Chennai Metro Rail Limited, Chennai 600107, India.
NIT No: CMRL/RS/12/2017
CMRL invites online tenders through e-procurement portal from reputed suppliers/licensed OEM on National
Competitive Bidding (NCB) under Single Stage Two bid system for the following work:-
1 Name of Work
Tender for supply, installation, testing & commissioning and training of
“Rolling Stock asset management system with automated download and
remote monitoring of on-board data for a fleet of 42 train sets”.
2
Details of Techno-Commercial
and Financial bid
Techno-Commercial Bid:-
i. Cost of tender document (By online transaction)
ii. EMD (By online transaction)
iii. Technical & Commercial documents with all Annexures.
Financial Bid:-
i. Price Schedule in Excel format.
3 Earnest Money Deposit
(EMD) Rs. 5,00,000 (Rupees Five Lakh only)
4 Tender validity 180 days from the date of opening of technical bid.
6 Duration of the contract
(completion period) 09 years
7 Opening of tender in e-
procurement portal 17.11.2017
8 Cost of Tender Documents
The cost of the tender document is INR.32,000/- (Indian Rupee Thirty Two
Thousand only) including GST, which is non-refundable and shall be paid
online through NEFT/RTGS to CMRL Bank Account mentioned in Sr.
No.11. The UTR no. is required to be filled in mandatory information for
eligibility of the bid (Annexure -6), and the same need to be signed and
submitted along with the Techno-Commercial Bids.
The Tender Documents can be downloaded from CMRL website
www.chennaimetrorail.org. & CPP portal
“http://eprocure.gov.in/eprocure/app”.
9 Tender Inviting Authority and
place for Pre – Bid meeting.
Director (Systems and Operations), Meeting schedule - 28.11.2017 at 11:30 hrs
Address - Chennai Metro Rail Limited. Admin Building, CMRL Depot,
Poonamallee High Road, (Adjacent to Koyambedu Metro Station),
Koyambedu, Chennai – 600107
Email – [email protected].
10 Last date for seeking
clarification (in writing) 28.11.2017 , till the end of the pre-bid meeting.
11
Last date for up-loading of
Tender document in
e-procurement portal
18.12.2017 upto 1400 hrs
12
Date and Time of Opening of
Tender (Techno-Commercial
Bid) in e-procurement portal
19.12.2017 at 1500 hrs
13
Bank Account details of
Chennai Metro Rail Ltd
i. Bank name : Corporation Bank, Ashok Nagar Branch, Chennai
ii. Account no: 510341000054264
iii. IFSC Code : CORP0000578
14 Bidders barred from bidding of
this tender:-
Single or JV under suspension, debarred, black-listed, by GOI, GOTN,
PSUs, Metro Rail Corporations, CMRL or whose contracts were terminated
as on date of submission of bid are ineligible to apply for this tender.
Note: If the date of submission of tenders happens to be a Public Holiday, then tender will be opened
on the next working day at the same venue and time.
Director (Systems and Operations),
Chennai Metro Rail Limited.
Page 1 of 79 Seal & Signature of Bidder with Date
CHENNAI METRO RAIL LIMITED
Tender No: CMRL/RS/12/2017
Date – 17.11.2017
TENDER FOR SUPPLY, INSTALLATION, TESTING & COMMISSIONING
AND TRAINING OF ROLLING STOCK ASSET MANAGEMENT SYSTEM
WITH AUTOMATED DOWNLOAD AND REMOTE MONITORING OF ON-
BOARD DATA FOR A FLEET OF 42 TRAIN SETS.
Chennai Metro Rail Limited
(A JV of Govt. of India and Govt. of Tamil Nadu)
CMRL Depot, Admin Building, Poonamallee High Road,
(Adjacent to Koyambedu Metro Station),Koyambedu,
Chennai – 600107.TamilNadu.
Page 2 of 79 Seal & Signature of Bidder with Date
INDEX
Sr. No. Description Page No.
1 Preamble 3-4
2 Instructions to Tenderers 5-6
3 General Conditions of Contract (GCC) 7-25
4 Special Conditions of Contract (SCC) 26-28
5 Technical Specifications 29-55
6 Disclaimer 56
7 Annexure -1 - Techno – Commercial bid -
covering letter 57-58
8 Annexure -2 - Joint bidding agreement 59-62
9 Annexure -3 - Power of attorney for signing of bid 63-64
10 Annexure -4 - Power of attorney for lead member
of consortium 65-66
11 Annexure -5 67
12 Annexure -6 - Mandatory Information for
Eligibility of the Bid 68-71
13 Annexure -7 - Undertaking by the bidder to conduct audit by CMRL.
72
14 Annexure -8 - Certification for non-engagement
of middlemen or agent 73
15 Annexure -9 - Checklist of details/documents to
be submitted 74
16 Annexure -10 - Initial filter criteria 75
17 Annexure -11 - Performance Bank Guarantee
Bond 76-77
18 Annexure -12 - Indemnity bond 78
19 Annexure -13 - Compliance Sheet 79
Page 3 of 79 Seal & Signature of Bidder with Date
PREAMBLE.
1. Central Public Procurement (CPP) portal: The procurement of goods and services for
CMRL will be done through e-procurement http://eprocure.gov.in/eprocure/app. This is
implemented to ensure free & fair vendor participation, and to ensure greater
transparency in procurement.
2. CMRL, Chennai Metro Rail and Chennai Metro wherever used means “Chennai Metro
Rail Limited, ( a Joint Venture of Govt. of India and Govt. of Tamil Nadu) with
Corporate Office at Admin Building, CMRL Depot, Poonamallee High Road,
( Adjacent to Koyambedu Metro Station), Koyambedu, Chennai- 600107.
3. “Contract” means and includes the invitation to tender, instructions to tenderers, tender,
acceptance of tender, General Conditions to Contract, Special Conditions of Contract,
particulars and the other conditions specified in the acceptance of tender and includes a
repeat order which has been accepted or acted upon by the Contractor and a formal
agreement, if executed;
4. Contractor:-The solution provider who supply, install, test, commission and implement
RSAMS in CMRL system.
5. “Contractor‟s Office”: The Contractor shall establish an office in Chennai and the
address with all contact details of the same may be communicated to CMRL. Whenever
change of his office is effected, the address of the changed location shall be advised to
CMRL without fail.
6. “Contract Value”: The total value quoted by the tenderer inclusive of all taxes, duties
and all other charges, and including the value of AMC for 8 years.
7. “Contractor's Understanding”: It is understood and agreed that the Contractor has, by
careful examination, satisfied himself as to the nature and location of the work, the
conformation of the ground, the character, quality and quantity of the materials to be
encountered, the character of equipment and facilities needed preliminary to and during
the progress of the works, the general and local conditions, the labour conditions
prevailing therein and all other matters which can in any way affect the provision of
RSAMS under the contract.
8. “Currency”: The currency for the purpose of the proposal shall be the Indian Rupee
(INR).
9. “EMD”: Earnest Money Deposit and means Tender Security.
10. “Language of Tender”: The tender prepared by the bidder and all correspondence and
documents relating to the tender shall be in English language. Submitted documents will
not be returned by CMRL to the bidder.
11. Law Governing the Contract: The contract shall be governed by the law for the time
being in force in the Republic of India.
12. “RSAMS” means Rolling stock asset management system with automated download and
remote monitoring of on-board data for a fleet of 42 Train sets.
Page 4 of 79 Seal & Signature of Bidder with Date
13. Service life of the system: This is the useful life of the complete RSAMS which is
expected to be 30 years.
14. “Notices and Instructions”: Any notice or instructions to be given to the contractor
under the terms of the contract shall be deemed to have been served on him if it has been
delivered to his authorized agent or representative at site or if it has been sent by
registered post to the office, or to the address of the firm last furnished by the contractor.
15. “Omissions and Discrepancies”: Should a tenderer find discrepancies in or omissions
from the drawings or any of the tender forms or should he be in doubt as to their
meaning, he should at once notify the authority inviting tenders who may send a written
instruction to all tenders. It shall be understood that every endeavor has been made to
avoid any error which can materially affect the basis of tender and successful tenderer
shall take upon himself and provide for the risk of any error which may subsequently be
discovered and shall make no subsequent claim on account thereof.
16. “Tenderer” or “Bidder” shall mean the person / the firm / co-operative or company
who tenders for the works with a view to execute the works on contract with the CMRL
and shall include their personal representatives, successors and permitted assigns.
17. “Tender Documents" means all documents whether containing words, figures or
drawings which are, before the delivery of the contractors tender and for the purposes of
his tender, issued to him by or on behalf of CMRL or embodied by reference in such
delivered documents or specified therein as being available for inspection by the
contractor.
18. Words importing the singular number shall also include the plural and vice versa where
the context requires and similarly men shall also include women and vice versa where
the context requires.
**********
Page 5 of 79 Seal & Signature of Bidder with Date
INSTRUCTIONS TO TENDERERS
1 This tender document encompasses the scope of work, eligibility criteria, selection procedure,
instructions, terms and conditions and other associated / related document(s) / Annexure(s).
2
This tender document does not purport to contain all the information that each bidder may
require. Bidders are requested to conduct their own investigation / analysis and to check the
accuracy, reliability and completeness of the information in this tender document before
participating in the tender process. CMRL makes no representation or warranty and shall incur
no liability under any law, statute, rules and regulations in this regard. Information provided in
this tender document is only to the best of the knowledge of CMRL.
3
Bidders shall read carefully the contents of this document and to provide the required
information. Each page of the tender document (including General Conditions of Contract),
Addendum (if any), Reply to Query (if any) and other submissions, along with submission of the
tender, shall be signed and stamped, as a token of acceptance of terms and conditions of the
tender. Any unsigned and unstamped document will not be considered for evaluation. Signature
is required to be done by the bidder himself / authorized signatory of the bidder for which a valid
Power of Attorney shall be enclosed. All documents shall be submitted in English Language.
4
Each tenderer shall submit only one tender either by himself, or as a partner in a joint venture, or
as a consortium. If a tenderer submits, or if any one of the partners in a joint venture, or any one
of the members of the consortium participates in more than one tender then all such tenders in
which the bidder has participated will be considered invalid.
5 Bidders should provide all the required techno-commercial and associated information and
attach supporting documents as earmarked / mentioned duly signed by the bidder / authorized
signatory of the bidder and attested by the certified auditors wherever required.
6
For any query from the bidder, CMRL reserves the right not to offer clarifications on any issue
raised in a query. No extension of any deadline will be granted if CMRL does not respond to any
query or does not provide any clarification. All queries related to this tender shall be
submitted in writing before or at the time of pre-bid meeting. No queries will be
entertained after the pre-bid meeting.
7
Bidders may clearly note the date and time of submission of tender. Late or delayed tenders will
not be accepted. Bidders are reminded that no supplementary material will be entertained by
CMRL and techno-commercial evaluation will be carried out only on the basis of submissions
received by CMRL by the date / time of the tender submission. However, CMRL may call for
any supplementary information, if required.
8
Techno-Commercial Evaluation will help to assess whether the bidder possesses the earmarked
techno-commercial / financial capabilities. Bidders will not be considered if they have a poor
performance record such as abandoning works, not following statutory requirements, financial
failure etc. CMRL reserves the right to approach previous clients of the bidders to verify /
ascertain bidder‟s performance.
9 Separate techno-commercial and financial bids are required to be submitted through online for
the tender.
10
Bidders shall note that CMRL will not discuss any aspect of the evaluation process. Bidders will
deem to have understood and agreed that no explanation or justification of any aspect of the
selection process will be given by CMRL and that CMRL's decisions are without any right of
appeal / litigation whatsoever. Applicants may note that the selection process will entirely be at
the discretion of CMRL.
Page 6 of 79 Seal & Signature of Bidder with Date
**********
11
Bidders will not be considered if they make any false or misleading representations in
statements / attachments. If any submission is found false or misleading, even at later stage i.e.
after completion of the tender process then also CMRL may annul the award, forfeit EMD (if
any held with CMRL) and Performance Security (if any available). Further the bidder may be
blacklisted for participation in any future tender(s) of CMRL.
12 CMRL will display the name of the successful bidder on CMRL‟s website & on CPP portal for
information of all concerned.
13
Bidders are advised to remain vigilant and monitor the website http://chennaimetrorail.org. &
“http://eprocure.gov.in/eprocure/app” for all updates on the tender document such as
addendum(s), reply to query, postponement of any schedule etc. No claims or compensation
will be entertained on account of the bidder having not read/noticed the updates.
14
In the event of the contractor backing out/violation of the contract in the midway without any
explicit consent of CMRL, the contractor will be liable for the recovery of higher rates vis-a-vis
contracted rates, which may have to be incurred by CMRL on procurement of said item by
alternative means.
15
Late/delayed tenders by any means shall not be accepted by CPP portal. Any other means of
tender submission will not be accepted by CMRL. It shall be the responsibility of the tenderer
to ensure that his tender is submitted on time before the deadline of submission through CPP
portal.
16
Eligibility to participate in tender:
i. Tenders are open to all eligible bidders. In order to submit the bid, the bidders have to get
themselves registered on-line on the e-procurement portal
(http://eprocure.gov.in/eprocure/app) with valid Class II/ III Digital Signature Certificate
(DSC) issued from any agency authorized by Controller of Certifying Authority (CCA),
Govt. of India.
ii. The on-line registration of the bidders on the portal will be free of cost and one time
activity only. If the bidder is an individual person then he should register himself under
“Individual” category and if the bidder is a proprietorship firm/partnership firm/Joint
venture/company/consortium then registration should be under “Corporate” category.
iii. The registration must be in the name of bidder, whereas DSC holder may be either bidder
himself or authorized person.
17
Enrolment:
To participate in e-procurement all vendors must enroll themselves with the CPP portal. The
procedure mentioned below is to be followed: a. Go to “http://eprocure.gov.in/eprocure/app” web site.
b. Click on “Click here to enroll”. It will take you to „ on line enrolment‟ screen.
c. Against User type, select either „individual‟ or „corporate‟.
d. Specify your log in ID, indicated in the application while applying for DSC.
e. Create your own password. Before creating, refer to‟ Password Policy‟ that appears on
the right side of the screen. Password should be in accordance with that policy.
f. Confirm the password once again.
g. Click on “Next”.
h. You will see a screen which will have several fields. Please fill as many fields as possible,
but keep in mind to fill all mandatory fields which are marked with an asterisk (*).
i. After entering the fields, click on “Submit”.
j. You will get a message that Log in ID registered successfully, that completes your entry.
Page 7 of 79 Seal & Signature of Bidder with Date
General Conditions of the Contract
1. Tender document:
1.1.
Tender for supply, installation, testing & commissioning and training of rolling
stock asset management system with automated download and remote
monitoring of on-board data for a fleet of 42 train sets. The tender herein after
shall be referred to as “RSAMS”.
1.2. General condition(s) and special condition(s) shall be read and understood
thoroughly consistent with the tender document.
1.3.
In the event of any ambiguity or conflict among general conditions, special
conditions and scope of work, the order of precedence shall be as follows;
i. Scope of work
ii. Special conditions of contract
iii. General conditions of contract
2. Detailed instructions on procedure of submission of bid:
2.1
The bidder shall submit the bids on line in the system available at the e-procurement
portal (http://eprocure.gov.in/eprocure/app). The bidder has to agree to the on-line
user portal agreement. Then only the system will permit the bidder to proceed further
in the system.
2.2
The bidder shall fill all mandatory fields indicated by an asterisk (*). All documents
indicated to be submitted in „cover details‟ are to be enclosed without fail. These
documents are to be uploaded only in .doc or .pdf or .jpg or .rar formats.
2.3
Price Bid:
a. The Price bid containing the Price schedule will be in excel format and the
bidder shall quote the rates, taxes & duties etc. for his offered services on this
excel file only. Where, any row or column is not applicable, the bidder has to
indicate „0‟ against this and no cells shall be left blank.
b. Lowest bidder shall be chosen from the Grand total quoted (cost of RSAMS
solution plus AMC for 08 years) inclusive of all taxes, duties and other charges.
c. The bidder may modify and resubmit the bid on-line, if he wishes so, before the
bid submission date and time.
d. The system will accept only the last submitted bid. Bidder can find out the
status of his tender on line, any time after opening the bids.
e. The bidder shall not rename the Price Schedule file or modify the format
while uploading in the system. The file name should be the same as the file
given in the tender.
f. All bids are to be submitted on-line on the website
(http://eprocure.gov.in/eprocure/app).
2.4 Withdrawal of bid: The bidder may withdraw already submitted bid before the bid
submission date and time.
Page 8 of 79 Seal & Signature of Bidder with Date
3. EMD - Earnest Money Deposit:
3.1
The EMD shall be made payable without any condition to the CMRL. An
amount of Rs. 5,00,000/- (Rupees Five Lakh only) is required to be paid online
through NEFT/RTGS to CMRL Bank Account, as bid security. The UTR no. is
required to be filled in Mandatory Information for eligibility of the bid
(Annexure -6) and same need to be signed and submitted along with the techno-
commercial bid.
3.2
All bidders (including those who possess NSIC, SSIC, etc. certificate holders) shall
submit proof of payment for EMD along with the bid documents. Any bid document
submitted without the EMD in the approved form shall be summarily rejected. No
interest is payable for the EMD amount.
3.3 Bid securities of the unsuccessful bidders will be returned on or before the 30
th day
after the award of the contract.
3.4 The successful bidder‟s bid security will be returned after signing of contract by
bidder & receipt of performance security.
3.5
The EMD may be forfeited: -
a. If the bidder withdraw/modify his tender during the period of tender validity.
b. In case of a successful bidder fails to: -
i. Furnish the necessary performance security within the prescribed time limit.
ii. Commence the work as per terms and conditions of the Tender/CMRL
instructions given in the Letter of Acceptance.
iii. Enter into the contract agreement within the time limit.
4. Authorized signatory and address of the contractor:
4.1
The signatory of the bidder shall attach an authorization certificate Annexure-3
mentioning:
a. The proprietor in case of “Sole Proprietor” firm or constituted attorney of such
sole proprietor.
b. One of the partners in the case of a “Partnership” firm/Consortium, in which
case he must have authority to refer to arbitration disputes concerning the
business of the partnership either by virtue of the partnership agreement or a
power of attorney.
c. In the absence of such authority all partners shall sign the tender document.
d. A director or the regional head in case of a limited company or an official of
requisite authority in the case of a Government institution, duly authorized by a
resolution of the Board of Directors.
4.2
The bidder whether sole proprietor, a limited company or a partnership
firm/consortium if they want to act through agent or individual partner(s) shall
submit along with the tender, a power of attorney duly stamped (Rs.100) and
authenticated by a Notary Public or by a Magistrate in favour of the specific person
whether he/they be partner(s) of the firm or any other person specifically authorizing
him/them to submit the tender, sign the agreement (Annexure-4) receive money,
compromise, settle, relinquish any claim(s) preferred by the firm and sign "No
Claim Certificate" and refer all or any disputes to arbitration.
