Sunteți pe pagina 1din 295

Contract NE-01 Supply, Installation, Testing and Commissioning of 25 kV

Overhead Equipment (OHE), 33 kV Auxiliary Power Supply and SCADA Systems


for Elevated Corridor of Noida-Greater Noida Section (21 Stations, 29.139 RKM)
and Rolling Stock Depot at Greater Noida

ADDENDUM No.2 (295 Pages)

(SUMMARY SHEET)

Modifications to Tender Documents

S. Document Clause No. /Page In place of Please read Remarks


No. No. as

Volume-1 (NIT, ITT and FOT)

1. NIT Cl-1.1.1 Page-1R Page 1R1 Name of Work


Modified

2. NIT Cl-1.1.2 Key Details Page-1R Page 1R1 Key details


Modified

3. NIT Cl-1.1.2 Key Details Page-2R Page 2R1 Key details


Modified

4. NIT Cl-1.1.4.1 (iv) Page-3 Page 3R Clause Modified

5. NIT Cl-1.1.4.2 Page 4 Page 4R Clause Modified

6. NIT Cl-1.1.4.2 B (i) Page 5 Page 5R Clause Modified

7. NIT Cl-1.1.5 Page 8 Page 8R Clause Modified

8. ITT A1 Page 10 Page 10R General Description


of Work Modified

9. ITT A1.1 Page 10 Page 10R Scope of Work


Modified

10. ITT B4.1 Page 16 Page 16R Clause Modified

Page 1 of 9
11. ITT C 2.2 (c) Page 17 Page 17R Clause Modified

12. ITT C 2.2 (dd) Page 18 Page 18R Annexure -9


C 2.2 (gg) Changed
Annexure-12
Added
13. ITT C 2.7 Page 20 Page 20R Clause Modified

14. ITT C 18.1 Page 24 Page 24R Tender Security


Date Modified

15. ITT C 18.4 Page 24 Page 24R Clause Modified

16. ITT F 5.1 Page 33 Page 33R Clause Modified

17. ITT Check sheet for Page 35 Page 35R Annexure 8


Technical Changed
Submission
18. ITT Check sheet for Page 35 Page 35R Annexure 12 Added
Technical
Submission
19. ITT Clause B12 Page 43 Page 43R Clause Modified

20. ITT Annexure-9 Page 66 Page 66R Point 11 Modified

21. ITT Annexure-11 Page 68 Page 68R Modified

22. ITT Annexure-12 - - New Added

23. FOT Appendix-1A Page 75 Page 75R Key dates Modified

24. FOT Appendix-1A Page 76 Page 76R Key dates Modified

25. FOT Appendix-11 Page 88 Page 88R Clause Modified

26. FOT Appendix-12 Page 89 Page 89R Clause Modified

27. FOT Appendix-16 Page 94 Page 94R Clause Modified

Page 2 of 9
S. Document Clause No. /Page In place of Please read Remarks
No. No. as

Volume-2 GCC, SCC

1. SCC Schedule-2 - - Deleted

2. SCC Clause 5 Page-5of 29 Page 5R of Clause Modified


Sub Clause 3.3 29

3. SCC Clause 16 Page-12of 29 Page 12Rof Reference to Sub


Sub Clause 5.3.1 29 Clause 5.3.1
Modified
4. SCC Clause 17 Page-13of 29 Page 13Rof Not Used
Sub Clause 5.3.2 29

5. SCC Clause 21 Page-14of 29 Page 14Rof Clause Modified


29

6. SCC Clause 24 D Page 17of 29 Page 17Rof Clause Modified


29

7. SCC Clause 36 Page-21of 29 Page 21Rof Clause Modified


Sub Clause 13.3.4 29

8. SCC Clause 37 Page-21of 29 Page 21Rof Not Used


Sub Clause 14.1 29

9. SCC Clause 38 Page-21of 29 Page 21Rof Clause Modified


Sub Clause 16.7 29

10. SCC Additional Clause Page 24of 29 Page 24R of Deleted


44-Spares 29

11. SCC Additional Clause Page 25of 29 Page 25R of Deleted


44-Spares 29

12. SCC Additional Clause Page 25of 29 Page 25R of Clause Modified
46- Indemnity Bond 29

13. SCC Additional Clause Page 29of 29 Page 29R of Clause Added
62- Comprehensive 29
Annual Maintenance

S. Document Clause No. /Page In place of Please read Remarks


No. No. as

Page 3 of 9
Volume - 3 (General Specification)

1. GS Chapter 2 Page GS 2-7 Page GS 2- Clause Modified


Clause 2.9.1 of 11 7R of 11

2. GS Chapter 9 Page GS 9-1 Page GS 9- Clause Modified


Clause 9.2.2 of 13 1R of 13

3. GS Chapter 9 page GS 9-6 page GS 9- Clause Modified


Clause 9.4.5.2 of 13 6R of 13

4. GS Chapter 9 page GS 9-7 page GS 9- Clause Modified


Clause 9.4.6.2 of 13 7R of 13

5 GS Chapter 13 page GS 13- page GS 13- Deleted


Clause 13.3.1 4 of 7 4R of 7

6 GS Chapter 13 page GS 13- page GS 13- Clause Modified


Clause 13.3.2 4 of 7 4R of 7

7 GS Chapter 13 page GS 13- page GS 13- Deleted


Clause 13.5.2 5 of 7 5R of 7

8 GS Appendix - 9 page appx: 9- page appx: Not Applicable


1 of 1 9-1R of 1

9. GS Chapter 15 Page GS 15- Page GS 15- Clause Modified


Clause 15.5.1 2of 5 2Rof 5

S. Document Clause No. /Page In place of Please read Remarks


No. No. as

Volume - 4 (Particular Specification)

1. PS Chapter 1 Page 4 of 7 Page 4R of 7 Clause Modified


Clause 3.1

2. PS Chapter 1 Page 5 of 7 Page 5R of 7 Clause Modified


Clause 3.1

3. PS Chapter 2 Page 3 of 11 Page 3R of Clause Modified


Clause 1.1 i) 11

4. PS Chapter 2 Page 4 of 11 Page 4R of Clause Modified


Clause 2.2.1.1 11

5 PS Chapter 2 Page 5 of 11 Page 5R of Clause Modified


Clause 2.2.2.1 11

Page 4 of 9
6 PS Chapter 2 Page 6 of 11 Page 6R of Clause Modified
Clause 2.2.4.1 11

7 PS Chapter 2 Page 8of 11 Page 8R of Clause Modified


Clause 3.1 11

8 PS Chapter 2 Page 8 of 11 Page 8R of Clause Modified


Clause 3.3 11

9 PS Chapter 2 Page11of11 Page11R Clause Modified


Clause 4 of11

10 PS Chapter 3 Page14of42 Page 14R of Added


Item No. 13 42

11 PS Chapter 3 Page 20 of Page 20R of Deleted


Item No. 4 42 42

12 PS Chapter 3 Page26of42 Page 26R of Deleted


Item no. 4 42

13 PS Chapter 3 Page31of 42 Page31R of Table 10.2 Modified


Table 42

14 PS Chapter 3 - Page31A of Table 10.2 Modified


Table 42

15 PS Chapter 3 Page32of 42 Page32R of Table 10.2 Modified


Table 42

16 PS Chapter 3 - Page32A of Table 10.2 Modified


Table 42

17 PS Chapter 3 Page34of 42 Page34R of Table 11.2 Modified


Table 42

18 PS Chapter 3 Page35of 42 Page35R of Table 11.2 Modified


Table 42

19 PS Chapter 3 - Page35A of Table 11.2 Modified


Table 42

20 PS Chapter 7 Page7of 36 Page7Rof 36 Drawing List


Sr. No. 50 Modified

21 PS Chapter 7 Page8of 36 Page8Rof 36 Drawing List


Modified

22 PS Chapter 7 Page9of 36 Page9Rof 36 Drawing List


Modified

23 PS Chapter 7 Page10of 36 Page10Rof Drawing List


36 Modified

Page 5 of 9
24 PS Chapter 7 Page19of 36 Page19Rof Clause Modified
Clause 4.1 36

25 PS Chapter 7 Page23of 36 Page23Rof Note Modified


36

26 PS Chapter 7 Page24of 36 Page24Rof Deleted


Clause 5 36

27 PS Chapter 7 Page25of 36 Page25Rof Note Added


Clause 6 36

28 PS Chapter 7 Page26of 36 Page26Rof Deleted


Clause 6 36

29 PS Chapter 7 Page27of 36 Page27Rof Deleted


Clause 6 36

30 PS Chapter 7 Page28of 36 Page28Rof Deleted


Clause 6 36

31 PS Chapter 7 Page29of 36 Page29Rof Deleted


Clause 6 36

32 PS Chapter 7 Page 30of 36 Page 30Rof Deleted


Clause 6 36

33 PS Chapter 7 Page31of 36 Page31Rof Deleted


Clause 6 36

34 PS Chapter 7 Page32of 36 Page32Rof Deleted


Annexure-1 36

35 PS Chapter 7 Page33of 36 Page33Rof Deleted


Annexure-2 36

36 PS Chapter 7 Page34of 36 Page34Rof Deleted


Annexure-3 36

37 PS Chapter 7 Page35of 36 Page35Rof Deleted


Annexure-4 36

38 PS Chapter 7 Page36of 36 Page36Rof Deleted


Annexure-5 36

39 PS Chapter 8 Page6of 9 Page6Rof 9 Clause Modified


Clause 4.1

40 PS Chapter 8 Page6of 9 Page6Rof 9 Clause Modified


Clause 4.4

41 PS Chapter 8 Page8of 9 Page8Rof 9 Clause Modified


Clause 5.2

Page 6 of 9
42 PS Chapter 9A Page6of 40 Page6Rof 40 Clause Modified
Clause 1.1 (6)
43 PS Chapter 9A Page8of 40 Page8Rof 40 Clause Modified
Clause 2.1
44 PS Chapter 9A Page9of 40 Page9Rof 40 Clause Modified
Clause 2.1.5
45 PS Chapter 9A Page15of 40 Page15R Clause Modified
Clause 2.3 of 40
46 PS Chapter 9A Page22of 40 Page22Rof 40 Clause Modified
Clause 3

47 PS Chapter 9A Page35of 40 Page35Rof 40 Clause Modified


Clause 21.1

48 PS Chapter 9B Page5of 37 Page5Rof 37 Note Added

49 PS Chapter 9B - Page20Aof 37 Added

50 PS Chapter 9B - Page20Bof 37 Added

51 PS Chapter 9B - Page20Cof 37 Added

52 PS Chapter 9B Page 31 of 37 Page 31R of 37 Clause Modified


Clause 4.10.2

53 PS Chapter 9B Page 34 of 37 Page 34R of 37 Clause Modified


Clause 6

54 PS Chapter 10 Page11of 76 Page11Rof 76 Clause Modified


Clause 1.5.4

55 PS Chapter 10 Page12of 76 Page12Rof 76 Clause Modified


Clause 2.1.1

56 PS Chapter 10 Page19of 76 Page19Rof 76 Clause Modified


Clause 2.4

57 PS Chapter 10 Page20of 76 Page20Rof 76 Modified

58 PS Chapter 10 Page22of 76 Page22Rof 76 Modified

59 PS Chapter 10 Page31of 76 Page31Rof 76 Clause Modified


Clause 5.4.1

60 PS Chapter 10 Page39of 76 Page39Rof 76 Clause Modified


Clause 5.6.2

Page 7 of 9
61 PS Chapter 10 Page44of 76 Page44Rof 76 Clause Modified
Clause 6.2

62 PS Chapter 10 Page45of 76 Page45Rof 76 Clause Modified


Clause 6.4

63 PS Chapter 10 Page46of 76 Page46Rof 76 Clause Modified


Clause 7.1

64 PS Chapter 10 Page47of 76 Page47Rof 76 Clause Modified


Clause 7.3

65 PS Chapter 10 Page51of 76 Page51Rof 76 Clause Modified


Clause 7.10

66 PS Chapter 10 - Page54Aof 76 Added


Clause 8.2A

67 PS Chapter 10 Page55of 76 Page55Rof 76 Clause Modified


Clause 8.3.2

68 PS Chapter 10 Page55of 76 Page55Rof 76 Clause Modified


Clause 8.4.6

69 PS Chapter 10 Page55of 76 Page55Rof 76 Added


Clause 8.4.7

70 PS Chapter 10 Page59of 76 Page59Rof 76 Clause Modified


Clause 9.2.4
71 PS Chapter 10 Page62of 76 Page62Rof 76 Clause Modified
Clause 10.5.2

72 PS Chapter 10 - Page71Aof 76 Added

73 PS Chapter 10 - Page71Bof 76 Added

74 PS Chapter 10 - Page71Cof 76 Added

75 PS Chapter 11A Page7of 91 Page7Rof 91 Modified

76 PS Chapter 11A - Page7Aof 91 Added

77 PS Chapter 11A Page10of 91 Page10Rof 91 Clause Modified


Clause 1.4.3

78 PS Chapter 11A - Page10Aof 91 Modified

79 PS Chapter 11A Page34of 91 Page34Rof 91 Deleted


Clause 3.4.4.2 (a)

80 PS Chapter 13 Page3of 45 Page3Rof 45 Modified

81 PS Chapter 13 Page25of 45 Page25Rof 45 Modified

Page 8 of 9
82 PS Chapter 14 Page 3 of 7 Page 3R of 7 Clause Modified
Clause 1

83 PS Chapter 14 Page 4 of 7 Page 4R of 7 Clause Modified


Clause 2

S. Document Clause No. /Page No. In place of Please read as Remarks


No.

Volume-7 BOQ

1. BOQ Statement F - - Clause Modified


Clause O17

2. BOQ Instructions - - Clause Modified


Clause D
Tender Total Sr. No.2
3. BOQ Statement C - - Added
Cost Centre C1-
Installation & Testing
Clause C1-12
4. BOQ Statement C - - Added
Cost Centre C2-
Installation & Testing
Clause C2-12
5. BOQ Statement C - - Added
Cost Centre C3-
Installation & Testing
Clause C3-10
6. BOQ Statement C - - Added
Cost Centre C4-
Installation & Testing
Clause C4-8
7. BOQ Appendix-1 Vendor - - Added
Approval and Selection
Procedure
8. BOQ Statement-A - - Row for Rebate Added

9. BOQ Appendix-C to - - Added


Annexure-4 of ITT
10 BOQ - - - BOQ in Pdf Format
Added

S. Document Clause No. /Page No. In place of Please read as Remarks


No.

Volume-5 Tender Drawings

1. Tender - - - Updated list and


revised drawings
Drawings

Page 9 of 9
Contract NE-01, Supply, Installation, Testing and Commissioning of 25 kV Overhead Equipment (OHE), 33 kV Auxiliary Power
Supply and SCADA Systems for Elevated Corridor of Noida-Greater Noida Section (21 Stations, 29.139 RKM) and Rolling
Stock Depot at Greater Noida

NOTICE INVITING TENDER (NIT)

1.1 GENERAL

1.1.1 Name of Work:

Delhi Metro Rail Corporation (DMRC) Ltd. invites Open e-Tenders on international
competitive bidding (ICB) basis from eligible applicants from all countries and all areas, who
fulfil qualification criteria as stipulated in clause 1.1.4 of NIT, for the scope

“Design, Verification, Detail Engineering, Manufacture, Supply, Installation, Testing and


Commissioning of 25 kV Overhead Equipment (OHE), 33 kV Auxiliary Power Supply
and SCADA Systems for Elevated Corridor of Noida-Greater Noida Section (21
Stations, 29.139 RKM) and Rolling Stock Depot at Greater Noida under the CONTRACT
PACKAGE – NE-01”

The brief scope of the work and site information is provided in ITT clause A1.1 & Employer
Requirements (Volume –3 & Volume 4)

1.1.2 Key details :-


Approximate Cost of work = INR 190 Cr. .

Tender Security amount INR 1.90 Cr.

Expected Completion period of the 24 months


Work

Tender documents on sale


From 18.05.2015 to 29.06.2015 03.07.2015
30.07.2015 (upto 11:00 hrs) on e-tendering website
www.tenderwizard.com/DMRC
Tender document can only be obtained after
registration of tenderer on the website
www.tenderwizard.com/DMRC. For further
information on this regard bidders are advised to
contact on 011-49424307, 011-49424365 or 011-
23417910

INR 21,000/- (inclusive of 5% DVAT) Non-


Cost of Tender documents
Refundable (Demand Draft /Banker’s cheque) in
favour of “Delhi Metro Rail Corporation Ltd” payable
at New Delhi.)
Cost of tender documents i.e, D.D./Banker’s cheque,
in original, shall be accepted only up to 15:00 hours
on 29.06.2015 03.07.2015 30.07.2015 in the office of
Executive Director/Contracts at below mentioned
address.

DMRC/NE-01/Vol-1/NIT Page 1R1


Contract NE-01, Supply, Installation, Testing and Commissioning of 25 kV Overhead Equipment (OHE), 33 kV Auxiliary Power
Supply and SCADA Systems for Elevated Corridor of Noida-Greater Noida Section (21 Stations, 29.139 RKM) and Rolling
Stock Depot at Greater Noida

Pre-bid Meeting 04.06.2015 @ 1500 Hrs

Last date of Seeking Clarification 05.06.2015 (Queries from bidders after due date
shall not be acknowledged)
Last date of issuing addendum 11.06.2015 19.06.2015 07.07.2015

Date & time of Submission of Tender 29.06.2015 03.07.2015 30.07.2015 @ 15:00 Hrs.

Date & time of opening of Tender 29.06.2015 03.07.2015 30.07.2015 @ 15:05 Hrs.

Authority and place for purchase of Executive Director/Contracts,


tender documents, seeking Delhi Metro Rail Corporation,
clarifications and submission of 5th floor, A-Wing, Metro Bhawan,
completed tender documents
Fire Brigade Lane, Barakhamba Road,
New Delhi –110 001

1.1.3 Source of Funds: This is a NON-JICA funded Contract and project shall be financed
accordingly

1.1.4 QUALIFICATION CRITERIA :

1.1.4.1 Eligible Applicants :


(i) A Tenderer may be from any country and all areas either a single entity or any combination of
entities in the form of a joint venture or association (JVA) or Consortium under an existing
agreement or with the intent to enter into such an agreement supported by a letter of intent.
In the case of a JVA / Consortium, all partners shall be jointly and severally liable for the
execution of the Contract in accordance with the Contract terms; and the JVA / Consortium
shall nominate a Representative who shall have the authority to conduct all business for and
on behalf of any and all the partners of the JVA/ Consortium during the tendering process
and, in the event the JVA/ Consortium is awarded the Contract, during contract execution.

(ii) (a) A non-Indian firm is permitted to tender only in a joint venture or consortium
arrangement with any other Indian firm having minimum participation interest of 26% or
their wholly owned Indian subsidiary registered in India under Companies Act-1956 with
minimum 26% participation
(b) A tenderer shall submit only one bid in the same tendering process, either individually as
a tenderer or as a partner of a JV. A tenderer who submits or participates in, more than
one bid will cause all of the proposals in which the tenderer has participated to be
disqualified. No tenderer can be a subcontractor while submitting a bid individually or as
a partner of a JV in the same bidding process. A tenderer, if acting in the capacity of
subcontractor in any bid, may participate in more than one bid, but only in that capacity.
However bidders may propose vendors as per vendor approval procedure provided in
the tender documents and vendors will not be treated as subcontractors, for the
purpose of this clause only.

DMRC/NE-01/Vol-1/NIT Page 2R1


Contract NE-01, Supply, Installation, Testing and Commissioning of 25 kV Overhead Equipment (OHE), 33 kV Auxiliary Power
Supply and SCADA Systems for Elevated Corridor of Noida-Greater Noida Section (21 Stations, 29.139 RKM) and Rolling
Stock Depot at Greater Noida

a. Tenderer and all partners constituting the Tenderer has been engaged by the
Employer to provide consulting services for the preparation related to procurement for
or implementation of the project;
b. Tenderer and all partners constituting the Tenderer is any associates / affiliates
(inclusive of parent firms) mentioned in subparagraph (a) above; or
c. A Tenderer and all partners constituting the Tenderer lends, or temporarily seconds
its personnel to firms or organizations which are engaged in consulting services for
the preparation related to procurement for or implementation of the project, if the
personnel would be involved in any capacity on the same project.
(iv) A firm, who has purchased the tender document in their name, can submit the tender either
as individual firm or in joint venture/Consortium. However, the lead partner in case of JV shall
be one who has experience of Viaduct/Bridge/Flyover.

(v) Any Central / State government department / public sector undertaking / other government
entity or local body must not have banned business with the tenderer (any member in case
of JV) as on the date of tender submission. Also no contract of the tenderer should have
been rescinded / terminated by DMRC after award during last 5 years due to non-
performance of the tenderer or any of JV/Consortium members. The tenderer should submit
undertaking to this effect in - Appendix 19 of Form of Tender.
(vi) Tenderer (any member in case of JV/consortium) must not have paid liquidated damages of
10% (or more) of the contract value in a contract due to delay or penalty of 10% (or more) of
the contract value due to any other reason during last five years. The tenderer should submit
undertaking to this effect in Appendix-20 of Form of Tender.
(vii) Tenderer (any member in case of JV/consortium) must not have suffered bankruptcy/
insolvency during the last 5 years. The tenderer should submit undertaking to this effect in
Appendix-21 of Form of Tender.
(viii) LEAD PARTNER/NON SUBSTANTIAL PARTNERS/CHANGE IN JV/CONSORTIUM
a. Lead partner must have a minimum of 26% participation in the JV/Consortium.
b. Partners having less than 26% participation will be termed as non-substantial
partner and will not be considered for evaluation which means that their financial
soundness and work experience shall not be considered for evaluation of
JV/Consortium.
c. In case of JV/Consortium, change in constitution or percentage participation shall
not be permitted at any stage after their submission of application otherwise the
applicant shall be treated as non-responsive.
d. The tenderer, in case of JV/Consortium, shall clearly and unambiguously define the
role and responsibilities for each substantial/non-substantial partner in the JV
agreement/ MOU submitted vide foot note (d) of Appendix 6 of Form of Tender,
providing clearly that any abrogation/subsequent re-assignment of any
responsibility by any substantive/non-substantive partner of JV/Consortium in
favour of other JV/Consortium partner or any change in constitution of partners of
JV/Consortium (without written approval of Employer) from the one given in JV
agrement/MOU at tender stage, will be treated, as ‘breach of contract condition’
and/or ‘concealment of facts’ (as the case may be), vide GCC clause 4.33.1 [a (ii)
and (iii)] and acted accordingly.
The Employer in such cases, may in its sole discretion take action under clause 4.33.1 (b)
and/or under clause 4.33.1(c) of GCC against any member(s) for failure in tenderer’s
obligation and declare that member(s) of JV/Consortium ineligible for award of any tender in
DMRC or take action to terminate the contract in part or whole under clause 13 of GCC as the

DMRC/NE-01/Vol-1/NIT Page 3R
Contract NE-01, Supply, Installation, Testing and Commissioning of 25 kV Overhead Equipment (OHE), 33 kV Auxiliary Power
Supply and SCADA Systems for Elevated Corridor of Noida-Greater Noida Section (21 Stations, 29.139 RKM) and Rolling
Stock Depot at Greater Noida

1.1.4.2 Minimum Eligibility Criteria: (All values in Indian Rupees), (1 Crore = 10 million)
Work Experience: The tenderers will be qualified only if they have completed work(s) during
last 10 years as on date of tender submission as given below:

A. General Experience:

(i) At least one “similar works”** of value INR 80 Cr or more.

OR
Two “similar works”** each of value INR 50 Cr or more.
OR
Three “similar works”** each of value INR 40 Cr or more.

**”Similar works” for (i) above for this contract shall be Railway/Metro/Sub-urban traction work
which shall include minimum of Supply, Installation, Testing And Commissioning of 15 kV
and above Traction (Flexible OHE) Systems .

AND

(ii) At least one “similar works”*** of value INR 72 Cr or more.

OR
Two “similar works”*** each of value INR 45 Cr or more.
OR
Three “similar works”*** each of value INR 36 Cr or more.

***”Similar works” for (ii) above for this contract shall be Electrical work which shall include
minimum of Supply, Installation, Testing And Commissioning of 11 kV and above
INDOOR Auxiliary Sub stations .

Note:- If the general experience vide (i) & (ii) is provided for the same contract
(which includes both similar works), the total eligibility criteria shall be evaluated
after adding the values of works as mentioned in each of the works of General
Experience under (i) & (ii)

Notes :
• The tenderer shall submit details of works executed by them in the Performa of
Appendix 11 & 12 of FOT for the works to be considered for qualification of work
experience criteria. Documentary proof such as completion certificates from client
clearly indicating the nature/scope of work, actual completion cost and actual date of
completion for such work should be submitted. The offers submitted without this
documentary proof shall not be evaluated. In case the work is executed for private
client, copy of work order, bill of quantities, bill wise details of payment received
certified by C.A., T.D.S certificates for all payments received and copy of final/last bill
paid by client shall also be submitted.
• Value of successfully completed portion of any ongoing work up to 31.05.2015 will also
be considered for qualification of work experience criteria.
• For completed works, value of work done shall be updated to 31.05.2015 price level
assuming 5% inflation for Indian Rupees every year and 2% for foreign currency

DMRC/NE-01/Vol-1/NIT Page 4R
• For completed works, value of work done shall be updated to 31.05.2015 price level
assuming 5% inflation for Indian Rupees every year and 2% for foreign currency
portions per year. The exchange rate of foreign currency shall be applicable 28 days
before the submission date of tender.
• In case of joint venture / Consortium, full value of the work, if done by the same joint
venture shall be considered. However, if the qualifying work(s) were done by them in
JV/Consortium having different constituents, then the value of work as per their
percentage participation in such JV/Consortium shall be considered.

B. - Financial Standing: The Tenderers will be qualified only if they have minimum financial
capabilities as below:
(i) T1 – Liquidity It is necessary that the firm can withstand cash flow that the contract will
require until payments received from the Employer. Liquidity therefore becomes an
important consideration.

This shall be seen from the balance sheets and/or from the banking reference. Net
current assets and/or documents including banking reference, should show that the
applicant has access to or has available liquid assets, lines of credit and other
financial means to meet cash flow of Rs. 13.57 Crores for this contract, net of
applicant’s commitments for other Contracts. Banking reference should contain in
clear terms the amount that bank will be in a position to lend for this work to the
applicant/member of the Joint Venture/Consortium. In case the Net Current Assets (as
seen from the Balance Sheets) are negative, only the Banking references will be
considered. Otherwise the aggregate of the Net Current Assets and submitted
Banking references will be considered for working out the Liquidity.
The banking reference should be from a Scheduled Bank in India or (in case of foreign
parties) from an international bank of repute acceptable to DMRC as per standard
performa provided in ITT as Annexure-8 Annexure 12 and it should not be more
than 3 months old as on date of submission of bids.

In Case of JV- Requirement of liquidity is to be distributed between members as per


their percentage participation and every member should satisfy the minimum
requirement.
Example: Let member-1 has percentage participation=M and member-2 has
percentage participation=N. If minimum liquidity required is ‘W’ then liquidity of
member-1 ≥W M and
100
liquidity of member-2 ≥W N.
100

(ii) T2 - Profitability: Profit before Tax should be Positive in at least 2 (two) year, out of the last
five audited financial years
In Case of JV/JVA/Consortium - The profitability of only lead member shall be
evaluated.

(iii) T3 - Net Worth: Net Worth of tenderer must be positive in the latest audited financial
balance sheets.

In Case of JV/JVA/Consortium, the algebraic sum total of Net Worths of all the
members as per the latest audited balance sheets shall be considered the Net Worth of
the tenderer.

DMRC/NE-01/Vol-1/NIT Page 5R
Contract NE-01, Supply, Installation, Testing and Commissioning of 25 kV Overhead Equipment (OHE), 33 kV Auxiliary Power
Supply and SCADA Systems for Elevated Corridor of Noida-Greater Noida Section (21 Stations, 29.139 RKM) and Rolling
Stock Depot at Greater Noida

1.1.5 The Tender documents consist of :

Volume 1
Notice Inviting Tender
Instructions to Tenderers (including Annexures)
Form of Tender (including Appendices)
Volume 2
General Conditions of Contracts
Special Conditions of Contract (including Schedules)
Volume 3
Employer’s Requirements – General Specifications
Volume 4
Employer’s Requirements – Particular Specifications
Volume 5
Tender Drawings
Volume 6
Condition of Contract on Safety, Health & Environment (SHE) Ver. 1.2
Volume 7
Bill of Quantities
(Soft copy shall also be provided in a CD)

1.1.6 The Tenderers may obtain further information/ clarification, if any, in respect of these tender
documents from the authority defined in the Key details above.

1.1.7 The intending tenderers must be registered on e-tendering portal


www.tenderwizard.com/DMRC. Those who are not registered on the e-tendering portal shall
be required to get registered beforehand. If needed they can be imparted training on ‘online
tendering process’. After registration the tenderer will get user id and password. On login
tenderer can participate in tendering process and can witness various activities of the
process.

1.1.8 The authorized signatory of intending tenderer, as per Power of Attorney (POA), must have
valid class-III digital signature. The tender document can only be downloaded or uploaded
using Class-III digital signature of the authorized signatory.

1.1.9 Tender submissions will be made online after uploading the mandatory scanned documents
towards cost of tender documents such as Demand Draft or Pay Order or Banker’s Cheque
from a Scheduled commercial bank based in India and towards Tender Security such as Bank
Guarantee or Demand Draft or Pay Order or Banker’s Cheque from a Scheduled commercial
bank based in India and other documents as stated in the tender document.

1.1.10 All Tenderers are hereby cautioned that tenders containing any material deviation or
reservations as described in Clause. E 4.0 of “Instructions to Tenderers” and/or minor
deviation without quoting the cost of withdrawal shall be considered as non-responsive and is

DMRC/NE-01/Vol-1/NIT Page 8R
Contract NE-01, Supply, Installation, Testing and Commissioning of 25 kV Overhead Equipment (OHE), 33 kV Auxiliary Power Supply and
SCADA Systems for Elevated Corridor of Noida-Greater Noida Section (21 Stations, 29.139 RKM) and Rolling Stock Depot at Greater Noida

INSTRUCTIONS TO TENDERERS
A. General
A1. General Description of the Work
Delhi Metro Rail Corporation Limited (DMRC) has been authorised to procure works for Design,
Verification, Detail Engineering, Manufacture, Supply, Installation, Testing and Commissioning
of 25 kV Overhead Equipment (OHE), 33 kV Auxiliary Power Supply and SCADA Systems for
Elevated Corridor of Noida-Greater Noida Section (21 Stations, 29.139 RKM) and Rolling Stock
Depot at Greater Noida.

The various sections of the corridor along with the expected date of opening for carriage of
passenger for information only are as under:

Sections Route Km/Track Km in Section No of Expected Date of


(Approx) Stations ROD

Noida-Greater Noida Corridor

N1 Sector 71 – Sector 137 (CH:-450 to CH: 9038) 8 December, 2017

RKM 9.488

N2 Sector 142 – Sector 149 (CH:9038 to CH:19318) 7 December, 2017

RKM 10.280

N3 Knowledge Park II – Depot (CH:19318 to CH: 28689.3) 6 December, 2017


Station
RKM 9.371

N4 Rolling Stock Depot at TKM 15** NA December, 2017


Greater Noida

Total* RKM 29.139 +TKM 15 21 + 1


Depot

A1.1 The brief Scope of works in this Contract is as under:-

Contract NE-01 " Design, Verification, detailed Engineering, Supply, Installation, Testing
and Commissioning of 25 kV Overhead Equipment (OHE), 33 kV Auxiliary Power Supply and
SCADA Systems for Elevated Corridor of Noida-Greater Noida Section (21 Stations, 29.139
RKM) and Rolling Stock Depot at Greater Noida.”
The Scope of Work for the Design and Construction of this contract is further described in the
Employer’s Requirements. (Volume 3, 4 and Bill of Quantities/Pricing Document).
A1.1.1 Not Used
A1.1.2 Not Used.
A 1.2 Not Used
A1.2.1 Not Used.

DMRC/Contract NE-01/Vol-1/ITT Page 10R


Contract NE-01, Supply, Installation, Testing and Commissioning of 25 kV Overhead Equipment (OHE), 33 kV Auxiliary Power Supply and
SCADA Systems for Elevated Corridor of Noida-Greater Noida Section (21 Stations, 29.139 RKM) and Rolling Stock Depot at Greater Noida.

B4. Amendment to Tender Documents

B4.1 During the tender period, the Employer may issue further instructions to Tenderers or any
modifications to existing tender documents in the form of an addendum. Such an amendment in
the form of an addendum will be uploaded on the e-tendering portal
www.tenderwizard.com/DMRC within the date given in NIT which shall be available for all the
prospective tenderers who have purchased the tender document in the tender period. In case
of delay beyond the last date of issuing addendum given in NIT, the date of submission, at its
sole discretion may be extended by DMRC under Clause D2.6 of ITT.

Without prejudice to the order of preference as specified in Clause 1.5 of General Conditions of
Contract, the provisions in such addenda shall take priority over the Invitation to Tender and
Tender Documents issued previously. Tenderers should acknowledge receipt of such addenda
and include them in the tender submittal. (In the format given in Appendix-10 of Form of
Tender)

B4.2 The Tenderer should note that there might be aspects of his Tender and/or the evaluation
documents submitted with the Tender that will necessitate clarification. It is intended that any
aspect of the said evaluation documents and any amendments or clarification which are to
have contractual effect will be incorporated into the Contract either:

(a) by way of Special Conditions of Contract to be prepared by the Employer and agreed in writing
by the Tenderer prior to and conditional upon acceptance of the Tender; or

(b) by the Tenderer submitting, at the written request of the Employer, documents which are
expressly stated to form part of the Tender, whether requested before or after submission of the
documents forming part of the Tender, identified in paragraphs C2.3(a) to C2.3(l) below, and
whether as supplements to, or amended versions of such documents.

Save as aforesaid, all such amendments or clarifications shall not have contractual effect.
Requests for clarification and the Tenderers responses shall be made in writing.

C. Preparation of Tenders

C1 Language

Tenders and all accompanying documents shall be in English. In case any accompanying
printed literature is in other languages, it shall be accompanied by an English translation. The
English version shall prevail in matters of interpretation.

C2. Documents Comprising the Tender


C2.1 The Tenderer shall, on or before the date and time given in the Notice of Invitation to Tender,
upload his Tender on e-tendering portal www.tenderwizard.com/DMRC in accordance with
the provision in Clause D-1.
Technical Package shall contain all the documents referred to in the subsequent paragraph
C2.2 except pricing document as per Clause C2.2 (c).

Financial Package shall contain the documents referred to in paragraphs C2.2 (a); (b); & (c).

The Tenderer shall ensure that a receipt is obtained for the submission of his Tender, such
receipt being issued free of charge.

DMRC/Contract NE-01/Vol-1/ITT Page 16R


Contract NE-01, Supply, Installation, Testing and Commissioning of 25 kV Overhead Equipment (OHE), 33 kV Auxiliary Power Supply and
SCADA Systems for Elevated Corridor of Noida-Greater Noida Section (21 Stations, 29.139 RKM) and Rolling Stock Depot at Greater Noida.

C 2.2 The Tenderer shall submit, as his Tender, the following documents, duly completed which in
the event of acceptance of the Tender, shall form part of the Contract:

(a) Form of Tender (Without appendices);

(b) Appendix 1 to the Form of Tender; Contract Conditions;


(c) Appendix 2 to the Form of Tender: completed bill of quantities / Pricing Document (see
paragraph C10, C15 and C23); including Appendix C of Annexure4 of ITT- Statement
of pricing for unqualified withdrawal of conditions/qualifications and deviations etc..
Tenderer should also submit priced BOQ in MS Excel format. The format/sequence
should not be altered and should submitted same as provided with the tender
documents. Any discrepancy between hard copy & soft copy, hard copy will prevail.

(d) Appendix 3 to the Form of Tender: Outline Quality Plan (see paragraph C4 below);
(e) Appendix 4 to the Form of Tender: Outline Safety, Health & Environment Plan (see
paragraph C5 ):

(f) Appendix 5 to the Form of Tender: Contractor's Technical Proposals (see para C6);

(g) Appendix 6 to the Form of Tender: General information of Tenderer;

(h) Appendix 7 to the Form of Tender: Staffing Schedules and Organisation Chart (see
paragraph C12);

(i) Appendix 8 to the Form of Tender: Power of Attorney(s) (see paragraph A4)

(j) Appendix 9 to the Form of Tender: Tender Index (See paragraph C23);
(k) Appendix 10 to the Form of Tender: Participation letter;
(l) Appendix -11 & 12 of FOT: Work Experience;
(m) Appendix- 13 of FOT: Financial Data (Financial Standing);
(n) Appendix -14 of FOT: Financial Data (Work Done);
(o) Appendix-15 of FOT: Financial Data (Commitment for Ongoing Works);
(p) Appendix -16 of FOT: Minimum Key staff requirement;
(q) Appendix -17 of FOT: Key staff Bio-data;
(r) Appendix -18 of FOT: Historical contract Non Performance.
(s) Appendix -19 of FOT: Banned Business

(t) Appendix -20 of FOT: Liquidity damages

(u) Appendix -21 of FOT: Bankruptcy

Annexures To the Instructions to the tenderer (ITT)


(v) Annexure -1 of ITT– Undertaking for Corrupt & Fraudulent Practice
(w) Annexure 2 to the Instructions to the tenderer -- Undertaking on copyright (see
paragraph E2)
(x) Annexure 3 to ITT – The tenderer may submit minor deviations in this annexure and a
confirmation that price of every such minor deviation has been given in the financial
package. Minor deviation may be in the employer’s requirements or in any other tender

DMRC/Contract NE-01/Vol-1/ITT Page 17R


Contract NE-01, Supply, Installation, Testing and Commissioning of 25 kV Overhead Equipment (OHE), 33 kV Auxiliary Power Supply and
SCADA Systems for Elevated Corridor of Noida-Greater Noida Section (21 Stations, 29.139 RKM) and Rolling Stock Depot at Greater Noida.

requirement which do not alter the basic functionality of the work or part thereof. If
there is no such minor deviation, then the tender must write “NIL” in this annexure.
Tenderer to note that such minor deviations may or may not be accepted by the
employer and the tenderer shall not have any right to any claim on this account. The
offer in pricing document shall be given without considering any deviation in tender
conditions.
Tenderers shall further note that except for deviations listed in Annexure ‘3’ of
Instructions to Tenderer, the tender shall be deemed to comply with all the
requirements in the tender documents including Employer’s Requirements, without any
extra cost to the Employer irrespective of any mention to contrary, anywhere else in the
Tender.
The tender price shall be added with the price of deviations given in “Statement of
pricing for unqualified withdrawal of conditions/qualifications and deviations
etc.” with view of bringing various bidders at par, i.e. in full compliance of tender
conditions;
(y) Annexure 4 to ITT:– Requirement for Tender’s Technical Proposals
(a) Certificate of compliance
(b) Appendix A – Statement of Deviations
(c) Appendix B – Schedule of Sub-Contractor/ Vendors
(d) Appendix C – Pricing of Unqualified withdrawal of Conditions,
Qualifications, Deviation, etc.
(e) Appendix D – Proposal for Equipment/Systems
(f) Appendix E – Undertaking for Transfer of technology
(g) Appendix F – Proforma for Submitting No Load Iron Losses and Full Load
Copper Losses Figure
(h) Appendix G – Project Organisation
(i) Appendix H – Construction Machinery usage undertaking
(j) Appendix I – Sub- Contractor undertaking
(k) Appendix J – Interface requirement undertaking
(l) Appendix K – Scope of work compliance undertaking
(z) Annexure 5 to ITT: – Tentative Project Implementation Programme (see paragraph
C8).
(aa) Annexure 6 to ITT: - Requirement of Tender Programme (see paragraph C8).
(bb) Annexure 7 to ITT: – Bank Guarantee for Tender Security (see paragraph C18).
(cc) Annexure 8 to ITT: – Confirmation of Performance Security Provider (see paragraph
F5).
(dd) Annexure 9 to ITT:– Not Used Form Of Additional Bankguarantee By Bank
(ee) Annexure 10 to ITT: – Details of Foreign Currency (see paragraph C16.1).
(ff) Annexure 11 to ITT: – Undertaking for Downloaded Tender Document

(gg) Annexure 12 to ITT: – Sample Format For Banking Reference For Liquidity

A declaration by the bidders as per Annexure -11 of ITT must be submitted stating that the
tender document has been downloaded from official website of e-tendering portal

DMRC/Contract NE-01/Vol-1/ITT Page 18R


Contract NE-01, Supply, Installation, Testing and Commissioning of 25 kV Overhead Equipment (OHE), 33 kV Auxiliary Power Supply and
SCADA Systems for Elevated Corridor of Noida-Greater Noida Section (21 Stations, 29.139 RKM) and Rolling Stock Depot at Greater Noida.

C2.4 The Employer may get, from the Government, partial or complete waiver of taxes, royalties,
duties, Labour cess, octroi, and other levies payable to various authorities. The successful
tenderer (the contractor) shall maintain meticulous records of all the taxes and duties paid and
provide the same with each running bill. In case the waiver becomes effective, the Contractor
will be advised on the process to be followed to obtain the refund from the concerned authority.
The Contractor shall arrange for the remit of the refund to the Employer. In case of failure by
the Contractor to remit such amounts, the same shall be recovered from amounts due for
payment to the Contractor. With the tender submission, the tenderer shall submit the proof of
U.P VAT registration or shall submit an undertaking that he will get registered with U.P VAT
authorities in case of award of LOA to them.
C2.5 Tenderers shall quote all prices as per Clause 11.1.1 of GCC and clause 24 of S.C.C.

C 2.6 Service tax refer as per the Clause 24 of SCC

C2.7 Unless stated otherwise in the tender documents, the contract shall be for the whole of the
Works as described in the tender documents, based on the unit rates and prices in the Bill of
Quantities submitted by the Tenderer.

C2.8 The Tenderer shall fill in rates and prices for all items of the works described in the Bill of
Quantities. Items against which no rates or price is entered by the Tenderer will not be paid for
by the Employer when executed and shall be deemed to be covered by the rates for other items
and prices in the Bill of Quantities.

C2.9 The employer shall deduct at source from the bills of the contractor any amount which employer
may require by law for deposition with the statutory authorities in India. The Employer shall
further furnish to the contractor a certificate for such tax deducted at source.

C2.10 The rate for each item shall be reasonable and not unbalanced.

C2.11 If the employer so decides, he may supply some items of BOQ to the contractor as “Employer
supply items” and in such an event the Contractor shall not be allowed to claim payment for
such items. The Employer shall notify a list of such items within three months of the placement
of the Contract.

C2.12 In exceptional circumstances, when it is proved beyond reasonable doubts that the Contractor
is not able to procure any equipment / material either locally or by import, as per the
specification given in the contract documents, the Employer may permit use of equipment/
material to other design specification provided that the Contractor is able to establish that
performance of the system shall not get affected in any way. Benefit, if any, accruing due to this
change shall be passed on to the employer.

C2.13 Not Used.

C3 Form of Tender

The Form of Tender shall be completed and signed by a duly authorised and empowered
representative of the Tenderer. If the Tenderer comprises a partnership, or a joint venture/JVA
the Form of Tender shall be signed by a person who is duly authorised by each member or
participant thereof or by authorized signatory of each member. Signatures on the Form of
Tender shall be witnessed and dated. Copies of relevant powers of attorney shall be attached.
C4 Outline Quality Plan

The Tenderer shall submit Appendix-3 of Form of Tender to form part of his Tender an Outline
Quality Plan illustrating the intended means of compliance with the Employer's Requirements
(Volume 3) and setting out in summary form an adequate basis for the development of the
more detailed document required under Clause 19 of the SCC. The Outline Quality Plan shall

DMRC/Contract NE-01/Vol-1/ITT Page 20R


Contract NE-01, Supply, Installation, Testing and Commissioning of 25 kV Overhead Equipment (OHE), 33 kV Auxiliary Power Supply and
SCADA Systems for Elevated Corridor of Noida-Greater Noida Section (21 Stations, 29.139 RKM) and Rolling Stock Depot at Greater Noida

C16. Currencies of Tender and Payment


C16.1 The Tenderer may give his priced offer in Indian Rupees, and/or in Japanese Yen/US
Dollar/Euro or any combination of these currencies. The detail of currencies utilised in
the tender offer shall be submitted in Annexure- 10 of ITT.
C16.2 Interim on-account stage payments shall be made as laid down in the Bill of Quantity/Pricing
Document. The payment at each stage shall be paid in different currencies as per the
proportion in the quoted price in BOQ.

C16.3 For the purpose of comparative evaluation of the offers, all tender prices will be converted to
Indian Rupees by using the Exchange (selling) rates for those currencies at the close of
business of the State Bank of India 28 days before the latest date for submission of Tenders

C17. Tender Validity


The Tender shall be valid for a period of 180 days (both days inclusive i.e. the date of
submission of tenders and the last date of period of validity of the tender) from the latest Date of
Submission of Tenders. In exceptional circumstances, prior to expiry of the original tender
validity period, the Employer may request that the Tenderers extend the period of validity for a
specified additional period. The request and the responses thereto shall be made in writing or
by facsimile. A Tenderer may refuse the request without forfeiting his Tender Security. A
Tenderer agreeing to the request will not be required or permitted to modify his tender, but will
be required to extend the validity of his Tender Security for the period of the extension.

C18. Tender Security


C18.1 The Tenderer shall submit with his Tender a Tender Security for the sum mentioned in NIT in
the form of

a. an irrevocable bank guarantee issued by a Scheduled Commercial bank (including


scheduled Commercial Foreign Banks) in India in the form given in Annexure 7 to these
Instruction to Tenderers.
b. An irrevocable Letter of Credit
c. A Demand Draft/Pay Order
The tender security shall be submitted in a sealed envelope clearly marked on top “Tender
Security for NE-01”. The tender security in original, shall be accepted in the office of Executive
Director/Contracts only upto last date and time of tender submission as provided in the NIT.
In case of joint venture/consortia, Bank Guarantee or FDR for tender security shall be in the
name of joint venture/consortia and not in name of individual members. The Tender
Security shall remain valid up to 12.02.2016. 25.03.2016

Any deviation in Bid security with regard to amount, validity and format shall be considered as material deviation and
bid shall be dealt accordingly. No clarification shall be sought from the bidders regarding bid security.

C18.2 Any Tender not accompanied by an acceptable Tender Security shall be rejected by the Employer considering it as
non-responsive and their Technical package shall not be opened and if opened then it will NOT be evaluated.

C18.3 The Tender Security of the successful Tenderer shall be returned upon the execution of the Contract and the receipt by
the Employer of the Performance Security in accordance with Sub-Clause 4.2 of the GCC.

C18.4 The Tender Security of the unsuccessful Tenderers shall be released after the Contract has
been signed with the successful Tenderer. The Tender Security of tenderers who fail in technical
evaluation shall be returned after opening of financial package. Tender security of the unsuccessful tenderers
in financial opening shall be released after unconditional acceptance of the Letter of Acceptance (LOA) by the
successful tenderer.

C18.5 The Tender Security shall be forfeited:

DMRC/Contract NE-01/Vol-1/ITT Page 24R


Contract NE-01, Supply, Installation, Testing and Commissioning of 25 kV Overhead Equipment (OHE), 33 kV Auxiliary Power Supply and
SCADA Systems for Elevated Corridor of Noida-Greater Noida Section (21 Stations, 29.139 RKM) and Rolling Stock Depot at Greater Noida.

(ii) The outcome/result of the tender shall be communicated to successful tenderers and will be posted on the website. The
information about the bidding results may be made public by JICA.

(iii) After notification of award, if any unsuccessful tenderer requests in writing to DMRC asking reasons of being
unsuccessful, DMRC shall reply in writing giving brief reasons. Tenderers to note that no further correspondence on
this issue will be entertained by DMRC.

F3.2 The Letter of Acceptance will constitute a part of the contract.

F3.3 Upon “Letter of acceptance” being signed and returned by the successful Tenderer as per Clause F3.1, the employer
will promptly notify the unsuccessful Tenderers and discharge / return their tender securities.

F3.4 In the event of award of the Contract, the following will be the sequence of events in the order given below. The Employer may
seek suitable amendments to the Contract if such amendments are desired by the Employer.

(i) Approval by Competent Authority;


(ii) Letter of Acceptance and Notice to Proceed;
(iii) Signing of Contract;
(iv) Not Used.

F4 Signing of Agreement

The Tenderer should note that in the event of acceptance of the Tender, the Tenderer will be required to execute the
Contract Agreement in the form specified in Special Conditions of Contract with such modifications as may be
considered necessary at the time of finalisation of the contract within a period of 30 days from the date of issue of the
Letter of Acceptance.

F5 Performance Security

F5.1 The Performance Security required in accordance with Clause 4.2 of the GCC shall be for 10% of the Contract Price
from the Scheduled commercial Bank (including Scheduled Commercial Foreign Banks) in India in the currency in
which the Contract Price is payable. The Performance Security shall be furnished to the Employer within 30 (thirty) days
of receipt of the Letter of Acceptance. The form of Performance Security provided in SCC.

The required Performance Security for the sum mentioned above may be submitted in any one of the following forms:

(a) Irrevocable bank guarantee in the prescribed format, given in Annexure-8 of Instruction to Tenderers (ITT), issued
by a Scheduled Commercial Bank based in India or from a branch in India of a Scheduled foreign bank.
(b) Bank Draft in favour of Delhi Metro Rail Corporation Ltd. payable at New Delhi from a Scheduled Commercial
Bank based in India.
(c) Fixed Deposit Receipt of a Scheduled Commercial bank / Post offices based in India duly pledged in favour of
Delhi Metro Rail Corporation Ltd.
In case of joint venture/consortium, the Performance Security is to be submitted in the name of the JV / Consortium.
However, splitting of the performance security (while ensuring the security is in the name of JV / Consortium) and its
submission by different members of the JV / Consortium for an amount proportionate to their scope of work is also
acceptable.
The Performance Guarantee should be valid for a period of 6 (six) months beyond the Defect Liability Period.

