Documenti di Didattica
Documenti di Professioni
Documenti di Cultura
INDEX
FROM TO
3.6 ANNEXURE 2.VI: PROJECT MILE STONES FOR FMM 3/66 3/67
(SCOPE –A)
2
S. No. DESCRIPTION PAGE NO.
FROM TO
3.7 ANNEXURE 2.VII: PROJECT MILE STONE FOR LMS 3/68 3/69
(SCOPE-B)
3.11 ANNEXURE 2.XI POC USE CASES FOR FMM DEPOT 3/277 3/285
AND LMS SHED APPLICATION
3
Tender for FMM & LMS Tender Document Part-I
1.
Centre for Railway Information Systems 1/1 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-I
1 Turn key work for supply, installation, commissioning, training and implementation with
support of ERP/EAM based FREIGHT MAINTENANCE MANAGEMENT SYSTEM at three
Wagon Depots of Northern Railways & North Central Railways and LOCO SHED
MANAGEMENT SYSTEM, at three Diesel Sheds of Northern Railways.
The tender forms, conditions of contract including specifications and other information can be
purchased from General Manager P-II during working hours on any working day upto one day
before the date of submission of tender above on payment of Non refundable cost of tender
document as mentioned above. The cost of tender document should be remitted by Demand
Draft only in favour of CRIS payable at Delhi. Tender document can also be downloaded from
CRIS Website www.cris.org.in. However, at the time of submission of Bid, the requisite Non
refundable cost of tender document must be submitted along with Bid, failing which tender will
be summarily rejected.
Centre for Railway Information Systems 1/2 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-I
1. The tender documents must be submitted duly completed in prescribed formats as per
Annexure-I of Tender Document Part-I. Bid should be submitted in sealed envelope
boldly marked as “LMS and FMM PROJECT – TENDER NO. 2009/CRIS/GM P-II/
FMM-LMS Tender/09-10”. In case of two bid tender, each bid packet should be similarly
marked and the type of bid contained in the envelope, i.e., Technical Bid or Commercial
Bid, must also be marked on the respective envelope in bold letters.
2. Offers must be complete in all respects. Tenderers must offer compliance against each
item/ detail given in the Technical specifications. Commercial offer must be made strictly
as per format given in rate schedule given in Part-II of tender document. Each page of
the offer must be numbered, signed and offers must be in bound form. Offers must be
accompanied with Earnest Money deposit (EMD) of correct amount and in specified
form. Offers without EMD shall be treated as non responsive and summarily rejected.
3. The bidder should quote prices in the Schedule of Quantities and Rates as per rate
schedule. All Prices shall be in Indian rupees and no foreign exchange/import license
shall be provided for procurement of any spares required by the contractor. Prices
should be quoted all-inclusive i.e. including freight, insurances, taxes etc.
4. Contracts made under this tender will be governed by General Conditions covered
under part-I and special condition covered under part-II of the contract. In case of any
conflict, the latter shall prevail.
5. The tenderers are advised to study the tender document carefully. Submission of tender
shall be deemed to have been done after careful study and examination of the tender
papers with full understanding of implications thereof.
6. Complete sealed offer should be submitted in a single envelope with two copies, i.e.,
one original and one photo copy of the bid for single bid tenders, duly marked. In case of
a two bid tender, the Technical bids and the commercial bids should each be submitted
in two copies (one original and one photocopy, duly marked) in separate sealed covers.
Sealed bids should be submitted to the General Manager P-II, Centre for Railway
Information Systems (CRIS), 3rd Floor, Pragati Maidan Metro Campus, Pragati Maidan,
New Delhi.-110002 prior to tender box closing time mentioned in the notification. The
tender box will be kept at the CRIS Reception and will be opened 30 minutes after the
tender closing time on the same date at CRIS Office in the presence of tenderers or their
Centre for Railway Information Systems 1/3 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-I
representatives. In case a bid cannot be dropped inside the sealed box for any reason, it
may be submitted to the General Manager/P-II/CRIS and acknowledgement obtained of
the date and time of submission. The date and time of submission should also be
endorsed by the bidder on each sealed envelope and certified by General Manager P-
II/CRIS on each sealed envelope. A record of such offers directly received will also be
kept on the tender register maintained by the Project Office, P-II Group /CRIS. Such
directly received offers will be treated at par with the offers dropped in the tender box.
7. In case of two bid tender, technical and commercial bids should also be submitted as
soft copy on a separate CD inside the sealed cover containing the respective bid and, in
case of single bid tender, a single CD containing complete techno-commercial bid
should be submitted as a part of the sealed offer.
8. In case of two bid tenders, the Commercial bid shall contain nothing other than prices as
per the Rate Schedule format given in Part II (2.1.12) of the tender document. Also, no
commercial condition or rate should be offered/disclosed by the tenderer in the technical
bid.
9. In case of two bid tenders, the technical bid shall be opened first on the prescribed
tender opening date and time and the commercial bid shall be opened later on a
specified date which would be made known to eligible tenderers after technical
evaluation has been completed. If on the basis of technical
evaluation/clarifications/discussions with the tenderers price changes become
necessary, bidders may be permitted to submit supplementary commercial bid only for
such items which need revision of price on the basis of specific written advice to them by
CRIS. In case a supplementary commercial bid is asked for, the same shall be taken into
consideration for deciding inter-se position of the commercial bids at the time of
evaluation.
10. Delays in mail shall not be accepted and bids received after the closing time shall not be
considered. Such late bids shall not be returned to the tenderer. Decision of CRIS in this
respect will be final.
11. In case a Pre-bid conference is notified, bidders may attend the same at notified time
and date to discuss and clarify any and all Technical and Commercial aspects of the
tender. Modifications/clarifications if required shall be issued on the basis of the
discussions during the pre-bid conference, in writing, to all tenderers who have
purchased the tender document. The last date for issuing post Pre-Bid clarifications will
be as given in the Notice for Invitation of Tender.
13. Tenderers may seek any clarification from General Manager P-II/CRIS in respect of any
technical or commercial condition. However, such clarifications must be submitted in
writing to CRIS, New Delhi minimum seven days before the date of opening of tender.
Tenderers are requested to carefully study these “Special Instructions to Tenderers” and
the other documents forming part of the Tender Set.
14. Offers on original printed company stationary will only be considered. Offers submitted
by FAX or in any manner other than specified above shall not be considered.
Modifications/rewording of formats shall not be acceptable. All corrections are required
Centre for Railway Information Systems 1/4 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-I
to be signed on the original copy. In case of any difference between two copies of the
bid submitted by the tenderer, the original copy shall prevail. There should be no ink
correction on the duplicate photo copy of the bid.
15. The authorized representative of the bidder must duly attest any alteration. Each page of
bid documents should be signed and stamped (company seal) by the bidder. Additional
conditions/stipulations/deviations to the technical requirements and terms and
conditions, if any, must be clearly brought out by the bidder in the deviation statement,
CRIS reserves the right to consider or reject the same without assigning any reason.
16. If the bidder submits any false information, his bid is liable to be rejected.
17. The submission of the bid will be deemed to imply that the bidder fully understands the
scope of work involved.
18. Incomplete or technically deviated bids will be summarily rejected, without assigning any
reason thereof.
Centre for Railway Information Systems 1/5 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-I
10. Deviations Statement as per Tender Document Part-I. Please submit NIL
statement in case of no deviations.
11. Any other document specifically asked for in the Tender Document Part-I or Part-
II
12. Check list as per Annexure -9 of the Tender Document Part-I.
20. CRIS does not bind itself to accept lowest bid and reserves the right to accept any bid,
wholly or partly and/or split the orders in favour of different vendors.
General Manager/P-II/CRIS
Centre for Railway Information Systems 1/6 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-I
Turn key work for supply, installation, commissioning, training and implementation with
support of ERP/EAM based FREIGHT MAINTENANCE MANAGEMENT SYSTEM at
three Wagon Depots of Northern Railways & North Central Railways and LOCO SHED
MANAGEMENT SYSTEM, at three Diesel Sheds of Northern Railways
1.1. “CRIS” would mean the Centre for Railway Information Systems acting through its
Managing Director or any other representative authorized by him.
1.3. “Contract” means and includes the invitation to bid, Instructions to Bidders,
Acceptance of Bid, Special Conditions of Contract and other conditions specified in the
acceptance of bid and includes a repeat order which has been accepted or acted upon
by the contractor and a formal agreement, if executed;
1.4. The “Contractor” means the person, firm, bidder or company with whom the purchase
order is placed and shall be deemed to include the contractor’s successors (approved
by the Purchaser), representatives, heirs, executors, administrators and permitted
assignees, as the case may be, unless excluded by the terms of the contract. The
terms “Contractor” and “Successful Bidder” have been used interchangeably in this bid
document.
1.5. “Purchasing Officer” means the officer signing the acceptance of bid and includes any
officer who has authority to execute the relevant contract on behalf of the Managing
Director/CRIS.
1.6. The “Purchaser” means Managing Director/CRIS for and on behalf of CRIS or any
representative authorized by him. It also includes Managing Director/CRIS’s
successors and assignees/transferees.
1.7. Bidder/ Tenderer: Shall mean a company/firm in its individual right or the lead member
of the consortia.
Centre for Railway Information Systems 1/7 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-I
1.11. “Personnel” means staff, employees, agents, contractors and sub-contractors of either
party and also includes the staff, employees, agents and contractors of those
subcontractors with qualification, experience and certification.
1.14. “Purchase” means purchase of itemized goods or execution of works & services as
indicated in the “Scope of work” given in Part-II of the tender document.
2.1 The proprietor in case of “Sole Proprietor” firm or constituted attorney of such sole
proprietor.
2.2 One of the partners in the case of a “Partnership” firm, 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. In the absence of such
authority all partners should sign the Tender.
2.3 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.
Centre for Railway Information Systems 1/8 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-I
2.4 For all purposes of the contract, including arbitration thereafter, the address of the
tenderer mentioned in the tender shall be the address to which all communications shall
be addressed.
3. CONSORTIUM BIDDERS:
3.4 Notwithstanding any change in the composition of Consortium at post purchase order
stage, complete and total responsibility and liability for execution of the contract shall
remain of the lead partner.
4.2 Deposit (EMD) is liable to be forfeited if the bidder withdraws or amends or impairs or
derogates from the bid in any respect within the period of the bid and is open for
acceptance whether originally fixed or extended.
4.3 EMD shall also be forfeited if bidder fails to execute performance guarantee bond within
stipulated time after acceptance of bid is communicated to him. Any bid not
accompanied by EMD is liable to be summarily rejected.
4.4 The EMD will be returned to the successful bidder only on submission of the
performance guarantee bond in the prescribed format and of the requisite value.
4.5 No interest shall be payable by the Purchaser on the Earnest Money/Bid Guarantee to
the tenderer.
4.6 The Earnest Money shall remain deposited with the Purchaser for the period of 180 days
or validity period as mentioned, from the date of opening of Tender. If the validity of the
offer is extended, the Earnest Money Deposit extension shall also be furnished failing
Centre for Railway Information Systems 1/9 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-I
which the offer after the expiry of the aforesaid period shall not be considered by the
Purchaser.
4.7 The Earnest Money of all unsuccessful tenderers will be returned by the Purchaser on
placement of purchase order.
5.1 All columns of the technical specifications compliance sheet must be filled. Any
deviations should be clearly indicated against individual items. All rates in the Financial
Bids should be clearly filled. The rates must be in words and figures both. In case of any
discrepancy unit rate in words will take precedence. Bids should be filled and signed in
ink.
5.2 The Purchaser will accept internationally accepted alternative specifications which
ensure equal or higher quality than the specifications mentioned in the Technical
Specification except where Make or Brand is specified in the technical specifications.
However, the decision of the Purchaser in this regard shall be final. The Tenderer should
also furnish “Statement of Deviations” from tender specifications as per proforma given
in Annexure – 4 of tender document part-I along with the offer.
5.3 The authorized representative of the tenderer must duly attest any alteration.
5.4 Each page of the bid including enclosures, if any, is to be signed by the tenderer. Any
unsigned page shall not be taken cognizance of.
5.5 Tenderer shall submit all technical information and product brochures along with the
techno-commercial bid. The language of these documents must be English.
5.6 The tenderer should submit self details as per proforma given in Annexure 7.
5.7 Tender documents with non-compliance of the above clauses are liable to be rejected.
6.1 The purchaser reserves the right to make revisions or amendments to the bid
documents, when deemed necessary, prior to the closing date of the bid, through proper
notification or web-site. The bidders must watch CRIS web site for any such
amendments. The purchaser shall be at liberty to consider extending the date set for the
bid opening by such a number of days as in the opinion of the purchaser will enable the
bidders to revise their bids.
7.1 In case any bidder finds any discrepancy or omission in any part of the tender
Document/or he has any doubt to their meaning, he should notify the Purchaser
minimum 7 days prior to tender opening date who may clarify and send a written
instruction to all bidders for correction, if necessary. It however, does not entitle the
bidder to seek any extension of tender opening date.
Centre for Railway Information Systems 1/10 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-I
7.2 It shall be understood that every endeavor has been made to avoid any error which can
materially affect the basis of the bid and successful bidder 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.
7.3 The submission of the tender will be deemed to imply that the Tenderer fully
understands the scope of work involved and has read and understood all conditions of
the tender document and his liabilities and responsibilities in respect of the tender.
8. PROCESS TO BE CONFIDENTIAL
8.1 After the public opening of bids, information relating to the examination, clarification,
evaluation and comparison of bids, and recommendations concerning the award of the
purchase order shall not be disclosed to the tenderers or other persons not officially
concerned with such process.
8.2 Any effort by the tenderer to influence the purchaser in the process of examination,
clarification, evaluation and comparison of bids, and in the decision concerning the
contract, may result in rejection of his bid.
9. COPIES.
9.1 The bids shall be submitted in 2 (two) copies i.e. one original and one duplicate in
double envelopes and shall be sent by Registered Post, return receipt requested, or
dropped in the tender box or handed over to the General Manager( P-II )/CRIS or person
authorized and acknowledgement obtained with date and time of submission.
9.2 The bidder will clearly mark the original copy and duplicate copies. In case of any
discrepancies between the original and duplicate (s) the original will be considered as
authentic. There should be no correction in ink on the duplicate photocopy of the
original.
10.1 The sealed bids shall be opened in the presence of such of the bidders or their
authorized representatives who may like to be present at the time and date fixed.
However, the purchaser shall have a right to change the date and time of opening of the
bid. The changed date and time shall be notified.
11.1 To assist in the examination, evaluation and comparison of bids, CRIS may ask the
tenderer individually for a clarification on his bid including breakdown of unit rates. The
request for clarification and the responses shall be in writing/fax but no change in price
or substance shall be sought, offered or permitted except as required to confirm the
correction of arithmetical errors discovered by CRIS during the evaluation of bids. Such
reply shall be given within the time limit mentioned in the intimation issued by CRIS,
failing which CRIS will be at liberty to conclude that nothing further is to be submitted by
the vendor on this matter.
Centre for Railway Information Systems 1/11 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-I
11.2 The bidder should make available the offered products, if desired during evaluation of
bids for benchmarking of the application to ensure that there are no compatibility issues.
12. VALIDITY.
12.1 The validity of the bid must be for a minimum of 180 days from the last day of bid
submission. Any subsequent extension of validity shall be for minimum 60 days.
13.1 CRIS reserves the right to place order for a part item/combination of the quantity offered.
The unit rates offered by the tenderers shall be valid for any such part order. CRIS
reserves the right to reject any or all tenders without assigning any reason to the
tenderers. CRIS may call upon one or more tenderers for demonstration/testing of all or
any quoted item at CRIS office.
14.1 The contractor shall indemnify and protect the purchaser from and against all actions,
suits, proceedings, losses, costs, damages, charges, claims and demands of every
nature and description brought against or recovered from CRIS/Railways by reasons of
any act or omission of the contractor, his agents or employees, in the execution of the
works or in the guarding of the same.
14.2 Total financial liabilities of the bidder arising out of breach of contractual obligations shall
not exceed the value of contract and shall be limited to direct damages. However, any
liabilities arising out of breach of any obligation(s) commonly applicable in Indian or
International law or regulation or intellectual property right infringements etc shall not be
limited by this agreement and the bidder shall be solely and completely responsible for
any such violation on his part.
15. INSURANCE:
15.1 The purchaser shall not arrange for any ‘Transit Insurance’ and the supplier will be
responsible till the entire goods contracted, arrive in good condition at destination site as
mentioned in the delivery schedule and the tenderer shall, at his own cost,
unconditionally replace/rectify the goods lost/damaged to the entire satisfaction of the
consignee within 30 days from the date of receipt of intimation from the consignee.
16.1 It will be the sole responsibility of each bidder to fully acquaint himself with all the local
conditions and factors, which could have any effect on the performance of the contract
and/or the cost.
Centre for Railway Information Systems 1/12 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-I
17. PRICES.
17.1 All Prices shall be in Indian Rupees and no foreign exchange/import license shall be
provided. The prices should be inclusive of all taxes, duties, P&F Charges, freight
insurance, levies applicable at the time of submission of bid. However, Firm should
explicitly indicate these charges in their offer. If offer is silent about the above charges
then it will be presumed that prices are inclusive of these charges. In this case bidder will
have no right to demand charges/additions to such charges as may be levied,
subsequent to opening of the bid.
17.2 In case of change in any duty or tax on account of change in rules/legislation by the
Government, the actual rates as applicable at the time of placement of order shall be
payable only for taxes which are clearly stated as percentages in the offer.
17.3 Quoted prices shall remain firm for a period of minimum 180 days from the last day of
bid submission.
17.4 CRIS reserves the right to place order for a part item/combination of the quantity offered.
The unit rates offered by the tenderers shall be valid for any such part order.
18.1 The prices charged for the goods supplied under the contract by the vendor shall at no
event exceed the lowest price at which the vendor sells the goods or offers to sell the
goods of identical description to any person/ organization including the purchaser or any
department of State/ Central Government, as the case may be during the currency of the
contract.
18.2 If, at any time during the said period the vendor reduces the sale price, sells or offers to
sell such goods to any person/organization including the purchaser or any department of
State/Central Government as the case may be at a price lower than the price chargeable
under the contract, the vendor shall forthwith notify such reduction or sale or offer to sell
to the purchaser and the price payable under the order for supply of material after the
date of coming into force of such reduction or sale or offer to sell shall stand
correspondingly reduced.
18.3 The above clause is applicable for Rate Contract Tender only and not for fixed quantity
tenders.
19.1 Prior to the expiry of bid validity, the successful bidder shall be notified by mail/fax.
Within one month of issue of LOA (letter of acceptance)/ PO (purchase order), the
successful bidder shall send his/her acceptance of the LOA/PO along with the contract
performance bank guarantee.
Centre for Railway Information Systems 1/13 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-I
20.1 Delivery time to supply the goods to the consignees stated in Part-II of the Tender
Document shall 4 to 6 weeks from the date of purchase order or as per the schedule of
delivery laid down in Tender Document part-II.
20.2 The time for and the date specified in the contract or as extended for the delivery of the
material shall be deemed to be the essence of the contract and delivery must be
completed not later than the date(s) so specified or extended.
20.3 In case of failure by firm to supply the goods within the delivery period stated in the
purchase order, the Purchaser shall be at liberty to extend the delivery period on
reasonable ground for extension of time. Any failure or delay on the part of Sub-
Contractor shall be the sole responsibility of the bidder.
20.4 In respect of items of work/services, the dates of completion will be as per respective
project mile stone given in the tender document part-II. The quantum of each item as per
works scope will be recorded in a measurement book maintained by CRIS and jointly
signed by CRIS and the contractor on the date of completion of respective mile stone.
21.1 Any delay by the vendor in the performance of the delivery obligations in respect of
supply of goods shall render him/her liable to any of the following penalties:-
21.2 In the event of tenderer’s failure to supply the said items of acceptable quality and
specifications within the original delivery period given in the purchase order, CRIS shall
be at liberty to recover liquidated damages to be levied @ 0.5% of the order value for
supply of goods per week or part thereof subject to a maximum of 10% of the total order
value.
21.3 Forfeiture/encashment of the performance bank guarantee/earnest money.
21.4 Liquidated damages shall be calculated on the total contract value comprising of value of
complete equipment and installation & commissioning charges for a site. The supply
shall be taken as complete only after the last installment of supply has been made.
21.5 After a delay of more than 8 weeks, CRIS will be at a liberty to cancel the purchase
order and buy the items from any other vendor, at bidder’s risk and cost. Any losses
caused to CRIS on this account shall be recoverable from the bidder.
21.6 In addition to the above penalties related to delay in supply of goods as per contract,
penalties in respect of delays in execution of work /services specified under Scope of
Work / Services as per Tender Document Part-II will be applicable as provided in Tender
document Part-II.
22.1 The tenderer must specify Item wise compliance to Technical specifications duly
vetted by the respective OEMs or supported by technical brochures, duly endorsed by
OEMs, for the offered products. The Model and Make of the offered product should be
clearly specified.
22.2 No change of make or brand will be permitted after issue of purchase order. However,
under extra-ordinary circumstances, viz, closure of supplier’s business,
discontinuation of brand/product in market, statutory ban on such brand/product, or
Centre for Railway Information Systems 1/14 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-I
22.3 The tenderer must pass on the standard OEMs’ warranty which comes bundled with
the purchased equipment wherever it is superior to the warranty specified in this
tender document.
22.4 The tenderer shall ensure availability of spares and software updates/patches for a
period of at least 05 years from the date of purchase order.
22.5 The tenderer along with OEM should make available the offered products, if desired
during technical evaluation of bid for testing and benchmarking at CRIS, New Delhi.
22.6 Tenderer has to provide documentary evidence for back-to-back support agreement
with the respective OEM.
22.7 The installation of the ordered Systems shall be carried out without disturbing the
ongoing working of the existing system.
22.8 Detailed designs and drawings required for installation of equipment and the scheme of
layout and connections required shall be submitted by the tenderer along with his offer.
22.9 Obtaining of licenses in addition to the existing licenses or any other statutory
requirement for installation and working of all equipment shall be responsibility of the
tenderer.
22.10 CRIS will have no responsibility or liability towards infringement of any IPR, anywhere,
on account of any product or technology supplied by the bidder or its use in the offered
solution and all expenses arising out of any claim or damages from any agency on such
account, at any time, shall be borne by the bidder. Complete ownership of the source
code for custom developments done under the project shall remain with CRIS. The
bidder shall not use the solution as implemented under the contract at any other location
without written permission from CRIS who shall be free to use the solution as they deem
fit.
23.1 After receipt of purchase order the contractor shall furnish a Performance cum Warranty
Guarantee (PWG) Bond from a nationalized bank or from a Commercial Bank duly
counter-signed by the Reserve Bank of India/ State Bank of India, New Delhi or by any
Nationalized Indian Bank as per proforma attached (Annexure 8 of tender document
Part-1) within 30 days of issue of purchase order for an amount equivalent to 10% of the
value of the contract. The PWG Bond shall remain valid up to a period of 3 months
beyond the last date of Warranty period for any goods supplied under the contract. In
case of extension of delivery period, or the warranty period on any account, the
contractor shall extend the period of PWG Bond by an equivalent period.
Centre for Railway Information Systems 1/15 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-I
23.2 The purchaser shall be entitled and it shall be lawful on his part to forfeit the amount of
PWG Bond in whole or in part in the event of any default, failure or neglect on part of the
contractor in fulfillment or performance of the contract under reference in all respects to
the satisfaction of the purchaser. The purchaser shall be entitled to deduct from the
amount of PWG Bond any loss or damage which the purchaser may suffer or be put by
any reason of or due to any act or other default recoverable by the purchaser from the
contract. The losses recoverable by the purchaser from the PWG Bond shall include all
losses incurred by the purchaser during the warranty period on account of failure of
equipment or delay in attending the equipment by the contractor during the warranty
period as per stipulations of the contract.
23.3 The PWG Bond will be returned to the contractor without any interest on performance
and completion of the contract which shall include installation, commissioning of
complete equipment to be supplied under the contract and fulfillment of warranty
obligations for the complete equipment in terms of the contract.
24.1 80% of the value of complete equipment supplied shall be paid by the purchaser on
receipt of material by consignee in good conditions and upon furnishing the following
documents:
24.2 Balance 20% shall be paid after installation and commissioning of the equipment to the
satisfaction of the consignee and upon furnishing the following documents:
Centre for Railway Information Systems 1/16 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-I
5) Any installation and commissioning charges and after-sales services will only be
paid on delivery of actual services or at the end of after sales-service period, or,
as defined in tender document part-II.
25. WARRANTY.
25.1 Tenderer shall provide comprehensive warranty against all manufacturing defects for a
period of 12 months from the date of complete commissioning or 18 months from the
date of completion of supply of material, which ever is minimum, on all hardware &
system software, Networking Equipment from the date of acceptance of equipment. The
format for offering warranty by the tenderer is enclosed Annexure 5 given in Tender
Document part -I.
25.2 In case of warranty period stated in Tender Document Part-II is longer than 12 months,
warranty shall be applicable for stated period from the date of complete commissioning
or stated warranty period plus 6 months from the date of completion of supply of
material.
26. INCOME-TAX
26.1 Income tax shall be deducted at source by CRIS from all the payments made to bidder
according to the Income tax Act, unless bidder prior to release of payment submits valid
and complete documents for Income tax exemption.
26.2 A certificate shall be provided by CRIS to the bidder for any tax deducted at source.
27.1 The Purchaser shall be at liberty to enhance or reduce the quantity of supplied
mentioned in the purchase order up to a maximum extent of 30 % without assigning any
reasons. In case of items of works scope, based on actual measurement/ quantities, the
Purchaser shall be at liberty to enhance or reduce the total quantity of work in respect of
items of work mentioned in the purchase order without assigning any reasons. The
bidder shall comply to such modifications unconditionally provided these are made
before completion of the deliveries under the purchase order. Any such change in
quantity shall have no impact on the rates mentioned in the purchase order for any such
item.
CRIS may, without prejudice, to any other remedy for breach of contract, by written
notice of default sent to the vendor terminate the contract in whole or part thereof if:
1. The vendor fails to deliver any or all of the obligations within the time period(s)
specified in the contract, or any extension thereof granted by the client.
2. The vendor fails to perform any other obligation(s) under the contract.
Centre for Railway Information Systems 1/17 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-I
3. The vendor is proved to have submitted any false information or document during
the bid evaluation process which amounts to a fraud or misrepresentation or the
bidder is indicted by any Government agency for any Public fraud.
29.1 The contractor shall not be entitled to make any claim whatsoever against the Purchaser
under or by virtue of or arising out of this contract, nor shall the Purchaser entertain or
consider any such claim if made by the Contractor, after he shall have signed a “No
Claim” certificate in favour of the Purchaser, after the works are finally completed. The
contractor shall be debarred from disputing the correctness of the items covered by “No
claim” Certificate or demanding a reference of Arbitration in respect thereof.
29.2 Matters finally determined by the Purchaser: All disputes and differences of any kind
whatsoever arising out of or in connection with the contract, whether during the progress
of the works or after their completion and whether before or after the termination of the
contract, shall be referred by the Contractor to the purchaser and the purchaser shall
within a reasonable time period after their presentation make and notify decisions
thereon in writing. The decisions, directions, classification, measurements, drawings and
certificates with respect to any matter the decision of which is specifically provided for by
these or other special conditions, given and made by the purchaser, or by the officer on
behalf of the purchaser, are matters which are referred to hereinafter as “Excepted
Matters” and shall be final and binding upon the contractor and shall not be set aside on
account of any informality, omission, delay of error in proceeding in or about the same
for any other ground or for any other reason and shall be without Appeal.
29.3 Demand for arbitration: In the event of any dispute or difference or differences between
the parties hereto as to the construction or operation of this contract, or the respective
rights and liabilities of the parties, on any matter in question, dispute or differences on
any account, or as to the withholding by the purchaser of any certificate to which the
contractor may claim to be entitled to, or if the purchaser fails to make a decision within
a reasonable time, then and in any such case, the contractor, till 90 days of presenting
his final claim on disputed matters may demand in writing that the dispute or difference
be referred to arbitration. Such demand for arbitration shall specify the matters, which
are in question, dispute or the difference, and only such dispute, or difference of which
the demand has been made and no other shall be referred to arbitration.
29.4 On a demand for arbitration being received, the disputed matters shall be referred to the
two member arbitration panel- one appointment by the purchaser and the other from the
panel submitted by the bidder – duly appointed by MD/CRIS. Umpire will be appointed
as per Arbitration and Reconciliation Act 1996. It will be of no objection that the arbitrator
is a Government Servant/ Officer and that he had to deal with the matters to which the
contact relates or that in the course of his duties as a Government Servant/Officer he
has expressed views on all or any of the matter in dispute or difference. The award of
the arbitrations shall be final and binding on the parties to this contract. In the event of
the arbitrator dying, neglecting or refusing to act or resigning or being unable to act for
any reason or his award being set aside by the court for any reason, shall be lawful for
the Managing Director, CRIS to appoint another arbitrator in place of the outgoing
arbitrator in the manner aforesaid.
29.5 The arbitrator may from time to time with the consent of all the parties to the contract
enlarge the time for making the award.
Centre for Railway Information Systems 1/18 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-I
29.6 If the value of the claim in a reference exceed Rs. Two lakhs, the arbitrator shall give
reasoned award.
29.7 The venue of arbitration shall be the place from which the acceptance of bid is issued or
such other place as the Managing Director, CRIS at his discretion, may determine.
29.8 Upon every and any such reference, the assessment of costs incidental to the reference
and award respectively shall be in the discretion of the arbitrator.
29.9 If the Contractor does not prefer his specific and final claims in writing, within a period of
60 days of receiving the intimation from the purchaser that the final bill is ready for
payment, he will be deemed to have waived his claim(s) and the purchaser shall be
discharged and released of all liabilities under the contract in respect of those claims.
29.10 Obligation during pendency of arbitration: Work under the contract unless otherwise
directed by the purchaser will continue during the arbitration proceedings and no
payment due or payable by the purchaser shall be withheld, except payments involved in
the dispute, on account of such proceedings provided, however, it shall be open for
arbitrator or arbitrators to consider and decide whether or not such work should continue
during arbitration proceedings.
29.11 The Arbitrator shall have power to call for such evidence by way of affidavits or
otherwise as the Arbitrator shall think proper and it shall be the duty of the parties here
to be or cause to be done all things as may be necessary to enable the Arbitrator to
make the award without any delay.
29.12 Subject to as aforesaid, Arbitration and Conciliation Act 1996 and the Rules there under
any statutory modification thereof shall apply to the Arbitration proceedings under this
Article.
29.13 The jurisdiction for settlement of any disputes through Court under this contract shall be
at Delhi.
