30 with nut, punched washer A 14 and spring washer B12.
Each 72
97 ETI/OHE/P
1540(Mod.D)
5 Bimetallic strip (90x35x1 mm) Each 25
98 ETI/OHE/P
1550(Mod.D)
2 to 4 12/19 N S S Bolt M 12x60/30 with nut, punched washer A 14 and spring washer B12.
Set of 3 Nos.
109
99 ETI/OHE/P
1560(Mod.D)
2 to 4 12/19 N S S Bolt M 12x60/30 with nut, punched washer A 14 and spring washer B12.
Set of 3 Nos.
109
100 ETI/OHE/P
1560(Mod.D)
5 Bimetallic strip(160x50x1 mm) Each 44
101 ETI/OHE/P
1580(Mod.E)
1 & 2 1581 & 1582
Large suspension clamp 20mm Each 162
60
102 ETI/OHE/P
1580(Mod.E)
3 to 9 1583 12 N S S 'U' Bolt Dia 12 with nut, spring washer B 12 punched washer A 14 16 Dia pin 70 mm long, punched washer A 18 and annealed copper split pin 4x32
Set 186
103 ETI/OHE/P
1580(Mod.E)
10 1580 Flat armour tape KG 235
104 ETI/OHE/P
1580(Mod.E)
11 1580 Armour tape ferrule Set of 2 Nos.
23
105 ETI/OHE/P
1600(Mod.C)
1 & 2 1601 & 1602
20mm strain clamp Each 389
106 ETI/OHE/P
1600(Mod.C)
3 to 8 1603 12 N S S 'U' Bolt Dia 12, nut punched washer A 14, snap head pin Dia 16x55, punched washer A 18 and annealed copper split pin 4x32
Set 236
107 ETI/OHE/P
2064-1 (Mod.A)
2 2064-1 Tube cap 30 mm Each 20
108 ETI/OHE/P
2086(Mod.C)
1 Large bracket sleeve Each 36
109 ETI/OHE/P
2104-1(Mod.A)
2 2104-1 Tube cap 40 mm Each 25
110 ETI/OHE/P
2110(Mod.B)
1 & 2 2111 & 2112
Standard Catenary suspension bracket
Each 383
111 ETI/OHE/P
2110(Mod.B)
3 to 5 2113 & 14 N
G S 'U' Bolt Dia 14mm with nut and spring washer B 14
Set 56
112 ETI/OHE/P
2120(Mod.B)
1 & 2 2121 & 2122
Standard catenary direct clamp Each 343
113 ETI/OHE/P
2120(Mod.B)
5 & 6 2113/14 N U' Bolt Dia 14mm with nuts and spring washer B 14
Set 56
114 ETI/OHE/P
2120(Mod.B)
3 2123 Direct catenary clamp Grip. Each 46
115 ETI/OHE/P
2120(Mod.B)
4 2124-S & 12 NL
Direct catenary clamp stud with G S nut lock nut
Set of 2 Nos.
62
116 ETI/OHE/P
2125(Mod.B)
1 2125 Bridle wire sleeve Each 14
117 ETI/OHE/P
2130(Mod.B)
1 & 2 2131 & 2132
Large catenary suspension bracket Each 414
118 ETI/OHE/P
2130(Mod.B)
3 to 5 2133 & 14 N
G S 'U' Bolt Dia 14mm with nut and spring washer B 14
Set 60
119 ETI/OHE/P
2140(Mod.C)
1 & 2 2141 & 2142
Catenary direct clamp (Large) Each 378
120 ETI/OHE/P
2140(Mod.C)
3 2123 Direct catenary clamp Grip. Each 35
121 ETI/OHE/P
2140(Mod.C)
4 2124-S Direct catenary clamp grip. Each 62
122 ETI/OHE/P
2140(Mod.C)
5 & 6 2133 & 14 N
G S 'U' Bolt Dia 14mm with nut and spring washer B 14
Set 60
61
123 ETI/OHE/P
2150-1(Mod.E)
1 & 2 2151-1 & 2152-1
Standard register arm hook. Each 122
124 ETI/OHE/P
2150-1(Mod.E)
3 16/3 NL G S Bolt M 16x50/38 with nut and lock nut.
Set of 2 Nos.
24
125 ETI/OHE/P
2160-1(Mod.E)
1 & 2 2161-1 & 2162-1
Large register arm hook. Each 139
126 ETI/OHE/P
2160-1(Mod.E)
3 16/3 NL G S Bolt M 16x50/38 with nut and lock nut.
Set of 2 Nos.
24
127 ETI/OHE/P
2274-1(Mod.D)
1 2274-1 Dropper clip (38) for standard bracket tube.
Each 26
128 ETI/OHE/P
2274-1(Mod.D)
2 to 5 16/2, 16 NL
G S Bolt M 16x40/32 with lock nut, spring washer B 16 and annealed copper split pin 4x32
Each 13
129 ETI/OHE/P
2277(Mod.D)
1 2277 Dropper clip (49) for large bracket tube.
Each 30
130 ETI/OHE/P
2277(Mod.D)
2 to 5 16/2 & 16 LN
G S Bolt M 16x40/32 with lock nut, spring washer B 16 and annealed copper split pin 4x32
Each 13
131 ETI/OHE/P
2341(Mod.A)
1 2341 Steady rod piece of length 0.76 m Each 136
132 ETI/OHE/P
2341(Mod.A)
2 2342 Steady rod piece of length 0.96 m Each 167
133 ETI/OHE/P
2341(Mod.A)
3 2343 Steady rod piece of length 1.16 m Each 205
134 ETI/OHE/P
2341(Mod.A)
4 2344 Steady rod piece of length 1.36 m Each 240
135 ETI/OHE/P
2345 1 2345 Steady rod eye piece Each 53
136 ETI/OHE/P
2352 1 2352 Bent steady arm swivel Each 53
137 ETI/OHE/P
2360(Mod.L)
1 2361 25 mm drop bracket part. Each 135
138 ETI/OHE/P
2380(Mod.C)
2 10/14 LN S S Bolt M 10x25/20 with lock nut Each 16
139 ETI/OHE/P
2380(Mod.C)
1 & 3 2112 & 2122
Standard catenary suspension bracket top and bottom.