F5.2 The Tenderer has to furnish other Guarantees, Undertakings, and Warranties, in accordance with the provisions of the
General Conditions of Contract and Special Conditions of Contract.

F5.3 Failure of the successful Tenderer to comply with the requirements of paragraphs F4 and F5 shall constitute sufficient
grounds for the annulment of the award and forfeiture of the Tender Security.

DMRC/Contract NE-01/Vol-1/ITT Page 33R


Contract NE-01, Supply, Installation, Testing and Commissioning of 25 kV Overhead Equipment (OHE), 33 kV Auxiliary Power Supply and
SCADA Systems for Elevated Corridor of Noida-Greater Noida Section (21 Stations, 29.139 RKM) and Rolling Stock Depot at Greater Noida.

CONTRACT “NE-01”
CHECK SHEET FOR TECHNICAL SUBMISSION
Documents required to be submitted along with the Technical Package

Annexure to Instructions to Tenderers


S. Annexure Description Submitted Submitted
No on Page no
Yes No
1 Annexure 1 Undertaking for Corrupt & Fraudulent Practice
2 Annexure 2 Copyright Undertaking
3 Annexure 3 Pro-forma for statement of minor deviations
4 Annexure 4 Requirements for Tenderer's Technical Proposals
5 Certificate of compliance
6 Appendix A - STATEMENT OF DEVIATIONS
7 Appendix B - Schedule of Sub-Contractors/ Vendors
Appendix C – Pricing of unqualified withdrawal of
8 conditions
9 Appendix D - Proposal for equipments/systems
10 Appendix E - Undertaking for Transfer of Technology
APPENDIX- F - Pro-forma for submitting No-load Iron
11 losses and Full Load Copper Losses figure
12 APPENDIX- G - PROJECT ORGANISATION
APPENDIX- H - Construction Machinery usage
13 undertaking
14 APPENDIX- I - Sub Contractor Undertaking
15 APPENDIX- J - Interface requirement undertaking
16 Appendix – K – Scope of work compliance undertaking
17 Annexure 5 Tentative Project Implementation Programme
18 Annexure 6 Requirements for Tender Programme
Annexure 7 Form of Bank Guarantee for Tender Security
19
Annexure-8 Provider of Form of Performance Bank Guarantee To be submitted after award of
20 Contract
Annexure 9 Form of additional Bank Guarantee To be submitted after award of
21 Contract
22 Annexure10 Details of Foreign currencies utilized in the bid
23 Annexure11 Undertaking for downloaded tender document
Annexure12 Sample Format For Banking Reference For Liquidity
24 Clause C2.4 Proof of UP VAT registration or Undertaking
25 Clause C7 Details of Agency and other details
Appendix to FORM OF TENDER

S. Annexure Description Submitted Submitted


No Yes No on Page no
Form of Tender FORM OF TENDER
& &
Appendix 1 REQUIREMENTS UNDER GENERAL CONDITIONS OF
26 CONTRACT
27 APPENDIX-1A SCHEDULE OF KEY DATES
28 Appendix 3 Outline Quality Plan
29 Appendix 4 Outline Safety, Health and Environment Plan
30 Appendix 5 Tenderer's Technical Proposals
DMRC/Contract NE-01/Vol-1/ITT Page 35R
Contract NE-01, Supply, Installation, Testing and Commissioning of 25 kV Overhead Equipment (OHE), 33 kV Auxiliary Power Supply and
SCADA Systems for Elevated Corridor of Noida-Greater Noida Section (21 Stations, 29.139 RKM) and Rolling Stock Depot at Greater Noida

17. Automatic Tensioning Device (Spring Tensioning Type).


18. Insulators.
19. Earth Quake and Wind Speed Sensing and Warning System
20. Rigid OCS system on Elevated Section
The tenderer should note that the submission of details, in respect of providers of
equipments/systems, does not mean approval of the vendor. The successful bidder will be
required to submit proposal for vendor approval for various equipments, assemblies, sub-
assemblies, systems and sub-systems after award of the contract. The vendor detail
submission at this stage is only from the point of view of understanding of the offer of the
bidder.
The tenderers should satisfy themselves that he vendor details submitted by them are in line
with the requirements of Clause 2.6.2, Volume 3. (Refer Appendix –I to Annexure ‘4’)

B9. The tenderer should submit an undertaking, in Appendix `E’ to Annexure `4’ that he will make
credible arrangements for ensuring availability of critical spares and technical support, during
the service life of the equipments/spares/M&P/systems commissioned. The tenderer’s technical
proposal should also explain as to how he will ensure availability of critical spares and technical
support for maintenance/up gradation during the service life of the equipment.

B10. The technical proposal should also explain the tenderer’s understanding of interfacing with
other designated contractor’s/power supply authorities/statutory authorities. (Refer
Appendix –J to Annexure ‘4’)

B11. The technical proposal should also contain the tenderer’s understanding of scope of work.
(Refer Appendix –K to Annexure ‘4’)

B12. The tenderer should list out his experience of:


a) Execution of SCADA systems for Traction & Power Supply system for
metro/suburban/mainline railways/electrical substation.
b) Experience of 11/22//33 kV and above cable laying.

c) Experience of 15/25 kV and above switching posts, sectioning posts (SS/SP/SSP).

In case the bidder is not having this experience, he should list out the sub contractors
from which he proposes to get these works done individually. Details of the proposed
subcontractors to be furnished.

DMRC/Contract NE-01/Vol-1/ITT Page 43R


Contract NE-01, Supply, Installation, Testing and Commissioning of 25 kV Overhead Equipment (OHE), 33 kV Auxiliary Power Supply and
SCADA Systems for Elevated Corridor of Noida-Greater Noida Section (21 Stations, 29.139 RKM) and Rolling Stock Depot at Greater Noida.

10. The expressions “the Employer”, “the Bank” and “the Contractor” hereinbefore used shall include
their respective successors and assigns.

11. Notwithstanding anything contained herein:

d) a) Our liability under this Bank Guarantee shall not exceed Rs……………(Rupees………)

e) b) This Bank Guarantee shall be valid up to …………….

f) c) We are liable to pay the guarantee amount or part thereof under this Bank Guarantee
only & only if you serve upon us a written claim or demand on or before………….

In witness whereof I/We of the bank have signed and sealed this guarantee on the …………. day of
…………… (Month& year) being herewith duly authorized.

For and on behalf of the…………………………. Bank.

Signature of Authorized Bank official

Name : ……………………………..

Designation : ……………………………..

Stamp/Seal of the Bank: ……………………………..

Notes:

1. The stamp papers of appropriate value shall be purchased in the name of the
Bank, who issues the ‘Bank Guarantee’.

2. The ‘Bank Guarantee’ shall be from the Scheduled Commercial Bank based in India,
acceptable to Employer

DMRC/Contract NE-01/Vol-1/ITT Page 66R


Contract NE-01, Supply, Installation, Testing and Commissioning of 25 kV Overhead Equipment (OHE), 33 kV Auxiliary Power Supply and
SCADA Systems for Elevated Corridor of Noida-Greater Noida Section (21 Stations, 29.139 RKM) and Rolling Stock Depot at Greater Noida.

Annexure - 11 to ITT
UNDERTAKING FOR DOWNLOADED TENDER DOCUMENT

We here by confirm that, we have downloaded / read the complete set of tender documents
(as detailed in NIT Clause 3 1.1.5)/addendum/clarifications along with the set of enclosures
hosted on e-tendering portal www.tenderwizard.com/DMRC. We confirm that we have gone
through the bid documents, addendums and clarifications for this work placed upto the date of
opening of bids on the e-tendering portal [www.tenderwizard.com/DMRC]. We confirm our
unconditional acceptance for the same and have considered for these in the submission of our
financial bid.

Signature of authorised signatory

DMRC/Contract NE-01/Vol-1/ITT Page 68R


Contract NE-01, Supply, Installation, Testing and Commissioning of 25 kV Overhead Equipment (OHE), 33 kV Auxiliary Power Supply and
SCADA Systems for Elevated Corridor of Noida-Greater Noida Section (21 Stations, 29.139 RKM) and Rolling Stock Depot at Greater Noida.

Annexure-12 [As per clause 1.1.4.2 B (i) of NIT]


SAMPLE FORMAT FOR BANKING REFERENCE FOR LIQUIDITY

BANK CERTIFICATE

This is to certify that M/s .................................................... is a reputed company with a good financial
standing.

If the contract for the work, namely..............................................................................is awarded to the


above firm, we shall be able to provide overdraft / credit facilities to the extent of Rs...................... to
meet their working capital requirements for executing the above contract.

___Sd.___

Name of Bank:__________

Senior Bank Manager_____________

Address of the Bank_______________

• Change the text as follows for Joint Venture:

This is to certify that M/s .................................................... who has formed a JV with M/s
.................................................... and M/s .................................................... for participating in this bid,
is a reputed company with a good financial standing.

If the contract for the work, namely..............................................................................is awarded to the


above joint venture, we shall be able to provide overdraft / credit facilities to the extent of
Rs....................... to M/s .................................................... to meet their working capital requirements for
executing the above contract.

[This should be given by the JV members in proportion to their financial participation]

DMRC/Contract NE-01/Vol-1/ITT Page-68A


Contract NE-01 :- Supply, Installation, Testing and Commissioning of 25 kV Overhead Equipment
(OHE), 33 kV Auxiliary Power Supply and SCADA Systems for Elevated Corridor of Noida-Greater
Noida Section (21 Stations, 29.139 RKM) and Rolling Stock Depot at Greater Noida
CONTRACT “NE-01”

APPENDIX-1A

SCHEDULE OF KEY DATES

Key Description Key Dates in Weeks


Dates

Section N1 Section N2 Section N3 Section N4

Revenue Opening Date December December December December


(ROD) 2017 2017 2017 2017

Preliminary Design
KD-1 8 8 8 8
Submission

Definitive Design and


KD-2 Schedule of Material 15 15 15 15
Submission

Submission of Preliminary
KD-3 8 8 8 8
Simulation Study

Submission of Final
KD-4 15 15 15 15
Simulation Study

Submission of Earthing
and Bonding scheme
KD-5 along with detailed 17 17 17 17
drawings based upon
Simulation study

KD-6 Detail Engineering and


Submittal of Vendor and
Technical proposals of all 26 24 26 24 26 24 26 24
major equipment to
Engineer for Approval

Submission of Report by
Independent Agency for
KD-7 20 20 20 20
Verification (Auditing) of
design

Delivery of major material


KD-8 67 45 45 45
at Site

Installation of Auxiliary
Power Supply System,
KD-9 Auxiliary Supply 84 82 63 60 63 60 63 60
Interlinking, SCADA
Sytems etc.

DMRC/NE-01/Vo1.-I/FOT Page 75R


Contract NE-01 :- Supply, Installation, Testing and Commissioning of 25 kV Overhead Equipment
(OHE), 33 kV Auxiliary Power Supply and SCADA Systems for Elevated Corridor of Noida-Greater
Noida Section (21 Stations, 29.139 RKM) and Rolling Stock Depot at Greater Noida
Installation of Flexible
OHE equipments, Rigid
KD-10 OCS equipments,, SP, 91 87 70 65 70 65 70 65
SS, FP, SSP , Traction
Supply Interlinking etc

Testing and
Commissioning of
Auxiliary Power Supply
KD-11 87 65 65 65
System, Auxiliary Supply
Interlinking, SCADA
Sytems etc.

Testing and
Commissioning of Flexible
OHE equipments, Rigid
KD-12 93 91 72 69 72 69 72 69
OCS equipments,, SP,
SS, FP, SSP , Traction
Supply Interlinking etc

Submission of Report by
Independent Agency for
KD-13 92 90 71 68 71 68 71 68
Verification (Auditing) of
installation

System Acceptance Test


including Integrating
Testing and checking/
measuring parameters
KD-14 110 100 110 100 110 100 110 100
e.g. step and touch
Voltage and other
Parameters obtained by
Simulation Study.

112 112 112 112


KD-15 Taking Over Certificate
24 Months 24 Months 24 Months 24 Months

DMRC/NE-01/Vo1.-I/FOT Page 76R


Contract NE-01:- Supply, Installation, Testing and Commissioning of 25 kV Overhead Equipment
(OHE), 33 kV Auxiliary Power Supply and SCADA Systems for Elevated Corridor of Noida-Greater
Noida Section (21 Stations, 29.139 RKM) and Rolling Stock Depot at Greater Noida
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------
FORM OF TENDER - APPENDIX 11
WORK EXPERIENCE

Applicant’s legal name ………………………… Date……………………………….


Group Member’s legal name………………………… Page ……….. of ……….. pages
For similar works as per clause no. 1.1.4.2 (A) or more at the price level on last day of month previous to the
month the tender submitted (considering escalation as per Clause 1.1.4.2 of Notes Bullet no.3)

Specific Construction Experience (shall be submitted separately for each work claimed for work experience)

Similar Contract Number ______


Information
of _______ required

Contract Identification
Award date
Completion date

Employer’s Name
Employer’s Address:
Telephone / Fax number:

E Mail
Role in Contract
(Individual/JV-JVA/Consortium Individual JV-JVA/Consortium Member
member)
Currency (as stated in Clients In equivalent INR at 31.05.2015 as on
Completion Cost Certificate) date of tender submission price level.

% participation In equivalent INR at 31.05.2015 as on


If JV member specify percentage
date of tender submission price level.
participation in contract &
amount (Please refer Note-1)

In case of JV/JVAConsortium, actual


similar work in support of clause
works executed by the Applicant
no. 1.1.4.2.
(duly substantiated with Client
Certificate)

NOTE: 1. Only the value of contract as executed by the applicant/member in his own name should
be indicated. Where a work is undertaken by a group JV/JVA/Consortium, only that
portion of the contract which is undertaken by the concerned applicant/member should
be indicated and the remaining done by the other members of the group be excluded.
This is to be substantiated with documentary evidence.
2. Separate sheet for each work along with Clients Certificate to be submitted.

DMRC/NE-01/Vo1.-I/FOT Page 88R


Contract NE-01:- Supply, Installation, Testing and Commissioning of 25 kV Overhead Equipment
(OHE), 33 kV Auxiliary Power Supply and SCADA Systems for Elevated Corridor of Noida-Greater
Noida Section (21 Stations, 29.139 RKM) and Rolling Stock Depot at Greater Noida
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------
FORM OF TENDER - APPENDIX 12

Summary of Information provided in APPENDIX-11

Applicant’s legal name …………………………....... Date……………………………….

Group Member’s legal name………………………… Page ……….. of ……….. pages

Name of Applicant (each member Total Number of works No. of contracts delayed,
in case of group) i.e., completed beyond the
As per clause no. 1.1.4.2 A
original date of completion
at the price level of
31.05.2015 as on date of
tender submission.

NOTE:-

1. In case the work was done as JV/JVA/Consortium, only the value of work done by the
applicant as per his Percentage participation must be given.

2. Reasons of delay whether on contractors account or on account of Employer in each


applicable case need to be enclosed separately.

DMRC/NE-01/Vo1.-I/FOT Page 89R


Contract NE-01:- Supply, Installation, Testing and Commissioning of 25 kV Overhead Equipment
(OHE), 33 kV Auxiliary Power Supply and SCADA Systems for Elevated Corridor of Noida-Greater
Noida Section (21 Stations, 29.139 RKM) and Rolling Stock Depot at Greater Noida
-------------------------------------------------------------------------------------------------------------------------------------------------------------------------
FORM OF TENDER - APPENDIX 16

MINIMUM KEY STAFF REQUIREMENT DURING THE PEAK

S.NO DESIGNATION FOR NE-01


1. CHIEF PROJECT MANAGER 1
2. PROJECT MANAGER 3
3. DEPUTY PROJECT MANAGER (DPM) 3
4. DESIGN ENGINEER (PSI) 1
5. DESIGN ENGINEER (OHE) 1
6. STATION IN-CHARGE (PSI) 6
7. STATION IN-CHARGE (OHE) 6
8. CIVIL & STRUCTURAL ENGINEER 2

a). Chief Project Manager and Project Manager – Graduate having minimum 10 years of
total experience out of which 5 years should be in projects of similar nature.

b). Deputy Project Manager (DPM) - Graduate having minimum 8 years of total experience out
of which 4 years should be in projects of similar nature.

c). Design Engineer - Graduate having minimum 5 years of total experience out of which 3
years should be in Designing of projects of similar nature.

d). Station In-Charge – Graduate/Diploma having minimum 5 years of total experience out of
which 3 years should be in projects of similar nature.

e). SHE Organisation– As per the qualification and experience given in General
Instruction – 2 of DMRC SHE manual (shall include an Accident prevention Officer).

f). Civil & structural engineer– Graduate/Diploma having minimum experience of 2 years .

NOTE – Please submit the CV of above Key Personals as per Annexure 5 NIT Appendix –
17 of FOT.

The tenderer is required to confirm in Appendix-G of Annexure-4 of ITT that above minimum
requirement of experts of requisite experience and qualification will be mobilized by them for the
work in addition to semi-skilled and skilled staff.

As per the qualification and experience given in General Instruction – 2 of DMRC SHE manual
(shall include an Accident prevention Officer).

DMRC/NE-01/Vo1.-I/FOT Page 94R


Special Conditions of Contract – Schedules-2

DELHI METRO RAIL CORPORATION LIMITED

SPECIAL CONDITIONS OF CONTRACT

SCHEDULE - 2

PERFORMANCE SECURITY
DELETED

onfidential Page 1R of 3
Special Conditions of Contract – Schedules-2

PERFORMANCE SECURITY

(Refer Sub - Clause 4.2 of GCC)

(To be stamped in accordance with the Stamp Act of the Country of Issuing Bank)

To:

DELHI METRO RAIL CORPORATION,

Metro Bhawan, Fire Brigade Lane

Barakhamba Road,

New Delhi 110001,

India.

WHEREAS ---------------- (Name and address of Contractor) (hereinafter called “the Contractor”)
has undertaken, in pursuance of Contract No.[Note-1] to execute and complete and
remedy any defects in the Works of the [Note 2] (hereinafter called “the Contract”)

AND WHEREAS it has been stipulated by you in the said Contract that the Contractor shall
furnish you with a Bank Guarantee by a scheduled commercial bank based in India for
the sum specified herein as security for compliance with his obligations in accordance
with the Contract.

AND WHEREAS we (Insert name and address of Bank) have agreed to give the Contractor
such a Bank Guarantee:

NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on
behalf of the Contractor up to a total of ------------------- (amount of Guarantee)-------------
-------- (in words), such sum being payable in the types and proportion of currencies in
which the Contract Price is payable and we hereby unconditionally, irrevocably and
without demur undertake to immediately pay you, upon your first written demand and
without cavil or argument any sum or sums within the limits of ------------ (amount of
guarantee) as aforesaid without your needing to prove or to show grounds or reasons
for your demand for the sum specified therein.

We hereby waive the necessity of your demanding the said debt from the Contractor before
presenting us with the demand.

We further agree that no change or addition to or other modification of the terms of the
contract or of the Works to be performed there under or of any of the contract
documents which may be made between you and the Contractor shall in any way
release us from any liability under the guarantee and we hereby waive notice of any
such change, addition or modification.

onfidential Page 2R of 3
Special Conditions of Contract – Schedules-2

This guarantee shall be valid for 28 days beyond the Defect Liability Period. The pendency of
any dispute or arbitration or other proceedings shall not affect this guarantee in any
manner.

SIGNATURE AND SEAL OF THE GUARANTOR

----------------------------------------------------------------

NAME OF BANK -----------------------------------------

ADDRESS --------------------------------------------------

DATE -------------------------------------------------------

Notes:

1. Enter Contract Number

2. Enter Name of the contract

3. The stamp papers of appropriate value shall be purchased in the name of the
Bank, who issues the ‘Bank Guarantee’

Kindly refer Annexure 8 of ITT of Volume-1

onfidential Page 3R of 3
Contract NE - 01 Special Conditions of Contract

c) Shall issue instructions which in his opinion are necessary for


the execution of the Works; and

d) May issue any other instruction which in his opinion is desirable


in connection with the Works.

Notwithstanding the obligation, as set out above to obtain approval,


if in the opinion of the Engineer, an emergency occurs affecting the
safety of life or of the Works or of adjoining property, he may,
without reliving the Contractor of any of his duties and responsibility
under the Contract, instruct the contractor to execute all such work
or to do all such things as may, in the opinion of the engineer, be
necessary to abate or reduce the risk. The contractor shall forthwith
comply, despite the absence of approval of the Employer, with any
such instruction of Engineer. The Engineer shall determine an
addition to the Contract Price, in respect of such instruction, in
accordance with clause 12 {variation} of GCC and shall notify the
Contractor accordingly, with a copy to the Employer.

In case The Engineer is employee of any agency hired by the


Employer, the Engineer shall take the approval of the Employer for
all technical and financial matters otherwise he shall be considered
deemed to have taken the approval of the Employer.

5. Sub- Clause 3.3 Engineer’s Authority to Delegate


Following is added to paragraph 3 of Clause 3.3 of GCC:

The Engineer’s decision on the suitability and qualification of the


assistants will be final.

6. Sub- Clause 4.2 Performance Security

The Performance security in the form of Bank Guarantee shall be


valid up to 28 days beyond the DLP of the last taken – over
Equipment / Corridor. The value of Bank Guarantee can be revised
“Once in a year” during the Contract period by the contractor with
the consent / approval of the Employer. The reduction in the amount
of Performance Security will be proportionate to the Equipment /
corridor for which the DLP obligations have been completed.
7. Sub- Clause. 4.2.4 Guarantees, Warranties & Undertakings

The forms of Performance Guarantee, Parent Company


Undertaking, Parent Company Guarantee, Contractor’s Warranty,
Sub-Contractor’s Warranty, Advance Payment Guarantee,
Indemnity Bond and Safe Custody Guarantee shall be in the
formats given in the Schedules 2, 3, 4, 5, 6, 7, 8 and 9 respectively
to these Special Conditions of Contract. All these Guarantees and

Page 5R of 29
Contract NE - 01 Special Conditions of Contract

15. Sub- Clause 5.1 General Obligations/Statutory Requirements


The Design and Construction Standards shall be in conformity with
the requirements of "Rules for Opening of a Railway or a Section of
a Railway for Public Carriage of Passengers” and "Rules for
Introduction of New Type of Rolling Stock" and to the satisfaction of
the Commissioner of Railway Safety whose sanction is mandatory
for commissioning of the System. The Contractor shall in this regard
carry out all statutory tests and trials necessary for obtaining
sanction of the competent authority for opening the system for
public carriage of passengers and provide assistance and
information as required by the appropriate statutory authorities in
India.

16. Sub-Clause 5.3.1 Construction and/or Manufacture Documents


The Contractor shall submit drawings and documents, as required
by the Contract, to the Engineer in accordance with any submittal
schedule agreed with the Engineer. This submittal shall be made
sufficiently before the Works are to be carried out to give the
Engineer and the Employer reasonable time to examine the
drawings or other documents, to prepare comments and for any
changes to be accommodated by the Contractor.
Where the consent of the Engineer is required, the Engineer shall
notify the Contractor in writing of his decision either within such
period as may expressly be stipulated in the Contract or otherwise
within a reasonable time.
If the Engineer has reasonable cause for being dissatisfied with the
proposals set out in the Contractor's drawings or documents, the
Engineer shall, within a period of 28 days from the date of submittal,
require the Contractor in writing to make such amendments thereto
as the Engineer may consider necessary. The Contractor shall
make and be bound by such amendments at no additional expense
to the Employer and shall resubmit the amended drawings or
documents for Engineer’s consent.
Within 14 days of notification of the Engineer’s consent the
Contractor shall provide the Engineer with the type and number of
sets of the relevant drawings or documents as stipulated in the
Employer’s Requirement.
Should it be found at any time after notification of consent that the
relevant drawings or documents do not comply with the Contract or
do not agree with drawings or documents in relation to which the
Engineer has previously notified his consent, the Contractor shall, at
his own expense, make such alterations or additions as, in the
opinion of the Engineer, are necessary to remedy such non-

Page 12 R of 29
Contract NE - 01 Special Conditions of Contract

compliance or non-agreement and shall submit all such varied or


amended drawings or documents for the consent of the Engineer.
No examination by the Engineer of the drawings or documents
submitted by the Contractor, nor any consent of the Engineer in
relation to the same, with or without amendment, shall absolve the
Contractor from any of his obligations under the Contract or any
liability for or arising from such drawings or documents.
Prior to commencement of the Tests on completion, the Contractor
shall prepare, and submit to the Employers’ Representative, As
Built Drawings of the system and interactive Operation &
Maintenance Manuals in soft copy and hard copy with Four (4) sets
of each as in accordance with the Employer’s Requirements and in
sufficient detail for the Employer to operate, maintain, dismantle,
reassemble, adjust and repair the Works. The Works shall not be
considered to be completed for the purposes of Completion until
such Operation and Maintenance Manuals have been submitted to
the Employer’s Representative and received his consent.
The interactive Operation and Maintenance Manuals and drawings
submitted by the Contractor shall, if required, be updated by him
during the Defects Liability Period and re-submitted and approved
by the Engineer.
This will be read in conjunction with clause 5.3 of GCC.

17. Sub Clause 5.3.2 Delayed Drawings or Instructions


Clause 5.3.2 (b) of GCC is not applicable: NOT USED

18. Sub-Clause 6.4 Labour


The contractor shall be required to obtain “Labour License” on his
own for the use of labours employed in this contract either through
him or through any of his sub-contractor and maintain all the
records and establishments as per the existing Labour Laws.
The Contractor shall, if required by the Employer, deliver to the
Engineer or to his office; a return in detail, in such form and at such
intervals as the Employer may prescribe, showing the number of
labour employed in different categories by the Contractor or his sub-
contractors on the Site.
Contractor shall ensure compliance to Labour Laws as
specified in clause 46.7 of Volume-6 (Conditions of contract on
Safety Health and Environment) and detailed in Appendix-5 of
Volume-6.

Page 13 R of 29
Contract NE - 01 Special Conditions of Contract

19. Sub-Clause 7.0 Quality Control


The detailed Quality Plan shall be developed from the Outline
Quality Plan to meet the stipulations of the Employer's
Requirements.
Upon the Engineer notifying his consent to the Site Quality Plan, or
any supplement thereto, the Contractor shall, adhere to the
principles and procedures contained in such document, except
where the Engineer gives his consent to any amended or varied
version thereof. The Contractor shall cause any sub-contractors to
adhere to this Plan.
The Contractor shall appoint a suitably qualified and experienced
person, not otherwise engaged in the performance of the Contract,
to act as manager of the quality assurance system and shall provide
such other personnel and resources as required to ensure effective
operation of the quality assurance system. The said manager shall
carry out audits of the application of the quality assurance system,
and ensure effective quality control and delivery of quality
assurance.
The Contractor shall provide all necessary access, assistance and
facilities to enable the Engineer to carry out surveillance visits both
on and off the Site to verify that the quality assurance system is
being properly and fully implemented. No extra payment shall be
made in this regard and the cost of the Work under this element
shall be deemed to be included in the Contract Price.

20. Sub-Clause 7.8 Ownership of Plant, Rolling Stock and Materials


The Para is replaced as under
The plant, goods & material not finally taken over as per GCC
Clause 9 but payment against which have been made in part or full
against Indemnity Bond/ Safe Custody Bank Guarantee will remain
under the contractor’s custody. The contractor shall be responsible
for its safety and will bear all the risks till taken over by the employer

21. Sub Clause 7.11.5 Interference with tests on completion


Additional Clause GCC clause 7.11.5 stands deleted.
The issue of taking over will be governed by GCC clause 9.1 and
9.2. If the Contractor suffers delay in carrying out the Tests on
Completion, the Contractor shall give notice to the Engineer and
shall be entitled for an extension of time for any such delay, if
completion is or will be delayed, under Clause 8.4.

Page 14 R of 29
Contract NE-01 Special Conditions of Contract

Reverse Charge Mechanism.

B) DMRC project is covered under Project Import chapter 98.01 of


Custom Tariff Act according to which only concessional custom
duty is payable. The tenderer should avail this benefit.

As regards registration under Project Import, after the award of the


contract, DMRC at the written request of a contractor shall facilitate
the contractor for obtaining sponsoring / recommendation letter
from the Ministry of Urban Development for getting themselves
registered for availing Project Import benefits. The responsibility to
avail the concessional benefits under Project Import shall solely
rest with the contractor.

C) Change in Taxes/Duty :
The contract price shall not be adjusted to take into account any
change in taxes, duties, levies or introduction of any new tax, duty
or levy till the completion date including the date of extended period
of contract.

D) UP VAT is included in the contract price. The contractor shall


maintain details of UP VAT paid to ‘Trade and Taxes’
‘Department of Commercial Taxes, Government of Uttar
Pradesh’ and submit: -

a) Certificate of the Chartered Accountant in regard to VAT


turnover of the contractor relating to DMRC project.

b) UP VAT returns forms of the contractor for the relevant period /


periods along with detailed statements in relevant forms and
copy of all Challans of U.P VAT in regards to deposit of tax.

c) Monthly/periodically tax invoice for work done under this


contact.

E) No documents with regard to Custom and Excise duty will be


required to be submitted.

In view of above, the tenderers are advised to quote the price


inclusive of all central/state/local taxes, duties, levies, cess and all
other incidental charges required to fulfil the tender conditions
including statutory deduction viz., TDS towards Income Tax /
Works Contract Tax etc. No TDS-VAT will be deducted in case of
off-shore supplies during course of import and the payment in this
case shall necessarily be made in foreign currency. TDS-IT will be
deducted as per the Income Tax Act on the total value of the
invoice. For availing exemption/reduction in TDS rates u/s 195 on
foreign payments contractor shall have to produce exemption/lower
deduction certificate of Income Tax from the appropriate Income
Tax authority to DMRC.

Further as per clause 11.1.2 of GCC, the contractor has to maintain


meticulous record of all the taxes and duties paid and the same as
and when required by the employer.

Page 17R of 29
Contract NE - 01 Special Conditions of Contract

approximate, and liable to vary during the actual execution of the


work. The Contractor shall be bound to carry out and complete the
stipulated work irrespective of variation in individual items, at the
same rate as specified in the Bill of Quantities subject to variation in
the value of the Contract being limited to 25% of the total
original/enhanced value of the contract.

The variations can be implemented anywhere in the network


of DMRC.
Sub Clause 12.5 (g) For Non-JICA portion of work while deriving the prices ED/CD, CST
& output VAT will be considered for payment.

36. Sub-Clause 13.3.4 Payment on Termination and/or Optional Termination due to


Force Majeure
Following is added after (e) (c) in clause 13.3.4 of GCC

For the ease of determination of the cost to be paid to the


Contractor, a lump sum payment equal to 2% (two percent) of the
value of the work remaining incomplete on the date of Termination
notice taking effect shall be paid in place of payments as per sub-
clause 13.3.4 ( c), (d) & ( e).

37. Sub-Clause 14.1 Indemnity

The last Para of Clause 14.1 of GCC shall not be applicable in this
contract and the Contractor shall include such risks also in his
insurance cover. NOT USED

38. Sub-Clause 16.7 Optional Termination, Payment and Release

Instead of the period of continuous 84 days or multiple of 140 days


mentioned in GCC, this optional termination shall be applicable only
when the work is prevented for a continuous period of 120 days.

39. Sub-Clause 17.7 Conciliation Procedure


Clause 17.7 of GCC is superseded and replaced as under:

For the purpose of conciliation in this contract, the conciliation shall


be undertaken by one conciliator selected from panel of conciliators
maintained by the employer, who shall be from serving or retired
engineers of Government Departments, or of Public Sector
Undertakings. Out of this panel, a list of three Conciliators shall be
sent to the Contractor who shall choose one of them to act as
Conciliator and conduct conciliation proceedings in accordance with
“The Arbitration and Conciliation Act, 1996”, of India.
The Employer and the Contractor shall in good faith co-operate with
the

Page 21R of 29
Contract NE-01 Special Conditions of Contract

Contractor shall replace promptly, Contractor’s experts who are not


considered suitable by the Engineer.

The Contractor shall also depute qualified electricians and other


technicians to support the Employer operate the system during the
intervening period of Energisation and Taking Over. The details and
items for manning of the installations are provided in the particular
specifications.

44. Additional Clause Spares

The Contractor shall supply spare parts as per the Employers


requirement.

(a) The Contractor shall submit a schedule of spare parts duly


indicating, for each item of spares, its description, part number,
drawing number, lead time, shelf life and number of units
required for the system during the first ten years, principal as
well as secondary sources of supply, and also the unit price
with escalation/de-escalation clause.

(b) The Employer may, during a period of ten years from the date
of taking-over of the whole of the Works, purchase as many
parts as required by him, at the rates indicated in the pricing
document and accepted by the Employer.

(c) If during the period of ten years, the Contractor intends to


discontinue the manufacture of spare or replacement parts for
the any equipment / Machine the Contractor shall immediately
give notice to the Employer of such intention. The Employer
shall be given the opportunity of ordering at reasonable prices
such quantities of such spare or replacement parts as the
Employer requires in relation to the anticipated life of the
equipment.

In the event of Contractor failing to supply the spare parts in


accordance with this Clause, he shall in respect of each item of
spare, furnish free of cost to the Employer, the drawings,
specifications, patterns and other information to enable the
Employer to make or have made such spare parts. The
Employer shall be entitled to retain the aforesaid drawings etc.,
for such time only as is necessary for the exercise by the
Employer of his rights under this clause and the drawings, if
the Contractor so requires, shall be returned by the Employer
to the Contractor in good order and condition (fair wear and
tear excepted).

Under such circumstances, the Contractor shall also grant to


the Employer, without payment of any royalty or charge, full
right and liberty to make or have made spare or replacement

Page 24R of 29
Contract NE-01 Special Conditions of Contract

parts as aforesaid and for such purposes only to use, make


and have made copies of all drawings, patterns, specifications
and other information supplied by the Contractor to the
Employer pursuant to the Contract.

The Contractor will so far as it is reasonably able to bind his


sub-contractors to conform with the requirements of this
Clause and shall, prior to entry into any sub-contracts, provide
the Employer with full details of any sub-contractor who will not
so conform in which event the Employer may direct the
Contractor to seek an alternative sub-contractor.

If the Contractor fails to provide spare or replacement parts as


described in this Sub-clause and these are available from the
Contractor’s sub-contractor, the Employer shall have the right
to obtain such spare and replacement parts from the sub-
contractor or any other supplier and any additional cost
incurred by the Employer shall be recoverable from the
Contractor.

(d) The Employer may require the Contractor to enter into a


Maintenance Contract with the Employer for the System /
Machine provided under the Contract under terms and
conditions to be mutually agreed.

45. Additional Clause Deployment of Personnel by the Employer

The Contractor shall deploy personnel sponsored by the Employer


during the Contract Period in areas stipulated in the Employer’s
Requirements.

The travel expenses, salary and allowances, boarding and lodging


expenses of these sponsored personnel shall be borne by the
Employer but the Contractor shall provide other facilities required
for the purpose of performing their duties. The sponsored
personnel shall be under the technical and administrative control of
the Contractor.

46. Additional Clause Indemnity Bond

The contractor shall submit a Indemnity Bond in the format given in


Schedule 8 against payments made for Plant and Equipment
delivered to Delhi Noida/Greater Noida.

47. Additional Clause Not Used

48. Additional Clause Digitised Data

Page 25R of 29
Contract NE-01 Special Conditions of Contract

included in O&M documents / Maintenance Manuals


prepared by the contractor.

(iv) Details of maintenance set-up of vendor and a


confirmation from vendor for ensuring availability of
Maintenance support is submitted to employer.

61. Additional Clause Comprehensive Annual Maintenance


Comprehensive Annual Maintenance Contract Rates for One to
Eight Years after Completion of 2 Years Defects Liability Period
have been asked in Bill of Quantities (Optional Items) subject to the
following Conditions:-
1. Bill of Quantities (Optional) Items & Rates Mentioned therein shall
be Part of Tender Evaluation for this Contract.
2. It will not be binding on the Employer to enter into any kind of
Annual Maintenance Contract any time prior to Completion of
Contract or prior to Completion of Defects Liability Period or after
Defects Liability Period.
3. If Employer decides to enter into Comprehensive Annual
Maintenance Contract for any Item or for any combination of Items
as mentioned in Bill of Quantities (Optional Items), a Separate
Contract Agreement shall be made which will not be part of this
contract.
4. The rates of AMC of fourth year and onwards shall be decided
based on the rates of AMC quoted for the third year as per the
IEEMA formula mentioned provided as Schedule-10 to SCC.
5. Rates are to be inclusive of All Taxes & Duties including, Delhi /
UP / Haryana VAT.
6. The rates shall also be inclusive of providing and maintaining
adequate stock of spares so as to promptly fulfil his obligations
during the Annual Maintenance period as laid down in Employer's
Requirements.
7. The Contractor shall provide Experts and their team for
Maintenance during the Annual Maintenance period and the rates
for the same shall be included in the quoted price.
7. All Terms & Conditions in this Tender document shall also be
applicable for Comprehensive Annual Maintenance Contract.
62. Additional Clause Comprehensive Annual Maintenance
The Operation of Defect Liability Period and / or Annual
Maintenance Contract shall be done by representative of
DMRC,or NMRC(Noida Metro Rail Corporation) or any other
agency as nominated by the Employer which shall be binding
on the Contractor.

Page 29R of 29
NE Electrical Contracts - General Specification

(3) the absence of a programme date or installation period for the Contractor in a
specific area shall not prejudice the right of the Employer’s Representative to
establish a reasonable programme date or installation period for that area;

(4) the Contractor shall comply with the identified Key Dates. The Contractor
shall also comply with the Access dates identified in the; and

(5) the Contractor shall deliver all Contractor’s Equipment and Permanent Works
for stations and ventilation shafts by road and via temporary access openings
unless otherwise reviewed by the Employer’s Representative.

2.8 Testing and Commissioning Programme

2.8.1 The Testing and Commissioning Programme shall be submitted as stated in the PS or
as directed by the Employer’s Representative and shall comply with the requirements
of clause 2.4.2.7 above.

2.8.2 The Contractor shall submit the Testing and Commissioning Programme that shall
fulfil all the on-Site testing and commissioning requirements of clause 9.3.2.2 below.
The Testing and Commissioning Programme shall clearly demonstrate the logic and
highlight the topics listed in the On-Site Testing and Commissioning Plan in clause
9.3.2.2 below.

2.8.3 The Testing and Commissioning Programme shall be fully detailed, with activities
individually identifying all tests for which a certificate will be issued, and shall include
activities for preparation, submittal and review of the test procedures.

2.8.4 The Testing and Commissioning Programme shall demonstrate the logical
dependencies between the individual tests of the Works, and shall also show the
interfaces and dependencies with all of the Project Contractors’ tests required to
commission the W orks and support the Commissioning Plan.

2.9 Training and Transfer of Technology Programme

2.9.1 The Contractor shall, within 90 180 days of the Commencement Date of the W orks,
submit for review by the Employer’s Representative, a Training and Transfer of
Technology Programme covering all proposed formal training courses, delivery of
training equipment and accesses by the Employer’s personnel for informal ‘hands on’
technology transfer. The Training and Transfer of Technology Programme shall also
detail specific Transfer of Technology features as required by the Specification and
proposed by the Contractor.

2.9.2 The Training and Transfer of Technology Programme shall be developed to the
Training and Transfer of Technology Plan as required under clause 3.7.4 below.

2.9.3 The Training and Transfer of Technology Programme shall be sufficiently detailed that
the Employer can ensure the availability of staff for all the courses required under
clause 10.1.6 below.

2.9.4 The Training and Transfer of Technology Programme shall include the requirements
of Chapter 10 below, including the Training and Transfer of Technology activities of all
sub-contractors and suppliers.

Page GS 2-7R of 11
NE Electrical Contracts - General Specification

CHAPTER 9

9. TESTING AND COMMISSIONING


Testing and Commissioning shall comply with all the requirements of the GCC
supplemented, amplified, modified or superseded as applicable by this Specification
and the PS.

9.1 General

9.1.1 Deleted.

9.1.2 Deleted

9.1.3 Deleted.

9.1.4 The Employer and the Employer’s Representative will bear their own costs for
attendance at witnessed inspections or tests (other than re-tests) scheduled in
accordance with the agreed W orks Programme and subject to notice in accordance
with the Specification.

9.2 Manufacturing Test Plan

9.2.1 The Manufacturing Test Plan is the Contractor’s plan for carrying out the necessary
procedures to ensure that the items presented for acceptance by the Employer and
the Employer’s Representative are in compliance with the requirements of the
Specification.

9.2.2 During the process of procurement and manufacture of the system components the
Contractor shall undertake such testing and inspection as is required by the Quality
Plan referred to in clause 5.4 above 5.6.

9.2.3 The Employer and the Employer’s Representative will not become involved in the
Contractor’s Manufacturing Tests except in respect of the following:

• Type Tests; and

• First Article Inspection.

9.2.4 Before shipment of any items to Site the Contractor shall present the items for the first
stage of Acceptance according to the Commissioning Plan as detailed in clause 9.3
below.

9.2.5 Inspection

9.2.5.1 The Contractor shall be wholly responsible for all inward inspection of items to be
incorporated into the system as a whole.

9.2.5.2 Equipment issued by the Employer shall not be subject to Type Tests or First Article
Inspection however the Contractor shall undertake Inspection as referenced in clause
7.1 above. Should the Employer’s issued equipment be subsequently incorporated

Page GS 9-1R of 13
NE Electrical Contracts - General Specification

9.4.4.10 The Contractor shall include a complete schedule of all Partial Acceptance Tests
records and their current status within the Monthly Progress Report.

9.4.5 System Acceptance Tests

9.4.5.1 System Acceptance Tests are defined as the tests undertaken to demonstrate that the
Works in its entirety is capable of functioning in accordance with the specified
requirements in the Contract in all respects. The System Acceptance Tests are part
of the Tests on Completion to be performed by the Contractor under the Contract in
order to achieve Employer’s Taking Over of the W orks. The System Acceptance
Tests may commence before remote operations capability (if any) is fully functional,
however, the system must be satisfactorily tested remotely (if specified to have such
capability) before the System Acceptance Tests can be considered to be completed.
On satisfactory completion of the System Acceptance Tests, the tested items will be
considered available for Integrated Testing & Commissioning.

9.4.5.2 The particular requirements for System Acceptance Tests are prescribed in the PS /
TS are indicative only.

9.4.5.3 The Contractor shall submit to the Employer’s Representative a comprehensive


System Acceptance Tests Plan including all requirements detailed in the PS / TS. The
plan shall be submitted on a section by section basis to demonstrate how the System
Acceptance Tests are to be carried out. The plan shall adopt a top down approach
and describe the system completion strategy and process.

9.4.5.4 System Acceptance Tests shall comprise comprehensive testing of the assembled
installation to ensure that it operates in accordance with the requirements of the PS /
TS.

9.4.5.5 The tests shall include, but not be limited to, the following:
(1) tests of all functional and performance requirements for the system;

(2) tests of behaviour under failure conditions, e.g. changeover to redundant


hardware; initiation of re-configuration functions or reverse modes of
operation; and recovery of the equipment and system from failure.

9.4.5.6 The System Acceptance Test Plan shall identify a comprehensive list of specifications,
standards, method statements, procedures, pass / fail criteria, sample records,
resources to be made available, drawings and records to be submitted to the
Employer’s Representative, and programme showing the dates for testing and for
submission of each test procedure.

9.4.5.7 Test procedures shall be carefully planned to ensure that the work can be executed in
the time available. If the available time is restricted, this planning shall include
contingency plans to be implemented if testing proceeds slower than anticipated or if
defects are discovered that necessitate rectification and subsequent repeat testing,
etc.

9.4.5.8 Immediately following the successful acceptance testing of the system, the Contractor
shall complete the appropriate commissioning records in the agreed format and
submit 3 signed copies to the Employer’s Representative.

9.4.5.9 The Contractor shall include a complete schedule of all System Acceptance Test
records and their current status within the Monthly Progress Report.

9.4.6 Integrated Testing & Commissioning

Page GS 9-6R of 13
NE Electrical Contracts - General Specification

9.4.6.1 Integrated Testing & Commissioning are defined as the final tests to be undertaken
before the commencement of Service Trial. The Integrated Testing & Commissioning
are part of the Tests on Completion to be performed by the Contractor under the
Contract in order to achieve Employer’s Taking Over of the W orks. The Integrated
Testing & Commissioning shall demonstrate the full compatibility between all
interfacing systems. On satisfactory completion of the Integrated Testing &
Commissioning, the tested items will be considered available for Service Trial.

9.4.6.2 The particular requirements for Integrated Testing & Commissioning are prescribed in
the PS are indicative only.

9.4.6.3 The Contractor shall submit to the Employer’s Representative a comprehensive


Integrated Testing & Commissioning Plan as required by the PS. The plan shall be
submitted on a logical section-by-section basis, using a “top-down” approach
describing the testing and commissioning strategies and processes clearly showing
how these serve to provide the full verification of the systems and equipment in
context of the complete railway system.

9.4.6.4 The Contractor shall co-ordinate with the Employer and the Employer’s
Representative and with all interfacing parties to ensure that the proposed test
programme and schedule truly demonstrate that the full specified performance
requirements are achieved.

9.4.6.5 The tests shall include, but shall not be limited to the following:-
(1) test of all functional and performance requirements for the system;

(2) test to demonstrate compliance with all interface specifications; and

(3) test of behaviour under failure conditions (e.g. changeover to redundant


hardware, initiation of re-configuration functions or reversionary modes of
operation, recovery of systems and equipment from failure,
demonstrations of planned emergency procedures, etc.).

9.4.6.6 The Integrated Testing & Commissioning Plan shall identify a comprehensive list of
specifications, standards, method statements, procedures, pass/fail criteria, sample
records, resources to be made available, drawings and records to be submitted to the
Employer’s Representative, and a programme showing the dates for testing and for
submission of each test procedure.

9.4.6.7 Test procedures shall be carefully planned to ensure that the work can be executed in
the time available. If the available time is restricted, this planning shall include
contingency plans to be implemented if testing proceeds slower than anticipated or if
defects are discovered that necessitate rectification and subsequent repeat testing,
etc.

9.4.6.8 Immediately following the successful Integrated Testing & Commissioning of the
system or any constituent part, the Contractor shall complete the appropriate
commissioning records in the agreed format and submit 3 signed copies to the
Employer’s Representative.

9.4.6.9 The Contractor shall include a complete schedule of all Integrated Testing &
Commissioning records and their current status within the Monthly Progress Report.

9.4.7 Service Trial

9.4.7.1 Service Trial is defined as the final test of the fixed equipment, the rolling stock, and
the operational procedures including the final elements of the Tests on Completion to
demonstrate that the system in its entirety can operate satisfactorily. The Service Trial
is performed by the Employer with attendance by the Contractor under the Contract in

Page GS 9-7R of 13
NE Electrical Contracts - General Specification

between the parties, such quantities of the obsolete Spare Part as the Employer may
possess.

13.3 Contract Spares

13.3.1 The quantity of Spare Parts to be supplied by the Contractor to the Employer shall be
determined in accordance with the formulae described in clauses or for particular items as
detailed in the PS. Deleted

13.3.2 Notwithstanding the quantities defined in the PS or by the following formulae the quantity
of Spare Parts shall be sufficient for the full operation of the Permanent W orks for the first
two 5 years following the expiry of the Defects Liability Period for the works ("Contract
Spares').

13.3.3 The Contractor shall supply and deliver the Contract Spares on or before completion of the
Systems Acceptance Test.

13.3.4 Deleted

13.3.5 Deleted

13.3.6 Deleted

13.3.7 Deleted

13.4 Commissioning Spares

13.4.1 In addition to the Contract Spares, the Contractor shall keep on the Site ,under his
own custody throughout the installation, erection and commissioning periods,
sufficient stocks of Spare Parts to enable immediate replacement of any item in the
Permanent W orks found to be defective or in any way in non-conformance with the
Specification during the installation, erection and commissioning period
("Commissioning Spares").

13.4.2 The Contractor shall supply and deliver the Commissioning Spares on or before the
commencement of any Partial Acceptance Tests (PAT) or as defined in the PS.

13.4.3 Deleted

13.4.4 The Contractor shall not be entitled to use any of the Contract Spares to replace any
item in the Permanent Works during the installation, erection and commissioning
periods.

13.5 Defects Liability Spares

13.5.1 In addition to the Contract Spares, the Contractor shall keep sufficient stocks of Spare
Parts, in his own custody in an off-site location in Delhi/NCR throughout the Defects
Liability Periods to enable rapid replacement of any item in the Permanent Works
found to require replacement as part of the Contractor's obligations during the Defects
Liability Periods ('Defects Liability Spares").

Page: GS 13-4R of 7
NE Electrical Contracts - General Specification

13.5.2 The Contractor shall supply and deliver the Defects Liability Spares on or before the
commencement of the Service Trial. Deleted

13.5.3 The Contractor shall submit to the Employer’s Representative for review a list of all
Defects Liability Spares that shall be maintained by the Contractor during the Defects
Liability Periods.

13.5.4 The Contractor shall not be entitled to use any of the Contract Spares to replace any
item in the Permanent W orks during the Defects Liability Periods.

13.6 Special Tools and Test Equipment

13.6.1 The Special Tools and Test Equipment (together with the relevant calibration
certificates) required to carry out all the functions described in the Operation and
Maintenance Manual or as required by the PS shall be suitably packed and identified
in accordance with Chapter 8 above, consigned to the Employer by the Contractor and
delivered to the Employer in accordance with the Employer’s Representative's
instructions not later than the date scheduled for stage commissioning. The extent of
supply shall include protective carrying cases as may be appropriate for the storage
and use of each item.