30 Force Majeure
30.1 If at any time, during the continuance of this contract, the performance in whole or in part
by either party or any obligation under this contract shall be prevented or delayed by
reason of any war, or hostility, acts of the public enemy, civil commotion, sabotage, fires,
floods, explosions, epidemics, quarantine restriction, strikes, lockouts or act of God
(hereinafter referred to as events) provided notice of happenings of any such eventuality
is given by either party to the other within 21 days from the date of occurrence thereof,
neither party shall by reason of such event be entitled to terminate this contract nor shall
either party have any such claim for damages against the other in respect of such non-
performance or delay in performance, and deliveries under the contract shall be
resumed as soon as practicable after such event may come to an end or cease to exist
and the decision of the purchaser as to whether the deliveries have been so resumed or
not shall be final and conclusive provided further that if the performance in whole or part
of any obligation under this contract is prevented or delayed by reason of any such event
for a period exceeding 60 days either party may at his option, terminate the contract
provided also that if the contract is terminated under this clause, the Purchaser shall be
at liberty to take over from the Successful tenderer at a price to be fixed by the
Centre for Railway Information Systems 1/19 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-I
purchaser with mutual consent which shall be final. All unused, undamaged and
acceptable materials bought out components and stores in course of manufacture in
possession of the Successful tenderer at the time of such termination of such portions
thereof as the purchaser may deem fit excepting such materials bought out components
and goods as the Successful tenderer may with the concurrence of the Purchaser select
to retain.
2. For deciding inter-se position at the time of commercial evaluation, the prices of
original price bid shall normally be considered. However, supplementary
commercial bid prices shall also be taken into consideration for deciding the
inter-se position in case of revised/upgraded specification/items whose revised
prices have been called for from bidders. Final selection will be made on the
basis of lowest cost from amongst the technically suitable bids for which the
commercial bids are opened.
Centre for Railway Information Systems 1/20 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-I
1.4
Centre for Railway Information Systems 1/21 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-I
ANNEXURE - 1
Centre for Railway Information Systems 1/22 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-I
Dated ......................... 20
...............................................................
Signature and Seal of Manufacturer/Tenderer
Note:
1. The offer must be submitted as per this covering proforma. The tenderer may use
his letter head to submit his offer.
2. In case of two bid tenders, prices/rates (item (6) and (10) above) may be kept blank
in the copy submitted along with the technical offer and indicated only in the copy
submitted with the commercial offer.
Centre for Railway Information Systems 1/23 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-I
ANNEXURE-2
PERFORMANCE DETAILS
Client Name Purchase order no. & Items supplied and Contact person &
date date completed Tel. No.
Date:
Signature:
Name:
Company:
Seal:
Centre for Railway Information Systems 1/24 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-I
ANNEXURE-3
The service centers listed below are fully functional and equipped with spares and skilled
manpower for providing satisfactory after sales services within a radius of consignee
locations for the equipment supplied by us under this contract.
Date:
Signature:
Name:
Company:
Seal:
Centre for Railway Information Systems 1/25 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-I
ANNEXURE - 4
Centre for Railway Information Systems 1/26 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-I
ANNEXURE-5
WARRANTY
We warrant that the equipment to be supplied by us hereunder shall be brand new, free
from all encumbrances, defects and faults in material workmanship and manufacture and
shall be of the highest grade and equally consistent with the established and generally
accepted standards for material of the type ordered shall be in full conformity with the
specifications, drawings or samples, if any, and shall operate properly. We shall be fully
responsible for its efficient and effective operation. This warranty shall survive inspection of
and payment for and acceptance of the goods, but shall expire ----------- months ( to be called
warranty period) from after their successful installation and acceptance by the purchaser or
warranty period plus 6 months from the date of completion of supply of material.
We also warrant that the function contained in the system software and application software,
if any, will meet the manufacturer's specification together with any clarifications given by
us and that the operation of these firmware will be uninterrupted and error free and all software
defects, if any, will be corrected by us.
The obligations under the warranty expressed above shall include all costs and taxes relating
to labour, spares, maintenance (preventive and unscheduled) and transport charges from site
to manufacturers works and back and for repair/adjustment or replacement at site of any part of
equipment which under normal care and proper use and maintenance proves defective in
design, material or workmanship or falls to operate effectively and efficiently or conform to the
specifications and for which notice is promptly given by the purchaser to the supplier.
--------------------------- -----------------------------
Signature of the Witness Signature of the Tenderer
Date:
-------------------------
Seal of the company
Centre for Railway Information Systems 1/27 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-I
ANNEXURE - 6
Dear Sir,
Sub:- CRIS, New Delhi’s Tender No.....................
Yours faithfully,
(Name)
for & on behalf of M/s...............
(Name of Manufactures)
Note: This letter of authority should be on the Letter-Head of the manufacturing concern and
should be signed by a person competent and having the power of attorney to bind the
manufacturer.
Centre for Railway Information Systems 1/28 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-I
ANNEXURE: 7
BIDDER’S SELF INFORMATION: (In case of consortium, for all constituent members)
Signature:
Name/designation:
Company name/address:
Seal:
Signature:
Date:
Centre for Railway Information Systems 1/29 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-I
ANNEXURE: 8
2. We, …………………Bank Ltd., further agree that the guarantee herein contained shall
remain in full force and effect during the period that would be taken for satisfactory performance
and fulfillment in all respects of the said contract by the Contractor i.e. till
…………………………(viz. the date upto 3 months after the last date of warranty on
goods/services/works supplied/executed under the contract) hereinafter called the “said date”
and that if any claim accrues or arises against us, …………………….Bank Ltd., by virtue of this
guarantee before the said date, the same shall be enforceable against us
……………………………………………Bank Ltd., notwithstanding the fact that the same is
enforced within six months after the said date. Payment under this letter of guarantee shall be
made promptly upon our receipt of notice to that effect from CRIS.
3. It is fully understood that this guarantee is effective from the date of the said contract
and that we,……………………………………Bank Ltd., undertake not to revoke this guarantee
during its currency without the consent in writing of CRIS.
Centre for Railway Information Systems 1/30 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-I
4. We …………………………………..Bank Ltd., further agree that the CRIS shall have the
fullest liberty, without affecting in any manner our obligations hereunder to vary any of the terms
and conditions of the said contract or to extend time of performance by the Contractor from time
to time or to postpone for any time or from time to time any of the powers exercisable by CRIS
against the said Contractor and to forbear or enforce any of the terms and conditions relating to
the said contract and We ……………………….Bank Ltd., shall not be released from our liability
under this guarantee by reason of any such variation or extension being granted to the said
Contractor or for any forbearance and/or omission on the part of CRIS or any indulgence by
CRIS to the said Contractor or by any other matter the effect of so releasing us from our liability
under this guarantee.
……………………………………….
(Bank’s Common Seal)
Centre for Railway Information Systems 1/31 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-I
Centre for Railway Information Systems 1/32 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-I
ANNEXURE - 9
IMPORTANT NOTICE
The following check list is intended to help the tenderers in submitting offer which are complete.
An incomplete offer is liable to be rejected. Tenderers are advised to go through the list carefully
and take necessary action.
CHECK LIST
1. Have you submitted a complete offer?
It should consist of following:
2.1 Purchase order copy and completion certificate copy Submitted/Not Submitted
as per para 3 of Bid Documents Part - II
2.2 Audited Annual Financial reports for last 3 financial Submitted/Not Submitted
years ‘excluding current year as per para – 3
of Bid Documents Part – II
....................................
Signature & Seal of the
Manufacturer/Tenderer
Centre for Railway Information Systems 1/33 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
2.
Centre for Railway Information Systems 2/1 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
INDEX
Centre for Railway Information Systems 2/2 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
CRIS
Centre for Railway Information Systems
3rd Floor, Pragati Maidan Metro Campus,
Pragati Maidan, New Delhi.-110002
Tel: 23379918, 23379987, Fax No. 91-11-23379918
The Freight Maintenance Management (FMM) system is a Turnkey pilot project which
covers complete Customization & Development of centralized ERP/EAM based
application package for management of Freight/ Wagon Depots and its implementation
at the following locations:
i. Two Wagon Depots of Northern Railways, i.e. Tuglakabad (Delhi) & Dhandari
Kalan (Ludhiana).
Also, it aims to provide a portal based Custom built application module for providing
specified functionalities to outside users including Head Quarters, Divisions, Divisional
and Headquarters C&W controllers, Research Design and Standards Organization
(RDSO), Lucknow and Railway board. This application will be integrated with the Wagon
Depot Application. The work of establishing central data centre infrastructure, providing
LAN facilities at three wagon Depots, supply, installation & commissioning of hardware
and networking equipment, training, warranty and ATS for depot based systems and for
the Central Data centre for specified period. It will also include application support for a
specified period from the date of commissioning at each depot, bandwidth hiring for each
depot, where applicable and the central location for a specified period.
Centre for Railway Information Systems 2/3 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
Open line Maintenance of the freight stock is carried out at 148 train examination points
(TXR points), 128 sick lines and 48 Routine Overhauling (ROH) depots which are spread
over the Indian Railway Network. Presently wagons are not owned by any depot except
some limited Close Circuit Rakes. Freight stock may be maintained by any TXR point /
depot nearest to the location where it becomes due for the next examination / overhaul
or repair. Freight stock is utilized freely for operation all over Indian Railway’s network as
per requirement of traffic operations.
Wagon Maintenance Depots are the front line units for the maintenance of wagons
which run on 24x7 basis. Each Wagon Depot works under a local management headed
by Sr. DME (Freight)/ DME (Freight), who is required to be supported by the Depot
application for their day to day work and decision taking. Wagon Depots carryout all
types of maintenance needed to keep the wagons operational including routine
preventive as well as unusual / exceptional maintenance. However, for periodic
overhauling which takes place after a specified period, the wagons are sent to
nominated Periodic Overhauling Workshops. The depots also need to interact with
workshops through HQ Controller, for seeking slots for POH due wagons especially CC
Rakes and for collecting progress of ongoing POH and receive POH history
documentation from the workshop. Depots do not play any role in detailed activities
inside workshops. Depot working is complemented by the examination Yard; yards are
assigned the major task of examining the incoming rakes, accomplishing minor repairs,
sick marking of wagons to Sick line, identifying the due/overdue ROH/POH wagon(s)
and advising them to respective ROH depots & POH workshops. Sick lines are designed
to cover all the unusual/exceptional repairs, and are generally located in the wagon
depot campus. It may also mark the wagon(s) for premature ROH/POH/NPOH attentions
or condemnation if due.
Wagons are the most precious rolling assets and the main bread earners for the Indian
Railways. Historically, IT enablement of freight depots has been lagging far behind than
other rolling stock maintenance facilities. It is also on account of far flung locations of
freight depots and the nature of examination and maintenance work which spreads over
large open boundary less yards. FOIS has been developed fully to meet the operational
requirements of Freight Business and it looks after operational mobility around the
Railway network. Operational efficiency needs to be complemented by efficiency of the
wagon fleet maintenance system. Also, data of FOIS needs to be available to the
maintainer and maintainer’s information needs to be available to the operator for
maintaining a seamless control and integrity of information without duplication. The
process of physical transfer of documents and confirmations in the yard can be
automated suitably to enhance the efficiency and effectiveness. Improved anticipation of
incoming work-load at Wagon depots, information about history of inward wagons and
fitness forecast information can bring down the unproductive time in maintenance and
shunting operations for train formation considerably. Internal efficiency and quality of
work in the maintenance depot will also be improved by IT inputs in collaboration with
sophisticated IT automation tools.
Centre for Railway Information Systems 2/4 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
Wagon maintenance is monitored at apex level at the Railway Board by EDME (Freight)
assisted by Director Mechanical Engineer (Freight). Directorate of Mechanical
Engineering requires daily feedback on performance parameters from all the zones and
it also sends policy directives to the wagon depots through their respective zonal
management.
Research Design and Standards Organization (RDSO) is located at Lucknow and the
Wagon Directorate of RDSO is the advising agency for all maintenance instructions,
technical design matters, trials and vendor approvals for major components and
assemblies. Wagon design, development & trial monitoring is the main task of Wagon
Directorate, RDSO and is headed by executive director, Wagon design. RDSO has to
send technical instructions to all Zonal Railways and the wagon depots on a regular
basis and also collect feedback from the depots in respect of trial
components/maintenance instructions. RDSO maintains the central repository of
drawings and specifications for use by all Zonal Railways.
Centre for Railway Information Systems 2/5 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
a) Body section
To make the wagon’s body healthy against any type of body defects to last for
the next ROH/POH cycle.
b) Bogie section
To obtain optimum life from the bogie, it is desirable to maintain the various
clearances within recommended limits.
f) M&P Section
To minimize M&P breakdown at a time.
(ii) Premium
Duration: 5 Hr.
OPRS validity: 12 + 3 days (grace period in case the wagon is
loaded and headed to some destination.)
Task done: Intensive examination + major repair
Wagon Type: BOXN and BCN only
Centre for Railway Information Systems 2/6 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
(iii) Terminal
Duration: 4 Hr. and 30 Min.
OPRS validity: Source to Destination
Task done: more or less Intensive examination + major repair
Wagon Type: Any wagon
There are about 40 Diesel Locomotive sheds on Indian Railways which are supported by
about as many sub sheds which carry out lower level maintenance of upto
Trip/Monthly/Three monthly periodicity. The main diesel sheds are the maintainers and
the owners of the Locomotives based with them. Once a Locomotive is offered to
operational user, the locomotive becomes available for running passenger/goods train
services at the discretion of the Operating branch. The utilization of the locomotive is
closely watched by the Divisional Power Controller (PCR) who also provides technical
support to the locomotives on the line and constantly monitors uses pattern, unusual
reports, time loss reports and liaisons with the diesel crew on the locomotive. The
functioning of power controllers is territorial, i.e., within the geographical bounds of their
respective division. LMS aims to make the working of the PCR nearly paper less.
Centre for Railway Information Systems 2/7 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
Diesel maintenance is monitored at apex level at the Railway Board by EDME (Traction)
assisted by Director Mechanical Engineering (Traction). Traction Directorate of Board
requires daily feedback on performance parameters from all the zones and it also sends
policy directives to the diesel sheds through their respective zonal management. DME
(Tr) also issues allotments of new Locomotives manufacture by DLW and DMW to
different Zonal Railways.
Research Design and Standards Organization (RDSO) is located at Lucknow and the
Motive Power Directorate of RDSO is the controlling agency for all maintenance
instructions, technical design matters, trials and vendor approvals for major components
and assemblies. RDSO has to send technical instructions to all Zonal Railways and the
diesel sheds on a regular basis and also collect feedback from the sheds in respect of
trial components/maintenance instructions. RDSO maintains the central depository of
drawings and specifications for use by all Zonal Railways and locomotive manufacturing
units.
A Diesel shed handles all maintenance activities related to diesel locomotives excluding
Periodic Overhaul (POH), Rebuilding and Special repairs which require special
infrastructure. Each shed has allocated locos, each of which is identified by a unique
Loco no. which is painted on its side. Locomotives are given most of the preventive
maintenance and break down maintenance at their respective Home Shed. However,
locomotives operate on territories far away from their Home Sheds which also make it
necessary to carry out a part of preventive as well as break down maintenance at other
sheds. Locos visit sheds for schedule maintenance, running/out-of-course repairs,
fuelling and oiling.
Centre for Railway Information Systems 2/8 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
Each shed has 500-1200 staff including about 100 supervisors (floor managers). A shed
has the following major sections:
Some of the important functions and areas of performance of Diesel Locomotive Sheds
are given below:
Centre for Railway Information Systems 2/9 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
1. FMM
Centre for Railway Information Systems 2/10 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
Centre for Railway Information Systems 2/11 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
The Scope of Turnkey work comprises two sub-project scopes, viz, FMM as
Scope -A and LMS as Scope-B. The items of supply/services/works for both Scope-
A and Scope-B must be quoted by the bidder. Any offer submitted with single Scope,
i.e. either Scope-A or Scope-B only, will be treated as incomplete and rejected
summarily. CRIS will be at liberty to opt for either or both of the scopes, fully or partly, by
issuing intimation to all eligible bidders at any stage prior to opening of the commercial
bid.
Bidders may please note that the quantities of hardware, software and other equipment
given under Scope of Work are the minimum requirements which must be complied
with irrespective of any specific system design or architecture selected by the
bidder. Since the solution is required to be architected and designed by Bidders, they
may quote additional items or superior products or offer any of the required items as
Free Bundled items with any offered item, as considered necessary by them duly
indicating the details of the bundled items. In case any of the specified items is
exploded further by the bidder for any technical reason, the rates for sub-items must be
given along with the total for the main item. Please note that no item of scope can be left
blank or deleted by the bidder otherwise their offer may be treated as incomplete and
rejected summarily. The cost of any additional items will be taken into account in
addition to the cost of items as per the scope of work for assessment of total offer
value and commercial ranking of the offer.
This is a turnkey work for providing a fully functional Freight Maintenance Management
System at 3 Freight depot of Northern Railway & North Central Railway, viz,
Tuglakabad/Delhi, Dhandari Kalan/ Ludhiana and Dadri. The Scope of the Turnkey Pilot
project proposed by CRIS covers complete Development & Implementation of
Application for Depot Users, Yard Users, outside Users including Head Quarters,
Divisions, RDSO and Railway Board. Supply, Installation & Commissioning of Hardware
and Networking equipment, Training, AMC and ATS for a period of 1 year from the date
of Commissioning at each Depot and the central location.. A custom built, portal based
central Rolling Assets Management System (ROAMS) application module for central
users including Railway Board, HQs, Divisions, and RDSO. The scope however, will not
include bandwidth hiring /ISDN connection charges, if required, and the central location
which will be arranged by CRIS separately.
The following items will be covered under the Scope of work. The descriptions given are
indicative and detailed technical specifications for these items are given in Para 5:
Technical Requirements.
Centre for Railway Information Systems 2/12 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
ii) Supply, installation and commissioning of system software, database and other
necessary software as per para 2.1.1.1.1D below for the development and
production environment at CRIS with comprehensive technical support / warranty for
a period of 1 year from the date of project commissioning.
iii) Supply, installation and commissioning of hardware, system software & special
automation equipment & solutions as per para 2.1.1.1.1B below at three
Freight/Wagon Depots with comprehensive technical support / warranty for a period
of 1 year from the date of project commissioning.
iv) Supply of ERP/EAM application software user licenses for the development and
production environment to be established at CRIS with comprehensive technical
support / warranty for a period of 1 year from the date of project commissioning as
per para 2.1.1.1.1E .
v) Supply, installation and commissioning of Network equipment at CRIS as per para
2.1.1.1.1C below with warranty for 1 year after project commissioning.
vi) Supply, installation and commissioning of Network equipment and Network related
works at three freight depots as per para 2.1.1.1.1F & para 2.1.1.1.2 below with
warranty for 1 year after project commissioning.
vii) Development/ customization/ testing/ implementation of ERP/EAM depot application
and custom built application for FMM, portal based Central –Rolling Asset
Management System (ROAMS) application module with training , post
commissioning hand holding support and ATS for 1 year after project commissioning
as per para 2.1.1.1.3 below.
Centre for Railway Information Systems 2/13 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
Total 12
9. High speed scanners Nos. 1 HQ 2 2
1 RDSO 1 1
Total 3
10. Hand-Held PDAs without RF- Nos. 2 Div. 3 6
ID reader
11. Laser Printers Nos. 2 HQ 1 2
Centre for Railway Information Systems 2/14 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
2 Desktop Nos. 4 1 2 3 7
Centre for Railway Information Systems 2/15 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
Centre for Railway Information Systems 2/16 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
Centre for Railway Information Systems 2/17 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
The item-wise quantities indicated below are guiding quantities which will be used for
calculation of the commercial value of the offer:
Centre for Railway Information Systems 2/18 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
Centre for Railway Information Systems 2/19 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
Centre for Railway Information Systems 2/20 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
This is a turnkey work for providing a fully functional Loco shed Management System at
3 Diesel Loco sheds of Northern Railway, viz, Tuglakabad/Delhi, Alambagh/Lucknow
and Ludhiana, wh ich will cover complete Customization , Development &
Implementation of ERP/EAM based application for management of Diesel Locomotive
shed users, a custom built, portal based central Rolling Assets Management System
(ROAMS) application module for other than home shed users including head quarters,
divisions, satellite/other sheds, RDSO, DLW/ Varanasi, DMW/ Patiala and Railway
Board, supply installation & commissioning of hardware & system software for central
data centre at CRIS and three sheds, supply installation & commissioning networking
equipment and LAN for Central data centre at CRIS and three sheds, training , warranty
and ATS for a period of 1 year after project commissioning for both shed based
systems and the Central Data centre based systems . It will also include application
support for a period of 1 year from the date of project commissioning. The scope
however, will not include bandwidth hiring /ISDN connection charges for three
sheds and the central location which will be arranged by CRIS.
The following items will be covered under the Scope of work. The descriptions given are
indicative and detailed technical specifications for these items are given in Para 5:
Technical Requirements.
Centre for Railway Information Systems 2/21 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
Centre for Railway Information Systems 2/22 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
Centre for Railway Information Systems 2/23 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
Centre for Railway Information Systems 2/24 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
The item-wise quantities indicated below are guiding quantities which will be used for
calculation of the commercial value of the offer
Centre for Railway Information Systems 2/25 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
Centre for Railway Information Systems 2/26 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
Centre for Railway Information Systems 2/27 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
Centre for Railway Information Systems 2/28 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
3. PREQUALIFICATION CONDITIONS:
3.1 In this tender, sole bidders with authorization from OEMs as per tender conditions or
Consortiums of not more than three constituent members are permitted to participate.
Centre for Railway Information Systems 2/29 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
Centre for Railway Information Systems 2/30 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
Centre for Railway Information Systems 2/31 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
4.1 This is a two bid tender which will be opened as described in Tender Document Part-I,
Para 9 and Para 10 (Instructions to Tenderers). The technical bids will be opened
first and evaluated as described below.
4.2.1 All opened bids will be scrutinized for responsiveness. Any bid submitted without the
prescribed EMD and/or the cost of the tender document will be treated as non
responsiveness. Bids with any ambiguity and/or any significant deviation from the
general terms & conditions of the Tender Document are also liable to be treated as non-
responsive at the discretion of CRIS. All non-responsive bids shall be rejected summarily
and shall not be evaluated further.
4.2.2 All responsive bids shall be subjected to a three stage detailed technical scrutiny by a
Tender Committee appointed by CRIS with inter-stage eliminations as described
below. Bidders whose offers are eliminated during the process of evaluation shall not be
informed. CRIS will inform only the short-listed bidders as considered necessary. The
decision of CRIS shall be final in this respect.
Centre for Railway Information Systems 2/32 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
Centre for Railway Information Systems 2/33 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
5. TECHNICAL REQUIREMENTS:
5.1.1 Electrical power shall made available for all equipment requiring to be connected to the
mains in conformance to Indian Electricity Act.
1. In case of 3 phase power supply: 415+/- 10% V, 3 phase, 50 +/- 3% Hz.
2. In case of single phase power supply: 230 +/- 10% V, single phase, 50 +/- 3% Hz.
5.1.2 All equipment supplied will normally be suitable for operation in ambient temperature
ranging from -50 C to + 500 C with RH upto 95%. The outdoor atmosphere should be
expected to be dusty. Any equipment which requires special ambient conditions for its
normal operation must be clearly identified in the offer along with details of required
ambient condition.
1. The Application should be a browser based centralized application with minimal client
end requirement of processing resources to enable use of a disk less PC / appropriate
thin client. Both application and databases will be fully centralized.
2. The application should be highly parameterized and customizable to enable quick
rollouts at all locations in future.
3. The application should be well optimized to use minimum processing and networking
resources and should be highly scalable to cover in future up to 300 maintenance
installations of Indian Railways, of different sizes for maintaining different categories of
assets like Freight Wagons, other type of locomotive, cranes etc.
4. It is expected that ultimately, total number of ERP/EAM users of the application after
complete roll out at all Loco Sheds, Overhauling Workshops and Wagon Maintenance
depots will be of the order of 5000 users. The offered product should be capable of
providing such multi asset customization and high degree of scalability.
5. Owing to large size of Indian Railways system, there are likely to be differences in
capability of different maintenance units to absorb and implement the application to
different functional granularity in both pilot as well as future roll out phases. There will be
Centre for Railway Information Systems 2/34 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
a need for the application to run at different maintenance units for the same asset at
different levels functional granularity. The offered product should be fully capable of
functioning faultlessly, in a robust manner, under such conditions and permit users to
learn and move towards more complex application features at a pace of their
convenience.
6. The FMM & LMS application should comprise of the following components :
6.1. Depot/Shed Application: This will be an ERP/EAM based application which will
be used by users in shed and depot who are directly involved in locomotive and
wagon maintenance. Depot/Shed application will be integrated with the ROAMS-
FMM and ROAMS-LMS application to share specific information necessary to
achieve the functions specified in Annexure 2.IX and Annexure 2.X. The ERP
and Central users shall be segregated and Central application users will not be
users of ERP/EAM. However, ERP users may use Central application based on
permissions.
6.2. Central application: This will be a custom built, J2EE based application which
will be nomenclature as ROAMS-FMM/ ROAMS-LMS module. This will be used
by users located outside shed/depot including, Divisional PCR, HQ PCR,
Headquarters, Production Units, RDSO and Ministry. The HR module will be a
part of this custom built application which will be used by the employees of
sheds/depots for self service purpose. ROAMS-FMM and ROAMS-LMS will be
integrated on the Rolling Asset Management System portal (ROAMS) to be built
and implemented under this project. Detailed functions are specified in
Annexure 2.IX and Annexure 2.X.
6.3. ROAMS portal: Rolling Asset Management System portal will be built by the
bidder on an established portal platform as per Annexure 2.VIII. This portal will
provide facility of single sign on to both ERP/EAM application users (FMM
application, LMS shed application etc) and Central application of various rolling
stock applications covering Document and E-Library module, Depot/Shed/HR
(ROAMS-HR module), BI etc. In future, mail messaging may also be integrated
with this portal. Vendors who supply against purchase orders will also be able to
use the portal for delivery detail updation etc.
6.4. Business Intelligence ware: BI solution should be capable of detailed analysis
and provide Self Customizable dash boards, batch reports, historic report and
online- Reports as per Annexure 2.IX.and Annexure 2.X It should have rich
reporting facility with graphics. The offered solution should serve as the reporting
ware for the application. This component may be a part of the ERP/EAM
offerings or a separate component integrated with the application to achieve the
purpose of the Application. It should meet the requirements given in Annexure-
2.VIII.
6.5. DMS component: The component provided should be able to meet the
application requirement given in Annexure 2.IX. and Annexure 2.X. This
component may be a part of the ERP/EAM offerings or a separate component
integrated with the application to achieve the purpose of the Application. It should
meet the requirements given in Annexure-2.VIII.
6.6. Integration of RFID readers, Smart Camera and E-Pen with application at the
client end at transaction forms level. This is required to be done to achieve
functions given in Annexure 2.IX. and Annexure 2.X.
Centre for Railway Information Systems 2/35 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
8 The bidder shall provide well trained and experienced manpower to form teams for
implementation within the targets. Bidder will submit a detailed implementation strategy
which should indicate the steps involved up to Go-Live, Manpower deployment plan
indicating requirement of manpower for forming teams from CRIS/Railway.
9 The work of collection of master data will be done by CRIS/Railway.
10 Test data will be provided by CRIS/Railway as defined by the bidder during
implementation process. The manpower for entering data and testing will be arranged by
the bidder.
11 The application should be easily maintainable.
12 The bidder should spell out mechanism for handling and implementing change requests
after Go live at the site. Each change request will be properly documented and
supported by Industry standard change management practices.
13 The application should be accessible through internet in a secure manner by using VPN
over internet.
14 The application should take into account local laws and taxation rules prevailing in India
at the time of implementation. Any changes necessary during the support period will be
attended by the bidder by permitted users.
15 A suitable CASE tool and development tool should be used for development of the
ROAMS and various Central application modules with proper change management
practices.
16 The Central application will be built on J2EE platform and shall be compliant to SOA and
Web services standards e.g. SOAP, XML.
17 Source code for customizations and custom built parts of the application will be handed
over to CRIS on completion of project and will remain a property of CRIS. The bidder will
not use the same for any purpose for any other client.
18 CRIS will provide space for accommodating only 12 members (6 for FMM and 6 for
LMS) of the development team of bidder. The project management organization and
additional members of Bidder will however be accommodated by bidder at their own
expense.
Centre for Railway Information Systems 2/36 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
25 The bidder must give item wise man-month requirement breakup for each item under
“Application customization/Development/implementation” in the services scope for both
LMS and FMM applications.
26 The Bidder must submit conformance to the functions listed in Annexure 2.IX and
Annexure 2.Xin the following format:
Bidders may note that for the purpose of technical assessment response “1” and
“2” will be treated as “Conformance” while response “3” will be treated as Non-
Conformance.
Centre for Railway Information Systems 2/37 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
2. For Custom built applications: Bidders to indicate their response for each
functions as “Y” for conformance and “N” for non-conformance.
1. Should support SOA architecture and should be easily integrated with industry
standard middleware technology.
2. Should be highly parameterized and configurable to minimize the extent of code
changes in customization.
3. Should support ITIL best practices.
4. Should consume less network resources.
5. Should have integrated rich, graphic reporting and dash board based monitoring
capability.
6. The application should be Unicode Compliant with support for Indian languages.
7. Should have capability to integrate easily with pervasive devices like RFID and IP
based assets/equipment on a common infrastructure.
8. Should permit easy integration with legacy application and databases.
9. Should have a user friendly GUI which should be easily adaptable for use of touch
screen.
10. Should be a WEB based, 3-Tier application which should integrate well with an
industry standard Portal-ware.
11. Should provide transaction logs and audit trails by date time and user ID for all
functions covered within the application.
12. Should be robust and without any limitations on scalability.
13. Should be completely secure with provision of single sign on, easily configurable
user access permission hierarchy.
14. Should have seamless integration between various modules with no duplication of
data entry for any purpose.
15. Should have modules for, inter alia, Asset Repair & Over haul, Asset configuration
management, Material management, Repair costing, Quality management
16. Should permit phase implementation of additional modules in future and should be
able to run customized modules for different categories of assets like Coaches,
Locomotives, Wagons, and Machinery etc. from a single system.
17. Should have minimum third party ware. Any third party ware use should be fully
supported by ERP/EAM vendor and should be seamlessly integrated in the
application. There should be complete compatibility between different technologies
used in the solution.
Centre for Railway Information Systems 2/38 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
18. The solution should be built using open standard like SOAP, XML, WEB services,
XSL, XSLT etc.
1. The solution is required to help end users and groups improve their productivity through
enhanced collaboration, optimized knowledge management, and personalized access to
critical applications and data using Web-based portals and mobile interfaces. The bidder
should give a complete proposed application architecture giving details of various
software technologies proposed to be used.
The proposed deployment of various software licenses with exact numbers should be
indicated for each server proposed in the hardware architecture.
2. The bidder should also provide complete details of data centre Hardware architecture
and network architecture proposed. The datacenter architecture given in Annexure –
2.III is the basis of minimum hardware requirement and network requirement for the
project. Proposed architecture must use this minimum equipment or additional items as
considered necessary to meet the requirement of the application and to achieve the
targeted performance as given in para—7 below. The cost of any additional equipment
proposed by the bidder will be included in the total cost of offer.
3. LMS: CRIS will provide a dedicated 1 Mbps connectivity between sheds and CRIS data
Centre over lease line. The responsibility for maintenance of lease line will be of CRIS.
Also, a standby ISDN connection will be provided by CRIS at each Shed and at CRIS to
provide degraded service in event of failure of the main connectivity. A dedicated 2Mbps
band width for internet connectivity through an ISP will be provided by CRIS at CRIS
data centre to facilitate access of system by users located out side the sheds.