Set 353
140 ETI/OHE/P
2380(Mod.C)
2 & 4 2131 & 2142
Large catenary suspension bracket top & bottom
Set 335
141 ETI/OHE/P
2380(Mod.C)
5 & 7 2113 & 14 N
G S 'U' Bolt Dia 14mm with nut and spring washer B 14
Set 56
142 ETI/OHE/P
2380(Mod.C)
6 & 7 2133 & 14 N
G S 'U' Bolt Dia 14 with nuts, spring washer B 14
Set 60
143 ETI/OHE/P
2390(Mod.B)
1 2544-5 BFB steady arm only L = 0.69 m Each 82
144 ETI/OHE/P
2390(Mod.B)
2 2544-6 BFB steady arm only L = 0.89 m Each 107
145 ETI/OHE/P
2390(Mod.B)
3 2544-7 BFB steady arm only L = 1.09 m Each 129
146 ETI/OHE/P
2390(Mod.B)
4 2544-8 BFB steady arm only L= 1.29 m Each 151
147 ETI/OHE/ 2390(Mod 5 2391 Steady arm hook (BFB) Each 91
62
P .B)
148 ETI/OHE/P
2390(Mod.B)
6 2392 BFB Steady Arm Swivel (Steel Galv. To IS:226)
Each 31
149 ETI/OHE/P
2390(Mod.B)
7 Al. Alloy river Dia 6x35 Set of 4 Nos.
16
150 ETI/OHE/P
2402(Mod.A)
1 2402 Tubular stay adjuster Each 87
151 ETI/OHE/P
2402-1(Mod.B)
1 2402-1 Tubular stay adjuster (large)(Steel Galv. To IS:226)
Each 128
152 ETI/OHE/P
2403-1(Mod.B)
1 2403-1 Tubular stay sleeve Each 55
153 ETI/OHE/P
2404(Mod.C)
2 & 4 2404-IS & 109-S
S S Bolt with lock nut Each 35
154 ETI/OHE/P
2422-1(Mod.B)
1 2422-1 Register arm eye piece (25mm) Each 64
155 ETI/OHE/P
2423-1(Mod.A)
1 2423-1 Tube cap 25 mm Each 20
156 RE/33/P 2432(Mod.D)
1 2432 Raised register arm adjuster (25mm) Each 79
157 ETI/OHE/P
2461-1(Mod.F)
3 2461-1 Dropper clip (34mm) for register arm tube.
Each 23
158 ETI/OHE/P
2461-1(Mod.F)
2 to 4 16/2 LN G S Bolt M 16x40/32 with lock nut, spring washer B 16 and annealed copper split pin 4x32
Each 13
159 ETI/OHE/P
2471-1(Mod.E)
1 2471-1 Dropper, clip (25) for raised register arm.
Each 23
160 ETI/OHE/P
2471-1(Mod.E)
2 to 4 16/2 LN G S Bolt M 16x40/32 with lock nut, spring washer B 16 and annealed copper split pin 4x32
Each 13
161 ETI/OHE/P
2490-2(Mod.E)
1 & 2 2491-1 & 2492-2
25 mm steady arm clamp Each 90
162 ETI/OHE/P
2490-2(Mod.E)
3 14/1 NL G S Bolt M 14x75/34 with nut and lock nut.
Each 18
163 ETI/OHE/P
2520(Mod.A)
1 2521 Normal bent steady arm. Each 176
164 ETI/OHE/P
2520(Mod.A)
2 2522 Normal bend steady arm eye piece. Each 75
165 ETI/OHE/P
2520(Mod.A)
3 2523 Normal bent steady arm hook. Each 75
166 ETI/OHE/P
2520(Mod.A)
4 2352 Bent steady arm swivel Each 63
167 ETI/OHE/P
2520(Mod.A)
5 Al. Alloy river Dia 6x50 Set of 4 Nos.
18
168 ETI/OHE/P
2540(Mod.B)
1 2544-1 BFB Steady arm only L = 0.72 m Each 75
169 ETI/OHE/P
2540(Mod.B)
2 2544-2 BFB Steady arm only L = 0.92 m Each 101
170 ETI/OHE/P
2540(Mod.B)
3 2544-3 BFB Steady arm only L = 1.12 m Each 133
171 ETI/OHE/P
2540(Mod.B)
4 2544-4 BFB Steady arm only L = 1.32 m Each 156
172 ETI/OHE/ 2540(Mod 5 2541 BFB Steady arm eye piece Each 55
63
P .B)
173 ETI/OHE/P
2540(Mod.B)
6 2542 BFB Steady Arm Swivel (Steel Galv. To IS:226)
Each 35
174 ETI/OHE/P
2540(Mod.B)
7 Al. Alloy river Dia 6x35 Set of 4 Nos.
15
175 ETI/OHE/P
2540-1 1 235462 BFB Steady arm only for tramway OHE (regulated). L=0.92 m
Each 101
176 ETI/OHE/P
2540-1 1 235463 BFB Steady arm only for tramway OHE (regulated). L=1.12 m
Each 133
177 ETI/OHE/P
2540-1 1 235464 BFB Steady arm only for tramway OHE (regulated). L= 1.32 m
Each 156
178 ETI/OHE/P
2540-1 1 2541 BFB steady arm eye piece Each 55
179 ETI/OHE/P
2540-1 3 2592 BFB Steady Arm Swivel (Steel Galv. To IS:226)
Each 37
180 ETI/OHE/P
2540-1 4 1221 Contact wire swivel clip Each 69
181 ETI/OHE/P
2540-1 6 Al. Alloy rivet Dia 6x33 Set of 4 Nos.
16
182 ETI/OHE/P
2540-1 5 1222 Contact wire swivel clip pin. Each 7
183 ETI/OHE/P
2550-1/2(Mod.K
)
1,2 & 6 2551-1 & 2503
Antiwind clamp for standard OHE (regulated) with snap head rivet Dia 4x35
Set 52
184 2550-1/2(Mod.K
)
1,2 & 6 2551-1 & 2502
Antiwind clamp for standard OHE (regulated) with snap head rivet Dia 4x35
Set 48
185 ETI/OHE/P
2550-1/2(Mod.K
)
4 to 5 10/20 N S S Bolt M 10x70/26 with nut and spring washer B 10
Each 29
186 ETI/OHE/P
2550-3(Mod.D)
1,2 & 5 2551-1 & 2504
Antiwind clamp for standard OHE (regulated) with snap head rivet Dia 4x35
Set 59
187 ETI/OHE/P
2550-3(Mod.D)
3 & 4 10/20 N S S Bolt M 10x70/26 with nut and spring washer B 10
Each 28
188 ETI/OHE/P
2700(Mod.E)
1 & 3 2701 & 4036
Vee suspension assembly (Excl. 'U' Bolt of 10mm with nut, lock nut and split pin)
Set 681
189 ETI/OHE/P
2710 1 to 4 Unequal vee suspension assembly Each 892
190 RE/33/P 2721(Mod.C)
1 27 Double vee suspension top. Each 774
191 ETI/OHE/P
2730(Mod.A)
1 2731 Section insulator support clamp part. Each 590
192 ETI/OHE/P
2730(Mod.A)
2 4036 Al. Bronze 'U' bolt saddle. Set of 2 Nos.
44
64
193 ETI/OHE/P
2730(Mod.A)
3 & 4 4032-S, 108-S & 109_2
S S 'U' Bolt Dia 10 mm with nuts, lock nut and annealed copper split pin 2.5x20
Each 95
194 ETI/OHE/P
3010(Mod.C)
1 3011 Double clevis (MCI) Each 81
195 ETI/OHE/P
3010(Mod.C)
2 to 4 262 G S Snap head pin Dia 20x60 punched washer A22 and annealed copper split pin 4x40.
