Centre for Railway Information Systems - Indian Railways
Centre for Railway Information Systems - Indian Railways
Centre for Railway Information Systems - Indian Railways
You also want an ePaper? Increase the reach of your titles
YUMPU automatically turns print PDFs into web optimized ePapers that Google loves.
<strong>Centre</strong> <strong>for</strong> <strong>Railway</strong> In<strong>for</strong>mation <strong>Systems</strong><br />
Chanakyapuri, New Delhi.<br />
Tel:24106717, 24104525, Fax No. 91-11-26877893<br />
Sealed tenders are invited by Managing Director, <strong>Centre</strong> <strong>for</strong> <strong>Railway</strong> In<strong>for</strong>mation<br />
<strong>Systems</strong>, Chanakyapuri, New Delhi-110021 <strong>for</strong> supply of Modems.<br />
S.<br />
No.<br />
Description<br />
of the job<br />
1 Supply , of<br />
Modems<br />
226 Pairs<br />
Modems<br />
Tender<br />
No.<br />
2005/<br />
CRIS/<br />
11150<br />
Due Date of Date of Earnest<br />
submission opening of money<br />
of Tender Tender at<br />
upto 15.00 15.30 HRS.<br />
hrs.<br />
7-3-2005 7-3-2005 Rs. 02<br />
Lakhs<br />
Cost of<br />
Tender<br />
Document<br />
Rs. 2000/-<br />
The tender <strong>for</strong>ms, conditions of contract including specifications and other in<strong>for</strong>mation can be<br />
had from this office during working hours on any working day upto the day of submission of<br />
tender documents on payment of non refundable cost of tender documents as mentioned<br />
above. The cost of tender document should be remitted by Demand/Draft only in favour of<br />
CRIS. The Tender can also be download from CRIS Website www.indianrail.gov.in.<br />
However , at the time of submission of tender, the requisite cost of tender has to be deposited,<br />
failing which tender will not be accepted.<br />
Registrar/CRIS.
Tender No.: 2005/CRIS/ 11150<br />
Dated:14-2-2005<br />
M/s.<br />
Sub : Tender <strong>for</strong> supply of Modems<br />
Sealed quotations are invited <strong>for</strong> supply of 226 pairs of Modems with following<br />
terms and conditions:-<br />
1 Offers must be complete in all respects as per indicated <strong>for</strong>mats.<br />
2 The offer should remain valid <strong>for</strong> a period of 180 days.<br />
3 The tender documents must be submitted duly completed in prescribed<br />
<strong>for</strong>mats. The techno-commercial and financial bid should be submitted in<br />
duplicate in separately sealed envelopes along with the sheet of compliance<br />
<strong>for</strong> the terms and conditions. These should be deposited on or be<strong>for</strong>e 7-3-<br />
2005, upto 1500 hours with Manager/Purchase, CRIS, Chanakyapuri, New<br />
Delhi – 110021 and will be opened at 15.30 hrs. of the same date in the<br />
above office.<br />
4 The tenders received after the time and date specified above shall not be<br />
considered. Offers on original printed sheets will only be considered. Offers<br />
submitted by FAX or in any manner other than specified above shall not be<br />
considered. The bids shall exactly be according to the prescribed <strong>for</strong>mats.<br />
Modifications/rewording of <strong>for</strong>mats shall not be acceptable. All corrections to<br />
be signed.<br />
5 The techno – commercial bid should be in a sealed envelope super scribed<br />
as “Tender <strong>for</strong> the supply of Modems. The techno - commercial bid shall<br />
also contain the required EMD, without which the bid shall be summarily<br />
rejected.<br />
6 The Techno – commercial bid shall have all details but with price column of<br />
the rate schedule blanked out. However, a tick mark shall be provided<br />
against each item of the rate schedule <strong>for</strong> mat to indicate that there is a quote<br />
against this item in the Financial bid.<br />
7 The financial bid shall contain nothing else but prices as per the blank<br />
<strong>for</strong>mat of the rate schedule enclosed.