Page 9 of 79 Seal & Signature of Bidder with Date
5. Tender opening& evaluation process:
5.1.
All quotations will be evaluated and compared based on the substantial
responsiveness to the technical specification and commercial conditions set out in
the bidding documents and fully conforming to the terms and conditions.
5.2. The tenderer has to completely fill all the spaces in price schedule in excel format
and upload the same as financial bid.
5.3.
The techno-commercial bids will be decrypted and opened online, on or after the
scheduled dates and time. Till such time, the bids will be only in the encrypted
form. After the scheduled time, the bids will be opened by stipulated bid openers
with their Digital Signature Certificates (DSC). The technical-bids shall be
evaluated based on the information furnished by bidders. If any clarification is
required from bidder, CMRL will seek such clarifications.
5.4.
After evaluation of technical-bids, only successful bidders who have participated in
the tender will be informed regarding the acceptance of their tender. Thereafter, a
system generated e-mail confirmation will be sent to the successful bidders
communicating the date and time of opening of price-bid
5.5.
The price-bid of the successful bidders (qualified in technical-bid) will be
decrypted and opened on-line, on or after the scheduled date and time by the bid
openers with their Digital Signature Certificates (DSC).
5.6. Techno-commercially qualified bids will be evaluated on the “Grand Total” as
specified in the price schedule.
5.7.
The system will generate a comparative statement. Therefore, all costs are to be
indicated in the price schedule format. The successful bidders will get the
information regarding the status of their financial bid and ranking of bidders on
website.
5.8. The purchase order will be issued to the lowest techno-commercially qualified
bidder subject to fulfilling other requirements specified in this tender document.
5.9. No representations will be entertained in the matter of selection of the L1 bidder.
5.10.
CMRL reserves the right to accept or reject any tender without assigning any
reason thereof at any stage. CMRL reserves the right to alter the conditions of the
tender schedule in appropriate cases, in the interest of CMRL.
5.11. CMRL reserves the right not to return back or disclose any documents that are
submitted along with this tender.
5.12.
If the submitted documents do not meet the tender requirements including checklist
as per Annexure 9, then the financial bid of the said bidder will not be considered
for opening.
Page 10 of 79 Seal & Signature of Bidder with Date
6. Eligibility criteria and evaluation criteria of bidders:
Sl.
No. Criteria
Documents to be
submitted
6.1
Average annual financial turnover during last 3 financial years
should be atleast Rs. 10,00,00,000/- (Rupees – Ten Crore Only).
Chartered Accountant
certified Balance Sheet &
Profit loss statement for
the year
2016 - 2017
2015 – 2016
2014 – 2015
6.2
Work Experience for Rolling Stock Asset Management System:-
During last 10 years ending last day of month previous to the one
in which applications are invited, bidder shall have any one of the
following experiences, either in India or abroad or both:-
The bidder should have successfully supplied and implemented the
Rolling Stock Asset Management System,
i. atleast in 17 train sets in three different
fleets/contracts/purchase orders.
OR.
ii. atleast in 21 train sets in two different
fleets/contracts/purchase orders.
OR.
iii. atleast in 33 train sets in a single fleets/contracts/purchase
orders.
Note: - The above system shall be working satisfactorily atleast
for a period of 4 years within the span of above mentioned 10
years.
Certificate (s) in the
given format
(Annexure -5 ) to be
produced duly signed by
the previous customer(s). Work Experience for Rolling Stock Remote Diagnostic system:-
During last 10 years ending last day of month previous to the one
in which applications are invited bidder should have any one of
the following experiences, either in India or abroad or both:-
The bidders should have successfully supplied and implemented
the Rolling Stock Remote Diagnostic System,
i. atleast in 17 train sets in three different
fleets/contracts/purchase orders.
OR.
ii. atleast in 21 train sets in two different
fleets/contracts/purchase orders.
OR.
iii. atleast in 33 train sets in a single fleets/contracts/purchase
orders.
Note: - The above system shall be working satisfactorily atleast
for a period of 4 years within the span of above mentioned 10
years.
6.3 A single order covering both the above mentioned eligible work experiences may also be
considered.
Page 11 of 79 Seal & Signature of Bidder with Date
6.4
Note:-
i. Relevant particulars of the tenderer for above mentioned eligibility criteria shall be
submitted in ANNEXURE -5 and ANNEXURE -6 (format-1).
ii. In case of Joint venture /Consortium/Partnership, atleast one of the partners/ members
should have required work experience as above.
iii. The documents having the value, other than INR, will be converted and considered for
evaluation as per the exchange rate applicable on tender opening date .
6.5
Legal Status of the Bidder (Who can apply):-
a. The bidder shall be a legally qualified person as per Indian Contract Act 1872. The Bidder
shall be either an individual or a Company incorporated under the Companies Act 1956 or
a Partnership Firm registered under the Partnership Act, 1932 or a group of entities (the
„Consortium‟) coming together to render desired services under and/or in relation to the
contract.
b. A bidder may be a Private Entity, Government owned entity, or any combination of them
with all members of the consortium having a prior written arrangement viz. Joint Bidding
Agreement (Annexure-2) or an existing agreement of a Joint Venture/Consortium.
c. The said arrangement of the Members of Consortium shall not be for less than three (3)
years and shall subsist during the term of the contract.
7. Additional mandatory requirements:
7.1
All other mandatory requirements have been enlisted at Annexure -6 of the bid
document. This includes Permanent Account Number, GST Registration, ESIC(if
applicable) and PF Registration (if applicable), undertaking by the bidder to conduct
audit by CMRL at any time within the contract period (Annexure -7).
7.2
The bidder should have been a profit making entity for the preceding three financial
years in which the annual turnover is calculated (Copy of statement of Profit and
Loss Account certified by Chartered Accountant for each of the three financial years
to be enclosed (Annexure-6 – Format-1).
7.3 Undertaking by the bidder for compliance as per compliance sheet in Annexure -13.
8. Consortium:
Bids submitted by a consortium must comply with the following requirements:
8.1
The consortium shall furnish a Joint Bidding Agreement (Annexure-2) in non-
judicial Stamp Paper of minimum Rs. 100/- as per the format provided in this
document, which shall be legally binding on all the members.
8.2 The number of consortium members shall not exceed three.
8.3 The joint bidding agreement for the consortium shall state the responsibility regarding
the techno-commercial and financial arrangements in respect of each member in the
consortium.
8.4
The members of the consortium shall nominate one member as the “Lead Member”
to act on behalf of the others as their representative to apply/bid for the award of the
tender. This authorization shall be evidenced by submitting a Power of Attorney
signed by legally authorized signatories of all the members as per format shown in
this document (Annexure-4).
8.5 No change in the composition of a consortium shall be permitted after submission of
bid.
Page 12 of 79 Seal & Signature of Bidder with Date
8.6 A company or a firm can be a member in only one consortium. If a company or a firm
participates in more than one bid, all bids of which it is a part shall be summarily
rejected.
8.7 All members of the consortium shall be jointly and severally liable, for the
obligations and responsibilities entailed by the contract agreement.
8.8
In the event of death of lead partner or other partner during the tenure of the contract,
the legal heirs shall be permitted to continue for the unexpired period of contract, with
the approval of CMRL. In the event of any of the partner withdrawing from the
consortium, the contract will stand terminated.
8.9 Atleast one member of the consortium shall have a registered office or a group
company office or a representative office in India as per Indian Companies Act - 1956
and shall have been in existence for at least 12 months.
8.10 All the members of the consortium shall comply with all the conditions of this
contract.
9. Fraud and corrupt practices:
9.1
The bidders and their respective officers, employees, agents and advisers shall
observe the highest standard of ethics during the bidding process and subsequent to
the issue of the LOA and during the subsistence of the contract agreement.
Notwithstanding anything to the contrary contained herein, or in the LOA or the
contract agreement, CMRL may reject a bid without being liable in any manner
whatsoever to the bidder if it determines that the bidder, has directly or indirectly or
through an agent, engaged in corrupt practice, fraudulent practice, coercive practice,
undesirable practice or restrictive practice in the bidding process.
9.2
In such an event, CMRL shall
a. forfeit and appropriate the Bid Security and/or Performance Security, as
determined by CMRL, without prejudice to any other right or remedy that may
be available to CMRL hereunder or otherwise.
b. debar the bidder to participate in any bid issued by CMRL for a period of 5
(five) years from the date of occurrence of such event.
9.3
For the purposes of this Clause 9.1 the following terms shall have the meaning
hereinafter respectively assigned to them:
a.“Corrupt practice” means
i. the offering, giving, receiving, or soliciting, directly or indirectly of anything of
value to influence the actions of any person connected with the bidding process
(for avoidance of doubt, offering of employment to, or employing, or engaging
in any manner whatsoever, directly or indirectly, any official of CMRL who is
or has been associated in any manner, directly or indirectly, with the bidding
process or the LOA or has dealt with matters concerning the contract agreement
or arising thereof, before or after the execution thereof, any time prior to the
expiry of one year from the date such official resigns or retires from or
otherwise ceases to be in the service of CMRL, shall be deemed to constitute
influencing the actions of a person connected with the bidding process) ; or
i. engaging in any manner whatsoever, whether during the bidding process or after
the issue of the LOA or after the execution of the contract agreement, as the
case may be, any person in respect of any matter relating to the award of
contract or the LOA or the contract agreement, who at any time has been or is a
Page 13 of 79 Seal & Signature of Bidder with Date
legal, financial or Techno-Commercial adviser of CMRL in relation to any
matter concerning the award of contract.
b. “Fraudulent practice” means a misrepresentation or omission of facts or
suppression of facts or disclosure of incomplete facts, in order to influence the
bidding process.
c.“Coercive practice” means impairing or harming or threatening to impair or harm,
directly or indirectly, any person or property to influence any person‟s participation
or action in the bidding process.
d. “undesirable practice” means
i. establishing contact with any person connected with or employed or engaged by
CMRL with the objective of canvassing, lobbying or in any manner influencing
or attempting to influence the bidding process ; or
ii. having a conflict of interest ; and
e. “Restrictive practice” means forming a cartel or arriving at any understanding or
arrangement among bidders with the objective of restricting or manipulating a full
and fair competition in the bidding process.
10. Default:
If the contractor
10.1 has abandoned the contract; or
10.2
is not executing the service in accordance with the contract or is persistently or
flagrantly neglecting to carry out his obligations under the contract, then CMRL, after
giving 7 (Seven) days‟ notice in writing to the contractor, may expel the contractor
from the premises without thereby releasing the contractor from any of his other
obligations or liabilities under the contract.
11. Bankruptcy:
CMRL may at any time by notice in writing summarily terminate the contract without
compensation on any of the following events:-
11.1
If the contractor shall at any time be adjudged bankrupt, or shall have a receiving
order or order for administration of his estate made against him or shall instigate any
proceedings for liquidation or composition under the relevant legislation for the time
being in force, or make any conveyance or assignment of his effects or composition
or arrangement for the benefit of his creditors, or purport so to do; or
11.2
If the contractor, being a company, shall pass a resolution, or the court shall make an
order for the liquidation of its affairs, a Receiver on behalf of the creditors shall be
appointed. Provided always that such determination shall have not prejudice or affect
any right of action or remedy which shall have accrue thereafter to CMRL.
11.3
In either of the cases or in any other case where in the opinion of CMRL, the
contractor is performing his duties unsatisfactorily, CMRL may employ and pay
another contractor to carry out and complete the work and may purchase all materials
necessary for the carrying out of the work. In such cases, the value of the work done
shall be assessed by CMRL and CMRL shall have the right to recover such sums
from the contractor.
Page 14 of 79 Seal & Signature of Bidder with Date
12. Labour laws, Provident Fund, ESI, etc:
12.1 The contractor shall obtain all applicable legal licenses and approvals before the
commencement of work.
12.2 The staff engaged by the contractor, if any, shall at no stage have any claim for
employment in CMRL.
12.3
In the case of delay/default in payment of contribution under ESI Scheme and EPF
Scheme, besides the recovery of the amounts due by the contractor towards their
contribution, penal interest and / or damages as may be levied by the ESI or PF
Authorities, a penalty of 20% of the above amount would also be levied and
recovered from their security deposit. In the event of cessation of the contract due to
any reason whatsoever, the security deposit shall be refunded only after due
satisfaction as regards the above payments.
12.4
If contract labours are deployed for execution of the said work, the contractor shall
produce certificate of Registration from the department of labour for engaging such
contract labours.
13. Injury to persons:
13.1
The contractor shall be solely liable for and shall indemnify CMRL in respect of any
liability, loss, claim or proceeding whatsoever, arising under any legislation in
respect of personal injury to or the death of any person whomsoever arising out of or
in the course of or caused by the execution of the work whether or not due to his
negligence and shall effect adequate insurance cover in respect of such risks and shall
furnish CMRL with a copy of the insurance policy.
14. Tender requirements:
For the purpose of selection of contractor, the tender document is divided into two parts viz. the
Techno-Commercial Bid and the Financial Bid. The requirements for Techno-Commercial Bid are
as under: -
14.1
The bidder shall enclose (lead member in case of consortium) a copy of the tender
document duly signed and stamped. All other associated / required documents to be
duly numbered, signed and stamped.
14.2 Power of attorney in the name of authorized signatory, in case the documents are
signed by the authorized signatory of the bidder.
14.3
Each bidder (each member in the case of a consortium) shall be required to confirm
and declare (in Annexure-8 ) with the tender submission that no agent, middleman or
any intermediary has been, or will be, engaged by them to provide any services, or
any other items or works related to the award and performance of the contract.
14.4
The bidder shall be required to enclose self-attested documents, as in Annexure-6
along with the Techno-Commercial Bid. The bidder shall be required to enclose the
check list as in Annexure-9 of this tender document.
14.5
The bidder shall submit the initial filter criteria (Annexure-10) duly filled in, on the
letter head of its company (each member in case of consortium).Bidder has to first
qualify the initial filter criteria in order to be eligible for evaluation of their techno-
commercial bid.
Page 15 of 79 Seal & Signature of Bidder with Date
15. Tender clarification process: query from bidders:
15.1
If the bidder for any reason, whatsoever, be in doubt about the meaning of anything
contained in the tender document, he may seek clarifications in the form of query, in
writing, from the Director (Systems and Operations), as per schedule given in the
Notice Inviting Tender. Reply to query, if any given by CMRL, shall form part of the
tender document.
15.2 All queries related to this tender shall be submittedin writing before or at the time of
pre-bid meeting. No queries will be entertained after the pre-bid meeting.
15.3
Except for written clarifications (Reply to query(s)) from the Director (Systems and
Operations), which is expressly stated to be an addendum to the tender document
issued by CMRL, no written or verbal communication/ presentation/explanation by
any other employee of CMRL shall be taken to bind or fetter CMRL under the
tender/contract.
16. Cost of tendering:
16.1
The bidder shall bear all costs associated with the preparation and submission of his
tender and CMRL will in no case be responsible or liable for these costs, regardless
of the conduct or outcome of the tendering process.
17. Tender validity:
17.1
The tender shall remain valid and open for acceptance for a period of 180 days from
the date of opening of technical bid. In exceptional circumstances, prior to the expiry
of the tender validity period, CMRL may request the bidders for a specified extension
in the period of tender validity. The request and the response thereto shall be made in
writing or by telefax. Bidders may refuse the request without forfeiting their EMD.
Bidders agreeing to the request for extension of tender validity period shall not be
permitted to modify their tender but will be required to extend the validity of the
period of the EMD correspondingly.
18. Tender prices:
18.1
The contract shall be for the whole work described in technical specification/ scope
of work. The bidder is required to quote his rates taking into account all the terms and
conditions of the tender, including cost of AMC.
18.2
The prices shall be quoted in Indian Rupee (INR) with delivery of item at CMRL,
failing which the bid would be rejected. The rates quoted by the bidder shall be fixed
for the duration of the contract and shall not be subject to adjustment on any account.
18.3
The bidder shall quote his rates inclusive of all taxes, duties, royalties, statutory
minimum payments/contributions to be paid to and/or on behalf of the manpower
supplied by the bidder, overheads, insurance, cost incurred for obtaining various
licenses as per statutory requirements, etc.
18.4 GST as applicable will be reimbursed by CMRL based on submission of proof in
original by the contractor.
18.5 Conditional bids will be summarily rejected.
Page 16 of 79 Seal & Signature of Bidder with Date
19. Other tender guidelines:
19.1 CMRL reserves the right not to proceed with the tender process at any time without
any notice, justification or liability.
19.2
All tenders, documents and other information submitted by the bidders to CMRL
shall become the property of CMRL. Bidders shall treat all information furnished as
strictly confidential. CMRL will not return any submission.
19.3 The tender is not transferable under any circumstances.
19.4 Telegraphic, conditional or incomplete tenders will not be accepted. Canvassing of
any kind, direct or indirect, shall lead to disqualification of the bidder.
19.5 Tender in any form other than the prescribed format issued by CMRL will not be
entertained and will be summarily rejected.
19.6
Tenders with revised / modified rates / offer after opening of the tender shall be
summarily rejected. In such a case, CMRL may forfeit the Earnest Money Deposit
submitted with the tender.
19.7 CMRL may not consider bidders who have poor performance records such as
abandoning works, not following statutory requirements, financial failure, etc.
19.8
Bidders are advised to submit only one tender either by themselves, or as a partner in
a joint venture, or as a consortium. If a bidder, or if any one of the partners in a joint
venture, or any one of the members of the consortium participates, submits more than
one tender, all the tenders in which the bidder has participated shall be considered
invalid.
20. Award of tender:
20.1.
CMRL in its sole discretion and without incurring any obligation or liability,
reserves the right, at any time, to:
i. suspend and / or cancel the bidding process and / or amend and / or
supplement the bidding process or modify the dates or other terms and
conditions relating thereto.
ii. consult with any bidder in order to receive clarification or further
information.
iii. retain any information and / or evidence submitted to CMRL by, on behalf
of, and / or in relation to any bidder; and / or
iv. independently verify, disqualify, reject and / or accept any or all submissions
or other information and / or evidence submitted by or on behalf of any
bidder.
20.2
It shall be deemed that by submitting the bid, the bidder agrees and releases CMRL,
its employees, agents and advisers, irrevocably, unconditionally, fully and finally
from any and all liability for claims, losses, damages, costs, expenses or liabilities in
any way related to or arising from the exercise of any rights and / or performance of
any obligations hereunder and the bidding documents, pursuant hereto, and / or in
connection with the bidding process, to the full extent permitted by applicable law,
and waives any and all rights and / or claims it may have in this respect, whether
actual or contingent, whether present or in future. 20.3 The disclaimer as stated in this document shall be deemed to be the part of this
document.