In case of FMM pilot depot DER, connectivity with dedicated band width of 256Kbps will
be provided between the DER Depot and CRIS, and other two Depots (i.e. DDL and
TKD) will be connected with CRIS through existing FOIS net by CRIS. Since users
accessing the system over internet are not expected to change significantly after
implementation of prototype FMM solution, no augmentation of internet connection band
width at CRIS is expected.
4. In case the solution of the bidder is accepted, the responsibility for providing the targeted
performance with the proposed solution will remain entirely with the bidder and any
augmentation of network band width up to the end of warranty period or hardware
capacity will be done by the bidder at no additional cost to CRIS and within the
obligations of this contract.
1. Detailed hardware specifications and requirements are given in Annexure2.I. These are
minimum requirements which must be met by all bidders. Any failure to comply with the
requirements indicated as “Major Parameters” will be treated as a major deviation and
may result in technical disqualification of the bid. Requirements indicated as “Other
parameters” are also required but acceptable alternatives may be considered for
acceptance at the discretion of CRIS.
Centre for Railway Information Systems 2/39 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
2. The hardware specified is aimed at meeting the requirement of prototype phase of the
FMM and LMS project. The offered architecture should take into account that either only
FMM or only LMS or both LMS and FMM may be opted for by CRIS at their
convenience. The offered architecture should permit this separation smoothly.
3. The two data base servers are required to work in a cluster in high availability mode with
external storage.
4. LTO-4 tape library will be used for backups along with a backup server.
5. The application server and portal server will have a common fail-over server for
FMM/LMS project.
6. The bidder will integrate the FMM and LMS data Centre Hardware in the existing CRIS
data center. The data centre Architecture schematic given in Annexure -2.III indicates
the elements of existing CRIS infrastructure which are to be used for LMS and FMM
project.
7. In order to simplify maintenance and support issues, all the offered servers should be
from the same OEM and other equipment supplied must also be suitable for mounting in
the OEM racks.
8. SIZING: While finalizing the datacenter architecture for this pilot project (covering both
FMM and LMS) the hardware is required to be sized for 200 ERP/EAM users and 200
concurrent portal based central ROAMS application users. The BI/DMS servers are
required to be sized for 30 BI and 50 DMS concurrent users. External storage size will
be as specified in technical specifications.
9. The kiosk forms an important part of user end automation scheme. It must be
ergonomically designed with material selection suitable for heavy duty industrial use. A
general, sketch with broad requirements is given in Annexure 2.I, item 21 of tender
document Part- II.
10. The bidder must submit a list of makes and models for all offered items.
1. The existing Central FOIS (Freight Operations Information System) router at CRIS will
be used to provide 3 X 2MBPS WAN ports + 2 LAN + 2 ISDN Ports required for LMS
system and 1 X 2MBPS WAN port required for FMM system at central data centre.
2. Each LMS shed will need to be connected to CRIS through minimum 1 MBPS leased
lines to provide the necessary performance. For FMM application DER Depot will be
connected to CRIS through minimum 256Kbps leased line and the remaining two depots
viz. TKD & DDL will be connected through FOIS WAN. Installation and configuration of
Modems will be done by bidder but it will be the responsibility of CRIS to hire lease lines
of required bandwidth and provide the same in time according to the accepted project
plan for providing connectivity to the project Depots.
Centre for Railway Information Systems 2/40 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
3. ISDN Lines will be used as standby channels at each shed to take care of leased line
failures. For this purpose, one ISDN Line at CRIS and one at each shed will be hired by
CRIS and made available to bidder in time.
4. The structured LAN cabling work at CRIS data centre will be done by CRIS but Patch
cords etc required for server interconnections shall be provided under the FMM project
as per scope.
5. FMM and LMS Portal Application is to be accessed by authorized users of RDSO, DLW,
Divisional HQ’s, other sheds/Depots and Rly Board through internet over VPN or
through FOIS intranet. In order to provide internet access to FMM/ LMS system, the
existing infrastructure of Internet Gateway at CRIS for FOIS project is proposed to be
utilized. An additional dedicated bandwidth of 2-MBPS will be hired for on the common
Gateway by CRIS and made available for this project in time.
6. Existing firewall and IPS (as and when it becomes available) will be used for this project.
Existing antivirus servers will be used for FMM and LMS clients at CRIS and at
depots/sheds by providing the necessary CALs under the project. A local antivirus server
will be provided at sheds/depots for regular updation of antivirus ware at client end.
7. Fibre optic backbone will be provided at each SHED in ring topology. Schematics of
shed LANs for each shed are given in Annexure-2.IV. Quantities of items of work given
in the FMM/LMS Scope of works, Para 2.1.1.1.2/Para 2.2.1.1.2 above are guiding
quantities which may vary according to actual site conditions to accommodate any
changes approved by CRIS in course of execution of work. However, the bidders must
offer according to the quantities indicated in the tender document and variations, if any
will be accounted for after actual execution of the work.
8. The bidder will completely integrate the network at depot and sheds level and also at
CRIS to complete the purpose of this project. Any item omitted or not mentioned
explicitly in the offer at this stage but necessary to complete the work at execution stage
will be deemed to be included and shall be provided by the bidder at no extra cost. The
bidder may familiarize himself with actual locations if considered necessary.
9. The bidder will be provided permission to work in railway premises on request. He shall
be provided electricity and water at site free of charge within a reasonable distance from
actual work place.
10. The bidder will be provided site space to store his equipment and material necessary for
carrying out the work without any charge. The bidder may also be permitted to construct
a temporary enclosure for this purpose which will be demolished and the site handed
over to railways in original form on completion of work. In case it is considered
necessary by railways, the bidder will have to unconditionally vacate the site space
within 7 days with no claim for any compensation on any account.
11. Bidder will extend power supply to active equipment from the nearest point identified by
railways as a part of installation of the respective equipment. Necessary permission will
be provided by railways through CRIS.
12. Bidder will properly protect the digging and working sites to avoid any injury to shed staff
and take due care to preserve cleanliness and aesthetics of surroundings during the
course of the work.
13. The bidder will remove all waste material, debris or scrap from shed at the end of the
work. Commissioning of work will not be considered complete without ensuring this
project end clean up.
Centre for Railway Information Systems 2/41 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
14. Detailed network specifications and acceptance test procedures for both items of supply
and works will comply with provisions of Tender Document part-II, Annexure -2.II.
1. The bidder will provide an effective project management in place for fast execution and
quick resolution of any conflicting issues. There will be nominated incharge for each site
of work. The bidder will give details of teams formed for different elements of
work/services involved in the turnkey project with definitions. Also, any role expected of
CRIS/Railways should be clearly brought out.
2. CRIS will deploy a core team of CRIS Software Engineers and network engineers on
full time basis for LMS and FMM implementation. Initial field survey will also be
assisted by this team @ 1 CRIS Engineer/ survey site.
3. Time is the essence of this turnkey project. The project is required to be completed in a
time bound manner and Mile stones, given in Annexure-2.VI and Annexure-2.VII for
both FMM and LMS systems respectively, must be achieved by the bidder. Bidders may
submit any readjustment of mile stones to suit their implementation strategy in their bid
without altering the last Milestone of Pilot project completion which cannot be extended
further.
4. Bidder will submit a pert chart for each pilot project giving details of resources required
for different activities and identify the critical path. Risks anticipated in achieving the
targets must be defined along with mitigation strategy. The project schedule will be
approved by CRIS. The approved schedule will be referenced for all project
implementation matters.
5. A Project Kick-Off conference will be organized by the bidder to announce formal
commencement of project within 30 days after finalization of contract to ensure highest
Centre for Railway Information Systems 2/42 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
1. Warranty/ATS will become effective for all equipment/items after Project commissioning
date as given in the mile stone chart.
2. The warranty support for hardware and network equipment at Central Data centre will be
24X7 support with any time call registration and call attention time of less than 12 hours
for all servers, external storage with SAN components, tape library and active network
components.
3. The warranty support for all other hardware and network at CRIS/Sheds/depots/other
locations will be 7 days a week, standard day shift support with any time call registration
and call attention time of less than 24 hours for all items.
4. Technical support for ERP/EAM and all system ware will be 7 days a week standard day
shift support with call resolution time of less than 24 hours.
Centre for Railway Information Systems 2/43 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
5. ATS support cost for system software and ERP/EAM application software must be
mentioned separately for each item in the commercial offer and should not be included
in the basic cost of item.
6. CRIS will be at liberty to extend the support for an additional period of up to three years
after completion of warranty for all items or selected items as considered necessary. The
rates payable for such support will be not exceed the rates charged in the offer for
warranty support.
7. Any failure to attend the warranty calls in time limit stipulated above for any item in a
Quarter starting from the date of commencement of warranty will result in extension of
warranty period by a period of 1 month for the complete installation in respect of the
affected type of items at no extra cost. Each shed or central CRIS facility will be counted
as an installation for this purpose. This will be assessed on quarterly basis.
8. Any failure to provide the availability level prescribed in Para-7 below will result in
extension of warranty period by 1 month for the complete affected installation in respect
of respective type of items.
9. A helpdesk facility will be provided by the bidder as a part of application to log warranty
calls made by users and account for the availability parameter.
1. Performance:
ii) Response time on portal for Central ROAMS applications over Internet:
a) Below 5 seconds for 80% pages.
b) Not beyond 10 second for any page.
2. Availability:
Centre for Railway Information Systems 2/44 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
8. INSPECTION AND ACCEPTANCE TESTING: (Applicable for both LMS and FMM
systems)
Centre for Railway Information Systems 2/45 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
4.2. Final Acceptance testing: (To be carried out by CRIS at each Pilot location in
the presence of Railway’s representative and the bidders representative. after
Milestone FS13 for FMM and LS13 for LMS)
4.2.1. Respective features of application modules will be tested at each project
location after project commissioning.
4.2.2. Performance levels will be demonstrated at each pilot implementation
location under actual use conditions with supplied infrastructure installed
at CRIS.
5. Any special testing equipment or software or expertise shall be arranged by the
bidder for the purpose of above tests.
9.1 All items of supply for location other than Diesel sheds and Depots will be consigned to
GM P-II/CRIS, New Delhi-110021. These items will be sent to respective location by
CRIS and installed and commissioned by the bidder at respective locations on receiving
intimation from CRIS.
9.2 All items of supply for three Sheds will be delivered to respective sheds.
9.3 Addresses of consignees for sheds and all other project locations are given in
Annexure- 2.V.
9.4 Delivery Period: All items of supply scope will be delivered within 8 weeks after
the placement of purchase order/LOA.
9.5 Installation and commissioning: All supply items will normally be installed and
commissioned within 3 months from the date of placement of PO/ LOA at CRIS and
within 6 months from the date of placement of PO at sheds locations.
9.6 The dates for completion of items of services and works scope will be in accordance with
accepted Milestones given in Annexure -2.VI and Annexure -2.VII.
10.1 Milestone wise penalties: Any delays in achieving any milestone associated with a
payment as per Para-11 below will result in a penalty of 0.5% of the value payable on
that mile stone for every week of delay or part thereof subject to a maximum of 10% of
milestone payment.
10.2 Penalty for overall delay in project execution: Time is the essence of this project and
early completion of work is important. In the event of any delay in completing project
completion mile stone, a penalty equal to 0.5% of the total value of contract as per
PO/LOA on for every week of delay or part thereof subject to a maximum of 10% of total
contract value will be deducted from balance payments after adjusting any milestone
wise penalty already imposed so as to avoid double penalty. In event of excessive
delays, CRIS reserves the right to cancel the contract.
Centre for Railway Information Systems 2/46 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
11.1 Intermediate payment: All payments made before the date of completion of project
(Project completion mile stone FS13 for FMM and LS13 for LMS will be called
intermediate payments. These payments will be made against submission of Bank
Guarantee for an equal amount issued by banks as applicable for PWG Bond given in
Para 23 of Tender Document part-I. This BG will be valid for a period of 18 months from
the date of issue. This BG may be forfeited in whole or part, as deemed reasonable, by
CRIS in event of failure of the bidder to complete the project. These BGs will be returned
on completion of Project Completion mile stone. The amount of intermediate payment
will be 80% of the value of items linked to an intermediate payment mile stone, as given
in the table below at para 11.3., based on actual physical measurements certified by
CRIS for works items and the following documents are required to be submitted for
intermediate payments:
1. Bank Guarantee of an amount equal to amount claimed valid for a period of 18
months
2. Work Completion Certificate incorporating physical measurements issued by
CRIS for the respective payment Milestone.
11.2 Final Payment: Final payment will include payment due for the Final Payment Milestone
as per the table given below and the balance 20% payment for all intermediate payment
milestones. It will also include payment for ATS support.
1. Confirmation of validity of PWG Bond for a period of 3 months beyond the last
date of warranty / ATS Support period for any item covered under this contract.
2. Work completion certificate issued by CRIS for project completion up to the final
payment Milestone given in Para 11.3 below.
3. Confirmation of network and hardware equipment to be in working order at all
locations.
Centre for Railway Information Systems 2/47 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
11.3.1.2 LMS:
Centre for Railway Information Systems 2/48 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
Wagon Depot
11.3.2.2 LMS:
The payment for works will be made against actual quantities physically measured and certified
by CRIS for each Loco Shed.
Centre for Railway Information Systems 2/49 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
Rates for all items must be quoted in the following proforma. The rates should be quoted for both LMS as well as FMM scope
of work as indicated below. The description of taxes quoted should be given clearly along with the percentage.
Centre for Railway Information Systems 2/50 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
Other
Other charges
charges Total
FMM LMS Total Basic Taxe Taxes including
including Discount (13)
S. No Item description Units Quantit (Quanti Quantity Unit s as as freight/
freight/ =[(6)*(7)]
(1) (2) (3) y ty (6)= Rate % Amount insurance etc.
insurance +(9)+(11)-
(4) (5) (4)+(5) (7) (8) (9) as Amount (12)
etc. as % (12)
(11)
(10)
Annexure 2.I item 3.12)
5. Backup/Antivirus Server Nos.
- Server Type C (as per
0 2 2
Tender Doc part 2
Annexure 2.I item 3.13)
6. Tape Library with Set
necessary cables and 0 1 1
accessories
7. Server Racks and Nos.
accessories 0 1 1
(36 U)
8. External FC Storage Set
with fibre 8 port SAN
switch and connecting
0 1 1
cable set (as per Tender
Doc part 2 Annexure 2.I
item 3.1.20)
9. IP enabled KVM switch Nos.
0 1 1
with console
10. Development server - Nos.
Server Type B (as per
1 0 1
Tender Doc part 2
Annexure 2.I item 2)
11. Testing /Training Nos.
Server -Server Type B
1 0 1
(as per Tender Doc part
2 Annexure 2.I item 2)
12. Laptops Nos. 0 3 3
13. Desktops Nos. 25 50 75
Centre for Railway Information Systems 2/51 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
Other
Other charges
charges Total
FMM LMS Total Basic Taxe Taxes including
including Discount (13)
S. No Item description Units Quantit (Quanti Quantity Unit s as as freight/
freight/ =[(6)*(7)]
(1) (2) (3) y ty (6)= Rate % Amount insurance etc.
insurance +(9)+(11)-
(4) (5) (4)+(5) (7) (8) (9) as Amount (12)
etc. as % (12)
(11)
(10)
14. E-pen Nos. 7 13 20
15. Smart camera with Nos.
0 3 3
lights and mountings
16. Hand held PDA with RF- Nos.
7 9 16
ID reader
17. Hand held PDA without Nos.
13 16 29
RF-ID reader
18. Touch screen kiosk with Nos.
6 19 25
fixed RF-ID reader
19. Printers -Multifunction Nos.
0 7 7
device
20. Laser Printers Nos. 3 0 3
21. High speed scanner Nos. 3 2 5
22. Shed/Depot Anti Virus Nos.
3 3 6
PC
23. RF-ID Employee Tags Sets
10 36 46
(set of 100)
24. RF-ID Assembly Tag Sets
12 15 27
(set of 100)
25. DeskJet printers Nos. 19 18 37
26. UPS 500 VA Offline Nos. 28 57 85
B. Network Equipment for Central, Shed and Depot
1. SSL VPN device with Nos. 1 0 1
100 concurrent session
2. Layer-3 Switch ( 24 - Nos.
2 0 2
10/100/1000 Ports)
Centre for Railway Information Systems 2/52 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
Other
Other charges
charges Total
FMM LMS Total Basic Taxe Taxes including
including Discount (13)
S. No Item description Units Quantit (Quanti Quantity Unit s as as freight/
freight/ =[(6)*(7)]
(1) (2) (3) y ty (6)= Rate % Amount insurance etc.
insurance +(9)+(11)-
(4) (5) (4)+(5) (7) (8) (9) as Amount (12)
etc. as % (12)
(11)
(10)
3. Layer 2 Switch (Type- Nos.
2 4 6
II)24 Ports
4. Layer 2 Switch (Type-III)
Nos. 4 0 4
24 Ports Gigabit
5. 2 MBPS Modem pair(
7 4 11
G.703+V.35) Nos.
6. Patch Cords Nos.
100 0 100
(STRAIGHT)
7. Patch Cords(CROSS) Nos. 50 0 50
8. Supply and Installation Nos.
of 36U Rack including
1 0 1
all accessories as per
specifications
9. Layer 2 Switch Type- I Nos.
(24 10/100 + 2 x 1000 0 16 16
GB Fiber Ports)
10. Layer 2 Switch (24 Ports
10\100 Mbps + 2 OFC Nos. 10 0 10
Port) Type-IV
Centre for Railway Information Systems 2/53 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
Other
Other charges
charges Total
FMM LMS Total Basic Taxe Taxes including
including Discount (13)
S. No Item description Units Quantit (Quanti Quantity Unit s as as freight/
freight/ =[(6)*(7)]
(1) (2) (3) y ty (6)= Rate % Amount insurance etc.
insurance +(9)+(11)-
(4) (5) (4)+(5) (7) (8) (9) as Amount (12)
etc. as % (12)
(11)
(10)
16. Category-6 2 meters Nos.
UTP Patch Cord, with
17 124 141
tangle free
plug,TIA/EIA-568-B.2-1
17. SC-SC Style Nos.
Multimode50/125
0 22 22
micron Duplex Patch
Cord, 3 Meter
18. SC-LC Style Multimode Nos.
50/125 micron Duplex 0 26 26
Patch Cord, 3 Meter
19. LAN Extender ( Pairs) 4 Nos.
4 0 4
Port
20. Wireless Bridge Device Nos.
3 10 13
Point to Point (Outdoor)
21. Wireless Bridge Device Nos.
Point to Multi Point ( 1 0 1
Outdoor)
22. Wire Guided Mast ( At Nos.
8 8 16
Least 15 meter )
23. Wireless Access Point Nos. 11 15 26
C System Software licenses
1 Data base server CPU-
licenses - production based
with clustering licens 2 2 4
for use with ERP e
application
2 Data base server CPU-
licenses - production based 1 1 2
with clustering for use
Centre for Railway Information Systems 2/54 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
Other
Other charges
charges Total
FMM LMS Total Basic Taxe Taxes including
including Discount (13)
S. No Item description Units Quantit (Quanti Quantity Unit s as as freight/
freight/ =[(6)*(7)]
(1) (2) (3) y ty (6)= Rate % Amount insurance etc.
insurance +(9)+(11)-
(4) (5) (4)+(5) (7) (8) (9) as Amount (12)
etc. as % (12)
(11)
(10)
with Central application license
3 App / web server CPU-
licenses -Production for based
2 2 4
use with ERP license
application s
4 Portal server licenses- CPU-
Production based
1 1 2
licens
es
5 App & web Server CALs
5 0 5
licenses- development
6 App & web Server CALs
licenses-Testing & 5 0 5
Training
7 BI user licenses Named
user 25 35 60
licenses
8 DMS User licenses Named
User 140 90 230
licenses
9 Database server CALs
licenses for 5 0 5
Development
10 Database server CALs
licenses for 5 0 5
training/testing
11 Storage Management Sets
ware with agents for 2 0 1 1
data base servers
Centre for Railway Information Systems 2/55 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
Other
Other charges
charges Total
FMM LMS Total Basic Taxe Taxes including
including Discount (13)
S. No Item description Units Quantit (Quanti Quantity Unit s as as freight/
freight/ =[(6)*(7)]
(1) (2) (3) y ty (6)= Rate % Amount insurance etc.
insurance +(9)+(11)-
(4) (5) (4)+(5) (7) (8) (9) as Amount (12)
etc. as % (12)
(11)
(10)
12 Anti virus licenses CALs
28 60 88
(existing E-trust)
13 OS licenses for server Server
5 6 11
license
D. ERP/EAM Shed/Depot Application licenses ( supply scope)
1 Users Based Licensing Name
Depot/Shed application d user
25 75 100
(ERP users)/ CRIS licens
(development users) es
Centre for Railway Information Systems 2/56 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
12.2 Works Scope Items covering Network related works at Diesel sheds (LMS) & Depots(FMM)
Other
Other charges
charges
FMM LMS Total Basic Taxes including Total
Taxes including Discount (13)=[(6)*(7)]
S. No Item description Units Quanti Quanti Quantity Unit as freight/
as % Amount freight/
(1) (2) (3) ty ty (6)= Rate insurance etc. +(9)+(11)-
(8) insurance
(4) (5) (4)+(5) (7) (9) as Amount (12) (12)
etc. as %
(11)
(10)
A. UTP Laying Works
1. Laying and supply of Mtrs
Category-6 UTP Cable 1200 6710 7910
as per specifications
2. Laying and supply of Mtrs
STP Cable as per 150 0 150
specifications
3. Installation, termination Nos.
and supply of Category-
6 Wall I/O with modular
17 124 141
Face Plate and PVC
Gang Box as per
specifications.
4. Installation, termination Nos.
and supply of Category-
6 UTP I/O for Patch
35 165 200
Panel with toolless
termination as per
specifications
5. Installation and supply Nos.
of Modular 24-slot
Patch Panel with
9 14 23
removable snap-in Face
Plates and labels as per
specifications
6. Laying and supply of 1" Mtrs
PVC Conduit with all 500 800 1300
necessary accessories
Centre for Railway Information Systems 2/57 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
Other
Other charges
charges
FMM LMS Total Basic Taxes including Total
Taxes including Discount (13)=[(6)*(7)]
S. No Item description Units Quanti Quanti Quantity Unit as freight/
as % Amount freight/
(1) (2) (3) ty ty (6)= Rate insurance etc. +(9)+(11)-
(8) insurance
(4) (5) (4)+(5) (7) (9) as Amount (12) (12)
etc. as %
(11)
(10)
7. Laying and supply of 2" Mtrs
PVC Conduit with all 0 800 800
necessary accessories
8. Laying and supply of Mtrs
0.5" PVC Channel with
200 600 800
all necessary
accessories
9. Laying and supply of 1" Mtrs
PVC Channel with all 200 600 800
necessary accessories
10. Laying and supply of 1” Mtrs
PVC Flexible Pipe with
20 260 280
all necessary
accessories
11. Feruling & Labeling (per Nos.
17 124 141
node)
12. Certification of UTP Nos.
17 124 141
Nodes
B. Fiber- LAN laying Works
1. Supply of 6Core Multi Mtrs
Mode Fiber Optic Cable
0 6350 6350
(armored) (50/125um)
as per specifications
2. Installation and supply Nos.
of 19-inch rack mount
fiber patch panel with 0 24 24
couplers as per
specifications
3. Installation and supply Nos.
0 46 46
of Multimode adapter
Centre for Railway Information Systems 2/58 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
Other
Other charges
charges
FMM LMS Total Basic Taxes including Total
Taxes including Discount (13)=[(6)*(7)]
S. No Item description Units Quanti Quanti Quantity Unit as freight/
as % Amount freight/
(1) (2) (3) ty ty (6)= Rate insurance etc. +(9)+(11)-
(8) insurance
(4) (5) (4)+(5) (7) (9) as Amount (12) (12)
etc. as %
(11)
(10)
plate as per
specification
4. Installation and Supply Nos.
of Blank adapter plate 0 50 50
as per specification
5. Installation and supply Nos.
of SC-Style Pigtail,
50/125 , Multimode, 1.5 0 276 276
meter as per
specifications
Splicing/Termination of Nos. 276
Optical Fiber Cable(per
6. Core) 0 276
7. Certification of Fiber Nos.
0 276 276
Optic (per core)
8. Supply of 32mm Mtrs
HDPE Pipe as per 0 5600 5600
specifications
9. Supply of G.I. Pipe Mtrs
(32mm) as per 0 1150 1150
specifications
10. Trenching, refilling soft Mtrs
soil and laying of OFC 0 3500 3500
with GI pipe
11. Trenching across Road, Mtrs
hard soil, RCC flooring
concrete etc. and
0 1800 1800
restoration to original
state as per
specification
12. Trenchless Digging and Mtrs 0 1150 1150
Centre for Railway Information Systems 2/59 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
Other
Other charges
charges
FMM LMS Total Basic Taxes including Total
Taxes including Discount (13)=[(6)*(7)]
S. No Item description Units Quanti Quanti Quantity Unit as freight/
as % Amount freight/
(1) (2) (3) ty ty (6)= Rate insurance etc. +(9)+(11)-
(8) insurance
(4) (5) (4)+(5) (7) (9) as Amount (12) (12)
etc. as %
(11)
(10)
laying of OFC with
HDPE pipe with all
Accessories
13. Cable Pits made up of Nos.
reinforced concrete and
brick walls with 0 12 12
removable covers
(Concrete slab)
14. OFC route marker Nos.
made up of concrete of 0 23 23
(1’X4”X6”)
C. Racks installation works
1 Installation and supply Nos.
of 24U Rack (600*800)
including all 3 3
accessories as per 0
specifications
2 Installation and supply Nos.
of Rack 12U Wall
mount including all 1 11 12
accessories as per
specifications
3 Installation and supply Nos.
of Rack 9U Wall mount
including all 8 10 18
accessories as per
specifications
Centre for Railway Information Systems 2/60 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
Other
Other
charges
charges
including
S.No Quantit Basic Taxes as Taxes as including Total
Item Description Units freight/ Discount
y Rate % Amount freight/ (11)=(5)+(7)+
(1) (2) (3) insurance (10)
(4) (5) (6) (7) insurance (9)-(10)
etc. as
etc. as %
Amount
(8)
(9)
A. Application Customization/Development/Implementation
1. Preparation of final user LUMP
requirements and system SUM
requirements.
Documentation, gap
1
analysis, customization,
development. Lab testing of
ERP/EAM based Depot
application modules.
2 Complete Depot specific LUMP
customization and SUM/
implementation of Depot Depot 3
application package upto
commissioning & Go – Live
at each Depot
3 ROAMS-FMM: Preparation LUMP
of final user requirements SUM
and system requirements.
Documentation,
development of Central
Application module for FMM
(ROAMS-FMM), HR module 1
for Depots, document
handling system with e-
library, development of
batch reports /on-line
reports/executive dash
boards using BI tools and
Centre for Railway Information Systems 2/61 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
Other
Other
charges
charges
including
S.No Quantit Basic Taxes as Taxes as including Total
Item Description Units freight/ Discount
y Rate % Amount freight/ (11)=(5)+(7)+
(1) (2) (3) insurance (10)
(4) (5) (6) (7) insurance (9)-(10)
etc. as
etc. as %
Amount
(8)
(9)
development and
implementation of ROAMS
(Rolling Asset Management
System) Portal to integrate
all FMM modules with single
sign on for all FMM users.
Integration with FOIS and
with MMIS/Northern Railway
at CRIS; Lab testing of
developed software
4 Complete customization and LUMP
implementation of respective SUM/
Central Modules at different location 10
pilot locations upto
commissioning & Go – Live
at each location.
5 Lab Load testing to ensure LUMP
scalability of application and SUM
for determining datacenter
hardware and network sizing
1
for full scale implementation
of both central ROAMS-
FMM and Depot application
at 100 depots of IR.
B. Training and Workshops
1 FMM Depot Application Trainee
Core Team Training (Max. Man-days 120
Batch Size-15)
2 Central Application Core Trainee
Team Training (Max. Batch Man-days 85
size – 20)
Centre for Railway Information Systems 2/62 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
Other
Other
charges
charges
including
S.No Quantit Basic Taxes as Taxes as including Total
Item Description Units freight/ Discount
y Rate % Amount freight/ (11)=(5)+(7)+
(1) (2) (3) insurance (10)
(4) (5) (6) (7) insurance (9)-(10)
etc. as
etc. as %
Amount
(8)
(9)
4 End user Training for Depot Trainee
Application users at Depots Man-days 60
(Batch of 15)
5 End user Training for Trainee
Central Application at CRIS Man-days 70
(Batch of 15)
6 Officers Familiarization and Event
Training - one day 3
Workshop (Batch size – 50)
7 Network Training Trainee
(Batch Size – 10) Man-days 20
C. Annual Technical Support for OS and other System Software in no. of years after project commissioning
1 Annual Technical Support YRS
for Production ,
Development and testing
environments - OS, 1
Database Server,
Application/ Portal server, BI
and DMS
2 ATS on ERP/EAM package YRS
1
licenses
D. Additional On site Application hand holding Support after each site commissioning for FMM Project
1 Depot Application Support Man-days 60
2 Central Application and Man-days
ROAMS Portal Support at 50
Zonal and Div. HQ
3 Central Application and Man-days
ROAMS Portal Support at all 20
other project locations
Centre for Railway Information Systems 2/63 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
Other
Other
charges
charges
including
S.No Quantit Basic Taxes as Taxes as including Total
Item Description Units freight/ Discount
y Rate % Amount freight/ (11)=(5)+(7)+
(1) insurance (10)
(2) (3) (5) (6) (7) insurance (9)-(10)
(4) etc. as
etc. as %
Amount
(8)
(9)
A. Application Customization/Development/Implementation
1 Preparation of final user LUMP
requirements and SUM
system requirements.
Documentation, gap
analysis, customization, 1
development. Lab
testing of ERP/EAM
based shed application
modules.
2 Complete shed specific LUMP
customization and SUM/
implementation of shed shed
3
application package upto
commissioning & Go –
Live at each shed.
3 Preparation of final user LUMP
requirements and SUM
system requirements.
Documentation,
development of Central
Application module for
LMS (ROAMS-LMS), HR 1
module for sheds,
document handling
system with e-library,
development of batch
reports/on-line
reports/executive dash
Centre for Railway Information Systems 2/64 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
Other
Other
charges
charges
including
S.No Quantit Basic Taxes as Taxes as including Total
Item Description Units freight/ Discount
y Rate % Amount freight/ (11)=(5)+(7)+
(1) (2) (3) insurance (10)
(4) (5) (6) (7) insurance (9)-(10)
etc. as
etc. as %
Amount
(8)
(9)
boards using BI tools
and development and
implementation of
ROAMS (Rolling Asset
Management System)
Portal to integrate all
LMS modules with single
sign on for all LMS
users. Integration with
FOIS and with
MMIS/Northern Railway
at CRIS; Lab testing of
developed software.
4 Complete customization LUMP
and implementation of SUM/
respective Central locatio
Modules at different pilot n 11
locations upto
commissioning & Go –
Live at each location
5 Lab Load testing to LUMP
ensure scalability of SUM
application and for
determining datacenter
hardware and network
1
sizing for full scale
implementation of both
central ROAMS-LMS
and Shed application at
40 sheds of IR.