8 Only those qualifying in the techno – commercial evaluation shall be<br />
called <strong>for</strong> opening of the financial bids. The date of opening of financial<br />
bids shall be intimated to the short listed tenderers in due course.<br />
9 For any clarification related to this Tender you may like to contact.<br />
Manager/Purchase, Dy. Manager/Tele. CHANAKYAPURI, New Delhi.<br />
Telephones 24106717 and 24104525<br />
Enclosed:<br />
Aneexure A- Bio- Particulars<br />
Annexure B – Rate Schedule<br />
Annexure C- Warranty<br />
Annexure D- Pro<strong>for</strong>ma Bank Guarantee<br />
Annexure E- List of Locations<br />
Annexure F – Technical Specifications<br />
(Rakesh Sehgal)<br />
Manager/Purchase
2. Scope<br />
3. Locations<br />
The scope of tender shall include supply and 03 year back – to – bench<br />
Warranty Maintenance of Modems at the respective Zonal HQ offices / sites<br />
specified in Annexure E.<br />
List Enclosed. (Annexure E ) However, the list of sites and Quantity of<br />
equipment to be installed at each site is tentative and subject to change.<br />
4. Qualification Criteria<br />
i) The bidder should be an Original equipment manufacturer (OEM) or an<br />
authorized representative of the OEM. The bidder shall furnish the<br />
Authorization letter from the OEM specific to this tender clearly<br />
mentioning tender number <strong>for</strong> which authorization is being provided. The<br />
bidder should also furnish documentary proof of backend support<br />
including software upgrades and availability of spares <strong>for</strong> a period of 05<br />
years from the OEM of the product offered.<br />
ii)<br />
The bidder shall furnish at least one order <strong>for</strong> supply of similar equipment<br />
of value Rs. 25 Lakhs or above, or two orders with combined value of Rs.<br />
25 Lakhs or above as past experience credentials, the Purchase orders<br />
being placed in the preceding five financial years (i.e. current financial<br />
year and last five financial years) from the date of opening of this tender.<br />
The Purchase Order/Work Order or any other associated document must<br />
specify the total Bill of material (BOM) with item-wise details Similar<br />
equipment means modems ( all types), channel termination units, line<br />
drivers and associated Network management tools/utilities.<br />
iii) Financial Turnover – The turn over of the firm should be at least Rs. 05<br />
crores in the last financial year.<br />
5. Acceptance of the Tenders<br />
i) If the tender submits wrong in<strong>for</strong>mation his tender is liable to be<br />
rejected.<br />
ii) Non – compliance with any of the conditions set <strong>for</strong>th herein is liable<br />
to result in the tender being rejected.<br />
iii) The submission of the tender will be deemed to imply that the tenderer<br />
fully understands the scope of work involved. Any doubts as to the<br />
specifications must be clarified in writing within 2 days prior to the<br />
submission date.
6. Process to be confidential<br />
i) After the public opening of bids, in<strong>for</strong>mation relating to the<br />
examination, clarification, evaluation and comparison of bids, and<br />
recommendations concerning the award of the purchase order shall not<br />
be disclosed to the tenderers or other persons not officially concerned<br />
with such process.<br />
ii) Any ef<strong>for</strong>t by the tenderer to influence the purchaser in the process of<br />
examination, clarification, evaluation and comparison of bids, and in<br />
the decision concerning the contract, may result in rejection of his bid.<br />
7. Clarification of Bids<br />
i) To assist in the examination, evaluation and comparison of bids, CRIS<br />
may ask the tenderer individually <strong>for</strong> a clarification of his bid<br />
including break down of unit rates. The request <strong>for</strong> clarification and<br />
the responses shall be in writing/fax but no change in price or<br />
substance shall be sought, offered or permitted except as required to<br />
con<strong>for</strong>m the correction of arithmetical errors discovered by CRIS<br />
during the evaluation of bids. CRIS may ask the bidder to provide the<br />
offered equipment <strong>for</strong> testing/bench marking during technical<br />
evaluation of the bid.<br />
8. Authorised Signatory<br />
The Signatory of tenderer should attach an authorization certification from :-<br />
- The proprietor in case of “Sole Propritor” firm.<br />
- One of the partners in the case of a “Partnership” firm.<br />
- The regional head in the case of a Limited Company.<br />
- An official of requisite authority in the case of a government<br />
institution.<br />
9. Comprehensive Warranty Maintenance<br />
i) Tenderer shall warranty <strong>for</strong> the proper design, quality and workmanship of<br />
the equipment including successful per<strong>for</strong>mance of the system software as<br />
covered by the tender, <strong>for</strong> a period of 36 months (warranty certificate <strong>for</strong>mat<br />
as per Annexure C).<br />
ii) During the period of warranty, after successful installation, Vendor shall<br />
provide comprehensive warranty maintenance <strong>for</strong> all equipment supplied by<br />
him at the Zonal Rly. HQ Offices specified in Annexure E . The vendor<br />
should attend each Zonal Rly. HQ. Office specified in Annexure E at least<br />
quarterly <strong>for</strong> preventive maintenance call.<br />
iii) The modems shall have back-to-bench warranty support i.e. the repair /<br />
replacement of faulty units during warranty period has to be ensured at the<br />
respective Zonal <strong>Railway</strong> HQ. Offices ( as per List in Annexure E) after the<br />
complaint is lodged at the nearest customer support office.