20.4 The selected bidder shall have to execute a contract agreement with CMRL.
20.5 CMRL will award the contract to bidder whose bid has been determined to be
substantially responsive, techno-commercially and financially suitable, complete and
in accordance with the tender document.
Page 17 of 79 Seal & Signature of Bidder with Date
20.6
Responsive bid is one that conforms to all the terms, conditions, and specifications
of the tender documents without material deviations, exceptions, objections,
conditionality or reservation
a. one that limits in any substantial way the scope, quality, or performance of the
product/material/service.
b. that limits, in any substantial way that is inconsistent with the tender documents,
CMRL rights or the successful bidders‟ obligations under the contract; and
c. one that the acceptance of which would unfairly affect the competitive position of
other bidders who have submitted substantially responsive bids. If a bid is not
substantially responsive, it will be rejected by CMRL and may not subsequently be
made responsive by the bidder by correction of the nonconformity.
20.7
CMRL‟s determination of bid responsiveness will be based on the contents of bid
itself and any written clarifications sought by CMRL in writing, the response to
which shall also be in writing and no change in rates shall be sought, offered or
permitted.
20.8
In case, two or more techno-commercially qualified bidders quote the same amounts
in the financial bid/commercial bid which is the Lowest (L1), then the tender would
be awarded to the bidder who has the highest/higher average annual turnover for the
last 3 financial years.
20.9 Prior to the expiry of the period of tender validity, CMRL will notify the successful
bidder in writing, either through Letter of Intent or Letter of Acceptance, that his
tender has been accepted.
21. Letter of Acceptance (LOA):
21.1
The Letter of Acceptance would be sent in duplicate to the successful bidder, who
will return one copy to CMRL duly acknowledged, signed and stamped by the
authorized signatory of the bidder, as an unconditional acceptance of the Letter of
Acceptance, within seven days from the date of issue of LOA.
21.2
Letter of Acceptance shall communicate the sum which the CMRL would pay to
the contractor during various stages of the contract period, as chalked out in the
terms and conditions of the contract, in consideration of the execution / completion
of the works by the contractor as prescribed in the contract agreement (hereinafter
called 'the Contract Price').
21.3 No correspondence will be entertained by CMRL from the unsuccessful bidders.
21.4 Upon Letter of Acceptance being signed and returned by the successful bidder,
CMRL will promptly notify the unsuccessful bidders and return their EMD thereof.
22. Cancellation of Letter of Acceptance:
22.1
After issuance of the Letter of Acceptance, in case, the successful bidder fails to
commence the work, for whatsoever reasons, as per terms and conditions of tender
then the LOA shall be cancelled and the EMD will be forfeited in favour of CMRL.
22.2
CMRL will reject the tender or rescind the contract if CMRL determines that the
bidder / contractor or the employees deployed by the contractor for the performance
of services are engaged in corrupt or fraudulent practices or other immoral activity.
22.3
CMRL will declare a contractor ineligible, either indefinitely or for a stated period
of time, to be awarded a contract(s) if it at any time determines that the contractor
has engaged in corrupt or fraudulent practices in competing for or in executing the
contract.
22.4 The successful bidder/contractor shall apprise CMRL through Chief Vigilance
Officer, CMRL of any fraud/suspected fraud as soon as it comes to their notice.
Page 18 of 79 Seal & Signature of Bidder with Date
Contractor shall be debarred from disputing the correctness of the items covered by
"No Claim" Certificate or demanding a clearance to arbitration in respect thereof.
23. Performance security:
23.1 To ensure due performance of the contract, performance security is to be given from
any Scheduled Bank in India by the successful bidder who is awarded the contract.
23.2
Performance security will be 10% of the contract value. Performance security may
be furnished in the form of an account payee demand draft payable in Chennai from
any Scheduled Bank in India, in favour of “Chennai Metro Rail Limited” or
irrevocable bank guarantee in a prescribed format
23.3
Within 21 days from the issue of LOA by CMRL, the successful bidder shall
furnish the performance security in accordance with the conditions of contract as per
the prescribed format(Annexure -11).
23.4
Performance security shall remain valid for a period of 06 months beyond the date
of conditional acceptance by CMRL. No interest will be paid for the performance
security during the validity period.
23.5
The proceeds of the performance security shall be payable to the CMRL as
compensation for any loss resulting from the contractor‟s failure to complete his
obligations under the contract.
23.6
Failure of the successful bidder to submit the required performance security shall
constitute sufficient grounds for the annulment of the award of the tender and
forfeiture of the EMD.
23.7
Further, as and when contract value increases, as a result of ordering RSAMS for
additional Train Sets, the contractor shall be required to deposit additional
performance security so as to ensure 10% of contract value with CMRL, at all times.
24. Signing of contract agreement:
24.1 CMRL shall prepare the contract agreement, duly incorporating all the terms and
conditions of the tender.
24.2 For the purpose of preparing the contract agreement, the successful bidder shall be
required to deposit 2 Non Judicial Stamp Papers each of Rs.100 value.
24.3
Prior to signing of the contract agreement, the successful bidder shall be required to
submit the following, within 21 days of award of Letter of Acceptance:-
i. Performance security
ii. Commercial General Liability insurance and
iii. Professional Indemnity Insurance
24.4 The contract agreement shall require to be executed within thirty days (30) from
the date of issue of the Letter of Acceptance.
Page 19 of 79 Seal & Signature of Bidder with Date
25. Confidentiality:
25.1
The contractor shall take all precautions not to disclose, divulge and / or
disseminate to any third party any confidential information, proprietary information
on the CMRL‟s business or security arrangements (including but not limited to the
assignment instructions, schedules and other subsequent agreements) and/or
business of the CMRL. The obligation is not limited to any scope and the contractor
shall be held responsible in case of breach of the confidentiality of CMRL‟s
information.
25.2
If the contractor receives enquiries from Press / News / Media/ Radio / Television
or other bodies / persons, the same shall be referred by the Contractor to CMRL
immediately on receipt of such queries and shall not divulge any information.
26. Damage to CMRL property or private life and property:
26.1
The contractor shall be responsible for all risk to the work and for trespass and shall
make good at his own expense all loss or damage whether to the works themselves or
to any other property of the CMRL or the lives, persons or property of others from
whatsoever cause in connection with the works until they are taken over by the
CMRL and this although all reasonable and proper precautions may have been taken
by the Contractor, and in case the CMRL shall be called upon to make good any
costs, loss or damages, or to pay any compensation, including that payable under the
provisions of the Workmen's Compensation Act or any statutory amendments thereof
to any person or persons sustaining damages as aforesaid by reason of any act, or any
negligence or omissions on the part of the Contractor; the amount of any costs or
charges including costs and charges in connection with legal proceedings, which the
CMRL may incur in reference thereto, shall be charged to the Contractor. The CMRL
shall have the power and right to pay or to defend or compromise any claim of
threatened legal proceedings or in anticipation of legal proceedings being instituted
consequent on the action or default of the contractor, to take such steps as may be
considered necessary or desirable to ward off or mitigate the effect of such
proceedings, charging to contractor, as aforesaid, any sum or sums of money which
may be paid and any expenses whether for reinstatement or otherwise which may be
incurred and the propriety of any such , defense or compromise, and the incurring of
any such expenses shall not be called in question by the contractor.
26.2 In all above such cases the liability of the contractor shall not exceed 10% percentage
of the contract value.
27. Right of way:
27.1
Right of way (within CMRL land) to the work site will be provided to the contractor
and his employees. They shall always carry their photo identity card jointly signed by
the contractor and authorized signatory of CMRL
28. Co-ordination with other contractors:
28.1
The contractor for this package shall plan and execute work in coordination and in
co-operation with other contractors working for operation and maintenance of rolling
stock in CMRL.
Page 20 of 79 Seal & Signature of Bidder with Date
29. Specifications:
29.1
The technical specifications also form part of this tender. The contractor shall
promptly inform CMRL of any error, omission, fault and other defects in the
specifications, which are discovered when reviewing the tender documents.
30. Payment:
30.1
All the claims shall be approved by the competent person of CMRL. The payment
will be effected within 21 days of submission of claim after due deductions of all
statutory payments, taxes, penalties and other applicable deductions. Mobilisation
advance shall not be paid to the contractor. Tax deduction at source shall be made by
CMRL as per the provisions of the statutes/acts of statutory bodies/local authorities
etc., except when the contractor prior to release of payment submits valid and
complete documents for tax exemption.
30.2 The bills shall be paid only if it is certified by a competent official of CMRL
regarding satisfactory performance of the billed work.
30.3 It is mandatory to maintain all statutory documents at any point of time and the
documents and records shall be made available for inspection by CMRL officials or
by any other official authorised by CMRL, at any point of time.
30.4 The payment for the billed work will be released only through NEFT/RTGS and the
contractor has to provide the bank account details for the same.
30.5.Schedule of payments:-
S. No KD# Description Key Timeline Percentage
of Payment
1 KD #1 After approval of Design documents by
CMRL
Contract Signing
Date + 45 days
15% of the
contract
value
2 KD #2 Supply & installation of On board
diagnostic hardware in all 42 Train sets.
Contract Signing
Date + 4 months
20% of the
contract
value
3 KD #3 Automated downloading of Live
Data/Logs from 42 train sets and its sub
systems into server
Contract Signing
Date + 6 months
15% of the
contract
value
4 KD #4
Delivery for User Acceptance Testing of 1. Implementation of Asset
management software and uploading the
job card/work order history given by
CMRL 2. Maintenance process
implementation fully conforming to
technical specification through Asset
management software.
Contract Signing
Date + 7 months
15% of the
contract
value
Page 21 of 79 Seal & Signature of Bidder with Date
5 KD #5
Delivery for User Acceptance Testing of
1. Implementation of Stores
management software and Generating &
pasting the barcodes for Rolling stock
sub systems and spares given by CMRL.
2. Completion of all necessary
Interfaces with Asset management
software
3. Downloads logs from four way
side HABD systems
4. Downloads logs from two
handheld wheel profile measuring
devices (calipri)
5. Download logs from one
automatic train wash plant.
Contract Signing
Date + 8 months
15% of the
contract
value
6 KD #6 Four weeks Training to CMRL team KD #5 Date + 1
months
5% of the
contract
value
7 KD #7 Go Live of Entire Project- Upon issue of
Acceptance certificate by CMRL.
Contract Signing
Date + 11 months
15% of the
contract
value
31. Security measures:
31.1
Security arrangements for the work shall be in accordance with general requirements
and the contractor shall conform to such requirements and shall be held responsible
for the action or inaction on the part of his staff/employees. A fine of Rs.5000/-on
each event shall be imposed on the contractor plus recovery of cost of material in
addition to the police action against the contractor staff if any employee of contractor
is caught stealing CMRL property. Decision of CMRL shall be final.
31.2
Contractor‟s employees and representatives shall wear Identification Badges (cards),
helmet, gum boots and other safety/protection wear as directed by CMRL, and to be
provided by the Contractor. Badges shall identify the contractor and show the
employee‟s name and number and shall be worn at all times while on duty.
31.3 All vehicles used by the Contractor shall be clearly marked with the Contractor‟s
name and logo.
32. Carriage of materials:
32.1 No contractor‟s materials shall be carried through metro trains
33. Facilities for inspection:
33.1
The contractor shall afford CMRL and its representative every facility for entering in
and upon every portion of the work at all hours for the purpose of inspection or
otherwise and shall provide all labour, materials and things of every kind required for
the purpose and the CMRL and its representative shall at all times have free access to
every part of the works and to all places at which materials for the works are stored
or being prepared.
Page 22 of 79 Seal & Signature of Bidder with Date
34. Safety of public/staff:
34.1
The Contractor shall be responsible to take all precautions to ensure the safety of the
public and staff whether on public or CMRL property and shall comply with
regulations appertaining to the work.
34.2
The contractor shall ensure that his men are always being well-behaved and they do
not involve in eve teasing and do not cause sexual harassment of women anywhere.
Offenders shall be punishable under various provisions of The Sexual Harassment of
Women at Work place (Prevention, Prohibition and Redressal) Act, 2013 (14 of
2013).
35. Workmanship and testing:
35.1
The whole of the work specified and provided in the contract or that may be
necessary to be done in order to form and complete any part thereof shall be executed
in the best and most substantial practice, agreeable to the particulars contained in or
implied by the technical specifications and as referred to in and represented by the
drawings or in such other additional particulars, instructions and drawings may be
found requisite to be given during the carrying on of the services and to the entire
satisfaction of CMRL according to the instructions and directions which the
contractor may from time to time receive from CMRL
36. Indemnity by contractor:
36.1
The contractor shall indemnify and save harmless the CMRL from and against all
actions, suit, proceedings, losses, costs, damages, charges, claims and demands of
every nature and description brought or recovered against the CMRL by reason of
any act or omission of the contractor, his agents or employees, in the execution of the
works or in his guarding of the same. All sums payable by way of compensation
under any of these conditions shall be considered as reasonable compensation to be
applied to the actual loss or damage sustained, and whether or not any damage shall
have been sustained.
36.2 The indemnity bond shall be in non-judicial Stamp Paper of minimum Rs.100/- value
as per the format given in Annexure-12.
37. Insurances:
37.1
During the term of this agreement, the contractor shall obtain and maintain at his own
expense, adequate insurance with regards to all its obligations under this agreement
including Commercial General Liability (CGL) Insurance, which is 5% of contract
value covering bodily injury or death suffered by third parties (including the CMRL‟s
Personnel) and loss of or damage to property (including the CMRL‟s property),
Professional Indemnity Insurance, which is 3% of contract value covering for the
financial consequences of professional negligence, following a breach of professional
duty by way of neglect, error or omission and workmen compensation(if applicable)
in accordance with the statutory requirements applicable in the country where the
facilities or any part thereof is executed.
Page 23 of 79 Seal & Signature of Bidder with Date
37.2
The CMRL‟s name shall be mentioned under all insurance policies taken out by the
contractor except for Workmen Compensation Insurance. The Contractor‟s
Subcontractors name(if any) also to be named under all the insurance policies taken
out by the contractor.
38. Date of Delivery:
38.1
The date specified in the contract for the delivery of the RSAMS shall be deemed to
be the essence of the contract and delivery must be completed not later than the dates
so specified.
38.2
Failure and Termination
If the contractor fails to deliver the complete RSAMS solution within the period fixed
for such delivery in the contract or at any time repudiates the contract before the
expiry of such period, the CMRL may without prejudice to its other rights:-
a. Recover from the contractor as agreed Liquidated Damages(LD) as follows:
S.
No KD# Description
Key
Timeline Applicable LD
1 KD #1 After approval of Design
documents by CMRL
Contract
Signing
Date + 45
days
1% of the KD1 value
inclusive of all, for every one
week delay. If the delay is less
than seven days, it will be
considered as one week.
2 KD #2
Supply & installation of On
board diagnostic hardware in
all 42 Train sets at CMRL
depot.
Contract
Signing
Date + 4
months
1% of the KD2 value
inclusive of all, for every one
week delay. If the delay is less
than seven days, it will be
considered as one week.
3 KD #3 Live Data/Logs Downloading
from 42 train sets and its sub
systems into server
Contract
Signing
Date + 6
months
1% of the KD3 value
inclusive of all, for every one
week delay. If the delay is less
than seven days, it will be
considered as one week.
4 KD #4
Delivery for User Acceptance
Testing of 1. Implementation of Asset
management software and
uploading the job card/work
order history given by CMRL 2. Maintenance process
implementation (as per clause
2.1 of technical specification)
through Asset management
software.
Contract
Signing
Date + 7
months
1% of the KD4 value
inclusive of all, for every one
week delay. If the delay is less
than seven days, it will be
considered as one week.
5 KD #5
Delivery for User Acceptance
Testing of
1. Implementation of Stores
management software and
Generating & pasting the
barcodes for Rolling stock sub
Contract
Signing
Date + 8
months
1% of the KD5 value
inclusive of all, for every one
week delay. If the delay is less
than seven days, it will be
considered as one week.
Page 24 of 79 Seal & Signature of Bidder with Date
systems and spares given by
CMRL.
2. Completion of all
necessary Interfaces with Asset
management software
3. Download logs from four
way side HABD systems
4. Download logs from two
handheld wheel profile
measuring devices (calipri)
5. Downloading of logs from
one automatic train wash plant
6 KD #6 Four weeks Training to CMRL
team
KD #5 Date
+ 1 months
1% of the KD6 value
inclusive of all, for every one
week delay. If the delay is less
than seven days, it will be
considered as one week.
7 KD #7 Go Live of Entire Project
Contract
Signing
Date + 11
months
1% of the KD7 value
inclusive of all, for every one
week delay. If the delay is less
than seven days, it will be
considered as one week.
b. LDs‟ for different key dates shall be concurrently applied. There is no maximum limit in
levy of LDs‟ for delay in individual key dates. However, maximum limit for cumulative
LDs‟ for complete contract shall not exceed 10% of the total contract value.
c. When the maximum limit in levy of LDs‟ is penalized, CMRL may cancel the contract.
CMRL may purchase RSAMS from an alternate contractor at the risk and cost of the
defaulting contractor and any difference in cost of purchase shall be recovered from the
defaulting contractor.
39. Extension of date of delivery:
39.1
If such failure as in the aforesaid clause 38.2, shall have arisen from any cause
which the CMRL may admit as reasonable grounds for extension of time, the
CMRL shall allow such additional time as it considers to be justified by the
circumstances of the case and shall forego the whole or such part of loss or damage,
as it may consider reasonable. Any failure or delay on the part of sub-contractor
shall not be admitted as a reasonable ground for any extension of time or for
exempting the contractor from liability for such loss or damage as aforesaid.
40. Dispute resolution:
40.1
In the event of any dispute, controversy or claim of any kind or nature arising under
or in connection with this agreement between the parties (“Disputers”), the parties
shall firstly attempt to amicably resolve such disputes through the highest level of
negotiations and discussions.
40.2
In the event that disputes between the parties subsist beyond 30 days of negotiations
between the parties, then the dispute shall be settled as per the provisions of
Arbitration and Conciliation Amendment Act 2015. The dispute shall be referred to:
i. Arbitration by a Sole Arbitrator and he shall be appointed by the Functional
Page 25 of 79 Seal & Signature of Bidder with Date
Director of CMRL. The CMRL Officer/Individual to be appointed as arbitrator
however will not be one of those who had an opportunity to deal with the matters
to which the contract relates or who in the course of their duties as CMRL
servant have expressed views on all or any of the matters under dispute or
difference.
ii. In the event of the arbitrator dying, neglecting or refusing to act or resigning or
being unable to act for any reason, shall be lawful for the authority appointing
the arbitrator to appoint another arbitrator in place of the outgoing arbitrator in
the manner aforesaid.
iii. Subject as aforesaid, the Arbitration and Conciliation Act, 1996 and the rules
there under and any statutory modifications thereof for the time being in force
shall be deemed to apply to the arbitration proceedings under this clause.
iv. The venue of the arbitration shall be in Chennai.
v. In this clause the authority to appoint the arbitrator includes, if there be no such
authority, the officer who is for the time being discharging the functions of that
authority, whether in addition to other functions or otherwise.