Set of 2 Nos.
32
196 ETI/OHE/P
3021(Mod.B)
1 3021 Mast bracket for hook insulator. Each 120
197 RE/33/P 3070-1(Mod.H)
1 to 3 3071-1 Mast bracket fitting assembly (150) Each 406
198 RE/33/P 3070-1(Mod.H)
4 to 7 261 G S Pin dia 20 x 55 (snap head) punched washer A 22 annealed copper split pin 3.2x25 and annealed copper split pin 4x40.
Each 16
199 RE/33/P 3070-2(Mod.H)
1 to 3 3070-2 Mast bracket fitting assembly (200) Each 447
200 RE/33/P 3070-2(Mod.H)
4 to 7 261 G S Pin dia 20x55(snap head) punched washer A 22 annealed copper split pin 3.2x25 and annealed copper split pin 4x40
Each 16
201 RE/33/P 3071(Mod.F)
1 3071 Mast bracket clevis. Each 78
202 RE/33/P 3071-1(Mod.D)
1 3071-1 Mast bracket clevis (forged) Each 140
203 ETI/OHE/P
3072(Mod.A)
1 3072 Mast bracket clevis pin Each 18
204 RE/33/P 3072-1 1 Mast bracket clevis pin Each 22
205 RE/33/P 3072(Mod.O)
1 3073 Mast bracket swivel (150) Each 294
206 RE/33/P 3074(Mod.E)
1 3074 Mast bracket swivel (200) Each 339
207 ETI/OHE/P
3076(Mod.B)
1 to 8 3076 Standard backing angle KG 45
208 ETI/OHE/P
3231(Mod.B)
1 3231 Mast anchor fitting (welded) Each 210
209 ETI/OHE/P
3231-2(Mod.B)
1 Mast anchor fitting welded (to be used with cement counter weight assembly).
Each 265
210 ETI/OHE/P
3232(Mod.B)
1 3232 Mast guy rod ritting (welded) Each 231
211 ETI/OHE/P
3233(Mod.A)
1 Mast anchor fitting(200) Each 335
212 ETI/OHE/P
3234/5(Mod.A)
1 Mast guy rod fitting(200/150) Each 347
213 ETI/OHE/P
3234/5(Mod.A)
2 Mast guy rod fitting(200/150) Each 347
214 ETI/OHE/P
3240(Mod.C)
X Anchor fitting on 'K' series mast Each 390
215 ETI/OHE/P
3240(Mod.C)
Y Guy rod fitting Each 409
216 ETI/OHE/P
3240(Mod.C)
Z Backing angles Each 199
217 X Anchor fitting on K series mast Each 369
65
218 ETI/OHE/P
3241-2(Mod.A)
Y Guy rod fitting Each 321
219 ETI/OHE/P
4001 1 4001 Span wire clip (65) Each 24
220 S S Bolt D 10 x 35/30 with nut, spring washer and annealed copper split pin 2.5x25
Each 26
221 ETI/OHE/P
4002 1 4002 Span wire clip (130) Each 29
222 ETI/OHE/P
4002 2 to 4 102-S & 108-S
S S Bolt Dia 10x35/30 with nut, spring washer and annealed copper split pin 2.5x 25
Each 24
223 ETI/OHE/P
5000(Mod.A)
1 5001 Anchor bolt (length 1.6 m) Each 444
224 ETI/OHE/P
5000(Mod.A)
2 5001-1 Anchor bolt (length 2.1 m) Each 503
225 ETI/OHE/P
5000(Mod.A)
3 5001-3 Anchor bolt (length 0.85 m) Each 133
226 ETI/OHE/P
5000(Mod.A)
4 5002 Guy rod stirrup (Steel Galv. To IS:226) Each 147
227 ETI/OHE/P
5000(Mod.A)
5 5004 Guy rod Dia 25mm (Steel Galv. To IS:226) with nut, lock nut, plain washer and split pin (length 9.3)
Each 2400
228 ETI/OHE/P
5000(Mod.A)
6 5005 Guy rod Dia 25mm (Steel Galv. To IS:226) with nut, lock nut, plain washer and split pin (length 9.7m)
Each 2500
229 7 5006-1 Short Guy Rod D 25 mm (Steel galv. To IS:226) with nut, lock nut, plain washer and split pin (length 5.35 m)
Each 1400
230 ETI/OHE/P
5000(Mod.A)
8 5007-1 Anchor 'V' bolt Each 133
231 ETI/OHE/P
5000(Mod.A)
9 5008 B C Anchor loop Each 428
232 ETI/OHE/P
5000(Mod.A)
10 5220 Guy rod double strap assembly Each 210
233 ETI/OHE/P
5010(Mod.B)
1 to 4 5011, 5102 & 5013
5 Tonne adjuster complete Each 422
234 ETI/OHE/P
5020(Mod.B)
1 to 4 5021, 5022 & 5023
9 Tonne adjuster complete Each 452
235 ETI/OHE/P
5030(Mod.C)
1 5031 Anchor double strap assembly Set 74
236 ETI/OHE/P
5030(Mod.C)
2 to 4 261 G S Pin Dia 20 x55 (snap head) with washer Dia 20 mm and copper split pin 4x36
Set of 2 Nos.
30
237 ETI/OHE/P
5040(Mod.B)
1 5041 18 mm single clevis. Each 128
238 ETI/OHE/P
5040(Mod.B)
2 to 4 262 G S Pin Dia 20x60 with annealed copper split pin 4x36 and G S flat washer Dia 20 mm
Each 15
66
239 ETI/OHE/P
5060-2(Mod.B)
9 to 12 & 23
5063-1 & 5067
Standard guide tube assembly Each 558
240 ETI/OHE/P
5090(Mod.A)
1 to 3 5091, 5092 & 5093
Counter weight assembly (Excl. counter weight eye rod with nut and split pin)
Set 7046
241 ETI/OHE/P
5090(Mod.A)
4 & 5 5094 & 238
Counter weight eye rod (Steel Galv. To IS:226), G S Nut Dia 20, washer and annealed copper split pin 4x36
Each 156
242 ETI/OHE/P
5090-1(Mod.B)
1 to 3 5091-1, 5092-1 5093-1
Trapezoidal counter weight assembly (Excl. eye rod)
Each 7076
243 ETI/OHE/P
5090-1(Mod.B)
4,7 & 8 5095 & 238
Trapezoidal counter weight eye rod (Steel Galv. To IS:226) with G S nut Dia 20mm flat washer and annealed copper split pin 4x36
Each 197
244 ETI/OHE/P
5090-1(Mod.B)
5,9 & 10 G S Bolt Dia 16x1150/100 both ends threaded, 2 nuts flat washer Dia 16 and spring washer Dia 16.