iv)<br />
The warranty shall commence from the date of delivery and acceptance of<br />
the of Modems at the respective Zonal Rly. office as per Annexure -E<br />
v) The bidder shall furnish detailed site-wise support plan alongwith relevant<br />
details such as list of customer support offices spare inventory etc. and inorder<br />
to provide 03 year warranty maintenance at the Zonal Rly. HQ. Office as per<br />
Annexure –V. This list of customer support offices should include full details<br />
such as postage address / telephone nos. contact nos. of resident engineer /<br />
representative etc.<br />
10. Documentation<br />
Set of manuals and support documents with each Modem shall be made available..<br />
All the Hardware must be accompanied by original documentation and full set of<br />
accessories given by the manufacturer.<br />
11. Inspection:<br />
All the material shall initially be made available at CRIS Office, New Delhi<br />
<strong>for</strong> physical inspection and acceptance as per the ATP specified in the tender.<br />
12. Terms and Conditions <strong>for</strong> Payment<br />
i) 80% of value of items supplied shall be paid by the purchaser on receipt of<br />
the material at respective Zonal HQ offices / sites specified in Annexure E.<br />
ii)<br />
iii)<br />
Balance 20% shall be paid after acceptance alongwith per<strong>for</strong>mance guarantee<br />
bond of equivalent value valid <strong>for</strong> the entire warranty period of 03 years<br />
(<strong>for</strong>mat as per Annexure C). However, no payment will be made till the<br />
submission of per<strong>for</strong>mance Bank Guarantee.<br />
Payment terms acceptable to the Tenderer must be mentioned explicitly.<br />
13. Delivery/Destination<br />
i) All the material shall initially be delivered at CRIS office, New Delhi <strong>for</strong><br />
physical inspection & acceptance. The material will then be delivered to<br />
the concerned authority at the Zonal <strong>Railway</strong> HQ offices as per the<br />
distribution provided in Annexure E of the tender documents. CRIS<br />
reserves the right to change the quantity, locations delivery schedule <strong>for</strong><br />
the equipment.<br />
ii) Tenderers shall ensure that the material is inspected be<strong>for</strong>e despatch to the<br />
iii)<br />
respective Zonal Rly. HQ. Office.<br />
Delayed supplies beyond stipulated period in the purchase<br />
order are liable <strong>for</strong> liquidity damages @ 0.5% per<br />
week restricted to 10% value of the contract at the<br />
discretion of CRIS.<br />
iv) The equipment shall be delivered to the consignee at<br />
respective Zonal Rly.HQ offices / specified in Annexure E<br />
within 4-6 weeks from the date of issue of Purchase Order.