40.3 The award passed shall be final and binding and both parties waive the right to appeal
or contest the arbitral award.
40.4 It is further clarified that during the resolution of the disputes, the contractor shall be
obligated for the continued performance of its obligations under the Agreement.
41. Force majeure:
41.1
In the event of any unforeseen event directly interfering with the operation of
contract arising during this agreement period; such as war, insurrection, restraint
imposed by the Government, act of legislature or other authority, explosion, act of
public enemy, acts of God, sabotage, etc., the contractor shall, within a week from the
commencement thereof, notify the same in writing to the CMRL with reasonable
evidence thereof. In such event of force majeure, the conditions of the contract will
not be enforced by either party. Further, if mutually agreed by both parties, the tenure
of this agreement may be further extended for the period during which contract was
not operational.
42. Annual Maintenance Contract (AMC):
42.1
The contractor shall ensure the product and services offered by him under this
contract are in par with the standards of best industry practices. However, the
contractor obliges CMRL to ensure trouble free performance of all the supplied
products (both hardware and software) during the complete period of AMC
from the date of acceptance by CMRL.
42.2 AMC is for all the items including hardware and software provided by the
contractor.
42.3 During AMC, any failure of hardware and/or software shall be rectified/replaced
by the contract or without any additional cost.
42.4 The contractor shall identify and stock necessary spares (Hardware & software)
at CMRL premises to support the AMC.
*********
Page 26 of 79 Seal & Signature of Bidder with Date
SPECIAL CONDITIONS OF THE CONTRACT
1.
The scope of work is for a fleet of 42 train sets. However, if any additional train
sets are provided by CMRL, the same RSAMS facility need to be extended to the
additional trains with additional cost as stated in the price schedule.
2.
CMRL reserves the right to provide additional trains till the end of three years from
the date of signing of contract agreement. However, the maximum number of trains
offered additionally will not exceed 10 train sets.
3.
The payments will be made by CMRL as per the schedule of payments as described
in clause 30.5 of General Conditions of Contract.
4.
The contractor has to quote in Price Schedule for the complete scope of work for
42 train sets and consistent with the technical specifications.
5.
All data received from trains and that are available in the RSAMS solution need to
be stored in the server to be installed at CMRL. RSAMS including its on board
equipment shall not have any recurring costs other than the cost of AMC.
6.
The AMC shall cover for all software and hardware of the RSAMS including the
onboard equipment, servers and any other implements related to the system.
7.
The software used shall not involve payment of any licensing charges or any other
charges whatsoever, throughout the life cycle of the system.
8. The software user licenses shall not be restricted on the number of participants or
users of the solution.
9.
CMRL shall be capable of adding unlimited number of users at any role or capacity
to use the solution at any point of time throughout the life cycle of the system from
the time of purchase.
10.
The solution shall be capable of producing different user groups with specific
privileges. There shall be flexibility to change user groups and privileges by
CMRL.
11. The contractor shall quote for AMC charges applicable for all 42 trains and the
implemented systems. This AMC price shall be valid for a period of 08 years.
12. The solution shall be capable to run on hosted, on premise with portability of
license across any of the above, during the warranty / AMC period
13. The AMC charges do not vary with offering of additional train sets.
14.
The RSAMS shall be capable to capture data automatically from train and receive
train data in depot in real time. However, a maximum time lag of 5 seconds may be
permitted. The contractor shall prove that data can be viewed in depot within the
maximum allowed time of 5 seconds.
15.
After testing and commissioning, the solution will be used by CMRL for a period
of three months called stabilization period during which no major problems on
functionality and utility shall be encounted.
16.
If any problem crops up during stabilization period the contractor shall promptly
correct it. The stabilization period of three months will re-start from the date of
correction.
17. The decision to categorize any problem as “major or minor” vests with CMRL.
18.
The stabilization period will only end if there are no major failures in the solution
for a continuous period of three months.
Page 27 of 79 Seal & Signature of Bidder with Date
19. After stabilization period, acceptance certificate will be issued by CMRL .
20. The Annual Maintenance Contract (AMC) is applicable for 08 years after
acceptance by CMRL. AMC starts from the date of issue of acceptance certificate.
21. The AMC cost shall be quoted for per year basis and uniformly applicable for all
08 years, with 05% increase from base price every year variation.
22.
During the period of 08 years of AMC, if the AMC services are not rendered to the
satisfaction of CMRL, the services shall be terminated at any point of time by
CMRL.
23.
The complete functionality of RSAMS shall not be affected whether the option of
AMC is exercised or not, by CMRL. The system shall continue to work without
any degradation in performance.
24. The payment for the Annual Maintenance Contract will be released by CMRL
after successful delivery of AMC services, quarterly.
25.
The AMC shall cover all the aspects of the RSAMS, namely:
On Board Diagnostic Data Acquisition Hardware on all 42 trains including
additional Trains, if any.
Software for Remote Diagnostics, Asset Management and Stores
Management.
All necessary Server hardware and its Operating system used by RSAMS.
Other on Premise Hardware used for Stores Management, Handheld devices, scanners, printers etc.
26.
The contractor shall identify and stock necessary critical hardware, software, all
other tools and spares in CMRL premises for immediate failure attention during
AMC period.
27.
In the event of hardware failure or malfunction requiring replacement, it shall be
completed within 30 minutes from the time CMRL provides the Rolling stock
access to the solution provider, either in depot or in mainline during AMC period.
28.
In the event of any software failure rendering the system inaccessible, i.e. in the
event of a system crash; the issue shall be addressed and fixed within 2 hours‟ time
during AMC period.
29.
The contractor shall periodically ensure that all software updates, version upgrades
and bug fixes are done on-time and that the said updates do not in any way affect
the usability of the systems during AMC period.
30. Minor bug fixes which do not affect the usability of the software are expected to be
resolved within a time frame of 24 hours during AMC period.
31.
During the AMC period, the contractor shall consider a complete replacement of
all servers along with necessary software and OS, every 4 years, without any
additional cost other than the cost of AMC.
32. The AMC period shall be extendable upto a maximum of 4 years beyond the
stipulated 08 years upon mutual consent between CMRL and the contractor
33.
The service life of solution (Software) shall be for a period of 30 years. However
the hardware, including servers, will be replaced periodically based on the
manufacturer‟s recommendations beyond AMC period.
34.
Due to malfunction of system / failure of hardware / any other reason, if CMRL is
unable to utilise the RSAMS or its sub functionalities for more than 30 minutes ,
CMRL will levy penalty as follows:
S. No Period Applicable Penalties (Rupees)
1. ˃30 mins ˂ 4 hrs Ten thousand
Page 28 of 79 Seal & Signature of Bidder with Date
**********
2. ˃ 4 hrs ˂ 24 hrs One lakh
3. ˃ 24 hrs ˂ 72 hrs Five lakhs
4. ˃ 72 hrs ˂ 168 hrs Ten lakhs
5. ˃ 168 hrs
CMRL may complete the works with the help of
other suppliers and will deduct the amount from
the next bill to be paid by CMRL.
35.
If the solution provider fails to keep the RSAMS and its sub functionalities ready
for more than 168 hrs in three different instances during AMC period, CMRL can
terminate the contract without consulting the contractor.
36. During the hardware replacement or up gradation, data backup shall be possible at
any given point during the service life of the solution.
37.
During AMC, CMRL may ask to create new fields to the existing forms/formats to
capture new data. In addition to this based on CMRL requisite customized reports
shall also be created by the contractor without any additional cost, other than the
cost of AMC.
38.
The solution shall be compatible to add-on other systems such as Traction,
Signaling, Track, Tunnel ventilation system, MEP, HR etc. in CMRL, at a later
date.
39. The software used for RSAMS can be open source or proprietary software. In either
case, it shall satisfy the eligibility criteria defined in the tender documents.
40. All necessary tools, equipment that are required for execution of the work need to
be borne by the contractor at their own cost.
41.
CMRL will provide temporary material storage space for the contractor, for
stocking emergency spares as required by this contract. The location of such space
will be at the discretion of CMRL.
42. CMRL shall make arrangements for Water supply and Electricity necessary for the
works at free of cost.
Page 29 of 79 Seal & Signature of Bidder with Date
TECHNICAL SPECIFICATION FOR SUPPLY,
INSTALLATION, TESTING & COMMISSIONING AND
TRAINING OF ROLLING STOCK ASSET MANAGEMENT
SYSTEM WITH AUTOMATED DOWNLOAD AND
REMOTE MONITORING OF ON-BOARD DATA FOR A
FLEET OF 42 TRAIN SETS.
1. Project objectives
1.1.
The intended RSAMS solution is aimed at significantly reducing the maintenance
down time of rolling stock thereby enhancing the capacity utilization of the depot. The
primary objectives and expectations from the implementation of the RSAMS solution
are as follows:
a. To eliminate the need for human intervention or manual operations in the
download of Train parameters, events or logs by implementing a remote data
acquisition module.
b. To automate decision making process in job card or work order creation through
implementation of rules that can generate Job cards and work orders automatically
for most tasks, semi-automatic with approval in exceptional cases and occasional
manual job card creation for rare conditions.
c. Full access to display, analyze and generate reports from remotely acquired data in
real-time and as well on demand of the maintenance, faults and condition of
rolling stock assets, work orders or stock status.
d. Streamline the Maintenance process at Depot by seamless integration of remote
data acquisition, creation of job cards, processing of work orders, tracking of all
assets of depot, inventory and material data management at stores automatically
and without human intervention.
e. Reduce down time of trains at depot by automatically processing rules for
optimizing the duration of stoppage at depot by diagnosing and recommending
repairs, replacements and other service requirements while the train is running and
keep resources such as maintainers and spare parts ready well ahead of train
reaching the depot for Corrective or Scheduled maintenance.
f. Optimize the number of maintenance intervention at the depot by synchronizing
the Corrective, scheduled/preventive maintenance based on the severity, urgency
and availability of train based on automated diagnostic rules engine with minimal
human intervention.
g. Integrate the trackside condition monitoring equipment, handheld measuring
instruments and automated train washing equipment to the set of remotely
monitored assets for augmenting train condition and maintenance activities
without need for manual data acquisition or condition data collection.
1.2. To meet the above objectives, the RSAMS is expected to have the following systems and
functions, at a minimum
System Function
On-board Real-time Automated
Remote Data (Failure logs/Event
logs) Acquisition system
Collect and transmit train parameters, condition data,
events and alerts in real-time while the train is in
operation and transmit to depot maintenance server.
Page 30 of 79 Seal & Signature of Bidder with Date
Maintenance Management System Process data received from the Onboard remote
diagnostics system and automatically process job cards,
work orders, parts and resource requirement through a
rule engine(that can also be configurable by user)
without human intervention.
Material Management System Manage the complete inventory and stores activities by
synchronizing with maintenance management system
and codify all parts, assets and inventories.
The broad overview of the RSAMS solution envisaged by CMRL is indicated in the
Workflow diagram given below. The items highlighted are part of the solution provider‟s
scope. The items that are not shaded are existing equipment or process of CMRL.
Page 31 of 79 Seal & Signature of Bidder with Date
2. CMRL Rolling Stock Department Assets
The following are the assets of Rolling stock department of Chennai Metro Rail
limited.
2.1. 42 Train sets.
2.2.
Four numbers of Hot Axle Box Detection System (HABD) supplied by M/s.
Voestalpine , Austria
● The main function/ of HABD system is to record the Axle bearing
temperatures when the train passes through the equipment.
● HABD system is installed in CMBT and Guindy stations of Chennai
metro Rail Network ( Two numbers/station).
2.3.
One no of Automatic train wash plant (ATWP) supplied by Aqua frich, Spain.
● The main function of ATWP system is to wash trains externally
when train passes through the plant.
2.4.
Two numbers of hand held laser based wheel profile measuring device (Calipri)
supplied by M/s. Next sense, Austria
● The main function of the calipri is to measure the wheel profile and
record the wheel parameters such as flange width, flange height and
flange gradient.
2.5.
Other Depot Equipment
● Diesel Shunting Locomotive
● Road cum Rail mounted relief and rescue vehicle (RRV)
● Under Floor Wheel Lathe
● Bogie Wash Plant
● Battery Shunter
● EOT cranes
● Fork Lifts
● Scissor Lifts
● Portable compressors
● Mobile lifting Jacks (16t and 25t), etc.,
The above machines are indicative only but not exhaustive.
3. The scope of work under this contract
3.1.
Real-time Automated Remote Data (Failure logs/Event logs) Acquisition from
42 train sets, four nos of HABD system, one no of ATWP system and two nos. of
hand held wheel profile measuring system(calipri) and display of train data in the
control center of Koyambedu depot. Display unit (42”) of one number in control
center of depot is also under the scope of supply.
3.2.
Maintenance Management System of Rolling stock assets includes, at the
minimum
Automatic work order/ Job card creation based on the failure logs
acquired from the train sets
Automatic work order/ Job card creation for the Preventive maintenance
activities of the Rolling stock assets based on the mileage/ running hours/
time period.
Maintaining the configuration (Up to each Line Replaceable Uniy level)
of all the Rolling stock assets.
Page 32 of 79 Seal & Signature of Bidder with Date
Maintaining warranty information for all Rolling stock Assets.
Tracking the maintenance campaigns (Software/ Hardware Changes).
3.3.
Material Management System1 includes, at the minimum
Tracking inventory including repair and return items.
Tracking material inside the stores by barcoding and its location.
Generating POs
Interfacing of automated vertical storage system with RSAMS.
3.4.
Note:
a. All the three systems mentioned above shall seamlessly exchange data among
themselves, to have a smooth maintenance process. For example, maintenance
management system shall have the capability to analyze the data received from
data acquisition system and to raise work order for all failure cases and to send
alerts to the maintainers.
b. Material management system shall receive the data from maintenance
management system for,
Keeping the spare parts ready for maintenance.
Updating the material location, if it is swapped between train sets.
c. The above example is an indication only. Solution provider shall clearly
describe the interfaces among all the three systems in their technical proposal.
d. CMRL will provide necessary space/ Room with UPS to install servers and
workstation inside the depot.
4. Real-time Automated Remote Data (Failure logs/Events logs)
Acquisition
4.1 On board Data Acquisition and condition monitoring system shall connect to on-board
train signals and systems through rolling stock MVB / TCMS, compatible and proven
with Railway systems of similar type.
4.2 The Onboard unit is expected to be configurable and designed specifically to work
with the Rolling stock available with CMRL.
4.3 The remote diagnostic system‟s control unit shall comply with the railway standard
EN50155 for electronic equipment on rolling stock.
4.4
The Onboard unit is expected to support the following features, as a minimum
requirement:
• A modular and expandable design, with a configurable number of digital and
analog input signal systems.
• Support for an on-train system architecture with (if required) multiple units,
connected through Ethernet or Wi-Fi, with data communications through a master
unit.
• Timestamp, GPS ,position stamping and operator login details for all monitored
Page 33 of 79 Seal & Signature of Bidder with Date
data.
• On-train data buffering when communication link is not available.
• Support for Remote monitoring and management of software and system
configuration.
• Support for Seamless integration with the shore-based system supporting reliable
transmission of large volume of data.
• Support for user requested downloads from TCMS and other rolling stock sub
systems.
• Support for System Interfaces and Communication Systems:
• Digital/Analog I/O Systems
• GPS
• 10/100 Base-T Ethernet (via M12 connector)
• Modbus TCP/IP
• RS232/RS485
• Isolated RS485
• 4G/5G modem for data communications
• 802.11 b/g Wi-Fi
Support for Modular Expansion:
• Profinet
• CANopen
• MVB (Type EMD)
• LONWorks
• 5 port Ethernet switch (M12 connector)
The Onboard diagnostic system shall be capable of performing its intended
function within the available communication networks in CMRL rolling stock.
4.5
Solution provider shall design the system in such a way that for all failure logs an
automatic work order shall be generated by the system and an alert shall be sent to
the concerned person (maintainer) for the failure attention.
The typical items required for real-time Automated Remote diagnostics include
(as a minimum requirement)
TCMS (Train Control & Monitoring System)
Event Recorders
Propulsion system
Brake system
Passenger access door system
Auxiliary electric system
VAC system
Communication equipment(PA/PIS)
4.6
The following are the sub systems available in each four car train set of CMRL,
S. No Name of the subsystem Quantity per
train (nos)
1 Passenger access door(EDCU) 32
2 Auxiliary converter(ACE) 2
3 Traction Converter(PCE) 4
4 Brake electronics(EPAC) 4
5 Public address and Passenger Information system
(UMC)
1
Page 34 of 79 Seal & Signature of Bidder with Date
6 Event Recorder(EVR) 1
7 Ventilation and Air conditioning (VAC-PLC) 8
8 Main Processing Unit (MPU) 2
4.7
All the above systems mentioned in clause 4.6 will store their respective Events/
failures within their internal fault logger which means all the 32 doors will store faults
on respective door. Similarly each auxiliary converter will store respective Events/
failures within the fault logger.
4.8
The requirement under this section is to automatically transmit Events/fault logs in real
time from each fault logger through Onboard Remote Diagnostics system as a part of
the solution using Wifi, 4G/5G or any other superior methods..
4.9 All the transmitted logs shall be stored in the server, equipment wise and train set wise
only.
4.10
Solution provider shall clearly describe the solution that will be implemented to
transmit the logs in Technical Proposal. Solution provider may also indicate the
necessary hardware detail, if any, which shall be installed on board the train to
implement the solution. The dimensions of the hardware and location where it will be
mounted onboard rolling stock shall be clearly mentioned in the technical proposal.
4.11
Hardware, if any, required to be installed in trains for acquiring and transmitting the
logs shall comply with Railway Standard EN50155. Solution provider may also
suggest equivalent standard/ alternate standard in their technical proposal. CMRL
reserves the rights to accept / reject such standard. CMRL‟s decision is final in this
regard.
4.12
In addition to the 42 train sets, the following equipment events/ failures/ data/
recordings shall also be downloaded remotely and in real time.
S.No Name of the
equipment
Quantity
(nos)
Equipment location
1 Hot Axle box
detection System
(HABD)
04 Two each in CMBT
station and Guindy
station (wayside with
server in station
controller‟s room of
respective stations)
2 Automatic train
wash plant(ATWP)
01 Koyambedu depot
3 Hand held laser
based wheel profile
measuring device
02 Koyambedu depot
(portable units)
4.13
Solution provider shall clearly describe the solution which they will implement to
transmit the logs of HABD, ATWP and Hand held laser based wheel profile measuring
device in Technical Proposal separately. Solution provider shall also indicate the
necessary hardware detail, if any, that will be installed by them to implement the
solution. The dimension of the hardware and location where it is proposed to be
mounted shall be clearly mentioned in the technical proposal.