B. Training and Workshops
Centre for Railway Information Systems 2/65 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
Other
Other
charges
charges
including
S.No Quantit Basic Taxes as Taxes as including Total
Item Description Units freight/ Discount
y Rate % Amount freight/ (11)=(5)+(7)+
(1) (2) (3) insurance (10)
(4) (5) (6) (7) insurance (9)-(10)
etc. as
etc. as %
Amount
(8)
(9)
1 Shed Application Core Trainee
Team Training (Max. Man- 270
Batch Size-15 days
2 Central Application Trainee
Core Team Training Man- 95
(Max. Batch size – 15) days
Centre for Railway Information Systems 2/66 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II
Other
Other
charges
charges
including
S.No Quantit Basic Taxes as Taxes as including Total
Item Description Units freight/ Discount
y Rate % Amount freight/ (11)=(5)+(7)+
(1) (2) (3) insurance (10)
(4) (5) (6) (7) insurance (9)-(10)
etc. as
etc. as %
Amount
(8)
(9)
D. Additional On site Application hand holding Support after each site commissioning for LMS
1 Shed Application Man-
days 135
Support
2 Central Application and Man-
ROAMS Portal Support days
60
at Zonal and Divisional
Headquarters
3 Central Application Man-
Support and ROAMS days
40
Portal Support at all
other project locations.
Centre for Railway Information Systems 2/67 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
3.
Centre for Railway Information Systems 3/1 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
ANNEXURE 2.I
INDEX
Centre for Railway Information Systems 3/2 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
A. Major Parameters
2 CPU Latest 64 bit RISC processor ,OR
1 Server
Intel Itanium2 , EPIC 64 bit
1.4 GHz or above for RISC/ EPIC. This should be
2 Clock Speed highest/latest commercially available for the
category/series of servers offered.
3 Number of CORES 4 Cores extendable to 8 Cores
8 GB DDR2 SDRAM with ECC or equivalent expandable to
4 Memory
at least 32 GB RAM or more.
2 * 146/72 GB FC-AL/SAS (15K RPM or above)/SFF SAS
5 Hard Disk Drive
(2.5” ,10K RPM or above) Hot Swappable disk bays
Management Console for centralized administration of
6 Console
connected servers over LAN.
2 Nos. of 4Gbps fiber channel HBA ports for connectivity to
7 HBA for External Storage
the external SAN storage
Raid level 0, 1, 1+0, must be available through internal
8 RAID
Raid controller with battery backed cache.
Server must have certification to support Latest OEM
Operating Systems
9 Versions of the following OS: 64 bit Enterprise Linux OR
Supported
64 bit Enterprise Unix.
Min. 4 PCI slots with 1 slot left free after full system
10 Internal I/O Interface
configuration , 133 MHz or above
11 Network Controller 4 no. 10/100/1000 Mbps Ethernet ports
12 DVD Combo Drive DVD–ROM, 8X
B. Other Parameters
The system should be configured with dual redundant
High Availability & power supplies and fans. Pre failure warning and isolation
1
Redundancy of the failing components with no single point of failure at
any level
2 Power Supply Hot plug & Redundant
3 Cooling Fan Hot plug & Redundant
1 Nos. Ultra 320 SCSI/ SAS
4 External I/O Interfaces 1 Nos. Serial Port
3 Nos. USB Port
Connectors and All necessary cables & connectors of OEM make only, are
5
Cables to be provided
6 Form Factor Standard Rack Mountable
Centre for Railway Information Systems 3/3 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
S.
ITEM INTEL AMD
No.
A Major Parameters
2 Processor Rack optimized 64 bit 2 processor Rack optimized 64 bit
Processor machine having latest Processor machine having 2300
Intel Xeon with Quad core 3 GHz series or latest Opteron with Quad
1 Processor
clock speed , FSB of at least 1333 core and 2.3 or more GHz clock
MHz or higher with 5400 series or speed .
latest.
Configured with 8 GB DDR2 RAM Configured with 8 GB DDR2 RAM
@667MHz with ECC capability, @667MHz with ECC capability,
2 MEMORY using at least 2GB capacity using at least 2GB capacity
DIMMs. Upgradeable to 32 GB or DIMMs. Upgradeable to 32 GB or
more. more.
2 * 146/72 GB FC-AL/SAS (15K 2 * 146/72 GB FC-AL/SAS (15K
Hard Disk RPM or above)/SFF SAS ( 10K RPM or above)/SFF SAS ( 10K
3
Drive RPM or above) Hot Swappable RPM or above) Hot Swappable
disk bays disk bays
Offered Solution should be Offered Solution should be
4 Console
configured to work with IP KVM. configured to work with IP KVM
Centre for Railway Information Systems 3/4 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
B. Other Parameters
Centre for Railway Information Systems 3/5 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
7 LAN cards
2 ports of 10/100/1000 2 ports of 10/100/1000 mbps.
mbps.
Centre for Railway Information Systems 3/6 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
B. Other Parameters
Centre for Railway Information Systems 3/7 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
A. Major Parameters
B. Other Parameters
A. Major Parameters
B. Other Parameters
Computer
1 PS2/USB
connectivity
Centre for Railway Information Systems 3/8 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
A. Major parameters
B. Other parameters
Centre for Railway Information Systems 3/9 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
3.1.8. RF-ID TAGS READER (Fixed Reader to be integrated with the Kiosk)
A. Major parameters
UHF, 865 - 867 MHz as permitted license free band for
1 Frequency use in RFID by WPC, Ministry of Communication and
Information Technology, Government of India.
Supported RFID TAG
2 EPC Class1 Gen2 OR ISO 18000-6 C 2004 compliant
PROTOCOL
3 Memory 100 tags data(Minimum)
4 Read Distance 1.5 m within +/- 50 degrees , simultaneous reading
B. Other parameters
Suitable Serial/ Ethernet/USB port to Kiosk PC
1 Connectivity Wireless IEEE 802.11/b option for outdoor use meeting
Indian Government regulations for license free band of 2.4
GHz to 2.4835 GHz
2 Operating Temperature - 10° to +55°C
3 Humidity range from 5% (desert conditions) to 100% (rain)
4 Waterproof and dustproof IP54 or better
SDK/HDK for JAVA compatible development with local
5 Software
windows PC
Centre for Railway Information Systems 3/10 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
S. Item Description
No.
A. Major parameters
PXA 270, 520 MHz or PXA 3xx, 624 MHz or
1. Processor
better
Bluetooth/IEEE 802.11b
2. Wireless connectivity
With provision for GSM/GPRS
EPC Class1 Gen2 OR ISO 18000-6 C
2004 compliant, 865-867 MHz (De-licensed
RFID reader attachment to frequencies permitted in India as
3 the PDA (only for PDA with per rules & regulations of, WPC, Ministry Of
RFID reader) Communication and Information
Technology.
Read distance- 300 mm or higher
4. Battery Lithium Ion High capacity- 3000 mAh or better
Shock proof to minimum 3 Feet drop on
5. Environmental and concrete surface
ruggedness conditions Fit for out door use
IP 54 rating or better
Windows mobile 6.0 / Windows CE 6.0 based
or better. With internet explorer mobile and
6. Operating system outlook mobile
Compatibility with JAVA platform.
B. Other Parameters
Touch-screen, passive stylus / finger
operated.
1. Input Device Type Simple alphanumeric key board ergonomically
designed for repeated operation in outdoor
conditions.
Full VGA or better, TFT, minimum 2.8 inches
2. Display
in diagonal size or better.
Centre for Railway Information Systems 3/11 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
3.1.11. Touch Screen Panel (To be integrated with the thin client monitor)
Centre for Railway Information Systems 3/12 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/13 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Major Parameters
Resolution 1200 x 1200 dpi
Print Technology Inkjet
Printer
Speed 25ppm/20ppm for Black/Colour
Size A4
Speed 3 sec per page
Fax Memory Suitable memory
Speed Dialing, Max Minimum 50 numbers
Speed 25ppm/20ppm for Black/Colour
Copier Resolution 600 x 600 dpi
Reduce/Enlarge 25-400%
Resolution 1200 x 1200 dpi
Color Depth 48-bit
Scanner
Scanning area (maximum) A4
Gray Depth 8-bit (256 gray levels)
Other parameters
Automatic Document
50 Sheets
Feeder
Memory, Std Suitable
Drivers drivers for O.S.
Interface USB 2.0 port
Centre for Railway Information Systems 3/14 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
3.1.16. DESKTOP PC
A. Major parameters
1 Processor Intel Core 2 Duo E6550, 2.33GHz, 4MB L2 Cache, 1333MHz
FSB .
Motherboard & Intel 3 series/n Vidia GeForce 7 series or better on OEM
2
Chipset: Motherboard
3 Memory 2 GB 533 MHz DDR2 RAM with minimum 4 total DIMM slots.
4 HDD 160 GB 7200 rpm Serial ATA HDD.
5 Monitor 43.2 cm TFT SVGA Colour Digital Monitor
6 Mouse Optical with USB
7 DVD Writer DVD writer 8X
B. Other Parameters
1 Key Board 104 keys , with USB
Integrated Graphics, 2 PCI,1 PCI Express x 1 and 1 PCI
2 Bus Architecture
Express x 16.
4 Nos.(2 Nos. 5.25 inches for Optical Media Drives and
3 Bays
2 Nos. 3.5 inches for Hard Disk Drives).
6 USB Ports (with at least 2 in front), 1 Serial Port,
4 Ports 1 Parallel port, 1 PS/2 Keyboard and 1 PS2 Mouse Port,
audio ports for microphone and headphone in front.
5 DMI DMI 2.0 Compliance and Support.
10/100/1000 on board integrated Network Port with
6 Networking Facility remote booting facility remote system installation,
remote wake up.
Windows Vista Business preloaded with Media and
7 Operating System
Documentation and Certificate of Authenticity.
8 OS Certifications Win Logo Vista Business OS and Linux Certifications.
Screen Blanking, Hard Disk and System Idle Mode in
9 Power management Power On, Set up Password, Power supply SMPS Surge
protected.
10 Cabinet Mini Tower
Centre for Railway Information Systems 3/15 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
3.1.17. LAPTOP
A. Major parameters
Mobile Intel Core 2 Duo Processor T9300, 2.5GHZ with
1 Processor
6 MB L2 cache 800 MHZ FSB or higher.
Motherboard & Mobile Intel PM 965 or PM 45 or higher chipset on OEM
2
Chipset: Motherboard.
3 Memory 4 GB DDR2 RAM
4 HDD 250 GB 5400 rpm (minimum)
Centre for Railway Information Systems 3/16 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/17 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
A. Major parameters
Centre for Railway Information Systems 3/18 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Lockable
TFT Monitor
burglar
with angular
proof glass
adjustments
front cover
(to drop
vertically)
Monitor
cover of
suitable
material
resistant to
diesel and
grease
with
smooth
exterior
finish
Stainless Steel
Body
SIDE VIEW
ISOMETRIC VIEW
A. Material Requirements:
B. Other Requirements:
1 Aesthetic Appearance.
2 Ergonomic Design for working in standing position.
3 Table top to be capable of taking 50 KG concentrated load at the centre of side table
spaces and the central arm rest.
4 Rugged and rigid construction for use in factory environment.
5 Water proof enclosure for the monitor and terminal CPU/UPS
Centre for Railway Information Systems 3/19 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/20 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
ANNEXURE 2.II
INDEX
Centre for Railway Information Systems 3/21 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/22 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
General Requirements:
1. The Switch shall be designed for continuous operations. The bidder shall furnish the
MTBF (Mean Time Between Failure) and MTRR (Mean Time to Restore) predicted and
observed values along with calculations by the manufacturer.
2. In case of full system failure, Switch shall maintain a trace area in the NVRAM / Flash
which would be used for analysis / diagnosis of the problem.
3. Switch shall have built in power-on diagnostics system to detect hardware failures.
4. Switch shall have suitable Visual Indicators for diagnostics and healthy / unhealthy
status of Ports & modules.
Hardware Capabilities:
5. Switch shall have 24 Nos. of Gigabit Ethernet modules complying to IEEE 802.3, IEEE
802.3u and 802.3ab standard, supporting 10/100/1000 base Ethernet connectivity.
6. Switch shall have minimum of 30 Gbps forwarding bandwidth at layer 2 and layer 3
switching fabric.
7. Switch shall have minimum 32 Million packets (64 Byte packet) per second
forwarding rate.
8. Switch shall support minimum support of 10,000 MAC addresses.
9. Switch shall be capable of working with AC Power supply with a Voltage varying from
170 –240 Volts at 50 +/- 2 Hz.
10. Switch shall support for 19 Inch rack mountings.
Functional Requirements:
11. Switch shall support Link Aggregation Control Protocol (LACP) as per IEEE 802.3ad.
12. Switch shall support 802. 1Q VLAN all ports with support for minimum 256 VLANs.
13. Switch shall support for IEEE 802.1D spanning tree protocol.
14. Switch shall support Dynamic Host Configuration Protocol (DHCP).
15. Switch shall support classification and scheduling as per IEEE 802.1P on all ports.
16. Switch shall support self learning of active MAC addresses and associated VLANs.
17. Switch shall support “Port Spanning” functionality for measurements using a network
analyzer.
18. Switch shall support IEEE 802.1Q VLAN tagging.
19. Switch shall support Auto-MDIX (Media Dependent Interface Crossover).
20. Support for basic IP unicast routing protocols (static, RIPv1, RIPv2, OSPF).
21. Switch shall support Inter-VLAN IP routing for full layer 3 routing between two or more
VLANs.
22. Switch shall support IGMP snooping.
23. Switch shall support per port broadcast, multicast and unicast storm control to
prevent degradation of overall system performance occurred due to faulty end
stations.
24. Switch shall support DNS, TFTP and NTP / SNTP based on RFC 1305/ 2030 for
synchronization of date and time from central NTP Server.
Centre for Railway Information Systems 3/23 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
25. Switch shall support for IEEE 802.1x port based authentication with VLAN
assignment, Port Security and ACL (Access control List) assignment.
26. Switch shall have support for IPv6 routing in future.
27. Switch shall support Multiple Spanning-Tree Protocol as per IEEE 802.1s.
28. Switch shall support Strict Priority Queuing.
29. Switch shall support MAC address based port level security using which forwarding on a
port is restricted to a defined group of addresses.
30. Support for Switches to be stacked or clustered and manageable using a single IP
address.
31. Switch shall support System & Event logging functions as well as forwarding of these
logs onto a separate Server for log management.
32. Switch shall support on-line software reconfiguration to implement changes without
rebooting.
33. Switch shall have comprehensive debugging features required for software &
hardware fault diagnosis.
34. Switch shall be configurable in high availability mode so that two L-3 Switches will work
in 1:1 cluster mode and in case of a switch failure, the other switch will provide
connectivity seamlessly.
Management Features
35. Switch shall have a console port with RS-232 Interface for configuration and
diagnostic purposes.
36. Switch shall be SNMP manageable with support for SNMP Version 1, 2 and 3.
37. Switch shall support all the standard MIBs (MIB-I & II).
38. Switch shall have Embedded Web based Network Management Software for
configuration and management.
39. Switch shall support TELNET and SSH Version-2 for Command Line Management.
40. Switch shall support 4 groups of embedded RMON (history, statistics, alarm and
events).
41. Switch shall support Multiple privilege levels to provide different levels of access on
console port and telnet sessions.
42. Switch shall support RADIUS for console access restriction and authentication as per
RFC 2138.
43. Switch shall support following in the user level of access i.e. the user with minimum
privileges:
a. Display of Input and Output error statistics on all interfaces.
b. Display of Input and Output data rate statistics on all interfaces.
c. Display of Dynamic ARP table.
d. Display of MAC Address table.
e. Display of Routing Table.
Regulatory Compliance
44. Switch shall conform to UL 60950 or IEC 60950 or CSA 60950 or EN 60950 Standards
for Safety requirements of Information Technology Equipment.
45. Switch shall conform to EN 55022 Class A/B or CISPR22 Class A/B or CE Class A/B or
FCC Class A/B Standards for EMC (Electro Magnetic Compatibility) requirements.
46. Switch shall be manufactured in accordance with the international quality standards ISO
Centre for Railway Information Systems 3/24 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
General Requirements:
1. The Switch shall be designed for continuous operations. The bidder shall furnish the
MTBF (Mean Time Between Failure) and MTRR (Mean Time to Restore) predicted and
observed values along with calculations by the manufacturer.
2. In case of full system failure, Switch shall maintain a trace area in the NVRAM / Flash
which would be used for analysis / diagnosis of the problem.
3. Switch shall have built in power-on diagnostics system to detect hardware failures.
4. Switch shall have suitable Visual Indicators for diagnostics and healthy / unhealthy
status of Ports & modules.
Hardware Capabilities:
Functional Requirements
12. Switch shall support Link Aggregation Control Protocol (LACP) as per IEEE 802.3ad.
13. Switch shall support 802. 1Q VLAN all ports with support for minimum 255 VLANs.
14. Switch shall support for IEEE 802.1D spanning tree protocol.
15. Switch shall support Dynamic Host Configuration Protocol (DHCP).
16. Switch shall support classification and scheduling as per IEEE 802.1P on all ports.
17. Switch shall support self learning of active MAC addresses and associated VLANs.
18. Switch shall support “Port Spanning” functionality for measurements using a network
analyzer.
19. Switch shall support IEEE 802.1Q VLAN tagging.
20. Switch shall support Auto-MDIX (Media Dependent Interface Cross- over).
21. Switch shall support IGMP snooping.
22. Switch shall support per port broadcast, multicast and unicast storm control to prevent
23. degradation of overall system performance occurred due to faulty end stations.
24. Switch shall support DNS, TFTP and NTP / SNTP based on RFC 1305/ 2030 for
synchronization of date and time from central NTP Server.
25. Switch shall support for IEEE 802.1x port based authentication with VLAN assignment,
Centre for Railway Information Systems 3/25 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Management Features
33. Switch shall have a console port with RS-232 Interface for configuration and diagnostic
purposes.
34. Switch shall be SNMP manageable with support for SNMP Version 1,2 and 3.
35. Switch shall support all the standard MIBs (MIB-I & II).
36. Switch shall have Embedded Web based Network Management Software for
configuration and management.
37. Switch shall support TELNET and SSH Version-2 for Command Line Management.
38. Switch shall support 4 groups of embedded RMON (history, statistics, alarm and
events).
39. Switch shall support Multiple privilege levels to provide different levels of access on
console port and telnet sessions.
40. Switch shall support RADIUS for console access restriction and authentication as per
RFC 2138.
41. Switch shall support following in the user level of access i.e. the user with minimum
privileges:
Regulatory Compliance
42. Switch shall conform to UL 60950 or IEC 60950 or CSA 60950 or EN 60950 Standards
for Safety requirements of Information Technology Equipment.
43. Switch shall conform to EN 55022 Class A/B or CISPR22 Class A/B or CE Class
A/B or FCC Class A/B Standards for EMC (Electro Magnetic Compatibility)
requirements.
44. Switch shall be manufactured in accordance with the international quality standards
ISO 9001:2000 for which the manufacturer should be duly accredited.
Centre for Railway Information Systems 3/26 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
General Requirements:
1. The Switch shall be designed for continuous operations. The bidder shall furnish the
MTBF (Mean Time Between Failure) and MTRR (Mean Time to Restore) predicted
and observed values along with calculations by the manufacturer.
2. n case of full system failure, Switch shall maintain a trace area in the NVRAM / Flash
which would be used for analysis / diagnosis of the problem.
3. Switch shall have built in power-on diagnostics system to detect hardware failures.
4. Switch shall have suitable Visual Indicators for diagnostics and healthy / unhealthy
status of Ports & modules.
Hardware Capabilities:
Functional Requirements:
11. Switch shall support Link Aggregation Control Protocol (LACP) as per IEEE 802.3ad.
12. Switch shall support 802. 1Q VLAN all ports with support for minimum 255 VLANs.
13. Switch shall support for IEEE 802.1D spanning tree protocol.
14. Switch shall support Dynamic Host Configuration Protocol (DHCP).
15. Switch shall support classification and scheduling as per IEEE 802.1P on all ports.
16. Switch shall support self learning of active MAC addresses and associated VLANs.
17. Switch shall support “Port Spanning” functionality for measurements using a network
analyzer.
18. Switch shall support IEEE 802.1Q VLAN tagging.
19. Switch shall support Auto-MDIX (Media Dependent Interface Cross- over).
20. Switch shall support IGMP snooping.
21. Switch shall support per port broadcast, multicast and unicast storm control to prevent
degradation of overall system performance occurred due to faulty end stations.
22. Switch shall support DNS, TFTP and NTP / SNTP based on RFC 1305/ 2030 for
synchronization of date and time from central NTP Server.
23. Switch shall support for IEEE 802.1x port based authentication with VLAN assignment,
Port Security and ACL (Access control List) assignment.
24. Switch shall support Multiple Spanning-Tree Protocol as per IEEE 802.1s.
25. Switch shall support Strict Priority Queuing.
26. Switch shall support MAC address based port level security using Which forwarding
on a port is restricted to a defined group of addresses.
27. Support for Switches to be stacked or clustered and manageable using a single IP
address.
Centre for Railway Information Systems 3/27 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
28. Switch shall support System & Event logging functions as well as forwarding of these
logs onto a separate Server for log management.
29. Switch shall support on-line software reconfiguration to implement changes without
rebooting.
30. Switch shall have comprehensive debugging features required for software & hardware
fault diagnosis.
Management Features
31. Switch shall have a console port with RS-232 Interface for configuration and diagnostic
purposes.
32. Switch shall be SNMP manageable with support for SNMP Version 1,2 and 3.
33. Switch shall support all the standard MIBs (MIB-I & II).
34. Switch shall have Embedded Web based Network Management Software for
configuration and management.
35. Switch shall support TELNET and SSH Version-2 for Command Line Management.
36. Switch shall support 4 groups of embedded RMON (history, statistics, alarm and
events).
37. Switch shall support Multiple privilege levels to provide different levels of access on
console port and telnet sessions.
38. Switch shall support RADIUS for console access restriction and authentication as per
RFC 2138.
39. Switch shall support following in the user level of access i.e. the user with minimum
privileges:
Regulatory Compliance
40. Switch shall conform to UL 60950 or IEC 60950 or CSA 60950 or EN 60950 Standards
for Safety requirements of Information Technology Equipment.
41. Switch shall conform to EN 55022 Class A/B or CISPR22 Class A/B or CE Class A/B or
FCC Class A/B Standards for EMC (Electro Magnetic Compatibility) requirements.
42. Switch shall be manufactured in accordance with the international quality standards
43. ISO 9001:2000 for which the manufacturer should be duly accredited.
General Requirements:
1. The Switch shall be designed for continuous operations. The bidder shall furnish the
MTBF (Mean Time Between Failure) and MTRR (Mean Time to Restore) predicted and
observed values along with calculations by the manufacturer.
2. In case of full system failure, Switch shall maintain a trace area in the NVRAM / Flash
which would be used for analysis / diagnosis of the problem.
3. Switch shall have built in power-on diagnostics system to detect hardware failures.
Centre for Railway Information Systems 3/28 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
4. Switch shall have suitable Visual Indicators for diagnostics and healthy / unhealthy
status of Ports & modules.
Hardware Capabilities:
Functional Requirements:
11. Switch shall support Link Aggregation Control Protocol (LACP) as per IEEE 802.3ad.
12. Switch shall support 802. 1Q VLAN all ports with support for minimum 255 VLANs.
13. Switch shall support for IEEE 802.1D spanning tree protocol.
14. Switch shall support Dynamic Host Configuration Protocol (DHCP).
15. Switch shall support classification and scheduling as per IEEE 802.1P on all ports.
16. Switch shall support self learning of active MAC addresses and associated VLANs.
17. Switch shall support “Port Spanning” functionality for measurements using a network
analyzer.
18. Switch shall support IEEE 802.1Q VLAN tagging.
19. Switch shall support Auto-MDIX (Media Dependent Interface Cross-over).
20. Switch shall support IGMP snooping.
21. Switch shall support per port broadcast, multicast and unicast storm control to prevent
degradation of overall system performance occurred due to faulty end stations.
22. Switch shall support DNS, TFTP and NTP / SNTP based on RFC 1305/ 2030 for
synchronization of date and time from central NTP Server.
23. Switch shall support for IEEE 802.1x port based authentication with VLAN assignment,
Port Security and ACL (Access control List) assignment.
24. Switch shall support Multiple Spanning-Tree Protocol as per IEEE 802.1s.
25. Switch shall support Strict Priority Queuing.
26. Switch shall support MAC address based port level security using Which forwarding on a
port is restricted to a defined group of addresses.
27. Support for Switches to be stacked or clustered and manageable using a single IP
address.
28. Switch shall support System & Event logging functions as well as forwarding of these
logs onto a separate Server for log management.
29. Switch shall support on-line software reconfiguration to implement changes without
rebooting.
30. Switch shall have comprehensive debugging features required for software & hardware
fault diagnosis.
Centre for Railway Information Systems 3/29 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Management Features
31. Switch shall have a console port with RS-232 Interface for configuration and
diagnostic purposes.
32. Switch shall be SNMP manageable with support for SNMP Version 1,2 and 3.
33. Switch shall support all the standard MIBs (MIB-I & II).
34. Switch shall have Embedded Web based Network Management Software for
configuration and management.
35. Switch shall support TELNET and SSH Version-2 for Command Line Management.
36. Switch shall support 4 groups of embedded RMON (history, statistics, alarm and
events).
37. Switch shall support Multiple privilege levels to provide different levels of access on
console port and telnet sessions.
38. Switch shall support RADIUS for console access restriction and authentication as per
RFC 2138.
39. Switch shall support following in the user level of access i.e. the user with minimum
privileges:
Regulatory Compliance
40. Switch shall conform to UL 60950 or IEC 60950 or CSA 60950 or EN 60950 Standards
for Safety requirements of Information Technology Equipment.
41. Switch shall conform to EN 55022 Class A/B or CISPR22 Class A/B or CE Class A/B or
FCC Class A/B Standards for EMC (Electro Magnetic Compatibility) requirements.
42. Switch shall be manufactured in accordance with the international quality standards ISO
9001:2000 for which the manufacturer should be duly accredited.
3.2.5 Technical Specifications of Layer-2 Switch (24 port- 10/100 Mbps + 2 OFC
port) (Type – IV)
General Requirements:
1. The Switch shall be designed for continuous operation. The bidder shall furnish the
MTBF (Mean Time Between Failure) and MTRR (Mean Time to Restore) predicted and
observed values along with calculations by the manufacturer.
2. In case of full system failure, Switch shall maintain a trace area in the NVRAM / Flash
which would be used for analysis / diagnosis of the problem.
3. Switch shall have built in power-on diagnostics system to detect hardware failures.
4. Switch shall have suitable Visual Indicators for diagnostics and healthy / unhealthy
status of Ports & modules.
Hardware Capabilities:
Centre for Railway Information Systems 3/30 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
auto-negotiation on each port. Switch shall also have 2 No Fibre port to operate
Singlemode OFC cable upto 02 km at 100 Mbps speed.
6. Switch shall have non blocking switching capacity of atleast 08 Gbps.
7. Switch shall have minimum packet forwarding rate of 06 Million packets per second at
64 bytes packet length.
8. Switch shall support minimum 6000 MAC addresses.
9. Switch shall be 19 Inch rack mountable.
10. Switch shall be capable of working with AC Power supply with a Voltage varying from
170 – 240 Volts at 50 +/- 2 Hz.
Functional Requirements:
Management Features
27. Switch shall have a console port with RS-232 Interface for configuration and diagnostic
purposes.
28. Switch shall be SNMP manageable with support for SNMP Version 1, 2 and 3.
29. Switch shall support all the standard MIBs (MIB-I & II).
30. Switch shall have Embedded Web based Network Management Software for
configuration and management.
31. Switch shall support TELNET and SSH Version-2 for Command Line Management.
32. Switch shall support 4 groups of embedded RMON (history, statistics, alarm and
events).
33. Switch shall support Multiple privilege levels to provide different levels of access on
console port and telnet sessions.
Centre for Railway Information Systems 3/31 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
34. Switch shall support RADIUS for console access restriction and authentication as per
RFC 2138.
35. Switch shall support following in the user level of access i.e. the user with minimum
privileges:
i) Display of Input and Output error statistics on all interfaces.
ii) Display of Input and Output data rate statistics on all interfaces.
iii) Display of Dynamic ARP table.
iv) Display of MAC Address table.
Regulatory Compliance
36. Switch shall conform to UL 60950 or IEC 60950 or CSA 60950 or EN 60950 Standards
for Safety requirements of Information Technology Equipment.
37. Switch shall conform to EN 55022 Class A/B or CISPR22 Class A/B or CE Class A/B or
FCC Class A/B Standards for EMC (Electro Magnetic Compatibility) requirements.
38. Switch shall be manufactured in accordance with the international quality standards ISO
9001:2000 for which the manufacturer should be duly accredited
1. Should support IEEE 802.11b/g standard and certified for WIFi, and IEEE 802.3 u
10/100 Base Tx for Ethernet LAN port.
2. Data rates supported by wireless AP- 54 Mbps for 802.11g mode and 11 Mbps for
802.11b mode.
3. Should be approved for use in India in a delicensed frequency band approved by WPC
for indoor and outdoor use.
4. Should support 64/ 128 bit WEP encryption and access control filtering.
5. Should support authentication (MAC Level Control).
6. Should support point to point and point to multipoint (at least 2 Points) operation.
7. Should operate minimum 5 KM range.
8. Equipment should have an antenna (either internal or external) to cover the given range
with all accessories.
9. Should have Dynamic data rate switching with auto fallback capability.
10. Should support SNMP, Telnet, and TFTP.
11. Should support IP and DHCP protocols.
12. Should support bridging.
13. Should support configuration management and monitoring of link condition ( i.e SNR)
from central point.
14. Should support the rejection of RF and noise interference.
15. Should support 802.x standards.
16. Outdoor unit must be weather proof with NEMA4x or IP56(or better) certified weather
proof housing.
17. The Wireless AP should be protected against Power Surge.
18. Equipment should have lightning protector.
19. Should support output power 14 dbm or better and receive sensitivity –80 dbm or better.
So that requisite performance can be obtained.
20. Power supply 220 +/- 10% and should support power over Ethernet (POE) standard
802.3af.
21. LED indications for Power, LAN & Wireless activity.
22. Operating Temperature range 0 – 50 degree C.
Centre for Railway Information Systems 3/32 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
In order to achieve the requisite performance of the link the following Technical Requirements
should be met .
i) The antenna should be of appropriate gain so as to deliver the requisite uptime of
the radio link.
ii) In case of underground, the cables should
iii) be laid in GI pipe.
iv) The mast at sheds will be installed on the ground or on roof top depending upon
feasibility report / survey.
v) The material of the mast and guy wire should be galvanized Iron.
vi) Lightning Arrestor with proper earthing and installation of aviation lights at both
ends.
1. Should support IEEE 802.11b/g at 11 Mbps / 54 Mbps for Wireless LAN and IEEE 802.3
u 10/100 Base TX for Ethernet LAN.