Each 205
245 ETI/OHE/P
5090-1(Mod.B)
6 M S Gal. Guide plate 100x10 thick 370 long with 2 hooks welded.
Each 215
246 ETI/OHE/P
5090-3(Mod.D)
1 5094-1 Counter weight eye rod (Steel Galv. IS:226)
Each 114
247 ETI/OHE/P
5090-3(Mod.D)
2 5098-2 Counter weight piece Each 332
248 ETI/OHE/P
5090-3(Mod.D)
2A to 4 5098,5092 & 5091
Counter weight assembly (light) (Excel, eye rod)
Set 4375
249 ETI/OHE/P
5093-3(Mod.D)
5 & 6 G S nut and flat washer and annealed copper split pin 4x36
Each 10
250 ETI/OHE/P
5090-4(Mod.C)
1 to 3 Cement concrete counter weight assembly (Excl. counter weight eye rod)
Set 5575
251 ETI/OHE/P
5090-4(Mod.C)
4 & 5 Counter weight eye rod with nut, washer, split pin and bolt Dia 12x850/49 with nut, flat washer and split pin 3.2x20
Set 285
252 ETI/OHE/P
5090-4(Mod.C)
4A, 5A & 6
Counter weight eye rod 650m long, nut, washer and split pin with bolt Dia 12x850/49 with nut, flat washer and split pin 3.2x20 and counter weight piece.
Set 2184
253 5090-5 1 to 5 Counter weight assembly for 3 pulley type regulating equipment
Each 15000
254 ETI/OHE/P
5090-5 6 to 8 5099 Counter weight's nut, washer and split pin
Each 230
67
255 ETI/OHE/P
5090-6 1 to 4 5091,5098-1 & 5098
Counter weight assembly for 3 pulley type regulating equipment (Tramway type)
Set 9500
256 ETI/OHE/P
5090-6 5 to 6 5095 & 20 N
Counter weight eye rod with nut and split pin 4x40
Each 158
257 ETI/OHE/P
5183(Mod.C)
1 5183 Double eye distance rod (Dia 20mm)(Steel Galv. To IS:226)
Each 147
258 ETI/OHE/P
5190-1(Mod.B)
1 5194 Compensating Plate Set 133
259 ETI/OHE/P
5190-1(Mod.B)
2 to 4 261 G S Snap Head Pin Dia 20x55, plain washer Dia 20 and annealed copper split pin 4x36.
Set of 3 Nos.
44
260 ETI/OHE/P
5190-2(Mod.B)
1 5195 Equalizing plate, 8 mm Set 223
261 ETI/OHE/P
5190-2(Mod.B)
2 to 4 261 G S Snap Head Pin Dia 20x55, plain washer Dia 20 and annealed copper split pin 4x36.
Set of 3 Nos.
44
262 ETI/OHE/P
5191(Mod.A)
1 5191 Compensating Plate Each 132
263 ETI/OHE/P
5191-1/2(Mod.A
)
1 5191-1 or 5191-2
Compensating Plate Each 183
264 ETI/OHE/P
5191(Mod.A)
1 5192 Equalizing plate Each 231
265 ETI/OHE/P
5191-1/2(Mod.A
)
1 5191-1 or 5191-2
Equalizing plate Each 205
266 ETI/OHE/P
5220(Mod.F)
1 5221 Guy Rod double strap (100) (Steel Galv. To IS:226)
Set 169
267 ETI/OHE/P
5220(Mod.F)
2 5222 Guy Rod double strap (150/250) (Steel Galv. To IS:226)
Set 214
268 ETI/OHE/P
5220(Mod.F)
3 & 4 24/1 LN Steel Galv. Bolt M 24x70/54 with lock nut and annealed copper split pin 5x40
Set of 2 Nos.
62
269 ETI/OHE/P
6000(Mod.E)
5 & 6 105-S, 108-S & 109-S
S S Bolt Dia 65/30, with nut, lock nut and washer
Each 43
270 ETI/OHE/P
6040(Mod.B)
4 & 5 6034-S, 108-S & 109-S
S S Bolt Dia 10, with nut, lock nut and washer
Set of 2 Nos.
125
271 ETI/OHE/P
6061-3(Mod.E)
1 to 3 Disc insulator (225 mm) clevis type Each 544
272 ETI/OHE/P
6070-1 1 to 3 11 kV Post Insulator Assembly Set 582
273 ETI/OHE/P
6070-1 4, 6 & 8 11 kV post insulator cap clamp (jumper), G S Hex Bolt M 12 x 40/30 with spring washer
Set 129
274 ETI/OHE/P
6070-1 5,7 & 8 11 kV post insulator cap clamp (jumper), G S Hex Bolt M 12 x 55/30 with spring washer
Set 112
68
275 ETI/OHE/P
6075/6076(Mod.B)
1 6075 3 kV Pedestal Insulator cap clamp (jumper)
Set of 2 Nos.
83
276 ETI/OHE/P
6075/6076(Mod.B)
1 6076 3 kV Pedestal Insulator cap clamp (jumper)
Set of 2 Nos.
83
277 ETI/OHE/P
6094(Mod.A)
1 6094 Post Insulator jumper clamp Set of 2 Nos.
87
278 ETI/OHE/P
6095(Mod.A)
1 6095 Post Insulator bus bar clamp Set of 2 Nos.
93
279 ETI/OHE/P
6170(Mod.B)
2 & 3 101-S & 108-S
S S Bolt Dia 10x35/30 with nut and phosphor bronze spring washer dia 10
Each 18
280 ETI/OHE/P
6181-1(Mod.B)
1 6181-1 Section insulator double strap only. Set 30
281 ETI/OHE/P
6181-1(Mod.B)
2 to 4 S S Pivot pin with flat washer and annealed copper split pin 2.5x25
Set of 2 Nos.