Page 35 of 79 Seal & Signature of Bidder with Date
5. Maintenance Management System
5.1
The core functionality of the Maintenance Management system is to automatically
capture all relevant information from the Remote Diagnostics system in real-time, process
it through a Diagnostics Rule engine and seamlessly integrate to the Maintenance system
for Job Cards / Work order creation without the need of human intervention.
5.2
Job card/Work Order: All maintenance activities shall be organized, planned and
reported through job cards/work orders. A work order refers to the maintenance tasks and
creates a link between:
i. A basic action or group of basic actions
ii. A subsystem function or component.
iii. According to maintenance task nature, the work order shall have different
consequences.
iv. Equipment unavailability, needing an immediate intervention.
v. Equipment dysfunction, needing a planned intervention.
5.3
Work Order Triggering, Planning and Closure
a. Both preventive and corrective maintenance activities shall be managed through work
orders.
b. Preventive work orders shall be automatically generated according to:
● Technical Maintenance Plans (TMP) milestones (related to counters)
● Pre-defined allocation by an entity in charge of it (internal or external, if
connected to RSAMS)
● Pre-defined resources engagement according to standards (Human Resources,
major maintenance equipment, spare parts, etc.).
c. Maintenance Department ability regarding the workload and resources to be engaged.
d. Different timescales shall be visualized based on the planning horizon.
e. Corrective work orders shall also be created by either Operations or Maintenance
stakeholders, according to operational dysfunction or technical report needing
maintenance intervention, if required.
f. Whatever the trigger is, WO description shall be based on:
● Automatically generated WO number.
● Asset assignation according to asset register files.
● Event context (date, hour, location, operator details etc.).
● Codified WO origin (maintenance regime, TMP reference if preventive
maintenance, etc.).
● Entity assignation according to process described previously.
● Expected duration of the maintenance task (related to preventive standards or
failure codes).
g. Whatever the WO is, the system shall support the following information size to allow
the WO closure:
● Identification of the entity (division, shift, etc.)
● Intervention beginning/end
● Description of the technical intervention
● Selection of the sub system (and breakdown level) subject of the WO
● Selection of the intervention cause related to the sub system according to a pre-
defined terminology (worn, broken, fouled, …)
● Selection of the intervention nature according to a pre-defined terminology
Page 36 of 79 Seal & Signature of Bidder with Date
(check, measurement, exchange, cleaning, …)
● Selection of the failure code in case of corrective action
● Measurements registration (according to “online templates”)
● Resources engagement (human resources, spare parts, third party, tools and
equipment)
● Considering technical, organizational or workload issues, a WO shall be
transmitted from an entity to another one.
If, during a maintenance intervention, several elementary actions are conducted, the
initial work orders (“parent work orders”) shall be broken down in several ones (“child
work orders”).
RSAMS shall allow the complete maintenance process (planning, initiation, execution
and closure) to be implemented without the use of any paper form or print out. Thus, all
steps of the process have to been tracked within the system for records and reporting
purposes.
5.4
Specific Follow Up and Investigations
For any technical issue or need to monitor a specific sub system population, etc.…,
process to collect and register information will be based on the Rolling stock Remote
Diagnostics and Maintenance Management System.
The initiative shall be backed by specific WO generation allowing:
● Pre-defined equipment/sub systems samples (asset specific designations)
● Pre-defined timescales (beginning/end of the follow up)
● Intervention triggering “rule”, eventually diverging from the generic TMP
● Specific reports
As this type of work order is close to the preventive one‟s concept, planning process will
be the same, dedicated to the Maintenance Planner.
RSAMS shall be fitted with functionalities to send specific alert/warning messages to
defined persons based on adjustable parameters (i.e. based on MTBF levels, failures
rates…).
5.5
Maintenance Documentation
Updated maintenance documentation shall be accessible from RSAMS. Two types of
documentation shall be available and displayed:
● Relating to elementary maintenance actions
o CMRL Maintenance procedures and manuals
o Reports and forms to be filled, etc.
● Relating to functions and components technical documentation
o Technical notes
o Charts, pictures and drawings
o Assembly/removal process, etc.
As maintenance operations shall be executed mostly on the field (track, stations…),
access and viewing of this documentation via hand held devices shall be possible.
5.6
Operations / Maintenance Integration
a. Equipment Operational Engagement and State: From Real Time to Forecast
b. The system will collect in real time from Remote Diagnostics system and transfer the
specific usage data, especially distance running, usage period, energy consumption and
operation cycles for equipment and sub systems equipped with counters. These data
Page 37 of 79 Seal & Signature of Bidder with Date
shall be allocated individually to the different assets and related sub systems.
c. Maintenance planning (short and long term) will be based on extrapolation of this data
(according to individual or grouped trends) and shared (via pre-defined reports) by
Maintenance Planner with Operations employees enabling them operations planning.
d. Concerning the Rolling Stock, the RSAMS will enable, through real time collection of
data and short & long term planning, the definition of the daily mileage target per train
to ensure that maintenance activities are evenly spread in time.
e. In case of an equipment failure, RSAMS Remote Diagnostics system shall be the
interface between Operations and Maintenance to raise the malfunction, generate and
send necessary reports and thus enable corrective action to be undertaken.
5.7
Joint Maintenance Effort
The maintenance staff shall be able to raise requests for maintenance to the operating staff
such as request to get a train set in a particular depot at a particular time etc.
Maintenance activities that are to be done, such as internal train cleaning etc., during non-
revenue hours shall be planned and tracked using RSAMS. The Maintenance requests
shall represented in a user friendly form to ease usability. RSAMS shall be capable of
storing these requests and activities and analyzing the data for different performance
parameters.
5.8
Safety
The system shall raise pre-alerts and alerts to maintenance planning in case of an
impending maintenance milestone or expired milestone. In case of an alert, the situation
shall be taken into account according to two modes:
● Standard situation: work order requiring an immediate intervention (and
consequently the equipment unavailability) is initiated,
● Derogation implementation: planned work order requiring a specific survey is put
in place with the approval of the safety department, no immediate intervention is
planned.
5.9
The solution shall include automatic Acquiring, Receiving and Storage of failure logs/
Event logs from all the 42 train sets, four HABDs, one ATWP and two hand held laser
based wheel profile measuring devices in a DATA server and shall process diagnostic
data received from each rail vehicle/way side equipment/hand held devices in real time.
5.10
RSAMS Remote Diagnostic system shall provide a comprehensive view of the overall
fleet status including any specific vehicle faults and identify any potential faults that may
arise through color codes that are configurable. For example, critical faults shall be
highlighted in Red, Medium in Orange, Less critical in Yellow etc. and shall be dynamic
with a real time refresh of live train data.
5.11
RSAMS Remote Diagnostic system shall also have the capability to analyze and detect
anomalies in specific on-vehicle component behavior and use this information to identify
the health and status of both the individual component and the possible impact that this
behavior may have on the vehicle and to the overall fleet.
5.12 The RSAMS Remote Diagnostic system shall also have the capability to retrieve reports after
an incident or fault has occurred to replay the history of events and the condition and
behavior of the vehicle that led to the fault or incident, with the user‟s capability to
Page 38 of 79 Seal & Signature of Bidder with Date
visualize time, distance, location etc. on a graphical / map based system.
5.13 Additionally, display of real time diagnostic data in the display unit of maintenance
control center. Supply of display unit is under the scope of solution provider.
5.14
The real-time diagnostic data of all the trains in operation or in depot shall be made
visible in a single dynamic view that is constantly refreshed within 5 second intervals to
display each train, its cars, Location, Speed, List of faults with color coding configurable
by user, Live Events window of every fault captured in real-time from every running train
on the system.
5.15 The system shall also have the capability to decipher the TCMS codes and protocols to
correctly display the relevant system detail, state and values.
5.16 The system shall have the capability to allow the user to have a detailed train level,
subsystem level, component level data, Channel data, Location data and cab display
values along with meter and counter values in real-time.
5.17 The Live display window shall also allow users to select, query and drill down to
individual train sub systems in real-time to monitor and analyze current condition of
individual equipment, signal values, events etc. continuously.
5.18 All the display dashboards, values, tables and meters on the live view shall have clear
color coding based on criticality and condition that is configurable by the users.
5.19 The display and views shall also have capability to do a time based study and analysis as
and when required without affecting live data acquisition.
5.20
The system shall have the capabilities for role based and user based access and display for
the following functionalities, as a minimum requirement:
a. Interactive and predictive fault detection with configurable coding and alerts
from Diagnostics rule engine.
b. Interface where new alerts and rules can be defined and added to the system
without affecting the vehicles in service.
c. Real-time cross fleet performance monitoring identifying trends as they occur
within the fleet.
d. Real-time schematic view of key subsystems as the train is in service
e. The system shall be capable of real-time vehicle and fleet location tracking
through mapping software, with option for user to select and view individual
fleet and condition data.
f. Replay fault events to accurately diagnose root cause and repair actions during
maintenance with rule based diagnostics enabling automation.
g. Rule engine for diagnosis shall recommend maintenance repair actions to the
fleet maintainer, based on the data received from the on-board systems.
5.21 The Rule based diagnostics and alerts trigger system shall allow the user to define,
modify and configure rules at any point of time without the need to approach the solution
provider.
5.22
The rule editor interface shall be intuitive and user friendly, allowing any authorized user
to quickly modify rules by adding any remote diagnostic data, train alerts, channel data,
meter values and condition data in any combination with logical / Boolean operators to
define further actions, alerts, messages, trigger other activities or reports.
5.23 The result of the Remote diagnostics Rule engine shall be capable of enabling the
following functions, as a minimum requirement:
Job card/ Work order creation
Page 39 of 79 Seal & Signature of Bidder with Date
Events and Alerts with color coding and prioritization
Reports and messages
Email / SMS alerts
Sub system events for further rule processes
Alert Escalation process
5.24 Based on predefined / configurable Rules, from a rule based diagnostics engine, the
maintenance alerts are triggered and an interactive maintenance scheduling is enabled
based on the availability of workshop, machinery, skillsets and existing plan schedules.
5.25 There has to be a capability of the Remote Diagnostics solution to interface with the Asset
management system in real-time for automatic job card/work order creation and asset
updation on the fly.
5.26 A job card is created and shared automatically to the designated maintenance teams based
on the maintenance scheduling on a maintenance planner‟s approval window.
5.27 The job card/ work order is circulated to related maintenance stake holders based on
activity, workflow and roles.
5.28 All the activities of the Maintenance management system are to be enabled to the team via
hand held rugged tablet devices instantaneously and data is to be streamed live via the Wi-
Fi / GPRS network with necessary role based security authentication.
5.29
The solution provider shall also provide necessary hardware and interfacing of this system
on existing desktop/laptop computers at various offices in rolling stock shed and on
recommended rugged handheld tablet devices for field staff. At least 15 nos of such
rugged hand held tablet devices shall be supplied.
5.30 Solution provider shall take necessary precautions for not deleting the data from the
original fault logger in rolling stock, at any point of time.
5.31
All the logs shall be stored in a server, hereinafter referred to as data server, to be installed
in Koyambedu depot by the solution provider.The maintenance management solution shall
be capable of fetching respective asset maintenance manuals for a specific maintenance
intervention.
5.32 Configuration Management
1. The solution will be a full-featured asset configuration management system for all
equipment in metro rolling stock, shunting locomotives and other depot equipment.
2. The configuration management solution shall consist of a tool for managing
engineering rules and physical build, and provide a tool for managing operational
status.
3. The configuration management tool shall provide conflict detection and resolution,
unlimited backdated changes to Install/Remove and Usage records, and on-the-fly
historical at-the-time asset build and component life views.
4. The system will include a rule engine to support true alphanumeric serial effectivity
and system-on-system functionality.
e. The system will be able to define all maintenance programs as part of the configuration
management capability as master data that is utilized by all applicable assets (based on
the rules)
Create a network of maintenance requirements that links maintenance
requirements to one or more related maintenance items that are triggered
Page 40 of 79 Seal & Signature of Bidder with Date
on related actions (completion, install, remove etc.).
Link maintenance resources to the Maintenance items (bill of materials,
labor, tools and services).
f. The system will provide for the ability to view an audit trail, since asset creation on the
system, and to view and status changes, including life usage, components fitted and
maintenance program status.
g. The system will support Technical Records with the ability to define all technical
record types, such as Engineering Orders, Service Bulletins, Modifications and Service
Instructions, service Technical Instruction etc. within a single application that enables
both technical records effectively and embodiment to be effectively managed.
h. The Technical Record capability shall dynamically link to the maintenance program
(preventive maintenance) and work order applications.
i. The system will support Fleet Management definition, such as a fleet of metro rolling
stock, shunting locomotives and other depot equipment, based on attribute values that
may change over time.
j. The system will support Work Packaging requirements for maintenance inputs based
on planned maintenance activities.
k. The system will support configuration management attributes throughout the logistics
applications.
l. The system will provide in service „Event Management‟ capability to record all in
service events based on retrospective recording / configuration validation of all
associated actions to provide robust „Service Lifecycle Management‟.
6. Other requirements of RSAMS
6.1
The RSAMS is expected at the minimum to allow seamless, unattended and
automated flow of diagnostics, condition and channel data from rolling stock to
Remote diagnostic system, Diagnostics Rule Engine, Maintenance management
system, Display and reporting systems, Job card / Work order systems, Maintenance
Rule Engine, Maintenance planning system and individual/common display devices
in real-time with a refresh rate of not exceeding 5 seconds under ideal connectivity
condition.
6.2 The system shall also have options on demand for Manual intervention, manual
approvals and manual data entry as and when required.
6.3 The RSAMS solution shall allow for multiple repairs to be recorded for each
component.
6.4 The RSAMS solution shall be capable of using industry standard codes.
6.5 The RSAMS solution shall be capable of recording industry standard codes for
labor and materials on job card/work orders and purchase order.
6.6 The RSAMS solution shall be able to create and track OEM, Extended and After
market warranties by Item, Industry Code, and Manufacturer.
6.7 The RSAMS solution shall be capable of processing warranty claims based on
Page 41 of 79 Seal & Signature of Bidder with Date
tracked warranty items.
6.8 The RSAMS solution shall generate a warranty items report identifying items that
were replaced under warranty by a given period.
6.9 The equipment or asset record in the RSAMS system shall display warranty
information.
6.10 The RSAMS solution shall generate claims against warranty items.
6.11 The RSAMS solution will provide a warranty system to manage reimbursement in
money, replacement parts, credits and other conditions.
6.12 The RSAMS solution shall be capable of generating a warranty alert prior to the end
of the asset‟s warranty period.
6.13 The RSAMS solution will provide a template for assigning warranties to multiple
assets within a group or fleet.
6.14
The RSAMS solution shall provide a capability that allows defined work types to be
excluded from warranty validation, eliminating additional alerts when a work type is
not eligible for warranty recovery.
6.15
The RSAMS solution shall have a tracking system to track s for manufacturer
recalls, changes in government regulations and internal engineering orders and
changes.
6.16 The RSAMS solution‟s tracking system shall be capable of defining a as a set of
job or task plans for one or more assets.
6.17 The RSAMS solution‟s system shall be able to select multiple assets for the during
setup.
6.18 The system of the RSAMS solution shall create a job card/work order hierarchy for
each job or task plan for each equipment, and the ability to track the progress.
6.19
The RSAMS solution shall be able to perform inspection and servicing activities,
such as daily inspections, car cleaning and external washing that can be recorded for
multiple assets on a single work order.
6.20 The RSAMS solution shall allow for meter adjustments for broken items such as
odometers and hour meters.
6.21 The RSAMS solution shall have a built in capability to import and validate multiple
readings from external systems in future.
6.22 The RSAMS solution shall be capable of recording meter history and allow
correction of previous readings.
6.23 The RSAMS solution shall have the capability of tracking an unlimited number of
meters readings with history.
6.24 The RSAMS solution shall have a built in meter import capability for all continuous
meters such as odometers and hour meters in future when requirement arises.
6.25
The RSAMS solution shall allow users to setup rules in the rule Engine, that enable
to issue work orders / Job Cards, alerts or early preventive maintenance (PM) work
orders when a meter threshold is exceeded in the Rule settings automatically.
6.26
The RSAMS solution shall provide a capability to automatically capture a meter
reading on the main page of a work order based on the asset's primary meter,
defined by asset type (mileage, hours, cycles, etc.) that is captured live from the
Page 42 of 79 Seal & Signature of Bidder with Date
Running Train including timestamp, Location etc. within 5 seconds from the
Remote diagnostics data.
6.27
The RSAMS solution shall have a specifications capability in the Asset
Management system to list a multilevel hierarchy in the asset record with attributes
at various levels in the hierarchy.
6.28
The RSAMS solution will support measurement points that can be defined in a new
asset template that will create a measurement tab or fields in work orders for
associated assets to allow for multiple measurements to be recorded on the work
order.
6.29
The Wheel management system of RSAMS shall take inputs directly from the
Calipri and HABD devices through remote data capture / diagnostics system
seamlessly.
6.30 The RSAMS solution shall support serial number changes of equipment, component
and parts.
6.31 The RSAMS solution shall include inventory tracking and purchasing functionality
as part of a single application.
6.32 The RSAMS solution will provide a capability for the setup and management of
inventory and cycle counting.
6.33 The RSAMS solution shall be able to make work assignments through a supervisor
screen or window.
6.34 The RSAMS solution shall have screen or window to allow maintainers to see their
assignments, select work orders and start, pause and stop labor hours.
6.35
The RSAMS solution will have the capability to capture training and certifications,
and verify technicians are qualified for safety or special training assignments within
the application and alerts expiry of certifications.
6.36 The RSAMS solution shall have the capability to create multiple asset and
equipment records using a template.
6.37 The RSAMS solution shall be able to generate multiple Preventive Maintenance
schedules using a template.
6.38
The RSAMS solution will have a preventive maintenance (PM) system that will
provide relationships that can be used to have one PM schedule activate, inactivate,
or complete another PM.
6.39 The RSAMS solution will provide for a detailed view of the preventive
maintenance (PM) events of the asset throughout its life.
6.40 The RSAMS solution shall be able to track out of service, available and operational
status of all assets.
6.41
The RSAMS solution shall have the capability to define expected life, depreciation
schedule; current condition & repair cost limits and manage repair or replacement
decisions.
6.42 The RSAMS solution shall be able to record and manage items and components by
position that is captured through the Remote Diagnostics system in real-time.
6.43 The RSAMS solution will be able to alert the user of recent or repeat repairs, to
include the display of a user configurable recent or repeat history of the asset on the
Page 43 of 79 Seal & Signature of Bidder with Date
current work order.
6.44 The RSAMS solution shall have the capability to manage outsourced maintenance
work on components and assets through job cards.
6.45 The RSAMS solution will provide detailed history of component and asset
movements based on parent-child relationships.