2. Should support 2.4 GHz frequency
3. Should support 64/ 128-bit WEP encryption.
4. Should support authentication (MAC Level Control).
5. Should operate minimum 100 M range (indoor).
6. Equipment should have an antenna to cover the given range.
7. Should have Dynamic data rate switching with auto fallback capability.
8. Should support SNMP, Telnet, and TFTP.
9. Should support IP and DHCP protocols.
10. Should support bridging.
11. Should support the rejection of RF and noise interference.
12. Should support 802.1x standard.
13. Powers supply 220 +/- 10% and should support power over Ethernet (POE).
14. LED indications for Power, LAN & Wireless activity.
15. Operating Temperature range 0 – 50 degree C.
ITEM REQUIREMENT
(1) Product Hardware Should be an appliance based solution.
(2) Common Criteria Should be EAL2 or FIPS 1401-1 level 2 ( or higher)
Certification certified
(3) No of 10/100/1000 ports 2 Nos
Centre for Railway Information Systems 3/33 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
(10) Performance, High • The SSL VPN solution should support software
Availability and Scalability based compression for all traffic (HTTP, file,
client/server application) enabling rapid
Centre for Railway Information Systems 3/34 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Unix Based:
Centre for Railway Information Systems 3/35 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/36 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
b) Safety EN 50091-1
Centre for Railway Information Systems 3/37 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
8) Protection and Filtering Input AC over / under voltage & Short circuit protection,
Spike/Surge/Noise Protection, Battery Overcharge,
Battery low, Output over voltage, Output overload, Output
short-circuit, Over Temperature
9) Certifications Manufacturing facility should be ISO 9001 certified
Test certificate from any one of the reputed Govt.
agencies viz. ETDC, ERTL, SAMEER for the UPS model
quoted.
10) Operating Temperature 0 degree – 40 degree Celsius
11) Relative Humidity 90% max.
12) Backup
a) Sealed Maintenance Free Min. 800 VAH required for 30 mins.
Battery bank
General Requirements
1. The Router shall be designed for continuous operation. The bidder shall furnish the
MTBF (Mean Time Between Failure) and MTRR (Mean Time to Restore) predicted and
observed values along with calculations by the manufacturer.
2. In case of full system failure, Router shall maintain a trace area in the NVRAM / FLASH
which would be used for analysis / diagnosis of the problem.
3. Router shall have built in power-on diagnostics system to detect hardware failures.
4. Router shall have suitable Visual Indicators for diagnostics and healthy / unhealthy
status of Ports & modules.
5. The design of Router shall not allow plugging of a module in the wrong slot or upside
down.
Hardware Details
Centre for Railway Information Systems 3/38 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
16. Router shall support a console port with RS-232 Interface for configuration and
diagnostic purposes.
Software Details
19. The router shall support static as well as dynamic routing with support for following IP
routing protocols:
i) RIP Version 2
ii) OSPF Version 2 as per RFC 1583
iii) BGP Version 4 as per RFC 1771
21. The router shall support following quality of service (QoS) features:
Centre for Railway Information Systems 3/39 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
25. Router shall support following in the user level of access i.e. the user with minimum
privileges:
i) Ping
ii) Telnet
iii) Traceroute
iv) Display of pre-configured description / label on each interface.
v) Display of physical layer line status signals (DCD, DSR, DTR, RTS, CTS) on all
serial interfaces.
vi) Display of Input and Output error statistics on all interfaces.
vii) Display of Input and Output data rate statistics on all interfaces.
viii) Display of Dynamic ARP table.
26. Router shall support System & Event logging functions as well as forwarding of these
logs onto a separate Server for log management.
27. The Hardware / Software of Router shall not pose any problem due to change in date
and time caused by events such as changeover of millennium / century, leap year etc. in
the normal functioning of the system.
28. Router shall have Debugging features to display and analyze various types of packets.
Centre for Railway Information Systems 3/40 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Regulatory Compliance
29. Router shall conform to UL 60950 or IEC 60950 or CSA 60950 or EN 60950 Standards
for Safety requirements of Information Technology Equipment.
30. Router shall conform to EN 55022 Class A/B or CISPR22 Class A/B or CE Class A/B or
FCC Class A/B Standards for EMC (Electro Magnetic Compatibility) requirements.
31. Router shall be manufactured in accordance with the international quality standards ISO
9001:2000 for which the manufacturer should be duly accredited.
32. Router / Router’s Operating System should be tested and certified for EAL 2 or above
under Common Criteria Program for security related functions.
Centre for Railway Information Systems 3/41 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
1. The media converter shall provide Fast Ethernet signal conversion from twisted pair
copper to optical fiber and vice-a-versa.
2. The media converter shall have 01 No. RJ-45 10Base-T / 100Base-Tx port and 01 No.
SC 100 Base-Fx port.
3. The media converter shall support Multi Mode Fiber cable up to a distance of 02
kilometer.
4. The media converter shall comply to IEEE 802.3u 100 Base Tx / Fx standard.
Centre for Railway Information Systems 3/42 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/43 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/44 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
The LAN extender is required for interconnecting two LAN’s using conventional Under-ground
telecom copper cable pair without degradation in the LAN performance as per the following
specifications:
1. Support speed up to 2 MBPS for distance coverage up to 5 km. on 0.5 mm dia single
pair cable.
2. Support speed up to 144 KBPS for distance coverage up to 8 km. on 0.5 mm dia single
pair cable.
3. Should operate in half/full duplex mode with minimum 4 nos. of 10/100 base T Ethernet
port (IEEE 802.3 compliance).
4. Support RJ 11 for connecting Copper cable pair.
5. Support RJ 45 for connecting Ethernet port.
6. Support SNMP based management.
7. Auto adjustment of operational speed, depending upon line condition.
8. Configurable through console, telnet or http (web browser).
9. Visual indications to know the status of Line, Ethernet and Power.
10. Temperature range (0-45 degree C).
11. Protection against lightening and accidental power on cable pair.
12. Power supply - 230 V AC +/- 10%., 50 Hz.
Technical Specifications for G.SHDSL 2 Mbps (nx64 Kbps) 2 wire Leased Line Modems ( V.35
& G.703 ).
The modems should conform either to TEC Specifications no. IR/DCA – 18/02, June 1999 or to
TEC Specifications no. IR/DCA – 18/03, Feb 2002 (in which case specifications pertaining to
IEEE 802.3 Ethernet 10/100 Base Tx Interface viz. Clause no. 2.1(iv), 2.3 & 7(v) of the TEC
specifications are not applicable ) with the following qualifications/addendum.
The speed/s supported at Digital Interface/s shall be with any Combination of 64 Kbps between
64 Kbps to 2048 Kbps.
Centre for Railway Information Systems 3/45 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
5) In a modem pair, the modem with V.35 interface shall be operable on normal AC supply
whereas the G.703 modem unit shall be operable with both AC and DC power supply,
with AC or DC supply being used at any given point of time.
6) Certification :
Valid and duly attested copy of TEC approval certificate issued to the offered
modem product for both V.35 & G.703 interface units.
Centre for Railway Information Systems 3/46 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
3.2.16 36U Floor Standing 19''standard 600mm (W) x 800mm (D) Network
Equipment Rack:- APW / RITTAL / VALRAC
3.2.17 24U Floor Standing 19''standard 600mm (W) x 800mm (D) Network
Equipment Rack:- APW / RITTAL / VALRACK
Centre for Railway Information Systems 3/47 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
3.2.18 12U Wall Mount 19” Closed Frame Network Equipment Rack:- APW ,
RITTAL,HCL
S.No
Description Qty
.
a. Front Glass Door with Lock. 1
b. Ventilated Top cover and Bottom cover with cable entry facility.
c. Hardware Front Panel (Equipment mounting Fasteners) in pkts of 10. 2
d. 19’’ equipment mounting shelf with a depth of 400mm and 1U height. 2
e. 19’’ cooling fan tray with 2 fan. 1
f. 19’’ horizontal cable manager 1U + Hardware. 2
g. AC mains power distribution box upto 5 sockets. 2
h. Earth continuity kit comprising of earthing bar and earthing straps 1
i. Conforming to industry standard practices
3.2.19. 9U Wall Mount 19” Closed Frame Network Equipment Rack:- APW ,
RITTAL, VALRACK
Centre for Railway Information Systems 3/48 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
3.2.20 Specifications for Conduits, PVC Channel, HDPE Pipe, G.I Pipe and
UTP/Fiber Cable Installation Laying etc.
Heavy duty PVC Conduit (pipe) with 1 inches or 2 inches diameter. The Thickness of Conduit
should be at least 2.5 mm. The conduit should be ISI mark and having IS-9537 Part-3
Standards AKG/ Modi /Flex / Diplast / Prakash).
Heavy duty PVC Channel with 0.5 inches or 1 inches. The Channel should preferably be ISI
mark. (AKG / Modi / Flex / Diplast / Prakash )
(c) GI pipes
GI pipes ( Jindal / Prakash / Tata) Class-B ISI mark, 32 mm For Fiber Laying on Hard Surface.
Cable Pits made up of reinforced concrete and brick walls with removable covers ( Reinforced
concrete slab). Maintenance pits with internal area of 1m*1m*1m would be constructed for
future maintenance.
(f) Trenching
1. Cables should be ducted and directly buried at a minimum depth of 1m below the
ground level. The cable shall be covered by semi-circular concrete shells/bricks. Soil
shall be filled up to a height of 250mm above the cable and covered with warning
tape. The remaining height of the trench shall be filled back with extracted material
from the trench.
2. The fiber cable should be laid down in Pre-lubricated High Density Polyethylene
(HDPE) pipe for soil cut and GI pipe should be used for road cut. HDPE Air-tight
couplers would be used at all the joints. The fiber cable crossing the road additional
safety measure should be made with the consent of CRIS Network Engineer.
3. Cable bend radius should be as per the norms and OFC cable markers made up of
concrete of (1’ X 4’’ X 6’’) should be provided every 50 meters or at bends which ever
is less.
Centre for Railway Information Systems 3/49 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Trench less digging (Moiling/HDD) is to be used for Road / Concrete level crossings,
Railway Track Crossings and RCC Flooring within the sheds with at a depth of at least 8-
10ft. HDPE Pipe TEC Approved would be laid.
1. Lettering and numbering shall be black, longitudinal to cables, shall be typed in readable
format, permanent and smudge-proof. Cable labels shall have a white background unless
specified elsewhere in this specification. Labels shall have waterproof jackets. Hand-
written labels will only be acceptable on a temporary basis during installation.
2. Labels at the Communications rack or cabinet should identify the location, e.g. office
number, of workplace outlet and to cable number. Labels at workplace outlet should
identify the Communication cabinet and cable number.
3. Fiber cables should be labeled at each end with a unique Circuit Number. The fiber
termination panel must also be labeled with the circuit number at both ends.
1 Cables shall be laid and terminated in accordance with the recommendations made in
the TIA/EIA document, manufacturer’s recommendations and/or best industry practices.
2 Removal of Armored core at the termination enclosure/ shelf should not be more than
the required length for terminations of Fiber cores.
3 Bend radius of the cable in the termination area shall not be less than 20 times the
outside diameter of the cable.
4 Buffer Tubing should be used before the terminations or splicing at the enclosure end.
5 Cables shall be neatly clamped on the walls near the terminations boxes or shelves in
the racks.
6 Each cable shall be clearly labeled at the enclosure end. Cables labeled within the shelf
or wall mount enclosures, where the label is obscured from view shall not be acceptable.
7 Additional OFC of at least 3m of length should be left at the enclosure end on both sides
for future shifting of Rack/Wall enclosures.
8 It will be the responsibility of the vendor to take necessary permissions for Road digging
outside railway premises and the roads should be concreted after the cabling has been
done. It is advisable to carry the digging work during night hours.
9 Fiber cable with in building should be laid down in PVC pipe.
10 The contractor should provide with a sample of the patch cables, I/O points etc to be used
in advance for approval.
The installer must prepare diagrams showing the locations and layout of the concentration
points and the routes taken by the major trunking and uplink cables. These diagrams should be
submitted in electronic AutoCAD format, and on paper. These diagrams should include floor
plans, including room numbers, of the buildings with additional layers containing both data and
fiber cable routes. They should also contain the cable numbers in relation to room numbers. In
addition to the test results for the premises cables, the installer should submit a document
identifying the relationship between each cable number used in the installation and the
Centre for Railway Information Systems 3/50 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
corresponding patch panel numbers and workplace outlet room numbers. It should be trivial to
correlate the cable numbers used in this document with the individual cable test results. This
document should be submitted in electronic, Excel, format. A paper copy should be available on
demand. Each data point marked on a drawing will individually indicate the port/wire number (at
the actual label) in close proximity without being obscured by other information.
Final Acceptance testing shall be done jointly by CRIS and the vendor and will comprise the
followings:
The Final acceptance test procedure for equipment shall comprise the tests given below. All test
equipment, measuring devices etc. shall be arranged by the supplier for Acceptance testing.
1. Physical inspection for verification of compliance to item No. 4, 5,6 & 11 of technical
specifications.
2. Verification by conducting tests or on the basis of Manufacturer’s certificate for item No.
10 of technical specifications.
3. Tests to verify compliance to item No. 29 to 40 of technical specifications.
4. Manufacturer’s certificate to verify compliance to item No. 1 to 3, 7 to 9, 12 to 28, 41& 42
of technical specifications.
5. Certificate from respective regulatory agency to verify compliance for item no. 43 of the
technical specification.
Centre for Railway Information Systems 3/51 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
1. Physical Inspection and Testing for compliance to Item nos. 2, 4 & 5 of the technical
specifications except Item 2(c) & 2(d) .
2. TEC approval certificate to verify compliance to Item nos. 1, 2(c), 2(d), 3 & 6 of the
technical specifications.
Centre for Railway Information Systems 3/52 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
3.2.24.12 Acceptance Test procedure for UPS ONLINE 500 VA and 1 KVA:
The Acceptance Test shall be conducted at the site of installation by the authorized Network
Engineers of CRIS in the presence of the supplier’s representatives. The acceptance test shall
involve physical inspection, verifying compliance to all the technical specifications specified in
the tender document and trouble free operation of the system for 07 working days. No
malfunction, partial or complete failure of any part of the equipment is expected to occur.
The supplier shall obtain the necessary Installation/Acceptance test report to establish the
successful completion of the Installation.
Inspection & Acceptance Testing for the entire Structured LAN Cabling work shall be done on
the basis of Physical, Inspection, Conducting Tests/Certification, Manufacturer’s certificate as
and where applicable. This will be done prior to site network commissioning milestone. All test
Equipment Measuring Devices etc. shall be arranged by the supplier for acceptance testing.
The key areas for the inspection and testing would be conducted as given below:
1. The Installation & Commissioning of the Structured LAN Cabling shall be done
strictly as per schematic enclosed at Annexure 1 to 3. Diagram of Depot
Network depicting building and floor wise distribution of users and connectivity is
to be provided.
Centre for Railway Information Systems 3/53 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/54 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
ANNEXURE: 2.III
3.3 CENTRAL DATA CENTRE ARCHITECTURE SCHEMATIC FOR LMS PROJECT
SW6
Layer 3 Switch
SW3
S10
SW4 S11 S7 S1 S2 S8 S9 Layer 2 Switch
Centre for Railway Information Systems 3/55 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
ANNEXURE 2.IV
INDEX
Centre for Railway Information Systems 3/56 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/57 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/58 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Time office
SW-5
Wheel pit
lathe
mc mc
Entry
Exit mc
point Control Shift Lab Lubritorium Load
Room SW-2 Box
Main Lab
SW-4 Light repair bay-1
mc mc
Radiator
FIBRE OPTIC
Fuel Consumable
Section store mc
MEDIA CONVERTOR
SW SWITCH
WIRELESS
Centre for Railway Information Systems 3/59 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
AMM Store
LAN Extender
ICD
Wireless
DLI END
Copper Cable
Centre for Railway Information Systems 3/60 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
1Switch 24
2000 mtrs
CONCOR
Wireless Access Point
Wireless
Centre for Railway Information Systems 3/61 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
300 mtrs
500 mtrs
ICD/CONCOR
DDL Station
1Switch 24 Layer 2 Switch
LAN Extender
Wireless
Copper Wire
Centre for Railway Information Systems 3/62 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Annexure : 2.V
1. Railway Board
2. RDSO
3. Production Units:
Centre for Railway Information Systems 3/63 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
4. Railway Headquarters:
Centre for Railway Information Systems 3/64 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
6. Depots:
7. Divisional Headquarters:
Centre for Railway Information Systems 3/65 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
ANNEXURE: 2.VI
A. SERVICES MILESTONES
1. Submission of Final System study with Business process D+3 FS1
mapping and User requirement assessment document
with gap analysis for Depot application to CRIS for
approval.
2. Submission of Final User requirement and System D+3 FS2
requirement document for Central (ROAMS- FMM)
application covering Document Handling System, E-
Library, Reports & dash Boards, Depot HR, Portal
development etc, to CRIS for approval. This will include
integration with FOIS at CRIS, MMIS/NR and Depot
application.
3. Depot Application CORE team training completion D+4 FS3
4. Central Application CORE team training completion D+4 FS4
5. Network training completion D+6 FS5
6. Completion of customization/development of ERP/EAM D+8 FS6
and Depot application, testing and test bed
implementation at CRIS with off line data.
7. Completion of customization/development of ROAMS- D+12 FS7
FMM application, testing and test bed implementation at
CRIS with off line data.
8. Lab Load Testing of complete application including depot D+13 FS8
application and Central ROAMS-FMM for full scale load.
9. Depot application implementation at 3 depot up to Go live D+14 FS9
10. ROAMS-FMM application implementation at Board, NR D+16 FS11
HQ, NCR HQ, RDSO and three divisions – Delhi/NR,
Firozpur/NR and Allahabad/NCR. Up to Go Live.
11. End user training completion at depot D+14 FS10
12. End User Training completion for ROAMS-FMM users D+16 FS12
13. Final commissioning of FMM Project at all prototype D+18 FS13
project locations
14. Completion of On site Handholding support period after D+19 FS14
Project commissioning
Centre for Railway Information Systems 3/66 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
B. WORKS MILESTONES
1 Central network integration and commissioning D+3 FW1
2 Shed Network Installation and commissioning at TKD D+4 FW2
Depot
3 Shed network installation and commissioning at DDL D+5 FW3
Depot
4 Shed network installation and commissioning at DER D+6 FW4
Depot
Centre for Railway Information Systems 3/67 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
ANNEXURE: 2.VII
A. SERVICES MILESTONES
Submission of Final System study and User requirement
1. D+3 LS1
document with gap analysis for Shed application to CRIS
for approval.
Submission of Final User requirement and System
2. D+3 LS2
requirement document for Central (ROAMS- LMS)
application covering Document Handling System, E-
Library, Reports & dash Boards, Shed HR, Portal
development etc, to CRIS for approval. This will include
integration with FOIS at CRIS, MMIS/NR and Shed
application
3. Shed Application CORE team training completion D+4 LS3
4. Central Application CORE team training completion D+4 LS4
5. Network training completion D+6 LS5
6. Completion of customization/development of ERP/EAM D+8 LS6
and shed application, testing and test bed implementation
at CRIS with off line data.
7. Completion of customization/development of ROAMS- D+12 LS7
LMS application, testing and test bed implementation at
CRIS with off line data.
8. Lab Load Testing of complete application including shed D+13 LS8
application and Central ROAMS-LMS for full scale load.
9. Shed application implementation at 3 sheds up to Go live D+14 LS9
10. ROAMS-LMS application implementation at Board, NR D+16 LS11
HQ, RDSO, DLW, DMW and three divisions - Delhi,
Lucknow/NR and Firozpur. Up to Go Live.
11. End user training completion at Sheds D+14 LS10
12. End User Training completion for ROAMS-LMS users D+16 LS12
13. Final commissioning of LMS Project at all prototype D+18 LS13
project locations
14. Completion of On site Handholding support period after D+19 LS14
Project commissioning
15. Warranty and Maintenance ends D+30 LS15
Centre for Railway Information Systems 3/68 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
B. WORKS MILESTONES
1 Shed Network Installation and commissioning at TKD D+4 LW2
Shed
2 Shed network installation and commissioning at LDH D+5 LW3
shed
3 Shed network installation and commissioning at LKO D+6 LW4
shed
Centre for Railway Information Systems 3/69 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
ANNEXURE 2.VIII
INDEX
3/71
1. DATABASE SERVER 1 & 2
3/72-3/75
2. APPLICATION SERVER 1, 2 & 3
3/76-3/77
3. PORTAL SERVER 1 & 2
3/78
4. BI SERVER 1 & 2
3/79-3/80
5. DMS 1 & 2
3/80
6. ANTIVIRUS SERVER
7. ONLINE BACKUP MANAGEMENT SERVER 3/81-3/82
Centre for Railway Information Systems 3/70 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
1. PRODUCTION
2. DEV/TESTING/OFFLINE
Centre for Railway Information Systems 3/71 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
1. PRODUCTION
OR
Any other OEM supported, established product
which is proven with the offered ERP/EAM product
comparable to the above acceptable products and
meeting the technical requirements given at 3.8.2.3.
2. Licensing CPU based
2 DEVELOPMENT/TESTING/OFFLINE
OR
Any other OEM supported, established product which is
proven with the offered ERP/EAM product comparable
to the above acceptable products and meeting the
technical requirements given at 3.8.2.3.
Centre for Railway Information Systems 3/72 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/73 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/74 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/75 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
1. PRODUCTION/DEVELOPMENT/TESTING
Centre for Railway Information Systems 3/76 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/77 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
1. PRODUCTION/DEVELOPMENT/TESTING
Centre for Railway Information Systems 3/78 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
1. PRODUCTION/DEVELOPMENT/TESTING
Centre for Railway Information Systems 3/79 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/80 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Sr.
Item Description
No.
1.
Centralized and automated data back-up management on latest generation tape
media.
2.
Should be available on various OS platforms such as Linux and UNIX platforms
and be capable of supporting backup / restores from various platforms including
Windows, Unix and Linux. Both Server and Client software should be capable of
running on all these platforms.
3.
Software should have full GUI support on above mention O/S. Proposed backup
solution shall have same GUI across heterogeneous platform to ensure easy
administration. The back up software will support different types of user interface
such as GUI, Web-based interface.
4.
Software should support cross platform Device & Media sharing in SAN
environment.
5.
The backup software should support backups for clustered servers including
database servers.
6.
The backup software must support SAN based LAN-Free Backup.
7.
The backup software must support latest encryption technology of the backed up
data or archived data.
8.
Ability to perform “Hot-Online” backup for different type of Databases such as
Oracle, DB2, Sybase etc. on various platforms through appropriate agent.
Centre for Railway Information Systems 3/81 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
9.
The proposed Backup software has in-built frequency and calendar based
scheduling system.
10.
Backup software should have report writer that allows designing of report
templates that can be used to make meaningful reports in CSV / HTML / XML /
Text format / PDF.
11.
The backup software shall support different types of backup such as Full backup,
Incremental backup, Differential backup, Selective backup, Point-in-time backup.
12.
Back-up software offered should be resilient to network outages; it should
continue with backup after network is up and available again and should not
restart the whole backup once again.
13. Support for Alert through e-mail, SMS broadcast messages etc.
14. Backup software should have full command line support on various operating
systems.
Centre for Railway Information Systems 3/82 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
ANNEXURE: 2.IX
Centre for Railway Information Systems 3/83 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
INDEX
Centre for Railway Information Systems 3/84 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
3.9.1
Centre for Railway Information Systems 3/85 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/86 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
1.2 Condition Its condition based Based on Rake/wagon Defined Authorization for CCR/Division
/Parameter maintenance. history, adverse reports on parameters repair schedule to CYM
based. performance from line, failure status. be undertaken at SSE/C&W,
If the condition of the condition or damage due to Test report nominated Yard. SSE/Sickline,
Rake/wagon based on fixed accident, the same may be history. In case repairs SSE/ROH,
parameters or adverse stopped for certain Adverse reports are found beyond DME,
reports from line is not found maintenance. on performance their scope, Yard DyCME/Fr
suitable then on arrival in from line. marks the stock
yard, it may be prematurely Parameters should be Failures DVS.
stopped and advised for definable to prompt such a records.
suitable actions. repair scheduling based on At Sickline, either
rake/wagon condition. Kilometerage / the required
Example: Days schedule repairs are
Spring/ Distributive Valve Alerts generation for decision status undertaken or the
broken. support. stock may be
further marked for
Sickline/ROH/POH/NPOH pre mature ROH/
repair advice POH/NPOH.
Centre for Railway Information Systems 3/87 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/88 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
NOTE: - No
OPRS/BPC/Offering Memo
is considered.
4. Rake Based on incoming rake The Yard Masters/Cabins of Status of Time Modification CYM,
Placement. information, the likely time of the yard provide the of arrival in status of Rakes YM,
arrival and the available line information regarding actual yard, and under SSE/ C&W
infrastructure, CYM will arrival time of rake to CYM. placement maintenance in
arrange placement of the The CYM will issue Shunting therein with line yard. Available
rake on nominated line. advise/order to YM depending details. Staff and
upon the maintenance need of resources (e.g.
rake and availability of line Locos available
and maintenance for the purpose of
infrastructure available in the Shunting)
yard.
Centre for Railway Information Systems 3/89 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
6. Work As and when the Rake is The gangs approach the Gang Job allocation JE and SE
Distribution to placed at appropriate place predefined place for deployment with Attendance C&W.
Gang for for Examination, C&W performing the examination information of personnel
examination allocates pre defined gangs and depending upon the type details. including
depending (which specialize in certain of examination, perform the technical skills
upon requisite operations on the wagons) examination and repair Any previous etc.
C&W skills to the various types of activities in specified amount history of work Repairs attended.
offered examination.
Centre for Railway Information Systems 3/90 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
7. Rake All freight trains are to be Information obtained from BPC status, Offering memo SSE/ C&W,
Examination subjected to examination in CYM about rake placement is Rake number, information e.g. CYM.
empty condition. given as an offering memo to Rake history Type of
The following are the types C&W/Depot with alert system. including examination,
of Examination which are The offering memo will consist maintenance Time Stamp of
offered to rakes/wagons history, issuing authority
of the type of examination
Rake/wagon offering memo.
(A) BLC wagons:- advised to the C&W/TXR to
kilometerage.
Premium Rakes: be carried upon the Rake.
(BPC valid for 12+3 days
C&W will do the job allocation
(multiple loading, unloading
in gang form and attend
possible).
repairs.
Intensive Examination:
(Validity of OPRS for 30
After Intensive examination
days or 6000 Kms,
whichever is earlier.) they maintain the Intensive
Examination history.
STR (Safe to Run
Centre for Railway Information Systems 3/91 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
CC Rakes Examination :
(BPC valid for 30 days or
7500 km whichever is earlier
and multiple loading,
Centre for Railway Information Systems 3/92 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/93 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/94 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
10. C&W Material SSE/C&W maintains SSE/C&W checks the Shift Yard sub store Quantity SSE/C&W,
indent to material register for yard sub register and fills the requisition material demanded,
stores for yard store that contains material and issue slip(C-117) and position, Material Yard material
maintenance issued and material handed sends to main store. Description, Incharge
over to staff in shift. Appropriate records are kept. Category, Date,
Requisition no.
Based on shift diary, indent
of material is done.
11. POH, ROH During wagon examination During the examination if POH and ROH Unfit memo is SSE/C&W
booking. at the yard, if SSE/C&W SSE/C&W finds any wagon Schedule generated for all CCR(Division)
finds any wagon due for its ROH/ POH due, alert will be particulars. such wagons with SSE/ Depot
POH/ROH activities, then given to ROH depot, POH Kilometrage of wagon details SSE/Worksho
Wagon.
wagon(s) are marked workshop, and division. including wagon p
BPC details.
overdue POH/ ROH for Detached wagon(s) from rake history. CYM
detachment from rake and is sent to Depot for ROH. Owning Railway
Centre for Railway Information Systems 3/95 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/96 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
13. Sick marking If the gang is not able to Wagons that are not attended Wagon wise Sick marked SSE/C&W.
and Sick perform the repair work / or in yard as of the case, due to reasons for sick Wagon details SSE/ Sickline
wagons. due to insufficient insufficient infrastructure marking, BPC including wagon SSE/Inch.
infrastructure as required, facility, etc., is marked sick for status, Rake history.
then the wagon is marked as detachment from rake and number, Rake
DVS (Damaged Vehicle for taken in to depot for sick line maintenance
Sick line) and the wagon is maintenance. history,
marked sick for detachment Rake/wagon
The depot is intimated with
from the rake and movement kilometerage.
any alert system of the sick
to wagon depot for further
marked wagon(s) and the
repair activities.
reasons thereon for sick
marking.
Alert is generated to CYM for
Sickline placement of wagon.
Centre for Railway Information Systems 3/97 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/98 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/99 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Component/assemblies
history before the wagon is
to be attended for any repair.
2. ROH schedule Before attending the repair Scheduling forecasting will Current Rake N/A All depot
forecasting work on wagon, the give the depot shop/section position details, management
scheduling details must be planning in advance about wagon/rake
available in advance. information/alert along with details, material
the rake/wagon current status, staff
Scheduling forecasting will
position. Depending upon the availability,
help the depot management
forecast, the SSE/In charge Sickline
to handle the workload in
will prepare the workforce as occupancy
more efficient manner. This
well as the infrastructure to do
include the gang/job
the repair efficiently.
allotment task, material
planning for the incoming
Centre for Railway Information Systems 3/100 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
3. Consist/Wagon SSE/C&W yard gives Arrival forecast to CYM List of expected Acceptance of SSE/C&W,
reception at information about incoming becomes available to Depot, arriving forecast by depot, SSE/Inch.
depot rake/wagon based on his through FOIS integration. Rake/wagons ,or, Rejection of SSE/Sickline,
rolling-in examination done And alert is generated to forecast with SSE/ROH
at yard to depot. depot Dispatch reason
forecast from CYM
Depot gets forecast alert and yard
Based on actual arrival at
plans for maintenance
depot, which alerts SSE/Inch. Wagon details
against the SSE/C&W yard
for accepting and facilitates including repair Selection of line
information.
for appropriate line allocation history. on
SSE/SE/JE/TNC gives with maintenance facilities. tabular/graphic
intimation to depot about CCR messages berthing view by
DVS-stock, due POH, due Alert is generated to Tabular/Graphic drag /drop.
ROH wagons after CYM/depot about the view of depot
Intensive/STR examination. wagon(s) not arriving at depot. lines on
selection.
4. Incoming Incoming Consist/wagon Section supervisor assigns Wagon details Repairs recorded Initial checker
Consist/wagon check/pre-billing is done by technician for initial checking including repair by initial checker. and Section
check. initial checker/Section along with NTXR. history, supervisor,
Wheel sizes.
Incharge/NTXR after NTXR
Messages of
consist/wagon comes to Initial checkers records Components/ass
CCR &
appropriate line. repairs and makes summery emblies checking
SSE/C&W,
of booked repairs his records. is updated.
Reports of other
Break power
Centre for Railway Information Systems 3/101 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
5. Job Allotment by Sectional attendance taken Every staffs will be provided Allotted Gang/ Job allotment Record room
Gang in by Section In-charges by with the RFID man card. Supervisor changes. clerk,
charge/Contract men card. Job allocation
The employee’s id card is Wagon details card printing
or scanned on kiosk for sectional Sectional
including repair option.