13.6.2 All Special Tools and Test Equipment shall be supplied with Operation and
Maintenance Manuals, complete diagrams, schematics, assembly and connection
drawings, calibration instructions and circuit diagrams/descriptions for future
maintenance.

13.6.3 W here the Contractor has used the Special Tools and Test Equipment for installation
and commissioning of the Permanent W orks, he shall refurbish and re-calibrate each
item to the satisfaction of the Employer’s Representative prior to handover to the
Employer, accompanied by the Certificate of Calibration traceable to a recognised
International or National standard.

13.6.4 W here any item of Special Tools and Test Equipment is provided by the Contractor, it
shall be accompanied by drawings, manuals and full operating instructions to enable
them to be used by suitably skilled (but not necessarily specially trained) personnel in
a non-hazardous manner and to achieve the desired result in terms of accuracy and
quality.

13.6.5 The Contractor shall provide the means and instructions which describe the
parameters of each item of Special Tools and Test Equipment that are critical to their
proper methods of use and which enable the Employer's staff using the Special Tools
and Test Equipment to achieve the proper performance and operation. Such means
and instructions shall include, but not be limited to, any routine checking or re-
calibration needs for the Special Tool and Test Equipment itself.

13.7 Coding and Tagging of Spare Parts and Special Tools and Test
Equipment

13.7.1 All Spare Parts and Special Tools and Test Equipment to be delivered to the Employer
shall each carry a tag suitably marked, bar-coded (as directed by the Employer’s
Representative) and numbered.

Page: GS 13-5R of 7
NE Electrical Contracts - General Specification

APPENDIX 9

WORKS AREAS

NOT APPLICABLE

1. Works Areas

(a) Temporary occupation of land is governed by Part VI of land acquisition Act


1894 which limits occupation to 3 years.

(b) Deleted.

(c) Deleted.

(d) Deleted.

(e) Prior to the W orks Area Handover Dates for returning any W orks Area, the
Contractor shall carry out the following works:

(i) construct all Permanent W orks within the area, to the extent defined
in this Appendix, in accordance with the requirements of the Contract,

(ii) reinstate the area to the condition as close as possible to its condition
when it was taken over,

(iii) form the area to the approved lines and levels and carry out such
other works as may be required by the Employer's Representative,

(iv) remove all rubbish, debris and other materials.


.

∗ End of Appendix 9 ∗

Page: Appx: 9-1R of 1


NE Electrical Contracts - General Specification

15.4 The Contractor’s Site Accommodation

15.4.1 The Contractor’s offices, sheds, stores, mess rooms, latrines and other
accommodation on the Site shall be maintained in a clean, stable and secure
condition. Living accommodation shall not be provided on the Site unless stated in the
Contract or having been reviewed without objection by the Employer’s Representative.
The Contractor's personnel shall not be allowed to live on the Site.

15.4.2 The Contractor shall provide and maintain all necessary offices, sheds, stores, mess
rooms, latrines and other accommodation and remove the same from the Site on the
Employer’s Taking Over of the Works. These shall be to the satisfaction of the
Employer’s Representative and shall be kept in a clean and sanitary condition. No
structure shall be erected by the Contractor within the Site without the written consent
of the Employer’s Representative and such consent will not relieve the Contractor of
the responsibility of siting temporary structures clear of the Works.

15.4.3 A copy of the plan showing the extent and position of all offices, stores, sheds, etc.
shall be prepared by the Contractor and retained for inspection in the Site office.

15.4.4 Deleted

15.4.5 The Contractor shall not erect or operate canteen and kitchen facilities on the Site
except with the consent of the Employer’s Representative and, where appropriate, the
Relevant Authorities. Any such facilities shall, in particular but without limitation,
conform to all regulations and standards to the extent required by the concerned city
authorities of GNCTD/UP..

15.5 Site Utilities and Access

15.5.1 Temporary clean drinking water, wash room with water, electricity, telephone,
emergency transportation (Passenger vehicle) sewerage and drainage facilities shall
be provided for the Employer’s Representative’s accommodation and for the
Contractor’s use in carrying out the Works. The Contractor shall make all
arrangements with and obtain the necessary approvals from the Relevant Authorities
for the facilities.

15.5.2 If, under the Contract, the Contractor is provided with Site utilities and access by any
Other Contractor under the attendance of the same or another Other Contractor, the
Contractor shall ensure that all requirements in terms of use of such facilities, their
upkeep and maintenance, etc. are properly observed. If the facilities provided under
such attendance are insufficient for the Contractor’s bona fide needs, the Contractor
shall be solely responsible for providing such additional facilities he may require for the
execution of the Works.

15.5.3 Access roads and parking areas shall be provided within the Site as required and shall
be maintained in a clean, passable and stable condition.

15.6 Site Facilities for the Employer’s Representative


15.6.1 The Contractor will be required to provide suitable accommodation for Employer’s
representative in Contractor’s site office/work site.

15.6.2 The accommodation for Employer’s Representative shall include furniture, fan, air
conditioner, drinking water facilities and suitable communication facilities.

Page: GS 15-2R of 5
Contract NE-01-Introduction & Project Overview

2. Phase III Project

2.1. Corridors Covered


The Phase III Project is under progress in following Corridors
• Mukundpur-Yamuna Vihar
• Janakpuri(West)-Kalindi Kunj-Botanical Garden
• Central Secretariat-Kashmere Gate
• Jehangirpuri-Badli
• Badarpur-Faridabad (YMCA)
• Dwarka to Najafgarh
• Mundka to Bahadurgarh

2.2. NOIDA- GREATER NOIDA CORRIDOR


The Noida- Greater Noida Corridor comprises following sections
• Sector 71 – Sector 137
• Sector 142 – Sector 149
• Knowledge Park II – Depot Station
• Greater Noida Rolling Stock Depot

2.3. Revenue Operation Dates (ROD)


The Revenue Operation Dates (ROD) for the Noida-Greater Noida Corrdiors are as
follow

Revenue
Sr.
Section Operating Dates
No.
(ROD)
1. Sector 71 Sector 137
2. Sector 142 Sector 149 Refer Appendix I
3. Knowledge Park II Depot Station of FOT
4 Greater Noida Rolling Stock Depot

However, the alignment of above Corridors, number of stations and ROD may change
during design and construction stage.

3. SCOPE AND PURPOSE


3.1 Purpose of this Document
This Specification defines the objectives, guidelines and requirements for Design,
Supply, Installation, testing and Commissioning of 25 kV Overhead Equipment
(OHE) System, Auxiliary Substations and SCADA for Elevated lines, for the
following sections of Delhi Metro Rail Corporation (DMRC), collectively referred to
as NE-01 contract:

• Sector 71 – Sector 137

Chapter 1 Page 4 Rof 7


Contract NE-01-Introduction & Project Overview

• Sector 142 – Sector 149


• Knowledge Park II – Depot Station
• Greater Noida Rolling Stock Depot

The works to be executed under the Contract include manufacture, verification of


design, transfer of technology, delivery, installation, testing, including integrated
testing and commissioning, technical support, supervision of maintenance, training of
Employer's staff and documentation for a complete System necessary to deliver the
requirements of this Specification.

3.2 Relevant Documents


This Specification should be read in conjunction with the General Conditions of
Contract (GCC), the Special Conditions of Contract (SCC), the General Specification
(GS), the Employer's Drawings and any other document forming part of the Contract.
In the event of a conflict between the GS and this Specification, this Specification
shall prevail.

In the event of a conflict between this Specification and any other standards or
specification quoted herein, the requirements of this Specification shall prevail.

The order of precedence, with item a) having the highest priority, is:
a) Particular Specification
b) General Specification
c) Indian Railway Standards
d) Indian Standards
e) International Standards referenced herein.
f) Other International Standards
g) Other National Standards.

Notwithstanding the precedence specified, the Contractor shall always immediately


seek advice from the Employer in the event of conflicts between Specifications.

3.3 Verification of Design


The NE-01 Contractor shall thoroughly satisfy himself that the tentative capacities,
ratings and quantities of equipment as specified herein meet the operational
requirements.

Taking into account the technical and other data contained in the Bid document, the Bidder
shall verify the ratings, quantities of equipment etc as specified herein and if the Bidder
considers any additional equipment, equipment of higher capacities and higher ratings for the
systems and sub-systems or any other additions necessary for the complete, safe and reliable
operable power supply system, he shall include such

Chapter 1 Page 5 Rof 7


Contract NE-01 – Particular Specification
Scope of Work

1. General
A general description of the broad scope of work, relating to works covered in this
Tender, is given below. It shall, however, be clearly understood that the description is
for the purpose of general guidance only and is not exclusive. For complete
appreciation of the Scope, the Specifications, Drawings and other relevant
paragraphs of the Tender documents shall be referred to.

1.1 Items of work


The following items of work are within the Scope of this Tender:
a) Supply and erection of 25 kV Traction Overhead Equipment for Elevated Lines
and ‘At-grade’, lines (including Depots), and Switching Stations.
b) Supply and Erection of 25 kV cables
c) Supply and Erection of Return Current cables
d) Supply and Erection of 33 kV Insulated cables in viaduct, in ground and at other
places as detailed in subsequent paragraphs.
e) Supply and Erection of 33 kV / 415 V Auxiliary Transformers and associated
Switchgear and Equipment in all ASS’s, in Elevated Stations.
f) Modification works, as required, at the relevant already erected installations.
g) Supply and Erection of SCADA System, including Equipments at OCC and at
‘Controlled Stations’ (RTU), including RTU’s for Switching Stations.
h) Civil works along the line and at Switching stations.
i) All Design, Testing, integrated testing, and Commissioning of all erected
equipment.

1.2 Corridors Covered by this Tender


This Tender covers the relevant works in the following Corridors.

• Sector 71 – Sector 137


• Sector 142 – Sector 149
• Knowledge Park II – Depot Station
• Greater Noida Rolling Stock Depot

Chapter 2 Page 3 R of 11
2. SCOPE
2.1. General
In general, NE-01 Contractor is responsible for all works relating to Traction
Overhead Equipment, 33 kV Power Distribution Network, Auxiliary Substations and
SCADA in the various Corridors, except for certain items of work which are
specifically excluded from the NE-01 Contractor’s Scope and which would be carried
out by other Contractors/Agencies.

2.2. NE-01 Contractor’s Scope

NAME OF CORRIDOR SCOPE


S.NO

NOIDA-GREATER NOIDA OHE,SCADA & AUXILIARY


1
DEPOT:
Greater Noida Rolling OHE,SCADA & AUXILIARY
2 Stock
Interlinking of Auxiliary
supply of 33 kV & OHE
supply of 25 kV between N-
MODIFICATION WORKS
GN and Line-3 and other
requirements as per site
3 conditions

2.2.1 Traction Overhead Equipment

2.2.1.1 Elevated Sections


Design, Supply and Erection of 25 kV Traction Overhead Equipment (OHE) of
Flexible Catenary System, for ‘elevated’ shall be within the scope of NE-01
Contract.

2.2.1.2 Depots
In addition, supply and erection of OHE in the following Metro Car Maintenance
Depot (generally referred to as ‘Depots’), shall also be within the scope of NE-01
Contract.
a) Greater Noida Rolling Stock Depot

Chapter 2 Page 4 R of 11
2.2.2 Switching Stations

2.2.2.1 The following works shall form part of this Tender


Design, Supply and erection of all Switching Stations in the ‘elevated’ corridors,
including, but not limited to
- 25 kV Switchgear
- Jumpers and connecting cables
- Measuring and protection equipment (if required)
- Marshalling Box
- LT and Control Cables from the Switching Station to the Station control
room in the nearest station
- Structures and foundations (if necessary) to support the equipments and
all other related works to make the Switching Station complete and for its
successful and satisfactory working.

2. 2. 2 .2
Tentatively, the Switching Stations are located near the following Stations,
in various Corridors.

Sw itching Stations
Sr.
Name of Corridor
No. FP SP SSP SS Total

1 1 6 3 13
Noida- Greater Noida

2.2.3 Auxiliary Main Substations (AMS)

2.2.3 .1
All works, including civil and general electrical works relating to AMS Room and
33 kV Switchgear and auxiliaries, in the Auxiliary Main Substations in the RSS
premises, are within the RSS Contractor’s scope of work. However, supply and
erection of 33 kV cables from the outgoing 33 kV Switchgear panels in the AMS
Room to the 33 kV Switchgear panels in the designated ASS in the relevant
corridor, is within the NE-01 Contractor’s Scope of Work.

Chapter 2 Page 5 R of 11
2.2.4 Auxiliary Substations (ASS)

2.2.4 .1 The fo llo win g works shall form p art of this Tender:
Design, Supply, erection, testing and commissioning of all equipments at all
Elevated ASS’s, including, but not limited to,

- 33 kV / 415 V transformers
- 33 kV Switchgear
- 33 kV and Control Cables
- 33 kV Cables inside the ASS
- All control cables required for ASS
- All LT cables reuqired for interconnection of equipments etc in the ASS
(excluding those required for connection from 415V side of Auxiliary
Transformer)
- All measuring and protective devices
- Batteries and battery chargers
- Cable paths and earthing
- Safety equipment and

all other items required for successful and satisfactory working of the ASS, at all
ASS’s.

2.2.4 .2 Tentatively , the following lis t sho ws the number o f A SS’s in the
Noida-Greate r Noida Corridors

Sr. ASS’s
Remarks
No. Name of Corridor Elevated Underground
1 Noida- Greater Noida 21 Nil

(At Elevated stations, there is one ASS at every station which has two loops)

2.2.5 Control and Monitoring (SCADA)

2.2.5 .1 Control & Mo nitoring


The Control & Monitoring system shall be developed around modular sub systems
using computerised technology, based on remote terminal units and can dialogue
via converter and the optical fibre cable network to the other side the Operation
Control Centre (OCC).

The Control and Monitoring System covered under this Bid, is required to supervise,
control and acquire the various specified data from the ‘Controlled

Chapter 2 Page 6 R of 11
3. DOCUMENTS AND MANUALS
The contractor shall have to supply, in his own language and in English language, all
the following drawings and documents according to the time table defined below
which may be modified according to the contractual planning of the equipment
supply.

3.1 Two months after the order


- one short bill of quantities for the supplies, with the precise limits of each
interfaces
- one overall planning of the stations execution
- for all high, medium and low voltage equipment:
- final overall dimensions drawings
- handling drawings
- detailed installation drawings
- civil engineering and outfitting guide drawings
- detailed construction timetable, precisely defining the various equipment
construction stages
- a list of general purpose apparatuses so as to reduce as much as possible,
the different types required
- Note : Document and manuals of Preliminary design for OHE,PSI &
SCADA should be submitted within 2 months of the order and for final
design, to be submitted within three & half months of the order.

Under no circumstance may the various detail modifications required for perfecting of
the installations and requested within 1 month after supply of the drawings entitle the
manufacturer to delay the delivery or to ask for a price increase of his supply.

3.2 Four months after the order


For all high, medium and low voltage equipment
- final schematic diagram

For the whole equipment of the OCC room, a detailed study defining:
- the layout of the part of the room under its responsibility
- the dimensions, colours and perspectives views of the console
- The appearance of the mimic panel with the monitoring devices
- The dimensions of the desk.

3.3 Six months after the order


- the wiring diagrams for the whole installations, including the schematic
diagrams and the execution diagrams of the grounding circuits and of the
interlocking
- the general assembly and operating manuals for the whole equipment
- a general guide for preventive maintenance of the various pieces of equipment
- a complete list of sub-contractors

Chapter 2 Page 8 R of 11
4. SUMMARY
The work to be performed on the Noida-Greater Noida Corridors shall include but not
be limited to:
- Design, Supply, installation, testing and commissioning of 25kV flexible AC
Over Head Electrification System and approx. 100 meter ROCS on viaduct
and in the Depot;
- Design, Supply, installation, testing and commissioning of 25 kV OHE in
Ramps for smooth transition from Depot to Elevated Section and vice-versa.
- Design, Supply, installation, testing and commissioning of Switching Stations,
for supply of traction power to rolling stock with necessary protection of the
line and the depot;
- Design, Supply and installation of a duplicate 25 kV feeder from TSS to Feed
FP’s in Elevated Sections,
- Design, Supply and installation of a duplicate 33 kV Auxiliary Power Network
- Supply, installation, testing and commissioning of 33kV/415-Volt Auxiliary
Substation.
- Design, Supply, installation, testing and commissioning of Control &
Monitoring for traction and auxiliary power supply, and necessary interface
with OCC (Operation Control Centre);
- Provision of track bonding and earthing system including BEC;
- Provision of all the construction drawings, documents, and as-built drawings
required to supply, install, test and commission the above installations.
- Supply of spare parts, tools and equipment for Traction Electrification, Power
Supply, C&M Systems;
- Deal and resolve in co-ordination with the employer/Employer’s Engineer the
Interface with other Contractors to ensure timely completion of the Works;
- Ensure Technology Transfer and Training to Employer’s staff.

Note the entire installations shall :


- be realised to withstand the atmospheric pollution and ambient conditions
furnished in General specifications relevant to the location where installed;
- meet the protective provisions relating to electrical safety;
- meet design requirements of fire safety in accordance with NFPA-130
Standard for Fixed Guide-Way Transit System, 1997 edition, except where
amended by this PS.
- Meet the design requirements of Electromagnetic Compatibility in accordance
the EN standard 50121-1 to 5 and EN 61000 series.
- Meet the Project Safety and Environment requirements as per “Project Safety
and Environment Manuals”.

Chapter 2 Page 11 R of 11
Contract NE-01– Particular Specification – Interfaces

2 dia 60mm embedded pipes


between the two cable trough
for ITL at each SSP and
impedance bond

10. Cable dropping from via-duct NE-01 will provide drawings. Provide opening in viaduct.
to ground for 25 and 33kV 1.
cables traction return C&M
cables and LT cables, at
Feeding Posts or other
locations

NE-01 shall provide cable and support from ground to viaduct


opening and install the cables.
11. BEC NE-01 will supply and install the BEC Provide BEC installation
12. Viaduct Lighting NE-01 will provide the general arrangement drawings for Viaduct VDC will provide the structures as Interfacing required with E&M
lighting, including drawings for support structures on Viaduct for per the design. also.
mounting lighting luminaires for Viaduct lighting.

NE-01 will lay the cables from the ASS MDB (provided by the
Station E&M), provide the necessary luminaires and control gear.
13. Approx. 100 metre ROCS NE-01contractor will prepare list of segments requiring Will arrange to strengthen the A list of segments on which
strengthening, to receive ROCS masts, anchors etc. based on concerned segments and provide ROCS masts/anchors are
available track plans. NE-01 Contractor will verify at site. If holding down bolts (as per drg required to be placed, in
there are any changes in the track layout plans, NE-01 provided by the DDC). accordance with the Layout
Contractor will interface with viaduct contractor to further Plans, will be issued to the
add segments to the list (wherever segments are not cast) or successful bidder, along with
modify ROCS design etc. to suit available strengthened the Layout Plans. The
segments. Contractor shall thereupon
interface with the Viaduct
Contractor to assess the status
of casting/erection of segments
and take appropriate action to
ensure compatibility
Chapter 3 Page 14 R of 42
Table 6.3
Interfacing with E & M Contractors in Stations (E&M)

Item Item Description NE-01 Contractor E & M Contractors Remarks


No. (E&M)
1 Supply and erection LVSB will be supplied and
of Low Voltage erected by E&M
Switch Board
(LVSB)
2 Connection between NE-01 shall ensure that facilities are available on the Supply, erection and
Secondary of Transformer Secondary to receive cable or bus duct (Bus Connection by Bus duct or
Auxiliary ducts will be used for transformers 1000 kVA and above) by cables will be done by
Transformer and the E&M.
LVSB
3 Low Voltage NE-01 shall ensure that the 415 V Breakers on the LVSB E&M shall provide the
Protection are provided with necessary protection relays to isolate necessary protection relays
faults on the LV side. on the 415 V Breakers and
NE-01 shall also ensure that the tripping of 415 V Breakers provide inter-tripping
shall also cause tripping of the corresponding HV breaker facilities (The HV Breaker
of the transformer, by inter-tripping. will be provided by the NE-
01)
4 Auxiliary NE-01 will provide the necessary Differential protection E&M will mount the relays
Transformer relays, along with matching CT’s for both HV and LV and CT appropriately on the
Differential sides. The relays and CT’s required for the LV side will be LV side.
Protection handed over loose by the NE-01 to E&M.
NE-01 will do the necessary control cable connections
between HV and LV side.
5 Transformer door Wiring and interlock for transformer enclosure door will be
interlock provided by
NE-01

Chapter 3 Page20 R of 42
Table 8.3
Interfacing with E & M Contractors in Depots (EMD)

Item Item Description NE-01 Contractor E & M Contractors in Depots Remarks


No. (EMD)
1 Supply and erection LVSB will be supplied and erected by
of Low Voltage EMD
Switch Board
(LVSB)
2 Connection between NE-01 shall ensure that facilities are available Connection by Bus duct or by cables will
Secondary of on the Transformer Secondary to receive cable be done by EMD.
Auxiliary or bus duct (Bus ducts will be used for
Transformer and the transformers 1000 kVA and above)
LVSB
3 Low Voltage NE-01 shall ensure that the 415 V Breakers on EMD shall provide the necessary
Protection the LVSB are provided with necessary protection relays on the 415 V Breakers
protection relays to isolate faults on the LV side. and provide inter-tripping facilities (The
NE-01 shall also ensure that the tripping of 415 HV Breaker will be provided by the NE-
V Breakers shall also cause tripping of the 01)
corresponding HV breaker of the transformer,
by inter-tripping.
4 Auxiliary NE-01 will provide the necessary Differential EMD will mount the relays and CT
Transformer protection relays, along with matching CT’s for appropriately on the LV side.
Differential both HV and LV sides. The relays and CT’s
Protection required for the LV side will be handed over
loose by the NE-01 to EMD.
NE-01 will do the necessary control cable
connections between HV and LV side.
Chapter 3 Page26 R of 42
Table 10.2
Interfacing Requirement with Signalling Contractor (SIG) (NS01)

Item Item Description NE-01 Contractor Signalling Contractor Remarks


No. (NS-01)(SIG)
1. Signals for insulated NE-01 will give to SIG (NS-01)locations Will install a signal to protect the This can be taken care of in
overlaps (chainage) of insulated overlaps insulated overlap to avoid entry of a ATP/ATO mode. For Degraded
train into the sub-sector ahead, when mode, operating procedure can be
under shut-down. protect the entry made. In the past no signals have
of trains in insulated overlaps in been provided for this purpose.
ATP/ATO mode.
2. Signals for Neutral NE-01 will give to SIG (NS-01)location Will adjust the positioning of stop This can be taken care of in
Section (chainage) plan of Neutral Section signals in such a way that a train ATP/ATO mode. For Degraded
starting from stop at a stop signal is mode, operating procedure can be
able to achieve necessary speed to made. In the past no signals have
negotiate the neutral section, with been provided for this purpose.
power off, under its own momentum
protect the entry of trains in
insulated overlaps in ATP/ATO
mode.
3. Track circuiting details NE-01 will design Bonding and earthing plan Will furnish to NE-01 details of track This corridor will be installed with
to suit the track circuiting details furnished circuits along the track. axle counter Track circuit will not
by SIG. NE-01 will provide earthing and be used. So the bonding and
bonding. earthing plan for track circuit is
not required.

4. Connection of Return NE-01 will prepare typical connection Will supply and install impedance This corridor will be installed with
Conductor to rail, drawings showing connection between RC bonds and make connection of the axle counter. Track circuit will not
through impedance and Rail through Impedance Bond. NE-01 cable to Impedance Bond. be used. So the impedance bond
Bonds. will supply and install cables and connect and return conductor connection
them to RC side. not required.

Chapter 3 Page31 R of 42
Signalling cable details NE-01 will 'model' the signalling cables Will furnish to NE-01 specifications
for Electromagnetic suitably for EMC study. The NE-01 and of signalling cables and their
Compatibility (EMC) NS01 Contractors shall perform a joint locations.
study and develop the EMC Management
5. Plans using such data as the emission
characteristics susceptibility levels, filter
characteristics , physical layout and
construction of their equipment taking
into consideration variation in component
characteristics with frequencies. The study
shall demonstrate compatibility or
highlight areas.
NE-01 and NS01 contractors shall co-
ordinate for any information concerning
EMI/EMC in the OHE & Other structures
and jointly develop a test plan detailing
how the EMC of OHE and S&T system
will be verified, taking into the
consideration the study conducted.
6 Normal and short circuit DD13B(T) NE-01 will advise to SIG (NS01)
currents levels in the
OHE
7 Location of Track SIG (NS01) will give details to NE-
Circuits 01
8 Bonding and Earthing NE-01 will Design Bonding and Earthing
Plan Plan to suit track-circuiting axle counter
details furnished by SIG (NS01)

Chapter 3 Page31A of 42
9 Rail Continuity Bonds NE-01 will provide Rail continuity bonds, If required, the continuity bonds ,
according to finalised bonding plan and in NE-01 contractor will provide and
co-ordination with SIG (NS01). install the rail continuity bonds.
10 Impedance Bonds & NE-01 will provide TCPMM for earth SIG will supply and install This corridor will be installed with
TCPMM continuity. Impedance bonds at finalised axle counter , Track circuit will not
locations. be used , so the impedance bond
and return conductor connection
not required .
11 Cross Bonds NE-01 will provide cross bonds, according to
finalised bonding plan and in co-ordination
with SIG (NS01).
12 Insulated Rail Joints SIG will provide details regarding NS-01 contractor doesn’t require
locations of insulated rail joints on the insulated Rails joints. If
the required NE-01 contractor will
main line and in the Depot/yard. provide and install the rail
continuity bonds.
13 Signal Locations SIG (NS01) will provide chainages
of signal posts, to NE-01
14 OHE mast locations NE-01 will provide Layout Plans of OHE SIG (NS01) will ensure that signals
showing mast locations, wire staggers etc, to are mounted in locations where they
SIG. are not hidden by OHE masts or
other hardware
15 Electrical Clearances NE-01 will provide Layout Plans of OHE to SIG (NS01) shall coordinate with
SIG (NS01). NE-01 to ensure minimum safe
clearances between any signalling
field installation and the live OHE
part.

Chapter 3 Page32 R of 42
16 Power Supply NE-01 will advise to SIG (NS01) the SIG (NS01) will ensure Train
Protection System and protection relay settings. Control and Signalling systems
trip settings are designed suitably.
17 CBTC NE-01 will interact with the Signalling SIG (NS01) will advised NE-01 ,
Contractor and will advise NE-01 of the details of the CBTC system
special steps, if any, required to be taken proposed to be adopted in Line8
by the NE-01 and also list out special steps, if
any, required to be taken on the
Power side.

Chapter 3 Page32A of 42
Table 11.2
Interfacing Requirement with Telecom Contractor (TEL)

Item Item Description NE-01 Contractor Telecom Contractor (TEL) Remarks


No.
1. Telecom Cables NE-01 will perform the EMC Will furnish to NE-01 the locations of Metro Traction & Telecom contractor
and exchange simulation stud telecom cables and Telephone exchanges. , of Rail shall jointly develop a plan
locations y corridor in sufficient details for enabling detailing how EMC of OHE
'modelling' of cables and for performing simulation traction system and Telecom
study on Electro-magnetic compatibility. For system will be taken care of, taking
outside agencies (e.g. MTNL/BSNL) NE-01 is into consideration the study
responsible for collecting data on it’s own. conducted.
2. Control & Will supply and install suitable Will supply and install along with FO port in TER
Monitoring data copper/optical fiber cables including Room optic fibre cables, including the channels
exchange convertor for connection from RTU provide fiber optic port in TER Room, for the
to optic fibre converter fiber optic channels required for C&M data exchange and for
port of Telecom equipment at. interlinking the OCC’s at Greater Noida Rolling
- each station telecom equipment Stock Depot. Will also supply and install optic
room (from ASS, Traction fibre converters at
Switching Stations) - each station Telecom Equipment Room
- the station nearest to RSS, for - the Depot control room
connection from the RSS
3. Telephone Provide a connected telephone at However, in no case a Telephone
connections to the - Each ASS Room shall be extended at a point along
Rail corridor - RSS Control Rooms the track on the via-duct or on the
internal telecom - OCC inside main depot at Greater Noida at-grade section
network - OHE depot inside main depot at Greater Noida
- Phone at Both Grid substations of Electricty
Boards at sector -148 and 82 through leased
line (Leased line will be paid by DMRC but
arranged by Telecom Contractor)

Chapter 3 Page34 R of 42
4. Laying of C&M Supply and install Control and Provide space (approx 10cm2) in the S&T
cables Monitoring ( C&M ) cables in the cable supports
S&T cable trough between each
traction switching station and the
nearest Station Control Room
5. SCADA NE-01 will advise section wise E 1 Will provide Ethernet channels ( normally 2 NE-01 contractor is required to
requirements or LAN channel SCADA Mbps) from TER of station to TER of OCC. interface TEL contractor for
requirements to TEL channel allocations.
6. Furniture at OCC NE-01 will provide the Desk and ____ ____
Chairs for the operators.
7. Electromagnetic NE-01 will give details of the TEL will coordinate jointly with NE-01 to Traction & Telecom contractor
Compatibility EMC study carried out by ensure compatibility. shall jointly develop a plan
NE-01 detailing how EMC of OHE
traction system and Telecom
system will be taken care of ,
taking into consideration the
study conducted.

Chapter 3 Page35 R of 42
8. Traction The Traction Contractor shall
Currents advise the S&T Contractor of
the normal and worst case short
circuit current levels which
need to be taken in to account
by Telecommunication
Contractors in their design to
take care of EMI/EMC affects.
9. Earthing The Traction & Telecom
Contractors shall interface and
coordinate for connection of the
Telecom field equipments on the
via-duct and on the platform to
the Buried Earth Conductor
/Earth Conductor. The
Connecting jumper cable for
this shall be provided and
installed by the Telecom
contractor.
10. Physical The Traction & Telecom
Interface contractors shall coordinate for
ensuring the minimum safe
distance between any
Telecommunication
field/platform installation and
the live OHE contact point for
the purpose of human safety
apart from EMC/EMI
consideration.
Chapter 3 Page35A of 42
Contract NE-01 – Particular Specification – Definition and Lists

Sr. No. DRAWINGS No. DESCRIPTION


50 NE-01-T-OH-TYPI-1011-0-R-1 General Arrangement of RC(240sq.mm) Termination
51 NE-01-T-OH-TYPI-1012-0 General Arrangement of Guy Rod Assembly
52 NE-01-T-OH-TYPI-1013-0 General Arrangement of Reduced size RC and OPC at structure
53 NE-01-T-OH-TYPI-1014-0 General Arrangement of Suspension of 2 Messenger Wires
54 NE-01-T-OH-TYPI-1015-0 General Arrangement of OHE at Turnouts, Crossovers and Diamond Crossing.

55 NE-01-T-OH-TYPI-1016-0 General Arrangement of Top Tube Assembly

56 NE-01-T-OH-TYPI-1017-0 General Arrangement of Suspension of Messenger Wire

57 NE-01-T-OH-TYPI-1018-0 General Arrangement of Bracket Tube Assembly

58 NE-01-T-OH-TYPI-1019-0 General Arrangement of Register Arm Assembly

59 NE-01-T-OH-TYPI-1020-0 General Arrangement of Steady Arm Assembly

60 NE-01-T-OH-TYPI-1021-0 General Arrangement of Wind Stay Droppers

61 NE-01-T-OH-TYPI-1022-0 General Arrangement of Contact Wire Registration

62 NE-01-T-OH-TYPI-1023-0 General Arrangement of Automatic Tensioning Devices (5 Pulley Block Type)

63 NE-01-T-OH-TYPI-1024-0 General Arrangement of Dropper Assembly

Chapter 7 Page 7 R of 36
Contract NE-01 – Particular Specification – Definition and Lists

64 NE-01-T-OH-TYPI-1025-0 General Arrangement of Jumper Assembly

65 NE-01-T-OH-TYPI-1026-0 General Arrangement of Section Insulator Assembly

66 NE-01-T-OH-TYPI-1027-0 General Arrangement of Automatic Tensioning Devices (Gas Type ATD)

67 NE-01-T-OH-TYPI-1028-0 General Arrangement of Cut-in-Insulators on OHE Conductors

68 NE-01-T-OH-TYPI-1029-0 General Arrangement of Provision of Staggers

69 NE-01-T-OH-TYPI-1030-0 General Arrangement of Guy Rod in Depot.

70 NE-01-T-OH-TYPI-1031-0 Typical Drawing Showing Bonding of OHE Structure to Rail

71 NE-01-T-OH-TYPI-1032-0 Typical Drawing Showing Connection of OPC to Rail/Connecting Plate

72 NE-01-T-OH-TYPI-1033-0 Typical Drawing Showing Connection of OPC and BEC to Rail/Connecting Plate

73 NE-01-T-OH-TYPI-1034-0 Typical Drawing Showing Connection of OPC to Earth Pit/BEC

74 NE-01-T-OH-TYPI-1035-0 Typical Drawing Showing Connection Between two OPC’s


75 NE-01-T-OH-TYPI-1036-0 Typical Drawing Showing Connection of RC to Rail
75 NE-01-T-OH-TYPI-1036-0-R-1 Typical Drawing Showing Connection of RC(240sq.mm) to Rail
76 NE-01-T-OH-TYPI-1037-0 Salient Technical features of OHE Structures

77 NE-01-T-OH-TYPI-1038-0 Salient Technical features of Cables, wires and Conductors

Chapter 7 Page 8 R of 36
Contract NE-01 – Particular Specification – Definition and Lists

78 NE-01-T-OH-TYPI-1039-0 Arrangement of Bracket Assembly for Tramway Type OHE (Regulated)

79 NE-01-T-OH-TYPI-1040-0 Typical Drawing Showing Cross-Section of OHE Arrangement

80 NE-01-T-OH-TYPI-1041-0 Typical Drawing Showing Earthing and Bonding for Switching devices on Masts

81 NE-01-T-OH-TYPI-1042-0 General Arrangement of Short Neutral Section Assembly

82 NE-01-T-OH-TYPI-1043-0 Four Bolt Terminal Connector

83 NE-01-T-DP-GANT-1000-0 General arrangement of Depot Feeding Post Gantry

84 NE-01-T-DP-GANT-1001-0 Supply arrangement of Depot Feeding Post Gantry

SCADA DRAWINGS

85 NE-01-T-CM-TYPI-1001-0 SCADA - Control and Monitoring Block Diagram

86 NE-01-T-CM-TYPI-1002-0 SCADA - Equipment Layout at OCC

INTERFACE DRAWINGS

87 NE-01-T-IN-OHPS-1001-0 General Arrangement of Suspension of OHE/OPC/RC from Platform Shed Roof Trusses
General Arrangement of OHE Masts on Parapets
88 NE-01-T-IN-OHPS-1002-0

Chapter 7 Page 9 R of 36
Contract NE-01 – Particular Specification – Definition and Lists

89 NE-01-T-IN-OHPS-1003-0 General Arrangement of Anchor on Parapets


90 NE-01-T-IN-OHPS-1004-0 General Arrangement of Booster Transformers on Viaduct
90 NE-01-T-IN-OHPS-1004-0-R-1 General Arrangement of Booster Transformers on Viaduct
91 NE-01-T-IN-OHPS-1005-0 General Arrangement of Masts on Parapet for Supporting Pole-Mounted Equipments

92 NE-01-T-IN-OHPS-1006-0 Typical Drawing Showing Earthing Arrangements at Stations

93 NE-01-T-IN-OHPS-1007-0 Typical Drawing Showing Integral Transverse Links

94 NE-01-T-IN-OHPS-1008-0 Typical Drawing Showing Earthing Arrangements for Metallic Masses at Stations

95 NE-01-T-IN-OHPS-1009-0 Earthing on Viaduct - Earthing Arrangement in Piles and Piers

96 NE-01-T-IN-OHPS-1010-0 Earthing on Viaduct - Earthing Arrangement in Girders

97 NE-01-T-IN-OHPS-1011-0 Earthing on Viaduct - Earthing on Plinth

98 NE-01-T-IN-TYPI-1000-0 Schematic Arrangement of Earthing-Connection to Buried Rails at Traction Substation

99 NE-01-T-IN-TYPI-1001-0 Cable Tray Details

Note: Above drawings are only indicative.

Chapter 7 Page 10 R of 36
Contract NE-01 – Particular Specification – Definition and Lists

4. SPARE PART LIST

4.1 GENERAL
The following list indicates the description and quantities of requirement of
Spare parts, to be supplied by the Contractor. The Contractor shall deliver
these spare parts, at the same time as of handing over the first lot of erected
equipment , if not earlier in phased manner.
Traction Equipments (25 kV)
S.No. Description Unit Quantities
1 25 kV Manually Operated Isolator Nos 1 2
2 25 kV Circuit Breaker Nos 1 2
3 25 kV Interrupter Nos 1 2
4 Spare Components of 25 kV Interrupter
4.1 Control Card Set Nos 3
4.2 L- pad Nos 3
4.3 Connector Nos 10
4.4 Panel Locks Nos 10
4.5 Castell Lock Set Nos 10
4.6 Set of Indication Lamp Nos 5
5 Spare Components of 25 kV Isolator
5.1 Earthing heel Nos 2
5.2 Male & Female contact set Nos 4
5.3 Bimetallic Strip Nos 20
6 25 kV Voltage transformer (Line indication Type Nos 2
30MVA 30VA)

33 kV Equipment (GIS will be Provided)

1 33 kV Protection Circuit Breaker Nos 1


2 Spare component of 33 kV Switchgear
2.1 33 kV Breaker gasket kit Nos 3 10
2.2 Set of Relay used in 33 kV protection (Each set Nos 1 2
containing OCR,EFR, MTR, Transformer
Differential, Line Differential etc)
2.3 Set of Panel Keys, each set containing (one Nos 2
each of all type of Panel Keys)
2.4 Set of small components, each set containing Nos 10
panels lock, indicator, selector switches,
auxiliary contactors, limit switchs required for
one panel
Chapter 7 Page 19 R of 36
Contract NE-01 – Particular Specification – Definition and Lists

5 SAFTY SCREEN J CLAMP for 8x6 DA Nos 2


6 Caution Board Nos 5
7 Staff Caution Board Nos 5
8 Electrician Stop Board Nos 4

SCADA

S.No Description Units Quantities

1 RTU rack with all modules equivalent ASS RTU 3


Nos
2 Server of Similar hardware and software Nos 1
configuration as supplied at OCC complete with
liecence
3 Work station of similar hardware and software Nos 2
configuration as supplied a OCC
4 Each type of OCC/RTU software including Set 3
communication trouble shooting software on CD
with hardlock licensees. (One set contain all
OCC/RTU software)
5 12 C Control Cable mtrs 400
6 OFC communication Cable mtrs 400
7 Each type of Interface cable required between RTU Set 4
&Server for troubleshooting/ downloading data
from Laptop (USB type)
8 Communication Unit Nos 3
9 Power Supply Unit Nos 3
10 Transducer of each type Nos 3

Note: Additional list of Spares of OHE, PSI and SCADA is also mentioned in Chapter
13 along with above mentioned spare list.
NOTE:
1.Total cost of the above mentioned spares have to be quoted in cost centre MC- spares
(Sub –Clause MC-1)
2. All the above mentioned spares shall be available with the contractor before
commitioning (ie Key Date –KD-11)

Chapter 7 Page 23 R of 36
Contract NE-01 – Particular Specification – Definition and Lists

5. MANAGEMENT OF CONTRACT SPARES

Spares Management is to be linked with ‘product Life Cycle’ (PLC). Contractor will be
able to supply spares as per various stages of PLC. The optimum support to product
will be available and spares management is to be matched with manufacture’s phasing
out and obsolescence policy.

PLC has following stages:-

I. Current
II. Active
III. Mature
IV. Limited

I. Current :- In this stage of PLC, the supplied product is latest in terms of


technology. Comprehensive support to the product in terms of spares in
available.

II. Active :- In this stage of PLC, the supplied product has passed a sufficient
duration in market. Comprehensive support to the product in terms of spares
availability and their manufacturing should be available.

Note- Comprehensive support to the product in terms of spares availability and


their manufacturing should be available in both ie. “Current” as well as “Active”
stage of PLC. However these stages should be clearly known so as to keep track
of various stages of PLC and adjudge the availability of spares.

III. Mature:- At this stage, a product of better technology has been developed which
is gradually replacing the supplied product. The manufacturer will classify which
spares are covered under this stage of PLC. At this stage the spares will be
classified as follows:

a) Usual spares ie. Which of those of the spares which were available in
“Current” and “Active” stage of PLC are available at this stage.
b) Spares as “Exchange Modular” which are of updated technology and
compatible to components of offered products.
c) Spares required for repairing of selected modules.

During “Mature” stage the product is fully supported with usual spares/
exchange modules/ repairing modules for a sufficient duration before it goes
into the last stage of “PLC” ie. “Limited Stage”.

Chapter 7 Page 24 R of 36
Contract NE-01 – Particular Specification – Definition and Lists

IV. Limited:- Here the new product has covered the market to a great extent. The
product supplied by the manufacturer is approaching obsolescence stage. At this stage
spares will be classified as follows:

a) Spares required for repairing of selected modules.


b) Usual spares ie. which of those of the spares which were available in
“Current”, “Active” and “Mature” stage of PLC are available at this stage.
c) Spares as “Exchange Modules” which are of updated technology and
compatible to components of offered product.

In view of the above , it is required to know that the product being offered
/being supplied is in which stage of Product Life Cycle which will govern the
requirement of spares. Accordingly, following uniform policy for spares is to
be followed.

Note:

1. If any additional spares, from the ones mentioned above are required during
the DLP/AMC period the same will be arranged by the contractor, without any
Extra Payments.
2. For spares/ tools & plants required during DLP/AMC, (mentioned in Ch-13, Vol-
4), nothing extra shall be paid separately to the contractor. The list given in ch-
13 is not exhaustive & contractor shall arrange to keep spares as per actual
requirement.
3. The requirement given above is indicative and minimum in nature (for guidance
purpose only). Prior approval of Engineer-in-Charge will have to be taken
before supply of spares, Tools & Test Equipment along with details regarding
the make & model no. of items specified above.

4. If any spares is consumed at site during DLP/AMC, it has to be recouped within


a month.The Employer has the right to verify/check the availability of these
spares..
5. These Spares shall become the property of employer at the end of Contract.

Chapter 7 Page 25 R of 36
Contract NE-01 – Particular Specification – Definition and Lists

6. SPARES POLICY FOR ELECTRICAL CONTRACTS

6.1 GENERAL

6.1.1 THE CONTRACTOR SHALL SUPPLY THE FOLLOWING SPARES:-

I. CONSUMABLE SPARES
(i) The ‘consumable spares’ shall include items such as
lubricants, oils, greases, sealants, filter Medias, gaskets, lamps
and wearable parts etc. whose declared life is less than one
year. This will not include the consumables like Diesel Salt etc.
required for operation of the equipment.
(ii) The Tenderer shall provide a recommended unpriced list of
‘consumable’ spares in Annexure-1 as noted above for
maintenance and repairs of equipment in technical package.
Any consumable item if required but not included in the above
recommended list by the tenderer will be deemed to have been
included and shall be supplied as per the provisions of this
contract without any extra financial implication to the Employer.
Contractor will be required to supply the requisite quantity of
spares, as required irrespective of the quantities indicated by the
contractor in the recommended list. Employer’s decision in
determining any particular item(s) as consumable in line with
above guideline will be final and binding. In case any changes
are required in the supply of consumables on account of
changes at design stage, the contractor shall have to supply the
required consumables also.
(iii) List of consumable spares furnished in the technical package
shall be updated during the execution of Contract and following
information as minimum shall be provided.
(a) Names, addresses, telephone numbers and other
particulars of manufacturers and their local representatives;
(b) Modules and Part Numbers
(c) Full description of spares including a note whether it is
sealed unit or an assembly or sub-assembly which can be
broken down into component parts;
(d) Quantity installed in the system;
(e) Expected consumption rates;
(f) Overall dimensions and weight including minimum packing
(if any) for shelf space purposes;

Chapter 7 Page 26 R of 36
Contract NE-01 – Particular Specification – Definition and Lists

(g) Inter-changeability or otherwise with similar parts;


(h) Normal manufacturing and shipment lead times; and
(i) Shelf life.
(iv) The consumable spares shall be stored at the location agreed to
by the Engineer.
(v) It shall be the responsibility of the contractor to maintain
sufficient stock of consumable spares till the end of DLP. These
spares will be utilized by the Contractor during the maintenance
etc. and its consumption to be countersigned with Operation &
Maintenance of DMRC and the old replaced parts shall be
destroyed in the presence of DMRC representative. Unused
spares, if any, by the end of DLP shall be handed over to DMRC
and it will become property of employer.
(vi) Recommended list shall be furnished by the contractor as part of
design submission / vendor approval for respective systems and
subsystems. (The price of these spares will be part of tender
evaluation while assessing the L-1 bidders).

II. Unit Exchange Spares

The Contractor shall supply the Unit Exchange Spares as listed


in the Annexure-2 of this Chapter on Employer’s Requirements. The
Unit Exchange Spares shall be supplied in the Store nominated by
the Engineer. The delivery requirements of different lots are
mentioned in the Annexure-2. These shall be delivered as per the
key dates defined. Any delay in this regard will make the Contractor
liable for liquidated damages as per tender conditions. This will be
part of tender evaluation while assessing the L-1 bidder.

III. Commissioning And DLP Spares


(i) The Contractor shall submit to the Engineer for review a list of
minimum spare parts that that he intends to make available
during the installation, erection, commissioning and defect
liability periods.
(ii) The Contractor shall keep on Site, at his own cost, throughout
the installation, erection, commissioning and defect liability
periods, stocks of spare parts, as per the list to enable rapid
replacement of any item found to be defective or in any way in
non-conformance with the Specification.

Chapter 7 Page 27 R of 36
Contract NE-01 – Particular Specification – Definition and Lists

(iii) The Contractor shall generally not be entitled to use any of the
Employer's spare parts during the installation, erection and
commissioning periods or during the Defects Liability Period.
(iv) Contractor shall not be permitted to remove any working/healthy
equipment / components / sub-systems / systems for any reason
whatsoever without specific approval in writing from DMRC’s
Engineer or Engineer’s authorised representative.
(v) Spares as per the agreed list shall be supplied atleast three
months before ROD. Stocks of such spares as available in
Contractor stores will be jointly checked with Engineer every
three months. Certificate by Engineer confirming availability of
the spares in contractor stores / in Depots as per agreed list will
be a pre-requisite for release of interim payments of the
Contractor. However, this condition will not be applicable for six
months before the expected expiry of the DLP period.
(vi) The Contractor shall include the price of this item in cost of DLP
in their financial bid. This will be part of tender evaluation while
assessing the L-1 bidder.
IV. Mandatory spares
(i) The Contractor shall supply the Mandatory Spares as listed in
the Annexure-3 of this Chapter of Employer’s Requirements.
The Spares shall be supplied at the location nominated by the
Engineer. The price of these spares shall be quoted at actual
and will also be part of the evaluation for assessing L-1 bidder.
(ii) No change in quoted price of any spare will be allowed even
when there is change in design of any equipment/sub-system
during the execution of the contract.
(iii) Contractor will furnish complete details during contract execution
(detailed design stage) as noted below for the listed spares;
(a) Names, addresses, telephone numbers and other
particulars of manufacturers and their local representatives;
(b) Models and part numbers
(c) Full description of spares including a note whether it is
sealed unit or an assembly or sub-assembly, which can be
broken down into component parts;
(d) Quantity installed in the system;
(e) Overall dimensions and weight including minimum packing
(if any) for shelf space purposes;
(f) Designed and shelf life;

Chapter 7 Page 28 R of 36
Contract NE-01 – Particular Specification – Definition and Lists

(g) Interchangeability or otherwise with similar parts;


(h) Normal manufacturing and shipment lead times;
(i) Purchase Technical Specification with relevant drawings.
The information as above shall also be given for all other
components/equipments etc. which may have to be changed/replaced
during maintenance as decided by the Engineer based on the proposed
maintenance practices.
V. Recommended Spares
(i) The Tenderer shall furnish priced list of the ‘recommended
spares’ not covered under ‘Unit Exchange Spares’,
‘consumables’ and ‘mandatory’ spares but the Contractor
expects them to be required during three years after expiry of
defect liability period, along with the bid as per format enclosed
in Annexure-4 of this Chapter of Employer’s Requirements. The
prices should be proportionate and reasonable. Employer may
decide to procure any number of these spares at quoted /
negotiated rates before the end of DLP. The Spares shall be
supplied at a location nominated by the Engineer.
(ii) Contractor shall supply all the spares recommended by
equipment/sub-system manufacturers within the quoted cost for
recommended spares. Contractor shall update list of spares
recommended by equipment/sub-system manufacturers at
design submission stage.
(iii) This will not be part of tender evaluation while assessing the L-1
bidder.
VI. 10 years spares beyond DLP (Purchase of spares from
Vendors)
(i) The Contractor shall ensure availability of spare parts for a
period of ten years from the last date of taking over of whole of
Works. The Tenderer shall furnish an unpriced list of spares for
maintenance and repair for a period of ten years from the date
of taking over in the Technical Package in Annexure-5. The
spares shall be in kit form/ items. The Tenderer shall also
quote unit prices for the kit / items, spare item with escalation
clause in the Financial Package. The Employer at his
discretion, during a period of ten years from the date of taking
over of the whole works, purchase as many kits / items of
spare parts as required by him, at the rates indicated in this
schedule.