6.46
The RSAMS solution shall provide straight forward access to full work order
history, including preventive maintenance history, charges for labor, material, tools,
and services, warranty work history, meter readings, status, condition changes,
moves, and usage history chronologically. The displayed data shall be in real-time
based on changes updated from Remote Diagnostics system.
6.47
The RSAMS solution shall have the capability for integration of remote data
acquisition and wayside condition monitoring equipment to drive emergency work
orders and preventive maintenance inspections as part of a future requirement.
6.48
The RSAMS solution shall be capable of integrating to telematics systems for
health or condition monitoring to track parameter information and receive
diagnostic data and have seamless link to other systems down the line.
6.49
The RSAMS solution will provide a capability for flexibility for asset numbering,
allowing customers to define an unlimited number of different asset numbers
(aliases) for each asset
6.50
The RSAMS solution shall be capable of triggering alert for scheduling job
cards/work order which are waiting for spare/material and train availability in
depot.
6.51 If any system in RSAMS fails, the restoration time shall not exceed 30 minutes
under any circumstances.
6.52 The RSAMS solution shall capable of functioning with local server as well as with
cloud(ie;- remote server)
6.53 The RSAMS solution shall not affect the existing functionality of any assets to
which RSAMS is incorporated.
6.54 The RSAMS shall also be capable of manually raising job cards/ work orders as and
when required.
6.55 The RSAMS shall allow handling of additional rolling stock and depot machines by
CMRL.
6.56 All the hardware and software support for RSAMS shall be available for 10 years
post AMC.
6.57 The RSAMS solution shall be capable of protecting its system from all malwares,
viruses and any other potential threats throughout its service life.
7. Material Management System :
7.1
The core functionality of the material management is to provide a fully integrated,
comprehensive capability for requisitioning, procurement, warehousing, distributing
and inventory tracking for all the spare parts, materials and components with
seamless integration to the Maintenance Management ofRSAMS.
7.2 The material management shall be a Windows/Web app based solution with Bar
coding capability for effective material management.
7.3 The material management shall also be mobile based, compatible for viewing on
Page 44 of 79 Seal & Signature of Bidder with Date
tablets and smaller screen sizes
7.4 The material management shall provide the following functionalities as minimum
requirements
7.5
Automatic identification and data capture
The system shall consist of a Barcode station which will facilitate unique
identification, categorization and labeling of all the store components which
shall be tracked individually at any given point in time.
7.6
Master Data Maintenance for Procurement Planning:
The material management shall capture and store vendor transaction details and
other purchase related information including automated vertical storage system
and provide an interface to other modules with in RSAMS solution enabling it to
collect the necessary details that can be used to create inventory transactions and
Purchase orders. The same details shall be available for tracking of warranty,
service periods and related information.
7.7
Warehousing (Store-keeping)
The system shall automatically determine the distribution of the store materials,
including that are available in automated vertical storage system and other
locations where these stocks are maintained, stacked and handled. The material
management shall define and enforce a standard procedure for receipt,
inspection, issue and accounting of materials and so on.
7.8
Inventory Control
The material management shall maintain stock of materials at the correct level
under all circumstances, providing automatic stock level updates and sending
notifications to concerned departments when Re- Order Level (ROL) is reached.
The material management shall handle Inward Material Rejection, WIP Material
Status and Tracking and management of parts with defects which also
encompasses warranty information tracking with scheduled synchronization to
Material Management system of RSAMS.
7.9
Surplus / Obsolete / Scrap Disposal
The material management shall provide the functionality to actively track,
decommission and dispose store materials and components that are either
obsolete, dead surplus or scrap. The disposed materials shall not be available
anywhere else in the system and the serial number management is to be handled
accordingly to eliminate ambiguity.
7.10
Business Intelligence based Reporting for Value analysis and cost optimization:
The material management shall provide Insightful Business Intelligence reports
that effectively cover all aspects of store management such as inventory tracking
etc., The material management reports shall be visually illustrative, easy to
comprehend and easy to generate.
The user shall also be able to generate custom reports based on the data available
in the system.
7.11 The minimum requirement in terms of reports from material management are : Category Based Location Mapping
Page 45 of 79 Seal & Signature of Bidder with Date
Materials at or below Re Order Level
Materials Currently within Warranty Period
Category Wise Stock availability of Components
Category wise Movable Surplus quantities
Component wise useful Life
Category wise Storage Space Availability
Annual Inventory Snapshot comparison (Current and previous)
The aforementioned reports shall be provided with drill-down capabilities, enabling
the user to view the data at both in a summarized and detailed view.
7.12 The material management system is expected to address the following areas:
7.13
Supplier contacts
a. The system will enable direct interface between Maintenance
Management/Supply Chain Management
b. Spare parts “pre-reservation” during the planning process
c. Stock levels automatic updating according to spare parts picking (cf. WO)
d. Purchasing proposition if minimum stock level is reached
7.14
Spare-parts consumption forecast (taking into account preventive planning and corrective
aspects)
At any time, RSAMS shall provide a vision of real inventory according to
assets, locations, warranty duration, maintenance department and financial
breakdown.
7.15
According to spare-parts rotation rates, the system shall be able to
a. Propose updated stocking levels
b. Control stock lifetime compliance (for goods with specified lifetime) and
alert in case of risk of non-compliance.
c. RSAMS shall be able to handle logistic processes based on bar codes.
7.16
Purchasing
a. The system will enable launching, endorsement, monitoring and reporting of
the purchasing process. Spare parts and services (third party) purchasing
shall both be considered.
b. Process shall be engaged following a recommendation automatically
generated or a punctual need.
c. Analyze Supplier performance when ordering a part.
d. Once validated, a purchasing proposition shall raise a purchasing order to be
endorsed (endorsement rules according to the purchasing amount).
Page 46 of 79 Seal & Signature of Bidder with Date
8. Interfaces:
8.1.
As explained in section 1.1, the solution provider shall acquire the logs from the
following Rolling stock assets,
1. 42 nos. of train sets manufactured by M/s. Alstom Transport
2. 4 nos. of HABD by Vosetalpine
3. 2 nos. of calipri by Nextsense
4. 1 no of ATWP by Aquafrisch
8.2.
CMRL will not arrange any interface between the solution provider and the
manufacturers of the Rolling stock and depot machine assets. If required, solution
provider may approach the manufacturer separately. CMRL will deal only with the
solution provider during the implementation of RSAMS.
9. Reports, Analysis and KPIs
9.1
To ease reporting and analysis, all the configuration and recorded data shall be
exportable to commonly used file format (MS Excel)
A set of regular reports shall be designed considering all the aspects of maintenance
activities and according to various breakdowns (equipment, sub-system, component,
location, etc.,)
● Planned vs. Unplanned work
● Detailed fault/ cause analysis
● Repeat defect analysis
● Resources (history and forecast)
Stores/Automated vertical storage
and retrieval
system
Page 47 of 79 Seal & Signature of Bidder with Date
● Technical (reliability and availability)
● Assets utilization (counters state)
● Costs
RSAMS shall be fitted with data management tools allowing easy set-up of
customized reports related to all available data. These report building facilities shall
neither require IT skills nor intervention of the software provider.
As a minimum, the following KPIs shall be tracked:
S.No Area KPI Description
1
Inventory
% Inactive stock items Percentage of all stock items that have had
no activity in the past 12 months.
2 Total inventory value Total dollar value of all inventory items in
stock.
3 % Annual stores
investment used
Percentage of the inventory value that is
used annually.
4 Inventory turnover ratio
The value of total orders for inventory
items annually, divided by the total value
of inventory.
5
% Non-critical spares as a
% of
total inventory value
Percentage of all inventory items that are
considered non-critical to the operation.
6
% Critical spares as a % of
total
inventory value
Percentage of all inventory items that are
considered critical to the operation.
7
Assets
% Total downtime Percentage of the total operating hours
resulting in downtime for all causes.
8 % Maintenance downtime
Percentage of the total operating hours
resulting in downtime for maintenance
reasons.
9 % Unscheduled downtime Percentage of unscheduled downtime
10 % Downtime caused by
breakdowns
Percentage of downtime that was caused
by breakdowns.
11
Mean Time Between
Failure
(MTBF)
A measure of the typical duration between
any failures for a critical asset
(breakdown).
12 Mean Time To Repair
(MTTR)
A measure of the average time it takes to
correct failure on an asset.
13 % Repetitive asset failures Percentage of asset failures that are repeat
failures.
14
Planned
activities
% of Planned
Maintenance Work
Percentage of work orders that were
planned.
15 Weekly Plan Attainment
%
Measure of the successful completion of
the maintenance plan on a weekly basis
16 Unplanned % The level of unplanned maintenance
activities against available time.
17 Work order % Work orders waiting on
parts
What percentage of work orders are
waiting on parts.
Page 48 of 79 Seal & Signature of Bidder with Date
18 % Preventive work labour
hours
What percentage of all work orders were
PMs.
19 % Corrective work labour
hours
What percentage of all work orders were
Corrective
20
Preventive
maintenance
% Corrective work orders
generated
from PM inspections
What percentage of all corrective work
orders is generated from PM inspections
annually.
21 % PM tasks audited
annually
What percentage of PMs is audited!
22 % PM inspections overdue What percentage of PMs was not
completed before the due date.
As a minimum the following reports shall be generated:
Report Description
Details of an Asset's
Failures
Summarizes the failures, by problem code, for an asset
between the specified dates. Links are available to view these
failures graphically. Problem codes are linked to the Drilldown
into Asset's Failures report.
Drilldown into Asset's
Failures
Displays problem causes and remedies for the selected problem
code.
Summary of Asset Failures
by Location
Displays the total number of failures reported against the selected
assets during the specified time period.
Accident/Incidents For the staff/ Assets in depot and mainline
For all EIR/ECP
Scheduled reports Such as rolling stock / depot machine‟s daily report, weekly
report, monthly reports, train running hours by MEMCO team,
train set wise.
10. Users and Administration
10.1
Several user profiles will be implemented according to various access privileges
(“user groups”) defined during design stage. According to users‟ functions and
missions, these privileges will allow them to (the following list is given for
illustration purpose and will be further defined during design):
● Allocate tasks.
● Create reports.
● Seize data (in partly or complete RSAMS access).
● Consult data (in partly or complete RSAMS access).
● Generate purchase orders.
● Approve purchase orders.
● Part of these “user groups” shall be external ones, such as sub-contractors
(cleaning operations, etc…) or suppliers (especially during the defect
liability period).
10.2 The software user licenses shall not be restricted to the number of users of the
solution.
10.3 The solution shall be capable of adding unlimited number of users at any role or
capacity to use the solution at any point of time of the life of the software for the
Page 49 of 79 Seal & Signature of Bidder with Date
given number of rolling stock (42 nos.) from the time of purchase.
10.4
The solution shall be capable of producing different user groups with specific
privileges. There shall be flexibility to change user groups and privileges as desired
by CMRL
10.5 At any given point of time of the entire lifecycle of the solution without restrictions
on number of users, profiles, user groups, roles or capabilities.
11. Project Management
11.1
The Solution provider shall provide on-going project management for the
responsibilities, to provide a framework for project planning, communications,
reporting, procedural and contractual activity. This activity is composed of the
following tasks:
a. Develop and maintain the master implementation plan and set project
standards
b. Report to steering committee and program management
c. Ensuring and auditing the quality, clarity and comprehensiveness of
documentation of all KPIs, business process functional requirements,
technical requirements, configuration setups, data migration scripts, roles
& responsibilities and access rule etc.
d. Control project performance
e. Conduct regular meetings and/or updates with other project team members
f. Assist project Manager and change manager to implement organizational
change management plan
g. Review work products produced by project members
h. Ensure system fully tested prior to cut-over to production
i. Risk Management
j. Project status reporting
k. Scope Management /Delivery of project
l. Ensure external consultant‟s obligations on the project are completed on
time
m. Co-ordinate with various IT/business groups in organization to ensure the
success of implementation of project
n. Confirmation of quality server setup, start of UAT, Go-Live check and
confirmation from CMRL for Go-live.
12. SYSTEM ACCEPTANCE CRITERIA
12.1. System Integration Testing
12.1.1
System Integration & Testing (SIT) process brings together individual elements of
software under implementation and test the system as an integrated whole. All the
systems that were not available and untested during Solution Mapping, Application
Development and Data Conversion are brought together at System Integration Test
environment.
12.1.2 This activity is composed of the following tasks:
S.No. Activities Responsibility
1. Prepare Test environment Solution Provider
Page 50 of 79 Seal & Signature of Bidder with Date
2. Prepare test plans Solution Provider
3. Prepare test specifications Solution Provider
4. Load Sample data Solution Provider
5. Execute test Solution Provider
6. Bug fixing and Regression testing Solution Provider
7. Document Test results Solution Provider
12.1.3
Deliverables:
System Integration Test Plan
System Integration Test Specification with test cases
System Integration Test Results
12.1.4 Completion Criteria:
Upon the submission & Physical signoff of the above mentioned deliverables.
12.2. Performance Testing
12.2.1
Peak-Load Performance Testing needs to be carried out for all the processes below,
individually as well as collectively.
● Extracting of Rolling stock asset logs from the DATA server manually.
● Automatic Work order creation from the logs available in the DATA
server.
● Manual and automatic Records creation/ updates by application as well as
via integration
● Tasks/ Jobs assignment and notification
● Work Order creation through PM schedules and manually
● Work Order updation through Mobiles as well as manually
● Material request and approval procedure through mobiles as well as
manually.
12.2.2
Deliverables
System Performance Test Plan
System Performance Test Specification
System Performance Test Results
12.2.3 Completion Criteria
Upon the submission & Physical sign-off of the above mentioned deliverables.
12.3. User Acceptance Testing (UAT)
12.3.1
This Testing will be based on Acceptance Test Plan and test specifications. CMRL will
issue acceptance certificate upon completion of the testing.
This activity is composed of the following tasks:
SN Activities Primary
Responsibility
Secondary
Responsibility
1 Create UAT Environment Solution
provider
CMRL
2 Prepare for Acceptance Test Solution
provider
CMRL
3 Prepare test plans Solution
provider
CMRL
4 Validate Test Plan and Sign Off Solution CMRL
Page 51 of 79 Seal & Signature of Bidder with Date
provider
5 Prepare test specifications Solution
provider
CMRL
6 Execute test Solution
provider
CMRL
7 Bug fixing and Regression testing Solution
provider
CMRL
8 Obtain user acceptance Solution
provider
CMRL
12.3.2
Deliverables
● Acceptance Test Plan
● Acceptance Test Specification
● Acceptance Test Results
● Acceptance Certificate (From CMRL)
12.3.3 Completion Criteria
Upon the submission & Physical signoff of the above mentioned deliverables
12.3.4
UAT Acceptance Criteria
The UAT Plan would clearly and unambiguously spell out the plan to test the
following final acceptance criteria, the fulfillment of which would complete the
implementation phase. The problems reported during the UAT would be
categorized according to these severity codes.
(a) Severity 1: Critical and high severity problems that include problems that
would in a production environment, cause disruption of the work.
(b) Severity 2: Medium severity problems that include problems such as certain
functions not working as per the documented functionality, but which in a
production environment would not cause total disruption of the operations.
(c) Severity 3: Low severity problems that include problems that have been
circumvented at operational levels and/or not disrupting the normal
operations.
(d) Severity 4: Cosmetic problems and others that have no impact on the
functionality of the system.
12.3.5
Deployment Acceptance Criteria
Deployment is considered complete and accepted when it meets the following
criteria:
● There shall not be any failures of Severity 1 or severity 2 or severity 3 for three
months (System stability period) from the date of completion of UAT test.
● If the failures of Severity 1 or severity 2 or severity 3 found during the system
stability period, then solution provider shall immediately address the failures.
After rectifying the failures stability period shall be started again from Day 1.
The remaining errors (Severity 4) may be addressed during the Support period (AMC).
All sign off deliverables would be treated as accepted when the system goes live.
However, this does not include the deliverables, which may be open in the UAT stage
before the system goes live.
13. Go-Live
13.1 The Go-Live process encompasses transition to deployment readiness, production
planning, testing, production and post-production support. When planning for
Page 52 of 79 Seal & Signature of Bidder with Date
deployment the following issues are addressed.
● Infrastructure readiness
● Organization (change) readiness and adoption
● CMRL Business users readiness
● Deployment Strategy
● Post Implementation support from Solution provider
● Joint post implementation review
13.2
This activity is composed of the following tasks:
SN Activities Primary
Responsibility
Secondary
Responsibility
1. Prepare Production Environment Solution
provider
CMRL
2 Data Collection Solution
provider
CMRL
3 Load data (100%) Solution
provider
CMRL
4 Develop Transition Management Plan Solution
provider
CMRL
5 Migrate Configurations from Test to
production system
Solution
provider
CMRL
6 Go Live Solution
provider
CMRL
13.3 Completion Criteria
● Upon the submission & Physical signoff of the above mentioned deliverables
● System Go live signoff shall be taken from CMRL
14. System Handover
14.1
The objective of this activity is to handover the solution setup to CMRL. This task
ensures that the deliverables within this scope of Work are delivered, integrated and
successfully tested and the relevant activity completion reports are there. Solution
provider will perform the following tasks
● Hand over all documents.
● Get CMRL‟s Sign-off on handover.
● The Project Handover will be subject to the deliverables mentioned in
this tender document.
14.2
Deliverables
● Project Sign Off document
● Completion Criteria
● Sign Off document will be provided to CMRL authorities
Page 53 of 79 Seal & Signature of Bidder with Date
15. PROJECT REQUIREMENTS:
Solution Provider shall provide the following at the minimum:
Phase Requirements
Preparation
Minutes of Project kick-off meeting
Detailed Project Plan
Product Installation Documents in all environments
Project Charter
Design
Business Requirement Document
Training
Workshops
Gap-Fit analysis
Requirement Traceability Matrix
Integration Design Documents (Functional/ Technical)
Critical spare list(Hardware & Software)
Test
Data collection templates
System configuration
Super- user training
Training Material
Performance Testing Results
Deploy
Production Environment setup
Go-Live
Maintenance & diagnostic tools for modules(software &
hardware)
Software used in system and tools to upload it &
procedure
Maintenance manual(PM & CM)
AMC spare
Go Live Support Issue management
Post Implementation support
16. Minimum Hardware Requirement
16.1
The solution provider shall supply the following for the effective running of the Asset
Management System as per this contract, but not limited to:
a. Application Servers with redundancy
b. Database Server
c. 42”display unit
d. Material Management Server
e. 3 sets of barcode readers and printers
f. 15 numbers of ruggedized Tablet/Hand-held Devices of atleast 8
inches in size (OS shall be latest version of Android /Windows).
g. Cabinets, housing etc. required for the above equipment.
h. Cabling required connecting the equipment to the networking
backbone.
17. Training
17.1 The skill transfer is critical to the implementation of the project at CMRL. The
training will be carried out separately for each section users (like Rolling stock
maintainers, stores team, etc.,).