The Section supervisor form physical attendance and list of Incharges.
history. RFID man card ,
gangs by attaching present present staff is made ready.
staff & assigns a particular Test/examinatio Material/Tool
job to a gang based on staff Section supervisor nominates n reports. Wagon wise/ issuer
gangs and allots jobs assembly
skill/training etc. Messages from
available on the system. Drag Selection of
& drop on touch screen. SSE/C&W and material/tool
The section incharge also CCR.
requisitions materials, tools Material list associated with
and assigns it to staffs- each job allocation and Rake/wagon Entry of custom
checks for indent on touch wise pending indents
concerned for collection.
Work starts after gathering is screen for items needed. job list
complete- requirement as Repair items may be indented
Centre for Railway Information Systems 3/102 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
6. Assembly Wagon assemblies are Assembly repair section allots Original Assembly. No. Concerned
overhauling and stripped-off from the Wagon an assembly to section staff dimensions and Section
repair during specified for dismantling and parameters of Detail of work Incharge
maintenance schedules/ overhauling. under repair done.
failure. assembly.
The section staff will attend
Testing
the specified defects as per
Wagon no. parameter.
the check sheet for every
Centre for Railway Information Systems 3/103 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/104 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
8. Unit exchange A unit or an assembly is SSE/sections will give their Unit/assemblies Unit wise stock is Section
and assemblies exchanged with the repaired spare or repaired unit details, section updated, Incharge
monitoring or spared one to information to DME. stock details, spares stock is
compensate for the time loss DME will plan for the unit updated
(if the unit is repaired and exchange with these spares
the wagon/consist is then
dispatched). Repairing unit/assembly will
then be handed to respective
Identified critical
sections for its repair and
Items/components critical
Centre for Railway Information Systems 3/105 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
9. Ultra Sonic The wagon’s wheel, axle SE/JE/SSE (UST) will be Wagon details. Updated SSE / SE /
testing and bearing are specially responsible for covering Axle details Wheel/axle JE(UST)
taken care of any breakage, wheel/axle/bearing testing. along with details with
size distortion, etc. repair history Time stamping.
Appropriate screen will be Wheel details
Preformatted screen is Lab/test report is
filled Yes/No type data and along with
opened and updated with prepared thereon.
updated thereon. repair history
the wheel/axle parameter
details
10. Wheel turning Wheel Lathe section at SSE/WL will compare the Wagon no., Updated Wheel SSE/WL
depot is responsible for wheel diameter size with the Ultra sonic details.
wagon wheel turning. parameter. lab/test details.
Turning is done to re-profile Time stamping
the wheel diameter size along with
Wheel turning data is updated
uniformly. authorization.
to specified screen with Wheel details
SSE/WL is responsible for authorization by SSE/WL. with repair
this job based on ultra sonic history.
Any CTRB withdrawn during
test report of wheel. wheel turning is sent for
testing at the suitable testing
CTRB (bearing) are also sources
checked of any strange
sound.
11. Water-Proofing Wagon depot that are The JE/SE/MCM is Wagons details, Patches attention JE/SE/MCM,
attention covering the ROH of responsible for the water- Wagons section is recorded with NTXR
Centre for Railway Information Systems 3/106 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
12. Advice to NTXR Post all needed repair System Alert will be provided Wagon details UNFIT/FIT memo NTXR
according to procedure, to NTXR through Call Memo with recent is generated with
SSE/Inch. or SSE/Sickline or for its final checking. repair remarks, if any. SSE/Inch.,
SSE/ROH will invites the NTXR will check the repair attempted. SSE/ROH
NTXR for its approval done on rake/wagon and will DVP (Damage SSE/Sickline
through Call Memo. issue fit/unfit remarks. UNFIT/FIT Vehicle waiting
memo for Parts) Alert is
If fit, UNFIT/FIT memo will be parameters. generated to
NTXR based on specified set to fit status. Depot authority.
parameter may fit or unfit the If unfit, UNFIT/FIT memo will
rake/wagon and will indicate be set to unfit status with
this on UNFIT/FIT memo. remarks/comments on the
incomplete/improper Work.
If any wagon declared SSE will be alerted with the
Centre for Railway Information Systems 3/107 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
13. Advice to CYM On successful UNFIT/FIT CYM will be alerted with Wagon/Rake NA CYM
memo generation, the advice message from SSE for details. SSE/Inch.
SSE/Inch. will advice CYM placement.
for appropriate placements NTXR
for dispatch/rework. Alert for wagon-wise report/remarks.
UNFIT/FIT memo to CYM.
14. NPOH advice During ROH/DVS inspection, SSE/C&W prepares the Wagon details, Alert will goes to Depot officers,
SSE/C&W finds heavy UNFIT/FIT Memo and CYM/Traffic CYM/Traffic
repairs that require attention forwarded this Unfit Memo
at Workshop than the wagon and remaining two copies of
is booked for NPOH and train examination advice to
offered to CYM/Traffic. CYM .In Unfit Memo the
SSE/C&W prepares wagon no and work to be
conditional report in attended on the wagon is
concerned with depot mentioned e.g. NPOH
Centre for Railway Information Systems 3/108 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/109 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
17. Tippler damage Loaded Wagons may be A damage/ deficiency list is Wagon details, Wagon wise Concerned
management tippled for unloading of prepared in respect of wagons major physical Depot officials,
consignments at bulk users which have suffered physical components damages and/ or Concerned
like Power Plants, Steel damages and/ or deficiencies likely to suffer deficiencies of CYM/Traffic
Plants etc. Some of these by C&W, jointly signed by the physical components etc officials,
wagons may suffer physical SE/JE (C&W), YM and RPF damages and/ detected during Concerned
damages and deficiencies Representative. It may be or deficiencies, examination Divisional
during the tippling process. countersigned by respective wagon wise etc. officials,
The cost of repairs to such departmental officers. This
wagons and making good joint list is sent to the division
the deficiencies is to be for raising necessary and due
made good by the client. debits.
Centre for Railway Information Systems 3/110 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/111 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/112 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/113 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
6. Inspection Call The material received from On receipt of Inspection Call, Material receipt Status of pre Inspecting
against vendor against POs is the material is drawn from details and PO defined officials of the
purchase order delivered in stores depot. stores depot and checked for details. Quality parameters wagon depot.
from Stores The Store Incharge sends its conformance to stated parameters of contained in
Depot advice to depot for requirements contained in the Drawing and Quality Plan (QPL)
undertaking inspection of PO including ‘as per sample’. Specifications and entry in fields
incoming material received. contained in for respective
Centre for Railway Information Systems 3/114 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
7. Material issued Material is issued from a Wagon depot store staff Description Of Authentication of AMM,
from Store particular ward of stores collects Material Requisition Item. requisition SSE Material
Depot (AMM) to depot to the wagon depot from SSE Material In charge, PL NO. In charge
wagon depot store as requested by wagon recommended and approved Status of Quantity issued wagon depot,
inventory. depot store in charge. by competent authority in pending wagon Collecting staff Stores clerk
specified no of copies and depot store card to be read
Store depot may have
hands them over to stores slips. into system Material
certain pre-charged
depot representatives for issue Requisition issuer
inventory in respect of
of material. details
certain items in which case
Material is physically collected AAC
the indented quantity is
from depot. Previous supply
Centre for Railway Information Systems 3/115 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
8. Material Failure Material may fail enroute or Premature failures reported Material fitment Date of Failure and Controller.
In service/ may be detected failed from line either about the and receipt details therein Concerned
maintenance during maintenance. Such defective material detected details including location, officials of
premature failure would during maintenance or line PO details report of inspecting Division/
invite claims during warranty failure or after investigation of official etc. Depot
period. Proper accountal is a failure by Division or depot
to be kept for all such which is attributable to material
premature failures till the quality, are logged after
claims are settled. checking the admissibility of
warranty claim.
Similarly, Premature failures
detected during wagon
maintenance are logged after
ascertaining the admissibility
of warranty claim.
9. Surplus Surplus material should be Depot should maintain a list of Material details Material details Respective
material clearly visible to every depot surplus material that needs to and respective and respective depot
Exchange for so that whichever depot is in be made available to other surplus quantity surplus quantity incharge and
facilitating inter need of that material would depot that may require that there in. there in. Planning
depot transfer. be able to request for that material. Concerned
material. The criteria upon which the authority who Info of concerned
material is considered surplus can issue that authority who can
in a depot is to be clearly material with issue that material
specified. with contact
Centre for Railway Information Systems 3/116 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
10. Accountal of Accountal of Scrap material The store in-charge in the The respective The details of Concerned
Scrap Material needs to be maintained wagon depot prepares an types and scrap generated Stores depot
category wise. There should account for all the scrap quantities of on Wagon depot, and Wagon
be separate account for generated or available with each scrap Depot O/Bal, depot
each type of scrap i.e. them. along with the added during the officials.
Ferrous, non-ferrous, tools dispatch past period,
and other kind of special The scrap available is particulars/ dispatch during the
scrap. conveyed to associate stores delivery past period and C/
depot for collection and particulars and Bal.
Material scrapped by wagon bulking at stores depot. In stock available
depot is sent to workshops some cases, wagon depot Integration with
on hand with
where it is auctioned or may have to advise stores MMIS required.
that wagon
disposed off. depot for disposal. depot.
In case of turnings, borings In some other cases, stores Similar other
or similar work-place depot advises the wagon details.
generated scrap to be depot for grant of delivery to
auctioned at site, accountal specified vendor at specified
of Scrap material needs is to
time intervals.
be similarly maintained
category wise Wagon depot grants delivery
and maintains proper
accountal there on.
Centre for Railway Information Systems 3/117 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/118 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
3. Material POs are issued against Purchase order details will be PO details and Delivery status of Depot
Delivery material by purchase wing at received from MMIS directly delivery entry material is Material Cell
follow-up suppliers located at different uploading by Material wing. screen intimated to Vender
locations and dispatched Registered suppliers will receive vender.
against PO’s in one or multiple an email alert.
consignment. Suppliers can update delivery
Supplier will be able to see list details to depot by access
Centre for Railway Information Systems 3/119 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
4. Generation of Details of holding and outturn Details Holding and outturn of Previous days Current Holding Concerned
Daily Wagon of wagons at Depot:- wagons will be entered by every wagon holding and outturn Depot officials
Holding/ depot on the system on daily and outturn against wagon
Outturn status This report is very vast in its basis. details
statistics. It covers the The previous day list will be
date/month/year-wise outturn available for editing to save data
status for the Depot for all type entry.
repairs for all wagon types.
5. Generation of A fix number of assemblies will PO details from MMIS/Local List of material Selection of Divisional
Warranty be identified for warranty claim uploading under warranty options for users,
Claims from suppliers. Delivery details from depot with indication of reporting warranty Depots
Make/purchase order /Delivery module validity under Officials,
/Fitment date details will be Fitment date captured based on warranty. AMM store
captured by depot during material issue/usage Officials
ROH. confirmation by section
Any user can generate a
Warranty claim which will be
emailed to respective vender
and purchase officer.
Validity of warranty period will
be judged by system based on
rules.
Centre for Railway Information Systems 3/120 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/121 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
3.9.2
Centre for Railway Information Systems 3/122 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
S. NO. Module Name Batch/ Historic reports Analytical reports Online reports
1. Yard Details of freight trains running on Examination of rakes in loaded Performance of Premium Rakes
Maintenance invalid BPCs condition (Excluding revalidation / Safe to run
Overdue POH/ROH Wagons not Staff for freight activity points examination)
detached by the own/others railways Loss of distributor valve Performance of Rolling in Examination
during last intensive examination Shortfall of Stock of critical items on through passing trains
Open lines examination. Details of freight trains running on Performance of Intensive Examination
CC rakes formed and lost during the invalid BPCs Points
month Examination of rakes in loaded
Rake examination-train wise work condition
done.
Detention to train in yard from arrival
to departure.
Sick marking with sick wagon details.
2. ROH ROH calendar for CC rake. Wagon with stated condition of Rake run kilometer etc.
Preventive list of wagon detached on parameter wheels and other critical parts Daily/Special Nomination rake/wagon
Maintenance based repair including repeated attention/ repairs. particulars report.
Dead wagon arrival for a period. Job card
Shunting order to depot/yard Material cost for repair. Arrival forecast Failure and Rake By-
placements Parameter wise maintenance passed report for a period.
Daily job done summary- section wise. history.
Status of modification and drives. Out of course repair attended item Daily schedule and Over due list.
Periodic Failure reports list and summary – rake/wagon
Failure-wise detailed report. wise, area wise, part wise etc. Un-complied Shunting orders.
Items left unattended at the end of last Periodic Out of course cost and
repair. Rake time lost statement Safety item issue/return list.
Tools outstanding on gang/ staff. Failure wise detailed report in RDSO
Out of range exception List of tested Performa to be available on the Initial checking report Rake/wagon wise.
parameter – assembly wise/ system
wagon/rake wise. Component Fit Dimension- Failure Section wise Staff attendance list.
Periodic system wise -wagon-wise correlation/ trends analysis
failure and assembly failure reports Out of stock lists section wise.
and summaries. Material consumed on rake/wagon
Vendor wise history of inspections. wise with cost. Additional work assigned to staff rake-
Centre for Railway Information Systems 3/123 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
S. NO. Module Name Batch/ Historic reports Analytical reports Online reports
Monthly lab report summary for failure wise (with staff name and work, rake
materials. Rake time lost due to material wise).
Assembly history with fitment /test shortage- summary
data. Shift left over tasks to be handed over.
Monthly/ weekly material consumption Vendor wise - wear rate
section wise to assess the annual /component life analysis. Wagon wise assembly list with critical
consumption. System wise Failure analysis. parameters.
Section wise assembly pool Freight trains running on invalid
availability report. BPCs Machine break down advice
Monthly ferrous/non-ferrous scrap / Training performance
reclamation report. Machine rectification advice.
Machine down time monthly
summaries. Position of Wagons Attended for Patch
Daily Sickline Outturn reports. Repairs at depot
Examination of rakes in loaded
conditions.
CC Rakes Formed And Lost During
the Month
3. Material Issue -slip Compliance percentage 1. Procurement plan with AAC. Daily issue summary
Control Out of stock items / below 3 months Warranty claims- materialized- cost Daily items requisitioned section wise.
Module stock. impact. Pending warranty claims vendor wise.
Section wise consumption summary Vendor performance report. - Item Lab report for new material.
Codal life expired list wise/ vendor wise. Fitment report for new material.
POs issued list Average life of reclaimed versus Material Assistance request made- item
Outstanding deliveries list. new- item wise. qty- agency and Outstanding request
Non stock Fund balance Failures due to material shortages – status.
Items indented section wise use of spares beyond life Items outstanding for repairs – agency
Items reclaimed per month. wise.
Items Condemnation summary. NS requisition compliance percentage.
Monthly tests (new materials). Status of condemnation in process and
Depot wise items released in a month condemnation proposals.
with MTO details and cost (unverified Material received in store & delivery
& verified). dispatches status- items delayed in
Out standing returnable gate passes transit
Centre for Railway Information Systems 3/124 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
S. NO. Module Name Batch/ Historic reports Analytical reports Online reports
in a period. Deliver Period expired – items not yet
Monthly gate pass requisition report. Dispatched
Truck movements for the month- truck Work-Order wise compliance by
number wise. workshop through WISE integration.
Proposal for condemnation of a
wagon.
Summary of wagons condemned over
a period.
4. Tool Room Overdue calibration list of tools. Tools out of stock.
Management Monthly/ yearly condemned tools list. Tools not returned.
module Out of stock statement(other than tool) Type wise tools available
5. Performance Rake/Wagon Failure report. Comparative reports for last Hourly snap shots and current snap shot.
Monitoring Periodic Rake Outage Month/year/ last three years Instant outage – in the same hour.
and Daily Rake ineffective hours report. comparison of monthly outage Current snap shot (ineffective hour).
Miscellaneous Rake ineffective percentage –daily, summaries- graphic representations. Enroute detachment of wagons to trains
module monthly. Rake ineffective hours -Cumulative due to wagon defects.
Daily Sick/ Sickline position. for the month with comparison with Enroute details due to wagon defects.
last month/ last year/ last three
. years.
Rake ineffective percentage
comparison with - last month/ last
year/ last three years. - Graphic
representation.
Type wise Rake costing and time.
Over all cost for the month.
Unit cost of schedule for the month.
Cost of out of course repair for the
month.Average cost of other cost
centers for the month.
Centre for Railway Information Systems 3/125 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
3.9.3
Centre for Railway Information Systems 3/126 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/127 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
S. Function List Brief Description Workflow Data to be displayed on Data to be transacted Responsible
NO. the screen Person
1. Monitoring The rake/wagon becomes Information for preparing this is Rake arrival Failure details, CCR
the stock available for running goods collected by CCR from the information from Loco pilot change,
utilization train services at the sectional controllers on hourly interchange point, station/time
on traffic discretion of the Operating or half hourly basis and
branch. The utilization of recorded. At the end of the day, POH/ROH
the Goods train is closely this information is collated to schedules,
watched by the carriage prepare wagon stock utilization
controller (CCR) who also Under repair /
provides technical support Working status.
(failure rectification) to the
trains on the line and Examination
constantly monitors usage particulars report
pattern, unusual reports,
and time loss reports. The
functioning of CCR is
territorial, i.e., within the
geographical bounds of
their respective division.
FMM aims to make the
working of the CCR nearly
paper less.
2. Compliant Divisional CCR obtain the If any abnormalities Section Rake running details Abnormality details CCR
logging and information from traffic controller gives the call to CCR.
monitoring control and corrective Station staff details Station, depot
The CCR office staffs will go
action taken by division, by details.
and collect the abnormality
Unusual informing depot in charge. Maintenance history.
detail from section controller.
occurrence Date, Time & place
(Train Any message from open Then CCR will give the Rake/wagon
parting line for any compliant message to C&W nearest kilometrage Remarks.
Centre for Railway Information Systems 3/128 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
S. Function List Brief Description Workflow Data to be displayed on Data to be transacted Responsible
NO. the screen Person
3. Way side The rake fails to run due to The information passed through Station Representative’s CCR
repair some failure of wagon or to CCR from Station master to Train No. details.
power break power, etc. Sectional Controller and to Loco No.
CCR Wagon No. Checked by.
POH/ROH due.
First inspect the failure reported
OPRS No.
by loco representative, Wagon
From Time.
representative and neutral
To Time.
person then the fine the
Reported by.
responsibility.
4. Arrangeme CCR must make a train to The failure reported to CCR by Station C&W staffs Repair particulars, CCR
nt of staffs run uninterrupted. If in any station master/ loco pilot to attendance, Job allocation
to attend case, rake is unable to sectional controller. Then details, C&W
any move thus blocking the sectional controller pass the Depot daily staff
abnormaliti traffic of other train also message top CCR. strength
es must be the priority of CCR CCR gives the necessary
to handle this situation. instruction to station C&W Area line diagram.
staffs, but if they do not have
C&W staffs arranged by the resources then the message
Centre for Railway Information Systems 3/129 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
S. Function List Brief Description Workflow Data to be displayed on Data to be transacted Responsible
NO. the screen Person
5. Failure Wagons may fail on run or Premature failures reported Material fitment and Date of Failure and Controller.
investigatio may be detected during from line either about the receipt details specification of Concerned
n maintenance. Such defective material detected PO details material. officials of
premature failure would during maintenance or line Division/
invite claims during failure or after investigation of a depot.
warranty period. Proper failure by Division or depot
accountal is to be kept for which is attributable to material
all such premature failures quality, are logged after
checking the admissibility of
till the claims are settled.
warranty claim. Similarly,
Premature failures detected
during depot/yard maintenance,
failures are logged after
ascertaining the admissibility of
warranty claim.
6. Morning Wagon Depot sends the Nominated JE/Tech. forward GT of P/day, Date and Time, CCR,
positions morning position, 17.00 the morning and 17.00 hour Yard position , Remark
and hours position to Division position on telephone to CCR. Sick line/ROH
Preparation on every day. positions,
of MCDO. Division prepares the MCDO for Release stock,
every month and sent to HQ. Balance, sick mark
wagons, Yard
performance,
Centre for Railway Information Systems 3/130 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
S. Function List Brief Description Workflow Data to be displayed on Data to be transacted Responsible
NO. the screen Person
placement details,
NPOH,POH,ROH
booking,
ROH status.
7. PRO CCR monitors the PRO CCR monitors the PRO and Rake arrival Date and Time, CCR
particulars and Examination Examination particulars of information from Remark
and particulars of running running wagons by collecting interchange point,
examinatio wagons in division. information from Stations
n Masters, Depots and POH details,
particulars Interchange points. ROH details,
8. POH / CCR monitors the CCR monitors the POH/NPOH POH/NPOH/ wheel Date and time, CCR
NPOH rake POH/NPOH/wheel wagon /wheel wagon rake movement wagon Rake details, Remark
movement rake movement of running of running wagons collecting Current
& wagons in division. information from Stations position(station and
wheel Masters, Depots and time),
wagon Interchange points.
movement
9. Wagon Divisional CCR monitors Details of wagon waiting for POH/ROH Wagon Reason for waiting. CCR
waiting for the wagon which is waiting dispatch to POH details.
POH/ROH for POH/ROH. Workshop/ROH depot is given Current position
by depot/yard in charge to (station and time).
divisional CCR.
CCR forwards the position to
HQ CCR.
Centre for Railway Information Systems 3/131 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
S. Function List Brief Description Workflow Data to be displayed on Data to be transacted Responsible
NO. the screen Person
10 Monitoring Wagon Depot sends the Nominated JE/clerk prepares Yard position , Date and Time, CCR
the depot/ Monthly performance the performance report and Sick line/ROH Remark
Yard reports to CCR for forward periodically to CCR. positions,
performanc performance monitoring. Release stock,
e Balance, sick mark
wagons, Yard
performance,
placement details,
NPOH,POH,ROH
booking,
ROH status
11 Monitoring CCR monitors the BPC CCR monitors the BPC details BPC Abnormality in BPC, CCR
of BPC details of rake running in of rake running, he collects the details(collected Remark
division. information from Stations from FOIS or Station
Masters, Depots and master),
Interchange points. Station,
Date & time,
12 Wagon CCR collect the Depot in charge gives the Wagon nos. Items CCR
waiting for information regarding information to divisional Material remarks
material wagons waiting for CCR/DCWI about wagon specification.
& materials waiting for the material.
Requireme Divisional CCR advise this to
nts of HQ CCR on daily basis.
wheel and
other shop
manufactur
e/ repaired
items.
Centre for Railway Information Systems 3/132 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
S. Function List Brief Description Workflow Data to be displayed on Data to be transacted Responsible
NO. the screen Person
13 Material CCR collect the Depot in charge gives the Material Items CCR
short information from depot information to divisional specification. remarks
under regarding materials short CCR/DCWI about material
supply supply. shortage or under short supply.
Centre for Railway Information Systems 3/133 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
S. NO. Function List Brief Description Workflow Information required on Data to be Responsible
Screen to carry out the transacted to Person
functions carry out the
functions
1. Monitoring of Railway board monitors Every month or certain PCDO/MCDO PCDO, MCDO AEME
performance the performance period once the zonal Daily Average Intensive Railway wise
parameter. parameter based on the railway sends the periodic Examination.
PCDO, Ad-hoc report report to board. Total Trains Examined
given by the zonal Also board asks for certain Average per Day for the
month.
railways. requirement to zonal
Ineffective Freight Stock
railways. for the month
Enroute Detachments
A zonal railway prepares
ROH of four wheeler tank
the PCDO or MCDO base wagons
on standing instruction Equipment Failures
given by Railway board.
Over Due POH/ROH Not
Detached By Railways
Work shop outturn for
POH/ROH/Unloadable
repairs
Freight Rakes Examined
in Loaded Condition
Performance Of Freight
Stock In The Year
Punctuality Performance
ROH Outturn
Wheel defects and hot
box.
Centre for Railway Information Systems 3/134 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
S. NO. Function List Brief Description Workflow Information required on Data to be Responsible
Screen to carry out the transacted to Person
functions carry out the
functions
2. Allotment of Demand for new wagons Based on these demands RSP, HQ special Traffic DME(Frt.),
new wagon arises in two ways: a consolidated proposal is demand. requirements Traffic
prepared by mechanical Traffic demand department
Traffic put the demand dept. and put up to Board Sanction, Availability of
based on the need. committee (consisting of wagon in manufacturing
board members and CRB). unit.
By HQ’s through RSP. Once the sanction (known
as blanket sanction) is
given, information is
For allotment of wagon, passed to concerned
multi level of authorization railways and Store
is needed so need good directorate.
DMS.
Store directorate puts up
the order to manufacturing
factories.
Once the production is
complete factory inform to
Board.
Board informs the
concerned railways.
Concerned Railways
sends the marking
particulars to manufacturer
directly.
Finally Director (Freight) or
Executive Director
(Freight) allots the wagon
Centre for Railway Information Systems 3/135 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
S. NO. Function List Brief Description Workflow Information required on Data to be Responsible
Screen to carry out the transacted to Person
functions carry out the
functions
in consultation with traffic
directorate.
3. Accident Whenever an accident Detailed report is prepared Date & time of Accident If any policies DME
information takes place, Zonal railway by Safety Directorate and and remarks is
Division
control office (CCR) a copy is sent to formulated that
informs the mechanical mechanical Freight. Section are transacted
freight in RB. Block Section to concern
places.
Gauge/ track/ traction/
route A yearly month
Train no. & load. wise accident
report.
Engine no.
Brief particulars
Casualty
Relief arrangements
Officers visiting site
Prima facie cause
On which account
Restoration
Other information
Centre for Railway Information Systems 3/136 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
S. NO. Function List Brief Description Workflow Information required on Data to be Responsible
Screen to carry out the transacted to Person
functions carry out the
functions
State/distt.
4. Infrastructural Railway Board collects the Railway Board sends a Depot/yard wise Change in AEME
information infrastructural information letter to all the railways infrastructural details. infrastructural
from all zonal railways. asking them if there is any category.
PCDO.
up gradation of depots and
yard under them.
Railway Board set the
Zonal railways send the Infrastructure up
criterion for categorizing
report by PCDO or gradation request.
the Examination points,
authorized by CME letter
ROH Depots and Sick
to the Railway Board for
lines.
work finished details in
depots and yard.
Railway Board considers
the up-gradations done at
the depots and if found
suitable, changes the
category.
Railway board sends the
conformation to concern
depot/yard
5. Monitoring of Railway Board monitors The POH wagon arises in weekly load report Transferred DME
POH rake and coordinates the POH the yard. load details. AEME
movement rake movement to work The work shop is fixed for capacity of work shop
shops. the yard/depot.
Work shop load types
Centre for Railway Information Systems 3/137 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
S. NO. Function List Brief Description Workflow Information required on Data to be Responsible
Screen to carry out the transacted to Person
functions carry out the
functions
According to the railway
board standing instruction Request for load
the particular type of balancing
wagon or particular repair
the wagon goes to a Utilization of capacity
certain work shops.
If the POH load is
increased in the work
shop, then they refuse to
take the load. In that case
the yard raises the alarm
to board. Railway board
coordinate and check the
under load work shop and
make the decision.
If POH load is decreased
in the work shop then they
raise the alarm to board. In
that case the board
coordinates and feed the
load to them from heavy
loaded work shop.
The decision is taken by
board in concern with work
shop distance also.
Centre for Railway Information Systems 3/138 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
S. NO. Function List Brief Description Workflow Information required on Data to be Responsible
Screen to carry out the transacted to Person
functions carry out the
functions
6. Monitoring of Railway board monitors Zonal railway given the Pink book details. Status of RSP DME
RSP items the RSP (freight) particulars of over aged
progress. wagon details. Actual and balance Remarks if any.
provision.
Traffic department given
the requirement based on
the freight loading of next 3
years.
Board monitors the work in
process of RSP items.
7. Man power The zonal railways send Staff shall be normally PCDO
data their man power details to provided to the Depot/yard
Sanction strength.
monitoring board every month. as per the yard stick.
sanction Vs It includes staff sanction On roll strength.
In every depot/yard require
vacancy. and availability.
a monthly planning of staff Short fall.
allotment to different task
at different level of jobs.
8. Policy Freight directives Through CRSE, CME Problem faced. New policy. EDME
formulation. formulate/review the meeting Railway board DME
policy for their scope. collects the problem. Ex: Problematic statistical Reviewed
Condemnation, Movement data. policy
of wagon, repair &
maintenance. Feed back
Railway board officials
collect the problematic
data and analysis the data
Centre for Railway Information Systems 3/139 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
S. NO. Function List Brief Description Workflow Information required on Data to be Responsible
Screen to carry out the transacted to Person
functions carry out the
functions
formulates a policy for that.
After a new policy is
implemented board
monitors the performance
of the policy.
The feed back of the policy
is not good, the policy is
reviewed.
9. Entry of Railway Board allots items Wagon depot enters Number and name of Updation of Concerned
Progress for of work for construction sanctioned work and items allocated to various sanctioned officials of
works program /up gradation of updates progress on a wagon depots and works progress wagon
& LAW infrastructural facilities to monthly basis. respective progress and budget. depot,
(Locally Zonal railways. made by wagon depots Divisional
Approved Also, Zonal GMs sanction . against each of the officers
works ) items some lower value works sanctioned work with concerned,
under their local powers works budget, physical Zonal HQ
which are called LAW and financial progress, and Railway
works. Wagon depot and planned and actual. Board.
the construction agency
reports the financial and .
physical progress of work
periodically.
Centre for Railway Information Systems 3/140 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
2. Depot wise Every month different Comprehensive report(Depot)-> Depot/yard wise Change in HQ CCR
Key Divisions send their Narrative report(Division)-> infrastructural infrastructural
statistics PCDO or Narrative PCDO(HQ)->Compiled report(Railway details. category.
reports to the HQ. HQ Board)
compiles these Freight
PCDO/narrative reports At each level, the detailed report data performance
to summarized report is analyzed and then summarized,
and prepares their own and forwarded to its upper hierarchy. Infrastructure up
PCDO to be sent to the gradation request
Railway Board.
Sanction strength.
Details include:-
On roll strength.
Freight performance
Ultrasonic Testing. Short fall.
Centre for Railway Information Systems 3/141 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
5 Trial Modifications done in a Modifications incorporated information Wagon No, type & Status in case Concerned
Monitoring wagon stock based on is received from Workshop/ROH other details, of each section in
RDSO/HQ modification Depot/ Other Depots/ HQ and the Modification Id subsequent charge
information are details of parameters to be monitored and technical visits of the
monitored. in the wagon depot with periodicity information. Details wagon stock
thereon. of parameters to be and recording
The performance of
Its progress is recorded by the wagon monitored in the of parameters
such wagon stock is
depot in each subsequent visit/ wagon depot with thereon.
recorded in each
specified period during which the periodicity thereon
subsequent visit/
wagon is attended by the wagon and the relevant
specified period during
depot. format on which the
which the wagon is
attended by the wagon performance is to
depot. be conveyed.
Centre for Railway Information Systems 3/142 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
5 RDSO MODULE:
2. Performanc New item or existing Trial items list is entered by HQ. Existing trial items Trial name, Concerned
e of trial items from new sources list according to No. of Wagons RDSO
items are required to be put on Target dates, frequency of reporting, owner of trail – to be fitted, officials.
controlled trial in a depot are indicated. RDSO, CRSE/HQ
before deciding on their HQ, Ordering
regular use. Depots submit a monthly progress BOARD. authority
about fitment and performance of trial Sr.DME/depot
A particular depot will be items. Date of
CYM/depot
nominated by CRSE for commencemen
placing indents in Trial is marked as closed by HQ when t
respect of the sufficient data becomes available.
developmental items Reporting by depots is in descriptive Date of
and monitoring monthly comments, numbers fitted completion
performance for a during month, failed during month,
specified period. reason for failure. Nominated
depot.