14. Bid Documents<br />
The techno – commercial bid shall include the following documents :<br />
i) Earnest money(refundable) in the <strong>for</strong>m of DD /Bank guaranty of value Rs. 02<br />
Lakhs (valid <strong>for</strong> 180 days) in favour of CRIS, New Delhi.<br />
ii) Tender specific authorization letter from the OEM & documentary proof of<br />
backend support including software upgrades availability of spares <strong>for</strong> a<br />
period of 05 years from the OEM.<br />
iii) Bio-particulars of the tenderer (as per Annexure A) without which the tender<br />
would be summarily rejected<br />
iv) Item-wise Compliance to each of the Technical specifications and vetted by<br />
the OEM with the model and make of the offered product clearly specified.<br />
v) Complete Bill of Material of the offered equipment duly vetted by OEM.<br />
vi)<br />
vii)<br />
viii)<br />
ix)<br />
Documentary proof of having executed at least one order <strong>for</strong> supply of similar<br />
equipment of value Rs. 25 Lakhs or above, or two orders with combined<br />
value of Rs. 25 Lakhs or above as past experience credentials, the Purchase<br />
orders being placed in the preceding five financial years (i.e. current financial<br />
year and last five financial years) from the date of opening of this tender. The<br />
Purchase Order/Work Order or any other associated document must specify<br />
the total Bill of material (BOM) with item-wise details Similar equipment<br />
means modems ( all types), channel termination units, line drivers and<br />
associated Network management tools/utilities.<br />
The bidder shall furnish attested true copies of documents in support of the<br />
item no. 4 (VI) above.<br />
The bidder shall furnish detailed site-wise support plan along with relevant<br />
details such as list of customer support offices spare inventory etc. inorder to<br />
provide 03 year warranty maintenance at the Zonal Rly. HQ. Offices as per<br />
Annexure –E. This list of customer support offices should include full<br />
details such as postage address / telephone nos. contact nos. of resident<br />
engineer representative etc.<br />
Unpriced" Rate schedule" as per Annexure B. of the Tender Document.<br />
x) Attested copies of current income tax clearance certificate.<br />
xi)<br />
xii)<br />
Statement of deviation, if any (with reference to specific clauses of the<br />
requirements.<br />
Any other details considered necessary.<br />
Note:-<br />
i) Tenders unaccompanied with earnest money will be summarily<br />
rejected.
ii)<br />
iii)<br />
iv)<br />
Tenders unaccompanied with Rate Schedule in a <strong>for</strong>m other than<br />
prescribed pro<strong>for</strong>ma in Annexure - B will be rejected.<br />
A Bid received without any of the above mentioned document is liable<br />
to be rejected.<br />
EMD of successful bidder will be <strong>for</strong>feited in case of failure to honour<br />
the contract.<br />
15. Training<br />
The vendor shall provide 02 days training <strong>for</strong> 10 persons related to operations<br />
and maintenance of the equipment supplied at the each Zonal Rly. Hq offices<br />
as specified in Annexure E of the tender documents.<br />
16. Other Terms and Conditions<br />
i) CRIS reserves the right to accept part offer and place purchase order<br />
<strong>for</strong> the part offer.<br />
ii) In case of dispute the decision of Managing Director/CRIS shall be<br />
binding on the parties.<br />
iii) Risk Purchase - in the event of failure to supply, CRIS reserves the<br />
rights to make good the supplies from the market at the risk and cost of<br />
the vendor.<br />
iv) Additional features enhancements offered by the bidder, over and<br />
above the ones asked <strong>for</strong> in the tender documents, shall not be<br />
considered <strong>for</strong> evaluation of bids.<br />
v) The quantity specified in the tender are indicative, which may very<br />
higher or lower. The exact quantity shall be conveyed at the time of<br />
placement of order.<br />
vi) In no case any terms and conditions or technical deviations or any<br />
other amendment shall be included in the financial bid. Any additional<br />
options, terms etc. shall be ignored while evaluating the financial bid.<br />
vii) Both the V.35 and G.703 modems in modem pair shall be operable on<br />
AC power supply. However the G.703. modem shall be operable on<br />
48V DC supply, if so required. The required quantities of G. 703<br />
modems operable on 48V DC supply and G. 703 modems operable on<br />
AC supply, shall be communicated to the vendor at the time of placing<br />
the Purchase order.<br />
17. Consignee – Specified in Annexure E<br />
18. Price Fall<br />
18.1 The prices charged <strong>for</strong> the goods/services supplied under the<br />
contract by the vendor shall at no event exceed the lowest<br />
price at which the vendor sells the goods or offers to sell the<br />
goods of identical description to the any person/organization<br />
including the purchaser or any department of State/Central<br />
Government, as the case may be during the currency of the<br />
contract.