Page 54 of 79 Seal & Signature of Bidder with Date
17.2
The training for various groups (maintainers and stores) shall be conducted
separately. Solution provider shall provide training for four weeks to CMRL.
Number of trainees will be decided by CMRL.
17.3 Three sets of training material hard copy and soft copy shall be provided to CMRL.
17.4 Deliverables
● End user Training
● Training material
17.5 Completion Criteria
● Upon the submission & Physical signoff of the above mentioned
deliverables.
18. Schedule of Key dates
S. No KD# Description Key Timeline
1 KD #1 After approval of Design documents by
CMRL
Contract Signing
Date + 45 days
2 KD #2 Supply & installation of On board
diagnostic hardware in all 42 Train sets at
CMRL depot.
Contract Signing
Date + 4 months
3 KD #3 Live Data/Logs Downloading from 42 train
sets and its sub systems into server Contract Signing
Date + 6 months
4 KD #4
Delivery for User Acceptance Testing of 1. Implementation of Asset management
software and uploading the job card/work
order history given by CMRL 2. Maintenance process implementation
(as per clause 2.1 of technical specification)
through Asset management software.
Contract Signing
Date + 7 months
5 KD #5
Delivery for User Acceptance Testing of
1. Implementation of Stores
management software and Generating &
pasting the barcodes for Rolling stock sub
systems and spares given by CMRL.
2. Completion of all necessary
Interfaces with Asset management software
3. Downloads logs from four way side
HABD systems
4. Downloads logs from two handheld
wheel profile measuring devices (calipri)
5. Download logs from one automatic
train wash plant.
Contract Signing
Date + 8 months
6 KD #6 Four weeks Training to CMRL team KD #5 Date + 1
months
7 KD #7 Go Live of Entire Project Contract Signing
Date + 11 months
Page 55 of 79 Seal & Signature of Bidder with Date
19. PROJECT TIME LINE
L
OA
PE
RF
OR
MA
NC
E
GU
AR
AN
TE
E
SIG
NIN
G O
F
CO
NT
RA
CT
DE
SIG
N S
UB
MIS
SIO
N
ON
BO
AR
D M
OD
UL
E
INS
TA
LL
AT
ION
LIV
E D
AT
A
CA
PT
UR
ING
&
MO
NIT
OR
ING
MA
INT
EN
AN
CE
MA
NA
GE
ME
NT
TE
ST
ING
ST
OR
E M
AN
AG
EM
EN
T
TE
ST
ING
TR
AIN
ING
&
ST
AB
LIN
G P
ER
IOD
GO
LIV
E
0 21
DAYS 9 DAYS 45 DAYS 75 DAYS 60 DAYS 30 DAYS 30 DAYS 90 DAYS
Issue of
Acceptance
certificate
by CMRL. 0 < 1M
1
MONTH
2.5
MONTHS
5
MONTHS
7
MONTHS
8
MONTHS
9
MONTHS
12
MONTHS
Page 56 of 79 Seal & Signature of Bidder with Date
DISCLAIMER
1. CMRL does not make any representation or warranty as to the accuracy, reliability or
completeness of the information in this Bid Document. Therefore, each Bidder should
conduct their own investigations and analysis and check the accuracy, reliability and
completeness of the information in this Bid Document and obtain independent advice
from appropriate sources. The Bidder shall bear all its costs associated with the
preparation and submission of its Bid including expenses associated with any
clarifications, which may be required by CMRL or any other costs incurred in
connection with or relating to its Bid. All such costs and expenses will remain with the
Bidder and CMRL shall not be liable in any manner.
2. CMRL will have no liability to any bidder or any other person under the law of contract,
tort, the principles of restitution or unjust enrichment or otherwise for any loss, expense or damage which may arise from or be incurred or suffered in connection with anything contained in this bid document, any matter deemed to form part of this bid document, the award of the contract, the information and any other information supplied by or on behalf of CMRL or otherwise arising in any way from the selection process of the contract.
3. The issue of this document does not imply that CMRL is bound to select the bidder or to
appoint the selected bidder. CMRL reserves the right to reject any or all of the bids
submitted in response to this bid document at any stage without assigning any reasons
whatsoever. CMRL also reserves the right to withhold or withdraw the process at any
stage with intimation to all bidders who have submitted the bid.
4. CMRL reserves the right to change / modify / amend any or all of the provisions of this
bid document at any stage. Such changes shall not be notified to all bidders who have
bought the tender document.
**********
Page 57 of 79 Seal & Signature of Bidder with Date
TECHNO –COMMERCIAL BID
Covering letter comprising the Bid
Dated:
To,
Director (Systems and Operation),
Chennai Metro Rail Limited, Admin Building,
CMRL Depot, Poonamallee High Road,
(Adjacent to Koyambedu Metro Station),
Koyambedu, Chennai – 600107.
Dear Sir,
1. With reference to your bid document for CMRL/RS/12/2017, I/we, having examined the bid
documents and understood its contents, hereby submit my/our bid along with the bid for the
award of contract. The letter and the bid is unconditional and unqualified.
2. I/ We acknowledge that CMRL will be relying on the information provided in the bid and
the documents accompanying this bid for qualification of the bidder(s) for the award of
contract, and I/we certify that all information provided in the bid and its annexes is true and
correct.
3. I/We understand that the submission of bid/offer does not guarantee the award of the said
contract.
4. I/ We shall make available to CMRL any additional information it may find necessary or
require to supplement or authenticate the bid.
5. I/ We recognize that CMRL has the right to accept/reject our bid without assigning any
reason.
6. I/ We declare that:
a. I/We have examined and have no reservations to the bidding documents, including any
addendum issued by CMRL;
b. I/We have not directly or indirectly or through an agent engaged or indulged in any
corrupt practice, fraudulent practice, coercive practice, undesirable practice or
restrictive practice as defined in the bid document, in respect of any bid or request for
proposal issued by or any agreement entered into with CMRL;
c. I/We hereby certify that we have taken steps to ensure that in conformity with the bid
document, no person acting for us or on our behalf has engaged or will engage in any
corrupt practice, fraudulent practice, coercive practice, undesirable practice or
restrictive practice.
7. I/ We understand that CMRL may cancel the bidding process at any time and that CMRL is
neither bound to accept any bid that CMRL may receive nor to invite the bidders to bid for
the award of contract, without incurring any liability to the bidders, in accordance with the
bid document.
8. I/ We declare that we/any member of the consortium are not a member of a/ any other
consortium submitting a bid for the award of contract.
9. I/ We undertake that in case due to any change in facts or circumstances during the bidding
process, we are attracted by the provisions of disqualification in terms of the provisions of
the bid document; we shall intimate CMRL of the same immediately.
Annexure – 1
Page 58 of 79 Seal & Signature of Bidder with Date
10. I/We understand that on account of non-acceptance of LOA or on account of not fulfilling
the conditions of the bid document, I/We shall be debarred by CMRL for further
participation in the similar future contracts/licenses of CMRL for a period of nine (9) years.
11. The power of attorney for signing of bid and the power of attorney for lead member of
consortium, as per format provided at techno-commercial bid of the bid document, are also
enclosed. The power of attorney shall be in non-judicial stamp paper of minimum Rs. 100/-
value as per the format given.
12. In the event of my/our being declared as the selected bidder, I/We agree to enter into a
contract agreement in accordance with the draft that has been provided to me/us prior to the
bid due date. We agree not to seek any changes in the aforesaid draft and agree to abide by
the same.
13. I/We have studied all the bidding documents carefully and we understand that except to the
extent as expressly set-forth in the contract agreement, we shall have no claim, right or title
arising out of any documents or information provided to us by CMRL or in respect of any
matter arising out of or concerning or relating to the bidding process including the award of
contract.
14. The techno-commercial/price bid has been submitted by me/us after taking into
consideration all the terms and conditions stated in the bid document, my/our estimates of
costs and all the conditions that may affect the bid.
15. The online transaction details of the Earnest Money and cost of the tender document is
furnished in Annexure – 6.
16. I/We confirm that, the full payment has been made through online transaction for tender fee
and EMD. I/We understand that, in case CMRL did not receive the above mentioned
payments then the tender will be summarily rejected.
17. I/We agree and understand that the bid is subject to the provision of the bidding documents.
In no case, I/We have any claim or right of whatsoever nature if the contract is not awarded
to me/us or my/our bid is not opened.
18. I/We agree to keep my/our bid valid for 180 days from the bid due date specified in the bid
document.
19. I/ We agree and undertake to abide by all the terms and conditions of the bid document.
20. We agree and undertake to be jointly and severally liable for all the obligations of the
contractor under the contract agreement till the expiry/termination of the contract
agreement.
In witness thereof, I/ we submit this bid along with our bid under and in accordance with the
terms of the bid document.
Yours faithfully,
(Signature)
Name and designation of the Authorized Signatory)
Name and seal of the Bidder/ Lead Member.
Date:
Place:
Page 59 of 79 Seal & Signature of Bidder with Date
JOINT BIDDING AGREEMENT
(To be executed on stamp paper having value Rs.100/-)
THIS JOINT BIDDING AGREEMENT is entered into on this the ............ day of ............
20... AMONGST
1. {............ Limited, a company incorporated under the Companies Act, 1956 or registered
under the Partnership, Act 1932} and having its registered office at............ (hereinafter
referred to as the
“First Part”
which expression shall, unless repugnant to the context include its successors and
permitted assigns)
AND
2. {............ Limited, a company incorporated under the Companies Act, 1956 or registered
under the Partnership, Act 1932} and having its registered office at............ (hereinafter
referred to as the
“Second Part”
Which expression shall, unless repugnant to the context include its successors and
permitted assigns)
AND
3. {............ Limited, a company incorporated under the Companies Act, 1956 or registered
under the Partnership, Act 1932} and having its registered office at............ (hereinafter
referred to as the
“Third Part”
which expression shall, unless repugnant to the context include its successors and
permitted assigns)}
the above mentioned parties of the FIRST, SECOND and THIRD PART are collectively
referred to as the “Parties” and each is individually referred to as a “Party”
WHEREAS:
A. CMRL has invited bids by its bid document dated _____________ (the
“document”) for submission of bids for the award of contract for “supply,
installation, testing & commissioning and training of “Rolling Stock asset
management system with automated download and remote monitoring of on-
board data for a fleet of 42 train sets”.
B. The parties are interested in jointly bidding for the award of contract as members
of a consortium and in accordance with the terms and conditions of the document
and other bid documents in respect of the award of contract.
C. It is a necessary condition under the document that the members of the
consortium shall enter into a joint bidding agreement and furnish a copy thereof
with the Bid.
NOW IT IS HEREBY AGREED AS FOLLOWS:
Annexure – 2
Page 60 of 79 Seal & Signature of Bidder with Date
1. Definitions and interpretations in this agreement, the capitalized terms shall, unless
the context otherwise requires, have the meaning ascribed thereto under the
document.
2. Consortium: The number of parties will be shown here, as applicable, however
subject to a maximum of three.
2.1.1 The parties do hereby irrevocably constitute a consortium (the “consortium”)
for the purposes of jointly participating in the bidding process forward of the
contract.
2.1.2 The parties hereby undertake to participate in the bidding process only
through this consortium and not individually and/ or through any other
consortium constituted for the award of contract, either directly or indirectly
or through any of their associates.
3. Role of the Parties
The Parties hereby undertake to perform the roles and responsibilities as described
below:
a. Party of the first part shall be the lead member of the consortium and shall have
the power of attorney from all parties for conducting all business for and on behalf
of the consortium during the bidding process and until the appointed date under
the contract agreement when all the obligations of the consortium shall become
effective;
4. Joint and Several Liabilities
The parties do hereby undertake to be jointly and severally responsible for all
obligations and liabilities relating to the award of contract and the services desired
under the contract in accordance with the terms of the document and the contract
agreement.
5. Representation of the Parties
Each party represents to the other parties as of the date of this agreement that:
a. Such Party is duly organized, validly existing and in good standing under the laws
of its incorporation and has all requisite power and authority to enter into this
agreement;
b. The execution, delivery and performance by such party of this agreement has been
authorized by all necessary and appropriate corporate or governmental action and
a copy of the extract of the charter documents and board resolution/ power of
attorney in favour of the person executing this agreement for the delegation of
power and authority to execute this agreement on behalf of the consortium
member is annexed to this agreement, and will not, to the best of its knowledge:
Page 61 of 79 Seal & Signature of Bidder with Date
i. Require any consent or approval not already obtained;
ii. Violate any applicable law presently in effect and having applicability to it;
iii. Violate the memorandum and articles of association, by-laws or other
applicable organizational documents thereof;
iv. Violate any clearance, permit, grant, license or other governmental
authorization, approval, judgment, order or decree or any mortgage
agreement, indenture or any other instrument to which such party is a party
or by which such party or any of its properties or assets are bound or that is
otherwise applicable to such party; or
v. Create or impose any liens, mortgages, pledges, claims, security interests,
charges or encumbrances or obligations to create a lien, charge, pledge,
security interest, encumbrances or mortgage in or on the property of such
party, except for encumbrances that would not, individually or in the
aggregate, have a material adverse effect on the financial condition or
prospects or business of such party so as to prevent such party from
fulfilling its obligations under this agreement;
c. This agreement is the legal and binding obligation of such Party, enforceable in
accordance with its terms against it; and
d. There is no litigation pending or, to the best of such party's knowledge, threatened
to which it or any of its affiliates is a party that presently affects or which would
have a material adverse effect on the financial condition or prospects or business
of such party in the fulfillment of its obligations under this agreement.
6. Termination:
This agreement shall be effective from the date hereof and shall continue in full force and
effect until the expiry/termination of the contract agreement, in case the contract is
awarded to the consortium. However, in case the consortium is not awarded the contract,
the agreement will stand terminated upon return of the earnest money by CMRL to the
bidder, as the case may be
7. Miscellaneous
a. This joint bidding agreement shall be governed by laws of India.
b. The parties acknowledge and accept that this agreement shall not be amended by
the parties without the prior written consent of CMRL.
IN WITNESS WHEREOF THE PARTIES ABOVE NAMED HAVE EXECUTED AND
DELIVERED THIS AGREEMENT AS OF THE DATE FIRST ABOVE WRITTEN.
SIGNED, SEALED AND DELIVERED SIGNED, SEALED AND DELIVERED.
For and on behalf of For and on behalf of
LEAD MEMBER by: SECOND PARTNER
(Signature) (Signature)
(Name) (Name)
(Designation) (Designation)
(Address) (Address)
Page 62 of 79 Seal & Signature of Bidder with Date
Notes:
1. The mode of the execution of the joint bidding agreement should be in accordance with the
procedure, if any, lay down by the applicable law and the charter documents of the
executant(s) and when it is so required, the same should be under common seal affixed in
accordance with the required procedure.
2. Each joint bidding agreement should attach a copy of the extract of the charter documents
and documents such as resolution / power of attorney in favour of the person executing this
agreement for the delegation of power and authority to execute this agreement on behalf of
the consortium members
Page 63 of 79 Seal & Signature of Bidder with Date
POWER OF ATTORNEY FOR SIGNING OF BID
(To be executed on stamp paper having value Rs.100/-)
Know all men by these presents, we ______________________________
______ (name of the firm and address of the Registered Office) do hereby irrevocably
constitute, nominate, appoint and authorize Mr. / Ms. (name), __________________ son /
daughter / wife of _____________ and presently residing at
_______________________________________ , who is presently employed with us / the
Lead Member of our Consortium and holding the position of _____________________, as
our true and lawful Attorney (hereinafter referred to as the “Attorney”) to do in our name
and on our behalf, all such acts, deeds and things as are necessary or required in connection
with or incidental to submission of our bid for the award of the contract for “TENDER FOR
SUPPLY, INSTALLATION, TESTING & COMMISSIONING AND TRAINING OF
ROLLING STOCK ASSET MANAGEMENT SYSTEM WITH AUTOMATED
DOWNLOAD AND REMOTE MONITORING OF ON-BOARD DATA FOR A
FLEET OF 42 TRAIN SETS” for which proposals are invited by Chennai Metro Rail
Limited, (CMRL) including but not limited to signing and submission of all bids and other
documents and writings, participate in bidders and other conferences and providing
information / responses to Chennai Metro Rail Limited (CMRL), representing us in all
matters before Chennai Metro Rail Limited, (CMRL) signing and execution of all contracts
including the contract agreement and undertakings consequent to acceptance of our bid and
generally dealing with CMRL in all matters in connection with or relating to or arising out of
our bid for the award of contract to us and / or till the entering into of the contract Agreement
with CMRL.
AND
we hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and
things done or caused to be done by our said attorney pursuant to and in exercise of the
powers conferred by this power of attorney and that all acts, deeds and things done by our
said attorney in exercise of the powers hereby conferred shall and shall always be deemed to
have been done by us.
IN WITNESS WHEREOF WE, ____________________ THE ABOVE NAMED
PRINCIPAL HAVE EXECUTED THIS POWER OF ATTORNEY ON THIS ________
DAY OF ________ 20____
For ___________________ (Signature, name, designation and address)
Witnesses:
(Notarized)
1.
2.
Accepted
_______________ (Signature)
(Name, Title and Address of the Attorney)
Annexure – 3
Page 64 of 79 Seal & Signature of Bidder with Date
Notes:
The mode of execution of the power of attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of the
executants(s) and when
It is so required; the same should be under common seal affixed in accordance with
the required procedure.
The bidder should submit for verification the extract of the charter documents and
documents such as a board or shareholders” resolution / power of attorney in favour
of the person executing this power of attorney for the delegation of power hereunder
on behalf of the bidder along with bid document at the time of executing the
agreement.
Page 65 of 79 Seal & Signature of Bidder with Date
POWER OF ATTORNEY FOR LEAD MEMBER OF CONSORTIUM
WHEREAS CHENNAI METRO RAIL LIMITED (CMRL) has invited Bids from interested
parties for the “tender for supply, installation, testing & commissioning and training of
rolling stock asset management system with automated download and remote
monitoring of on-board data for a fleet of 42 train sets”, Whereas,
_____________________ and _____________________ (collectively the “Consortium”)
being members of the consortium are interested in bidding for the award of contract for the
“tender for supply, installation, testing & commissioning and training of rolling stock
asset management system with automated download and remote monitoring of on-board
data for a fleet of 42 train sets”, in accordance with the terms and conditions of the bid
document dated _____________ and other connected documents in respect of the award of
contract, and
Whereas, it is necessary for the members of the consortium to designate one of them as the
lead member with all necessary power and authority to do for and on behalf of the
consortium, all acts, deeds and things as may be necessary in connection with the
consortium‟s bid for the award of contract and the execution of the contract agreement.
NOW THEREFORE KNOW ALL MEN BY THESE PRESENTS
We, ____________________ having our registered office at __________________, M/s.