Chapter 7 Page 29 R of 36
Contract NE-01 – Particular Specification – Definition and Lists

(ii) If during the period of ten years, the manufacturer / vendor


intends to discontinue the manufacture of spare or
replacement parts, the manufacturer / Contractor shall
immediately give notice to the Employer of such intention. The
Employer shall be given the opportunity of ordering at
contracted prices such quantities of such spare or replacement
parts as the Employer shall reasonably require in relation to
the anticipated life of the equipment.
(iii) In the event of Vendor / manufacturer / Contractor failing to
supply the spare parts in accordance with this Clause, he shall
in respect of each item of spare, furnish free of cost to the
Employer, the drawings, specifications, patterns and other
information to enable the Employer to make or have made
such spare parts. The Employer shall be entitled to retain the
aforesaid drawings etc., for such time only as is necessary for
the exercise by the Employer of his rights under this clause
and the drawings, if the Manufacturer / Contractor so requires,
shall be returned by the Employer to the Contractor in good
order and condition (fair wear and tear excepted). Also in the
event of vendor / manufacturer / contractor failing to supply the
spare parts in accordance with this clause are liable to be
blacklisted.
(iv) Under such circumstances, the Contractor shall also grant to
the Employer, without payment of any royalty or charge, full
right and liberty to make or have made spare or replacement
parts as aforesaid and for such purposes only to use, make
and have made copies of all drawings, patterns, specifications
and other information supplied by the Contractor to the
Employer pursuant to the Contract.
(v) The Contractor will, so far as he is reasonably able to bind his
sub-contractors / vendors to conform with the requirements of
this Clause and shall, prior to entry into any sub-contracts,
provide the Employer with full details of any sub-contractor /
vendor who will not so conform in which event the Employer
may direct the Contractor to seek an alternative sub-
contractor/vendor.
(vi) If the Contractor fails to provide spare or replacement parts as
described in this Sub-clause and these are available from the
Contractor’s sub-contractor, the Employer shall have the right
to obtain such spare and replacement parts from the sub-
contractor or any other supplier. ( and any additional cost
incurred by the Employer shall be recoverable from the
Contractor)

Chapter 7 Page 30 R of 36
Contract NE-01 – Particular Specification – Definition and Lists

(vii) In case the Contractor is unable to supply spares in


accordance with Clause above, he shall furnish procuring
specification, free of cost to the Employer, the drawings,
specifications, and other technical details, to enable the
Employer to manufacture parts, or have them manufactured.
Such drawings and technical data shall be provided free of any
charge or royalty, on the understanding that the Employer will
use such data and drawings, only for the manufacture of parts
for his own use.
(viii) The foregoing shall hold equally good for the Contractor, any
or all of his sub-contractors, and vendors.
(ix) In the event that technological progress results in improved
versions of spares and replacement parts, the latest version
shall have the same plug compatibility, and spatial needs of its
predecessor, to avoid modifications being required, to accept
the up-graded version of the part.

6.2 MANUFACTURE, DELIVERY AND WARRANTY


(i) The major spare parts ordered under the Contract shall be manufactured,
tested and inspected in accordance with the relevant quality system,
suitably packed and labelled. All spares shall be subject to inspection by
the Engineer. In the event that any item is known to be going out of
production, then the Contractor shall give advance notice to the Engineer.
(ii) The warranty period of ‘unit exchange’ and ‘mandatory spares’, delivered
shall be:
(a) Either 24 months from the date of acceptance or
(b) Upto expiry of the defect liability period, whichever is later.

6.3 PURCHASE OF SPARES FROM VENDORS


(i) The Contractor shall furnish an undertaking that he has no objection
whatsoever to and shall not in any way deter or obstruct the Employer, its
licensee or its representative from dealing directly with the Contractor's
Vendors for the purchase of the spares during the Contract period. The
spares purchased shall be subject to inspection by the Engineer.
(ii) Contractor shall obtain an undertaking from vendors, OEMs etc. at
detailed design submission stage that they will deal directly with Employer
for supply of spares, equipments and/or sub-systems.

Chapter 7 Page 31 R of 36
Contract NE-01 – Particular Specification – Definition and Lists

6.4 The relevant list of the spares mentioned above shall be submitted in the
technical bids after blanking the prices, where applicable. The financial bid
shall have the price details.

6.5 Contractor shall submit technical specifications of the items used in this
project for the purpose of purchasing. Engineer’s views, if any, shall be
suitably incorporated.

Annexure-1

List of Recommended & Consumable Spares

S.No. Description Quantity Unit Price Total Amount


Foreign INR Foreign INR
Currency Currency
1
2
3
4
5
6
7
8
9
10

Total

(List to be provided by the Contractor)

Chapter 7 Page 32 R of 36
Contract NE-01 – Particular Specification – Definition and Lists

Annexure-2
Unit Exchange Spares

Unit Price Total Amount


S.No. Item Quantity
Foreign Foreign
INR INR
Currency Currency
1
2
3
4
5
6
7
8
9
10

Total

(List provided by Employer in tender)

Chapter 7 Page 33 R of 36
Contract NE-01 – Particular Specification – Definition and Lists

Annexure-3

Mandatory Spares
Unit Price Total Amount
S.No
Item Quantity Foreign Foreign
. INR INR
Currency Currency
1
2
3
4
5
6
7
8
9
10

Total

(List provided by employer in tender)

Chapter 7 Page34 R of 36
Contract NE-01 – Particular Specification – Definition and Lists

Annexure-4

Recommended Spares for three years After DLP

S.No. Item Quantity Unit Price Total Amount


Foreign INR
Currency
1
2
3
4
5
6
7
8
9
10

(Contractor need to submit the unpriced list in the technical package.)

Chapter 7 Page 35 R of 36
Contract NE-01 – Particular Specification – Definition and Lists

Annexure-5

List of Spares for 10 years beyond the DLP

S.No. Item Quantity Unit Price at the Base Year Rate of


................ Escalation per
Foreign INR year over the
Currency base year
1
2
3
4
5
6
7
8
9
10

Chapter 7 Page36 R of 36
Contract NE-01– Particular Specification – Civil Works at Power Supply
Installations

4. ALONG VIADUCT

4.1 GENERAL
The NE-01Contractor may be required to carry out certain works, which are more in
the nature of civil works, along the Viaduct. For this purpose, he will maintain
suitable interface with the Viaduct Contractor. The indicative list of such works is as
follows:
• Buried Earth Conductor (BEC) shall be connected to the girders by means of
flexible copper Al/ACSR conductors cables, the connection being
established to the terminal/s provided on the girder.
• At Integral Transverse Link (ITL), it will be necessary to lay adequate number
of Ø60mm HDPE pipes to carry the cables required for establishing the
connection
• Power sockets (16A) will require to be provided along the Viaduct, on one
side only, at an approximate spacing of 50m.

• Viaduct Lighting : Viaduct luminaire consisting of an extruded anodised


aluminium alloy body sealed onto an extruded polycarbonate prismatic
protector with high impact resistance IK10.

4.2 BURIED EARTH CONDUCTOR CONNECTION


The NE-01Contractor will have to ensure that the connections between the BEC and
other constituents of the Earthing system such as girder, hand-rail, C&M boxes etc are
properly realised in accordance with the Approved Drawings.

4.3 INTEGRAL TRANSVERSE LINK (ITL) LOCATIONS


At ITL locations the NE-01Contractor will be required to lay HDPE pipes to carry
cables for ITL. The NE-01Contractor will have to interface with the Signalling
Contractor and the Viaduct Contractor, for actual execution of this work.

4.4 POWER SOCKETS ALONG THE VIADUCT


Power sockets shall be installed along the viaduct.

From each station 2 cables have to be laid, one on each direction.

Sockets shall be placed every 25 50 meters. They shall be 16 A rated current with 5
pins/ 3 phases plus neutral plus earth. They shall ensure a protection of IP 65. Not
more than 2 sockets will be operated in one circuit at any time. That is to say, the
cable should be designed for carrying a continuous rated current of 32A, after
considering the derating factors as applicable.

The cable along the via duct should be of the same cross section( min. 25 sq. mm.)
throughout.

Chapter 8 Page 6 R of 9
5. AT AUXILIARY SUBSTATIONS (ASS)
5.1 GENERAL
The ASS rooms at stations are constructed by the Station Building Contractor (SBC).
The SBC shall complete the ASS room including the final finished floor. The NE-
01Contractor will have to do the following Civil works :

• construction of necessary foundations or Anchor fasteners for Auxiliary


transformer, Switchgear panel and other equipment.
• Provision of earthing for Auxiliary Transformer neutral earthing and other
equipment earthing.
• Connection of ASS earthing system to the Station Building earthing system
provided by the SBC.

5.2 TRANSFORMER & EQUIPMENT FOUNDATIONS


The NE-01Contractor will have to interface with the SBC to ensure that
• the HT, LT and Control cables can be managed properly in the ASS Room.
• the 33 kV draw-out type switchgear has adequate space in front, at the same
level, to facilitate drawing out
• the ASS floor strength and level is such that it is possible to move
transformers and heavy panels, on rollers, from the Loading/unloading
platform to the final location where the equipments are required to be erected.

5.3 EARTHING ARRANGEMENTS


The Auxiliary transformer neutral is required to be connected to the ASS earth by
means of 2 independent connections. In addition, the NE-01Contractor will have to
run an earth bus inside the ASS room, and all non-current-carrying metallic parts of
the various equipments will require to be connected to this earth bus. The earth bus
will ultimately have to be connected to the ASS earth, which may be an earth-mesh or
a series of interconnected earth electrodes,

Chapter 8 Page 8 R of 9
Contract NE-01-Preliminary Design and Simulation

II. Design Criteria

1. The key design criteria that the Contractor shall adhere to are addressed in the following paragraphs.

It should be noted that any design criterion is subject to change, subsequent to review, in the interest of
enhancing the System-wide performance, cost and safety. The Contractor/Designer shall ensure that
the designs proposed are similar and compatible to the design already adopted for DMRC Projects.

1.1 Climatic data

0
(1) Temperature Minimum Temperature (ambient) (-)0.6 C
0
Maximum design temperature (ambient) 50 C
0
Mean temperature adopted 35 C
(2) Rainfall Rains occur generally during
monsoon from June to September
and occasional showers in December
and January are also experienced.

(3) Humidity Maximum relative humidity ------------------------ 100%


Minimum relative humidity --------------------------- 10 %

(4) Wind pressure Maximum wind pressure


adopted for design -----------------------------150 Kg/sq.m

(5) Thunder storm The region is subject to thunder during April to June.
Isoceraunic level of average 30 thunderstorms per year as
per IS 2309 may be considered.

(6) Nature of atmosphere The pollution content as recorded during year 2004 and 2005
in Delhi at a busy intersection is as under.
SPM 1651μg/m3
SO2 14 μg/m3
NO2 115 μg/m3
RSPM 507 μg/m3

The expected pollution levels in future are likely to be higher than these figures. The
atmospheric conditions described above are for estimation. Designer/Contractor shall obtain
the relevant details of NOIDA for the design. The pollution level in this contract will be treated
as extreme polluted conditions. The equipment and their technical characteristics shall be
selected which are suitable for extreme polluted conditions in India(Eg. creepage distance of
2
1600 mm in case of insulator and mass of zinc coating of 1000g/m in case of galvanized
masts/steel parts. Portals. For zinc coating of SPS first priority will be 1000gm/m , but
2

610 gm/mm may be accepted for for SPS .


2

(7) Earthquake Designs as per Zone-5.

1.2 Codes and standards

Following codes and standards shall be adopted in that order of procedure:


a) DMRC codes and standards

Chapter 9A Page 6 R of 40
1) Normal system voltage - 33 kV
2) Maximum system voltage - 36 kV
3) Minimum voltage under normal - 33kV-5%
feeding
4) Minimum voltage under loss of - 33 kV-10%
any one supply

1.6 Track gauge

(1) Standard Gauge(1435 mm)

1.7 Schedule of Dimensions (SOD)

The approved SOD will be made available . Any changes in the approved SOD will also be
communicated time to time.

2.0 Design Parameters

2.1 Overhead Equipment (OHE)

Flexible Catenary comprising contact wire (107 sq mm) and catenary (65 sqmm) shall be utilised with
OHE system on the elevated sections. However, tramway type OHE may be used in the depot area.
Provision of sliding type rigid OHE may be explored for use in depot inspection lines to facilitate crane
working for maintenance of air conditioners/roof equipment of the train sets.

2.1.1 Contact Wire Height


The normal contact wire heights are shown in following Table

Table Contact Wire Height (m)


Height at support (m)
Item
5.05 ( normal )
Regulated OHE with 10 cm pre-sag
5.2 – 5.4(based on interface
Depot inspection lines requirements)

2.1.2 Stagger

Spans and staggers shall be carefully arranged to ensure that the contact wire will never be displaced
by more than 200 mm on straight track and 300 mm on curve from the center-line of the pantograph at
any point in-span, under the worst operating conditions of the OHE System, the rolling stock and the
pantograph.
In calculating the maximum displacement of the contact wire for the stagger, the following shall be taken
into account:
• Temperature effect (i.e. the effect of stagger change due to temperature variation);
• Static and dynamic effect of track tolerances (if they are not included in pantograph
sway); and
• Erection tolerance.

2.1.3 Span Length

The standard OHE spans adopted in Indian railway is from 27 meter to 54 meter

Chapter 9A Page 8 R of 40
(upto 67.5 depending upon the wind speed ) as per latest guidelines of RDSO .Generally in
steps of 4.5 m. Span length shall be suitably designed based on the practices followed on the
corridors of Phase-I, II, III Project.

2.1.4 OHE Masts

Designer/Contractor shall proposes suitable economic design of OHE masts. Tubular masts
will be preferred on aesthetic considerations.

2.1.5 Tension and Tension Length

The Contact and catenary tension shall be 1000 Kg. The tension length and the mid point
anchor shall be so arranged that the tension loss in each half of the tension section should be
less than ±10% (contact wire) and ±12% (catenary wire) of the nominal working tension. The
tension lengths shall normally be limited to 1,500m 1120m. Individual tension lengths shall be
designed for crossovers wherever possible. Spring Type/Pulley type ATDs (standardized
design) shall be used for mainlines. Five pulleys type ATDs can be used in Depot areas.

2.1.6 Contact Wire Sag

The auto-tensioned simple overhead line system shall be such that the nominal height of the
contact wire at mid-span is lower than that at the supports to improve the current collection
quality. The amount of this pre-sag on a straight track shall be decided based on system
calculations or experimental data. On a curved track, it shall be increased to compensate for
the cant.
The maximum permissible contact wire sag, which is the difference in height between the
supports and the lowest point in the span, shall be 100mm.

2.1.7 Maximum Gradient of Contact Wire

The height of the contact wire above the rail level shall normally be the same at each support.
If, due to local conditions (such as the transition between main line and depot), a variation in
height is necessary, this shall be achieved with as small a gradient as practicable.

The maximum permissible gradients of the contact wire above the rail level shall not exceed
3mm/m on main lines and 10 mm/m on sidings. The relative gradient of the contact wire in
two adjacent spans shall not be greater than 1.5 mm/m on main lines and 5mm/m on sidings.

2.1.8 Clearances

The minimum electrical and mechanical clearances shown in Table shall not be infringed
under the worst operating conditions of the overhead line equipment, the rolling stock and
pantograph. The values in the right column shall be used only where it is absolutely
necessary and prior approval of Engineer as obtained upon review in each case.

Chapter 9A Page 9 R of 40
• Normally, the interlock between isolators to isolators, isolator to circuit breaker & circuit breaker
to circuit breaker shall be designed depending upon the safety and operational requirements.

2.3 Cabling system

33kV Cable feeders shall be provided for auxiliary power transmission from RSS to various Stations,
25kV and traction return cables will be required for feeding traction power from RSS to OHE.

There would be requirement of 415V LT Cables, Control Cables and Communication Cable in the
Project.
The cabling System shall meet the requirements of IEC and IS standards. Flame retardant low smoke
zero halogen (FRLSOH) and low smoke zero halogen (FRLS) type cables shall be proposed with XLPE
insulation and metallic sheath/ armouring as applicable for underground and elevated sections
respectively. A colour code scheme shall be used for different cables for easy of identifications.33 kV
cables for auxiliary power supply are laid in cable troughs cable brackets/ hangers on viaduct.
33 kV cables are proposed to be laid on cable brackets/ hangers on the parapet walls of viaduct.
Contractor shall be required to design the cable laying arrangement of viaduct and accordingly suggest
and interface with civil contractor. The specifications of 33kV cables to be designed accordingly keeping
into consideration of outdoor atmospheric conditions including UV rays.

2.4 SCADA System

The Contractor shall prepare design, technical and performance specifications for the supervisory
control and data acquisition system monitoring, Control and tele-metering of the entire Power Supply &
Traction system.

The SCADA system shall be essentially based on the power management system of master station or a
central terminal unit (CTU) installed at the operation control center (OCC) and back-up control center
(BCC) and many remote terminal units (RTU) scattered along the railway line and connected to the CTU
through line and MODEM.
The basic functions of SCADA system shall be the switching operation of the equipment at the RSS cum
Traction Sub Station (TSS) as well as auxiliary power supply stations (ASS) and switching stations e.g.
FP/SSP/SP (controlled stations) to monitor the status of equipment and to collect, store and analyze
information and data relating to traction and auxiliary power supply. The system shall monitor, record,
perform the reporting of network control and exercise the management functions of measurements &
statistical data.

2.4.1 Technical Requirements of SCADA System.

The proposed SCADA system for this Corridors shall be compatible and matching with the DMRC
network system of those particular corridors in respect of speed, protocol, control & monitoring
Philosophy etc. DESIGNER shall propose an optimum solution where existing SCADA servers can be
used with addition of RTUs.

The SCADA system is to be designed in such a manner it gets integrated with existing system of DMRC
. SCADA system architecture should be based on latest technology so that it should enhance response
time, fault detection of panel and building control for restoration of system with minimal human interface.

2.5 Train Operation Plan

Chapter 9A Page 15 R of 40
It should be able to calculate the amount of regenerative braking Power and energy generated by trains and the
portion of it utilized by the others trains, system and its variation w.r.t. delay in starting of train and headway of
trains, separately for UP line and DN line and also for the different sections under different Receiving sub
stations.Simulation to be carried out for different headway and time of starting of train services and train
composition in a particular corridor, to ascertain the amount of regenerative braking power and energy generated
in the system and also utilized, to reach to state of "Optimum Energy Consumption Mode" of the system.

The idea is to operate trains in a scenario where all the regenerative braking energy generated by trains is
consumed within the system by other trains and a minimum input energy is required.
Study and calculation methods and control mechanism are to be developed to achieve the above state of
“Optimum Energy Consumption Mode".
DESIGNER is required to develop the above described “Mathematical Model / Program” by using the software or
by using the results of simulation study.
The power supply arrangement proposed would give due consideration to power reliability. The scope of
DESIGNER in interacting with power supply authority is limited to technical aspects and legal/tariff negotiations
are not in his scope.

(b) Preparation of pegging plans and furnishing detailed OHE plans and cross section plans.
Based on the track plans and layout plans of stations and other structures, DESIGNER shall prepare OHE
layout plans for main line & depot, on format already adopted in phase-I,II and III. The OHE layout plans shall
be submitted as soon as sectioning diagrams are approved by Employer’s Representative. Cross section
drawings will be prepared for adequate number of typical cases (say 40 or 50), which will cover all individual
locations. DESIGNER shall, covers all locations and the location km number (mast number) is clearly marked
on the typical cross section drawings. It should also be ensured that no location is left uncovered.
DESIGNER will suitably interface with the designers/contractors of the Civil, structural, architectural, E&M,
VAC, S&T, RSS, etc and provide and collect all details as are necessary, so that all the interface issues are in
the designs and drawings are addressed.

3 Task 2
Study as per standards already adopted over in Phase-I ,II & III for limiting the induction effect to the adjoining
telecommunication circuits residential and commercial areas and recommend the design, requirement, capacity
and spacing the Booster Transformers (BT) (if required), and arrangement of return conductor and its connection
to traction rails and current flow back to substation.

DMRC is contemplating to go for reduced size RC provision in N-GN Systems without Booster Transformer.
However BT with 240 sq. mm RC will be provided between Knowledge Park II to Delta-1 Station (approx 4
km section) of Noida-Greater Noida Corridor. The details regarding the telecom cables, other cables,
telephone exchange etc. in a 200m wide corridor along the alignment, shall be obtained by DESIGNER with the
help of DMRC. Based on these and other input details, the electromagnetic compatibility study will be performed
by DESIGNER, and the requirements, sizing and specification of booster transformers and return conductors and
other details will be finalized. While doing this study, the requirements of BT, RC etc already finalized in Phase-I
and II may be used as an input data. Full and complete explanation will be submitted by DESIGNER along with
the results of EMC study. The NE01 contractor will clarify the requirement of BT based on the study report.

Chapter 9A Page 22 R of 40
DESIGNER shall update the register as required. All drawings shall be checked for compliance with design
specifications and for accuracy by the DESIGNER’s design staff and shall also be subjected to the checking
procedures as detailed in Section below.

20.6 Documents

Documents shall be prepared by the DESIGNER in accordance with the requirements issued by the
Employer’s Representative. Documents produced by the DESIGNER shall be listed as part of the Progress
Register.

20.7 Computer Programs

The DESIGNER shall submit details and verification of all computer programs it intends for use to the
Employer’s Representative for acceptance prior to use in making calculations. These shall include the
computer program manuals, input and output printout of a typical example and previous records of its use
by the DESIGNER. The DESIGNER may also be required to perform test calculations using the program so
that the results may be compared with those obtained by other means. The Softwares should have been
used for designing similar type of installations (traction and auxiliary systems) for MRTS systems. The
Designer shall submit the credentials for the software for approval to the Employer.

21. CHECKING PROCEDURES

21.1 General
DESIGNER Note : Document and manuals of Preliminary design for OHE,PSI & SCADA should be
submitted within 2 months of the order and for final design, to be submitted within three & half months of
the order.
shall appoint a Validating Agency for validation of the design submitted by them.Design validation shall
be done as per IEC and other relevant standards.

21.2 Design Calculations


Each page of design calculations, including any amendments thereto, shall be endorsed as checked
and approved prior to issuing to the Employer’s Representative by being initialed and dated by both the
originator and the checker.

21.3 Drawings and Documents


Each document and drawing, including any revisions thereto, shall be endorsed as checked and
approved prior to issue to the Employer’s Representative by being initialed and dated by both originator
and checker. In addition to compliance with the requirements of the documentation each drawing,
where appropriate, shall be checked to ensure compliance with the DESIGNER’s certified design
calculations.

21.4 Certification
Certificate signed by the Project Manager of the DESIGNER or his accredited representative stating that
all drawings and documents have been checked and approved in accordance with the agreement, shall
accompany all documents and drawings issued by the DESIGNER to the Employer’s Representative for
acceptance.

Chapter 9A Page 35 R of 40
Contract NE- 01 Particular Specification for Traction Network

Name of Type of
Approx.
Sr. No. Switching Switching Remarks
Chainage
Stations Stations
1 Sector 71 SSP -
2 Sector 71 FP
3 Sector 78 SS -
4 Sector 81 SSP -
5 Sector 83 FP -
6 Sector 142 SS -
7 Sector 144 SSP -
8 Sector 147 SP -
9 Sector 153 FP -
10 Sector 149 SSP -
11 Pari Chowk SSP -
12 ALPHA -2 SS -
13 Depot Station SSP -

Note:- FP at Sector 71 has been kept for interlinking with Line-3, in case of
emergency.

1.4 TRACTION FEEDING DIAGRAMS

Corridor Traction Feeding Diagram Drg.


Name of Corridor
Ref. No.

Noida Sector 71 to
Depot Station
1 (Noida-Greater Noida NE-01-T-TN-TYPI-1000-0
Corridor)

Chapter 9B Page 5 R of 37
3A. BOOSTER TRANSFORMERS

3A.1 GENERAL

Booster transformers are basically two-winding transformers (1:1 ratio), with the
primary winding connected in series with the OHE and the secondary in series with a
return conductor. Since the primary winding is connected in series with the overhead
equipment, the Booster transformers are subjected to frequent and heavy short
circuits due to transient faults.

3A.2 RATING

The Booster transformers shall have a rating of 150KVA or 280 kVA, as required. The
salient technical requirements are as follows:-

Nominal Rating 150KVA 280 kVA

Rated Current and voltage 366A at 409V 500 A at 560 V

Overload rating (15 mts) 550A 750 A

Impedance at full load at 0.15 ohm (Max) 0.15 ohm (Max)


75Centrigate

Guaranteed max no load 225W 350 W


losses

Guaranteed max load losses 4000W 6500

3A.3 TEMPERATURE RISE

The temperature rise after full load operation followed by overload, shall not exceed
o o
50 c for winding (by resistance method) over an ambient temperature of 45 c.

Chapter 9B Page 20A of 37


3A.4 INSULATION LEVEL

3A.5 Winding Insulation level

Rated voltage between


Winding and earth
- HV 27.5 KV
- LV 7.2KV
Rated power frequency
one minute withstand
Voltage (RMS)
- HV 95KV
- LV 20KV

Rated impulse withstand


Voltage (1.2/50 microsecond wave)
Peak
- HV 250KV
- LV 60KV

Induced overvoltage withstand


voltage (RMS)
- HV 3 KV
- LV 3 KV
3A.6 Bushing Insulation level
Rated Voltage (RMS)
- HV 52KV
- LV 12 KV

One minute power frequency


withstand voltage dry
- HV 105KV
- LV 35KV

Impulse withstand voltage


(1.2/50 microsecond wave)
Peak
- HV 250KV
- LV 75KV

Chapter 9B Page 20B of 37


Min creepage length
In air (mm)
- HV 1040
- LV 240

The Booster transformers may be oil filled type or dry cast resin type.
3A.7 Metal work and Paint-work
Painting should be suitable for salty seaside atmosphere and has to comply with IEC 60 721-2-
5 standard

After baring, all metal surfaces shall receive anti-corrosion process:


- natural stainless for Bolts & screws
- hot dip galvanisation for radiators
- rust-proofing and anti-corrosion paint for tank, oil expansion vessel and other metal
surfaces

Then all metal surfaces shall be painted in accordance with the rules of art with three coats of
non-metallic paint of the same quality as that used for outdoor transformers, total thickness
should not be less than 120µm and should withstand 120°C

The transformer and its accessories shall be completely painted in plant.


The necessary touch-ups shall be executed on-site after erection.

This protection shall be fully guaranteed for five years starting from provisional taking over.

Should any noticeable deterioration by rust or corrosion appear before this time elapses, the
contractor shall be responsible for repainting at his own expense and for renewing his
guarantee for the work performed.
The painting and preserving of panels for transformer protection should be of similar
standards with that of other control and relay panels provided in the control room.

NOTE: Booster Transformer will be provided only from Knowledge Park-II to Delta 1 Station
(approx. 4km section)

Chapter 9B Page 20C of 37


4.10.2 In depot feeding post, there will be three four incomers.
(i) 25 kV supply will be taken from main line (one from UP line & second
from DN line)with connection from Isolators with the help of 1x240 sq.
mm 25 kV Copper cable.
(ii) 2 MVA single Transformer nos of 33kV/25 kV Transformers of 2000
kVA will be installed in the Depot ASS. From 33kV/25kV transformer,
25 kV supply will feed to depot FP through 1x240 sq.mm copper cable.
The input supply of 33 kV will be taken from the depot ASS. This will
act as an Emergency feed to depot. A buried rail will be provided in
the rolling stock depot near this 33kV/25kV transformer. On the
25kV side, one end would be connected to this buried rail and
another end of 25kV would be used to feed the OHE.

For details please refer drawing no. NE-01-T-DP-GANT-1000-0 and NE-01-T-


DP-GANT-1001-0
The protection scheme should be prepared by NE-01 contractor and take
approval from DMRC.

Chapter 9B Page 31 R of 37
The equipment shall be capable of withstanding intensive use without
alteration, and of performing its duty even after extended idle period.

5.5 CABLE LAYING RULES

The Cable laying & also for 25 kV cable & 3.3 kV Cable shall be followed as
specified in Clause 5.7 of Chapter 11A – Auxiliary Network.

The Specification for Sheath Voltage limiter shall be followed as specified in


Clause 5.7 of Chapter 11A – Auxiliary Network.

5.6 ATMOSPHERIC AND CLIMATIC CONDITIONS

The entire equipment will be designed for operation in hot weather, according
to the climatic conditions defined in General Specifications.

The equipment will be sturdy and properly treated against corrosion. This
protection shall be suited to the various environmental conditions encountered
in the various parts of the network.

It must be noted that environmental conditions will be very severe during


construction; these conditions shall not be the cause of any alteration of
equipment or material whether already installed or simply stored.

6 3.3 KV RETURN CABLE

The 3.3 kV cable shall be 191.9/3.3 kV , grade single core, 240 sq mm strandard
copper conductor, XLPE insulated , copper wire screened, tape armouring , PVC
sheathed cables. It shall conform to IEC 60502 Part 1 latest for construction and for
testing. The nominal thickness of insulation for 3.3 kV cables shall not be less than
2.0 mm as per IEC 60502 part 1. Relevant specifications given above for 25 kV cable
shall apply to return cable also.

Note: ROW fees deposited by the contractor to Government agencies for


obtaining permission for laying of 25 kV cables shall be reimbursed by DMRC
on submission of documentary evidence and road/path way restoration
charges paid by the contractor to the civic agencies will also be reimbursed by
DMRC on submission of documentary evidence of payment.

Chapter 9B Page 34 R of 37
Contract-NE-01: Specification forTraction Overhead Equipment

1.5 Meteorological Conditions

1.5.1 Temperature

Minimum Temperature (ambient) - 0.6ºC


Mean Temperature (ambient) 35ºC
Maximum Temperature (ambient) 50ºC

1.5.2 Humidity

Maximum relative humidity 100%


Minimum relative humidity 10%

1.5.3 Wind Pressure

Maximum wind pressure adopted in the design


- for structural design 147.2 daN/m2
(150 kg/m2)

- For calculation of conductor blow-off etc. 147.2 daN/m2


(150 kg/m2)

1.5.4 Pollution

The minimum pollution levels, taken into account are as follows:-

SPM (ppm) : 1292


SO2 (ppm) : 99
Nox (ppm) : 128
CO (ppm) : 16345
The pollution level in this contract will be treated as the extreme polluted conditions. The
equipment will be used suitable for extreme polluted condition in India such as 1600 mm creepage
2
distance in case of insulators and 1000 gm/m in case of mast/sps Portal etc.for galvanisation of
2 2
SPS first priority will be 1000gm/m , but it may be accepted 610 gm/m for SPS as per
availability at vendor.

1.5.5 Earthquake
Zone 5

Chapter 10 Page 11 R of 76
2 BASIC DESIGN CRITERIA
2.1 BASIC PARAMETERS

2.1.1 The Overhead Equipment (OHE) is designed taking into account the following basic
parameters.

• Track gauge : 1435 mm

: 1 in 9 / 1 in 7
• Types of Points and Crossings
• Curves
a) Minimum radius of curvature on Main line
: 200 m
b) Minimum radius of curvature in
depot/workshop/carshed :
• Gradient
a) Maximum gradient of track on main line :
b) Maximum gradient of track in 3%
depot/workshop/carshed
:
4%

The salient design parameters adopted are as follows:-

a) Maximum span : 54 m (upto 67.5m


depending upon the
wind speed) as per
: latest guidelines of
RDSO.
b) Minimum height of contact wire at support :
5.05 m
- for Regulated OHE (with presag) :
5.15 m
- for unregulated OHE :
5.20 m
- in car sheds/depots
1/1000 of span
c) Presag of contact wire at mid span
length
:
d) Maximum gradient of contact wire :
- on main line
3mm per meter
on sidings
10mm per meter

Chapter 10 Page 12 R of 76
2.4 Conductor Tensions

In all elevated sections of corridors Overhead Conductor of 65 Sq.mm Messenger


wire and 107 Sq.mm copper contact wire will be used with conductor tensions of
1000 kgf each.

The following conductor tensions are adopted.

Messenger wire … 1000 kgf (regulated)


Contact wire … 1000 kgf (regulated)
Reduced size Return conductor … 400 daN at 35ºC
Return conductor … 500 daN at 35ºC
OPC … 400 daN at 35ºC
Anticreep wire … 400 daN at 35ºC

2.4.1 The use of a higher conductor tension of 1000 kgf in the Messenger and contact wire
ensures a better current collection performance. The mechanical interaction between
the contact wire and the pantograph plays an important role in the phenomenon of
current collection. The pantograph exerts an upward pressure on the contact wire,
which tends to hog the contact wire. At the same time, the contact wire tends to sag
by its own unsupported weight and the pre-sag provided. The sag of the contact wire
will depend upon the tension in the contact wire. The net result of this pantograph -
contact wire interaction will play a vital role in the flow of current from the contact wire
to the pantograph. A combination of higher tension in the contact wire and a
specified pre-sag, helps to contribute better current collection at higher design
speeds.

2.5 OHE Speed Potentials

2.5.1 The following table indicates the speed potentials of different ranges of OHE, along
with their possible applicability.

Chapter 10 Page 19 R of 76
Description Fully regulated OHE Unregulated OHE Single
regulated
contact
wire

Messenger Contact wire Messenger Contact Contact


wire wire

Mechanical stress 1000 kgf 1000 kgf 1000 kgf at kgf at 35ºC 1000
of cables/wire 35 ºC kgf

Yes Yes No No Yes

Initial mid- span NA L/1000 NA L/1000 at NIL


pre-sag of contact 35ºC
wire

Maximum NA 3‰ NA 6‰ 10‰
permissible
gradient of contact
wire

Maximum NA 1.5 ‰ NA 3‰ 5‰
permissible
transition gradient
of Contact Wire
Maximum speed 60 kmph 80 kmph
100kmph

Possible Main LINES Sidings/Depots Sidings/


Application Depots

Works for OHE connection to existing facilities in Therefore on such locations one more
cantilever to be provided on the OHE masts and adjustment to be made for getting
clearance of 200 mm between in-run & outrun wires. In addition, OPC & RC wires are to be
extended by splicing and to be anchored on mast.

Works will be done without affecting to the current operation.

Chapter 10 Page 20 R of 76
5 Sector 83 FP -

6 Sector 142 SS -

7 Sector 144 SSP -

8 Sector 147 SP -

9
Sector 153 FP -

10 Sector 149 SSP -


11 Pari Chowk SSP -

12 ALPHA 2 SS -

13 Depot Station SSP -

The Traction Sectioning Diagrams of the corridor are shown in the list given below.

• NE-01-T-TN-TYPI-1000-0 : Traction Feeding Diagram



In addition of above mentioned table, Depot Feeding Post will be also there in the
depot.

3.4 Need For Neutral Sections

The single phase traction power from 2 adjacent Substations may have a phase
difference between them. In order to segregate the power supply feeds from
adjacent Substations, Neutral Sections are provided on the flexible OHE in front of
Sectioning Posts. Normally, the OHE on either side of the Neutral Section will not
be bridged.

3.5 Short Neutral Section Assembly

3.5.1 At locations of Sectioning Posts (SP), Short Neutral Section Assembly shall be
provided, whose general arrangement is shown in DRG. No. NE-01-T-OH-TYPI-
1042-0.

Chapter 10 Page 22 R of 76
ANCHOR INTERMEDIATE AXLE INTERMEDIATE ANCHOR

0.20m
Usual way for
Running Trains
Common Zone

Anchor Raising
Span Span
Fig. 5/4: Reversed un-insulated Overlap by means of 4 spans

5.3.4 The details of arrangements, including values of staggers adopted, are shown in the
Drawing NE-01-T-OH-TYPI-1006-0.

5.4 Automatic Tensioning Devices

5.4.1 As mentioned earlier, the Messenger wire and contact wire are each given a tension
of 1000kgf. This tension has to be maintained at this value, irrespective of the
variations in the atmospheric temperatures. This is achieved by providing
Automatic Tensioning Devices (ATD), on either end of each tension length. When
the tension length is 560 m or less, ATD could be provided at one end and the
other end of the tension length could be fixed without an ATD. This will be termed
as a half-tension-length and is provided depending upon the exigencies in the
layout of OHE. Normally the tension length is varying between 850 m and 1120 m
and ATD's are provided at either end of the tension length. The ATD’s used shall
be either of 5 pulley block type or of spring type. Normally 5 pulley block type ATD
shall be provided on the viaduct & inside the depot. However, at critical location,
where any remote possibility of ATD falling down accidently on the traffic below
the road; Spring type ATD shall be provided. Spring type ATD shall also be
provided on the ramps, where there is limited height available for counterweight
movement. Use of spring type ATD shall be approximately 50% of the total
number of ATDs, used overall in the system. However actual will worked out
during detailed design stage.

5.4.2 The scope will also include temperature marking on the masts.

Chapter 10 Page 31 R of 76
TOHE Termination arrangement
Drg.No. NE-01-T-OH-TYPI-1010-0
Return conductor termination
Drg.No.NE-01-T-OH-TYPI-1011-0-
Arrangement
R-1
GA of Anchor on Parapets
Drg.No.NE-01-T-IN-OHPS-1003-0
GA of Guy rod assembly
Drg.No. NE-01-T-OH-TYPI-1012-0

5.6.3 However, in the case of Reduced Return conductor and OPC, it might also be
possible to anchor the concerned conductor to a mast, designed to take the load
without the use of a guy rod. That is to say, since the normal tensions in the
Return conductor, OPC and anti-creep wires are only of the order of 400 kgf at
35ºC, the structures on which these are anchored, could, if required, be designed
as self-anchoring masts.

5.6.4 The overhead protection conductors are terminated at intervals of approximately 2


km on each track. Thus there will be a number of back to back terminations of the
OPC along each track except at the start and end of the section to be electrified.
At these locations where the OPC is discontinuous, the electrical continuity has to
be ensured by connecting the two OPCs of the concerned track by a jumper wire.
Such an arrangement is shown in drawing no. NE-01-T-OH-TYPI-1035-0

5.7 Points and Crossings

5.7.1The location of obligatory structures to support the catenary system of the main line
and that of the turn-out equipment, together with their arrangement on the
cantilevers, is of vital importance. Basically, the arrangement has to ensure.

• That the current collection is smooth and without any sparking, and

• That under normal, as well as worst conditions, there is no likelihood of the


overhead equipment getting entangled with the pantograph.

Chapter 10 Page 39 R of 76
6.1 Equipment With Head Spans

6.1.1 As an alternative to rigid metallic portal, an arrangement involving stretching of


flexible wires between two vertical metallic uprights on either side of the multi-track
section, and supporting the OHE from these wires through appropriate fittings, can
also be employed. This arrangement called the 'Head span" is generally employed
in big yards, where the numbers of parallel tracks are many and also where the
speed of operation need not be very high. No head spans are proposed to be
used.

6.2 Return Conductor Supports


Booster Transformer will not be provided in Noida-Greater Noida Section from
Knowledge Park-II to Delta 1 Station (approx. 4 km section) of Noida –
Greater Noida Corridor. 240 sq. mm return conductor (All aluminium
conductor) shall be provided in BT area, However reduced size of return
conductor of size 93.3 sq. mm Aluminium Conductor Steel Reinforced (ACSR) shall
be used, where BT is not provided. The general arrangements of suspension of
RC from OHE structures are shown in Drawing no. NE-01-T-OH-TYPI-1013-0.

At stations, return conductor will be laid down in brackets along the platforms in order
to avoid the current problems of short circuit between return conductor and
messenger wire caused by birds. RC shall be taken through super mast at all the
sensitive locations such as at double cantilever assembly, BT’s, BM’s etc.

Return conductor support should be hot dip galvanised as per the RDSO
specification No. ETI/OHE/13(4/84).The galvanization shall not be less than
1000gm/m2. The first priority of galvanization shall not be less than
1000gm/m2, but it may be accepted for SPS as 610 gm/m2 as per
availability at vendor.

In place where BT is not provided the reduced size of RC will be provided in a suitable
clamp at the back side of the mast ie. away from the track on viaduct. In platform the
RC will be suspended in the drop arm provided by civil contractor at station canopy.

Chapter 10 Page 44 R of 76
6.3 Overhead Protection Conductor Supports
At feeding posts, OPC shall be taken through parapet of viaduct. At all switching
posts locations OPC should either be taken on cross arm/super mast away from
track or it should be taken through viaduct.

6.4 Arrangement for Mounting Multiple Cantilevers on Mast/Drop Arm

These are the small part of the steel as per the drawing no. NE-01-T-OH-TYPI-1016-
0(sheet 6/9). This shall be provided in the OHE mast for the provision of multiple
bracket. Normally these items are required at the location of overlap mast, obligatory
structure. Theses should be made of steel and confirm to Bureau of Indian Standard
specification IS: 2062, IS: 800 and IS: 808 all latest versions and it should be hot dip
galvanised as per the RDSO specification No. ETI/OHE/13(4/84).The galvanization
shall not be less than 1000gm/m2. The first priority of galvanization shall not
be less than 1000gm/m2, but it may be accepted for SPS as 610 gm/m2 as
per availability at vendor.

6.5 Arrangement for catenary system/overhead conductors from under the roof
at stations

These are the small part of the steel as per the drawing no. NE-01-T-OH-TYPI-
1004-0 (Sheet-3/3). This is also known as DA in Indian railway. The DA should be
Rolled Steel Joists (RSJ) or Broad Flange Beams (BFB) type. The DA should confirm
to Bureau of Indian Standard specification IS: 2062, IS: 800 and IS: 808 all latest
versions and it should be hot dip galvanised as per the RDSO specification No.
ETI/OHE/13(4/84).The galvanization shall not be less than 1000gm/m2.

Chapter 10 Page 45 R of 76
7 Overhead Catenary System

7.1 Contact Wire

The contact wire shall be of 150 sq mm 107 sq. mm hard drawn grooved, round
copper conductor, diameter 13.8 12.24 mm. The contact wire should be drawn out of
continuous cast rods of minimum diameter of 21 mm. Contact wire shall conform to
latest RDSO specification ETI/OHE/76(6/97).

OR

The contact wire shall be 150 sq mm flat bottom /107 sq mm round bottom Silver
Bearing Grooved Copper Conductor. Contact wire shall confirm to latest RDSO
specification TI/SPC/OHE/CW(Cu-Ag)0100(07/2010) or specification approved by
DMRC.
The salient features of the contact wire are in Table 1.

Note: Silver bearing copper contact wire should be used in main line as
adjustable price and copper contact wire should be used in depot.
.

7.2 Messenger Wire

The Messenger wire shall be of Cadmium copper, diameter 10.5 mm, consisting of
19 strands, each of 2.1 mm diameter. The nominal cross section of the Messenger
wire is 65 sq. mm. The messenger wire shall conform to Indian Railways' RDSO
specification No. ETI/OHE/50 (Latest Revision)

In stations the messenger wire will be protected with an insulated cover in order to
avoid that birds can touch messenger wire and return cable at the same time.

The salient features of the Messenger wire are in Table 1

Chapter 10 Page 46 R of 76
7.3 Return Conductor
BT shall not be provided only from Knowledge Park-II to Delta 1 Station
(approx. 4 km section) in Noida – Greater Noida Corridor. 240 sq. mm
return conductor (All aluminium conductor) shall be provided in BT area.
However reduced size RC shall be provided which shall be 93.3 sq. mm, ACSR
conductor, where BT is not provided.

An ACSR Conductor, consisting of 7 steel wires each of 2.5 mm diameter and 12


aluminium wires also of 2.5 mm diameter each, with a nominal cross section of 93.3
sq. mm is used as reduced size RC. The overall diameter of the conductor is 12.5 mm
.The ACSR conductor shall generally confirm to Bureau of Indian Standard
specification IS: 398 (part-II) latest version.

Reduced size RC will be supported in OHE mast along the track except in stations
where it will be laid down under platform at DA provided by the civil contractor. A
feeding posts and switching posts locations reduced size RC will be taken through
parapet of viaduct by means of super mast/ suitable arrangement .
All aluminium conductor (SPIDER) consisting of 19 strands each of 3.99 mm
diameter with nominal cross section of 240 sq.mm . The overall diameter of RC is
19.95 mm. The SPIDER conductor shall confirm to Bureau of Indian Standard
specification IS: 398 (part-I) latest version.

The salient features of the reduced size RC wire is in Table 1.

7.4 Overhead Protection Cable

An ACSR conductor, consisting of 7 steel wires each of 2.5 mm diameter and 12


aluminium wires also of 2.5 mm diameter each, with a nominal cross section of 93.3
sq.mm is used as OPC. The overall diameter of the conductor is 12.5 mm. The
ACSR conductor shall generally confirm (As the size of 93.3 sq. mm is not in the IS
table) to Bureau of Indian Standard specification IS:398(Part II)-Latest Revision.

OPC will be supported in OHE mast along the track except in stations where will be
laid down under platform by means of brackets. At Feeding posts and switching
posts locations OPC will be taken through parapet of viaduct by means of brackets.

Chapter 10 Page 47 R of 76
- 262 sq mm feeder of Electrolytic copper, consisting of 37 strands each of 3.0mm
diameter, with a nominal cross section of 262 sq mm and diameter of 21.0 mm.

The salient feature of Feeder wire is in Table-1.

7.10 Insulated Sleeves

Insulated sleeves along with shrouds shall be provided on catenary wire


under portal location. Similar arrangement shall also be done on catenary wire near
cantilever assembly at platform area. The sleeve shall be of ‘Raychem’ type or
equivalent.

Insulated sleeve shall be also provided on Return conductor (240 sq. mm)
under portal location and station area in the section of 4 Km where Booster
transformer to be installed.

Chapter 10 Page 51 R of 76
8.2 A DISC INSULATORS

Disc insulators shall be used for cut-in-insulators on Return conductors.


These disc insulators shall conform to Bureau of Indian Standards
specification IS:731, Latest version and IS:3188, Latest version.

Chapter 10 Page 54A of 76


8.3 Section Insulators

8.3.1 Section insulators are deployed when it is necessary to electrically separate one
section of the OHE from another. The normal section insulator assembly consists
of a Tensioning Insulator (9 tonne) on the catenary wire and an arrangement
involving copper runners and sectioning insulator on the contact wire. The above
arrangement provides the necessary insulation between adjacent sections of the
OHE.

8.3.2 Section Insulators specially designed to meet the following requirements, are used
on the OHE.

- Light weight

- Better current collection

- Long Life permitting a large number of panto-passages per day.

- Less maintenance. The skids do not require frequent checks and adjustments
thereby permitting the Section Insulators to be left unattended for long periods.

- Usable at higher speeds up to 200 100 kmph.

8.3.3 The use of section insulator has been restricted to places in Main lines where
insulated overlap assembly is not possible and in sidings and depot lines.
8.4.4 Section Insulator should be used at least 5 years in any metro/railway system

8.4.5 The Contractor should give 5 years warranty for section insulator.
8.4.6 The Section Insulator should meet the RDSO specification
TI/SPC/OHE/LWTSI/0060 or latest versions are proposed to be used.
OR
Any other design which has been used in the past of DMRC may be consider the
8.4.7 JG 2202 (Galland make) or similar light weight section insulator can be
considered for cross-over.
It has to be ensured that old section insulators even in wet condition
perform satisfactory in service. Contractor shall give undertaking for this.

Chapter 10 Page 55 R of 76
uprights. OHE’s relating to intermediate tracks shall be supported by means of
drop-arm attached from underside of such portal. A typical general arrangement of
cantilevers on Drop arm is shown in drawing no.NE-01-T-OH-TYPI-1004-0.

9.2.4 For portal, only factory fabricated galvanised uprights of portal with base plate shall
be erected.

The Portal shall be hot dip galvanized in accordance with Indian Railway’s
RDSO specification ETI/OHE/13(4/84), latest version. The galvanization shall
not be less than 1000gm/m2.

9.3 Special Mast/Tubular Poles:


Contactor may provide special tubular steel structure with a view to reduce
the crow fault during the crow nesting season. The contractor will have to
submit all technical detail of the special mast before placing the purchase
orders. The special mast should meet all the stability criteria of the OHE
design. The special mast will be duly approved by DMRC before supply.
The special mast should be proven in any country.

Chapter 10 Page 59 R of 76
defined in terms of maximum permissible pressure which could be withstood by them.
10.4.2 Three types of soil are taken into account
a) Normal Soil
: Maximum permissible pressure is 0.11Mpa to
0.22MPa

b) Rocky Soil : Maximum permissible pressure is 0.5MPa to 1.0Mpa,


for soft rock and 2.4Mpa for hard rocks

c) Loose Soil : Maximum permissible pressure is 0.06MPa

10.5 Concrete Mix

10.5.1 Concrete for foundations shall be of nominal mix of grade M-15 obtained by mixing
cement, coarse aggregate, fine aggregate and water in accordance with
proportions given in Table 9 of IS:456-2000.Latest Version.

10.5.2 For grouting, muffing and embedding of structures, in foundations and for cable
trenches at switching stations, nominal mix concrete M-20 shall be used, in
accordance with IS:456-2000. Latest Version.

Concrete Poles shall be grouted with dry sand. The core hole after sand grouting
shall be sealed with a 10cm layer of Bitumen before Muffing is provided to prevent
any ingress of water in to the Core hole.

10.6 Anchor Blocks

10.6.1Use of concrete anchor blocks shall be in accordance with Indian Railway's RDSO
drawings and specifications.

Chapter 10 Page 62 R of 76
13A ELECTROMAGNETIC INTERFERENCE

13A.1 GENERAL

The 25 kV Single phase AC Electrification system is likely to cause


electromagnetic interference in the adjacent installations. If the extent of such
interference exceeds the maximum permissible values specified in
International Standards (ITU-T), then it will be necessary to provide suitable
arrangements on the Traction Overhead System to suppress/mitigate such
Electromagnetic Interference at source. This is achieved by provision of
Booster Transformers and Return Conductors.

In addition, the Contractor shall follow the requirements indicated below.


IEC61000-5 installation and Mitigation Guidelines must be observed wherever
applicable.

13A.2 BOOSTER TRANSFORMERS

13A.2.1 Booster Transformers are essentially two-winding transformers (1:1). The


primary winding of the Booster Transformer is connected to the OHE
across the insulated overlap and the secondary of the Booster Transformer
winding is connected across the cut in insulator provided on the return
conductor in front of the Booster Transformer station.

13A.2.2 The Booster Transformer’s are mounted on gantries fixed on parapet walls
of the viaduct/ or on ground at grade. A typical general arrangement of
Booster Transformer on viaduct is shown in NE -T-IN-OHPS-1004-0.