35
282 ETI/OHE/P
6310-1(Mod.A)
1 to 4 6310-1 18mm Bus Terminal (Multiple Bolt) Each 607
283 ETI/OHE/P
6320(Mod.A)
1 to 4 6320 18 mm Bus Splice Each 631
284 RE/33/P 6330(Mod.C)
1 to 4 6330 18 mm Bus tee joint Each 582
285 RE/33/P 6350(Mod.B)
1 to 4 6350 18 mm bus terminating fee Each 1433
286 ETI/OHE/P
6480(Mod.C)
1,2,5 & 6
6481 & 6482
36 mm Aluminium bus terminal for 25 kV Isolator (Rigid Type)
Each 263
287 ETI/OHE/P
6480(Mod.C)
3 & 4 S S Bolt Dia 12x60/40 with nut, flat washers and spring washer
Set 219
288 ETI/OHE/P
6490(Mod.B)
1 & 2 6491 & 6482
36 mm aluminium bus splice Each 365
289 ETI/PSI/P 6490(Mod.B)
3 & 4 S S Bolt Dia 12x60/30 with nut, flat washers and spring washer
Set 184
290 ETI/OHE/P
6500(Mod.C)
1 & 2 6501 & 6482
36 mm aluminium bus tee connector Each 383
291 ETI/PSI/P 6500(Mod.C)
3 & 4 S S Bolt Dia 12x60/30 with nut, flat washers and spring washer
Set 219
292 ETI/PSI/P 6510(Mod.D)
1 & 2 6511 & 6482
36 mm aluminium tee terminal Each 507
293 ETI/PSI/P 6510(Mod.D)
3 & 4 S S Bolt Dia 12x60/40 complete with nut, flat washers and spring washer
Set 136
294 ETI/PSI/P 6520(Mod.B)
1 to 3 6521,6482 & 6523
36/15 mm Tap Connector Each 550
295 ETI/PSI/P 6520(Mod.B)
4 & 5 S S Bolt Dia 12x60/40 complete with nut, flat washers and spring washer
Set 219
296 ETI/PSI/P 6530(Mod.C)
1 to 3 6531, 6482 & 6592
36/20 mm terminal connector Each 362
297 ETI/PSI/P 6530(Mod.C)
4 & 5 S S Bolt Dia 12x60/40 complete with nut, flat washers and spring washer
Set 219
69
298 ETI/PSI/P 6550(Mod.B)
1 to 4 6551,6482-1,6552 &
653
36 mm aluminium flexible bus splice Each 1653
299 ETI/PSI/P 6550(Mod.B)
5 Bimetallic strip Set 76
300 ETI/OHE/P
6550(Mod.B)
6 & 7 S S Bolt Dia 12x70/40 complete with nut, flat washers and spring washer
Set 238
301 ETI/OHE/P
6550(Mod.B)
8 G S Stud bolt Dia 16x30/20 with flat washer and spring washer
Set 37
302 ETI/OHE/P
6560(Mod.B)
1 & 2 6561 & 6582
36 mm aluminium bus splice cum tee connector
Each 616
303 ETI/OHE/P
6560(Mod.B)
3 & 4 S S Bolt Dia 12x60/40 complete with nut, flat washers and spring washer
Set of 8 Nos.
259
304 ETI/OHE/P
6830-1(Mod.D)
1 & 2 6831 & 6592
Terminal connector for Al. Conductors (Bolted type)
Each 250
305 ETI/OHE/P
6830-1(Mod.D)
3 12/20 N S S Bolt Dia 12x50/30 with set nut, flat washers A 14 and spring washer B 12
Set 192
306 ETI/OHE/P
6850-2(Mod.A)
1 & 2 6481 & 6482
36 mm aluminium bus terminal body set with clamping piece for 25/100 KVA BT
Set 316
307 ETI/OHE/P
6850-2(Mod.A)
4 & 7 6851-2 Terminal clamp tin plated copper strips, pressure plate Al. Cu. Strips.
Set 450
308 ETI/OHE/P
6850-2(Mod.A)
3 & 3A Spring washer S.S.M.-12 HRH bolt 60/40 complete with one nut and 2 flat washer
Set of 12 Nos.
681
309 ETI/OHE/P
6850-2(Mod.A)
8 S S Bolt M-10 HRH bolt 40/30 complete with one nut, lock nut and 2 flat washer.
Set of 4 Nos.
337
310 ETI/OHE/P
7021 1 & 2 7021 Earth electrode Each 800
311 RE/33/P 7040(Mod.D)
1 7040 Earth wire mast clamp Each 227
312 RE/33/P 7040(Mod.D)
2 & 3 G S Wire mast clamp hook with Dia 16 nut, lock nut, washer and bolt Dia 16x65/38 with nut, lock nut and washer.
Each 62
313 RE/33/P 7040(Mod.D)
4 Al. Flat armour tape (1.27x7.62) Kg. 213
314 RE/33/P 7050(Mod.D)
1 & 2 7050 or 7050-1
Earth wire strain clamp Each 377
315 RE/33/P 7050(Mod.D)
3 to 8 218261 G S 'U' Bolt dia 16mm, nut spring washer, snap head pin Dia 20x60, plain washer dia 20 and copper split pin dia 4x36
Set 118
316 RE/33/P 7501(Mod.F)
7501 Typical structural number plate (100 mm size)
Each 67
70
317 RE/33/P 7511(Mod.B)
Typical isolator number plate Each 47
318 ETI/PSI/P 7511(Mod.B)
Typical number plate for interrupter and D.P. isolator
Each 49
319 ETI/PSI/P 7521(Mod.B)
Typical number plate for interrupter and D.P. isolator potential transformer type-1
Each 51
320 ETI/PSI/P 7522(Mod.B)
Typical number plate for interrupter and D.P. isolator Booster transformer
Each 49
321 7525(Mod.B)
Typical number plate for interrupter and D.P. isolator Auxiliary Transformer
Each 52
322 ETI/OHE/SK
123(Mod.D)
1 & 5 AL-123 Bimetallic PG Clamp (14/19) Set 224
323 ETI/OHE/SK
123(Mod.D)
2 to 4 S S Bolt Dia 12x60/30 with nut, flat washers and spring washer
Set 66
324 ETI/OHE/SK
123(Mod.D)
2 to 4 G S Bolt Dia 16x60/38 with nut, washer and spring washer
Set 28
325 ETI/OHE/SK
130(Mod.D)
1 AL-130 Al.Alloy catenary dropper clip. Each 24
326 ETI/OHE/SK
130(Mod.D)
2 to 5 102-S & 108-S
S S Bolt Dia 10x35/30 with nut G S Spring washer and dropper split pin Dia 2.5x25 and flat washer.
Each 26
327 ETI/OHE/SK
176(Mod.D)
1 1161-1 Al. Alloy catenary suspension clamp body (MCI)
Each 161
328 ETI/OHE/SK
176(Mod.D)
4 M S Sheet Galv. Suspension clamp lock plate.
Each 20
329 ETI/OHE/SK
176(Mod.D)
2,3 & 5 to 7
S S 'U' Bolt dia 10mm, G S Pin Dia 16x50 mm S S Nut Dia 10mm, copper split pin 2.5x25 mm and G S flat washer Dia 16mm
Each 82
330 ETI/OHE/SK
205(Mod.B)
1 Double suspension lock plat (Galv. MCI)
Each 31
331 ETI/OHE/SK
231(Mod.D)
1 AL-231 Parallel groove clamp (18/14) Each 148
332 ETI/OHE/SK
231(Mod.D)
2 to 4 12/19 N S S Bolt M 12x60/30 with nut, flat washer and spring washer
Set 32
333 ETI/OHE/SK
231(Mod.D)
2 to 4 16/6 N G S Bolt Dia 16x60/38 with nut, washer and spring washer
Set 22
334 ETI/OHE/SK
231(Mod.D)
5 Bimettalic ALCU strip 1 mm thick. Each 79
335 ETI/OHE/SK
333(Mod.D)
2 to 6 S S Bolt Dia 10x35/30 with nut, spring, washer, copper split washer, copper split pin Dia 2.5x25, Al.Cu.Bimetallic washer and flat washer
Each 36
336 ETI/OHE/SK
436(Mod.A)
1 & 2 AL-436 Envelope type end fitting assembly size 19/2.79 mm
Each 344
71
337 ETI/OHE/SK
436(Mod.A)
3 to 8 S S 'U' Bolt dia 12 spring washer flat washer, nut, snap head pin Dia 16 and split pin 2.5x25
Set 293
338 ETI/OHE/SK
468(Mod.A)
2 & 5 S S 'U' Bolt Dia 10mm with nut. Set 62
339 ETI/OHE/SK
468(Mod.A)
1 & 4 Al. Catenary suspension clamp assembly and lock plate (MCI).