18.2 If, at any time during the said period the vendor reduces the<br />
sale price, sells or offers to sell such goods to any<br />
person/organization including the purchaser or any<br />
department of State/Central Government as the case may be<br />
at a price lower than the price chargeable under the contract,<br />
the vendor shall <strong>for</strong>thwith notify such reduction or sale or<br />
offer to sell to the purchaser and the price payable under the<br />
order <strong>for</strong> supply of material after the date of coming into<br />
<strong>for</strong>ce of such reduction or sale or offer to sell shall stand<br />
correspondingly reduced.<br />
18.3 If there is any reduction in the prices due to the budget of<br />
the central government, the benefit should be passed on the<br />
purchaser.
ANNEXURE-A<br />
B I O P A R T I C U L A R S<br />
1. Name and address of the Bidder<br />
2. Name of Equipment Manufacturer<br />
3. Address of the Equipment Manufacturer<br />
4 Name and address of the officer to whom all<br />
references shall be made regarding this tender<br />
enquiry<br />
Telephone<br />
Fax<br />
5. Collaboration, if any,<br />
6. Turnover of last financial year<br />
7. Any other point tenderer may like to specify.<br />
Signature<br />
Name<br />
Designation<br />
Company<br />
-------------------------------<br />
Date<br />
Date
ANNEXURE-B<br />
RATE SCHEDULE<br />
-----------------------------------------------------------------------<br />
--<br />
Item Name of Item Model Unit Qty. Unit Taxes Total<br />
Remarks<br />
No. Cost if any Cost<br />
(Rs.)<br />
(Rs.)<br />
-----------------------------------------------------------------------<br />
--<br />
(1) (2) (3) (4) (5) (6) (7) (8)<br />
(9)<br />
-----------------------------------------------------------------------<br />
1 Modems 226 pairs<br />
2 Delivery Period (Weeks)<br />
3 Warranty period (Months)<br />
Note :<br />
Rates have to be separately quoted against each item, failing to fulfil this the<br />
tender will be summarily rejected. Taxes extra if any are to be explicitly quoted<br />
failing which the same will not be admissible at a later date.<br />
Signature of<br />
Tenderer<br />
Date
ANNEXURE-C<br />
WARRANTY<br />
We warrant that the equipment to be supplied by us hereunder<br />
shall be brand new, free from all encumbrances, defects and<br />
faults in material workmanship and manufacture and shall be of<br />
the highest grade and equally and consistent with the established<br />
and generally accepted standards <strong>for</strong> material of the type ordered<br />
shall be in full con<strong>for</strong>mity with the specifications, drawings or<br />
samples, if any, and shall operate properly. We shall be fully<br />
responsible <strong>for</strong> its efficient and effective operation. This<br />
warranty shall survive inspection of and payment <strong>for</strong> and<br />
acceptance of the goods, but shall expire 36 months<br />
after their successful installation and acceptance by the<br />
purchaser.<br />
We also warrant that the function contained in the system<br />
software if any will meet the manufacturer's specification<br />
together with any clarifications given by us and that the<br />
operation of these software will be uninterrupted and error free<br />
and all software defects, if any will be corrected by us.<br />
The obligations under the warranty expressed above shall<br />
include all costs relating to labour, spares maintenance<br />
(preventive and unscheduled) and transport charges from site to<br />
manufacturers works and back and <strong>for</strong> repair/adjustment or<br />
replacement at site of any part of the equipment which under<br />
normal care and proper use and maintenance proves defective in<br />
design, material or workmanship or fails to operate effectively<br />
and efficiently or con<strong>for</strong>m to the specifications and <strong>for</strong> which<br />
notice is promptly given by the purchaser to the supplier.<br />
------------------------- -----------------------------<br />
Signature of the Witness<br />
Signature of the Tenderer<br />
Date :<br />
----------------------<br />
Seal of the company
ANNEXURE-D<br />
PROFORMA BANK GUARANTEE<br />