13A.2.3 The spacing between two successive BT is approx 2.5 km.

13A.2.4 The return conductor connected to 2 successive Booster Transformer is


required to be connected approximately mid way between the 2 BTs to the
traction rails through an Impedance Bond. In actual practice, the two
traction rails of the concerned track are connected to the Impedance bond
and the Return conductor is connected to the terminal provided in the
Impedance bond for receiving the RC.

Chapter 10 Page 71A of 76


13A.2.5 A general schematic arrangement showing the connection of the RC
approximately midway between the 2 successive BTs to the rail via
Impedance bond is shown in drawings. All the traction rails of the tracks
front of the traction substation are required to be located inside the
Substation through an Impedance bond. This buried rail is in turn
connected to the earth side of the secondary of the traction transformer
and the earth mesh. This is to ensure that the traction current drawn by the
trains is returned to the source point i.e. the Traction Power Transformer.
For this purpose a pair of 240 sq mm 3.3 kV grade Insulated copper cable is
used for connections between each running rail to the buried rail and same
size cables (equal numbers) are used to connect buried rail to the earthed
terminal of the traction power transformer.

13A.2.6 The Booster Transformer shall be provided at locations which shall be


away from the stop signal for which interface with Signal Contractor shall
be in the Scope of work of NE-01 Contractor.

13A.2.7 Booster transformer shall be provided from Knowledge Park-II to DELTA 1


station (approx. 4 km section) in Noida-Greater Noida Corridor. Two BT shall
be required on UP track & two no. On DN track.

13A.3 RETURN CONDUCTORS

13A.3.1 The Return Conductor is physically located in as close proximity as


electrically possible to the traction overhead equipment.

13A.3.2 The technical details of the Return Conductor are indicated in Clause 7.3.

13A.4 ELECTRO-MAGNETIC COMPATIBILITY CONTROL PLAN


13A.4.1 An EMC Control Plan shall be submitted by the contractor as
specified in the Employer’s Requirements: General Specification for review
by the Employer.
13A.4.2 The EMC control plan shall include measures to reduce conducted,
induced and radiated emissions to acceptable levels as specified by
EN50121:2006. The plan shall specify measures to increase immunity of the
system and all its subsystems.
13A.4.3 The Plan shall specify basic’ protective measures proposed for all
electrical and electronic subsystem and components and specify measures to
be adopted for selected subsystems and components.

Chapter 10 Page 71B of 76


13A.4.4 The Plan shall analyze EMI and EMC impacts on the design of the
system, all other train-borne equipment and track- side equipment as well as
the general environment. Particular attention should also be paid to additional
requirements in grounding, bonding, and shielding, filtering and cabling
arrangements.
13A.4.5 The Contractor is required to conduct full EMI tests at locations
adjacent to television and radio transmission stations airport, and other
transmitting commercial stations to be agreed with the Employer. These tests
shall include simulated fault conditions.
13A.4.6 The radiated emissions shall not exceed the levels permitted by the
relevant standards.
13A.4.7 Conductive emissions shall be below the levels deemed by the
signaling equipment to the satisfaction of the Employer. This condition shall
be met by each individual piece of equipment.
13A.4.8 Power cables and data cables shall be physically separated from each
other. A power cable shall be located and arranged so as to minimize electrical
induction or interference to train control and communication circuits as a
result of traction, auxiliary or other currents, both static’ transient or flowing.

13A.5 INTER-SYSTEM EMI


The Contractor shall ensure that all equipments are designed and constructed
in accordance with the latest issues or version of internationally recognized
EMC standards, including but not limited to CISPER, EN50082, EN50121(1-5),
EN 50123, EN 50155, IEC 60571-1, IEC61000, or equivalents, to ensure proper
functioning.

Chapter 10 Page 71C of 76


Tender NE-01 - Power Supply – Particular Specification - Auxiliary Network

ASS IN ELEVATED, AT GRADE SECTIONS

Tentative No. and


Tentative No. and Size of
Name of ASS connected to Size of
SL.NO. transformers to be Remarks
the Loop @ transformer for
provided at each ASS*
PD

1 Sector 71 2x315 kVA 1x500 kVA


2 Sector 50 2x315 kVA
3 Sector 78 2x315 kVA
4 Sector 101 2x315 kVA
5 Sector 81 2x315 kVA
6 Dadri Road 2x315 kVA
7 Sector 83 2x315 kVA
8 Sector 137 2x315 kVA
9 Sector 142 2x315 kVA 1x500 kVA
10 Sector 143 2x315 kVA
11 Sector 144 2x315 kVA 1x500 kVA
12 Sector 147 2x315 kVA
13 Sector 153 2x315 kVA
14 Sector 146 2x315 kVA
15 Sector 149 2x315 kVA
16 Knowledge Park II 2x315 kVA
17 Pari Chowk 2x315 kVA
18 ALPHA 1 2x315 kVA 1x500 kVA
19 ALPHA 2 2x315 kVA
20 DELTA 1 2x315 kVA
21 Depot Station 2x315 kVA
Greater Noida Rolling Stock
22 2x2000 kVA
Depot
Greater Noida Rolling
2x2000 kVA
Stock Depot ASS-1
22 2x2000 kVA
Greater Noida Rolling
2x2000 kVA, 33/25 kV
Stock Depot ASS-2
transformer

* The number and capacity of the transformers are tentative and is subject to
confirmation.

Chapter 11A Page 7 R of 91


* 4 PD locations (i.e 2 breakers and one transformer at each PD stations) are
indicative and the same may be shifted to any other station as per detailed design
without any financial implication. One additional breaker will also to be provided for
future expansion in the PD load at four PD stations.
* In the Rolling Stock Depot; a full fledged NMRC Bhawan of (G+5) floors is
being planned. Hence, two nos. (33 kV/415 V) ASSs will be inside Depot. ASS-
1 shall cater to the normal rolling stock depot supply & ASS-2 shall feed to
NMRC Bhawan.
ASS-1 shall also have in addition 2 nos of 33/25 kV transformers of 2000 kVA
each for back up traction power supply arrangement. Hence, ASS-1 shall have
4 bays and ASS-2 shall have two bays.
* The number and capacity of the transformers are tentative and is subject to
confirmation
* 4 PD locations (i.e 1 breakers and one transformer at each PD stations) are
indicative and the same may be shifted to any other station as per detailed
design without any financial implication. One additional breaker will also to be
provided for future expansion in the PD load at four PD stations.

The RSS are located at following locations:


• Sector 83
• Sector 153
NE-01 Contractor will obtain DMRC approval before ordering for transformers
and other equipments including PD ASS.

Chapter 11A Page 7A of 91


- Earthing from MET to ASS equipment. Earth mat risers will be provided by
SBC and earthing from earth risers up to and including MET will be
provided by E&M contractor.

- Safety equipment as per CEA Regulation 2010.

- All other items required for successful and satisfactory working of the ASS,
at all elevated ASS’s shall be within the scope of this Tender.

- Communication cables from RTU to TER shall be laid by NE-01


contractor. Earthing from the MET to RTU shall be done by NE-01 while
MET shall be provided by E&M contractor.

- Cable trays/brackets in underground sections for laying all ASS 33 kV,


C&M, AC/DC cables shall be provided by E&M Contractor. Cable brackets
in elevated sections shall be provided by viaduct contractor. In adjoining
elevated station ASS cable brackets from platform to ASS (inside shaft
etc.) and inside ASS shall be provided by NE-01 contractor.

1.4.3 Traction Power Supply arrangement in Greater Noida Rolling Stock


Depot

33 /25 kV, single phase, 2 MVA transformer will be installed in Rolling stock
depot for 25 kV traction power supply inside Depot. Apart from this, 25 kV
supply tapped from main line will also be available at Feeding Post of Depot.
There will be provision of Automatic Switched Neutral Section (ASNS) at
depot entry and exit lines of Depot. This ASNS will be normally kept bridged
by Circuit Breaker. To segregate the fault of Main line & Depot OHE
necessary Circuit Breaker will be provided accordingly. Normally the feed to
the Depot will be through 25 kV OHE which is coming from the Depot station
(last commercial halt station). Only in emergencies 25 kV supply will be
extended to rolling stock depot from 33 /25 kV transformer.
- There shall be two nos ASS in Rolling stock depot at Greater Noida.
The transformer capacity and utility of these are as follows:

ASS-1: 2 nos of 33/25 kV, 2000 kVA transformers – for 25 kV OHE


supply.
Chapter 11A Page 10 R of 91
2 nos. of 33 / 0.415 kV, 2000 kVA transformers – for depot
power supply.
ASS-2: 2 nos of 33/0.415 kV, 2000 kVA transformers – for NMRC
Bhawan power supply which would also house the OCC.
- There is no provision of 25 kV feeder from RSS at sector 153 to
Rolling stock depot. Hence, arrangement of 2 x 2000 kVA (33/25 kV),
single phase transformer has been kept in ASS-1 for back up 25 kV
traction power supply inside Depot. Apart from this, 25 kV supply
tapped from Depot station (last commercial halt station) will also be
available at Feeding Post of Depot. Normally the 25 kV feed to the
Depot will be through this arrangement. Only in emergencies / power
block on Main line, 25 kV supply will be extended to rolling stock
depot form 33 / 25 kV transformer provided in ASS-1.
- There will be provision of Automatic Switched Neutral Section/Short
Neutral Section (ASNS/SNS) at depot entry and exit lines of Depot.
This ASNS/SNS will be normally kept bridged by Circuit Breaker. To
segregate the fault of Main line & Depot OHE, necessary Circuit
Breaker (s) will be provided accordingly.

1.5 MANNING OF COMMISSIONED ASS’S

The Employer may call upon NE-01 Contractor to provide suitable manning
staff in the ASS’s / AMS already commissioned and handed over to the
Employer, for manning the installations, before commencement of the
Revenue operation of the line. NE-01 Contractor shall provide the necessary
staff team for the purpose. The staff team deployed at the ASS’s / AMS shall
be thoroughly conversant and

Chapter 11A Page 10A of 91


sections whose salient features should be implemented as discussed below:

i. The Primary Protection for the cable faults between two stations shall be pilot wire
differential protection (87L) which will trip the respective MVCB on either end of the
faulty section of the cable.

Advantages of keeping the pilot wire protection is that it does not require any current
or time grading as it works on the difference of current in the zone between the two
pilot wire relays. NE-01 contractor will supply & install armoured pilot wire cable.

ii. Directional overcurrent/earth fault (67/67N) protection shall be provided as a backup


to pilot wire relay in the ring feeder breakers. They should be set with the direction
towards bus bar inside an ASS. issued only when the relay senses the overcurrent
fault in the forward direction.

3.4.4.2 The Transformers feeder breakers (i.e. MVCB-1/2) should be provided with the
following protections:
a. Transformer differential protection (87T)(For UG Only)
b. Restricted Earth Fault protection(64NP)(For UG Only)
c. Over Current Protection and Earth Fault Protection (50/51/50N/51N)
d. Mechanical Door Limit Switch (Castle Key Arrangement) (33)
e. Winding Temperature Indicator (49T).

3.4.5 Following has to be ensured:-

a. The ASS relay timings should be synchronized with the RTUs of the
concerned ASS.

Chapter 11A Page 34 R of 91


Contract NE-01– Particular Specification – DLP/AMC of OHE,PSI and SCADA

SCOPE OF WORK FOR DLP/AMC of OHE

During Defect Liability Period /Annual Maintenance contract, Contractor shall depute dedicated
manpower round the clock in shifts prescribed in Table 1 at designated place
as agreed by employer for attending breakdowns and preventive maintenance activities.
This shall be read in conjunction with Clause 23 (Sub clause 10) of SCC applicable for DLP and AMC
as well.
This excludes the responsibility of the contractor during DLP defined in Tender
Documents.
Table 1
No. of persons to be
S. No. Staff Designation Min. Qualification
deployed
Degree with 5 yrs. Experience of
1 Sr. Engineer 1
similar nature
Degree with 3 years similar Exp./
2 Field Engineer 1 per shift
Diploma with 5 years similar Exp.
3 Skilled 3 per shift ITI with 3yrs. Similar Exp.
4 Un-skilled 2 per shift -

Contractor shall set-up OHE Depot, corresponding stores, repair shops, which includes furniture,
material racks staff cup-boards, tools instruments, material handling instruments, communication
instruments, material consumable etc. in addition to proper upkeep of all the installations and vehicles
in OHE.

Manpower mentioned above shall be able to perform duties as follows:


Duties of Senior Engineer / OHE
He/She shall be in-charge of Contractor’s OHE maintenance team responsible for Safe, efficient
maintenance of OHE installation at depot and mainline. He/She should be fully conversant with the
layout and sectioning of OHE and also the rules and procedures laid down for efficient maintenance
of OHE and safe working on OHE.
In particular he shall:
1. Supervise the preventive and corrective maintenance of installations under his charge in
accordance with the standard and prescribed schedules, to keep them fully serviceable all
times and in a state of good repair. To ensure proper record of preventive and corrective
maintenance of all installation in his control and submit monthly report to employer with
completion and next due dates (Equipment wise):

Chapter 13 Page 3R of 45
SCOPE OF WORK FOR DLP/AMC of PSI & SCADA

During Defect Liability Period /Annual Maintenance contract, Contractor shall depute dedicated
manpower round the clock in shifts prescribed in Table 1 at designated place as agreed by employer
for attending breakdowns and preventive maintenance activities.
This shall be read in conjunction with Clause 23 (Sub clause 10) of SCC applicable for DLP and AMC
as well.
The following requirement is in addition to the responsibility of the contractor during DLP defined in
Tender Documents.
Table 1
No. of persons to
S. No. Staff Designation Min. Qualification
be deployed
Degree with 5 yrs. Experience of
1 Sr. Engineer 1
similar nature
Degree with 3 years similar Exp./
2 Field Engineer 1 per shift
Diploma with 5 years similar Exp.
3 Skilled 3 per shift ITI with 3yrs. Similar Exp.
4 Un-skilled 1 per shift -

Contractor shall set-up PSI Depot, corresponding stores, repair shops, which includes furniture,
material racks staff cup-boards, tools, instruments, material handling instruments, communication
instruments, material consumable etc. in addition to proper upkeep of all the installations in PSI.
Manpower mentioned above shall be able to perform duties as follows:
a. Duties and Responsibilities of Sr. Engineer (PSI)
Sr. Engineer (PSI) is the field in-charge of all the PSI installations including stores working under him
and directly responsible for the safe and efficient maintenance of Traction as well as Auxiliary power
supply installations at ASS’s including traction switching stations, SCADA installations etc. in his
jurisdiction. He must be thoroughly conversant with all technical details of the equipments under his
charge including their rating, trend of power demand and also correct method of their operation
andmaintenance.
In particular he/she shall responsible: -
1. To supervise the preventive and corrective maintenance of installations under his charge
accordance with the standard and prescribed schedules to keep them fully serviceable all
times and in a state of good repair .To ensure proper record of preventive and corrective
maintenance of installations in his control and submit monthly report to Employer with
completion and next due dates(Equipment wise);

Chapter 13 Page 25R of 45


Contract NE-01– Particular Specification – Miscellaneous

1. Earthquake Sensor
The requirement of Earthquake Censor is to detect even feeble earthquake and
generate an alarm on the OCC. The objective is that the earthquake can be detected
and alarm to be generated on the OCC to take a decision to stop the train operation

1.1 Earthquake Warning System Specification

No of proposed nodes - Five (initially) ONE

(Four at corner, One at Centre)

Connectivity - DMRC existing LAN

Individual Nodes - Seismic Warning System (SWS)

(Accelerometer + Seismic Data Acquisition


System) with LAN Connectivity

Alarm Generation - On thresholding (Programmed PGA Value,

resolution 0.05g)

Data Packet - Containing timing and data values

Central Recording System - Recording and alert packet generation at


Central Control Room (CCR) of DMRC

1.2 Specifications of Seismic Warning System (SWS)

1.2.1 Sensor

Type - Force Balance Accelerometer

Component - Three (Tri-Axial)

Full Scale Range - ± 1g (Capability to adjust ± 2g also)

Frequency Response - DC to 100 Hz

Operating temperature - -100C to 50 o C

Cross-Axis sensitivity - <1%

Dynamic Range - > 130 dB

Connection - Military style metal connector

Chapter 14 Page 3R of 7
Contract NE-01– Particular Specification – Miscellaneous

1.2.2 Seismic Data Processing Unit

No. of Channel - Three (Programmable)

Recording Mode - User Selectable


Continuous and Triggering mode

Sampling Mode - Programmable

Timing - GPS timing unit

System Triggering - amplitude Triggering, STA/LTA Triggering

Alarm Logic - Programmable up to 3 (One for each channel)

Alert signal - On exceeding Peak Ground Acceleration (PGA)


(Minor and Major alarm as per PGA)

Connectivity - Ethernet

Data Storage - Internal in GB

Software - Data viewing software

Date Downloading - Using IP address ( to be provided by DMRC)


Over Ethernet connectivity

Pre-event memory - Programmable up to 100 sec

Post-event memory - Programmable up to filling of internal memory

The signals of Earthquake sensor should be integrated in OCC through RTU via the SCADA
System. Each Earthquake sensor shall be provided with the necessary auxiliary contacts
and internal wiring to permit remote control and indication.

2. Wind Speed Sensor


The objective of the Wind Speed is to generate pulse input received from the Cup
Generator and to give out put in the form of changeover of contacts when wind speed
goes above the set speed.
Anemometer is designed in two parts, viz Cup Generator and Monitor Unit. Cup
Generator shaft rotates with the wind speed. This rotational speed is converted into
frequency signal in the Cup Generator. This frequency is fed to the monitor unit as an
input and based on the input frequency. Monitor unit displays the wind speed in Km/Hr.
It also gives relay contact output, when wind speed exceeds the set point.
This Anemometer is fixed type, non portable, suitable for Safe Area ( non Hazardous).
It is suitable for mobile cranes, stacker, re-claimers and other heavy equipments which
move on rail.
These Wind Speed Sensors will be provided in the section at five stations. These sets
will be installed and it will give the two stage speed indication in OCC and BCC and
station control room where it has been installed. it is to be integrated to SCR and OCC
for giving alarm of the wind speed so that the train operation can be regulated upto a
particular speed and if wind speed exceeds another higher set limit train operation can
be stopped.

Chapter 14 Page 4R of 7
C. Milestone Payment Schedule (MPS)

1 The MPS completed by the Contractor shall set out the maximum cumulative amount for all Cost
Centres for all Sections put together in relation to each month for which payment may be sought
in accordance with Sub-Clause 11.4 of the GCC. This information should also be presented in a
tabular form. Monthly Cash Flows for the Contract will form part of the Pricing Document.

2 The MPS covers the period which will commence on the first day of the calendar month next
after the month containing the Commencement Date of the Works as per the Contract. The first
application for interim payment may be made not earlier than during the month following the
calendar month next after the month containing the Commencement Date of the Works, such
first application relating to the first month (i.e. month 1) of the MPS.

3 The price shall not be unbalanced therefore, for the statement-C, the price quoted in the Cost
Center-C (Installation and Site Testing) and Cost Center-D (System Acceptance Tests,
Integrated Testing and Commissioning) shall not be less than 15% and 10% of the price quoted
in the Cost Center-B (Manufacture and Delivery).

D. Tender Total

1 The Tender Total submitted by the Tenderer shall be in the format shown in the Pricing
Document.

2 The Pricing Document contains Sections, Cost Centres under each Section, and Milestones under
each Cost Centre. The Sections, Cost Centres and Milestones have been prepared to indicate the
extent of detail required in the Tender. The Tenderer shall prepare and complete documents, in
this format, as being his Tender and submit as part of the Financial Package.

Items/Milestones against which no rate or sum is entered by the Tenderer, whether quantities
are stated or not, shall be regarded as covered by other rates in the pricing document.

3 The Pricing Document completed and submitted by the Tenderer, as part of his Tender, should
use an indexing and page numbering system such that its extent and completeness is clearly
evident.

E. Currency

1 Section Totals, Cost Centre Totals and Milestone amounts shall be indicated in Indian Rupees
and in a foreign currency as per clause C16.1, wherever required.

F. Milestones
Manning of Commissioned ASS
Contractor to Quote all-inclusive man-day charges
considering 4224 man-days. Any change in the man-
days (above/below 4224 mandays ) shall be adjusted
on pro rata rates quoted.
The staff team deployed at the ASS's shall be thoroughly
conversant and competent to operate the various
switchgear and systems and shall be able to provide
auxiliary power, if so desired by DMRC, to other
Agencies working in the Station area or elsewhere and
also to provide power shut-downs of the commissioned
C1-12 systems, if so directed by DMRC.
A period of 8 hours of deployment of one staff should
be considered as 1 man-day.
The quoted amount shall cover the approval of the
supervisors and replacement as required by the
Employer, employment of approved staff including
salaries, overtime, airfares, lodging allowances, their
office expenditure, telephone/mobile bills, local travel
costs to and from site, training materials, income tax
and other taxes deducted at source.
The contractor shall be responsible for the compliance
of all the labour laws irrespective of rates quoted.

COST CENTRE TOTAL CARRIED TO SECTION SUMMARY


C2-12 Manning of Commissioned ASS
Contractor to Quote all-inclusive man-day charges considering
6930 man-days. Any change in the man-days (above/below 6930
mandays ) shall be adjusted on pro rata rates quoted.
The staff team deployed at the ASS's shall be thoroughly
conversant and competent to operate the various switchgear and
systems and shall be able to provide auxiliary power, if so desired
by DMRC, to other Agencies working in the Station area or
elsewhere and also to provide power shut-downs of the
commissioned systems, if so directed by DMRC.
A period of 8 hours of deployment of one staff should be
considered as 1 man-day.
The quoted amount shall cover the approval of the supervisors
and replacement as required by the Employer, employment of
approved staff including salaries, overtime, airfares, lodging
allowances, their office expenditure, telephone/mobile bills, local
travel costs to and from site, training materials, income tax and
other taxes deducted at source.
The contractor shall be responsible for the compliance of all the
labour laws irrespective of rates quoted.

COST CENTRE TOTAL CARRIED TO SECTION SUMMARY


C3-9 Delivery to Site from Contractor's premises in Delhi/NCR,
Installation and Testing (includes pre-installation tests and post
installation tests) and energisation of all equipment for the
SCADA Systems for Section N3 (Knowledge Park II – Depot
Station RKM 9.371)

a RTU
b Control and Monitoring Cable, cable paths etc
c Any other item(s) considered necessary to comply with the
Scope of Work
C3-10 Manning of Commissioned ASS
Contractor to Quote all-inclusive man-day charges considering
5940 man-days. Any change in the man-days (above/below
5940 mandays ) shall be adjusted on pro rata rates quoted.
The staff team deployed at the ASS's shall be thoroughly
conversant and competent to operate the various switchgear
and systems and shall be able to provide auxiliary power, if so
desired by DMRC, to other Agencies working in the Station area
or elsewhere and also to provide power shut-downs of the
commissioned systems, if so directed by DMRC.
A period of 8 hours of deployment of one staff should be
considered as 1 man-day.
The quoted amount shall cover the approval of the supervisors
and replacement as required by the Employer, employment of
approved staff including salaries, overtime, airfares, lodging
allowances, their office expenditure, telephone/mobile bills,
local travel costs to and from site, training materials, income tax
and other taxes deducted at source.
The contractor shall be responsible for the compliance of all the
labour laws irrespective of rates quoted.

COST CENTRE TOTAL CARRIED TO SECTION SUMMARY


C4-8 Manning of Commissioned ASS
Contractor to Quote all-inclusive man-day charges
considering 1980 man-days. Any change in the man-days
(above/below 1980 mandays ) shall be adjusted on pro
rata rates quoted.
The staff team deployed at the ASS's shall be thoroughly
conversant and competent to operate the various
switchgear and systems and shall be able to provide
auxiliary power, if so desired by DMRC, to other Agencies
working in the Station area or elsewhere and also to
provide power shut-downs of the commissioned systems, if
so directed by DMRC.
A period of 8 hours of deployment of one staff should be
considered as 1 man-day.
The quoted amount shall cover the approval of the
supervisors and replacement as required by the Employer,
employment of approved staff including salaries, overtime,
airfares, lodging allowances, their office expenditure,
telephone/mobile bills, local travel costs to and from site,
training materials, income tax and other taxes deducted at
source.
COST CENTRE TOTAL CARRIED TO SECTION SUMMARY
Statement of Prices

Statement No. F

Optional Items
NAME OF THE FIRM 0

MILE WORK DESCRIPTION Apportioned Amount


STONE Amount in Foreign Currency Amount in
MILESTONE ACTIVITY
NO. USD EURO YEN Indian Rupees
O1 Comprehensive Annual Maintenance Charges for Traction System for 1st
Year
O2 Comprehensive Annual Maintenance Charges for Traction System for 2nd
Year
O3 Comprehensive Annual Maintenance Charges for Traction System for 3rd
Year
O4 Comprehensive Annual Maintenance Charges for Auxiliary Power Suppply
System for 1st Year
O5 Comprehensive Annual Maintenance Charges for Auxiliary Power Suppply
System for 2nd Year
O6 Comprehensive Annual Maintenance Charges for Auxiliary Power Suppply
System for 3rd Year
O7 Comprehensive Annual Maintenance Charges for SCADA System for 1st
Year
O8 Comprehensive Annual Maintenance Charges for SCADA System for 2nd
Year
O9 Comprehensive Annual Maintenance Charges for SCADA System for 3rd
Year
O10 Comprehensive Annual Maintenance Charges for EarthQuake and Wind
Speed Sensing and Warning System for 1st Year
O11 Comprehensive Annual Maintenance Charges for EarthQuake and Wind
Speed Sensing and Warning System for 2nd Year
O12 Comprehensive Annual Maintenance Charges for EarthQuake and Wind
Speed Sensing and Warning System for 3rd Year
O13 Supply Installation Testing Commissioning of Catenary Monitoring System

O14 Comprehensive Annual Maintenance Charges for Catenary Monitoring


System for 1st Year
O15 Comprehensive Annual Maintenance Charges for Catenary Monitoring
System for 2nd Year
O16 Comprehensive Annual Maintenance Charges for Catenary Monitoring
System for 3rd Year
O17 Supply Installation Testing Commissioning of 01 02 No. Booster
Transformer each for UP and DN line (Total 02 04 Nos.) and associated
equipments and erection arrnagements

COST CENTRE TOTAL CARRIED TO SECTION SUMMARY

Note:-
1. Employer may award the Comprehensive AMC to the successful tenderer for 3 years beyond DLP at these rates.
2. The cost of spare parts, T&P required for maintenance during AMC period beyond DLP will be deemed to be inclusive in the
prices for AMC indicated in this Statement . Nothing extra will be paid for such spare parts.
3. This statement will be considered for tender evaluation while assessing the L-1 bidder.
4. Payment for AMC will be made on quarterly basis on completion of maintenance obligations by the Contractor.
5. Scope of maintenance work will be as per details provided in the Scope of Maintenance during DLP and AMC
6. The Contractor to quote prices as per Clause 24 of SCC.
7. Service tax shall be inclusive in the above price
8. Employer reserves the right to enter into a separate Comprehensive AMC contract for further 5 Years, beyond 3 Years
Comprehensive AMC , considering the Price quoted for "3rd Year" above as Po subject to Escalation / Price Adjustment
based on IEEMA formula provided in Schedule 10 of SCC.
9. The Consortium member responsible for the Manufacturing and Supply of the equipment shall also be the contracting
agency (either as an individual or JV. / Consortium Member) for the Supplementary Contract for Comprehensive AMC
as well as for Long-term Comprehensive AMC
Contract NE-01 – Appendix 1 to Pricing Document

Appendix 1: Vendor Approval and Selection Procedure

(1) It shall be obligatory for the Contractor to obtain Notice of ‘No Objection’ from the Engineer for the selection
of the vendors for all items of work, even if the name of the vendor is specified in the Contractor’s Technical
Submission and the works to be done including purchase of materials and equipment is in accordance with
the Standards specified in the Contract.
(2) Vendor to be selected who are capable to provide good after sales services available in Delhi NCR during
DLP and thereafter.
(3) The contractor shall send a proposal after ensuring that what he proposes at least meets the specifications
both, the quality and safety standard of the stipulated makes, the proposed product should be a proven one.
He shall also stand full guarantee to his proposal and if at any stage it is found that the material is not
suitable or meeting the tender requirement, the contractor shall replace the material with alternate vendor
without any additional cost to DMRC. The alternate makes can be used only after an approval accorded by
the Employer, whose decision will be final in the matter.
(4) The approval of any equipment or product to be used shall be done in two stages:-
(a) Stage-I
• Assessment of capability of proposed Vendor to supply a particular equipment or product,
with quality and performance requirements, as required by Specifications as well as other
contract conditions. The proposed product should be a proven product in service for at
least 3 years.
• Assessment of the financial and functional strength of the Vendor to supply the requisite
quantity of equipment and product as per delivery schedule acceptable to contractor and
engineer to deliver the project in time.
(b) Stage-II
Stage-II called as Technical Submission Approval Stage, selection of Equipment or product from
the equipment / products manufactured / supplied by the approved vendor will be done. This stage
includes thorough technical assessments about the conformance of the offered equipment / product
to the Specifications and other requirements.
(c) To obtain Vendor Approval the Contractor must apply with the following documents to the Engineer
(i) Company Profile and Experience of the Vendor.
(ii) Clause wise compliance of the relevant Clauses of Specifications.
(iii) Details of supplies / orders executed in last ten years for the type of equipment / product
offered. Supplies / orders executed for Metro Systems shall be specifically mentioned.
(iv) Details of the facilities available at the Works / Manufacturing Unit where the proposed
equipment / product shall be manufactured.
(v) ISO 9000 Certification for the Works / Manufacturing Unit where the proposed equipment /
product shall be manufactured (The Works / Manufacturing Unit where the proposed
equipment / product shall be manufactured must have ISO 9000 Certification).
(vi) Proof regarding compliance to Manufacturer’s Qualifications. The offered products must be
proven in service.
(vii) Audited Financial Statements of the Vendor for the last three years.
(viii) Type test certificates/ Performance certificate from laboratories for the proposed type of
equipment / products to establish the technical capability of the vendor (In case, specific
requirements are mentioned in the relevant sections of Specifications with regard to type
testing, same shall also be complied additionally).
(ix) The vendor shall not have been blacklisted by any Govt. Agency in India.
(x) Any other item as required by Employer / Employer’s Representative.

Page 1 of 9
Contract NE-01 – Appendix 1 to Pricing Document

(d) Contractor must certify the check list provided that vendor Proposal is complete and all the above
documents are available in the Vendor Proposal. In addition, the Contractor must check / certify
compliance to the Specifications before forwarding the same.
(e) Incomplete Vendor Proposal will not be treated as a submission and will be returned.
(f) Engineer will give Approval to the Vendor Proposal (received complete with all the documents
mentioned above) expeditiously.
(g) Technical submission shall be accompanied with the calculations / other technical documents to
justify the selection of any particular model of equipment / product, detailed technical features /
parameters of the selected product, type test certificates from the laboratories for the offered
products, any other document required by the Engineer.
(h) Engineer will give Approval to the Technical Proposal (received complete with all the documents
mentioned above) expeditiously.
(5) It may be noted that Approval of Vendors as per Point (3) above shall only be done by Employer / Engineer
after the award of the work. Vendor submissions shall not be evaluated during the tender evaluation.
Conditional Tender offers received from Tenderers with particular Vendors for supply of equipment/
products will not be evaluated during evaluation and will be dealt with after award of the work.
(6) It may further be noted that Employer / Engineer shall be under no obligation to accept equipment /
products manufactured by the successful Tenderer, unless it meets the entire criterion mentioned above.

For Design and Build Contracts


In addition to above, in Design and Build Contracts the following shall also be ensured for the
Vendor Approval and Selection:-
1. Proven Design
The Contractor shall develop the design based on this specification and on sound proven and reliable
engineering practices. The broad design details shall be submitted with technical support data in the
technical bid. Detailed calculations shall be submitted to the Engineer during the design process stage for
review and approval.

1.1 Systems and Sub-Systems


Manufacturer shall have at least 5 years experience of design and manufacturing of similar system.
Proposed systems from the proposed manufacturing unit shall have been in use and have established their
satisfactory performance and reliability.

All sub-systems, equipments and major components etc. (hereinafter referred as ‘sub-systems’) shall be
state-of-art and of proven design. The contractor shall ensure that the equipments/systems proposed for
elevated/at grade/underground sections shall be as far as possible, similar to the ones approved for Phase-
I/Phase-II/Phase-III lines.

Proposed Systems/ sub-systems shall have been in use and have established their satisfactory
performance and reliability on at least Two mass rapid transit systems (including Railway or Airports) in
revenue service either outside the country of origin at an average in two different countries or in DMRC.
Systems/ Sub-systems/ components used in DMRC do not get automatically qualified for use unless
specifically approved by the Engineer for this project. If required by the Engineer, Contractor shall provide
certificate of satisfactory performance from the Metro operators. Where similar System/ Sub-systems of a
different rating are already proven in service as per the above criteria then the supply shall be based on
such sub-systems.
All ‘sub systems’ shall be procured from the approved vendors and sourced from only such manufacturing
units that have supplied the sub-systems that fulfill the proven design requirements as above.
In case the contractor proposes to use systems or sub-system(s) that do not fulfill the above said criteria
then the contractor shall furnish sufficient information to prove the basic soundness and reliability of the
offered systems and sub-system(s) for review of the Engineer.
The Engineer’s decision on contractor’s proposal shall be final and binding.
For sourcing the equipment from indigenous manufacturing facilities, following conditions shall be
complied:-

Page 2 of 9
Contract NE-01 – Appendix 1 to Pricing Document

(i) In case the vendor uses his own facilities for indigenization after part supply of equipment from the
approved manufacturing unit, no change in design, component type/make, quality standards, manufacture
procedure, etc. shall be made without specific approval of the Engineer.
(ii) In case OEM wants to use manufacturing facilities in India (other than his own) for items for which the OEM
has been approved, it shall enter into an agreement with such selected Indian equipment manufacturer and
obtain prior approval from DMRC. No change in composition, rating, type, model no., manufacturing
process, quality standards, design, etc. and make of the components used in assemblies/sub-assemblies of
such equipment as manufactured by the approved parent vendor shall be made without specific approval of
the Engineer.
(iii) In case OEM wishes to change/make/type specifications, etc. of any sub-components for supplies to be
sourced from Indian facility, specific prior approval of the Engineer shall be obtained for changes made,
model, specification, etc. Responsibility for obtaining such prior approval shall rest solely with the
contractor.

Format for submitting the vendor approval request shall be given to the contractor during initial stages
(sample format enclosed) and approved format shall be followed throughout the contract.

Page 3 of 9
Contract NE-01 – Appendix 1 to Pricing Document

Check List for Vendor Approval


Sl.
Description Remarks Page No
No.
A. GENERAL
1 Contract No.
2 Name of Contract
3 Name & Address of the Contractor

4 Total Value of Contract


5 Details of the works / equipment for which
the Vendor / Sub-Contractor is proposed

6 Name of the proposed Vendor / Sub-


Contractor

7 Address of the proposed Vendor / Sub-


Contractor

8 Name , Designation and details of the


Contact Person of the Vendor / Sub-
Contractor
9 Total Value of work proposed to be done
by Vendor / Sub-Contractor
B. COMPANY PROFILE & EXPERIENCE
OF VENDOR
1 Type of proposed Vendor / Sub-
Contractor (Proprietor , Partnership , Pvt.
Ltd. or Limited Company
2 Date of Incorporation of the Company
3 Experience of the proposed Vendor /
Sub-Contractor for the proposed scope of
work
4 Address of Manufacturing Facilities for
the item
5 Annual Manufacturing capacity for
proposed item.
6 Organizational details of the Vendor /
Sub-Contractor
7 Manpower Strength of the Company
8 Are 'in-house' Design, Testing and R&D
facilities available? (If 'Yes' , please
provide details)

C. CLAUSE BY CLAUSE COMPLIANCE


OF THE RELEVANT CLAUSE OF
SPECIFICATIONS (GS & PS)
SUBMITTED

Page 4 of 9
Contract NE-01 – Appendix 1 to Pricing Document

1 Is there any deviation from the contract


conditions / specifications.
We hereby confirm that all implicit and
explicit deviations, comments and
remarks mentioned elsewhere in our
proposal shall be treated as NULL and
VOID and stand withdrawn. We hereby
confirm that but for the deviations noted in
this Appendix-A our offer is fully and truly
compliant.

2 Reasons for the deviation (if any)


3 Is there any price adjustment for the
deviation?
D. DETAILS OF WORK EXPERIENCE IN
PROVIDING SIMILAR PRODUCT /
SERVICES IN LAST 10 YEARS
(Enclose copy of the Work Completion
Certificates / Product Performance
Certificate from the client indicating the
scope of work, make & model of the
component , quantity , total value , year of
completion , installation and the remark
on performance). Certificate must be on
the letter head of the client and must
contain the contact details of the client's
representative for verification.
a Summary of Certificate – 1
b Summary of Certificate – 2
c Summary of Certificate – 3
d Summary of Certificate – 4
e Summary of Certificate – 5
Has the Vendor / Sub-Contractor been
blacklisted by any Public Sector
Undertaking , State Govt. / Central Govt.
Department or Agency in India or Abroad
a If 'Yes' , please provide the details
2 Has the proposed component / material
been used in Delhi Metro Rail
Corporation. (If 'Yes', please provide the
details thereof, accompanied by the
experience certificate from DMRC.)
3 Has the proposed component / material
been used in any other Metro System
worldwide. (If 'Yes', please provide the
details thereof , accompanied by the
client certificate.)

Page 5 of 9
Contract NE-01 – Appendix 1 to Pricing Document

E. DETAILS OF THE FACILITIES


AVAILABLE AT WORKS /
MANUFACTURING UNIT WHERE THE
PROPOSED EQUIPMENT / PRODUCT
SHALL BE MANUFACTURED
F. QUALITY CERTIFICATE
1 Independent Certification / Accreditation
available for the manufacturing unit (e.g.
ISO 9001, etc.)

a Number & Date of Issuance of Certificate


b Certificate issued by
c Validity of the Certificate
d Scope for which certification has been
issued
2 Details of In-House Testing Facilities
a The Test Facility is as per which Indian or
International Standard
b Is this as per the Standard prescribed in
Contract
c Is the Facility accredited by an
independent agency
d Name of LAB with which In-House Facility
accredited
G. FINANCIAL DATA
1 Audited Financial Statement for last 3
years submitted
2 Net worth of the Vendor / Sub-Contractor
3 Is Net worth of Vendor / Sub-Contractor
adequate (i.e., > Total Value of Proposed
Work / 1.5 years)
4 Profitability (should be positive in last 3
years)
5 Liquidity of the Vendor / Sub-Contractor
6 Is Liquidity of Vendor / Sub-Contractor
adequate? (Liquidity must be adequate to
meet the cash-flow required for minimum
3 months or the main contractor to submit
the Undertaking / Guarantee to ensure
adequate cash-flow)

H. TYPE TEST CERTIFICATES

Page 6 of 9
Contract NE-01 – Appendix 1 to Pricing Document

(Type Test certificates from laboratories


for the proposed type of equipment /to
establish the technical capability of the
Vendor) (Incase, specific requirements
are mentioned in the relevant
specifications with regard to Type
Testing, same shall also be complied
additionally).
1 Is the Type Test Certificates provided?
2 Validity Date of Test Certificate?
3 Is the Test Report from an reputed
laboratory? (If ‘Yes’, please attach details
of the same).

4 Test Report is accompanied by the


Calibration Reports of test-set-up /
instruments used , etc.
5 Is the certificate/report for the proposed
model?
6 Is the Test Certificate as per the standard
stipulated in the contract?
7 Is the Test Certificate not more than 5 or
10 years old?
(as applicable in the contract)
I. TIME PERIOD FOR DELIVERY OF
MATERIAL OR FOR EXECUTION OF
THE PROPOSED WORK
a Work Program / Delivery Schedule
submitted
b What are the critical activities?
c Does the proposed delivery schedule /
work program meets the Contract
Requirement?
J. AFTER SALES SERVICE

1 List of recommended Spares and life is


enclosed
2 Details of After Sales Support system in
Delhi
a List of authorized dealers of Spares is
enclosed
b Price list of Spares is enclosed?
c Vendor's Undertaking confirming that
Spares will be available during the lifetime
of the product , irrespective of up
gradation / phasing-out of the component
/ item is enclosed.
d Back-to-back agreement between main
contractor and Vendor for providing full
support during Defect Liability Period.
(Copy of the formal agreement may be
submitted after approval of Vendor).

Page 7 of 9
Contract NE-01 – Appendix 1 to Pricing Document

E Is confirmation of contractor and vendor


complying to the requirements of SCC
clause 60 enclosed.
K. TOOLS & TACKLES

(applicable only for subcontractor


proposal)
a Details of Tools & Tackles available with
the proposed Sub-Contractor for this work
b Copy of valid Calibration Certificates is
submitted
c Copy of Test Certificates , Fitness
Certificates , etc.
L. MANPOWER

(applicable only for sub-contractor


proposal)
a Details of Manpower proposed
b Is manpower proposed has relevant
experience of work execution?
c Has the Firms proposed any Safety
organization?
Please provide the details
M. ANY OTHER DETAILS RELEVANT TO
THE PROPOSAL
a Weather Handling, Storage, protection
and installation guidelines issued by OEM
are furnished. We confirm to comply with
the same.
b Whether copies of relevant IS/IEC
Enclosed
c Service life certificate from OEM
attached.
d Factory acceptance test plan
We confirm that the applicable tests as
per contract and relevant standards are
included in the same.
e Quality assurance plan

CONFIRMATIONS :-

A The proposal is in accordance with the contract agreement.

B The equipment proposed is proven one and has been in service for last __ years.

C The proposed equipment will be compatible with the main equipment / machinery.

D The proposed equipment performance will not affected by EMI / EMC effects of 25 kV single phase OHE.
(Report of EMI / EMC study is enclosed, if applicable).

Page 8 of 9
Contract NE-01 – Appendix 1 to Pricing Document

E The capability of the Vendor / Sub-Contractor has been duly verified by us, as per the contract requirements
and we confirm that the Vendor / Sub-Contractor will meet all the contractual requirements.

F Sub-Contractor will ensure payment of minimum wages and proper Workmen Compensation Policy &
Insurance Policy and compliance of other statutory provisions
G Sub-contractor will ensure compliance to all applicable tax laws.

H Sub-Contractor's / vendor's warranty and other documents as required by employer's requirements and
contract conditions shall be submitted by us on approval of the proposed Sub-Contractor / Vendor.

I We hereby confirm that on approval copy of the agreement between the main contractor and Vendor / Sub-
Contractor will be submitted to DMRC for ensuring after sales support during DLP / AMC and for support for
supply of spare parts for 10 years beyond the DLP.

J We confirm that Electrical Sub-Contractor (if applicable) shall be allowed to execute the work only if they
possess Electrical License and a copy of the same will be submitted to DMRC , prior to commencement of
work at site.

K We undertake to propose suitable alternative if DMRC does not find the proposed Vendor / Sub-Contractor
capable or the proposed Vendor / Sub-Contractor fails to comply with the delivery schedule at NO extra cost
to DMRC.

L Manufacturer has given the details of orders in hand vis a vis spare production capacity and the same are
enclosed herewith. We confirm that the Vendor is capable of complying with the delivery schedule so as to
meet the key dates of the Contract.

M The vendors engineer shall be involved during the installation, testing, commissioning of the equipment at
site and certify that these activities has been carried out as per the manufacture’s recommendations.

All the statements, information and answers given above are true and no information has been suppressed.
In case of any information being found incorrect or misleading, DMRC will be at liberty to take suitable
action as considered appropriate.

( )
Date : Name &
Signature of the
Place : Authorized
Signatory of the
Main Contractor
with Company
Seal

Page 9 of 9
Statement A – TENDER TOTAL
(THIS DOCUMENT IS TO BE PREPARED AND COMPLETED BY THE TENDERER)

Amount
Stateme Amount in Indian Rupees
Description of Statement in Foreign Currency
nt No.
USD EURO YEN INR
C Corridor Cost Centres

D Miscellaneous Cost Centres

E Adjustment Price for additional items

F Optional Items

TENDER TOTAL

The fixed Total Lump Sum Price of this NE-01 Contract

Rupees ( IN FIGURES)

Rupees ( IN WORDS )

Rebate If any (In percentage) 0.00

Net Amount after rebate 0.00

(In Foreign Currencies) (IN FIGURES)

(In Foreign Currencies) (IN WORDS )

Rebate If any (In percentage) 0.00

Net Amount after rebate 0.00


Tenderer to note that the Tender Total shall be the sum of the Statement C, D, E and F. The Statements C, D, E and F are further sub divided into Cost Centres and items. Any
arithmetical error shall be dealt as per clause E of ITT.
CONTRACT NE-01

Instructions to Tenderers
Annexure 4
(To be submitted with financial bid)

Appendix C - Pricing of Unqualified Withdrawal of Conditions, Qualifications, Deviations, etc

NAME OF THE WORK :Supply, Installation, Testing and Commissioning of 25 kV Overhead


Equipment (OHE), 33 kV Auxiliary Power Supply and SCADA
Systems for Elevated Corridor of Noida-Greater Noida Section
(21 Stations, 29.139 RKM) and Rolling Stock Depot at Greater Noida

NAME OF THE FIRM 0

Key date affected by each condition, Increase or Decrease for unqualified withdrawal of each
Item Condition, Qualification, Deviation, etc
qualification, deviation, etc. conditions, qualification, deviation etc

Foreign Currency Indian Rupees


Total

Note:
In connecting this appendix, the Tenderer shall show every key date that will be affected by each condition, qualification, deviation, etc., included in his Financial
Package for the unqualified withdrawal of that condition, qualification, deviation, etc.

1. We hereby confirm that the pricing for unconditional withdrawal of the above deviations has been given in the financial bid.

2.We hereby confirm that all implicit and explicit deviations, comments and remarks mentioned elsewhere in our proposal shall be treated as NULL and VOID and
stand withdrawn.

3. We hereby confirm that but for the deviations noted in this Appendix our offer is fully and truly compliant.

4. All deviations have been listed and priced in the financial proposal and deviations not priced will be treated as null and void and stand withdrawn at nil price
DELHI METRO RAIL CORPORATION LIMITED

NOIDA-GREATER NOIDA ELECTRICAL CONTRACTS

TENDER DOCUMENTS

VOLUME 7

Pricing Document

DELHI METRO RAIL CORPORATION LTD.


METRO BHAWAN, FIRE BRIGADE LANE,
BARAKHAMBA ROAD, NEW DELHI –110 001
Supply, Installation, Testing and Commissioning of 25 kV
Overhead Equipment (OHE), 33 kV Auxiliary Power Supply
and SCADA Systems for Elevated Corridor of Noida -
Greater Noida Section (21 Stations, 29.139 RKM) and
Rolling Stock Depot at Greater Noida

CONTRACT PACKAGE – NE-01

Instructions for Completing the Pricing Document

Clause
A Apportionment of Fixed Lump Sum Price to Cost Centres & Milestones
B Milestones Achievement Periods
C Milestone Payment Schedule (MPS)
D Tender Total
E Currency
F Milestones

Statement A Tender Total


Statement B Section Summaries
Statement C Corridor Cost Centers
Statement D Miscellenous Cost Centers
Statement E Adjustment Prices for Additional Items
Statement F Optional Items
Statement G Monthly Cash Flows
Appendix 1: Vendor Approval and Selection Procedure
INSTRUCTIONS FOR COMPLETING THE PRICING DOCUMENT

General Requirements
This Part of the Contract is a fixed Lump Sum Price Contract for “Supply, Installation, Testing and
Commissioning of 25 kV Overhead Equipment (OHE), 33 kV Auxiliary Power Supply and SCADA
Systems for Elevated Corridor of Noida-Greater Noida Section (21 Stations, 29.139 RKM) and
Rolling Stock Depot at Greater Noida”.

Tenderer is requested to refer clause 24 of SCC while quoting the rates.

Apportionment of Fixed Lump Sum Price to Sections and to Cost Centres and Milestones under
A.
each Section.

1 The whole of Works including design is divided into Sections, primarily on geographical basis.
Each Section is divided into the various Cost Centres named according to their general scope of
work.

2 The fixed Lump Sum price for the whole of Works shall be apportioned by the Tenderer amongst
the various sections. The apportioned amount for each Section will be further distributed among
various Cost Centres included in that Section, separately for foreign currency and for the Rupee
portion. The apportioned amount for each Cost Centre will be further distributed amongst
various Milestones included in that Cost Centre, separately for the Foreign Currency and the
Rupee Portion.

3 The sum of amounts shown against Milestones in a Cost Centre is the Cost Centre total that is to
be carried forward to the Section Summary. The division of the respective Cost Centre totals
between Indian Currency and Foreign currency shall be shown in the said Summary. The Section
Summary will be carried forward to the Tender Total.

4 The scope and extent of the Works are to be ascertained by reference to the Contract
Documents as a whole and shall not be limited in any manner whatsoever by the descriptions of
the Cost Centres under each Section or of the Milestones under each Cost Centre, as given in the
Appendices to the Pricing document.