Trials are ordered by Item particular.
RDSO also but these
Centre for Railway Information Systems 3/143 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/144 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
3.9.4
Centre for Railway Information Systems 3/145 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
S. NO. Module Name Batch/ Historic reports Analytical reports Online reports
1. Divisional Rake utilization report. Online utilization report.
Controller Daily failure and responsibility wise Hourly Rake use distribution report.
Module failure report Daily issue status.
Sick line performance of goods stock on Depot wise daily ineffective / under
division during the month. repair hours report.
Stalling report- with cause wise Accident information sheet.
summary over reported period. Daily over due list.
Territorial and Depot outage report - Morning position
Daily and monthly day wise/ cumulative. Type-wise wagons available within
Monthly summary- category wise. division
Exception reporting based on selection.
List of messages sent to Depots – Depot
wise
Monthly work done.
2. Headquarter / Rake/Wagon holding and Ineffective Depot/Wagon wise ROH outturn DME Morning position.
Railway Board List of cases dropped in reconciliation- statement Rake/Wagon allotment advice
Module monthly - wise. Yard/Sickline/Depot Performance Trial progress report
Items under trial. Performance of Rolling-in- Depot indent statement
List of completed trials, wagon system examination on through trains Zonal distribution statement
wise. Time analysis for intensive HQ purchase15 day’s status of
RSP items progress statement - examination of End-to-End rakes highlighted items.
monthly, yearly etc. Ineffective %age Vendor directories online. With item wise
Current CC Rake holding of Depots. Total detachments occurred in searches, vendor wise searches.
New Wagon/Rake allotted zone/ Depot rake New Rake/Wagons awaiting
wise. Train parting suffered in rake commissioning.
Overdue POH/ROH wagons not enroute
detached by OWN/other Rly. during last Spring breakage, Hot axle failure
Intensive analysis
Rake wise list of defects with
hours lost & cost of repairs
Pending warranty claims & failures
Centre for Railway Information Systems 3/146 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
S. NO. Module Name Batch/ Historic reports Analytical reports Online reports
vendor wise
Load awaiting despatch for
ROH/POH/Unloadable repairs
Expenditures for Freight activities
Divisions wise
Staff for Freight activity points
divisions wise
3. POH 1. POH history report. Calling In programmer with compliance
Workshop Wagon/Rake running overdue POH
Module
Centre for Railway Information Systems 3/147 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
3.9.5
Depot HR Module
Centre for Railway Information Systems 3/148 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/149 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
2. Initial If in case of emergency, Odd hours duty information, if any, is Employee Details, Employee Odd Time office
Marking of a staff works for odd hrs transmitted to Time Office through Shift Details, hour details Clerk/ Account
special then it comes under the Section Incharge in the form of Special office
entries by category of sectional attendance. functions/allowance Night Duty
sectional compensation for his s details Sectional
The duty hours should be undertaken
supervisor double duty in the form Incharge.
according to HOER (Hours Of
on sectional of CR. National
Employment Regulation) policies and
attendance. Holiday details
allowances is also paid accordingly.
The duty hours should
be according to HOER If a staff is working in the shift 0030 – hurt on duty
(Hours Of Employment 0830 hrs then it comes under the (HOD) details
Regulation) policies. category of Night Duty. For this, he
will get Night Duty Allowance (NDA). Outstation
Outstation Duties or If a staff works on NH (National Duties details
Training Holiday) then he will get the
compensation Sick ness entry
Work during meal hour
and on Sundays If a staff is going for outstation duties Leave entry
or training then he will get Traveling
Allowance (TA/DA), etc.
Centre for Railway Information Systems 3/150 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/151 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
4. Pass /PTO Every Depot/Yard staff When a staff wants to request for Employee details, Employee Pass Section
application is assigned a set of pass, he will have to fill the form Concerned Token no. Clerk
generation Privilege/School/Compli named ‘Application For Passes’ on sectional Incharge,
mentary passes yearly. the system kiosk. Type of pass SSE/SE
Number of passes
The pass record of each The application should reach the Pass taken till date. Onward journey
employee is also Issuing Office before the passes are details.
maintained by the pass required for use.
section.
After filling the above details he has to Return journey
manually submit that to the Pass details.
Every staff has to give section. Break journey
family declaration needs Some entries which are left blank in
to be given which is the Pass Application form are filled by Persons for
used for referencing for Pass section. whom pass is
pass issue. Then it is forwarded to SSE/Inc. for required for
getting it sanctioned. onward
Centre for Railway Information Systems 3/152 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
5. Booking of Workers working in any If any staff wants to register Name, Designation, Selection of Staff,
Grievance shift need to complaints opens his employee page choice
Department, etc. SSE/G,
communicate their and selects grievance or interview or Nature of
problems to the suggestion option. Complaint Concerned
management. Action taken manager
He then gets a chance to enter his
At present they write desired choice by a user friendly Target
their grievance in the touch screen. Date of final
registers or seek Disposal of
meetings with the higher Information is sent as to do item to the Complaint.
Centre for Railway Information Systems 3/153 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
6. Staff bio- Staff’s Bio data are Every year employee will have to Name. Staff Ticket No. Clerk/Bill
data for maintained. this submit the details of his dependents
Section
pass information used in pass through a preprinted application form. Designation. Name of
application preparation dependents.
It is duly signed by the employee and Date of
should be approved by OS(Gen.) & Appointment. Relationship
SSE(Gen.) with the staff.
Then that application is entered into Basic Pay. Age.
Pass section requires these details for
Date of Birth of
making passes. Residential
dependents.
Address.
Centre for Railway Information Systems 3/154 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
8. Employee Employee may be able User can see his/her service record, Name/ Staff Ticket Name/ Staff Staff
Service and to see his service personal details, Leave Balance and No. Ticket No.
Personal record, payroll, Leave, next promotion details etc.
Records seniority lists and such PF No. Section
related employee self service Visibility of notification in case of Name/Number
Centre for Railway Information Systems 3/155 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Attendance
Summary
9. D&AR Depot follows two types Section Engineer can register anti- Employee details, The D&AR SSE/Inc
(Discipline & of DAR cases. disciplinary case against a section Date of Absent/ details are
Sectional Inc.
Appeal staff through the kiosk. Careless Working. updated by
Major Penalty Cases
Rules) token/ticket no. O.S.
(Standard form 5) Date of Issue of
That information is automatically wise.
SF5 or SF11.
Minor Penalty Cases forwarded to either SSE/Inc. based on
(Standard form 11) whether the case is illegal Date of enquiry by Status to
absenteeism or careless working. officer. Disciplinary
Every case is registered
at Administrative section Date of completion Authority/Appell
in a DAR register. of enquiry. ate Authority.
Centre for Railway Information Systems 3/156 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
10. Staff Quarters are allocated to Employee can themselves check the Staff quarter Staff quarter Staff.
Quarter & staff based on there job status of quarter pool type- wise. occupancy details. occupancy is
staff entitlement and as well updated
Uniform as priority. Vacant quarter and occupancy status Employee allotted accordingly.
is available online to user and the quarters.
Uniform:- allotment is on first-come first serve Staff wise
Every staff is allotted order (FIFO). Requisition for uniform
uniform according to the quarter change with distribution is
job entitlement and Online priority is also captured for new priority. updated.
environmental condition allotment as well as better
periodically. accommodations. Uniform details.
Staff uniform allotment details is
Uniform allocation/
available to them on there employee
distribution criteria.
page/account.
Centre for Railway Information Systems 3/157 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
3.9.6
Depot HR Reports
Centre for Railway Information Systems 3/158 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
6 Booking of Grievance Monthly grievances summary Exception list for delayed grievances.
section wise.
Centre for Railway Information Systems 3/159 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
3.9.7
Centre for Railway Information Systems 3/160 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
1 Letter & Railway Board, HQ, Division & Letter originated from any office User name Addresses Each
circular RDSO send letters to depots which – on computer as word doc. Or assigned
managemen take considerable time to reach. scanned matter. Circular Metadata in user
t Also, letters are filed as hard copies management case of
which are difficult to retrieve. Sender to select receivers from screen with new
a address list by checking address book, documents
This feature aims at providing:
Letters to move to respective search, self
1. An easy method of scanning letter boxes on single click. repository status
hardcopies directly to a repository and arrival alerts.
with provision of building meta data Each receiver to be capable of
for intelligent searches. resending the letter to more in a Scan to repository
2. Send letters from one to many similar manner with comments. screen with
with a user friendly address book. metadata capture
Each user to be able to search feature.
3. Build user wise repository with his own repository.
provision of flexible –author based,
content based, date based
searches.
4. Initially only forwarding to many
but later on capability of introducing
workflow to gradually build e-
working system.
Centre for Railway Information Systems 3/161 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
2. E-Library for RDSO maintains repository of Each e- library section will be View of the Selection of Permitted
drawings standard drawings and technical maintained by respective contents of the down load users
and instruction circulars on the system. agency. System will provide library for user
documents Each document will have a version tracking and control of friendly selection. Meta data
metadata associated for quick each drawing/ document. for uploads
searches. User friendly
Up loading of document will be
screen for
Each zone also maintains their own simple and user friendly.
uploading.
repository of drawings and
Down loading will be simple
technical manuals.
with provision of printability at
All these documents and drawings user end.
will be accessible to shed users
Neither drawings nor
based on permissions. These
documents will be editable.
drawings are used for procurement
and technical support for Users will simple search, select
maintenance. and down load the documents
for viewing or printing at their
end.
3. On line An online user directory giving Each user should have the Self information Self All users
directory of details of name, Designation, permission to modify his own screen information
all users. telephones, address, e-Mail id is details Updation
needed to facilitate easy Search by any user. Search screen
Search for
communication in the system.
name &
addresses.
Centre for Railway Information Systems 3/162 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
3.9.8
Centre for Railway Information Systems 3/163 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
S. NO. Function List Batch/ Historic reports Analytical reports Online reports
1 Letter & circular 1. List of letter sent monthly 1. On-line status of repository boxes and new
management arrival alerts
2. List of letters received monthly.
2. E-Library for 1. List of drawings zone wise 1. New arrivals alerts
drawings and
documents &
manuals 2. Version change alerts
3. On line directory 1. Directory – zone wise- unit wise 1. On-line search based related document
of all users. lists.
Centre for Railway Information Systems 3/164 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
3.9.9
IT Automation Devices
Centre for Railway Information Systems 3/165 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
1. Use of RFID RFID based employee cards Supervisor will open the Cards read with Card to be Employee,
based with employee particular printed attendance screen on HR names and ticket read.
employee on each card will be issued to module. number & photos of
Name of
cards each employee by each depot. each employee. Supervisor,
Card of each employee present employee to
The master list will be
will be read at kiosk in presence Employee name to be confirmed
maintained locally by depot.
of the supervisor to build a list of appear in relevant by issuer/ Tool/Material
The card will bear no data other
workers to be allocated work field in the supervisor issuers
than unique identifier.
against job cards by touch transaction screen.
Desired
Card will be used to mark selection. To be accepted by
choices by
employee attendance in the supervisor.
Card will be read on to tool issue employee on
working section.
and material issue forms of depot Employee self ESS menu.
Card will be used to identify application to identify and enter service screen
employee on the system and for the name of employee on menu.
capturing his name on depot transaction screen.
application forms wherever
If employee card if presented to
needed.
a reader without any active
Card will be used for opening application screen, it will open
employees self service (ESS) ESS page by default after
application on the kiosk with seeking four digits PIN from
provision of a four digit PIN for employee to permit him to carry
added security. out HR function.
Centre for Railway Information Systems 3/166 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
2. Use of RFID RFID based reusable assembly Supervisor will decide about Cards read on kiosk Appropriate Repair
based cards will be used to ensure removal of an assy. from wagon to open ASSY option to be Supervisor,
assembly/C traceability of assemblies within Removed assy will be removed screen exercised on
omponent Depot. The card will bear no from wagon on the system and the
(ASSY)card data other than unique system will prompt for shifting it application for
s identifier. to a card.
The assembly card will be
attached to an assembly after it
A free card will be read and
is removed from the wagon.
associated with the assy.
The assembly will be removed
from the wagon on the system
and shifted to a card by reading Card will remain with assembly
and associating a fresh card till it remains as a spare – under
from reused cards bin. The card repair or in repaired condition.
will be tied to the assembly by
suitable easy means.
Thus whenever record of an Reference data of ASSY cards
assembly is to be recalled on will be kept and maintained
the system, its card will be locally at the Depot.
used. When any assembly is
dismantled, major
subassemblies will also be
provided with an ASSY. Card.
The ASSY card will be freed for
reuse after attaching a sub-assy
to a assy and a assy to a
wagon.
Centre for Railway Information Systems 3/167 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
3. Use of Touch screen kiosks will be ESS will be touch screen based. Respective touch Touch As per role
touch used in the repair areas as key enabled interface choices with defined in
screens board and mouse are not screens minimal data respective
practical options. Repair platform , control room, entry through application
Assembly sections related , tool on screen function.
Application screens to be used
issue, material issue related simplified key
in repair are will need to be
screens should be touch screen board.
modified at the front end to suit
enabled
touch screen use.
4. E-pen E pen will be used to fill up the Pre printed schedule forma are --- Selected ---
preprinted schedule formats for filled with special e-pen schedule data
heavy assembly repair and forms.
Captured OCR data is down
heavy schedule areas.
loaded to the application input
form through suitable client end
interface with option to edit the
form
5. PDAs Personal Digital Assistants will SSE/C&W will use the PDA specified Appropriate SSE/C&W
be used in open areas where alphanumeric keypad of PDA for application screen Updation will
lots of field work is demanded wagon entry. for yard. be done to
along with little data entry. system on
synchronizati
Application screens to be used
Preformatted parameter Rake/wagon/assemb on.
in examination will covers
checking screens will be filled ly details.
wagons/material entry,
with Yes/No examination details.
parameter marking with Yes/No
type, etc.
If feasible wagon/assembly
Centre for Railway Information Systems 3/168 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
S. NO. Integration
1. Integration required with Freight Operations Information System (FOIS)
1. Integration required with Material Management Information System (MMIS).
3. Integration required with Gate Attendance System.
Centre for Railway Information Systems 3/169 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
3.9.10
Glossary
Centre for Railway Information Systems 3/170 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Abbreviations Description
AAC Average annual consumption
Admin Administration
ASSY Assembly
BR Balance Return
C Carriage/Coach
Centre for Railway Information Systems 3/171 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Abbreviations Description
COS Controller of stores
D Diesel
DEPT. Department
DESIG/DES Designation
DD Double Duty
DRG NO Drawing No
Centre for Railway Information Systems 3/172 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Abbreviations Description
D/ID Direct/Indirect
Elec. Electrical
FR Foreign Railway
GM General Manager
HP Horse Power
HR Human Resource
HQ Head Quarter
IC Inspection Certificate
Centre for Railway Information Systems 3/173 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Abbreviations Description
IOH Intermediate Over Haul
IR Indian Railway
JE Junior Engineer
M Monthly
Mech. Mechanical
NC Non Commissioned
Centre for Railway Information Systems 3/174 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Abbreviations Description
NPOH Nominated POH
NS Non Stock
OS Office Superintendent
PI Progress Incharge
PL No Part List No
PO Purchase Order
PROD Production
Centre for Railway Information Systems 3/175 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Abbreviations Description
PTO Privilege Ticket Order
RLY. Railway
RS Rolling Stock
Runn. Running
Sch. Schedule
SE Section Engineer
Centre for Railway Information Systems 3/176 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Abbreviations Description
Sr. EDPM Senior Electronic Data Processing Manager
TO Time Office
WI Work Instruction
WM Work Manager
Yly. Yearly
Centre for Railway Information Systems 3/177 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
ANNEXURE: 2.X
Centre for Railway Information Systems 3/178 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
INDEX
Centre for Railway Information Systems 3/179 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
3.10.1
Centre for Railway Information Systems 3/180 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Traction type –
DC or AC/DC
locos,
Wheel Diameter
wise, Brake type,
Schedule due
wise etc.
2. Schedule planning –
Centre for Railway Information Systems 3/181 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/182 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Tabular/Graphic
view of loco
maintenance
berths on
selection.
4 Loco berthing
Centre for Railway Information Systems 3/183 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
4.2 Return/issue There are prescribed safety Loco comes to shed for List of safety Arriving driver’s Driver /
of drivers items which are issued with maintenance, incoming driver items last issued. name,
safety items. any out going loco to the take the safety items to main Shunter,
outgoing driver/shunter. tool room or shift tool room. Loco no and date Checking items
& time of last exit collected back Record
On return of loco to shed for The returnable safety items are and current visit. against issued list. room,
maintenance, safety items are recorded in ME-175(repair book)
deposited by driver in tool and tool room register. The Name of driver Hand over take Tool room
room (main tool room or shift items are interchangeable. for last loco exit. over record of shift clerk.
tool room) Item like: Wooden safety fittings since
wedge, safety clamps, Missing items are notified under last home shed
PCP(portable control phone) drivers name and loco no based arrival based on
set, fire extinguisher, screw on loco repair book records. repair book.
Centre for Railway Information Systems 3/184 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
4.3 Collection of Trip card and repair book is an Loco driver will deposit trip card Loco no, Arriving Loco FOR,
trip card and important history of the loco. and repair book to FOR. Who pilot’s name and
repair book. send it to record room for entry. Schedule and base. Record room
Open line repairs are entered type of loco.
in repair book. Journey details, Repair book and
safety items handover and Current arrival trip card details to
receipt, Fuel, lube oil filling and train, date & time be captured in the
consumptions are entered in system by record
trip card. room.
4.4 Incoming loco Incoming loco check done by Shift supervisor assigns Loco no. , type, Repairs recorded Initial
check. initial checker after loco comes technician for initial checking. by initial checker. checker and
to appropriate bay. Messages of shift
Both electrical and mechanical. PCR, Wheel sizes if supervisor.
To check the parameters and needed
condition of loco items. Initial checkers records repairs Reports of other
and makes summery of booked sheds.
repairs reported in ME-175
(Repair book). Last schedules
done & date
Centre for Railway Information Systems 3/185 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Repeated repairs
Items left
unattended in
last schedule.
Last wheels
sizes
5. Repair Job Card Generation
5.1 Repair Job Job card is generated After arrival of Loco in shed the Allotted Gang/ Job allotment Record room
Card according to the schedule, out Loco have been thoroughly Supervisor change clerk,
Generation of course repairs seen in checked by Incoming inspector
incoming inspection and last nominated by shift incharge in Loco no., Type, Job card printing FOR
visit unattended bookings. reference to available reports service. option.
and bookings including. out Schedule details. SSE, JE
DPC Messages/bookings, also shed repair booking, entries in Job card collecting
shown on the job card. loco repair book ( ME 175), Repair/ lab Employee name
reports history. and ID
Booked repairs reported in Confirmed bookings or
ME-175. additional items as seen fit are Messages from
advised by inspector to record Out shed and
Schedules cards will be room for generating repair job DPC.
preprinted and attached to job card.
card by record room. While ME-175 remarks.
these cards will also be There are separate repair job
available on system for direct cards is for Mech. and Elec. Initial checkers
Centre for Railway Information Systems 3/186 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
5.2 Adding drives Modification advised by RDSO Special drives and modifications Standard drive Add / delete CTA,
and for improvements in a loco. section receives the instruction list. modification or
modifications from CTA and carried out special drives
to job card Special drives (campaigns) are according to loco. Standard details to standard
organized by shed for modification list. list.
improving locos to suit The CTA issue drives
seasonal / special working instructions.
conditions. Edit selection list
Record Room edits drive lists for for loco in hand.
The section incharge ensures the loco in hand and merges
modification and special drive with the job card.
along with normal
maintenance
6 Job Allotment
Centre for Railway Information Systems 3/187 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/188 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
6.2 Additional job Sections supervisors can find Sectional incharge will inspect System wise task Loco no. Shift
booking by additional job over and above the loco along with assigned selection wizard. supervisor
gang incharge job card assignment after gangs. Additional
detailed inspection of Names of staff job/incomplete job
loco/assembly. Additional tasks reported by present in in last shift.
gangs will be indicated. section.
This may be added to the job Name of the
list and submitted to SSE Loco turn out target may be Material and tool employee.
concerned for information/post modified and alert sent to SSE & selection for Lab task selection
approval. AME of area. additional indent
Lab report Material & Tool
selection. selection
6.3 Entry of main After completing the schedule After compilation of schedule, Loco wise Loco no/ type, Shift
parameter to check the performance of the staff is deputed for final Schedule date, schedule, supervisor
only loco/ assemblies. checking. Performa with actual parameters.
standard
Option for full Some parameters / readings In case of assemblies, standard readings. Assembly number
schedule are recorded as per schedule repair data and material from assembly
activity entry. Performa consumption is captured. Assembly/ Sub- card / pending jobs
assembly - wise on the system
Centre for Railway Information Systems 3/189 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
7. Loco / On line loco Failures are On arrival of loco at hone shed, Loco number, After loco arrival Section
Assembly reported by DPCs in the the failure is attended as out of Date , procedure up to supervisor,
Failure Central– ROAMs module and course repair and failed Place, allocation –
investigation replicated in shed application assembly is investigated in Train , SSE
with an alert. details to establish root cause Station of failure, FOR to send alert concerned
and responsibility. Initial cause as to selected & CTA
Failed loco is taken in for relayed by DPC Managers
repairs by SSE/ running who CTA is responsible for concerned.
send the defective assembly to coordination of failure Lab report request
respective repair section. investigation. Statistical entry.
categorization of
Failures are analyzed Final cause is advised to DPC of failure as per Assembly failure
Investigation may require lab division, HQ and CMPE. Railway practice cause entry.
tests, or test bench testing of In case of any mishandling by Failed assembly Final analyzed
assemblies. loco pilot/ incorrect report of history. cause entry.
failure, shed reports to Head
History of loco and assembly quarter and division concerned Loco failure
Centre for Railway Information Systems 3/190 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Drawing/
Specifications of
the affected
items
8. Out of course When technician carried out During schedule or job card Loco number, OOC repair. Section
repairs the allotted job, while he found repair working the technician incharge
some repair other then the finds unexpected defect and Repair time Repair request to FOR.
allotted work, it’s called out of reports to the supervisor. chronology and another section Shunter.
course repair. If it requires attention from target entry.
Failed loco repair is also another section, an out of New found Shunter deputed Repair
categorized as out of course course repair order is generated repairs or OOC and name section
repair if it is not covered under by Sectional supervisor, repairs list for incharge
any schedule due. approved by SSE and alert is selection. Time of placement. Lab incharge
sent to SSE of the concerned FOR
This is unplanned work so repair area. Out of course lab Shunting loco no.
according to the repair may be A request may be sent for lab test request
re berthing need for that loco. tests. form For lab test:
Shunting order generation and Loco no, date,
confirmation. The section incharge inform Drawing of the time, schedule,
FOR to re berthing the loco affected items to Items to tested, PL
Attention to loco and loco according to the repair. be tested. no of material
history updation. Repairing supervisor allots men, Work done detail by
material & tools as needed on Out of course the repair section.
the loco or supplies replacement repair request
assembly. form.
Centre for Railway Information Systems 3/191 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
9.1 Auto Load test carry out as per The load box test carried out in Loco no, Schedule, date Section
generation of schedule. major schedule like multiple of schedule, shift and time. incharge and
request M12, M24 and other major and date and Employees and shift
related to The indent is generated when schedule. time of load box shift supervisor supervisor
schedules. the loco comes in shed for a carried out. names for carried
schedule. The shift incharge generates the Load test facility out for test.
load box request as per actual engagement Results of load test
The load box test will carried arrival of loco and schedule chart-calendar
out after completion of
completion. for scheduling.
schedule.
Load box test
The respective section Sectional supervisor gives chart Performa.
incharge planning the date, shunting request.
time and shift for load box Loco is connected on the load Last load box
testing. Slot reservation is box by concerned section and results,
required to be graphically test is carried out. Standard values
assisted. of tests
Test may be successful or the
Load test involves recording loco may be re-shunted to repair
Currents and voltages area.
generated by the loco system,
measurements of Results of test are recorded in
temperatures and pressures of the history.
engine, RPMs etc of some
items. The engine is subjected
to artificial load by a resistive
arrangement of air cooled
Centre for Railway Information Systems 3/192 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
10.1 The lab draws samples of lube Regular samples are collected Loco number, Type wise test ACMT
Regular / out oil, fuel oil, water from loco on by lab staff from each arriving Sampling screen parameters,
of course arrival or again as needed by loco. for different test Confirmation by CMS
Sectional maintenance SSE. Any special test request is sent types lab incharge
Centre for Railway Information Systems 3/193 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
10.2 Failure If the loco components have FOR receives the Online failure Loco history. Date and time of CTA
investigation failed on line, the CTA will give message. The message will loco arrival to
related testing. the request to lab material test. pass to CTA and DME/D. Failure report shed. CMS
details
On arrival of loco the CTA Found on
official checks the broken / Part no / drg. no examination.
damaged component, and being and name of the
decided to need for chemical component. Location of fitment.
analysis.
Last date of Reason for testing.
Along with material the
requisition sent by CTA to CMS. schedule.
After completing the lab analysis Lab case no.
the report is sent to CTA.
CMS remarks.
Centre for Railway Information Systems 3/194 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/195 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
11.1 Assembly Loco assemblies are stripped Assembly repair section allots Original Assembly. No. SSE/Technic
overhauling from the loco during specified an assembly to a technician dimensions and ian
and repair maintenance schedules/ to dismantle and overhaul. parameters of Detail of work
failure. assembly. done.
The technician will prepare the
The assembly is tagged with a check sheet for every
RFID assembly card. Component Testing parameter.
dismantled sub-assembly.
manufacturer no. Fitted loco and
The assembly is stripped in Critical dimensions are taken. date.
New components are Loco no
the section and sub-
assembled after detailed
assemblies are tagged and Overhauled by
dimensioning and recoding the Date of removal
taken for maintenance /testing. same. Actual defect and date
noticed Last O/H
The technician re-measures the Present dimension
& fitted during.
parameters to ensure that they and parameters.
are within satisfactory limits;
Date of
Parameters are transferred from
commission and
rough pad to the system by data
fitment.
entry or by use of E-pen
Assembly failure
Repaired assembly is tested
history
and kept ready for issue to a
loco.
Assemblies available in the
section remain tagged. Tag is
Centre for Railway Information Systems 3/196 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
11.2 Assembly Apart from schedule, the In the record room the person Loco wise , Failure message, SSE/Respect
failure data information about assembly deputed for receiving the failure component wise Investigation and ive Section &
capture. failures is recorded in sections data from the respective section failure, conclusion Record
and record room for loco incharge, it may be in lab or any Investigation message, Room
history. other section and recorded in report, Action taken. Person
respective loco files. Investigating
person,
It information may be in Previous sub-
assembly sections or from assembly failure
message book. information
11.3 Sectional The material will be indented CTA will plan for quarterly Material required Section , Section
material /tool on schedule planning for a schedule basis and updated for respective incharge,
issue against week/month. monthly. section and Indenter
auto intent. SSE/Section incharge indents assembly
Generation of Indent for
the material for monthly/weekly overhauling. Selection of
material needed for a
basis. part/tool to be Spare cell
particular week for minor Stock Availability
Materials are indented to spare indented. supervisor
schedule, monthly basis for of indented
major schedule and for sub cell. The spare cell sends indent material in the
requisitions to respective section .
assembly sections. stores - PL wise.
and stores.
The shift supervisor will issue
the requisition/material
collection slips to the sectional
Centre for Railway Information Systems 3/197 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/198 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/199 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
12.2 Lube/Fuel When loco enters in the shed When loco entered in shed the Type of shed Loco No., Fuel section
issue for maintenance or for re- existing lube oil and fuel oil ( home, foreign) Balance, clerk
Management. fuelling, first its fuel balance is balance of the loco is recorded Added,
determined. in register. Type of Loco Loco
Foreign locos can also come Shed consumption inspector
Under the supervision of Fuel
to shed for re-fuelling. Effective Holding home shed FOR
clerk records the Flow meter
foreign shed
reading of the pipeline
Shed consumption is the Variation from
amount of fuel consumed Then shed consumption record budgeted target
inside the shed before turn is also maintained. Out shed issue
out.
12.3 Fuel / Lube Loco Fuel/lube consumption is When Loco arrived at shed Loco Loco type, Loco No, Loco Pilot
consumption recorded in Trip card for a driver hand over Trip Card to Filling point
Centre for Railway Information Systems 3/200 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
13. Critical Critical machines are identified Machine spares are received by Machine list with Appropriate MWT
Machines on the system. Machine down MWT section and stored. Some Days since the selection of choice, supervisor,
monitoring time is monitored. items are stock items which are last break down .
Centre for Railway Information Systems 3/201 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/202 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/203 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
3. Tool Tools are subjected to wear Tool Room issues the request Broken Tool Tool No. SSE/Tool Room
Condemnatio and tear on normal use. for condemnation for those information from
n Whenever they reach the tools that are unusable. section Tool Name
saturation point it will Reason for
condemned properly through Those tools will be dispatched condemnation.
the predefined process. to the Main Stores after the
approval of tool room in-
charges.
Centre for Railway Information Systems 3/204 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
5. Issue of Tool Room is responsible to The users of the safety clothing Safety cloth Issue Quantity Clerk/Tool Room
protective issue safety clothing like hand have to give the requisition requisition from
cloth by Tool gloves, ear plugs, goggles, letter duly approved by his in- section
Room. mask etc. Most of the items in charge.
this category are generally Availability
consumable items. Tools room staff will check for
availability.
Centre for Railway Information Systems 3/205 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
2. E-slip Indent Indent is to be generated by Technician will report to the section PL Number, Section/ Supervisor
generation the section incharge with incharge for demand of any item. Details/ description Loco, incharge
respect to the item needed.
Stock in store,
The spare cell prepares a Section Incharge will have to Required
formal material requisition to generate an indent on the system Stock on shed floor Quantity,
draw material from Stores using a user friendly material store,
Centre for Railway Information Systems 3/206 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/207 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/208 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/209 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/210 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/211 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/212 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Module is aimed at
generating the proposal and
following up the same.
Centre for Railway Information Systems 3/213 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/214 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/215 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
2. Loco Loco ineffective hours refer to Control room is maintaining For locos in shed: Schedule off SSE/R
ineffective the number of hours the loco a register to track the Loco No., time.
hours stays in the shed. , or dead number of hours the loco Schedule done,
Calculation on line ( only for first 24 retains in the shed. Arrival date,
hours) or under repair on line, Arrival Time.
or under repair in another
shed, Outside shed ineffective For locos outside shed:
hours are logged by DPCs ( Loco number,
These are divided into two to be available from Central- Ineffective from:
categories: ROAMS Application) To (time):
Ineffective Hours(full days) Reason,
Light hours ( part of day) Station,
Shed/out shed
3. Loco Loco ineffective percentage Shed Control room calculate Number of locos inside the Target SSE/R
Ineffective determine how many loco loco ineffective percentage home shed, updation,
Percentage available the shed for full day, = Number of locos at other
Calculation i.e., which remained sheds, Reason
completely unavailable to (Locos in home shed Reasons for stay, updation
operator. +Home shed Loco in foreign Target for turn out,
shed)
divided by Allotted Holding of shed
(Effective Holding of shed ) Decommissioned / under
commissioning locos
Centre for Railway Information Systems 3/216 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/217 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/218 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/219 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
3.10.2
IT Automation Devices
Centre for Railway Information Systems 3/220 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/221 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/222 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/223 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
3.10.3
Centre for Railway Information Systems 3/224 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/225 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/226 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
2. Material Issue -slip Compliance percentage 1. Procurement plan with AAC. Daily issue summary
Control Out of stock items / below 3 months Warranty claims- materialized- cost Daily items requisitioned section wise.