REF :................. Date :..................<br />
To,<br />
Dear Sir,<br />
The Managing Director,<br />
<strong>Centre</strong> <strong>for</strong> <strong>Railway</strong> In<strong>for</strong>mation <strong>Systems</strong>,<br />
Delhi Safdarjung <strong>Railway</strong> Station,<br />
Chanakyapuri,<br />
New Delhi - 110 021<br />
INDIA<br />
Bank Guarantee No.......<br />
1. Against Tender No.. ................<br />
.................... dated ................. covering<br />
supply of .............. <strong>for</strong> FIOS CRIS.<br />
project (hereinafter called the said<br />
'contractor') this is to certify that at the request of the<br />
Contractor we ............... Bank Ltd., are holding in<br />
trust in favour of CRIS, the amount of<br />
.......................(write the sum here in words)<br />
hereinafter called the said amount to indemnify and keep<br />
indemnified CRIS against any loss or damage that may be<br />
caused to or suffered by or resulting to CRIS or to <strong>Indian</strong><br />
<strong>Railway</strong>s by reason of any breach by the contractor of any of<br />
the terms and conditions of the said decision of CRIS,<br />
whether any breach of any of the terms and conditions of the<br />
said contract and/or in the per<strong>for</strong>mance thereof has been<br />
committed by the Manufacturer or Contractor and the amount<br />
of loss or damage that has been caused or suffered by CRIS<br />
or <strong>Indian</strong> <strong>Railway</strong>s shall be final and binding on us and the<br />
amount of the said loss or damage shall be paid by us<br />
<strong>for</strong>thwith on demand and without demur to the CRIS.<br />
2. We, .................... Bank Ltd. further agrees that the<br />
guarantee herein contained shall remain in full <strong>for</strong>ce and<br />
effect <strong>for</strong> a period upto ____ months from the date of this<br />
guarantee hereinafter called (date) and that if any claim<br />
accrues or arises against us ................ Bank Ltd., by<br />
virtue of this guarantee be<strong>for</strong>e the said date, the same<br />
shall be en<strong>for</strong>ceable against us ............... Bank Ltd.<br />
Notwithstanding the fact that the same is en<strong>for</strong>ced within<br />
six months after the said date, provided that notice of any<br />
such claim has been given to us ............. Bank Ltd. by<br />
CRIS be<strong>for</strong>e the said date. Payment under this letter of<br />
guarantee shall be made promptly upon our receipt of notice .<br />
3. It is fully understood that this guarantee is effective from
the date of the said contract and that we ................<br />
Bank Ltd. undertake not to revoke this guarantee during its<br />
currency without the consent in writing of CRIS.<br />
4. We undertake to pay to CRIS the said amount so demanded<br />
notwithstanding any dispute or disputes raised by the<br />
contractor in any suit or proceedings pending be<strong>for</strong>e any<br />
court or Tribunal relating thereto our liability under this<br />
present bond being absolute and unequivocal.<br />
The payment so made by us under this bond shall be a valid<br />
discharge of our liability <strong>for</strong> payment thereunder and the<br />
contractor shall have no claim against us <strong>for</strong> making such<br />
payment.<br />
5. We ................. Bank Ltd. further agree that CRIS shall<br />
have the further liberty, without affecting in any manner<br />
our obligations hereunder to vary any of the terms and<br />
conditions of the said contract or to extend time of<br />
per<strong>for</strong>mance by the contractor from time to time or to<br />
postpone <strong>for</strong> any time or from time to time any of the powers<br />
exerciseable by CRIS against the said contract and we<br />
.................. Bank Ltd. shall not be released from our<br />
liability under this guarantee by reason of any such<br />
variation or extension being granted to the said contractor<br />
or <strong>for</strong> any <strong>for</strong>bearance and/or omission on the part of CRIS<br />
or to the said contractor or by any other matter or thing<br />
whatsoever which under the law relating to sureties would<br />