5 Not used.
Contract Package NE-01 Pricing Document

6 This documents is divided in following statements:


a. Statement A - Tender Total
This statement summarizes the total tender price for the complete scope of work. This
statement comprises sum of all sections in the statement B.

b. Statement B - Section Summary


This statement summarizes the total price quoted for different cost centres in statement C, D, E
and F.

c. Statement C - Corridor Cost Centres


This statement enumerates the different cost centres and their associated milestone activities
related to supply, installation, testing and comissioning included in the scope of work. Prices of
different milestone shall be quoted in the various cost centres.

d. Statement D - Miscellaneous Cost Centres


This statement enumerates the different cost centres and their associated milestone activities
related to miscellaneous items included in the scope of work. Prices of different milestone shall
be quoted in the various cost centres.

e. Statement E - Adjustment Prices for Additional Items


In this statement, adjustment price has to be quoted for using items specified in this statement
or during addition/deletion of any additional items. The total price of this statement shall be
used during evaluation of financial offer for assessing L-1 bidder. These rates shall be used to
accordingly increase or decrease the contract priceif the itmes mentioned in this statement are
used/added/deleted. Contractor to note that the execution of the mentioned items is optional.
The same rates shall be applicable for payment irrespective of any +/- variation in the quantities.

f. Statement F - Optional Items


In this statement, price has to be quoted for optional items. The total price of this statement
shall be used during evaluation of financial offer for assessing L-1 bidder.

g. Statement G - Monthly Cash Flow


This document has to be prepared by the tenderer for information purpose only. This shall not
form part of the Tender prices.

B. Milestones Achievement Periods

1 The Milestones under each Cost Centre shall identify verifiable steps towards the completion of
the work within that Cost Centre under a Section. The Tenderer shall indicate the periods (in
weeks from the Commencement Date of the Works) within which he shall achieve each
Milestone.

Page 2 of 4
Contract Package NE-01 Pricing Document

C. Milestone Payment Schedule (MPS)

1 The MPS completed by the Contractor shall set out the maximum cumulative amount for all Cost
Centres for all Sections put together in relation to each month for which payment may be sought
in accordance with Sub-Clause 11.4 of the GCC. This information should also be presented in a
tabular form. Monthly Cash Flows for the Contract will form part of the Pricing Document.

2 The MPS covers the period which will commence on the first day of the calendar month next
after the month containing the Commencement Date of the Works as per the Contract. The first
application for interim payment may be made not earlier than during the month following the
calendar month next after the month containing the Commencement Date of the Works, such
first application relating to the first month (i.e. month 1) of the MPS.

3 The price shall not be unbalanced therefore, for the statement-C, the price quoted in the Cost
Center-C (Installation and Site Testing) and Cost Center-D (System Acceptance Tests,
Integrated Testing and Commissioning) shall not be less than 15% and 10% of the price quoted
in the Cost Center-B (Manufacture and Delivery).

D. Tender Total

1 The Tender Total submitted by the Tenderer shall be in the format shown in the Pricing
Document.

2 The Pricing Document contains Sections, Cost Centres under each Section, and Milestones under
each Cost Centre. The Sections, Cost Centres and Milestones have been prepared to indicate the
extent of detail required in the Tender. The Tenderer shall prepare and complete documents, in
this format, as being his Tender and submit as part of the Financial Package.

Items/Milestones against which no rate or sum is entered by the Tenderer, whether quantities
are stated or not, shall be regarded as covered by other rates in the pricing document.

3 The Pricing Document completed and submitted by the Tenderer, as part of his Tender, should
use an indexing and page numbering system such that its extent and completeness is clearly
evident.

E. Currency

1 Section Totals, Cost Centre Totals and Milestone amounts shall be indicated in Indian Rupees
and in a foreign currency as per clause C16.1, wherever required.

F. Milestones

Page 3 of 4
Contract Package NE-01 Pricing Document

1 Cost Centres under each Section are fixed and shall not be changed by the Tenderer. The Cost
Centres represent the major items of the Works for which the Employer will pay the Contractor,
and the Tenderer shall ensure that he has allowed for all his costs he requires for the Contract to
meet the Employer’s Requirements.

2 If during the course of execution, it becomes necessary, to meet the Employer’s Requirements
(as indicated in these Tender Documents), to add more Milestones in a Cost Centre, the Lump
Sum Price of the whole of Works, which will remain unaltered, will be reapportioned amongst
the Sections, and further redistributed under the Cost Centres in each Sections and the
Milestones in each Cost Centre. The liability of the Employer will be limited to the fixed Lump
sum Price already accepted and the Contractor will have no right to claim any thing over and
above the fixed Lump Sum price for any such addition of Milestones in any Cost Centre. The
decision of the Employer will be final and binding in such matters and will not be subject to
Conciliation or Arbitration.

3 The Milestones represent the completion of verifiable activities to be undertaken by the


Contractor. A date for the achievement of each Milestone expressed as a number of weeks from
the Commencement Date of the Works shall be entered in the column provided. Milestones that
lead to achievement of a Stage must always precede the Key Date for achievement of that Stage.
Milestones shall be converted to Calendar dates when the Notice to Proceed is issued.

4 Contractor is allowed to claim the lump sum cost of supply milestones in the cost centres B1, B2,
B3 and B4 for each currency portion separately after certifying that all the materials considered
in the currency portion of the milestone has been supplied.

Page 4 of 4
BRIEF DESCRIPTION OF CORRIDOR
The work of Noida-Greater Noida corridor has been divided in to four different sections:-

NAME OF THE FIRM

Sections No of Stations Expected Date of ROD

Noida-Greater Noida Corridor

N1 Sector 71 – Sector 137


(CH:-450 to CH: 9038)
8 December, 2017
RKM 9.488

N2 Sector 142 – Sector 149


(CH:9038 to CH:19318)
7 December, 2017
RKM 10.280

(CH:19318 to CH:
N3 Knowledge Park II – Depot Station 28689.3) 6 December, 2017
RKM 9.371

N4 Rolling Stock Depot at Greater Noida TKM 15 NA December, 2017

Total* RKM 29.139* +TKM 15 21 + 1 Depot

*Tenderer shall ascertain the length of corridor for the works in particular section from the Alignment drawings. Any change up to plus/minus 0.5 km in the alignment of the overall
corridor shall not be considered as a variation.
Contract Package NE-01 Pricing Document

Supply, Installation, Testing and Commissioning of 25 kV Overhead


Equipment (OHE), 33 kV Auxiliary Power Supply and SCADA
Systems for Elevated Corridor of Noida-Greater Noida Section
(21 Stations, 29.139 RKM) and Rolling Stock Depot at Greater Noida

CONTRACT PACKAGE – NE-01

Statement A

Tender Total

Statement A – TENDER TOTAL


(THIS DOCUMENT IS TO BE PREPARED AND COMPLETED BY THE TENDERER)

Amount
Stateme Description of Statement Amount in Indian Rupees
in Foreign Currency
nt No.
USD EURO YEN INR
C Corridor Cost Centres

D Miscellaneous Cost Centres

E Adjustment Price for additional items

F Optional Items

TENDER TOTAL

The fixed Total Lump Sum Price of this NE-01 Contract

Rupees ( IN FIGURES)

Rupees ( IN WORDS )

Rebate If any (In percentage) 0.00

Net Amount after rebate 0.00

(In Foreign Currencies) (IN FIGURES)

(In Foreign Currencies) (IN WORDS )

Rebate If any (In percentage) 0.00

Net Amount after rebate 0.00


Tenderer to note that the Tender Total shall be the sum of the Statement C, D, E and F. The Statements C, D, E and F are further sub divided into Cost Centres and items. Any
arithmetical error shall be dealt as per clause E of ITT.

Supply, Installation, Testing and Commissioning of 25 kV Overhead Equipment (OHE), 33 kV Auxiliary Power Supply and
SCADA
Systems for Elevated Corridor of Noida-Greater Noida Section
(21 Stations, 29.139 RKM) and Rolling Stock Depot at Greater Noida

CONTRACT PACKAGE – NE-01

Statement B

Section Summaries

Statement C- Corridor Cost Centres


Cost Amount
Description of Cost Centres Amount in Indian Rupees
Centres in Foreign Currency
USD EURO YEN INR
A Detailed Design

Section N1 (Sector 71 to Sector 137)


B1 Manufacture and Delivery

C1 Installation and Site Testing

D1 System Acceptance Tests, Integrated Testing and


Commissioning

Section N2 (Sector 142 to Sector 149)


B2 Manufacture and Delivery

C2 Installation and Site Testing

D2 System Acceptance Tests, Integrated Testing and


Commissioning

Section N3 (Knowledge Park II to Depot Station)


B3 Manufacture and Delivery

C3 Installation and Site Testing

D3 System Acceptance Tests, Integrated Testing and


Commissioning

Section N4 (Rolling Stock Depot at Greater Noida)


B4 Manufacture and Delivery

C4 Installation and Site Testing

D4 System Acceptance Tests, Integrated Testing and


Commissioning

TOTAL CARRIED TO TENDER TOTAL

Statement D- Miscellaneous Cost Centres

Cost Amount
Description of Cost Centres Amount in Indian Rupees
Centres in Foreign Currency
USD EURO YEN INR
MA Preliminaries and General Requirements

MB Training

MC Spares

MD Not Used

ME Manuals

TOTAL CARRIED TO TENDER TOTAL

Statement E - Adjustment Prices for Additional Items

Amount
Adjustment Prices for Additional Items Amount in Indian Rupees
in Foreign Currency
USD EURO YEN INR
TOTAL CARRIED TO TENDER TOTAL

Statement F - Optional Items

Amount
in Foreign Currency Amount in Indian Rupees
Total Price of Cost Centers

USD EURO YEN INR

TOTAL CARRIED TO TENDER TOTAL

Page 2 of 2
Supply, Installation, Testing and Commissioning of 25 kV Overhead
Equipment (OHE), 33 kV Auxiliary Power Supply and SCADA
Systems for Elevated Corridor of Noida-Greater Noida Section
(21 Stations, 29.139 RKM) and Rolling Stock Depot at Greater Noida

CONTRACT PACKAGE – NE-01

Statement C-Corridor Cost Centres

Corridor N (Sector 71 to Depot Station including Rolling Stock Depot at Greater Noida)

Sections N1 (Sector 71 – Sector 137 RKM 9.488)

Section N2 (Sector 142 – Sector 149 RKM 10.280)

Section N3 (Knowledge Park II – Depot Station RKM 9.371)

Section N4 (Rolling Stock Depot at Greater Noida TKM 15)


Contract Package NE-01 Pricing Document

Corridor N (Sector 71 to Depot Station including Rolling Stock Depot at Greater Noida)

Sections N1 (Sector 71 – Sector 137 RKM 9.488)

Section N2 (Sector 142 – Sector 149 RKM 10.280)

Section N3 (Knowledge Park II – Depot Station RKM 9.371)

Section N4 (Rolling Stock Depot at Greater Noida TKM 15)

COST CENTRE A -- DETAILED DESIGN

This Cost Centre comprises all those obligations and ongoing activities throughout the Contract not associated
directly with any other Cost Centre.

This Cost Centre A comprises all activities relating to the detailed design of 25 kV Overhead Equipment (OHE)
including FP, SP, SSP & SS etc, 33 kV Auxiliary Power Supply,Viaduct Lighting System, SCADA Systems, Earthquake
and Wind Speed Sensing and Warning Systems for Elevated Corridor of Noida-Greater Noida Section (21 Stations,
29.139 RKM) and Rolling Stock Depot at Greater Noida.

This includes but is not limited to:


Submission of the Preliminary Design, Final Design and Drawings for various equipment and subsystems including
the requirement of space and mounting details etc as required by different authorities such as RDSO, EIG etc for their
approval.

Specifications for various equipment and subsystems,

Schedule of Materials required implementing the Design.

Submission of “As-Built drawings”.

Preliminary simulation study.

Final simulation study.

Validation (Auditing) of Design & Installation of OHE and ASS systems.

Any other item(s) considered necessary to comply with the Scope of Work.

Page 2 of 2
Corridor N (Sector 71 to Depot Station including Rolling Stock Depot at Greater Noida)

Sections N1 (Sector 71 – Sector 137 RKM 9.488)

Section N2 (Sector 142 – Sector 149 RKM 10.280)

Section N3 (Knowledge Park II – Depot Station RKM 9.371)

Section N4 (Rolling Stock Depot at Greater Noida TKM 15)

COST CENTRE A -- DETAILED DESIGN

NAME OF BIDDER 0

MILE WORK DESCRIPTION Apportioned Amount Weeks for completion


STONE Amount in Foreign Currency Amount in of Milestone from
MILESTONE ACTIVITY
NO. USD EURO YEN Indian Rupees Commencement Date
(25 kV Overhead Equipment (OHE) including FP, SP,
SSP & SS, Interlinking arrangements, Elevated ROCS,
Protection Scheme, Feeding Arrangements from
RSS, Feeding Arrangements to Depot etc)

A1 Preliminary design and specifications

A2 Final design and specifications

A3 Schedule of materials

A4 "As-built Drawings"

A5 Preliminary simulation study

A6 Final simulation study

A7 Validation (Auditing) of Design of OHE

A8 Validation (Auditing) of Installation of OHE

A9 Any other item(s) considered necessary to comply


with the Scope of Work
(33 kV Auxiliary Power Supply System including
Protection Scheme, Feeding Arrangements from
RSS, Feeding Arrangements to Depot and
Interlinking Arrangements, Viaduct Lighting etc)

A10 Preliminary design and specifications

A11 Final design and specifications

A12 Schedule of materials

A13 "As-built Drawings"

A14 Preliminary simulation study

A15 Final simulation study

A16 Validation (Auditing) of Design of Auxiliary Power


Supply System

A17 Validation (Auditing) of Installation of Auxiliary Power


Supply System

A18 Any other item(s) considered necessary to comply


with the Scope of Work

(SCADA Systems)

A19 Preliminary design and specifications

A20 Final design and specifications

A21 Schedule of materials

A22 "As-built Drawings"

A23 Any other item(s) considered necessary to comply


with the Scope of Work

(Earth Quake/Wind Speed Sensing and Warning


Systems)

A24 Preliminary design and specifications

Final design and specifications

A25
Schedule of materials

A26
Contract Package NE-01 Pricing Document

"As-built Drawings"

A27
Any other item(s) considered necessary to comply
with the Scope of Work
A28

COST CENTRE TOTAL CARRIED TO SECTION SUMMARY

Page 2 of 2
Corridor N Sector 71 to Depot Station including Rolling Stock Depot at Greater Noida

Sections N1 (Sector 71 – Sector 137 RKM 9.488)

COST CENTRE B1 – MANUFACTURE AND DELIVERY

This Cost Centre comprises all those obligations and ongoing activities
throughout the Contract not associated directly with any other Cost Centre.

This includes but is not limited to receipt/ delivery of following equipment for
Sections N1 after type test, factory acceptance test, provision of Indemnity
Bond and proof of insurance:

Delivery of equipment for the Flexible OHE for Sections N1 (Sector 71 – Sector
137 RKM 9.488) at Contractor’s premises in Delhi/NCR.

Delivery of equipment for the Sub-Sectioning and Paralleling Post (SSP) at


Sector 71 at Contractor’s premises in Delhi/NCR.

Delivery of equipment for the Sub-Sectioning and Paralleling Post (SSP) at


Sector 81 at Contractor’s premises in Delhi/NCR.

Delivery of equipment for the Sub-Sectioning (SS) at Sector 78 station at


Contractor’s premises in Delhi/NCR.
Contract Package NE-01 Pricing Document

Delivery of 33 kV Cables and other equipments (for feeding auxiliary power to


ring network) at Sector 83 station from Sector 83 Receiving Sub Station (RSS)
at Contractor’s premises in Delhi/NCR considering 0.5 km of distance.

Delivery of 33 kV cables and other equipments for Auxiliary Supply Interlinking


at Sector 71 Station respectively at Contractor’s premises in Delhi/NCR
considering 0.5 km of distance.

Page 2 of 2
Corridor N Sector 71 to Depot Station including Rolling Stock Depot at Greater Noida

Sections N1 (Sector 71 – Sector 137 RKM 9.488)

COST CENTRE B1 -- MANUFACTURE AND DELIVERY

NAME OF BIDDER 0

MILE WORK DESCRIPTION Apportioned Amount Weeks for completion


STONE Amount in Foreign Currency Amount in of Milestone from
MILESTONE ACTIVITY
NO. USD EURO YEN Indian Rupees Commencement Date
Obtain the ”Notice of No Objection” or “Notice of No
Objection subject to…” from the Engineer for each of the
following Milestone activities after:
• Certification of type tests
• Certification of factory acceptance test
• Provision of Indemnity Bond
• Proof of insurance
B1-1 Delivery of following major equipments for the Flexible
OHE for Sections N1 (Sector 71 – Sector 137 RKM 9.488) at
Contractor’s premises in Delhi/NCR
Any change up to plus/minus 0.5 Rkm in the alignment of
the overall corridor shall not be considered as a variation.
Any further change in this length shall be adjusted for the
additional plus/minus length on pro rata rates quoted.

a Masts/Portals

b Galvanised Steel parts(Termination Assembly, Supporting


Arrangement, Anti Creep Assembly, Guy Rod Assembly,
Plates and Boards, Safety Screen Panel etc)

c Contact Wire

d Overhead wires and Conductors (Messenger Wires, Feeder


Wire, Dropper Assembly, Jumper Assembly, Bridle Wire,
Insulating Covers etc)
Contract Package NE-01 Pricing Document

e Insulators, Section Insulators

f Cantilever Assembly

g ATD and its Assembly

h Any other item(s) considered necessary to comply with the


Scope of Work

B1-2 Delivery of following major equipment for the Sub-


Sectioning and Paralleling Post (SSP) at Sector 71 at
Contractor’s premises in Delhi/NCR.

a Circuit Breakers, Interruptors, Isolators

b Capacitive Voltage Sensor, PT, CT

c Traction Cables/Feeders/Jumpers and connection


assemblies

d Any other item(s) considered necessary to comply with the


Scope of Work

B1-3 Delivery of following major equipment for the Sub-


Sectioning (SS) at Sector 78 station at Contractor’s
premises in Delhi/NCR.

a Circuit Breakers, Interruptors, Isolators

b Capacitive Voltage Sensor, PT, CT

c Traction Cables/Feeders/Jumpers and connection


assemblies

d Any other item(s) considered necessary to comply with the


Scope of Work

B1-4 Delivery of following major equipment for the Sub-


Sectioning and Paralleling Post (SSP) at Sector 81 at
Contractor’s premises in Delhi/NCR.

a Circuit Breakers, Interruptors, Isolators

Page 2 of 6
Contract Package NE-01 Pricing Document

b Capacitive Voltage Sensor, PT, CT

c Traction Cables/Feeders/Jumpers and connection


assemblies

d Any other item(s) considered necessary to comply with the


Scope of Work

B1-5 Delivery of following major equipment for the Feeding


Posts (FP) at Sector 83 at Contractor’s premises in
Delhi/NCR.

Page 3 of 6
Contract Package NE-01 Pricing Document

a Circuit Breakers, Interruptors, Isolators

b Capacitive Voltage Sensor, PT, CT

c Traction Cables/Feeders/Jumpers and connection


assemblies
Contractor to Quote considering the distance between
the cable terminations (RSS end & FP end) as 0.5 RKm.
d Any other item(s) considered necessary to comply with the
Scope of Work

B1-6 Delivery of following major equipment for the Traction


Supply Interlinking at Sector 71 at Contractor’s premises in
Delhi/NCR.

a Circuit Breakers, Interruptors, Isolators

b Capacitive Voltage Sensor, PT, CT

c Traction Cables/Feeders/Jumpers and connection


assemblies
Contractor to Quote considering the distance between
the cable terminations (DMRC end & Sector 71 end) as 0.5
d Any other item(s) considered necessary to comply with the
Scope of Work

B1-7 Delivery of following major equipment for Earthing &


Bonding including Thermosetting weld & cables, BEC,
Return Conductor, Return Cables, Earth Wire, Clamps and
Connectors etc. Sections N1 (Sector 71 – Sector 137 RKM
a Earthing Assembly

b Buried Earth Conductor, Return Conductor, Overhead


Protection Conductor and clamps, connections

c Thermosetting Welds , ITL and Cables

d Any other item(s) considered necessary to comply with the


Scope of Work

B1-8 Delivery of following major equipment for the Auxiliary


Power Supply System for Sections N1 (Sector 71 – Sector
137 RKM 9.488) at Contractor’s premises in Delhi/NCR.

a Transformers

Page 4 of 6
Contract Package NE-01 Pricing Document

b Switchgears with CT, PT

c 33 kV Cables
Any change up to plus/minus 0.5 Rkm in the alignment of
the overall corridor shall not be considered as a variation.
Any further change in this length shall be adjusted for the
d LV Cables

e Viaduct Lights, Sockets and Fittings

f Auxiliary Supply System (ACDB, DCDB, Battery Bank,


Battery Charger, Earthing arrangements etc)

g Protection Relays

Page 5 of 6
Contract Package NE-01 Pricing Document

h Any other item(s) considered necessary to comply with the


Scope of Work

B1-9 Delivery of following major equipments for feeding


auxiliary power to ring network at Sector 83 station from
Sector 83 Receiving Sub Station (RSS) at Contractor’s
premises in Delhi/NCR.
a Switchgears with CT, PT

b 33 kV Cables
Contractor to Quote considering the distance between
the cable terminations (RSS end & ASS end) as 0.5 RKm.
Any change in this length (above/below 0.5 Rkm) shall be
c Protection Relays

d Any other item(s) considered necessary to comply with the


Scope of Work

B1-10 Delivery of following major equipment for the Auxiliary


Supply Interlinking at Sector 71 at Contractor’s premises in
Delhi/NCR.

a Switchgears with CT, PT

b 33 kV Cables
Contractor to Quote considering the distance between
the cable terminations (Sector 71 to Line-3 Extension end)
as 0.5 RKm. Any change in this length (above/below 0.5
c Protection Relays

d Any other item(s) considered necessary to comply with the


Scope of Work

B1-11 Delivery of following major equipment for the SCADA


Systems for Section N1 (Sector 71 – Sector 137 RKM
9.488) at Contractor’s premises in Delhi/NCR.

a RTU

b Control and Monitoring Cables etc

c Any other item(s) considered necessary to comply with the


Scope of Work

COST CENTRE TOTAL CARRIED TO SECTION SUMMARY

Page 6 of 6
Corridor N Sector 71 to Depot Station including Rolling Stock Depot at

Sections N1 (Sector 71 – Sector 137 RKM 9.488)

COST CENTRE C1 – INSTALLATION AND SITE TESTING

This Cost Centre comprises all those obligations and ongoing


activities throughout the Contract not associated directly with any
other Cost Centre.

This includes but is not limited to Delivery to Site from Contractor's


premises in Delhi, Submission of Installation Plan, Installation
Drawings, inspection of equipment and Site preparations, Pre-
installation tests, Installation of equipment, Post-installation tests,
energisation and any other item(s) considered necessary to comply
with the scope of work for:

Delivery to Site from Contractor's premises in Delhi/NCR, Installation


and Testing (includes pre-installation tests and post installation tests)
and energisation of all equipment for the Flexible OHE for Sections
N1 (Sector 71 – Sector 137 RKM 9.488) .

Delivery to Site from Contractor's premises in Delhi/NCR, Installation


Contract Package NE-01 Pricing Document

Delivery to Site from Contractor's premises in Delhi/NCR, Installation and


Testing (includes pre-installation tests and post installation tests) and
energisation of all equipment for Earthing & Bonding including
Thermosetting weld & cables, Buried Earth Conductor (BEC), Return
Conductor, Earthing Cables,Clamps/Connectors, etc. for N1 (Sector 71 –
Sector 137 RKM 9.488) of the corridor .

Delivery to Site from Contractor's premises in Delhi/NCR, Installation and


Testing (includes pre-installation tests and post installation tests) and
energisation of all equipment for the Auxiliary Power Supply System for
Sections N1 (Sector 71 – Sector 137 RKM 9.488) .

Delivery to Site from Contractor's premises in Delhi/NCR Installation and

Page 2 of 2
Corridor N Sector 71 to Depot Station including Rolling Stock Depot at Greater Noida

Sections N1 (Sector 71 – Sector 137 RKM 9.488)

COST CENTRE C1 –INSTALLATION AND SITE TESTING

NAME OF BIDDER 0

MILE WORK DESCRIPTION Apportioned Amount Weeks for completion


STONE Amount in Foreign Currency Amount in of Milestone from
MILESTONE ACTIVITY
NO. USD EURO YEN Indian Rupees Commencement Date

• Obtain the ”Notice of No Objection” or “Notice of No


Objection subject to…” from the Engineer for each of:

Delivery to Site from Contractor's premises in


Delhi/NCR, Installation and Testing (includes pre-
installation tests and post installation tests) and
energisation of all equipment for the Flexible OHE for
Sections N1 (Sector 71 – Sector 137 RKM 9.488)
C1-1
Any change up to plus/minus 0.5 Rkm in the alignment
of the overall corridor shall not be considered as a
variation. Any further change in this length shall be
adjusted for the additional plus/minus length on pro
rata rates quoted.

a Masts/Portals

Galvanised Steel parts(Termination Assembly,


b Supporting Arrangement, Anti Creep Assembly, Guy Rod
Assembly, Plates and Boards, Safety Screen Panel etc).

c Contact Wire

Overhead wires and Conductors (Messenger Wires,


d Feeder Wire, Dropper Assembly, Jumper
Assembly,Bridle Wire, Insulating Covers etc)
Contract Package NE-01 Pricing Document

e Insulators, Section Insulators

f Cantilever Assembly

Page 2 of 14
Contract Package NE-01 Pricing Document

g ATD and its Assembly

Any other item(s) considered necessary to comply with


h
the Scope of Work

Delivery to Site from Contractor's premises in


Delhi/NCR, Installation and Testing (includes pre-
C1-2 installation tests and post installation tests) and
energisation of all equipment for the Sub-Sectioning
and Paralleling Post (SSP) at Sector 71

a Circuit Breakers, Interruptors, Isolators

b Capacitive Voltage Sensor, PT, CT

Traction Cables, Cable Path/Feeders/Jumpers and


c
connection assemblies.

Page 3 of 14
Contract Package NE-01 Pricing Document

Any other item(s) considered necessary to comply with


d
the Scope of Work

Delivery to Site from Contractor's premises in


Delhi/NCR, Installation and Testing (includes pre-
C1-3 installation tests and post installation tests) and
energisation of all equipment for the Sub-Sectioning
(SS) at Sector 78 station

a Circuit Breakers, Interruptors, Isolators

b Capacitive Voltage Sensor, PT, CT

Traction Cables, Cable Path/Feeders/Jumpers and


c
connection assemblies.

Any other item(s) considered necessary to comply with


d
the Scope of Work

Page 4 of 14
Contract Package NE-01 Pricing Document

Delivery to Site from Contractor's premises in


Delhi/NCR, Installation and Testing (includes pre-
C1-4 installation tests and post installation tests) and
energisation of all equipment for the Sub-Sectioning
and Paralleling Post (SSP) at Sector 81

a Circuit Breakers, Interruptors, Isolators

b Capacitive Voltage Sensor, PT, CT

Traction Cables, Cable Path/Feeders/Jumpers and


c
connection assemblies.

Any other item(s) considered necessary to comply with


d
the Scope of Work

Page 5 of 14
Contract Package NE-01 Pricing Document

Delivery to Site from Contractor's premises in


Delhi/NCR, Installation and Testing (includes pre-
C1-5 installation tests and post installation tests) and
energisation of all equipment for the Feeding Posts (FP)
at Sector 83

a Circuit Breakers, Interruptors, Isolators

b Capacitive Voltage Sensor, PT, CT

Traction Cables, cable path/Feeders/Jumpers and


connection assemblies.
Contractor to Quote considering the distance between
c
the cable terminations (RSS end & FP end) as 0.5 RKm.
Any change in this length (above/below 0.5 Rkm) shall
be adjusted on pro rata rates quoted.

Any other item(s) considered necessary to comply with


d
the Scope of Work

Delivery to Site from Contractor's premises in


Delhi/NCR, Installation and Testing (includes pre-
C1-6 installation tests and post installation tests) and
energisation of all equipment for the Traction Supply
Interlinking at Sector 71.

Page 6 of 14
Contract Package NE-01 Pricing Document

a Circuit Breakers, Interruptors, Isolators

b Capacitive Voltage Sensor, PT, CT

Traction Cables, Cable Path/Feeders/Jumpers and


connection assemblies.
Contractor to Quote considering the distance between
c
the cable terminations (DMRC end & Sector 71 end) as
0.5 RKm. Any change in this length (above/below 0.5
Rkm) shall be adjusted on pro rata rates quoted).

Any other item(s) considered necessary to comply with


d
the Scope of Work

Page 7 of 14
Contract Package NE-01 Pricing Document

Delivery to Site from Contractor's premises in


Delhi/NCR, Installation and Testing (includes pre-
installation tests and post installation tests) and
energisation of all equipment for Earthing & Bonding
C1-7 including Thermosetting weld & cables, BEC, Return
Conductor, Return Cables, Earth Wire, Clamps and
Connectors etc. Sections N1 (Sector 71 – Sector 137
RKM 9.488).
Any change up to plus/minus 0.5 Rkm in the alignment

a Earthing Assembly

Buried Earth Conductor, Return Conductor, Overhead


b
Protection Conductor and clamps, connections.

c Thermosetting Welds , ITL and Cable, cable paths

Any other item(s) considered necessary to comply with


d
the Scope of Work

Delivery to Site from Contractor's premises in


Delhi/NCR, Installation and Testing (includes pre-
installation tests and post installation tests) and
C1-8
energisation of all equipment for the Auxiliary Power
Supply System for Sections N1 (Sector 71 – Sector 137
RKM 9.488)

Page 8 of 14
Contract Package NE-01 Pricing Document

a Transformers

b Switchgears with CT, PT

33 kV Cables, cable path


Any change up to plus/minus 0.5 Rkm in the alignment
of the overall corridor shall not be considered as a
c
variation. Any further change in this length shall be
adjusted for the additional plus/minus length on pro
rata rates quoted.

d LV Cable, cable paths

e Viaduct Lights, Sockets and Fittings

Page 9 of 14
Contract Package NE-01 Pricing Document

Auxiliary Supply System (ACDB, DCDB, Battery Bank,


f
Battery Charger, Earthing arrangements etc).

g Protection Relays

Any other item(s) considered necessary to comply with


h
the Scope of Work

Delivery to Site from Contractor's premises in


Delhi/NCR, Installation and Testing (includes pre-
installation tests and post installation tests) and
C1-9
energisation of all equipment for feeding auxiliary
power to ring network at Sector 83 station from Sector
83 Receiving Sub Station (RSS).

a Switchgears with CT, PT

33 kV Cables, cable path


Contractor to Quote considering the distance between
b the cable terminations (RSS end & ASS end) as 0.5
RKm. Any change in this length (above/below 0.5 Rkm)
shall be adjusted on pro rata rates quoted.

Page 10 of 14
Contract Package NE-01 Pricing Document

c Protection Relays

Any other item(s) considered necessary to comply with


d
the Scope of Work

Delivery to Site from Contractor's premises in


Delhi/NCR, Installation and Testing (includes pre-
C1-10 installation tests and post installation tests) and
energisation of all equipment for the Auxiliary Supply
Interlinking at Sector 71

a Switchgears with CT, PT

33 kV Cables, cable path


Contractor to Quote considering the distance between
the cable terminations (Sector 71 to Line-3 Extension
b
end) as 0.5 RKm. Any change in this length
(above/below 0.5 Rkm) shall be adjusted on pro rata
rates quoted.

c Protection Relays

Page 11 of 14
Contract Package NE-01 Pricing Document

Any other item(s) considered necessary to comply with


d
the Scope of Work

Page 12 of 14
Contract Package NE-01 Pricing Document

Delivery to Site from Contractor's premises in


Delhi/NCR, Installation and Testing (includes pre-
C1-11 installation tests and post installation tests) and
energisation of all equipment for the SCADA Systems for
Section N1 (Sector 71 – Sector 137 RKM 9.488)

a RTU

b Control and Monitoring Cable, cable paths etc

Any other item(s) considered necessary to comply with


c
the Scope of Work

Page 13 of 14
Contract Package NE-01 Pricing Document

Manning of Commissioned ASS


Contractor to Quote all-inclusive man-day charges
considering 4224 man-days. Any change in the man-
days (above/below 4224 mandays ) shall be adjusted
on pro rata rates quoted.
The staff team deployed at the ASS's shall be thoroughly
conversant and competent to operate the various
switchgear and systems and shall be able to provide
auxiliary power, if so desired by DMRC, to other
Agencies working in the Station area or elsewhere and
also to provide power shut-downs of the commissioned
C1-12 systems, if so directed by DMRC.
A period of 8 hours of deployment of one staff should
be considered as 1 man-day.
The quoted amount shall cover the approval of the
supervisors and replacement as required by the
Employer, employment of approved staff including
salaries, overtime, airfares, lodging allowances, their
office expenditure, telephone/mobile bills, local travel
costs to and from site, training materials, income tax
and other taxes deducted at source.
The contractor shall be responsible for the compliance
of all the labour laws irrespective of rates quoted.

COST CENTRE TOTAL CARRIED TO SECTION SUMMARY

Page 14 of 14
Corridor N Sector 71 to Depot Station including Rolling Stock Depot at

Sections N1 (Sector 71 – Sector 137 RKM 9.488)

COST CENTRE D1 – SYSTEM ACCEPTANCE TESTS, INTEGRATED TESTING

This Cost Centre comprises all those obligations and ongoing activities
throughout the Contract not associated directly with any other Cost
Centre.

This includes but is not limited to:

System acceptance tests in accordance with accepted System


Acceptance Plan.
Contract Package NE-01 Pricing Document

Page 2 of 2
Corridor N Sector 71 to Depot Station including Rolling Stock Depot at Greater Noida

Sections N1 (Sector 71 – Sector 137 RKM 9.488)

COST CENTRE D1 – SYSTEM ACCEPTANCE TESTS, INTEGRATED TESTING AND COMMISSIONING

NAME OF BIDDER 0

MILE WORK DESCRIPTION Apportioned Amount Weeks for


STONE Amount in Foreign Currency Amount in completion
MILESTONE ACTIVITY
NO. USD EURO YEN Indian Rupees of Milestone from
D1-1 Obtain the “Notice of No Objection” or “Notice of No
Objection Subject to ---“ from the Engineer for the System
Acceptance Test (SAT) Plan for the Cost Centres as a whole
included in Section N1 covering:

Flexible OHE, Sub-Sectioning and Paralleling Post (SSP) at


Sector 71 and Sector 81 stations, Sub Sectioning (SS) at
Sector 78 Station, Feeding Post (FP) at Sector 83, Traction
Supply Interlinking at Sector 71 station, Earthing &
Bonding including Thermosetting weld & cables, BEC,
Return Conductor, Return Cables, Earth Wire, Clamps and
Connectors etc.,

Auxiliary Power Supply System for Section N1, Auxiliary


Power Feeding Arrangements from RSS to Sector 83,
Auxiliary Power Supply Interlinking at Sector 71 Station

SCADA system for Section N1

Any other item(s) considered necessary to comply with the


scope of the work.

D1-2 Obtain the “Notice of No Objection” or “Notice of No


Objection Subject to ---“ from the Engineer for the
Integrated Testing and Commissioning Plan for:

Flexible OHE, Sub-Sectioning and Paralleling Post (SSP) at


Sector 71 and Sector 81 stations, Sub Sectioning (SS) at
Sector 78 Station, Feeding Post (FP) at Sector 83, Traction
Supply Interlinking at Sector 71 station, Earthing &
Bonding including Thermosetting weld & cables, BEC,
Return Conductor, Return Cables, Earth Wire, Clamps and
Connectors etc.,

Auxiliary Power Supply System for Section N1, Auxiliary


Power Feeding Arrangements from RSS to Sector 83,
Auxiliary Power Supply Interlinking at Sector 71 Station

SCADA system for Section N1

Any other item(s) considered necessary to comply with the


scope of the work.

D1-3 Obtain the “Notice of No Objection” or “Notice of No


Objection Subject to ---“ from the Engineer for the
completion of System Acceptance Tests (SAT) for the Cost
Centres as a whole included in Section N1 covering:

Flexible OHE, Sub-Sectioning and Paralleling Post (SSP) at


Sector 71 and Sector 81 stations, Sub Sectioning (SS) at
Sector 78 Station, Feeding Post (FP) at Sector 83, Traction
Supply Interlinking at Sector 71 station, Earthing &
Bonding including Thermosetting weld & cables, BEC,
Return Conductor, Return Cables, Earth Wire, Clamps and
Connectors etc.,

Auxiliary Power Supply System for Section N1, Auxiliary


Power Feeding Arrangements from RSS to Sector 83,
Auxiliary Power Supply Interlinking at Sector 71 Station

SCADA system for Section N1

Any other item(s) considered necessary to comply with the


scope of the work.

D1-4 Obtain the “Notice of No Objection” or “Notice of No


Objection Subject to ---“ from the Engineer for the
completion of Integrated Testing and Commissioning Tests
for:

Flexible OHE, Sub-Sectioning and Paralleling Post (SSP) at


Sector 71 and Sector 81 stations, Sub Sectioning (SS) at
Sector 78 Station, Feeding Post (FP) at Sector 83, Traction
Supply Interlinking at Sector 71 station, Earthing &
Bonding including Thermosetting weld & cables, BEC,
Return Conductor, Return Cables, Earth Wire, Clamps and
Connectors etc.,

Auxiliary Power Supply System for Section N1, Auxiliary


Power Feeding Arrangements from RSS to Sector 83,
Auxiliary Power Supply Interlinking at Sector 71 Station

SCADA system for Section N1

Any other item(s) considered necessary to comply with the


scope of the work.

D1-5 Obtain the “Notice of No Objection” or “Notice of No


Objection Subject to ---“ from the Engineer for completion
of Service Trials.

D1-6 Obtain the “Notice of No Objection” or “Notice of No


Objection Subject to ---“ from the Engineer for Detailed
Safety Report

D1-7 Obtain the “Notice of No Objection” or “Notice of No


Objection Subject to ---“ from the Engineer for Safety
Certificate.

D1-8 Any other item(s) considered necessary to comply with the


Scope of Work.

COST CENTRE TOTAL CARRIED TO SECTION SUMMARY


Corridor N Sector 71 to Depot Station including Rolling Stock Depot at Greater

Section N2 (Sector 142 – Sector 149 RKM 10.280)

COST CENTRE B2 – MANUFACTURE AND DELIVERY

This Cost Centre comprises all those obligations and ongoing activities
throughout the Contract not associated directly with any other Cost Centre.

This includes but is not limited to receipt/ delivery of following equipment for
Sections N2 after type test, factory acceptance test, provision of Indemnity
Bond and proof of insurance:

Delivery of equipment for the Flexible OHE for Section N2 (Sector 142 –
Sector 149 RKM 10.180) at Contractor’s premises in Delhi/NCR.

Delivery of equipment for the e- Rigid OCS for Section N2 (Sector 142 –
Sector 149 RKM 0.100) at Contractor’s premises in Delhi/NCR.

Delivery of equipment for the Sub-Sectioning (SS) at Sector 142 station at


Contractor’s premises in Delhi/NCR.
Delivery of equipment for the Auxiliary Power Supply System for Sections N2
(Sector 142 – Sector 149 RKM 10.280 at Contractor’s premises in Delhi/NCR.

Delivery of 33 kV Cables and other equipments (for feeding auxiliary power to


ring network) at Sector 153 station from Sector 153 Receiving Sub Station
(RSS) at Contractor’s premises in Delhi/NCR considering 0.5 km of distance.

Delivery of equipment for the SCADA Systems for Section N2 (Sector 142 –
Sector 149 RKM 10 280) at Contractor’s premises in Delhi/NCR
Corridor N Sector 71 to Depot Station including Rolling Stock Depot at Greater Noida

Sections N2 (Sector 142 – Sector 149 RKM 10.280)

COST CENTRE B2 -- MANUFACTURE AND DELIVERY

NAME OF BIDDER 0

MILE WORK DESCRIPTION Apportioned Amount Weeks for completion


STONE Amount in Foreign Currency Amount in of Milestone from
MILESTONE ACTIVITY
NO. USD EURO YEN Indian Rupees Commencement Date
Obtain the ”Notice of No Objection” or “Notice of No Objection
subject to…” from the Engineer for each of the following
Milestone activities after:
• Certification of type tests
• Certification of factory acceptance test
• Provision of Indemnity Bond
• Proof of insurance
B2-1 Delivery of following major equipments for the Flexible OHE for
Section N2 (Sector 142 – Sector 149 RKM 10.180) at
Contractor’s premises in Delhi/NCR
Any change up to plus/minus 0.5 Rkm in the alignment of the
overall corridor shall not be considered as a variation. Any
further change in this length shall be adjusted for the
additional plus/minus length on pro rata rates quoted.

a Masts/Portals

b Galvanised Steel parts(Termination Assembly, Supporting


Arrangement, Anti Creep Assembly, Guy Rod Assembly, Plates
and Boards, Safety Screen Panel etc)

c Contact Wire

d Overhead wires and Conductors (Messenger Wires, Feeder


Wire, Dropper Assembly, Jumper Assembly,Bridle Wire,
Insulating Covers etc).
Contract Package NE-01 Pricing Document

e Insulators, Section Insulators

f Cantilever Assembly

g ATD and its Assembly

h Neutral Section

i Any other item(s) considered necessary to comply with the


Scope of Work

B2-2 Delivery of following major equipments for the e-Rigid OCS for
Section N2 (Sector 142 – Sector 149 RKM 0.100) at Contractor’s
premises in Delhi/NCR
Contractor to quote considering 0.100 RKM. Any change in the
a Masts/Portals including Support Structures

b Conductor Rail and Accessories

c Contact Wire

d Insulators

e Anti Creep Assembly

f Transition Element Assembly

g Any other item(s) considered necessary to comply with the


Scope of Work

B2-3 Delivery of following major equipment for the Sub-Sectioning


(SS) at Sector 142 station at Contractor’s premises in Delhi/NCR
.

a Circuit Breakers, Interruptors, Isolators

b Capacitive Voltage Sensor, PT, CT

c Traction Cables/Feeders/Jumpers and connection assemblies.

Page 2 of 5
Contract Package NE-01 Pricing Document

d Any other item(s) considered necessary to comply with the


Scope of Work

B2-4 Delivery of following major equipment for the Sub-Sectioning


and Paralleling Post (SSP) at Sector 144 at Contractor’s premises
in Delhi/NCR.

a Circuit Breakers, Interruptors, Isolators

b Capacitive Voltage Sensor, PT, CT

c Traction Cables/Feeders/Jumpers and connection assemblies

d Any other item(s) considered necessary to comply with the


Scope of Work

B2-5 Delivery of following major equipment for the Sectioning and


Paralleling Post (SP) at Sector 147 at Contractor’s premises in
Delhi/NCR.

a Circuit Breakers, Interruptors, Isolators

b Capacitive Voltage Sensor, PT, CT

c Traction Cables/Feeders/Jumpers and connection assemblies

d Any other item(s) considered necessary to comply with the


Scope of Work

B2-6 Delivery of following major equipment for the Feeding Posts


(FP) at Sector 153 at Contractor’s premises in Delhi/NCR.

a Circuit Breakers, Interruptors, Isolators

b Capacitive Voltage Sensor, PT, CT

c Traction Cables/Feeders/Jumpers and connection assemblies


Contractor to Quote considering the distance between the
cable terminations (RSS end & FP end) as 0.5 RKm. Any change
in this length (above/below 0.5 Rkm) shall be adjusted on pro
d Any other item(s) considered necessary to comply with the
Scope of Work

B2-7 Delivery of following major equipment for the Sub-Sectioning


and Paralleling Post (SSP) at Sector 149 at Contractor’s premises
in Delhi/NCR.

Page 3 of 5
Contract Package NE-01 Pricing Document

a Circuit Breakers, Interruptors, Isolators

b Capacitive Voltage Sensor, PT, CT

c Traction Cables/Feeders/Jumpers and connection assemblies.

d Any other item(s) considered necessary to comply with the


Scope of Work

B2-8 Delivery of following major equipment for Earthing & Bonding


including Thermosetting weld & cables, BEC, Return Conductor,
Return Cables, Earth Wire, Clamps and Connectors etc. Sections
N2 (Sector 142 – Sector 149 RKM 10.280) at Contractor’s
a Earthing Assembly

b Buried Earth Conductor, Return Conductor, Overhead


Protection Conductor and clamps, connections

c Thermosetting Welds , ITL and Cables

d Any other item(s) considered necessary to comply with the


Scope of Work

B2-9 Delivery of following major equipment for the Auxiliary Power


Supply System for Sections N2 (Sector 142 – Sector 149 RKM
10.280) at Contractor’s premises in Delhi/NCR.

a Transformers

b Switchgears with CT, PT

c 33 kV Cables
Any change up to plus/minus 0.5 Rkm in the alignment of the
overall corridor shall not be considered as a variation. Any
further change in this length shall be adjusted for the
d LV Cables

Page 4 of 5
Contract Package NE-01 Pricing Document

e Viaduct Lights, Sockets and Fittings

f Auxiliary Supply System (ACDB, DCDB, Battery Bank, Battery


Charger, Earthing arrangements etc).

g Protection Relays

h Any other item(s) considered necessary to comply with the


Scope of Work

B2-10 Delivery of following major equipments for feeding auxiliary


power to ring network at Sector 153 station from Sector 153
Receiving Sub Station (RSS) at Contractor’s premises in
Delhi/NCR.
a Switchgears with CT, PT

b 33 kV Cables
Contractor to Quote considering the distance between the
cable terminations (RSS end & ASS end) as 0.5 RKm. Any
change in this length (above/below 0.5 Rkm) shall be adjusted
c Protection Relays

d Any other item(s) considered necessary to comply with the


Scope of Work

B2-11 Delivery of following major equipment for the SCADA Systems


including Back Up at RSS for Section N2 (Sector 142 – Sector
149 RKM 10.280) at Contractor’s premises in Delhi/NCR.

a RTU

b Control and Monitoring Cables etc

c SCADA Server+ Work Station+ Printer etc.

d SCADA and other Softwares

e Auxiliary Suppply System

f Any other item(s) considered necessary to comply with the


Scope of Work

COST CENTRE TOTAL CARRIED TO SECTION SUMMARY

Page 5 of 5
Corridor N Sector 71 to Depot Station including Rolling Stock Depot at Greater Noida

Sections N2 (Sector 142 – Sector 149 RKM 10.280)

COST CENTRE C2 – INSTALLATION AND SITE TESTING


Contract Package NE-01 Pricing Document

This Cost Centre comprises all those obligations and ongoing activities
throughout the Contract not associated directly with any other Cost Centre.

This includes but is not limited to Delivery to Site from Contractor's premises in
Delhi, Submission of Installation Plan, Installation Drawings, inspection of
equipment and Site preparations, Pre- installation tests, Installation of
equipment, Post-installation tests, energisation and any other item(s)
considered necessary to comply with the scope of work for:

Delivery to Site from Contractor's premises in Delhi/NCR, Installation and


Testing (includes pre-installation tests and post installation tests) and
energisation of all equipment for the Flexible OHE for Section N2 (Sector 142 –
Sector 149 RKM 10.180) .

Delivery to Site from Contractor's premises in Delhi/NCR, Installation and


Testing (includes pre-installation tests and post installation tests) and
energisation of all equipment for the e- Rigid OCS for Section N2 (Sector 142 –
Sector 149 RKM 0.100) .

Delivery to Site from Contractor's premises in Delhi/NCR, Installation and


Testing (includes pre installation tests and post installation tests) and

Page 2 of 3
Contract Package NE-01 Pricing Document

Delivery to Site from Contractor's premises in Delhi/NCR, Installation and


Testing (includes pre-installation tests and post installation tests) and
energisation of all equipment for Feeding Post (FP) at Sector 153 station from
Sector 153 Receiving Sub Station (RSS).

Delivery to Site from Contractor's premises in Delhi/NCR, Installation and


Testing (includes pre-installation tests and post installation tests) and
energisation of all equipment for Earthing & Bonding including Thermosetting
weld & cables, Buried Earth Conductor (BEC), Return Conductor, Earthing
Cables,Clamps/Connectors, etc. for N2 (Sector 142 – Sector 149 RKM 10.280)
of the corridor.

Delivery to Site from Contractor's premises in Delhi/NCR Installation and

Page 3 of 3
Corridor N Sector 71 to Depot Station including Rolling Stock Depot at Greater Noida

Sections N2 (Sector 142 – Sector 149 RKM 10.280)

COST CENTRE C2 –INSTALLATION AND SITE TESTING

NAME OF BIDDER 0

Apportioned Amount
MILE WORK DESCRIPTION Weeks for completion
Amount in Foreign Currency
STONE MILESTONE ACTIVITY Amount in of Milestone from
NO. USD EURO YEN Indian Rupees Commencement Date
• Obta i n the ”Noti ce of No Objecti on” or “Noti ce of No
Objecti on s ubject to ” from the Engi neer for ea ch of:
C2-1 Del i very to Si te from Contra ctor's premi s es i n Del hi /NCR,
Ins ta l l a ti on a nd Tes ti ng (i ncl udes pre-i ns ta l l a ti on tes ts
a nd pos t i ns ta l l a ti on tes ts ) a nd energi s a ti on of a l l
equi pment for the Fl exi bl e OHE for Secti on N2 (Sector 142
– Sector 149 RKM 10.180)
Any change up to plus/minus 0.5 Rkm in the alignment of the
overall corridor shall not be considered as a variation. Any
further change in this length shall be adjusted for the additional
plus/minus length on pro rata rates quoted.

Ma s ts /Porta l s

a
b Ga l va ni s ed Steel pa rts (Termi na ti on As s embl y,
Supporti ng Arra ngement, Anti Creep As s embl y, Guy Rod
As s embl y, Pl a tes a nd Boa rds , Sa fety Screen Pa nel etc)

Conta ct Wi re

c
d Overhea d wi res a nd Conductors (Mes s enger Wi res ,
Feeder Wi re, Dropper As s embl y, Jumper As s embl y,Bri dl e
Wi re, Ins ul a ti ng Covers etc)

Ins ul a tors , Secti on Ins ul a tors

e
f Ca nti l ever As s embl y

ATD a nd i ts As s embl y

g
h Neutra l Secti on
Contra ct Pa cka ge NE-01 Pri ci ng Document

i Any other i tem(s ) neces s a ry to compl y wi th the Scope of


Work.