Module stock. impact.
Pending warranty claims vendor wise.
Section wise consumption summary Vendor performance report. - Item
Lab report for new material.
wise/ vendor wise.
Codal life expired list
Fitment report for new material.
Average life of reclaimed versus
POs issued list
new- item wise. Material Assistance request made- item
Outstanding deliveries list. qty- agency and Outstanding request
Failures due to material shortages –
status.
Non stock Fund balance use of spares beyond life
Items outstanding for repairs – agency
Items indented section wise
wise.
Items reclaimed per month.
NS requisition compliance percentage.
Items Condemnation summary.
Status of condemnation in process and
Monthly tests (new materials). condemnation proposals.
Shed wise items released in a month Material Delivery Dispatches status-
with MTO details and cost (unverified items delayed in transit
& verified).
Deliver Period expired – items not yet
Out standing returnable gate passes Dispatched
in a period.
Monthly gate pass requisition report.
Truck movements for the month- truck
number wise.
Centre for Railway Information Systems 3/227 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
4. Performance Loco Failure report. Comparative reports for last 2 hourly snap shots and current snap
Monitoring Month/year/ last three years shot.
Periodic Loco Outage
and comparison of monthly outage
Instant outage – in the same hour.
Miscellaneous Daily loco ineffective hours report. summaries- graphic representations.
module Current snap shot (ineffective hour).
Loco failures categorized 10 days/ Loco ineffective hours -Cumulative
month/ annual summaries. for the month with comparison with
last month/ last year/ last three
Similar positions for Punctuality
years.
losses.
Loco ineffective percentage
Specific fuel oil /Lube oil consumption
comparison with - last month/ last
reports–Loco wise, loco
year/ last three years. - Graphic
categorization, Loco pilot
representation.
categorization.
Type wise loco costing and time.
Loco ineffective percentage –daily,
monthly. Over all cost for the month.
Cost of outstation loco works
attended in shed schedule/repair.
Unit cost of schedule for the month.
.
Cost of out of course repair for the
month.
Average cost of other cost centers
Centre for Railway Information Systems 3/228 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/229 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
3.10.4
Centre for Railway Information Systems 3/230 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/231 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/232 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
3. Loco failure Loco motives may fail on line Loco pilot Æ Brief loco history Basic information of Divisional
/ Unusual while working trains. PCRs are like: failure/unusual: Power
Station master Æ
occurrence required to manage the crisis by Controller
Loco running km, Place,
details providing a suitable Section controller Æ
capture. replacement and also inform the Link information, Time,
Div Power controller ÆShed
divisional and shed
[and in case Foreign loco, Schedules, Date,
management about the failure.
PCR needs to communicate
Home shed, Train no. and
PCR also provides assistance to the respective HQ PCR/
division,
to loco pilot by arranging home div PCR]
guidance through maintenance Record of
Reporting PCR records loco List of locos of the
or arrange for on site crew/station masters
particular and details of same class available
maintenance. report
occurrence and action taken. in his division or
In case the defect is repaired in vicinity( adjoining Action taken
time by crew or through divisions) summary
assistance the occurrence is
A loco failure Driver’s name and
termed as loco unusual both
diagnostic help on HQ.
failures and loco unusuals are
line for PCR to
reported to the management Replacement loco
provide assistance
and home shed on daily basis. arranged,
to loco crew.
Usually, advance information is Train ready &
also given based on the level of departure timings.
crisis.
Punctuality loss:
Number of hauled
rain or any other
train as indirect
repercussion.
Centre for Railway Information Systems 3/233 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
5. Recording Passenger carrying trains are Station Master Æ Sectional Train, Actual time of Divisional
train run to pre-set time tables and controllerÆ Div. PRC. departure, power
punctuality any delay w.r.t. time table Loco no. controller.
Time loss
loss cases schedule is termed as categorization
due to loco punctuality loss. Home shed,
defects. Class of loss-
Centre for Railway Information Systems 3/234 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/235 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/236 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
7. Planning Attachment/ detachment of loco PCR requires a list of ready Link tabular and Incoming-outgoing Div. PRC.
Link change in Planned manner or locos in the division/ shed graphic presentation. loco numbers,
and unplanned manner (other than categorized according to Place, date and time
Miss link as indicated in the link diagram) fitness / type categories Locos working on with reason of the
loco entry is called miss-link which occurs /sheds/railways that link on that link change.
Due to failure, delayed arrivals instant
or any other reason. PCR enters the replacement
loco from divisional holding of list of ready locos in
The division PCR plans it and locos or from shed and the division
advises Traffic Controller for advises the traffic controller for
movement. movement. Locos offered by
shed
8. Preparation Ineffective is calculated for full Hourly chart information Hourly chart entry Shed
of Loco day. recorded by PCR Shed wise for ineffective/ control
ineffective/ And Shed ineffective hours ineffective/ under under repair hours-
Div PRC
under repair Locos which remain under status taken from shed repair loco list loco wise with
hour’s repair for full day are called Æ Ineffective/ under repair reasons
status ineffective while those which hours shed wise. In shed (for home .
remain under repair for part of shed)
the day are called -under/repair. Ineffective hours are only
assessed after completion of Out station shed
Centre for Railway Information Systems 3/237 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/238 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/239 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
10. Maintaining The accident information is Accident information Loco schedule - Place, Date & time PCR
Loco / train received in control; PCR is Station master Æ history of accident.
accident given information for arranging Accident category
details and Section controller Æ Ownership & - Loco no & Train
accident relief train.
relief Div. controller Æ commissioning no.
managemen details - Driver and Name
t. Also, PCR keeps minute to PCR, of HQ
minute record of progress at PCR gathers immediate Wheel sizes - No of coaches
accident site relief work/ details about crew of /wagons damaged.
accident relief train movement. accidental train, loco and Loco Type details - Time of first train
captures detailed event wise passed on the
PCR informs all concerned loco timings of different actions Availability of Relief affected line/lines.
management about the taken for relief and rescue. train in his Relief progress
accident. jurisdiction and - Coach wise
adjoining divisions. recovery progress –
He needs a status of locos time log
available in the vicinity for Names & contact - Casualties details
working relief train. numbers of Relief - cost of damage to
train incharges. Railway assets.
He needs to keep engagement - Names of Officers
of relief train and crane and at site.
view it for facilitating relief Details of joint
Centre for Railway Information Systems 3/240 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
11. Managemen Overdue locomotives are high Div. PRC. regularly monitors Over due loco list Message Shed
t of Overdue lighted by PCR to management. the list of overdue locomotives control
schedule in his territory and messages Schedule details Officer informed
locos to traffic controller to move Div. DPC
Home sheds also call for over them towards home shed Messages from
due locos back & message on
Messages from home shed home sheds
the system. are also linked with this.
Based on standard instructions,
messages are sent to Traffic to
direct the loco back to shed for
preventive maintenance.
12. Flagging of Div. PRC will attach attention Message from loco pilot List of locos in Message. Div. PRC.
special messages to the locomotive for Æ station Master / Traffic division,
notices to shed’s attention based on Controller Æ Div. PRC Æ
locomotives messages received on phone home shed Crew name.
for general from loco pilot / station masters.
attention
These messages to become
available to shed while making
job card on arrival at shed.
Centre for Railway Information Systems 3/241 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Messages to home
shed,
Assemblies
changed.
Man hours
Centre for Railway Information Systems 3/242 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/243 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
2 Loco Link
2.1 Loco Link Link is a sequence of Creation of new link. Link – leg wise start New trains in HQ
Preparation predefined runs of passenger finish- graphic a link,
and Updation. trains which are to be run by a Modification of link. presentation.
locomotive to achieve Change of
optimization of utilization and link (graphic
minimization of lie-over time. drag drop)
Links are prepared by HQ in
shed-wise manner. The links Journey
Centre for Railway Information Systems 3/244 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
2.2 Link Passenger locomotives are used Link approved entered on the Link list shed wise. Links no. HQ
modification/ to run trains in time/day wise system
Links edit view. Train no.,
making new sequence of journeys of different
Sheds to book locos on the links.
links trains in such a manner that the Graphic view of link. Station to:
loco is lie-over( unproductive ) Any changes in links due to any from ,
time is minimized and loco km reason are similarly up dated by
Time to:
per day are maximized. HQ and followed by sheds & Divs.
from
A loco comes back to home
Date to :
shed after the number of days
from
planned on the link and restarts
the link. Effectively, for daily Journey KM
trains, a fresh loco picks up a
Schedule
link each day. Thus, if the link is
planned in
spread over 7 days, there are 7
any lie-over.
locos needed to work it at any
time.
New loco links are made at head
quarters after an approval
process. Approved links are
implemented by sheds from a
cut off date.
Centre for Railway Information Systems 3/245 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
4. Performance of New item or existing items from Trial items list is entered by HQ. Existing trial items Trial name, DyCME/D/H
trial items new sources for are required to list according to No. of locos Q
be put on controlled trial in a Target dates, frequency of owner of trail – to be fitted,
shed before deciding on their reporting, are indicated. RDSO,
regular use. DLW, Ordering Sr.DME/D/s
Sheds submit a monthly progress HQ, authority hed
A particular shed will be about fitment and performance of BOARD. CTA/shed
nominated by CMPE for placing trial items. Date of
indents in respect of the commencem
developmental items and Trial is marked as closed by HQ ent
monitoring performance for a when sufficient data becomes
specified period. available. Date of
completion
Centre for Railway Information Systems 3/246 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Type of loco
to be fitted
on
Monthly
progress.
5.1 Head quarters Vetted indents are received from Indent from sheds are added to List of DLW /DMW Quantities for
Material sheds. These are bulked produce a statement of total zonal indent item current cycle
Functions together and wherever demand.
DLW indent authorizations are needed at HQ Previous two years Correction of
Bulking: level, same are provided and Demand is cross checked and demand and supply Shed DyCME/D/H
bulked up indent is sent to DLW verified by HQ. Final modified Current quantities at Q
i) Bulking of through stores. demand is used to generate bulked consumption HQ level
shed indents demand.
for DLW/DMW
Paper process will continue but Purchase Material
ii) Entering indent bulking will be done on DLW will receive manual demand case detail at Control/
progress of system. Similarly, at DLW level, but planning can be done on the DLW Shed
Centre for Railway Information Systems 3/247 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/248 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Monitoring
by HQ
5.3 HQ purchase Most of the material is Highlighted items list sent by List of items Narrative Material
Progress on purchased at Headquarter sheds. highlighted by shed, current Control/
shed procurement wing- COS( progress. Shed,
highlighted Controller of Stores) COS office indicates status. Procurement status
items. CMPE’s
CMPE coordinates supply of CMPE discusses the list item by Material
material to sheds with COS item and clears any procedural team
organization. problems or vendor related
technical issues.
CMPE’s Material team update
PO status for highlighted items Status is updated on the list for
and responds to the requests sheds to follow up.
from Sheds by following up with
COS and vendors.
Centre for Railway Information Systems 3/249 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
6.1 Maintenance of Sheds use vendor directories of All changes in vendor directory are Existing vendor Addition/ HQ material
vendor three types for different items: received by HQ and circulated to directory information deletion incharge/
directory DLW vendor directory, sheds and workshops for Of full DyCME/D
RDSO vendor directory compliance. Existing vendor and details, part
and, zonal vendor directory. items supplied by details or
them addition of
CMPE’s cell needs to keep all items to any
these directories updated to List of items and vendor.
ensure purchase from correct existing vendor for
sources. these.
Centre for Railway Information Systems 3/250 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
7. Collection of HQ / Board/RDSO some times There is a need for providing a List of Standard Selection of CMPE
status from need to collect specific feed fixed number of flexible forms with formats with brief format DyCME/D
sheds/ zones back/ data from sheds to a associated table structure to description.
to a flexible proforma. provide different types of fields Screen for DME/TR
proforma. which may be selected by renaming of Board
Sheds fill it up periodically and Manager users and configured for columns.
collated information is used by a specific purpose. EDME/TR
HQ/Board. Selecting Board
They may modify headings to suit target sheds/
any specific requirement. Such HQ Dir/RDSO
selected format should be released
on system by Manager user for Releasing EDSMP/
filling up by selected sheds. It the form. RDSO
should become visible to targeted
users as alert on their screens. Closing the
form after
The Manager user should be able fulfillment of
to build report from the collated purpose.
data to suit his requirement.
Centre for Railway Information Systems 3/251 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/252 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Mandatory modifications
status of loco.
2 Progress of Sheds need to know the status Loco wise daily status to be Loco number/Type Type of POH Workshop
POH and of loco under POH at a fed by workshop in the form Dy. CME
Dispatch workshop for their outage of pre-selected POH stages. Calling in scheduled Date receipt
programme planning. month. CTA
of locos Status to be viewed by Date of start of
from shed Workshops need to indicate Sheds Loco dispatch from shed POH
the stage of progress on date
periodic basis Shed Stages
Railway completed
Centre for Railway Information Systems 3/253 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
3. Uploading Locomotive and all Section wise history of work Loco number/Type Assembly wise Workshop
critical work subassemblies are attended / done and equipment fitted/ details of diesel
done history overhauled during POH. readings and values of Calling in scheduled parameters progress
information Assemblies are also essential parameters is month make, office
on POH interchanged or new ones are recorded in hard form.
loco fitted. Loco dispatch from shed PO reference CTA Shed.
This information comes to date for warranty
It is essential to capture Diesel Progress fro forming Shed etc.
summarized essential vendor, the POH history data sheet. Railway
quality control, and test
parameter etc information for A summarized format from Date of POH completion.
each loco for use in the shed this information needs to be
for subsequent 8 years. entered on the system at the
workshop.
Centre for Railway Information Systems 3/254 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
3.10.5
Centre for Railway Information Systems 3/255 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/256 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
3. POH 1. POH history report. 1. Failures within 100 days report- Calling In programmer with compliance
Workshop loco-wise & monthly summary.
Loco running overdue POH
Module
Loco overhauled status – over a period.
POH progress status – loco wise.
Centre for Railway Information Systems 3/257 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
3.10.6
Shed HR Module
Centre for Railway Information Systems 3/258 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/259 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
2 Initial If a staff works for 8+8 Staff is allowed to take a rest within 30 Employee Name Time office
Marking of hrs then it comes under days from the date of double duty Shift Details clerk
special the category of DD (DD).
entries by (Double Duty).
sectional
supervisor He can take the Double duty information is transmitted Double Duty
on sectional compensation for his to Time Office through Section details
attendance. double duty in the form Engineer in the form of sectional
of CR attendance.
Night Duty
Night Duty If a staff is working in the shift 2200 – details
0600 hrs then it comes under the
category of Night Duty. For this, he
will get Night Duty Allowance (NDA). If
a staff completes 6 hrs night duty then
he will get 1 day salary
hurt on duty (HOD) If a staff gets hurt on duty (HOD) and hurt on duty
if DMO (Divisional Medical Officer) (HOD) details
suggests him to take rest then he will
get full salary for the rest period
except the conveyance allowance.
Centre for Railway Information Systems 3/260 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/261 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/262 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
6 Booking of Workers working in any If any staff wants to register Name. Selection of Staff,
Grievance shift need to complaints opens his employee page choice
Designation. SSE/G,
communicate their and selects grievance or interview or Nature of
problems to the suggestion option. Department Complaint Concerned
management. Action taken manager
Selection screens
At present they write He then gets a chance to enter his
their grievance in the desired choice by a user friendly for touch operation. Target
registers or seek touch screen. Date of final
meetings with the higher Disposal of
management of the Information is sent as to do item to the Complaint.
shed. concerned manager as per role
definition or to senior management as
This functional feature marked.
is aim at providing staff
a means voicing their Every complaint has a last date on
grievances, seeking which it should be redressed (solved).
Centre for Railway Information Systems 3/263 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
A selection of
grievances from a pull
down list is intended to
provide them a
convenient method of
this interaction.
7 Staff bio- Staff’s Bio data are Every year employee will have to Name. Staff Ticket No. Clerk/Bill
data for maintained. this submit the details of his dependents
Section
pass information used in pass through a preprinted application form. Designation. Name of
application preparation dependents.
It is duly signed by the employee and Date of
should be approved by OS(Gen.) & Appointment. Relationship
SSE(Gen.) with the staff.
Basic Pay.
Then that application is entered into Age.
Pass section requires these details for Residential
making passes. Address. Date of Birth of
dependents.
Centre for Railway Information Systems 3/264 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
3.10.7
Shed HR Reports
Centre for Railway Information Systems 3/265 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
5 Pass application Monthly / half yearly /annual Pass application with sanction for
generation summary, individual wise for those each case.
who have taken a pass.
7 Booking of Grievance Monthly grievances summary Exception list for delayed grievances.
section wise.
Centre for Railway Information Systems 3/266 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
3.10.8
Centre for Railway Information Systems 3/267 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/268 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/269 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/270 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
3.10.9
Centre for Railway Information Systems 3/271 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
S. NO. Function List Batch/ Historic reports Analytical reports Online reports
1 Letter & circular 1. List of letter sent monthly 1. On-line status of repository boxes and new
management arrival alerts
2. List of letters received monthly.
3. On line directory 1. Directory – zone wise- unit wise 1. On-line search based related document
of all users. lists.
Centre for Railway Information Systems 3/272 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
3.10.10
Glossary
Centre for Railway Information Systems 3/273 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Abbreviations Description
AAC Average annual consumption
ACMT Assistant Chemist & Metallurgist
ACOS Assistant Controller of Stores
Admn. Administration
AME Assistant Mechanical Engineer
AME – R(Mech.) Assistant Mechanical Engineer – Running /Mechanical
AME – R(Elec.) Assistant Mechanical Engineer – Running / Electrical
AME – SA Assistant Mechanical Engineer – Sub-Assembly
AME–Simulator Assistant Mechanical Engineer – Simulator
AMM Assistant Material Manager
ASSY Assembly
Base Station Station is situated at divisional HQ or in Shed place.
CMA Chemical & Metallurgical Assistant
CME Chief Mechanical Engineer
CMPE Chief Motive Power Engineer
CMT Chemist & Metallurgist
CPRC Chief Power Controller
COS Controller of stores
CTA Chief Technical Assistant
DCW Diesel Component Works
DEPT. Department
DESIG/DES Designation
D/ID Direct/Indirect
DLW Diesel Locomotive Works
DME/D Divisional Mechanical Engineer – Diesel
DME - I Divisional Mechanical Engineer – Running
DME – II Divisional Mechanical Engineer – Heavy Repair
DMW Diesel Modernization Works
DPC/PRC/PCR Divisional power controller
DPO Divisional Personnel Officer
DRG NO Drawing No
DSKP Depot Store Keeper
Dy. CCMT Deputy Chief Chemist & Metallurgist
Elec. Electrical
EKM Engine Earn Kilometer
FA & CAO Finance Advisor and Controller
FOR Foreman (Running)
FR Foreign Railway
GTKM Gross Tonne Kilometer
HP Horse Power
HR Home Railway
HRB Heavy Repair Bay
HSD High Speed Diesel
Centre for Railway Information Systems 3/274 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Abbreviations Description
Hly Half Yearly
HQ Head Quarter
IC Inspection Certificate
IOH Intermediate Over Haul
IR Indian Railway
JCMA Junior Chemical & Metallurgical Assistant
JE Junior Engineer
JE-I Junior Engineer Grade I
JE-II Junior Engineer Grade II
Jt. Dir(Tr.) Joint Director (traction)
L/Box Load Box
L.O. Lube Oil
LOCO Locomotive
LI Loco Inspector
Lts Litres
M Monthly
MCM Master Craftsman
MCO Material Control Organization
Mech. Mechanical
ME-175 Loco Repair Book (Driver Repair Book)
MTO Material Transfer Order
M&P Machinery & Plant
NC Non Commissioned
NCR Non-Conformity Report
NDT Non Destructive test
NS Non Stock
O/H Over Hauling
OS Office Superintendent
OOC Out of Course
PCDO Periodic Confidential Demi-Official
PL No Part List No
POH Periodical Overhauling
RFID Radio Frequency Identification
RLY. Railway
ROAMS Rolling Asset Management System
RSP Rolling Stock Program
Runn. Running
Sch. Schedule
Centre for Railway Information Systems 3/275 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Abbreviations Description
SE Section Engineer
SFC Specific Fuel Consumption
SSE-R Senior Section Engineer - Running
SMM Senior Material Manager
SoP Schedule of Powers
Sr. DAO Senior Divisional Account Officer
Sr. DME Senior Divisional Mechanical Engineer
Sr. DOM Senior Divisional Operating Manager
T Trip
Yly. Yearly
T Trip
TKD Tughlakabad
WI Work Instruction
Yly. Yearly
Centre for Railway Information Systems 3/276 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
ANNEXURE 2.XI
3.11 POC USE CASES FOR FMM DEPOT AND LMS SHED APPLICATION
INDEX
3. USE CASE 3 – Repair job card generation, work assignment report 3/282-
and schedule work completion (Common) 3/283
Centre for Railway Information Systems 3/277 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
PROOF OF CONCEPT
1. Purpose:
a) Reception of locomotive in shed
b) Berthing and placement for maintenance
c) Capture of loco arrival and departure event from shed gate along with automatic
reading of loco number with a smart camera and popup of loco arrival screen
before FOR based on arrival event.
2. Actors :
a) Primary Actor – FOR, SSE/RUNNING.
b) Secondary Actor - Shunter, JE etc.
3. Pre-Condition:
a) Schedule calendar for locomotives.
b) Arrival forecast issued and purpose of visit entered by PCR of home division from
Central application (ROAMS).
c) Maintenance bay diagram with berth occupancy.
d) Dispatch forecast for Locos under maintenance.
1. When loco enters the shed gate- automatic switching on of camera and lights on
sensing loco arrival loco no. is captured by Smart camera as picture and
converted to text.
2. Integration of the camera application with application to pop up loco arrival
screen at shed control.
1. FOR gets the loco arrival alert and loco arrival screen giving details of loco
schedules, on-line failures, purpose of visit as given by PCR.
2. Safety loco tools are returned to FOR by loco driver and shortage is assessed by
ticking against initial issue list.
Centre for Railway Information Systems 3/278 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
3. FOR places the loco in the vacant bay for scheduled repairs. Shed berth
occupancy is visible graphically and loco can be placed by drag and drop.
4. FOR gives shunting order slip to Shunter to place the loco in appropriate bay,
which is generated by the system based on loco placement selection.
5. Shunting confirmation done by FOR based on Shunter’s confirmation on shunting
order.
Centre for Railway Information Systems 3/279 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
1. Purpose:
a) Test and analysis of loco lube oil, fuel oil and coolant.
b) Failure investigation for failed loco arrival
c) Testing of fuel from tank wagons/ road tankers received.
d) Material testing (failed items from failed locos).
2. Actors:
3. Precondition
1. Sample collected from incoming loco on receiving arrival alert by lab. All the
time ensuring traceability of sample to loco.
2. Lab will perform array of predefined tests and test reports are made
available to respective supervisor with alerts in case of abnormalities
beyond defined limits and Lab report is linked to loco history for
investigation purpose.
Centre for Railway Information Systems 3/280 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
1 Loco failure history & Failed sub-assembly history – cause and category-
wise.
2 Previous maintenance history visit-wise work done with name of worker for
past 2 visits.
Centre for Railway Information Systems 3/281 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
3 USE CASE 3 –Repair job card generation, work assignment report and schedule
work completion (Common)
1. Purpose:
a) Man cards - RF-ID based for identification of men and feeding name of the
person in to any input form of ERP/EAM application.
b) Association of Men with Shift.
c) Assignment of men to gang and job booking.
d) Repair job card generation.
e) Material and Tool Indents.
f) Repair Costing
2. Actors:
3. Pre-Condition:
1 Card will bear photo and particulars of the person holding the card. The
card will be presented to any kiosk to open Employee page as default page.
Opening of employee page will also ask for four digit Identification number
to be given by employee as security measure.
2 Use of employee card to enter employee particulars into any transaction
screen without typing.
4.3 Initial checking, generating repair job card and assignment of men to job:
Allotted Marks: 6
1 When Rolling Stock is berthed in appropriate bay its initial checking is done
by technician as nominated by shift supervisor.
Centre for Railway Information Systems 3/282 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
2 Technician notes down repairs noticed during initial checking which are
entered on the system and subsequently included on the job card.
3 Job card is generated which contains initial checking repairs, type of
schedule, pervious schedule work left undone and Lab report history.
4.4 Material indent and Tool indent for Job: Allotted Marks: 4
Centre for Railway Information Systems 3/283 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
1. Purpose:
2. Actors :
3. Pre-Condition:
Centre for Railway Information Systems 3/284 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
1. Purpose:
Demonstration of:
a) Kiosk Design, Actual Kiosk or a 3-D computer Model with material details.
b) Removable, reusable RF-ID tags to be used for tracing of spare assemblies and
assemblies taken off the Rolling Stock for repairs inside shed area and linking to
Rolling Stock.
c) Touch screen interface for application for use in maintenance area.
2. Actor:
3. Pre-Condition :
1. From list of Rolling Stock under maintenance with shift supervisor, Rolling
Stock is selected for removal of assembly.
2. Selected assembly is removed from Rolling Stock on the system and
attached to a free assembly card by reading it to the system through the
kiosk RF-ID reader. Read distance within range specified.
3. Reading of Assembly card at a kiosk/RFID reader without any active
transaction screen will open Assembly page by default which will provide
facility to transfer assembly to a Rolling Stock, view assembly history,
dismantle or reassemble the assembly.
Centre for Railway Information Systems 3/285 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
ANNEXURE 2.XII
INDEX
S.NO. ITEM P.NO.
6 Staffs 3/291
7 Sections 3/291
8 Gang 3/292
9 Supervisors 3/292
10 Shunter 3/292
14 Sr DME 3/293
15 DME 3/293
16 AME 3/293
Centre for Railway Information Systems 3/286 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/287 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Loco Holding 10
Loco Type 3
Schedule Calendar types 3
Berths 6
Loco Components 20
Technicians Gr-I 6
Technicians Gr-II 9
Technicians Gr-III 15
Sections 6
Gang 3
Supervisors JE I 2
Supervisor JE II 2
Shunter 2
Shed Controller 1
SSE/Running 1
Lab Incharge 1
Sr.DME 1
DME 1
AME 1
Material Store 1
Materials in Store 18 nos.
Tool Store 1
Tools in Tool Store 10 nos.
Fuel – lubricant / fuel oil 1
Laboratory 1
Assembly 1
Assembly components 19
Loco Assembly Hierarchy 1
Schedule Activity 15 activity
Centre for Railway Information Systems 3/288 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Critical Machine 2
Record Management 1
Repair book entries 10 booking
Costing details (types) 4
2. Loco Holding/Type:
Total no of Loco = 10
Weigh Starti
Whe Power Speed t ng TE Qt Serial No -
Class Year Maker
els (hp) (km/h) (tones (kg y Brake Type
) force)
16000 - Dual
2600
WDM Alco / Co- 17100 - Air
1962 (2400 120 112.8 30450 4
-2 DLW Co 18040 - Air
net)
18523 - Dual
14001 - Air
WDM
Co- 3100/3 14080 - Dual
-3A 1994 DLW 120 112.8 30450 3
Co 300 14144 - Dual
3. Schedule Types:
4. Berth:
Centre for Railway Information Systems 3/289 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
5. Loco Component:
Centre for Railway Information Systems 3/290 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
6. Staffs:
7. Sections:
Centre for Railway Information Systems 3/291 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
8. Gang:
9. Supervisors:
10. Shunter:
Centre for Railway Information Systems 3/292 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
14. Sr DME:
15. DME:
16. AME:
PL NO ITEM
Centre for Railway Information Systems 3/293 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
1. Torque Wrench RH 32
2. Bearing Race And Seal Driver
3. Brake Tool Kit
4. Oil filter wrench
5. Pulley remover
6. Pinion puller with Adaptors 108*87
7. Spanner 62*68
8. Screw jack
9. Crimping tool
10. Grinder ridge remover
SL NO ITEM
Centre for Railway Information Systems 3/294 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
20 Assembly – Hierarchy:
Centre for Railway Information Systems 3/295 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Centre for Railway Information Systems 3/296 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
1 16000 Lube oil leaks Because of cooler front 12-01-2007 & 13.00
bold loose.
2 19108 Hot engine 13-01-2007 & 12.20
3 17100 Wiper not working 17-01-2007 & 02.50
4 19086 Gear case Joint bolt loose 19-01-2007 & 18.30
5 19062 Primary filter pipe leakage 22-01-2007 & 12.00
6 18040 X-pipe bended due to stone hitting 22-01-2007 & 14.10
7 18523 Sound from flexible coupling 11-01-2007 & 11.10
8 14001 Benzo pipe flexible gasket and bold 13-01-2007 & 13.40
damage
9 14080 BP & FP angle cock broken 20-01-2007 & 01.55
10 14144 Abnormal sound in engine block 28-01-2007 & 07.30
Centre for Railway Information Systems 3/297 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Trip -Nil- --
Monthly Loco battery 7529
Quarterly Engine & mechanical 18568
auxiliary
Trip 1190
Monthly 2256
Quarterly 4259
Centre for Railway Information Systems 3/298 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
ANNEXURE 2.XIII
INDEX
S.NO. ITEM P.NO.
5 Schedule 3/302
6 Staffs 3/302
Centre for Railway Information Systems 3/299 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Depot Specification
Depot Objects Qty
CC Rake Holding 10 ( R-01 to R-10)
Wagon Type within the CC Rake BLC wagons
No. of BLC wagons in one CC rake 40-45
Examination Schedule Calendar/ 3
Kilometerage types ( done at Yard)
Repair Type (done at Depot) ROH & DVS
Yard Lines numbers 11
Wagon Components 15
Critical Items/Components: 10
Others Items: 5
Technicians Gr-I 6
Technicians Gr-II 9
Technicians Gr-III 15
Sections 6
Gang 3
Supervisors JE I 2
Supervisor JE II 2
SSE/Incharge 1
Sr.DME 1
DME 1
AME 1
Material Store 1
Materials in Store 18 nos.
Test Laboratory 1
Assembly 1
Assembly components 19
Wagon Assembly Hierarchy 1
Schedule Activity 15 activity
Centre for Railway Information Systems 3/300 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
11 Body section
12 Bogie section
Centre for Railway Information Systems 3/301 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
5.Schedule:-
6. Staffs:-
Centre for Railway Information Systems 3/302 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
7. Line Placement
8. Wagon Details:-
Centre for Railway Information Systems 3/303 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II
Rake offered to SSE/C&W for Intensive Examination by Operating Dept. based on Offering Memo
Offer to NTXR
Centre for Railway Information Systems 3/304 रे लवे सूचना ूणाली केन्ि