Set 246
340 ETI/OHE/SK
468(Mod.A)
3,6 & 7 Pin Dia 16/50 mm, split pin 2.5x25 mm Each 15
341 ETI/OHE/SK
468(Mod.A)
8 Soft annealed Al. Tape 1.25x7.7 mm Kg. 210
342 ETI/OHE/SK
469(Mod.A)
1 & 2 1171-1 Double suspension clamp assembly body and lock plate (MCI)
Each 206
343 ETI/OHE/P
469(Mod.A)
3 & 5 S S 'U' Bolt Dia 10mm with nuts. Set 108
344 ETI/OHE/P
469(Mod.A)
4 & 6 Packing saddle and suspension clamp lock plate
Set 45
345 ETI/OHE/P
469(Mod.A)
7 to 9 G S Pin Dia 16x50, split pin Dia 2.5x25 and flat washer
Each 15
346 ETI/OHE/P
469(Mod.A)
10 Soft annealed Al. Tape 1.25x7.7 mm Kg. 219
347 BUSBAR Tubular aluminium bus bar 36x28mm / 50x39mm
Metre 144
348 Solid copper bus bar 18 mm Metre 450
349 WIRES & FLATS
Galvanised steel wire (19/2.5 mm) Metre 36
350 All Al. Conductor (19/8.99mm) (spider) Km 66887
351 G I Wire 8 SWG Metre 10
352 19/7/1.4mm all aluminium jumper Metre 104
353 Copper flats 25mm x 3mm Metre 210
354 M S flats 40x6 mm Kg. 22
355 CABLES 2.5 Sq.mm. Copper cable 10 core PVC insulated
Metre 100
356 2.5 sq.mm. Copper cable 2 core PVC insulated
Metre 82
357 70 Sq.mm. Aluminium cable 2 core. Metre 101
358 4.0 Sq.mm. Aluminium cable 2 core PVC insulated
Metre 45
359 TUBES
360 RE/33/P 2041(Mod.D)
Standard bracket tube (dia 30/38mm) Metre 127
361 RE/33/P 2081(Mod.E)
Large bracket tube Metre 154
362 RE/33/P 2401(Mod.C)
2421(Mod.C)
25mm nominal bore steel tube for stay and register arms.
Metre 91
72
363 LT supply transformer complete, oil filled type
Each 36000
364 42 kV lightning arrestor (station type) complete
Each 18000
365 7.5 kV lightening arrestor complete Each 848
366 Potential transformer type-I complete Each 32437
367 Integral locks complete Each 490
368 Inter locks complete Each 800
369 Earth contact assembly complete Each 2271
370 25 kV single pole isolator assembly without insulators
Each 9479
371 25 kV double pole isolator assembly without insulators
Each 19092
372 25 kV D.O. fuse switch complete (without insulator)
Each 3342
373 25 kV Solid core post insulator Each 2500
374 Stay arm insulator assembly - Conventional/composite type
Each 1680
375 Stay arm insulator assembly (Polluted zone -1050/1600 CD) - Conventional/composite type
Each 1900
376 9 Tonne insulator assembly - Conventional/Composite type
Each 1791
377 9 Tonne insulator assembly (Polluted zone 1050/1600 CD) - Conventional/Composite type