______ having our registered office at ___________, M/s. __________________ having our
registered office at ___________________ and __________________ having our registered
office at ___________________________ (hereinafter collectively referred to as the
“Principals”) do hereby irrevocably designate, nominate, constitute, appoint and authorize
M/s. ____________ having its registered Office _____________ being one of the members
of the consortium as the lead member and true and lawful attorney of the consortium
(hereinafter referred to as the “Attorney”). We hereby irrevocably authorize the attorney to
conduct all business for and on behalf of the consortium and any one of us during the
bidding process and in the event the consortium is awarded the contract, during the terms of
the contract and in this regard, to do on our behalf and on behalf of the consortium, all or
any of such acts, deeds, or things as are necessary or required or incidental to the submission
of its bid for the award of contract, including but not limited to signing and submission of all
bids, bids and other documents and writings, participate in bidders and other conferences,
respond to queries, submit information / documents, sign and execute contracts and
undertakings consequent to acceptance of the bid of the consortium and generally to
represent the consortium in all its dealings with CMRL and / or any other Government
Agency or any person, in all matters in connection with or relating to or arising out of the
Consortium‟s bid for the award of contract till the contract agreement is entered into with
CMRL.
AND hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and
things done or caused to be done by our said attorney pursuant to and in exercise of the
powers conferred by this power of attorney and that all acts, deeds and things done by our
said attorney in exercise of the powers hereby conferred shall and shall always be deemed to
have been done by us / consortium.
IN WITNESS WHEREOF WE THE PRINCIPALS ABOVE NAMED HAVE EXECUTED
THIS POWER OF ATTORNEY ON THIS ________________ DAY OF _________
20____
Annexure – 4
Page 66 of 79 Seal & Signature of Bidder with Date
For ______________ For ____________
(Signature) (Signature)
______________ _________________
(Name and Title) (Name and Title)
Witness:
1.
2.
Notes:
The mode of execution of the power of attorney should be in accordance with the procedure,
if any, lay down by the applicable law and the charter documents of the executants(s) and
when it is so required, the same should be under common seal affixed in accordance with the
required procedure.
Wherever required, the bidder should submit for verification the extract of the charter
documents and documents such as a board or shareholders” resolution / power of attorney in
favour of the person executing this power of attorney for the delegation of power hereunder
on behalf of the bidder.
Page 67 of 79 Seal & Signature of Bidder with Date
To be submitted on the customer Letter head
Date:
To
Director (Systems & Operations)
Chennai Metro Rail Limited
Chennai-107
This is to certify that M/s.______________________ have been awarded the following
contract/s:
S.N
o.
Scope of the work Fleet Size
(No. of
Train sets)
and
Manufactu
rer details
Fleet owner
details (Where
exactly the fleet
is being used)
Contract
awarded
and
completed
date
Working since
(from the date
of completion
of installation)
1 Rolling stock Remote
Diagnostic system:
Providing necessary
hardware on board to
capture real time data
from the running trains
and transmitting to the
server for creating job
cards and displaying the
real time data in control
centre for monitoring
and troubleshooting
purpose
2. Rolling Stock Asset
management System
1. Creating automatic
job cards based on
the scheduled
planning
2. Rolling stock
configuration
management
3. Spares Inventory
and consumption
tracking
4. Retrofit activities
tracking
I, the undersigned, declare that the above mentioned system was implemented by M/s.
________________________________________and the system is working satisfactorily.
Yours Sincerely,
______________
Annexure – 5
Page 68 of 79 Seal & Signature of Bidder with Date
Mandatory Information for Eligibility of the Bid
1. The form below should be filled by bidder along with all supporting documents as
stipulated in the relevant rows. Failure to adhere to the format will lead to rejection of Bid.
2. For JV / Consortium, all partners to provide the details
S.
No. Techno-Commercial Criteria Details (to be filled by the bidder)
Pg.
Nos.
1 Name of the Bidder
2 Contact person of the Bidder
designated for the bid along with
Telephone, Fax No. and email ID.
Name: _________________________
Contact no._____________________
Email:_________________________
Fax No.________________________
3 Full address of the Bidder with
Telephone No. and Fax No.
Address.________________________
_______________________________
Contact no._____________________
Fax No.________________________
4 Details of online transaction (UTR
No.) of cost of tender document for an
amount of Rs.32,000/-
UTR No. _______________________
5 Details of online transaction (UTR
No.) of EMD for an amount of
Rs. 5,00,000/-
UTR No. _______________________
6 Specify the legal status of bidder :
company / partnership firm /
individual
7
In case of company, please enclose
memorandum and articles of
association along with certificates of
incorporation and date of
commencement of business
8
In case of Firm, registered under the
Partnership Act 1932, please enclose
details of Partners along with
Certificate of Registration, details of
their business and partnership deed,
etc. Duly attested by Notary.
9 Name of the member in consortium
registered office or a group company
Name of the
member:________________________
Annexure – 6
Page 69 of 79 Seal & Signature of Bidder with Date
office or a representative office in
India as per Indian Companies Act -
1956 having existence for at least 12
months. Enclose attested certificate of
registration.
Registered from:_________________
10 PAN of the bidder (Please enclose the
attested photocopy of PAN card issued
by Income Tax Department)
11 Bank account details
Bank Name:____________________
Address:________________________
Beneficiary:____________________
Acc. No. _______________________
IFSC code.______________________
12 GST Number of the bidder (Please
enclose the attested photocopy of GST
Registration Certificate issued by
relevant authorities)
13 PF Registration of the bidder (Please
enclose attested photocopy of
Provident Fund Commissioner) , if
applicable
14 Copy of license under Contract Labour
Act, 1970 (If applicable )
15 ESI Registration (Please enclose
attested photocopy) , if applicable.
16
Turnover of the bidder for the
preceding three years, viz.2014-15,
2015-16 and 2016-17 (Please enclose
a statement duly certified by Chartered
Accountant) Annexure-6 , Format– 1:
17
Profit and Loss statement for three
years, viz.2014-15, 2015-16 and 2016-
17 (Please enclose a statement duly
certified by Chartered Accountant)
Annexure-6 , Format– 1
Note:
1. The details as required in must be submitted with supporting documents as applicable.
Failure to submit details is a disqualification.
2. Bids with alterations shall be attested by the bidder.
Page 70 of 79 Seal & Signature of Bidder with Date
I/We ________________________________________________ do hereby declare that the
entries made are true to the best of my/our knowledge and also that we shall be bound by the
acts of my/our duly constituted attorney.
I/We further understand that in case of any information submitted by me / us being found to
be incorrect either before or even after the award of license, CMRL will have the right to
summarily reject the bid, cancel the contract or revoke the same at any time without assigning
any reason whatsoever.
____________________
(Signature of the Bidder)
SEAL
Date:
Name:
Address:
1. The form below should be filled by bidder along-with all supporting documents as
stipulated in the relevant rows.
2. For JV / Consortium; all partners to provide the details of annual revenues for each
head, as applicable, for the last 3 financial years.
Page 71 of 79 Seal & Signature of Bidder with Date
Annexure – 6, format– 1:
Turnover of the bidder(s):
Name of
bidder 2014-2015 2015-2016 2016-2017
Average of all three
financial years
Profit – Loss before taxes of the bidder(s):
Name of bidder 2014-2015 2015-2016 2016-2017
___________________________________ ______________________
(Chartered Accountant‟s Signature & Date) Bidder‟s signature and Name
Name of the CA: Name of the Authorised Signatory
Chartered Accountant‟s Seal Bidder‟s Seal
CA Registration Number:
CA‟s Address:
CA‟s Telephone / Fax Number
Page 72 of 79 Seal & Signature of Bidder with Date
TO WHOMSOEVER IT MAY CONCERN
Ref: Tender Document No: CMRL/RS/12/2017
I / We, ……………………………………..hereby affirm, after careful study of the tender
documents confirm, the rights of CMRL to have an audit in the course of the contract
period and the result of such audit is binding on us.
Authorised Signatory
Name :___________________
Seal:_____________________
Date:_____________________
Place:____________________
Annexure – 7
Page 73 of 79 Seal & Signature of Bidder with Date
TO WHOMSOEVER IT MAY CONCERN
Ref: Tender Document No: CMRL/RS/12/2017
This is to confirm and certify that I / We, ……………………………… in the process of
bidding this tender, not have engaged any middleman or agency to advance our
tender.
Authorised Signatory
Name :___________________
Seal:_____________________
Date:_____________________
Place:____________________
Annexure – 8
Page 74 of 79 Seal & Signature of Bidder with Date
CHECKLIST OF DETAILS/DOCUMENTS TO BE SUBMITTED
S. No. Details / Documents submitted
Whether complied –
please indicate „Yes‟
or „No‟.
1 Have you filled the online transaction details (UTR no.) of cost
of tender document in Annexure - 6
2 Have you filled the online transaction details (UTR no.) of EMD
in Annexure – 6
3 Have you submitted Covering letter for Techno-Commercial Bid
in your letter head as in proforma.
4 Have you attached Power of Attorney for signing the Tender
Document as in proforma given in Annexure-3.
5
Have you attached details of Techno Commercial experience as
in Annexure-5 and Annexure -6 along with details furnished as
in Format-1.
6 Have you attached mandatory information‟s for eligibility of the
Bid with all certified copies as stated vide Annexure-6.
7 Have you attached undertaking for Third Party Audit agreement
as per proforma in Annexure-7
8 Have you attached Certification for non-engagement of
middlemen or agent as per proforma in Annexure-8
9 Have you signed all pages of the tender document. (To be signed
by the authorised signatory as per the Power Attorney given in
Annexure-3).
10 Have you filled in all the cells in Price Schedule (Financial bid).
Seal of the Bidder
Signature:……………………………
Name of the Authorised signatory:………………………………
Annexure – 9
Page 75 of 79 Seal & Signature of Bidder with Date
INITIAL FILTER CRITERIA
(On Company‟s letter head {in member in case of consortium})
S.No. Criteria Yes No
1 Has the bidder abandoned any work in the last five years?
2 Has the Bidder‟s contract with any organisation ever been terminated
due to poor performance?
3 Has the Bidder‟s Performance Security for any contract has ever been
forfeited in any Government / Semi-government/ PSUs/ Metro
Railways?
4 Has the Bidder been involved in frequent litigations in last five years?
5 Has the Bidder suffered insolvency/bankruptcy in the last five years?
6 Has the Bidder been blacklisted by any organisation?
7 Has any misleading information is given in the tender?
8 Is the Bidder is financially not sound to perform the work?
9 Is the Bidder‟s net worth negative?
10 Has the Bidder failed to certify that no middlemen has been or will be
engaged or that any commission has been or will be paid?
11 Do the documents submitted reveal that any commission has been or
will be paid?
Note: „Yes‟ answer to any of the above 1 to 11 points shall disqualify the Bidder. The Bidder
should also enclose the following undertaking on Rs.100/- Non-Judicial stamp Paper duly
notarized as per the format given below along with the Techno-Commercial Bid.
[ON NON-JUDICIAL STAMP PAPER OF RS.100/- DULY NOTARIZED]
UNDERTAKING FOR INITIAL FILTER CRITERIA
(Each member in case of Consortium)
Sub: - Tender for supply, installation, testing & commissioning and training of
rolling stock asset management system with automated download and remote
monitoring of on-board data for a fleet of 42 train sets.
1 I, Mr./Ms. _________________________ (Authorized Signatory) on behalf of
_______________________________________________ (Company‟s Name) having its
registered office at ______________________________________, hereby confirm, declare
and undertake that the information given in the Initial filter Criteria is true and nothing has
been concealed or misrepresented.
2 CMRL is free to verify the information given by the undersigned in the Initial Filter
Criteria. If any submission by us is found false or misleading at a later stage, even after
completion of the tender process, then CMRL may annul the award and forfeit our EMD (if
any held with CMRL) and Performance Security (if any available with CMRL). Further, in
such a case, we may be banned for future tenders of CMRL.
Signature of Authorized Signatory________________________
Name of Authorized Signatory___________________________
Seal of the Authorized Signatory
Annexure – 10
Page 76 of 79 Seal & Signature of Bidder with Date
Performance Bank Guarantee Bond
Managing Director,
Chennai Metro Rail Limited
1. In consideration of the “Chennai Metro Rail Limited (CMRL)”having agreed to accept
from _________________ (hereinafter called “the said contractor/s with address), under the
terms and conditions of an Agreement/Acceptance letter dated ___________ made between
_____________________ and _______________________ (hereinafter called “ the said
contract agreement”) the Performance Guarantee for the due fulfillment by the contractor/s of
the terms and conditions in the said Agreement on production of Bank Guarantee for Rs
______________________ (Rs. ________________________________ only) we,
__________________________ (indicate the name of the Bank hereinafter referred to as “the
Bank”) at the request of _______________________ contractor/s do hereby undertake to pay
the CMRL an amount not exceeding Rs. ___________ against any loss or damage caused to
or suffered by or would be caused to or suffered by the CMRL by reason of any breach by the
said contractor (s) of any of the terms or conditions contained in the said Agreement.
2. We _________________________ (indicate the name and address of the Bank) do hereby
undertake to pay the amounts due and payable under this guarantee without any demur,
merely on demand from the CMRL stating that the amount claimed is by way of loss or
damage caused to or suffered by the CMRL by reason of breach by the said contractor/s of
any of the terms or conditions contained in the said agreement or by reason of the contractor/s
failure to perform the Agreement, any such demand made on the bank shall be conclusive as
regards the amount due and payable to CMRL under this guarantee. However, our liability
under this guarantee shall be restricted to an amount not exceeding Rs. _________________.
3. We undertake to pay to the CMRL any money so demanded notwithstanding any dispute
or disputes raised by the contractor(s)/supplier (s) in any suit or proceeding pending before
any Court or Tribunal relating thereto our liability under this present being absolute any
unequivocal. The payment so made by us under this bond shall be a valid discharge of our
liability for payment there under and the Contractor (s)/suppliers (s) shall have no claim
against us for making such payment.
4. We, ________________________________ (indicate the name and address of the bank)
further agree that the guarantee herein contained shall remain in full force and effect during
the period that would be taken for the performance of the said Agreement, including
Maintenance/Warranty Period, and that it shall continue to be enforceable till the dues of the
CMRL under or by virtue of the said agreement have been fully paid and its claims satisfied
or discharged or till _____________________________ office/Department CMRL certifies
that the terms and conditions of the Agreement have been fully and properly carried out by
the said contractor (s) and accordingly discharged this guarantee, unless a demand or claim
under this guarantee is made on us in writing on or before
________________________________________ (date of completion + 6 months) we shall
discharged from all liability under this guarantee thereafter.
Annexure – 11
Page 77 of 79 Seal & Signature of Bidder with Date
5. We, ________________________________ (indicate the name and address of the Bank)
further agree with the CMRL that the CMRL shall have the full liberty without our consent
and without affecting in any manner our obligations hereunder to vary any of the terms and
conditions of the said agreement or to extend time of performance by the said contractor (s)
from time to time or to postpone from any time or from time to time any of the powers
exercisable by the CMRL against the said contract and to forebear or enforce any of the terms
and conditions relating to the said agreement and we shall not be relieved from our liability
by reason of any such variation, or extension being granted to the contractor/s or for any
forbearance act or omission on the part of the CMRL or indulgence by the CMRL to the said
Contractor(s) or such any matter or thing whatsoever which under the law relating to sureties
would, but for this provision, have effect of so relieving us.
6. This Guarantee will not be discharged due to the change in the constitution of the bank or
the Contractor(s) Supplier(s).
7. We, __________________________ (indicate the name and address of Bank) undertake
not to revoke this guarantee during its currency except with the previous consent of the
CMRL in writing. This Bankers Guarantee payable at a designated Bank Branch located in
Chennai.
Date this ________________ day of __________ 2017.
For ______________________
(The name of Bank)
Seal of the Bank
Witness 1: Name and address
Witness 2: Name and address
Page 78 of 79 Seal & Signature of Bidder with Date
INDEMNITY BOND
This Indemnity is made and executed at ______________ on this ______ day of _________
2017 by
M/s. [Thiru/Tmt/Selvi] ___________________________ represented by its Managing
Director, __________________, son of ____________________ having administrative
Office at ____________ hereinafter called INDEMNIFIER – CONTRACTOR AND IN
FAVOUR OF (name and address) ________________________ hereinafter called
INDEMNIFIED –Chennai Metro Rail Limited (CMRL),
The terms „INDEMNIFIER-CONTRACTOR‟ and the „INDEMNIFIED – CMRL‟ unless
repugnant to the context shall mean and include legal representatives, successors, executors
and administrators.
I hereby irrevocably agree to indemnify and keep harmless the CMRL from and against
all claims and proceedings, actions, suits, claims, damages, losses, expenses and demands of
every nature and description, by reasons of any act or omission by myself or by my
representative or by my employees in the execution of the works. This indemnification
obligation include but not to be limited to claims, damages, losses, damage-proceedings,
charges and expenses which are attributable to
a. Sickness or disease or death or injury to any person, and
b. Loss of, or damage to, or destruction of any property including consequential loss or use,
and
c. Loss or damage or costs arising from the carriage of materials, or any subcontractor or any
tier.
All sums payable by way of compensation under these conditions shall be considered
reasonable compensation payable to CMRL without reference to actual loss or damage
sustained and whether or not any damage shall have been sustained. The decision of CMRL
as to compensation claimed shall be final and binding.
IN WITNESS whereof, the Contractors have put their signatures in the presence of the
witnesses.
(Name, signature of Managing Director/Managing Partner, date& address of Contractor)
1. WITNESS : NAME & ADDRESS
2. WITNESS: NAME & ADDRESS
Annexure – 12
Page 79 of 79 Seal & Signature of Bidder with Date
Compliance Sheet for technical suitability.
To be filled and signed by the bidder
S.no Details
Compliance
(Write YES or
NO only)
1. Relevant work experience as per clause no. 6 of GCC.
2.
Capability to seamlessly integrate maintenance management system
with on-board real time automated remote data acquisition system and
material management system without human intervention.
3. Capability to run on hosted, on premise or cloud platforms with
portability of license across any of the above during the AMC period.
4.
Capability to automatically receive and store failure logs/ event logs
from all the 42 train sets, two HABDs, two hand held laser based wheel
profile measuring system in a data server in real-time through remote
data acquisition hardware and software.
5. The software user licenses are not restricted on the number of
participants or users of the solution, but shall be based on the fleet size.
6.
Capability by CMRL to add unlimited number of users at any role or
capacity to use the solution at any point of time throughout the service
life of the software.
7.
The rule based diagnostics and alerts trigger system is capable of
allowing the user to define, modify and configure rules at any point of
time without the need to approach the supplier.
8.
In the event of hardware failure or malfunction requiring replacement, it
shall be completed within 30 minutes either in depot or in mainline
during AMC period.
Note:- All the above points need to be fully complied by the bidder. Any “NO” in the
compliance will entail disqualification of the bidder.
Annexure – 13