C2-2 Del i very to Si te from Contra ctor's premi s es i n Del hi /NCR,


Ins ta l l a ti on a nd Tes ti ng (i ncl udes pre-i ns ta l l a ti on tes ts
a nd pos t i ns ta l l a ti on tes ts ) a nd energi s a ti on of a l l
equi pment for the e-Ri gi d OCS for Secti on N2 (Sector 142 –
Sector 149 RKM 0.100)
Contractor to quote considering 0.100 Rkm. Any change in the
RKM shall be adjusted on prorata basis as per the quoted rates
under this milestone and suitably adjusting the quoted rates in
a Ma s ts /Porta l s i ncl udi ng Support Structures

b Conductor Ra i l a nd Acces s ori es

c Conta ct Wi re

d Ins ul a tors

e Anti Creep As s embl y

f Tra ns i ti on El ement As s embl y

g Any other i tem(s ) cons i dered neces s a ry to compl y wi th


the Scope of Work

C2-3 Del i very to Si te from Contra ctor's premi s es i n Del hi /NCR,


Ins ta l l a ti on a nd Tes ti ng (i ncl udes pre-i ns ta l l a ti on tes ts
a nd pos t i ns ta l l a ti on tes ts ) a nd energi s a ti on of a l l
equi pment for the Sub-Secti oni ng (SS) a t Sector 142
s ta ti on .

a Ci rcui t Brea kers , Interruptors , Is ol a tors

b Ca pa ci ti ve Vol ta ge Sens or, PT, CT

c Tra cti on Ca bl es , Ca bl e Pa th/Feeders /Jumpers a nd


connecti on a s s embl i es

d Any other i tem(s ) cons i dered neces s a ry to compl y wi th


the Scope of Work

C2-4 Del i very to Si te from Contra ctor's premi s es i n Del hi /NCR,


Ins ta l l a ti on a nd Tes ti ng (i ncl udes pre-i ns ta l l a ti on tes ts
a nd pos t i ns ta l l a ti on tes ts ) a nd energi s a ti on of a l l
equi pment for the Sub-Secti oni ng a nd Pa ra l l el i ng Pos t
(SSP) a t Sector 144.

a Ci rcui t Brea kers , Interruptors , Is ol a tors

Pa ge 2 of 4
Contra ct Pa cka ge NE-01 Pri ci ng Document

b Ca pa ci ti ve Vol ta ge Sens or, PT, CT

c Tra cti on Ca bl es , Ca bl e Pa th/Feeders /Jumpers a nd


connecti on a s s embl i es

d Any other i tem(s ) cons i dered neces s a ry to compl y wi th


the Scope of Work

C2-5 Del i very to Si te from Contra ctor's premi s es i n Del hi /NCR,


Ins ta l l a ti on a nd Tes ti ng (i ncl udes pre-i ns ta l l a ti on tes ts
a nd pos t i ns ta l l a ti on tes ts ) a nd energi s a ti on of a l l
equi pment for the Secti oni ng a nd Pa ra l l el i ng Pos t (SP) a t
Sector 147

a Ci rcui t Brea kers , Interruptors , Is ol a tors

b Ca pa ci ti ve Vol ta ge Sens or, PT, CT

c Tra cti on Ca bl es , Ca bl e Pa th/Feeders /Jumpers a nd


connecti on a s s embl i es

d Any other i tem(s ) cons i dered neces s a ry to compl y wi th


the Scope of Work

C2-6 Del i very to Si te from Contra ctor's premi s es i n Del hi /NCR,


Ins ta l l a ti on a nd Tes ti ng (i ncl udes pre-i ns ta l l a ti on tes ts
a nd pos t i ns ta l l a ti on tes ts ) a nd energi s a ti on of a l l
equi pment for the Feedi ng Pos ts (FP) a t Sector 153.

a Ci rcui t Brea kers , Interruptors , Is ol a tors

b Ca pa ci ti ve Vol ta ge Sens or, PT, CT

c Tra cti on Ca bl es , ca bl e pa th/Feeders /Jumpers a nd


connecti on a s s embl i es .
Contractor to Quote considering the distance between the cable
terminations (RSS end & FP end) as 0.5 RKm. Any change in
this length (above/below 0.5 Rkm) shall be adjusted on pro
rata rates quoted.

d Any other i tem(s ) cons i dered neces s a ry to compl y wi th


the Scope of Work

C2-7 Del i very to Si te from Contra ctor's premi s es i n Del hi /NCR,


Ins ta l l a ti on a nd Tes ti ng (i ncl udes pre-i ns ta l l a ti on tes ts
a nd pos t i ns ta l l a ti on tes ts ) a nd energi s a ti on of a l l
equi pment for the Sub-Secti oni ng a nd Pa ra l l el i ng Pos t
(SSP) a t Sector 149.

a Ci rcui t Brea kers , Interruptors , Is ol a tors

Pa ge 3 of 4
Contra ct Pa cka ge NE-01 Pri ci ng Document

b Ca pa ci ti ve Vol ta ge Sens or, PT, CT

c Tra cti on Ca bl es , Ca bl e Pa th/Feeders /Jumpers a nd


connecti on a s s embl i es

d Any other i tem(s ) cons i dered neces s a ry to compl y wi th


the Scope of Work

C2-8 Del i very to Si te from Contra ctor's premi s es i n Del hi /NCR,


Ins ta l l a ti on a nd Tes ti ng (i ncl udes pre-i ns ta l l a ti on tes ts
a nd pos t i ns ta l l a ti on tes ts ) a nd energi s a ti on of a l l
equi pment for Ea rthi ng & Bondi ng i ncl udi ng
Thermos etti ng wel d & ca bl es , BEC, Return Conductor,
Return Ca bl es , Ea rth Wi re, Cl a mps a nd Connectors etc.
Secti ons N2 (Sector 142 – Sector 149 RKM 10.280)
Any change up to plus/minus 0.5 Rkm in the alignment of the
overall corridor shall not be considered as a variation. Any
further change in this length shall be adjusted for the additional
plus/minus length on pro rata rates quoted.

a Ea rthi ng As s embl y

b Buri ed Ea rth Conductor, Return Conductor, Overhea d


Protecti on Conductor a nd cl a mps , connecti ons

c Thermos etti ng Wel ds , ITL a nd Ca bl e, ca bl e pa ths

d Any other i tem(s ) cons i dered neces s a ry to compl y wi th


the Scope of Work

C2-9 Del i very to Si te from Contra ctor's premi s es i n Del hi /NCR,


Ins ta l l a ti on a nd Tes ti ng (i ncl udes pre-i ns ta l l a ti on tes ts
a nd pos t i ns ta l l a ti on tes ts ) a nd energi s a ti on of a l l
equi pment for the Auxi l i a ry Power Suppl y Sys tem for
Secti ons N2 (Sector 142 – Sector 149 RKM 10.280).

a Tra ns formers

b Swi tchgea rs wi th CT, PT

c 33 kV Ca bl es , Ca bl e Pa th
Any change up to plus/minus 0.5 Rkm in the alignment of the
overall corridor shall not be considered as a variation. Any
further change in this length shall be adjusted for the additional
plus/minus length on pro rata rates quoted.

d LV Ca bl e, ca bl e pa ths

e Vi a duct Li ghts , Sockets a nd Fi tti ngs

f Auxi l i a ry Suppl y Sys tem (ACDB, DCDB, Ba ttery Ba nk,


Ba ttery Cha rger, Ea rthi ng a rra ngements etc).

g Protecti on Rel a ys

h Any other i tem(s ) cons i dered neces s a ry to compl y wi th


the Scope of Work

C2-10 Del i very to Si te from Contra ctor's premi s es i n Del hi /NCR,


Ins ta l l a ti on a nd Tes ti ng (i ncl udes pre-i ns ta l l a ti on tes ts
a nd pos t i ns ta l l a ti on tes ts ) a nd energi s a ti on of a l l
equi pment for feedi ng a uxi l i a ry power to ri ng network a t
Sector 153 s ta ti on from Sector 153 Recei vi ng Sub Sta ti on
(RSS).

a Swi tchgea rs wi th CT, PT

b 33 kV Ca bl es , Ca bl e Pa th
Contractor to Quote considering the distance between the cable
terminations (RSS end & ASS end) as 0.5 Rkm. Any change in
this length (above/below 0.5 Rkm) shall be adjusted on pro
rata rates quoted.

c Protecti on Rel a ys

d Any other i tem(s ) cons i dered neces s a ry to compl y wi th


the Scope of Work

C2-11 Del i very to Si te from Contra ctor's premi s es i n Del hi /NCR,


Ins ta l l a ti on a nd Tes ti ng (i ncl udes pre-i ns ta l l a ti on tes ts
a nd pos t i ns ta l l a ti on tes ts ) a nd energi s a ti on of a l l
equi pment for the SCADA Sys tems i ncl udi ng Ba ck Up a t
RSS for Secti on N2 (Sector 142 – Sector 149 RKM 10.280).

a RTU

b Control a nd Moni tori ng Ca bl e, ca bl e pa ths etc

c SCADA Server+ Work Sta ti on+ Pri nter etc.

d SCADA a nd other Softwa res

e Auxi l i a ry Supppl y Sys tem

f Any other i tem(s ) cons i dered neces s a ry to compl y wi th


the Scope of Work

C2-12 Ma nni ng of Commi s s i oned ASS


Contractor to Quote all-inclusive man-day charges considering
6930 man-days. Any change in the man-days (above/below
6930 mandays ) shall be adjusted on pro rata rates quoted.
The s ta ff tea m depl oyed a t the ASS's s ha l l be thoroughl y
convers a nt a nd competent to opera te the va ri ous
s wi tchgea r a nd s ys tems a nd s ha l l be a bl e to provi de
a uxi l i a ry power, i f s o des i red by DMRC, to other Agenci es
worki ng i n the Sta ti on a rea or el s ewhere a nd a l s o to
provi de power s hut-downs of the commi s s i oned s ys tems ,
i f s o di rected by DMRC.
A peri od of 8 hours of depl oyment of one s ta ff s houl d be
cons i dered a s 1 ma n-da y.
The quoted a mount s ha l l cover the a pprova l of the
s upervi s ors a nd repl a cement a s requi red by the
Empl oyer, empl oyment of a pproved s ta ff i ncl udi ng
s a l a ri es , overti me, a i rfa res , l odgi ng a l l owa nces , thei r
offi ce expendi ture, tel ephone/mobi l e bi l l s , l oca l tra vel
cos ts to a nd from s i te, tra i ni ng ma teri a l s , i ncome ta x a nd
other ta xes deducted a t s ource.
The contra ctor s ha l l be res pons i bl e for the compl i a nce of
a l l the l a bour l a ws i rres pecti ve of ra tes quoted.
COST CENTRE TOTAL CARRIED TO SECTION SUMMARY

Pa ge 4 of 4
Corridor N Sector 71 to Depot Station including Rolling Stock Depot at Greater Noida

Sections N2 (Sector 142 – Sector 149 RKM 10.280)

COST CENTRE D2 – SYSTEM ACCEPTANCE TESTS, INTEGRATED TESTING AND

This Cost Centre comprises all those obligations and ongoing activities
throughout the Contract not associated directly with any other Cost Centre.

This includes but is not limited to:

System acceptance tests in accordance with accepted System Acceptance


Plan.

Integrated Testing and Commissioning in conjunction with Designated


Contractors.

Service Trials.
Contract Package NE-01 Pricing Document

Page 2 of 2
Corridor N Sector 71 to Depot Station including Rolling Stock Depot at Greater Noida

Sections N2 (Sector 142 – Sector 149 RKM 10.280)

COST CENTRE D2 – SYSTEM ACCEPTANCE TESTS, INTEGRATED TESTING AND COMMISSIONING

NAME OF BIDDER 0

MILE WORK DESCRIPTION Apportioned Amount Weeks for completion


STONE Amount in Foreign Currency Amount in of Milestone from
MILESTONE ACTIVITY
NO. USD EURO YEN Indian Rupees Commencement Date
D2-1 Obtain the “Notice of No Objection” or “Notice of No Objection
Subject to ---“ from the Engineer for the System Acceptance Test
(SAT) Plan for the Cost Centres as a whole included in Section N2
covering:

Flexible OHE, e- Rigid OCS, Sub-Sectioning and Paralleling Post


(SSP) at Sector 144 and Sector 149 stations, Sectioning and
Paralleling (SP) at Sector 147 station, Sub Sectioning (SS) at
Sector 142 Station, Feeding Post (FP) at Sector 153, Traction
Supply Interlinking at Sector 71 station, Earthing & Bonding
including Thermosetting weld & cables, BEC, Return Conductor,
Return Cables, Earth Wire, Clamps and Connectors etc.,

Auxiliary Power Supply System for Section N2, Auxiliary Power


Feeding Arrangements from RSS to Sector 153,

SCADA system for Section N2 including Back Up at RSS

Any other item(s) considered necessary to comply with the


scope of the work.
Contract Package NE-01 Pricing Document

D2-2 Obtain the “Notice of No Objection” or “Notice of No Objection


Subject to ---“ from the Engineer for the Integrated Testing and
Commissioning Plan for:

Flexible OHE, e- Rigid OCS, Sub-Sectioning and Paralleling Post


(SSP) at Sector 144 and Sector 149 stations, Sectioning and
Paralleling (SP) at Sector 147 station, Sub Sectioning (SS) at
Sector 142 Station, Feeding Post (FP) at Sector 153, Traction
Supply Interlinking at Sector 71 station, Earthing & Bonding
including Thermosetting weld & cables, BEC, Return Conductor,
Return Cables, Earth Wire, Clamps and Connectors etc.,

Auxiliary Power Supply System for Section N2, Auxiliary Power


Feeding Arrangements from RSS to Sector 153,

SCADA system for Section N2 including Back Up at RSS

Any other item(s) considered necessary to comply with the


scope of the work.

D2-3 Obtain the “Notice of No Objection” or “Notice of No Objection


Subject to ---“ from the Engineer for the completion of System
Acceptance Tests (SAT) for the Cost Centres as a whole included
in Section N2 covering:

Flexible OHE, e- Rigid OCS, Sub-Sectioning and Paralleling Post


(SSP) at Sector 144 and Sector 149 stations, Sectioning and
Paralleling (SP) at Sector 147 station, Sub Sectioning (SS) at
Sector 142 Station, Feeding Post (FP) at Sector 153, Traction
Supply Interlinking at Sector 71 station, Earthing & Bonding
including Thermosetting weld & cables, BEC, Return Conductor,
Return Cables, Earth Wire, Clamps and Connectors etc.,

Auxiliary Power Supply System for Section N2, Auxiliary Power


Feeding Arrangements from RSS to Sector 153,

SCADA system for Section N2 including Back Up at RSS

Any other item(s) considered necessary to comply with the


scope of the work.

D2-4 Obtain the “Notice of No Objection” or “Notice of No Objection


Subject to ---“ from the Engineer for the completion of
Integrated Testing and Commissioning Tests for:

Flexible OHE, e- Rigid OCS, Sub-Sectioning and Paralleling Post


(SSP) at Sector 144 and Sector 149 stations, Sectioning and
Paralleling (SP) at Sector 147 station, Sub Sectioning (SS) at
Sector 142 Station, Feeding Post (FP) at Sector 153, Traction
Supply Interlinking at Sector 71 station, Earthing & Bonding
including Thermosetting weld & cables, BEC, Return Conductor,
Return Cables, Earth Wire, Clamps and Connectors etc.,

Auxiliary Power Supply System for Section N2, Auxiliary Power


Feeding Arrangements from RSS to Sector 153,

SCADA system for Section N2 including Back Up at RSS

Any other item(s) considered necessary to comply with the


scope of the work.

D2-5 Obtain the “Notice of No Objection” or “Notice of No Objection


Subject to ---“ from the Engineer for completion of Service Trials.

D2-6 Obtain the “Notice of No Objection” or “Notice of No Objection


Subject to ---“ from the Engineer for Detailed Safety Report.

D2-7 Obtain the “Notice of No Objection” or “Notice of No Objection


Subject to ---“ from the Engineer for Safety Certificate.

D2-8 Any other item(s) considered necessary to comply with the


Scope of Work.

Page 2 of 3
Contract Package NE-01 Pricing Document

COST CENTRE TOTAL CARRIED TO SECTION SUMMARY

Page 3 of 3
Corridor N Sector 71 to Depot Station including Rolling Stock Depot at Greater Noida

Section N3 (Knowledge Park II – Depot Station RKM 9.371)

COST CENTRE B3 – MANUFACTURE AND DELIVERY

This Cost Centre comprises all those obligations and ongoing activities throughout the Contract not associated directly with any other Cost Centre.

This includes but is not limited to receipt/ delivery of following equipment for Sections N3 after type test, factory acceptance test, provision of Indemnity Bond and proof of
insurance:

Delivery of equipment for the Flexible OHE for Section N3 (Knowledge Park II – Depot Station RKM 9.371) at Contractor’s premises in Delhi/NCR.

Delivery of equipment for the Sub-Sectioning (SS) at Alpha 2 station at Contractor’s premises in Delhi/NCR.

Delivery of equipment for the Sub-Sectioning and Paralleling Post (SSP) at Pari Chowk Station at Contractor’s premises in Delhi/NCR.

Delivery of equipment for the Sub-Sectioning and Paralleling Post (SSP) at Depot Station at Contractor’s premises in Delhi/NCR.

Delivery of equipments for Traction Supply Feeding arrangements to Rolling Stock Depot from Depot Station at Contractor’s premises in Delhi/NCR.

Delivery of equipment for Earthing & Bonding including Thermosetting weld & cables, Buried Earth Conductor (BEC), Return Conductor, Earthing
Cables,Clamps/Connectors, etc. for N3 (Knowledge Park II – Depot Station RKM 9.371) of the corridor at Contractor’s premises in Delhi/NCR.

Delivery of equipment for the Auxiliary Power Supply System for Sections N3 (Knowledge Park II – Depot Station RKM 9.371) at Contractor’s premises in Delhi/NCR.

Delivery of 33 kV Cables and other equipments (for feeding auxiliary power to Rolling StockDepot from Depot Station) at Contractor’s premises in Delhi/NCR
considering 0.5 km of distance.

Delivery of equipment for the SCADA Systems for Section N3 (Knowledge Park II – Depot Station RKM 9.371) at Contractor’s premises in Delhi/NCR.
Corridor N Sector 71 to Depot Station including Rolling Stock Depot at Greater Noida
Section N3 (Knowledge Park II – Depot Station RKM 9.371)

COST CENTRE B3 -- MANUFACTURE AND DELIVERY


NAME OF THE FIRM 0
MILE WORK DESCRIPTION Apportioned Amount Weeks for completion
STONE Amount in Foreign Currency Amount in of Milestone from
MILESTONE ACTIVITY
NO. USD EURO YEN Indian Rupees Commencement Date
Obtain the ”Notice of No Objection” or “Notice of No Objection
subject to…” from the Engineer for each of the following
Milestone activities after:
• Certification of type tests
• Certification of factory acceptance test
• Provision of Indemnity Bond
• Proof of insurance
B3-1 Delivery of following major equipments for the Flexible OHE for
Section N3 (Knowledge Park II – Depot Station RKM 9.371) at
Contractor’s premises in Delhi/NCR
Any change up to plus/minus 0.5 Rkm in the alignment of the
overall corridor shall not be considered as a variation. Any
further change in this length shall be adjusted for the
additional plus/minus length on pro rata rates quoted.

a Masts/Portals

b Galvanised Steel parts(Termination Assembly, Supporting


Arrangement, Anti Creep Assembly, Guy Rod Assembly, Plates
and Boards, Safety Screen Panel etc)
c Contact Wire
d Overhead wires and Conductors (Messenger Wires, Feeder
Wire, Dropper Assembly, Jumper Assembly,Bridle Wire,
Insulating Covers etc).
e Insulators, Section Insulators
f Cantilever Assembly
g ATD and its Assembly
h Any other item(s) considered necessary to comply with the
Scope of Work
B3-2 Delivery of following major equipment for the Sub-Sectioning
(SS) at Alpha 2 station at Contractor’s premises in Delhi/NCR.

a Circuit Breakers, Interruptors, Isolators


b Capacitive Voltage Sensor, PT, CT
c Traction Cables/Feeders/Jumpers and connection assemblies.

d Any other item(s) considered necessary to comply with the


Scope of Work
B3-3 Delivery of following major equipment for the Sub-Sectioning
and Paralleling Post (SSP) at Pari Chowk Station at Contractor’s
premises in Delhi/NCR.
a Circuit Breakers, Interruptors, Isolators
b Capacitive Voltage Sensor, PT, CT
c Traction Cables/Feeders/Jumpers and connection assemblies.

d Any other item(s) considered necessary to comply with the


Scope of Work
B3-4 Delivery of following major equipment for the Sub-Sectioning
and Paralleling Post (SSP) at Depot Station at Contractor’s
premises in Delhi/NCR.
a Circuit Breakers, Interruptors, Isolators
b Capacitive Voltage Sensor, PT, CT
c Traction Cables/Feeders/Jumpers and connection assemblies.

d Any other item(s) considered necessary to comply with the


Scope of Work
B3-5 Delivery of following major equipment for the Traction Supply
arrangements to the Rolling Stock Depot from Depot Station at
Contractor’s premises in Delhi/NCR.
a Circuit Breakers, Interruptors, Isolators
b Capacitive Voltage Sensor, PT, CT
c Traction Cables/Feeders/Jumpers and connection assemblies.

d Any other item(s) considered necessary to comply with the


Scope of Work
B3-6 Delivery of following major equipment for Earthing & Bonding
including Thermosetting weld & cables, BEC, Return Conductor,
Return Cables, Earth Wire, Clamps and Connectors etc. Sections
N3 (Knowledge Park II – Depot Station RKM 9.371) at
Contractor’s premises in Delhi/NCR
Any change up to plus/minus 0.5 Rkm in the alignment of the
overall corridor shall not be considered as a variation. Any
further change in this length shall be adjusted for the
additional plus/minus length on pro rata rates quoted.

a Earthing Assembly
b Buried Earth Conductor, Return Conductor, Overhead
Protection Conductor and clamps, connecions.
c Thermosetting Welds , ITL and Cables
d Any other item(s) considered necessary to comply with the
Scope of Work
B3-7 Delivery of following major equipment for the Auxiliary Power
Supply System for Sections N3 (Knowledge Park II – Depot
Station RKM 9.371) at Contractor’s premises in Delhi/NCR.

a Transformers
b Switchgears with CT, PT
c 33 kV Cables
Any change up to plus/minus 0.5 Rkm in the alignment of the
overall corridor shall not be considered as a variation. Any
further change in this length shall be adjusted for the
additional plus/minus length on pro rata rates quoted.

d LV Cables
e Viaduct Lights, Sockets and Fittings
f Auxiliary Supply System (ACDB, DCDB, Battery Bank, Battery
Charger, Earthing arrangements etc)
g Protection Relays
h Any other item(s) considered necessary to comply with the
Scope of Work
B3-8 Delivery of following major equipments for feeding auxiliary
power to Rolling Stock Depot from Depot Station at
Contractor’s premises in Delhi/NCR.
a Switchgears with CT, PT
b 33 kV Cables
c Protection Relays
d Any other item(s) considered necessary to comply with the
Scope of Work
B3-9 Delivery of following major equipment for the SCADA Systems
for Section N3 (Knowledge Park II – Depot Station RKM 9.371)
at Contractor’s premises in Delhi/NCR.

a RTU
b Control and Monitoring Cables etc
c Any other item(s) considered necessary to comply with the
Scope of Work
Contract Package NE-01 Pricing Document

COST CENTRE TOTAL CARRIED TO SECTION SUMMARY

Page 2 of 2
Corridor N Sector 71 to Depot Station including Rolling Stock Depot at Greater

Sections N3 (Knowledge Park II – Depot Station RKM 9.371)

COST CENTRE C3 – INSTALLATION AND SITE TESTING


Contract Package NE-01 Pricing Document

This Cost Centre comprises all those obligations and ongoing


activities throughout the Contract not associated directly with
any other Cost Centre.

This includes but is not limited to Delivery to Site from


Contractor's premises in Delhi, Submission of Installation Plan,
Installation Drawings, inspection of equipment and Site
preparations, Pre- installation tests, Installation of equipment,
Post-installation tests, energisation and any other item(s)
considered necessary to comply with the scope of work for:

Delivery to Site from Contractor's premises in Delhi/NCR,


Installation and Testing (includes pre-installation tests and post
installation tests) and energisation of all equipment for the
Flexible OHE for Section N3 (Knowledge Park II – Depot Station
RKM 9.371)

Delivery to Site from Contractor's premises in Delhi/NCR,

Page 2 of 3
Contract Package NE-01 Pricing Document

Delivery to Site from Contractor's premises in Delhi/NCR,


Installation and Testing (includes pre-installation tests and post
installation tests) and energisation of all equipment for Earthing
& Bonding including Thermosetting weld & cables, Buried Earth
Conductor (BEC), Return Conductor, Earthing
Cables,Clamps/Connectors, etc. for N3 (Knowledge Park II –
Depot Station RKM 9.371) of the corridor.

Delivery to Site from Contractor's premises in Delhi/NCR,


Installation and Testing (includes pre-installation tests and post
installation tests) and energisation of all equipment for the
Auxiliary Power Supply System for Sections N3 (Knowledge Park
II – Depot Station RKM 9.371).

Delivery to Site from Contractor's premises in Delhi/NCR,


Installation and Testing (includes pre-installation tests and post
installation tests) and energisation of all equipment (for feeding

Page 3 of 3
Corridor N Sector 71 to Depot Station including Rolling Stock Depot at Greater Noida

Sections N3 (Knowledge Park II – Depot Station RKM 9.371)

COST CENTRE C3 – INSTALLATION AND SITE TESTING


NAME OF THE FIRM 0
MILE WORK DESCRIPTION Apportioned Amount Weeks for completion
STONE Amount in Foreign Currency Amount in of Milestone from
MILESTONE ACTIVITY
NO. USD EURO YEN Indian Rupees Commencement Date
• Obtain the ”Notice of No Objection” or “Notice of No
Objection subject to…” from the Engineer for each of:
C3-1 Delivery to Site from Contractor's premises in Delhi/NCR,
Installation and Testing (includes pre-installation tests and post
installation tests) and energisation of all equipment for the
Flexible OHE for Section N3 (Knowledge Park II – Depot Station
RKM 9.371)
Any change up to plus/minus 0.5 Rkm in the alignment of the
overall corridor shall not be considered as a variation. Any
further change in this length shall be adjusted for the
additional plus/minus length on pro rata rates quoted.

a Masts/Portals
b Galvanised Steel parts(Termination Assembly, Supporting
Arrangement, Anti Creep Assembly, Guy Rod Assembly, Plates
and Boards, Safety Screen Panel etc)
Contact Wire
c
d Overhead wires and Conductors (Messenger Wires, Feeder Wire,
Dropper Assembly, Jumper Assembly,Bridle Wire, Insulating
Covers etc)
Insulators, Section Insulators

e
f Cantilever Assembly

g ATD and its Assembly


Contract Package NE-01 Pricing Document

h Any other item(s) considered necessary to comply with the


Scope of Work
C3-2 Delivery to Site from Contractor's premises in Delhi/NCR,
Installation and Testing (includes pre-installation tests and post
installation tests) and energisation of all equipment for the Sub-
Sectioning (SS) at Alpha 2 station.

a Circuit Breakers, Interruptors, Isolators


b Capacitive Voltage Sensor, PT, CT
c Traction Cables, cable path/Feeders/Jumpers and connection
assemblies.
d Any other item(s) considered necessary to comply with the
Scope of Work
C3-3 Delivery to Site from Contractor's premises in Delhi/NCR,
Installation and Testing (includes pre-installation tests and post
installation tests) and energisation of all equipment for the Sub-
Sectioning and Paralleling Post (SSP) at Pari Chowk Station.

a Circuit Breakers, Interruptors, Isolators


b Capacitive Voltage Sensor, PT, CT
c Traction Cables, Cable Path/Feeders/Jumpers and connection
assemblies
d Any other item(s) considered necessary to comply with the
Scope of Work
C3-4 Delivery to Site from Contractor's premises in Delhi/NCR,
Installation and Testing (includes pre-installation tests and post
installation tests) and energisation of all equipment for the Sub-
Sectioning and Paralleling Post (SSP) at Depot Station.

a Circuit Breakers, Interruptors, Isolators


b Capacitive Voltage Sensor, PT, CT
c Traction Cables, Cable Path/Feeders/Jumpers and connection
assemblies
d Any other item(s) considered necessary to comply with the
Scope of Work
C3-5 Delivery to Site from Contractor's premises in Delhi/NCR,
Installation and Testing (includes pre-installation tests and post
installation tests) and energisation of all equipment for the
Traction Supply arrangements to the Rolling Stock Depot from
Depot Station.

a Circuit Breakers, Interruptors, Isolators


b Capacitive Voltage Sensor, PT, CT
c Traction Cables, Cable Path/Feeders/Jumpers and connection
assemblies
d Any other item(s) considered necessary to comply with the
Scope of Work

Page 2 of 5
Contract Package NE-01 Pricing Document

C3-6 Delivery to Site from Contractor's premises in Delhi/NCR,


Installation and Testing (includes pre-installation tests and post
installation tests) and energisation of all equipment for Earthing
& Bonding including Thermosetting weld & cables, BEC, Return
Conductor, Return Cables, Earth Wire, Clamps and Connectors
etc. Sections N3 (Knowledge Park II – Depot Station RKM 9.371)
Any change up to plus/minus 0.5 Rkm in the alignment of the
overall corridor shall not be considered as a variation. Any
further change in this length shall be adjusted for the
additional plus/minus length on pro rata rates quoted.

a Earthing Assembly
b Buried Earth Conductor, Return Conductor, Overhead Protection
Conductor and clamps, connecions.
c Thermosetting Welds , ITL and Cable, cable paths.
d Any other item(s) considered necessary to comply with the
Scope of Work

Page 3 of 5
Contract Package NE-01 Pricing Document

C3-7 Delivery to Site from Contractor's premises in Delhi/NCR,


Installation and Testing (includes pre-installation tests and post
installation tests) and energisation of all equipment for the
Auxiliary Power Supply System for Sections N3 (Knowledge Park
II – Depot Station RKM 9.371).

a Transformers
b Switchgears with CT, PT
c 33 kV Cables, Cable Path
Any change up to plus/minus 0.5 Rkm in the alignment of the
overall corridor shall not be considered as a variation. Any
further change in this length shall be adjusted for the
additional plus/minus length on pro rata rates quoted.

d LV Cable, cable paths


e Viaduct Lights, Sockets and Fittings
f Auxiliary Supply System (ACDB, DCDB, Battery Bank, Battery
Charger, Earthing arrangements etc).
g Protection Relays
h Any other item(s) considered necessary to comply with the
Scope of Work
C3-8 Delivery to Site from Contractor's premises in Delhi/NCR,
Installation and Testing (includes pre-installation tests and post
installation tests) and energisation of all equipment for feeding
auxiliary power to Rolling Stock Depot from Depot Station.

a Switchgears with CT, PT


b 33 kV Cables, Cable Path
c Protection Relays
d Any other item(s) considered necessary to comply with the
Scope of Work

Page 4 of 5
Contract Package NE-01 Pricing Document

C3-9 Delivery to Site from Contractor's premises in Delhi/NCR,


Installation and Testing (includes pre-installation tests and post
installation tests) and energisation of all equipment for the
SCADA Systems for Section N3 (Knowledge Park II – Depot
Station RKM 9.371)

a RTU
b Control and Monitoring Cable, cable paths etc
c Any other item(s) considered necessary to comply with the
Scope of Work
C3-10 Manning of Commissioned ASS
Contractor to Quote all-inclusive man-day charges considering
5940 man-days. Any change in the man-days (above/below
5940 mandays ) shall be adjusted on pro rata rates quoted.
The staff team deployed at the ASS's shall be thoroughly
conversant and competent to operate the various switchgear
and systems and shall be able to provide auxiliary power, if so
desired by DMRC, to other Agencies working in the Station area
or elsewhere and also to provide power shut-downs of the
commissioned systems, if so directed by DMRC.
A period of 8 hours of deployment of one staff should be
considered as 1 man-day.
The quoted amount shall cover the approval of the supervisors
and replacement as required by the Employer, employment of
approved staff including salaries, overtime, airfares, lodging
allowances, their office expenditure, telephone/mobile bills,
local travel costs to and from site, training materials, income tax
and other taxes deducted at source.
The contractor shall be responsible for the compliance of all the
labour laws irrespective of rates quoted.

COST CENTRE TOTAL CARRIED TO SECTION SUMMARY

Page 5 of 5
Corridor N Sector 71 to Depot Station including Rolling Stock Depot at Greater

Sections N3 (Knowledge Park II – Depot Station RKM 9.371)

COST CENTRE D3 – SYSTEM ACCEPTANCE TESTS, INTEGRATED TESTING


Contract Package NE-01 Pricing Document

This Cost Centre comprises all those obligations and ongoing


activities throughout the Contract not associated directly with any
other Cost Centre.

This includes but is not limited to:

System acceptance tests in accordance with accepted System


Acceptance Plan.

Integrated Testing and Commissioning in conjunction with Designated


Contractors.

Service Trials.

Safety certification, in the approved format, for opening the section for
revenue operation, including for traction power.

Any other item(s) considered necessary to comply with the scope of

Page 2 of 3
Contract Package NE-01 Pricing Document

Page 3 of 3
Corridor N Sector 71 to Depot Station including Rolling Stock Depot at Greater Noida

Sections N3 (Knowledge Park II – Depot Station RKM 9.371)

COST CENTRE D3 – SYSTEM ACCEPTANCE TESTS, INTEGRATED TESTING AND COMMISSIONING

NAME OF THE FIRM 0

WORK DESCRIPTION Apportioned Amount Weeks for completion


MILE STONE
Amount in Foreign Currency Amount in of Milestone from
NO. MILESTONE ACTIVITY
USD EURO YEN Indian Rupees Commencement Date
D3-1 Obtain the “Notice of No Objection” or “Notice of No Objection
Subject to ---“ from the Engineer for the System Acceptance Test
(SAT) Plan for the Cost Centres as a whole included in Section
N3 covering:

Flexible OHE, Sub-Sectioning and Paralleling Post (SSP) at Pari


Chowk and Depot stations, Sub Sectioning (SS) at Alpha 2
Station, Traction Supply Feeding Arrangements for Rolling Stock
Depot, Earthing & Bonding including Thermosetting weld &
cables, BEC, Return Conductor, Return Cables, Earth Wire,
Clamps and Connectors etc.,

Auxiliary Power Supply System for Section N3, Auxiliary Supply


Feeding Arrangements for Rolling Stock Depot,

SCADA system for Section N3

Any other item(s) considered necessary to comply with the scope


of the work.
D3-2 Obtain the “Notice of No Objection” or “Notice of No Objection
Subject to ---“ from the Engineer for the Integrated Testing and
Commissioning Plan for:

Flexible OHE, Sub-Sectioning and Paralleling Post (SSP) at Pari


Chowk and Depot stations, Sub Sectioning (SS) at Alpha 2
Station, Traction Supply Feeding Arrangements for Rolling Stock
Depot, Earthing & Bonding including Thermosetting weld &
cables, BEC, Return Conductor, Return Cables, Earth Wire,
Clamps and Connectors etc.,

Auxiliary Power Supply System for Section N3, Auxiliary Supply


Feeding Arrangements for Rolling Stock Depot,

SCADA system for Section N3

Any other item(s) considered necessary to comply with the scope


of the work.
Contract Package NE-01 Pricing Document

D3-3 Obtain the “Notice of No Objection” or “Notice of No Objection


Subject to ---“ from the Engineer for the completion of System
Acceptance Tests (SAT) for the Cost Centres as a whole included
in Section N3 covering:

Flexible OHE, Sub-Sectioning and Paralleling Post (SSP) at Pari


Chowk and Depot stations, Sub Sectioning (SS) at Alpha 2
Station, Traction Supply Feeding Arrangements for Rolling Stock
Depot, Earthing & Bonding including Thermosetting weld &
cables, BEC, Return Conductor, Return Cables, Earth Wire,
Clamps and Connectors etc.,

Auxiliary Power Supply System for Section N3, Auxiliary Supply


Feeding Arrangements for Rolling Stock Depot,

SCADA system for Section N3

Any other item(s) considered necessary to comply with the scope


of the work.
D3-4 Obtain the “Notice of No Objection” or “Notice of No Objection
Subject to ---“ from the Engineer for the completion of Integrated
Testing and Commissioning Tests for:

Flexible OHE, Sub-Sectioning and Paralleling Post (SSP) at Pari


Chowk and Depot stations, Sub Sectioning (SS) at Alpha 2
Station, Traction Supply Feeding Arrangements for Rolling Stock
Depot, Earthing & Bonding including Thermosetting weld &
cables, BEC, Return Conductor, Return Cables, Earth Wire,
Clamps and Connectors etc.,

Auxiliary Power Supply System for Section N3, Auxiliary Supply


Feeding Arrangements for Rolling Stock Depot,

SCADA system for Section N3

Any other item(s) considered necessary to comply with the scope


of the work.
D3-5 Obtain the “Notice of No Objection” or “Notice of No Objection
Subject to ---“ from the Engineer for completion of Service Trials.

D3-6 Obtain the “Notice of No Objection” or “Notice of No Objection


Subject to ---“ from the Engineer for Detailed Safety Report

D3-7 Obtain the “Notice of No Objection” or “Notice of No Objection


Subject to ---“ from the Engineer for Safety Certificate.

D3-8 Any other item(s) considered necessary to comply with the Scope
of Work.
COST CENTRE TOTAL CARRIED TO SECTION SUMMARY

Page 2 of 2
Corridor N Sector 71 to Depot Station including Rolling Stock Depot at

Section N4 (Rolling Stock Depot at Greater Noida TKM 15)

COST CENTRE B4 – MANUFACTURE AND DELIVERY

This Cost Centre comprises all those obligations and ongoing


activities throughout the Contract not associated directly with any
other Cost Centre.This includes but is not limited to receipt/ delivery of
following equipment for Sections N4 after type test, factory acceptance
test, provision of Indemnity Bond and proof of insurance:

Delivery of equipment for the Flexible OHE for Section N4 (Rolling


Stock Depot at Greater Noida TKM 15) at Contractor’s premises in
Delhi/NCR.

Delivery of equipment for the Sectioning arrangements for proper


operation of Rolling Stock at Rolling Stock Depot at Contractor’s
premises in Delhi/NCR.

Delivery of equipments for Traction Supply Feeding arrangements


from RSS at Sector 153 to Feeding Post at Rolling Stock Depot
including the Feeding Posts at Contractor’s premises in Delhi/NCR
Corridor N Sector 71 to Depot Station including Rolling Stock Depot at Greater Noida

Section N4 (Rolling Stock Depot at Greater Noida TKM 15)

COST CENTRE B4 – MANUFACTURE AND DELIVERY


NAME OF THE FIRM 0

MILE WORK DESCRIPTION Apportioned Amount Weeks for completion


STONE Amount in Foreign Currency Amount in of Milestone from
MILESTONE ACTIVITY
NO. USD EURO YEN Indian Rupees Commencement Date
Obtain the ”Notice of No Objection” or “Notice of No
Objection subject to…” from the Engineer for each of the
following Milestone activities after:
• Certification of type tests
• Certification of factory acceptance test
• Provision of Indemnity Bond
• Proof of insurance
B4-1 Delivery of following major equipments for the Flexible OHE for
Section N4 (Rolling Stock Depot at Greater Noida TKM 15) at
Contractor’s premises in Delhi/NCR
Any change up to plus/minus 0.5 Tkm in the alignment of the
overall corridor shall not be considered as a variation. Any
further change in this length shall be adjusted for the
additional plus/minus length on pro rata rates quoted.

a Masts/Portals
b Galvanised Steel parts(Termination Assembly, Supporting
Arrangement, Anti Creep Assembly, Guy Rod Assembly, Plates
and Boards, Safety Screen Panel etc)
c Contact Wire
d Overhead wires and Conductors (Messenger Wires, Feeder
Wire, Dropper Assembly, Jumper Assembly,Bridle Wire,
Insulating Covers etc).
e Insulators, Section Insulators
f Cantilever Assembly
g ATD and its Assembly
h Foundation
i Neutral Section
j Any other item(s) considered necessary to comply with the
Scope of Work
B4-2 Delivery of following major equipment for the Sectioning
arrangements for proper operation of Rolling Stock for Section
N4 (Rolling Stock Depot at Greater Noida TKM 15) at
Contractor’s premises in Delhi/NCR.
a Circuit Breakers, Interruptors, Isolators
b Capacitive Voltage Sensor, PT, CT
c Traction Cables/Feeders/Jumpers and connection assemblies

d Any other item(s) considered necessary to comply with the


Scope of Work
B4-3 Delivery of following major equipment for the Traction Supply
Feeding arrangements from Auxiliary Power Supply System for
Section N4 (Rolling Stock Depot at Greater Noida TKM 15) to
Feeding Post at Rolling Stock Depot including the equipments
at Feeding Post for Section N4 (Rolling Stock Depot at Greater
Noida TKM 15)at Contractor’s premises in Delhi/NCR.

a Transformer
b Circuit Breakers, Interruptors, Isolators
c Capacitive Voltage Sensor, PT, CT
d Traction and Auxiliary Cables/Feeders/Jumpers and connection
assemblies
e Any other item(s) considered necessary to comply with the
Scope of Work
B4-4 Delivery of following major equipment for Earthing & Bonding
including Thermosetting weld & cables, BEC, Return Conductor,
Return Cables, Earth Wire, Clamps and Connectors etc. for
Section N4 (Rolling Stock Depot at Greater Noida TKM 15) at
Contractor’s premises in Delhi/NCR
Any change up to plus/minus 0.5 Tkm in the alignment of the
overall corridor shall not be considered as a variation. Any
further change in this length shall be adjusted for the
additional plus/minus length on pro rata rates quoted.

a Earthing Assembly
b Buried Earth Conductor, Return Conductor, Overhead
Protection Conductor and clamps, connections.
c Thermosetting Welds , ITL and Cables
d Any other item(s) considered necessary to comply with the
Scope of Work
B4-5 Delivery of following major equipment for the Auxiliary Power
Supply System for for Section N4 (Rolling Stock Depot at
Greater Noida TKM 15) at Contractor’s premises in Delhi/NCR.

a Transformers
b Switchgears with CT, PT
c 33 kV Cables
Contractor to quote considering the distance between the
cable terminations ( Depot Sation end and Depot ASS) as 0.5
Rkm. Any change up to plus/minus 0.5 Rkm in the alignment of
the overall corridor shall not be considered as a variation. Any
further change in this length shall be adjusted for the
additional plus/minus length on pro rata rates quoted.

d LV Cables
e Viaduct Lights, Sockets and Fittings
f Auxiliary Supply System (ACDB, DCDB, Battery Bank, Battery
Charger, Earthing arrangements etc)
g Protection Relays
h Any other item(s) considered necessary to comply with the
Scope of Work
B4-6 Delivery of following major equipment for the SCADA Systems
for Section N4 (Rolling Stock Depot at Greater Noida TKM 15)
and OCC at Contractor’s premises in Delhi/NCR.

a RTU
b Control and Monitoring Cables etc
c SCADA Server+ Workstation + Printer etc.
d SCADA and other Softwares
e VDU
f Auxiliary Power Supply System
g Any other item(s) considered necessary to comply with the
Scope of Work
B4-7 Delivery of equipments for the Earthquake and Wind Speed
Sensing and Warning System for Section N4 (Rolling Stock
Depot at Greater Noida TKM 15) and Associated Arrangements
at OCC at Contractor’s premises in Delhi/NCR.

COST CENTRE TOTAL CARRIED TO SECTION SUMMARY


Corridor N Sector 71 to Depot Station including Rolling Stock Depot at Greater Noida

Section N4 (Rolling Stock Depot at Greater Noida TKM 15)

COST CENTRE C4 – INSTALLATION AND SITE TESTING


Contract Package NE-01 Pricing Document

This Cost Centre comprises all those obligations and ongoing activities
throughout the Contract not associated directly with any other Cost Centre.

This includes but is not limited to Delivery to Site from Contractor's premises in
Delhi, Submission of Installation Plan, Installation Drawings, inspection of
equipment and Site preparations, Pre- installation tests, Installation of
equipment, Post-installation tests, energisation and any other item(s)
considered necessary to comply with the scope of work for:

Delivery to Site from Contractor's premises in Delhi/NCR, Installation and


Testing (includes pre-installation tests and post installation tests) and
energisation of all equipment for the Flexible OHE for Section N4 (Rolling
Stock Depot at Greater Noida TKM 15) .

Delivery to Site from Contractor's premises in Delhi/NCR, Installation and


Testing (includes pre-installation tests and post installation tests) and
energisation of all equipment for the Sectioning arrangements for proper
operation of Rolling Stock at Rolling Stock Depot.

Delivery to Site from Contractor's premises in Delhi/NCR, Installation and


Testing (includes pre installation tests and post installation tests) and

Page 2 of 3
Contract Package NE-01 Pricing Document

Delivery to Site from Contractor's premises in Delhi/NCR, Installation and


Testing (includes pre-installation tests and post installation tests) and
energisation of all equipment for the SCADA Systems for Section N4 (Rolling
Stock Depot at Greater Noida TKM 15) and OCC.

Delivery to Site from Contractor's premises in Delhi/NCR, Installation and


Testing (includes pre-installation tests and post installation tests) and

Page 3 of 3
Corridor N Sector 71 to Depot Station including Rolling Stock Depot at Greater Noida

Section N4 (Rolling Stock Depot at Greater Noida TKM 15)

COST CENTRE C4 – INSTALLATION AND SITE TESTING

NAME OF THE FIRM 0

MILE WORK DESCRIPTION Apportioned Amount Weeks for completion


STONE Amount in Foreign Currency Amount in of Milestone from
MILESTONE ACTIVITY
NO. USD EURO YEN Indian Rupees Commencement Date
• Obtain the ”Notice of No Objection” or “Notice of No
Objection subject to…” from the Engineer for each of:

C4-1 Delivery to Site from Contractor's premises in Delhi/NCR,


Installation and Testing (includes pre-installation tests and
post installation tests) and energisation of all equipment
for the Flexible OHE for Section N4 (Rolling Stock Depot at
Greater Noida TKM 15)
Any change up to plus/minus 0.5 Rkm in the alignment of
the overall corridor shall not be considered as a variation.
Any further change in this length shall be adjusted for the
additional plus/minus length on pro rata rates quoted.

a Masts/Portals

b Galvanised Steel parts(Termination Assembly, Supporting


Arrangement, Anti Creep Assembly, Guy Rod Assembly,
c Contact Wire

d Overhead wires and Conductors (Messenger Wires, Feeder


Wire, Dropper Assembly, Jumper Assembly,Bridle Wire,
e Insulators, Section Insulators

f Cantilever Assembly
Contract Package NE-01 Pricing Document

g ATD and its Assembly

h Foundation

i Neutral Section

j Any other item(s) considered necessary to comply with the


Scope of Work
C4-2 Delivery to Site from Contractor's premises in Delhi/NCR,
Installation and Testing (includes pre-installation tests and
post installation tests) and energisation of all equipment
for the Sectioning arrangements for proper operation of
Rolling Stock for Section N4 (Rolling Stock Depot at Greater
Noida TKM 15)

a Circuit Breakers, Interruptors, Isolators

b Capacitive Voltage Sensor, PT, CT

c Traction Cables, Cable Path/Feeders/Jumpers and


connection assemblies

d Any other item(s) considered necessary to comply with the


Scope of Work

C4-3 Delivery to Site from Contractor's premises in Delhi/NCR,


Installation and Testing (includes pre-installation tests and
post installation tests) and energisation of all equipment
for the Traction Supply Feeding arrangements from
Auxiliary Power Supply System for Section N4 (Rolling
Stock Depot at Greater Noida TKM 15) to Feeding Post at
Rolling Stock Depot including the equipments at Feeding
Post for Section N4 (Rolling Stock Depot at Greater Noida
TKM 15) at Contractor’s premises in Delhi/NCR.

a Transformer

b Circuit Breakers, Interruptors, Isolators

c Capacitive Voltage Sensor, PT, CT

d Traction and Auxiliary Cables/Feeders/Jumpers and


connection assemblies

Page 2 of 5
Contract Package NE-01 Pricing Document

e Any other item(s) considered necessary to comply with the


Scope of Work
C4-4 Delivery to Site from Contractor's premises in Delhi/NCR,
Installation and Testing (includes pre-installation tests and
post installation tests) and energisation of all equipment
for Earthing & Bonding including Thermosetting weld &
cables, BEC, Return Conductor, Return Cables, Earth Wire,
Clamps and Connectors etc. for Section N4 (Rolling Stock
Depot at Greater Noida TKM 15)
Any change up to plus/minus 0.5 Tkm in the alignment of
the overall corridor shall not be considered as a variation.
Any further change in this length shall be adjusted for the
additional plus/minus length on pro rata rates quoted.

a Earthing Assembly

b Buried Earth Conductor, Return Conductor, Overhead


Protection Conductor and clamps, connections.
c Thermosetting Welds , ITL and Cable, cable paths

d Any other item(s) considered necessary to comply with the


Scope of Work
C4-5 Delivery to Site from Contractor's premises in Delhi/NCR,
Installation and Testing (includes pre-installation tests and
post installation tests) and energisation of all equipment
for the Auxiliary Power Supply System for for Section N4
(Rolling Stock Depot at Greater Noida TKM 15).

a Transformers

b Switchgears with CT, PT

Page 3 of 5
Contract Package NE-01 Pricing Document

c 33 kV Cables, Cable Path


Contractor to quote considering the distance between
the cable terminations ( Depot Sation end and Depot
ASS) as 0.5 Rkm. Any change up to plus/minus 0.5 Rkm in
the alignment of the overall corridor shall not be
considered as a variation. Any further change in this
length shall be adjusted for the additional plus/minus
length on pro rata rates quoted.

d LV Cable, cable paths


e Viaduct Lights, Sockets and Fittings
f Auxiliary Supply System (ACDB, DCDB, Battery Bank,
Battery Charger, Earthing arrangements etc)
g Protection Relays
h Any other item(s) considered necessary to comply with the
Scope of Work
C4-6 Delivery to Site from Contractor's premises in Delhi/NCR,
Installation and Testing (includes pre-installation tests and
post installation tests) and energisation of all equipment
for the SCADA Systems for for Section N4 (Rolling Stock
Depot at Greater Noida TKM 15) and OCC.

a RTU
b Control and Monitoring Cable, cable paths etc
c SCADA Server+ Workstation + Printer etc.
d SCADA and other Softwares
e VDU
f Auxiliary Power Supply System
g Any other item(s) considered necessary to comply with the
Scope of Work
C4-7 Delivery to Site from Contractor's premises in Delhi/NCR,
Installation and Testing (includes pre-installation tests and
post installation tests) and energisation of all equipment
for the Earthquake and Wind Speed Sensing and Warning
System for Section N4 (Rolling Stock Depot at Greater
Noida TKM 15) and Associated Arrangements at OCC.