Each 2027
378 Bracket insulator assembly - Conventional/composite type
Each 1680
379 Bracket insulator assembly (Polluted zone-1050/1600 CD)- Conventional/composite type
Each 1900
380 Sectioning Insulator Each 2613
381 Tie rod insulator Each 1791
382 Regulating equipment (Winch type) Each 5691
383 Regulating equipment (3 Pulley type) Each 3962
384 S S Wire ropes for winch type regulating equipment (10.5 mt. Long)
Each 2199
385 S S Wire rope for 3 pulley type regulating equipment (7.0 M /8.0 M long)
Each 2100
386 Section insulator assembly Each 12000
387 GALVANISED STEEL BOLTS & NUTS ETC.
388 ETI/C 07073 10/1 Bolt M 10x30/25 mm Each 5
73
389 ETI/C 07073 10/2 Bolt M 10x30/25 mm Each 5
390 ETI/C 07073 10/3 Bolt M 10x170/32 mm Each 12
391 ETI/C 07073 Nut for M 10 Bolt Each 3
392 ETI/C 07073 Lock nut for M 10 Bolt Each 2
393 ETI/C 07073 12/1 Bolt m 12x40/30 mm Each 5
394 ETI/C 07073 12/2 Bolt M 12x45/30 mm Each 5
395 ETI/C 07073 12/3 Bolt M 12x55/30 mm Each 6
396 ETI/C 07073 12/4 Bolt M 12x60/30 mm with hole for split pin.
Each 6
397 ETI/C 07073 12/5 Bolt M 12x120/36 mm Each 13
398 ETI/C 07073 12/6 Bolt M 12x200/49 mm Each 15
399 ETI/C 07073 12/7 Bolt M 12x240/49 mm Each 23
400 ETI/C 07073 12/8 Bolt M 12x350/49 mm Each 24
401 ETI/C 07073 12/9 Bolt M 12x450/49 mm Each 35
402 ETI/C 0073 Nut for M 12 Bolt Each 3
403 ETI/C 0073 Lock nut for M 12 Bolt Each 2
404 ETI/C 0073 14/1 Bolt M 14x75/34 mm Each 10
405 ETI/C 0073 14/2 Bolt M 14x100/34 mm Each 15
406 ETI/C/ 0073 Nut for M 14 Bolt Each 3
407 ETI/C/ 0073 Lock nut for M 14 Bolt Each 3
408 ETI/C/ 0073 16/1 Bolt M 16x30/25 mm Each 9
409 ETI/C/ 0073 16/2 Bolt M 16x40/32 mm Each 9
410 ETI/C/ 0073 16/3 Bolt M 16x50/38 mm Each 10
411 ETI/C/ 0073 16/4 Bolt M 16x50/40 mm Each 12
412 ETI/C/ 0073 16/5 & 16/6
Bolt M 16x60/38 mm with/without hole for split pin
Each 10
413 ETI/C/ 0073 16/7 Bolt M 16x65/38 mm Each 10
414 ETI/C/ 0073 16/8 Bolt m 16x65/60 mm Each 10
415 ETI/C/ 0073 16/9 Bolt M 16x75/38 mm Each 12
416 ETI/C/ 0073 16/10 Bolt M 16x100/38 mm Each 14
417 ETI/C/ 0073 16/11 Bolt M 16x175/44 mm Each 21
418 ETI/C/ 0073 16/12 Bolt M 16x210/57 mm Each 22
419 ETI/C/ 0073 16/13 Bolt M 16x220/57 mm Each 23
420 ETI/C/ 0073 16/14 Bolt M 16x240/57 mm Each 25
421 ETI/C/ 0073 16/15 Bolt M 16x250/57 mm Each 26
422 ETI/C/ 0073 16/16 Bolt M 16x270/57 mm Each 26
423 ETI/C/ 0073 16/17 Bolt M 16x300/57 mm Each 31
424 ETI/C/ 0073 16/18 Bolt M 16x320/57 mm Each 31
425 ETI/C/ 0073 16/19 Bolt M 16x360/57 mm Each 33
426 ETI/C/ 0073 16/20 Bolt M 16x370/57 mm Each 36
427 ETI/C/ 0073 16/21 Bolt M 16x400/57 mm Each 37
428 ETI/C/ 0073 16/22 Bolt M 16x460/57 mm Each 43
429 ETI/C/ 0073 16/23 Bolt M 16x500/57 mm Each 49
74
430 ETI/C/ 0073 16/24 Bolt M 16x600/57 mm Each 62
431 ETI/C/ 0073 16/25 Bolt M 16x650/57 mm Each 67
432 ETI/C/ 0073 Nut for M 16 Bolt Each 3
433 ETI/C/ 0073 Lock nut for M 16 Bolt Each 3
434 ETI/C/ 0073 18/1 Bolt M 18x75/42 mm with hole for split pin.
Each 28
435 ETI/C/ 0073 18/2 Bolt M 18x80/42 mm with hole for split pin.
Each 30
436 ETI/C/ 0073 Nut for M 18 Bolt Each 5
437 ETI/C/ 0073 Lock nut for M 18 Bolt Each 3
438 ETI/C/ 0073 20/1 Bolt M 20x50/37 mm Each 14
439 ETI/C/ 0073 20/2 Bolt M 20x50/46 mm Each 15
440 ETI/C/ 0073 20/3 Bolt M 20x65/46 mm Each 16
441 ETI/C/ 0073 20/4 Bolt M 20x85/46 mm Each 18
442 ETI/C/ 0073 20/5 Bolt M 20x100/46 mm Each 20
443 ETI/C/ 0073 20/6 Bolt M 20x200/52 mm Each 31
444 ETI/C/ 0073 20/7 Bolt M 20x230/65 mm Each 39
445 ETI/C/ 0073 20/8 Bolt M 20x260/65 mm Each 40
446 ETI/C/ 0073 20/9 Bolt M 20x280/65 mm Each 44
447 ETI/C/ 0073 20/10 Bolt M 20x310/65 mm Each 48
448 ETI/C/ 0073 20/11 Bolt M 20x330/65 mm Each 52
449 ETI/C/ 0073 20/12 Bolt M 20x360/65 mm Each 55
450 ETI/C/ 0073 20/13 Bolt M 20x380/65 mm Each 58
451 ETI/C/ 0073 20/14 Bolt M 20x470/65 mm Each 71
452 ETI/C/ 0073 20/15 Bolt M 20x550/65 mm Each 84
453 ETI/C/ 0073 20/16 Bolt M 20x650/65 mm Each 98
454 ETI/C/ 0073 20/17 Bolt M 20x700/65 mm Each 114
455 ETI/C/ 0073 Nut for M 20 Bolt Each 5
456 ETI/C/ 0073 Lock nut for M 20 Bolt Each 3
457 ETI/C/ 0073 24/1 Bolt M 24x70/54 mm with hole for split pin
Each 28
458 ETI/C/ 0073 Nut for M 24 Bolt Each 9
459 ETI/C/ 0073 Lock nut for M 24 Bolt Each 8
460 RE/33/P 250(Mod.B)
1 2113 U' Bolt M 14 mm Each 24
461 RE/33/P 250(Mod.B)
2 2133 U' Bolt M 14 mm Each 26
462 RE/33/P 260(Mod.B)
1 261 Pin Dia 20x55 mm Each 13
463 RE/33/P 260(Mod.B)
2 262 Pin Dia 20x60 mm Each 13
464 RE/33/P 260(Mod.B)
3 263 Pin Dia 20x50 mm Each 12
465 STAINLESS STEEL BOLTS & NUTS
75
ETC
466 ETI/C/ 0073 10/14 Bolt M 10x25/20 mm Each 12
467 ETI/C/ 0073 10/5 & 10/16
Bolt M 10x35/30 mm with & without hole of split
Each 12
468 ETI/C/ 0073 10/17 Bolt M 10x40/26 mm Each 13
469 ETI/C/ 0073 10/18 Bolt M 10x55/30 mm Each 15
470 ETI/C/ 0073 10/19 Bolt M 10x65/30 mm Each 16
471 ETI/C/ 0073 10/20 Bolt M 10x75/26 mm Each 20
472 ETI/C/ 0073 S S Nut for M 10 Bolt Each 5
473 ETI/C/ 0073 S S Lock Nut for M 10 Bolt Each 5
474 ETI/C/ 0073 12/14 Bolt M 12x25/20 mm Each 16
475 ETI/C/ 0073 12/15 Bolt M 12x25/25 mm Each 16
476 ETI/C/ 0073 12/16 Bolt M 12x30/30 mm Each 16
477 ETI/C/ 0073 12/17 Bolt M 12x45/30 mm Each 17
478 ETI/C/ 0073 12/18 Bolt M 12x50/50 mm Each 20
479 ETI/C/ 0073 12/19 Bolt M 12x60/30 mm Each 18
480 ETI/C/ 0073 S S Nut for M 12 Bolt Each 8
481 ETI/C/ 0073 S S Lock Nut for M 14 Bolt Each 10
482 ETI/OHE/P
2124(Mod.B)
1 2124 S Direct catenary clamp stud Each 16
483 ETI/OHE/P
1320(Mod.B)
2 U' Bolt Dia 10 mm Each 36
484 ETI/OHE/P
150 6 4032-S 'U' Bolt Dia 10 mm Each 28
485 ETI/OHE/P
160(Mod.A)
