Chennai Metro Rail Limited, Chennai 600107,...

80
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.

Transcript of Chennai Metro Rail Limited, Chennai 600107,...

Page 1: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 2: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 3: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 4: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 5: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 6: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 7: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 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 8: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 9: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 10: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 11: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 12: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 13: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 14: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 15: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 16: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 17: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 18: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 19: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 20: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 21: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 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 22: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 23: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 24: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 25: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 26: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 27: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 28: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 29: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 30: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 31: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 32: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 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 33: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 34: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 35: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 36: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 37: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 38: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 39: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 40: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 41: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 42: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 43: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 44: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 45: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 46: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 47: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 48: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 49: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 50: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 51: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 52: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 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 53: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 54: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 55: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 56: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 57: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 58: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 59: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 60: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 61: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 62: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 63: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 64: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 65: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 66: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 67: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 68: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 69: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 70: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 71: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 72: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 73: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 74: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 75: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 76: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 77: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 78: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 79: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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 80: Chennai Metro Rail Limited, Chennai 600107, Indiachennaimetrorail.org/wp-content/uploads/2017/11/CMRL...Chennai Metro Rail Limited, Chennai 600107, India. NIT No: CMRL/RS/12/2017 CMRL

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