Page 4 of 5
Contract Package NE-01 Pricing Document

C4-8 Manning of Commissioned ASS


Contractor to Quote all-inclusive man-day charges
considering 1980 man-days. Any change in the man-days
(above/below 1980 mandays ) shall be adjusted on pro
rata rates quoted.
The staff team deployed at the ASS's shall be thoroughly
conversant and competent to operate the various
switchgear and systems and shall be able to provide
auxiliary power, if so desired by DMRC, to other Agencies
working in the Station area or elsewhere and also to
provide power shut-downs of the commissioned systems, if
so directed by DMRC.
A period of 8 hours of deployment of one staff should be
considered as 1 man-day.
The quoted amount shall cover the approval of the
supervisors and replacement as required by the Employer,
employment of approved staff including salaries, overtime,
airfares, lodging allowances, their office expenditure,
telephone/mobile bills, local travel costs to and from site,
training materials, income tax and other taxes deducted at
source.
COST CENTRE TOTAL CARRIED TO SECTION SUMMARY

Page 5 of 5
Corridor N Sector 71 to Depot Station including Rolling Stock Depot at Greater

Section N4 (Rolling Stock Depot at Greater Noida TKM 15)

COST CENTRE D4 – SYSTEM ACCEPTANCE TESTS, INTEGRATED TESTING

This Cost Centre comprises all those obligations and ongoing


activities throughout the Contract not associated directly with any other
Cost Centre.

This includes but is not limited to:

System acceptance tests in accordance with accepted System


Acceptance Plan.
Corridor N Sector 71 to Depot Station including Rolling Stock Depot at Greater Noida

Section N4 (Rolling Stock Depot at Greater Noida TKM 15)


COST CENTRE D4 – SYSTEM ACCEPTANCE TESTS, INTEGRATED TESTING AND COMMISSIONING
NAME OF THE FIRM 0

WORK DESCRIPTION Apportioned Amount

MILE Weeks for completion


Amount in Foreign Currency
STONE of Milestone from
NO. Amount in Commencement Date
MILESTONE ACTIVITY
Indian Rupees
USD EURO YEN

D4-1 Obtain the “Notice of No Objection” or “Notice of No Objection


Subject to ---“ from the Engineer for the System Acceptance Test
(SAT) Plan for the Cost Centres as a whole included in Section
N4 covering:

Flexible OHE, Sectioning arrangements for proper operation of


Rolling Stock, Traction Supply Feeding arrangements from
Sector 153 RSS to Feeding Post at Rolling Stock Depot including
the Feeding Post, Earthing & Bonding including Thermosetting
weld & cables, BEC, Return Conductor, Return Cables, Earth
Wire, Clamps and Connectors etc.,

Auxiliary Power Supply System for Section N4,

SCADA system for Section N4

Earthquake and Wind Speed Sensing and Warning System for


Section N4 (Rolling Stock Depot at Greater Noida TKM 15) and
Associated Arrangements at OCC

Any other item(s) considered necessary to comply with the scope


of the work.
Contract Package NE-01 Pricing Document

D4-2 Obtain the “Notice of No Objection” or “Notice of No Objection


Subject to ---“ from the Engineer for the Integrated Testing and
Commissioning Plan for:

Flexible OHE, Sectioning arrangements for proper operation of


Rolling Stock, Traction Supply Feeding arrangements from
Sector 153 RSS to Feeding Post at Rolling Stock Depot including
the Feeding Post, Earthing & Bonding including Thermosetting
weld & cables, BEC, Return Conductor, Return Cables, Earth
Wire, Clamps and Connectors etc.,

Auxiliary Power Supply System for Section N4,

SCADA system for Section N4

Earthquake and Wind Speed Sensing and Warning System for


Section N4 (Rolling Stock Depot at Greater Noida TKM 15) and
Associated Arrangements at OCC

Any other item(s) considered necessary to comply with the scope


of the work.

D4-3 Obtain the “Notice of No Objection” or “Notice of No Objection


Subject to ---“ from the Engineer for the completion of System
Acceptance Tests (SAT) for the Cost Centres as a whole
included in Section N4 covering:

Flexible OHE, Sectioning arrangements for proper operation of


Rolling Stock, Traction Supply Feeding arrangements from
Sector 153 RSS to Feeding Post at Rolling Stock Depot including
the Feeding Post, Earthing & Bonding including Thermosetting
weld & cables, BEC, Return Conductor, Return Cables, Earth
Wire, Clamps and Connectors etc.,

Auxiliary Power Supply System for Section N4,

SCADA system for Section N4

Earthquake and Wind Speed Sensing and Warning System for


Section N4 (Rolling Stock Depot at Greater Noida TKM 15) and
Associated Arrangements at OCC.

Any other item(s) considered necessary to comply with the scope


of the work.

Page 2 of 3
Contract Package NE-01 Pricing Document

D4-4 Obtain the “Notice of No Objection” or “Notice of No Objection


Subject to ---“ from the Engineer for the completion of Integrated
Testing and Commissioning Tests for:

Flexible OHE, Sectioning arrangements for proper operation of


Rolling Stock, Traction Supply Feeding arrangements from
Sector 153 RSS to Feeding Post at Rolling Stock Depot including
the Feeding Post, Earthing & Bonding including Thermosetting
weld & cables, BEC, Return Conductor, Return Cables, Earth
Wire, Clamps and Connectors etc.,

Auxiliary Power Supply System for Section N4,

SCADA system for Section N4

Earthquake and Wind Speed Sensing and Warning System for


Section N4 (Rolling Stock Depot at Greater Noida TKM 15) and
Associated Arrangements at OCC.

Any other item(s) considered necessary to comply with the scope


of the work.

D4-5 Obtain the “Notice of No Objection” or “Notice of No Objection


Subject to ---“ from the Engineer for completion of Service Trials.

D4-6 Obtain the “Notice of No Objection” or “Notice of No Objection


Subject to ---“ from the Engineer for Detailed Safety Report.

D4-7 Obtain the “Notice of No Objection” or “Notice of No Objection


Subject to ---“ from the Engineer for Safety Certificate.

D4-8 Any other item(s) considered necessary to comply with the Scope
of Work.
COST CENTRE TOTAL CARRIED TO SECTION SUMMARY

Page 3 of 3
Supply, Installation, Testing and Commissioning of 25 kV Overhead Equipment (OHE), 33 kV Auxiliary Power Supply and SCADA Systems for Elevated
Corridor of Noida-Greater Noida Section (21 Stations, 29.139 RKM) and Rolling Stock Depot at Greater Noida

CONTRACT PACKAGE – NE-01

STATEMENT D- Miscellaneous Cost Centres

Corridor N (Sector 71 to Depot Station including Rolling Stock Depot at Greater Noida)

Sections N1 (Sector 71 – Sector 137 RKM 9.488)

Section N2 (Sector 142 – Sector 149 RKM 10.280)

Section N3 (Knowledge Park II – Depot Station RKM 9.371)

Section N4 (Rolling Stock Depot at Greater Noida TKM 15)

COST CENTRE MA – PRELIMINARIES AND GENERAL REQUIREMENTS

This Cost Centre comprises all those obligations and on going activities throughout the Contract not associated directly with any other Cost Centre.

This includes but is not limited to:


• Submission of All Management Plans/Programs as defined in the Specifications
• Any other item (s) considered necessary to comply with the Scope of Work.
Contract Package NE-01 Pricing Document

Corridor N (Sector 71 to Depot Station including Rolling Stock Depot at Greater Noida)

Sections N1 (Sector 71 – Sector 137 RKM 9.488)

Section N2 (Sector 142 – Sector 149 RKM 10.280)

Section N3 (Knowledge Park II – Depot Station RKM 9.371)

Section N4 (Rolling Stock Depot at Greater Noida TKM 15)

COST CENTRE MA – PRELIMINARIES AND GENERAL REQUIREMENTS

NAME OF BIDDER 0

Apportioned Amount
MILE STONE WORK DESCRIPTION Weeks for completion
Amount in Foreign Currency
NO. MILESTONE ACTIVITY Amount in of Milestone from
USD EURO YEN Indian Rupees Commencement Date
Obtain the ”Notice of No Objection” or “Notice of No Objection
subject to…” from the Engineer for:

MA1 All Management Plans/Programs as defined in the Specifications


Management plans and Programmes as per Specifications.

MA2 Any other item(s) considered necessary by the Contractor to comply


with the Scope of Work.

COST CENTRE TOTAL CARRIED TO SECTION SUMMARY

Page 2 of 5
Contract Package NE-01 Pricing Document

Corridor N (Sector 71 to Depot Station including Rolling Stock Depot at Greater Noida)

Sections N1 (Sector 71 – Sector 137 RKM 9.488)

Section N2 (Sector 142 – Sector 149 RKM 10.280)

Section N3 (Knowledge Park II – Depot Station RKM 9.371)

Section N4 (Rolling Stock Depot at Greater Noida TKM 15)

COST CENTRE MB – TRAINING

This Cost Centre comprises all those obligations and ongoing activities throughout the Contract not associated directly with any other Cost Centre.

This shall include but not be limited to:

Provision of Instructors by the Contractor for training of operating and maintenance personnel of the Employer in India

Training of operating and maintenance personnel of the Employer offshore at the Contractor’s facilities and MRTS.

Furnishing of Training manuals and associated materials.

Any other item(s) considered necessary to comply with the Scope of Work.

Notes:
The Tenderer shall not complete the column “Weeks for completion of Milestone from Commencement Date.
The dates for the operation of these Milestone Activities will be at the discretion of the Employer.
The travel, boarding and lodging expenses for the Employer’s trainees sent overseas will be borne by the Employer.
The monthly cash flow on the basis of which the PV is to be worked out will exclude the amount of this Cost Centre though this Cost Centre shall be included in the Section MS Summary and the Tender Total.

Page 3 of 5
Contract Package NE-01 Pricing Document

Corridor N (Sector 71 to Depot Station including Rolling Stock Depot at Greater Noida)

Sections N1 (Sector 71 – Sector 137 RKM 9.488)

Section N2 (Sector 142 – Sector 149 RKM 10.280)

Section N3 (Knowledge Park II – Depot Station RKM 9.371)

Section N4 (Rolling Stock Depot at Greater Noida TKM 15)

COST CENTRE MB – TRAINING


NAME OF BIDDER
Apportioned Amount
MILE STONE WORK DESCRIPTION Weeks for completion
Amount in Foreign Currency
NO. MILESTONE ACTIVITY Amount in of Milestone from
USD EURO YEN Indian Rupees Commencement Date
Obtain the ”Notice of No Objection” or “Notice of No Objection
N/A
subject to ” from the Engineer for:
MB1 Training of Employer’s personnel (6 man-weeks) overseas in N/A
Contractor/Sub-Contractor’s Works and MRTS
MB2 Provision of Contractor’s Instructors (8 man-weeks) for training of N/A
Employer’s operating personnel in India
MB3 Provision of Contractor’s Instructors (30 man-weeks) for Training of N/A
Employer’s maintenance personnel in India
MB4 Submission of Training Manuals in Original plus five hard copies and N/A
in electronic format
MB5 Any other item(s) necessary to comply with the Scope of Work. N/A

COST CENTRE TOTAL CARRIED TO SECTION SUMMARY


N/A

Page 4 of 5
Contract Package NE-01 Pricing Document

Corridor N (Sector 71 to Depot Station including Rolling Stock Depot at Greater Noida)

Sections N1 (Sector 71 – Sector 137 RKM 9.488)

Section N2 (Sector 142 – Sector 149 RKM 10.280)

Section N3 (Knowledge Park II – Depot Station RKM 9.371)

Section N4 (Rolling Stock Depot at Greater Noida TKM 15)

COST CENTRE MC – SPARES

This Cost Centre comprises all those obligations and ongoing activities throughout the Contract not associated directly with any other Cost Centre.

This shall include but not be limited to supply of spares for complete Contract.

Any other item(s) considered necessary by the Contractor to comply with the Scope of Work.

Corridor N (Sector 71 to Depot Station including Rolling Stock Depot at Greater Noida)

Sections N1 (Sector 71 – Sector 137 RKM 9.488)

Section N2 (Sector 142 – Sector 149 RKM 10.280)

Section N3 (Knowledge Park II – Depot Station RKM 9.371)

Section N4 (Rolling Stock Depot at Greater Noida TKM 15)

COST CENTRE MC – SPARES

NAME OF BIDDER

Apportioned Amount
MILE STONE WORK DESCRIPTION Weeks for completion
Amount in Foreign Currency
NO. MILESTONE ACTIVITY Amount in of Milestone from
USD EURO YEN Indian Rupees Commencement Date
Obtain the “Notice of No Objection” or “Notice of No Objection
Subject to ---“ from the Engineer for delivery of the following in
accordance with the Employer’s Requirements:

MC1 Delivery of Spares

MC2 Any other item(s) considered necessary to comply with the Scope of
Work.

COST CENTRE TOTAL CARRIED TO SECTION SUMMARY

Corridor N (Sector 71 to Depot Station including Rolling Stock Depot at Greater Noida)

Sections N1 (Sector 71 – Sector 137 RKM 9.488)

Section N2 (Sector 142 – Sector 149 RKM 10.280)

Section N3 (Knowledge Park II – Depot Station RKM 9.371)

Section N4 (Rolling Stock Depot at Greater Noida TKM 15)

COST CENTRE MD – MAINTENANCE*

Not Used

Corridor N (Sector 71 to Depot Station including Rolling Stock Depot at Greater Noida)

Sections N1 (Sector 71 – Sector 137 RKM 9.488)

Section N2 (Sector 142 – Sector 149 RKM 10.280)

Section N3 (Knowledge Park II – Depot Station RKM 9.371)

Section N4 (Rolling Stock Depot at Greater Noida TKM 15)

COST CENTRE ME – MANUALS

(The Manuals shall be bilingual in Hindi & English)

This Cost Centre comprises all those obligations and ongoing activities throughout the Contract not associated directly with any other Cost Centre.

This shall include but not be limited to:

Provision of Operating Manuals (hard copies and electronic format) for:

Traction power Distribution, Flexible OHE, e-Rigid OCS, SP, SSPs, SS, Feeding Post, Overall Earthing system, Auxiliary Power Supply System, Earth Quake and Wind Speed Sensing
and Warning System, SCADA etc. before commencement of Integrated Testing and Commissioning.

Provision of Maintenance Manuals in One Orignal and five (hard copies and in electronic format) for:

Traction power Distribution, Flexible OHE, e-Rigid OCS, SP, SSPs, SS Feeding Post, Overall Earthing system, Auxiliary Power Supply System, Earth Quake and Wind Speed Sensing and
Warning System, SCADA etc. before commencement of Integrated Testing and Commissioning.

Provision of sub-systems/systems and spare parts catalogue - (hard copies and electronic format)

Any other item(s) considered necessary to comply with the Scope of Work.

Corridor N (Sector 71 to Depot Station including Rolling Stock Depot at Greater Noida)

Sections N1 (Sector 71 – Sector 137 RKM 9.488)

Section N2 (Sector 142 – Sector 149 RKM 10.280)

Section N3 (Knowledge Park II – Depot Station RKM 9.371)

Section N4 (Rolling Stock Depot at Greater Noida TKM 15)

COST CENTRE ME – MANUALS

(The Manuals shall be bilingual in Hindi & English)

NAME OF BIDDER

Apportioned Amount
MILE STONE WORK DESCRIPTION Weeks for completion
Amount in Foreign Currency
NO. MILESTONE ACTIVITY Amount in of Milestone from
USD EURO YEN Indian Rupees Commencement Date
Obtain the “Notice of No Objection” or “Notice of No Objection
Subject to ---“ from the Engineer on delivery of the final Manuals for
Traction power Distribution, Flexible OHE, e-Rigid OCS, SP, SSPs, SS,
Feeding Post, Overall Earthing system, Auxiliary Power Supply
System, Earth Quake and Wind Speed Sensing and Warning System,
SCADA etc. before commencement of Integrated Testing and
Commissioning.

ME1 Operating Manuals (Original plus five hard copies) and in Electronic
Format.

ME2 Maintenance Manuals (Original plus five hard copies) and in


Electronic Format.

ME3 Subsystems/ Systems spare parts catalogue (Original plus five hard
copies) and in Electronic Format.

ME4 Any other item(s) considered necessary to comply with the scope of
Work
COST CENTRE TOTAL CARRIED TO SECTION SUMMARY

Page 5 of 5
Supply, Installation, Testing and Commissioning of 25 kV Overhead Equipment (OHE), 33 kV Auxiliary
Power Supply and SCADA Systems for Elevated Corridor of Noida-Greater Noida Section
(21 Stations, 29.139 RKM) and Rolling Stock Depot at Greater Noida

CONTRACT PACKAGE – NE-01

Statement E – Adjustment Prices for Additional Items

Corridor N (Sector 71 to Depot Station including Rolling Stock Depot at Greater Noida)

Sections N1 (Sector 71 – Sector 137 RKM 9.488)

Section N2 (Sector 142 – Sector 149 RKM 10.280)

Section N3 (Knowledge Park II – Depot Station RKM 9.371)

Section N4 (Rolling Stock Depot at Greater Noida TKM 15)

Statement E

Adjustment Prices for Additional Items

NAME OF THE FIRM

Unit Rate Amount


Sl.
Item Description Unit Quantity Foreign Currency Amount in Foreign Currency
No. Indian Rupees Amount in Indian Rupees
USD EURO YEN USD EURO YEN
Adjustment Price for using Tubular Poles instead of normal RKM
1 Masts (over and above the price quoted with normal masts). 29.139

Adjustment Price for using Silver Bearing Copper Contact Wire RKM
2 instead of normal contact wire (over and above the price quoted 29.139
with normal contact wire).
Addition/Deletion Price of 25 kV Circuit Breaker Nos.

3 1

Addition/Deletion Price of 25 kV Interruptor Nos.


4 1

Additions/Deletion Price of 25 KV Isolator Nos.


5 1

Addition/Deletion Price of 33 kV Switch Gear with CT, PT Nos.


6 1

TOTAL

NOTE:
######## The price shall be an all inclusive fixed price for delivery. The price will include all associated accessories and fixtures of the respective items and all duties, taxes, etc. including tax deducted at source. Nothing extra shall be paid on account of Installation,
Testing and Commissioning etc. of the above items and the prices shall be deemed to be included in the Cost Centres C and D.
######## The prices shall be valid until the Taking over Certificate of the last Section.
######## These rates shall be considered for the purpose of comparative evaluation of Tenders.
Supply, Installation, Testing and Commissioning of 25 kV Overhead Equipment (OHE), 33 kV Auxiliary Power Supply and SCADA Systems for Elevated Corridor of Noida-Greater
Noida Section (21 Stations, 29.139 RKM) and Rolling Stock Depot at Greater Noida

CONTRACT PACKAGE – NE-01

Statement F – Optional Items

Corridor N (Sector 71 to Depot Station including Rolling Stock Depot at Greater Noida)

Sections N1 (Sector 71 – Sector 137 RKM 9.488)

Section N2 (Sector 142 – Sector 149 RKM 10.280)

Section N3 (Knowledge Park II – Depot Station RKM 9.371)

Section N4 (Rolling Stock Depot at Greater Noida TKM 15)

Statement of Prices

Statement No. F

Optional Items

NAME OF THE FIRM 0

MILE WORK DESCRIPTION Apportioned Amount


STONE Amount in Foreign Currency Amount in
MILESTONE ACTIVITY
NO. USD EURO YEN Indian Rupees
O1 Comprehensive Annual Maintenance Charges for Traction System for 1st
Year
O2 Comprehensive Annual Maintenance Charges for Traction System for 2nd
Year
O3 Comprehensive Annual Maintenance Charges for Traction System for 3rd
Year
O4 Comprehensive Annual Maintenance Charges for Auxiliary Power Suppply
System for 1st Year
O5 Comprehensive Annual Maintenance Charges for Auxiliary Power Suppply
System for 2nd Year
O6 Comprehensive Annual Maintenance Charges for Auxiliary Power Suppply
System for 3rd Year
O7 Comprehensive Annual Maintenance Charges for SCADA System for 1st
Year
O8 Comprehensive Annual Maintenance Charges for SCADA System for 2nd
Year
O9 Comprehensive Annual Maintenance Charges for SCADA System for 3rd
Year
O10 Comprehensive Annual Maintenance Charges for EarthQuake and Wind
Speed Sensing and Warning System for 1st Year
O11 Comprehensive Annual Maintenance Charges for EarthQuake and Wind
Speed Sensing and Warning System for 2nd Year
O12 Comprehensive Annual Maintenance Charges for EarthQuake and Wind
Speed Sensing and Warning System for 3rd Year
O13 Supply Installation Testing Commissioning of Catenary Monitoring System

O14 Comprehensive Annual Maintenance Charges for Catenary Monitoring


System for 1st Year
O15 Comprehensive Annual Maintenance Charges for Catenary Monitoring
System for 2nd Year
O16 Comprehensive Annual Maintenance Charges for Catenary Monitoring
System for 3rd Year
O17 Supply Installation Testing Commissioning of 01 02 No. Booster
Transformer each for UP and DN line (Total 02 04 Nos.) and associated
equipments and erection arrnagements

COST CENTRE TOTAL CARRIED TO SECTION SUMMARY

Note:-
1. Employer may award the Comprehensive AMC to the successful tenderer for 3 years beyond DLP at these rates.
2. The cost of spare parts, T&P required for maintenance during AMC period beyond DLP will be deemed to be inclusive in the
prices for AMC indicated in this Statement . Nothing extra will be paid for such spare parts.
3. This statement will be considered for tender evaluation while assessing the L-1 bidder.
4. Payment for AMC will be made on quarterly basis on completion of maintenance obligations by the Contractor.
5. Scope of maintenance work will be as per details provided in the Scope of Maintenance during DLP and AMC
6. The Contractor to quote prices as per Clause 24 of SCC.
7. Service tax shall be inclusive in the above price
8. Employer reserves the right to enter into a separate Comprehensive AMC contract for further 5 Years, beyond 3 Years
Comprehensive AMC , considering the Price quoted for "3rd Year" above as Po subject to Escalation / Price Adjustment
based on IEEMA formula provided in Schedule 10 of SCC.
9. The Consortium member responsible for the Manufacturing and Supply of the equipment shall also be the contracting
agency (either as an individual or JV. / Consortium Member) for the Supplementary Contract for Comprehensive AMC
as well as for Long-term Comprehensive AMC
Supply, Installation, Testing and Commissioning of 25 kV Overhead Equipment (OHE), 33 kV
Auxiliary Power Supply and SCADA Systems for Elevated Corridor of Noida-Greater Noida Section
(21 Stations, 29.139 RKM) and Rolling Stock Depot at Greater Noida

CONTRACT PACKAGE – NE-01

Statement G – Monthly Cash Flows

Corridor N (Sector 71 to Depot Station including Rolling Stock Depot at Greater Noida)

Sections N1 (Sector 71 – Sector 137 RKM 9.488)

Section N2 (Sector 142 – Sector 149 RKM 10.280)

Section N3 (Knowledge Park II – Depot Station RKM 9.371)

Section N4 (Rolling Stock Depot at Greater Noida TKM 15)

Statement G – Monthly Cash Flows

This Document is to be prepared by the Tenderer as per clause C. Milestone Payment Schedule

Note: The amount of Cost Centres B and D of Section Miscelleneous will not be included in the Monthly Cash Flows.
CONTRACT NE-01

Instructions to Tenderers
Annexure 4
(To be submitted with financial bid)

Appendix C - Pricing of Unqualified Withdrawal of Conditions, Qualifications, Deviations, etc

NAME OF THE WORK :Supply, Installation, Testing and Commissioning of 25 kV Overhead


Equipment (OHE), 33 kV Auxiliary Power Supply and SCADA
Systems for Elevated Corridor of Noida-Greater Noida Section
(21 Stations, 29.139 RKM) and Rolling Stock Depot at Greater Noida

NAME OF THE FIRM 0

Key date affected by each condition, Increase or Decrease for unqualified withdrawal of each
Item Condition, Qualification, Deviation, etc
qualification, deviation, etc. conditions, qualification, deviation etc

Foreign Currency Indian Rupees


Total

Note:
In connecting this appendix, the Tenderer shall show every key date that will be affected by each condition, qualification, deviation, etc., included in his Financial
Package for the unqualified withdrawal of that condition, qualification, deviation, etc.

1. We hereby confirm that the pricing for unconditional withdrawal of the above deviations has been given in the financial bid.

2.We hereby confirm that all implicit and explicit deviations, comments and remarks mentioned elsewhere in our proposal shall be treated as NULL and VOID and
stand withdrawn.

3. We hereby confirm that but for the deviations noted in this Appendix our offer is fully and truly compliant.

4. All deviations have been listed and priced in the financial proposal and deviations not priced will be treated as null and void and stand withdrawn at nil price
Contract NE-01 Addendum to Volume-5 TENDER DRAWINGS

ALREADY Addendum-2 Remarks


S No. UPLOADED DESCRIPTION drawings nos
DRAWINGS NO.

TRACTION NETWORK DRAWINGS

Traction Feeding NE-01-T-TN- Drawing


1 NE-01-T-TN-TYPI-1000-0
Diagram TYPI-1000-0-R-1 replaced

Sector 71 SSP -
2 NE-01-T-TN-S 71-1000-0 Electrical
Schematic Diagram

Sector 71 FP - NE-01-T-TN-S Drawing


3 NE-01-T-TN-S 71-1001-0 Electrical 71-1001-0-R-1 replaced
Schematic Diagram

Sector 78 SS-
4 NE-01-T-TN-S 78-1000-0 Electrical
Schematic Diagram

Sector 81 SSP -
5 NE-01-T-TN-S 81-1000-0 Electrical
Schematic Diagram

Sector 83 FP -
6 NE-01-T-TN-S 83-1000-0 Electrical
Schematic Diagram

Sector 142 SS -
7 NE-01-T-TN-S 142-1000-0 Electrical
Schematic Diagram

Sector 144 SSP -


8 NE-01-T-TN-S 144-1000-0 Electrical
Schematic Diagram

Sector 147 SP -
9 NE-01-T-TN-S 147-1000-0 Electrical
Schematic Diagram
Contract NE-01 Addendum to Volume-5 TENDER DRAWINGS

ALREADY Addendum-2 Remarks


S No. UPLOADED DESCRIPTION drawings nos
DRAWINGS NO.

Sector 153 FP -
10 NE-01-T-TN-S 153-1000-0 Electrical
Schematic Diagram

Sector 149 SSP -


11 NE-01-T-TN-S 149-1000-0 Electrical
Schematic Diagram

Pari Chowk SSP -


12 NE-01-T-TN-PC-1000-0 Electrical
Schematic Diagram

ALPHA 2 SS -
NE-01-T-TN- ALP 2-1000-
13 Electrical
0
Schematic Diagram

Depot Station SSP - NE-01-T-TN-DP- Drawing


14 NE-01-T-TN-DP-1000-0 Electrical 1000-0-R-1 replaced
Schematic Diagram

AUXILIARY NETWORK DRAWINGS

Auxiliary Power NE-01-T-AX- Drawing


15 NE-01-T-AX-TYPI-1000-0
Supply Diagram TYPI-1000-0-R-1 replaced

Sector 71 - NE-01-T-AX-S Drawing


16 NE-01-T-AX-S 71-1000-0 Auxiliary Sub 71-1000-0-R-1 replaced
Station

Sector 50 - NE-01-T-AX-S Drawing


17 NE-01-T-AX-S 50-1000-0 Auxiliary Sub 50-1000-0-R-1 replaced
Station

Sector 78 - NE-01-T-AX-S Drawing


18 NE-01-T-AX-S 78-1000-0 Auxiliary Sub 78-1000-0-R-1 replaced
Station

19 NE-01-T-AX-S 101-1000-0 Sector 101 - NE-01-T-AX-S Drawing


Auxiliary Sub
Contract NE-01 Addendum to Volume-5 TENDER DRAWINGS

ALREADY Addendum-2 Remarks


S No. UPLOADED DESCRIPTION drawings nos
DRAWINGS NO.

Station 101-1000-0-R-1 replaced

Sector 81 - NE-01-T-AX-S Drawing


20 NE-01-T-AX-S 81-1000-0 Auxiliary Sub 81-1000-0-R-1 replaced
Station

Dadri Road - NE-01-T-AX-DR- Drawing


21 NE-01-T-AX-DR-1000-0 Auxiliary Sub 1000-0-R-1 replaced
Station

Sector 83 - No. NE-01-T-AX- Drawing


22 NE-01-T-AX-S 83-1000-0 Auxiliary Sub S 83-1000-0-R-1 replaced
Station

Sector 137 - NE-01-T-AX-S Drawing


23 NE-01-T-AX-S 137-1000-0 Auxiliary Sub 137-1000-0-R-1 replaced
Station

Sector 142 - NE-01-T-AX-S Drawing


24 NE-01-T-AX-S 142-1000-0 Auxiliary Sub 142-1000-0-R-1 replaced
Station

Sector 143 - NE-01-T-AX-S Drawing


25 NE-01-T-AX-S 143-1000-0 Auxiliary Sub 143-1000-0-R-1 replaced
Station

Sector 144 - NE-01-T-AX-S Drawing


26 NE-01-T-AX-S 144-1000-0 Auxiliary Sub 144-1000-0-R-1 replaced
Station

Sector 147 - NE-01-T-AX-S Drawing


27 NE-01-T-AX-S 147-1000-0 Auxiliary Sub 147-1000-0-R-1 replaced
Station

Sector 153 - NE-01-T-AX-S Drawing


28 NE-01-T-AX-S 153-1000-0 Auxiliary Sub 153-1000-0-R-1 replaced
Station
Contract NE-01 Addendum to Volume-5 TENDER DRAWINGS

ALREADY Addendum-2 Remarks


S No. UPLOADED DESCRIPTION drawings nos
DRAWINGS NO.

Sector 146 - NE-01-T-AX-S Drawing


29 NE-01-T-AX-S 146-1000-0 Auxiliary Sub 146-1000-0-R-1 replaced
Station

Sector 149 - NE-01-T-AX-S Drawing


30 NE-01-T-AX-S 149-1000-0 Auxiliary Sub 149-1000-0-R-1 replaced
Station

Knowledge Park II NE-01-T-AX-KP- Drawing


31 NE-01-T-AX-KP II-1000-0 - Auxiliary Sub II-1000-0-R-1 replaced
Station

Pari Chowk - NE-01-T-AX-PC- Drawing


32 NE-01-T-AX-PC-1000-0 Auxiliary Sub 1000-0-R-1 replaced
Station

ALPHA 1 - NE-01-T-AX-S Drawing


33 NE-01-T-AX-ALP 1-1000-0 Auxiliary Sub ALP 1-1000-0-R- replaced
Station 1

ALPHA 2- Auxiliary NE-01-T-ALP 2- Drawing


34 NE-01-T-AX-ALP 2-1000-0
Sub Station 1000-0-R-1 replaced

DELTA 1 - Auxiliary NE-01-T-AX-DEL- Drawing


35 NE-01-T-AX-DEL 1-1000-0
Sub Station 1-1000-0-R-1 replaced

Depot Station - NE-01-T-AX-DP- Drawing


36 NE-01-T-AX-DP-1000-0 Auxiliary Sub 1000-0-R-1 replaced
Station

Greater Noida NE-01-T-AX- Drawing


NE-01-T-AX-DEPOT-1000- Rolling Stock DEPOT-1000-0- replaced
37
0 Depot- Auxiliary R-1
Sub Station

Auxiliary Sub
38 NE-01-T-AX-TYPI-1002-0 Station – 110V DC
Distribution
Contract NE-01 Addendum to Volume-5 TENDER DRAWINGS

ALREADY Addendum-2 Remarks


S No. UPLOADED DESCRIPTION drawings nos
DRAWINGS NO.

Schematic Diagram

Auxiliary Sub
39 NE-01-T-AX-TYPI-1003-0 Station – ACDB-
Schematic Diagram

OVERHEAD EQUIPMENT DRAWINGS

General
40 NE-01-T-OH-TYPI-1001-0 Arrangement of
OHE

General
Arrangement of
41 NE-01-T-OH-TYPI-1002-0
Single Cantilever
on Normal Mast

General
Arrangement of
42 NE-01-T-OH-TYPI-1003-0 Multiple
Cantilevers on
Normal Mast

General
Arrangement of
43 NE-01-T-OH-TYPI-1004-0
Cantilevers on
Drop-Arms

General
44 NE-01-T-OH-TYPI-1005-0 Arrangement of
Steel Portals

General
Arrangement of
45 NE-01-T-OH-TYPI-1006-0
Uninsulated
Overlap
Contract NE-01 Addendum to Volume-5 TENDER DRAWINGS

ALREADY Addendum-2 Remarks


S No. UPLOADED DESCRIPTION drawings nos
DRAWINGS NO.

General
46 NE-01-T-OH-TYPI-1007-0 Arrangement of
Insulated Overlap

General
47 NE-01-T-OH-TYPI-1008-0 Arrangement of
Neutral Section

General
48 NE-01-T-OH-TYPI-1009-0 Arrangement of
Anticreeps

General
49 NE-01-T-OH-TYPI-1010-0 Arrangement of
OHE Termination

General NE-01-T-OH- Drawing


Arrangement of TYPI-1011-0-R-1 replaced
RC Termination
50 NE-01-T-OH-TYPI-1011-0
General
50
Arrangement of
RC(240 sq.mm)
Termination

General
51 NE-01-T-OH-TYPI-1012-0 Arrangement of
Guy Rod Assembly

General NE-01-T-OH- Drawing


Arrangement of TYPI-1013-0-R-1 replaced
52 NE-01-T-OH-TYPI-1013-0 Reduced size RC
and OPC at
structure

General
53 NE-01-T-OH-TYPI-1014-0 Arrangement of
Suspension of 2
Contract NE-01 Addendum to Volume-5 TENDER DRAWINGS

ALREADY Addendum-2 Remarks


S No. UPLOADED DESCRIPTION drawings nos
DRAWINGS NO.

Messenger Wires

General
Arrangement of
54 NE-01-T-OH-TYPI-1015-0 OHE at Turnouts,
Crossovers and
Diamond Crossing.

General
55 NE-01-T-OH-TYPI-1016-0 Arrangement of
Top Tube Assembly

General
Arrangement of
56 NE-01-T-OH-TYPI-1017-0
Suspension of
Messenger Wire

General
Arrangement of
57 NE-01-T-OH-TYPI-1018-0
Bracket Tube
Assembly

General
Arrangement of
58 NE-01-T-OH-TYPI-1019-0
Register Arm
Assembly

General
Arrangement of
59 NE-01-T-OH-TYPI-1020-0
Steady Arm
Assembly

General
Arrangement of
60 NE-01-T-OH-TYPI-1021-0
Wind Stay
Droppers
Contract NE-01 Addendum to Volume-5 TENDER DRAWINGS

ALREADY Addendum-2 Remarks


S No. UPLOADED DESCRIPTION drawings nos
DRAWINGS NO.

General
Arrangement of
61 NE-01-T-OH-TYPI-1022-0
Contact Wire
Registration

General
Arrangement of
Automatic
62 NE-01-T-OH-TYPI-1023-0
Tensioning Devices
(5 Pulley Block
Type)

General
63 NE-01-T-OH-TYPI-1024-0 Arrangement of
Dropper Assembly

General
64 NE-01-T-OH-TYPI-1025-0 Arrangement of
Jumper Assembly

General
Arrangement of
65 NE-01-T-OH-TYPI-1026-0
Section Insulator
Assembly

General
Arrangement of
66 NE-01-T-OH-TYPI-1027-0 Automatic
Tensioning Devices
(Gas Type ATD)

General NE-01-T-OH- Drawing


Arrangement of TYPI-1028-0-R-1 replaced
67 NE-01-T-OH-TYPI-1028-0 Cut-in-Insulators
on OHE
Conductors
Contract NE-01 Addendum to Volume-5 TENDER DRAWINGS

ALREADY Addendum-2 Remarks


S No. UPLOADED DESCRIPTION drawings nos
DRAWINGS NO.

General
Arrangement of
68 NE-01-T-OH-TYPI-1029-0
Provision of
Staggers

General
69 NE-01-T-OH-TYPI-1030-0 Arrangement of
Guy Rod in Depot.

Typical Drawing
Showing Bonding
70 NE-01-T-OH-TYPI-1031-0
of OHE Structure
to Rail

Typical Drawing
Showing
71 NE-01-T-OH-TYPI-1032-0 Connection of OPC
to Rail/Connecting
Plate

Typical Drawing
Showing
Connection of OPC
72 NE-01-T-OH-TYPI-1033-0
and BEC to
Rail/Connecting
Plate

Typical Drawing
Showing
73 NE-01-T-OH-TYPI-1034-0
Connection of OPC
to Earth Pit/BEC

Typical Drawing
Showing
74 NE-01-T-OH-TYPI-1035-0 Connection
Between two
OPC’s
Contract NE-01 Addendum to Volume-5 TENDER DRAWINGS

ALREADY Addendum-2 Remarks


S No. UPLOADED DESCRIPTION drawings nos
DRAWINGS NO.

Typical Drawing
Showing
Connection of RC
to Rail
75 NE-01-T-OH-TYPI-1036-0
Typical Drawing
75 NE-01-T-OH-TYPI-1036-0
Showing
Connection of
RC(240 sq. mm) to
Rail

Salient Technical
76 NE-01-T-OH-TYPI-1037-0 features of OHE
Structures

Salient Technical
features of Cables,
77 NE-01-T-OH-TYPI-1038-0
wires and
Conductors

Arrangement of
Bracket Assembly
78 NE-01-T-OH-TYPI-1039-0
for Tramway Type
OHE (Regulated)

Typical Drawing
Showing Cross-
79 NE-01-T-OH-TYPI-1040-0
Section of OHE
Arrangement

Typical Drawing
Showing Earthing
80 NE-01-T-OH-TYPI-1041-0 and Bonding for
Switching devices
on Masts

81 NE-01-T-OH-TYPI-1042-0 General
Arrangement of
Contract NE-01 Addendum to Volume-5 TENDER DRAWINGS

ALREADY Addendum-2 Remarks


S No. UPLOADED DESCRIPTION drawings nos
DRAWINGS NO.

Short Neutral
Section Assembly

Four Bolt Terminal


82 NE-01-T-OH-TYPI-1043-0
Connector

General NE-01-T-DP- Drawing


NE-01-T-DP-GANT-1000- Arrangement of GANT-1000-0-R- replaced
83
0 Depot Feeding 1
Post Gantry

Supply Drawing deleted


NE-01-T-DP-GANT-1001- Arrangement of in addendum-2
84
0 Depot Feeding
Post Gantry

SCADA DRAWING

SCADA - Control
NE-01-T-CM-TYPI-
85 and Monitoring
1001-0
Block Diagram

SCADA -
NE-01-T-CM-TYPI-
86 Equipment Layout
1002-0
at OCC

INTERFACE DRAWING

General
Arrangement of
Suspension of
87 NE-01-T-IN-OHPS-1001-0
OHE/OPC/RC from
Platform Shed Roof
Trusses

88 NE-01-T-IN-OHPS-1002-0 General
Arrangement of
Contract NE-01 Addendum to Volume-5 TENDER DRAWINGS

ALREADY Addendum-2 Remarks


S No. UPLOADED DESCRIPTION drawings nos
DRAWINGS NO.

OHE Masts on
Parapets

General
Arrangement of
89 NE-01-T-IN-OHPS-1003-0
Anchor on
Parapets

General NE-01-T-IN- Drawing


Arrangement of OHPS-1004-0-R- replaced
Booster 1
Transformers on
90 NE-01-T-IN-OHPS-1004-0 Viaduct

90 General
Arrangement of
Booster
Transformers on
Viaduct

General
Arrangement of
Masts on Parapet
91 NE-01-T-IN-OHPS-1005-0
for Supporting
Pole-Mounted
Equipments

Typical Drawing
Showing Earthing
92 NE-01-T-IN-OHPS-1006-0
Arrangements at
Stations

Typical Drawing
93 NE-01-T-IN-OHPS-1007-0 Showing Integral
Transverse Links

94 NE-01-T-IN-OHPS-1008-0 Typical Drawing


Showing Earthing
Contract NE-01 Addendum to Volume-5 TENDER DRAWINGS

ALREADY Addendum-2 Remarks


S No. UPLOADED DESCRIPTION drawings nos
DRAWINGS NO.

Arrangements for
Metallic Masses at
Stations

Earthing on
Viaduct - Earthing
95 NE-01-T-IN-OHPS-1009-0
Arrangement in
Piles and Piers

Earthing on
Viaduct - Earthing
96 NE-01-T-IN-OHPS-1010-0
Arrangement in
Girders

Earthing on
97 NE-01-T-IN-OHPS-1011-0 Viaduct - Earthing
on Plinth

Schematic
Arrangement of
Earthing-
98 NE-01-T-IN-TYPI-1000-0 Connection to
Buried Rails at
Traction
Substation

NE-01-T-IN- Drawing
99 NE-01-T-IN-TYPI-1001-0 Cable Tray Details
TYPI-1001-0-R-1 replaced
Line-3

Interlinking with Line-3

MidPoint of Impendance Bond DM MidPoint of Impendance Bond


SM
OR M OR
CT M To Earth Rail of Running Track
To Earth Rail of Running Track CB

3.3 kV Cable
25 kV Cable
2 3 4 5 6
1
SECTOR 71 SECTOR 50 SECTOR 78 SECTOR 101 SECTOR 81 DADRI ROAD
M
CH: 0.00 CH: 1341.2 CH: 2372.7 CH: 3511.7 CH: 4419.2 CH: 6431.9 DN LINE

Ch: (-) 450.0m


DN LINE

DN LINE Dead End


M
M

UP LINE
UP LINE UP LINE

SS SSP
SECTOR 78 SECTOR 81
FP
SECTOR 71

TSS Indicative details


scope of work by others
8 9 10 11 12
M M 7 M M
SECTOR 83 SECTOR 137 SECTOR 142 SECTOR 143 SECTOR 144 SECTOR 147
CH: 7531.3 CH: 9022.7 CH: 10720.4 CH: 11804.6 CH: 13162.6 CH: 14388.1
DN LINE DN LINE DN LINE

UP LINE UP LINE UP LINE

FP
SECTOR 83
SS SSP
SECTOR 142 SECTOR 144 SP
SECTOR 147

TSS Indicative details


scope of work by others

13 14 15 16 17
M M
M M
SECTOR 153 SECTOR 146 SECTOR 149 KNOWLEDGE PARK II PARI CHOWK
NG

CH: 16024.9 CH: 17600.5 CH: 19225.9 CH: 22191.6 CH: 23288.7
SI
OS

DN LINE DN LINE DN LINE


CR
E
LIN
ER
W
PO

UP LINE UP LINE UP LINE

FP
SECTOR 153 SSP SSP
SECTOR 149 PARI CHOWK

18 19 20 21

Ch: 28689.3m
End OF Track
ALPHA-1 ALPHA-2 DELTA-1 DEPOT STATION
CH: 24376.0 CH: 25908.8 CH: 27160.8 CH: 28086.0
DN LINE DN LINE DN LINE

UP LINE UP LINE UP LINE

M M

TO

AS
DE
SS

NS
PO

/S
ALPHA 2

NS
T
SSP
DEPOT STATION To Rolling

AS
NS
Stock Depot
TENDER DRAWING

/S
To Rolling

NS
Stock Depot

NOTE: The Booster Transformer shall be provided only from DELHI METRO RAIL CORPORATION LIMITED

Knowledge Park-II to DELTA-1 station (approx. 4 KM section) PROJECT :- NOIDA - GRETER NOIDA CORRDOR

DRAWING NO. NE-01 - T-TN-TYPI-1000-0 R-1

TITLE:- TRACTION FEEDING DIAGRAM


To rolling stock depot
33 kv Auxiliary Network Scheme Drawing SECTOR 83
AMS

From Sector 71 to Depot station


AUXILIARY
MAIN
TRANSFORMERS

TRANSFORMERS
LOCAL
33000/415 V
Indicative details
DISTRIBUTION scope of work by others
To Link Line- 3 LOCAL

( With KWH Trivector Meter ) PCT PCT

PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT B

For
Future

ASS 1 ASS 2 ITC

NO

For For For


Future Future Future
TCT TCT TCT TCT TCT TCT TCT TCT TCT TCT TCT TCT
TCT TCT TCT TCT TCT TCT TCT TCT TCT TCT TCT TCT TCT

TO PD TO PD TO PD
TO 415 MDB TO 415 MDB TO 415 MDB TO 415 MDB TO 415 MDB TO 415 MDB TO 415 MDB TO 415 MDB TO 415 MDB TO 415 MDB TO 415 MDB TO 415 MDB TO 415 MDB TO 415 MDB TO 415 MDB TO 415 MDB TO 415 MDB TO 415 MDB TO 415 MDB TO 415 MDB TO 415 MDB
OF ESR OF ESR OF ESR OF ESR OF ESR OF ESR OF ESR OF ESR OF ESR OF ESR OF ESR OF ESR OF ESR OF ESR OF ESR OF ESR OF ESR OF ESR OF ESR OF ESR OF ESR

SECTOR 71 SECROR 50 SECTOR 78 SECTOR 101 SECTOR 81 DADRI ROAD SECTOR 83 SECTOR 137 SECTOR 142 SECTOR 143 SECTOR 144

SECTOR 153
AMS
AUXILIARY
MAIN
TRANSFORMERS

TRANSFORMERS
LOCAL
33000/415 V
Indicative details
DISTRIBUTION scope of work by others
LOCAL
PCT PCT

Extension
A

Future
B PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT
PCT
PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT PCT

ITC

NO

TCT TCT For


Future
TCT TCT TCT TCT TCT TCT TCT TCT TCT TCT TCT TCT TCT TCT TCT TCT TCT TCT TCT TCT TCT
TCT TCT

33/25 kV 33/25 kV
1ph, 2 MVA 1ph, 2 MVA
TO 415 MDB TO 415 MDB Transformer Transformer
OF ESR OF ESR TO PD
TO 415 MDB TO 415 MDB 25 kV to Depot 25 kV to Depot
OF ESR OF ESR Feeding Post TO 415 MDB Feeding Post TO 415 MDB
TO 415 MDB TO 415 MDB TO 415 MDB TO 415 MDB TO 415 MDB TO 415 MDB TO 415 MDB TO 415 MDB TO 415 MDB TO 415 MDB TO 415 MDB TO 415 MDB TO 415 MDB TO 415 MDB TO 415 MDB TO 415 MDB TO 415 MDB
OF ESR OF ESR
OF ESR OF ESR OF ESR OF ESR OF ESR OF ESR OF ESR OF ESR OF ESR OF ESR OF ESR OF ESR OF ESR OF ESR OF ESR OF ESR OF ESR

SECTOR 147 SECTOR 153 SECTOR 146 SECTOR 149 KNOWLEDGE PARK II PARI CHOWK ALPHA 1 ALPHA 2 DELTA 1 DEPOT STATION ROLLING STOCK DEPOT ASS-1 ROLLING STOCK DEPOT ASS-2

Switchgear = 1250 A
TCT
CIRCUIT BREAKER
Station A/T = 315 KVA X 2
TCT
33/0.415

TRANSFORMER Depot A/T = 2 X 2000 KVA


PCT

PCT 33/0.415 DELHI METRO RAIL CORPORATION LIMITED

PROJECT :- NOIDA-GREATER NOIDA CORRIDOR


PD A/T = 500 KVA
DRAWING NO. NE-01-T-AX-TYPEI-1000-0 R-1
POTENTIAL NO Normally Cable = 3 X 1C TITLE:- AUXILIARY POWER SUPPLY DIAGRAM
TRANSFORMER Open 2
AL 300mm
2
(From AMS to Station ASS 3 X 1C CU 400mm )
To Different Elementry Section Inside Depot LEGEND

25 KV ISOLATOR(LOCALLY OPERATED)

M 25 KV ISOLATOR(MOTORIZED)

VT

VT

VT

VT

VT

VT

VT
25 KV INTERRUPTER

25 KV POTENTIAL TRANSFORMER
SM 109

SM 110

SM 111

SM 112

SM 113

SM 114

SM 115
M M M M M M M
25 KV CIRCUIT BREAKER

CURRENT TRANSFORMER

SS 108
NC
* INTERLOCKED ISOLATORS

SS 107 SS 106 SS 105

CT CT CT

CB103* NO CB102* NO CB 101*


NC
From 33/25kV Transformer( 1 & 2) installed in Depot ASS
VT

25kV 1x240sq.mm from Main Line to Depot FP M


SM 103*

25kV 1x240sq.mm from Main Line to Depot FP SM 104*


VT

Protection and Interlocking scheme will be provided by


NE-01 contractor and approval from DMRC

SM 101 M M SM 102
DN

MAIN LINE

UP

R-1

S-ar putea să vă placă și