161-S Pin Dia 10x45 mm Each 13
486 Pin Dia 12x45 mm Each 20
487 Pin Dia 16x60 mm Each 45
488 Pin Dia 18x75 mm Each 53
489 RIVETS Copper rivets Dia 6x50 mm Per 100 Nos.
818
490 Copper rivets Dia 6x55 mm Per 100 Nos.
942
491 Al.Alloy snap head rivets Dia 6x45 mm Per 100 Nos.
290
492 Al.Alloy snap head rivets Dia 6x50 mm Per 100 Nos.
336
493 Al.Alloy snap head rivets Dia 6x35 mm Per 100 Nos.
252
494 Al.Alloy snap head rivets Dia 6x33 Per 100 Nos.
286
495 G.S. 'J' Bolts
496 ETI/C/ 0074(Mod.A)
'J' Bolt Dia 16x120/60 Each 24
497 ETI/C/ 0074(Mod.A)
'J' Bolt Dia 16x175/60 Each 29
498 ETI/C/ 0074(Mod.A)
'J' Bolt Dia 16x200/60 Each 31
76
499 ETI/C/ 0074(Mod.A)
'J' Bolt Dia 16x220/60 Each 36
500 ETI/C/ 0074(Mod.A)
'J' Bolt Dia 16x240/60 Each 37
501 ETI/C/ 0074(Mod.A)
'J'Bolt Dia 16x250/60 Each 40
502 ETI/C/ 0074(Mod.A)
'J' Bolt Dia 16x300/60 Each 45
503 ETI/C/ 0074(Mod.A)
'J' Bolt Dia 16x340/60 Each 48
504 ETI/C/ 0074(Mod.A)
'J' Bolt Dia 16x345/60 Each 49
505 ETI/C/ 0074(Mod.A)
'J' Bolt Dia 16x400/60 Each 66
506 SPRING WASHER
507 Phosphor bronze spring washer Dia 10 mm
Per 100 Nos.
314
508 Phosphor bronze spring washer Dia 16 mm
Per 100 Nos.
580
509 Phosphor bronze spring washer Dia 12 mm
Per 100 Nos.
434
510 Galv. Steel spring washer Dia 14 mm Per 100 Nos.
108
511 Galv. Steel spring washer Dia 16 mm Per 100 Nos.
148
512 Galv. Steel spring washer Dia 20 mm Per 100 Nos.
210
513 FLAT WASHERS
514 Rustless flat washer Dia 10 mm Per 100 Nos.
243
515 Rustless flat washer Dia 16 mm Per 100 Nos.
504
516 Galv. Steel flat washer Dia 14 mm Per 100 Nos.
104
517 Galv. Steel flat washer Dia 16 mm Per 100 Nos.
123
518 Galv. Steel flat washer Dia 20 mm Per 100 Nos.
147
519 Galv. Steel flat washer Dia 24 mm Per 100 Nos.
210
520 Galv. Steel tapered washer Dia 16 mm Per 100 Nos.
490
521 PART II SWITCHING STATIONS BATTERIES
522 Lead Acid Battery 110V (40Ah) Battery Stand
Set 61097
523 Tool Board Set 3941
524 15A Iron clad fuse box two way Each 200
525 250V Iron clad fuse box four way Each 300
77
526 Battery Charger (complete) Each 27046
527 Fixing bolts and nuts, etc. Set 127
528 Terminal Board Each 4145
529 25 kV Vacuum interruptor Each 125088
530 50x6 mm M.S. Flat Kg. 25
531 2.4 metre high fencing panel for switching stations
Metre 1130
532 Staff caution boards and public caution boards (900x600 mm)
Each 414
533 Booster Transformer (oil filled type) Each 173545
534 Tension monitoring Height, Stagger and Implantation recording device.
Each 75076
535 Protective screen for FOB/ROB Set 828
536 Double wire Section Insulator Assly Each 30817
537 SS flat washer dia 12 mm Each 3
538 GS punched washer dia 14 mm Each 3
539 SS 'U' bolt 10 mm for 1320 Each 64
540 SS 'U' bolt 10 mm for 1170 Each 84
541 SS flat washer dia 10 mm Each 3
542 SS 'U' bolt 10 mm for 1160 Each 23
543 Phosp. Bronze spring washer 10 mm Each 2
544 GS punched washer dia 12 mm Each 3
545 Snap head pin 16x50 Each 8
546 SS bolt dia 10x40/30 mm Each 12
547 SS bolt dia 12x50/30 mm Each 22
548 GS bolt dia 16x30/20 mm Each 10
549 SS bolt 12x70/40 mm Each 29
550 SS Spring Washer dia 12 mm Each 3
551 SS 'U' Bolt 10 mm for Bkt Insulator Each 52
552 SS Bolt 10mm for 2403-1 Each 30
553 GS Snap Head Pin 16x55 Each 9
554 GS Snap Head Pin dia 16x70 Each 10
555 SS Pin Dia 16x70 Each 85
556 Counter Weight Guide Tube Each 1410
557 SS Bolt Dia 12x60/40 mm Each 24
558 SS 'U' Bolt Dia 12 for RI 1600 Each 45
559 SS 'U' Bolt Dia 12 for RI 1580 Each 49
560 BFB steady arm 32x31x3 Metre 100
561 Bent steady arm tube Metre 378
562 GS Leather washer Dia 12 mm Each 37
563 GS Leather washer Dia 10 mm Each 25
564 GS Bolt Dia 12x850/49 mm Each 130
565 GS Bolt 20x320/57 Each 93
78
566 GS Bolt 20x220/57 Each 61
567 GS "L" Bolt dia 16x95/40 Each 16
568 GS "L" Bolt dia 16x65/65 Each 14
569 GS "J" Bolt dia 16x290/60 Each 25
570 GS "J" Bolt dia 16x180/100 Each 16
571 GS "J" Bolt dia 16x110/60 Each 20
572 Anti climbing device for switching station without bolts & nuts
Kg. 44
573 Fencing Upright MT 36247
574 Barbed wire for anticlimbing device Kg. 54
575 Lead Washer Dia 10mm Each 1
576 Reinforced aluminium (ACSR) earth wire RACCOON 50 sqmm (6/1/4.09)
KM 29000
NOTES : (1) All Prices in Schedule-3, Section-1, Column-8 are inclusive of all taxes & duties.
(2) Nuts and lock nuts should be procured from the approved firms and from the same manufacturer who manufactures corresponding bolts, Screws etc. The prices for bolts shall include the cost of providing a hole for split pin, wherever required.
(3) The prices are inclusive of bolts, nuts, locknuts washer and split pins wherever included in the drawings, unless otherwise specified.
(4) All bolts and nuts below 14 mm dia shall be Stainless Steel only which are to be used in live or current carrying parts even if bolts of other material are shown in the concerned drawings.
(5) The reference can be taken from the actual dimensions of the fasteners as per RDSO drawing No. ETI/C/0073(Mod.A), ETI/C/0074 (Mod.A) and ETI/C/00/5.
(6) The contractor is requested to give the items separately for which he proposes ONA payment requirement for those items which are not available in Sch-3, Sec-1. If the supply items is separately available, 85% of the supply cost will be paid as ONA payment. For other items proposed, the ONA payment cost to be mutually agreed by the purchaser and contractor.
END OF VOLUME 1, please go to Volume 2 also, which is made available as separate booklet BOTH VOLUME 1 AND 2 SHALL BE SIGNED IN EVERY PAGES BY THE TENDERER AND TO BE SUBMITTED AS THE TENDER DOCUMENT