but <strong>for</strong> this provision have the affect of so releasing us<br />
from our liability under this guarantee.<br />
6. This guarantee will not be discharged due to the change in<br />
the constitution of the Bank or Contractor.<br />
Date ........................<br />
Place ....................... Signature ..................<br />
Witness ..................... Printed Name ...............<br />
.............................<br />
(Designation)<br />
.<br />
-----------------------------<br />
Bank's common seal
ANNEXURE -E<br />
Distribution of 226 Modem Pairs<br />
<strong>Railway</strong> ( HQ. )<br />
Lease Line Modem<br />
Description Total (Pairs)<br />
CR ( Mumbai ) 64 Kbps 38<br />
NE ( Gorakhpur ) 64 Kbps 4<br />
NF ( Maligaon ) 64 Kbps 15<br />
SR ( Chennai ) 64 Kbps 28<br />
SCR ( Secunderabad) 64 Kbps 44<br />
( 30 nos. DC model of<br />
G.703 )<br />
WR ( Mumbai ) 64 Kbps 49<br />
NR ( New Delhi ) 64 Kbps 4<br />
ER ( Kolkata ) 64 Kbps 4<br />
SER ( Kolkata ) 64 Kbps 4<br />
CRIS ( New Delhi ) 64 Kbps 36<br />
Total 226<br />
Officers nominated to receive the above modems will be<br />
Dy.CNM/FOIS of respective <strong>Railway</strong>s
ANNEXURE-F<br />
Technical Specifications <strong>for</strong> 64 Kbps Modems ( V.35 & G.703 )<br />
The modems should con<strong>for</strong>m either to TEC Specifications no. IR/DCA – 18/02, June<br />
1999 or to TEC Specifications no. IR/DCA – 18/03, Feb 2002 (in which case<br />
specifications pertaining to IEEE 802.3 Ethernet 10/100 Base Tx Interface viz. Clause<br />
no. 2.1(iv), 2.3 & 7(v) of the TEC specifications are not applicable ) with the<br />
following qualifications/addendum.<br />
1) Clause no. 2 : Digital Interface :<br />
a) Item 2.1 (iii) is not applicable<br />
b) Item 2.2 : Speed Support<br />
The speed/s supported at Digital Interface/s shall be with any<br />
combination of<br />
64 Kbps between 64 Kbps to 128 Kbps.<br />
2) Clause no. 7 : Items to be Specified in the Interface Approval Certification<br />
:<br />
a) Item 7(i) : Digital Interface/s supported in the equipment<br />
V.35 via 34-pin Female Connector with one modem<br />
G.703 interface with other modem in modem pair<br />
b) Item 7(ii) : Whether single pair, 2 pair or multi pair working<br />
2W unloaded twisted pair working<br />
c) Item 7(iii) : Highest bit rates of the digital interfaces supported<br />
The highest bit rate of digital interface supported shall be upto 128 Kbps<br />
d) Item 7(iv) : Maximum distance coverage<br />
On 0.5 mm diameter underground cable (unloaded), the modem should<br />
work upto a minimum of 5.5 kms of distance <strong>for</strong> 64Kbps data<br />
rate.<br />
3) Clause no. 8 : References :<br />
ITU – T recommendations K.21, G-703 and V.35 are applicable in this case.
4) The modem shall support following management / diagnostic features :<br />
a) Front Panel indications <strong>for</strong> PWR(Power), TD(Transmit Data), RD<br />
(Receive Data), TEST (To indicate test mode), DCD ( Data Carrier detect),<br />
Alarm / Error .<br />
b) i) Local Analog Loop Test ( <strong>for</strong> self test of modem)<br />
ii) Local Digital Loop Test ( to provide Loop test to the remote modem on<br />
local loop)<br />
iii) Remote Digital Loop Test ( to take Loop test from the remote modem<br />
on local loop) without requiring the manual assistance of any personnel<br />
at remote end<br />
c) Built in Bit Error Test using test pattern con<strong>for</strong>ming to ITU-T V.52<br />
(511 test pattern) or ITU-T O.152 (to enable testing of the modems and<br />
the local loop)<br />
5) In a modem pair, both the modems with V.35 & G.703 interface shall be<br />
operable on normal AC supply. However the G.703 modem shall be<br />
operable with 48 V DC supply, if so required<br />
6) Certification :<br />
Valid and duly attested copy of TEC approval certificate issued to the offered<br />
modem product <strong>for</strong> both V.35 & G.703 interface units.<br />
Acceptance Test Procedure <strong>for</strong> Modems :<br />
1. Physical Inspection and Testing <strong>for</strong> compliance to Item nos. 2, 4 & 5 of<br />
the technical specifications except Item 2(c) & 2(d) :-<br />
2. TEC approval certificate to verify compliance to Item nos. 1, 2(c), 2(d),<br />
3 & 6 of the technical specifications :-