Sei sulla pagina 1di 407

1

INDEX

S. No. DESCRIPTION PAGE NO.

FROM TO

1 TENDER DOCUMENT PART-I:

1.1 NOTICE FOR INVITATION OF TENDERS 1/2 1/2

1.2 INSTRUCTIONS TO TENDERERS 1/3 1/6

1.3 GENERAL CONDITION OF CONTRACT FOR CRIS 1/7 1/20

1.4 ANNEXURES TO TENDER DOCUMENT PART –I 1/21 1/31

1.5 CHECK LIST FOR TENDERERS (ANNEXURE-9) 1/32 1/33

2 TENDER DOCUMENT PART- II

2.1 SPECIAL CONDITIONS OF CONTRACT 2/3 2/49

2.1.12 SCHEDULE OF RATES 2/50 2/67

3 ANNEXURES TO TENDER DOCUMENT PART- II

3.1 ANNEXURE 2.I: TECHNICAL SPECIFICATIONS FOR 3/2 3/20


HARDWARE

3.2 ANNEXURE 2.II: TECHNICAL SPECIFICATIONS AND 3/21 3/54


INSPECTION PROCEDURE FOR NETWORK ITEMS.

3.3 ANNEXURE 2.III: CENTRAL DATA CENTRE 3/55 3/55


ARCHITECTURE SCHEMATIC

3.4 ANNEXURE 2.IV: SHED NETWORK (LAN) 3/56 3/62


SCHEMATICS

3.5 ANNEXURE 2.V: LIST OF ADDRESSES OF 3/63 3/65


CONSIGNEES AND OTHER PROJECT CONTACT
PERSONS OF RAILWAYS

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)

3.8 ANNEXURE 2.VIII: SYSTEM SOFTWARE: TECHNICAL 3/70 3/82


REQUIREMENTS

3.9 ANNEXURE 2.IX: FMM APPLICATION (USER 3/83 3/177


REQUIREMENTS) & BUSINESS PROCESSES.

3.10 ANNEXURE 2.X: LMS APPLICATION (USER 3/178 3/276


REQUIREMENTS) & BUSINESS PROCESSES.

3.11 ANNEXURE 2.XI POC USE CASES FOR FMM DEPOT 3/277 3/285
AND LMS SHED APPLICATION

3.12 ANNEXURE 2.XII SAMPLE SHED SCENARIO 3/286 3/298

3.13 ANNEXURE 2.XIII SAMPLE DEPOT SCENARIO 3/299 3/304

3
Tender for FMM & LMS Tender Document Part-I

1.

TENDER DOCUMENT PART-I

“INSTRUCTIONS TO TENDERERS &


GENERAL CONDITIONS OF CONTRACT”

Centre for Railway Information Systems 1/1 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-I

TENDER DOCUMENT PART-I


1.1 NOTICE FOR INVITATION OF TENDERS
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
Sealed tenders are invited by Managing Director, Centre for Railway Information Systems
(CRIS), 3rd Floor, Pragati Maidan Metro Campus, Pragati Maidan, New Delhi.-110002 for the
following work:

S. No. Tender nomenclature

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.

¾ Tender No: 2009/CRIS/GM P-II/ FMM-LMS Tender/09-10 dt: 29/05/09


¾ Place of dropping tenders and venue for all tender related activities: CRIS, 3rd Floor,
Pragati Maidan Metro Campus, Pragati Maidan, New Delhi.-110002
¾ Mode of tendering: Open (Advertised) tender
¾ Type of tender : Two bid packet.
¾ Estimated cost of work: Rs. 10 Crores (including both FMM and LMS scopes)
¾ Time and date of Pre-Bid conference: 1100 Hrs on 04/06/09 at Main conference hall
CRIS
¾ Last date for reply to Pre-Bid queries of Bidders: 16/06/09
¾ Last date and time for tender sale/down loading: 1800 Hrs on 02/07/09
¾ Last Date and time of submission of tender ( tender box closing) : upto 1500 Hrs. on
03/07/09
¾ Date and time of opening of tender: At 15.30 hrs on 03/07/09
¾ Earnest money: Rs. 2,00,000 (Rs. Two Lakhs only).
¾ Cost of Tender Document: Rs. 1000.00 (Rs. One thousand only) (Non-
refundable)

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.

General Manager P-II

Centre for Railway Information Systems 1/2 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-I

TENDER DOCUMENT PART-I

1.2 INSTRUCTIONS TO TENDERERS

Tender No: 2009/CRIS/GM P-II/ FMM-LMS Tender/09-10 Dated: 29/05/2009

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. 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.

12. This tender document is non transferable.

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.

19. The complete sealed bid must contain:-

1. EMD of 2% of the advertised estimated tender value subject to the maximum of


Rs. 2,00,000/- (Rs Two Lakh Only) in the form of Demand Draft/ Bankers cheque
drawn in favour of CRIS payable at New Delhi.
2. Declaration by the tenderer in the prescribed format.
3. Authority letters from OEM manufacturers, as applicable.
4. Commitment letter from principal manufacturers as required.
5. Point-by-point compliance to all the points, as per the attached format in:-
1. Terms and Conditions given in General Conditions of Contract Part-I of Tender
Document.
2. Terms and Conditions given in Special Conditions of Contract, given in Part-II of
the Tender Document.
3. Technical Specifications given in Part-II of the Tender Document.
4. Deviations, if any, should be clearly mentioned.
6. Technical information of the products being offered along with brochure etc.
7. Any other Terms & Conditions from tenderer (Please note that the terms may or
not be acceptable to CRIS).
8. In case of a two bid tender, the technical bid packet should contain all documents
and enclosures except commercial offer containing priced Rate Schedule but
should include an un-priced Rate Schedule as per the Format given in Part-II of
the Tender Document with Price Column left blank which should be submitted
along with the technical offer. However, a Tick (√) mark should be indicated to
verify that the tenderer has quoted for each item.
9. All documents listed under Qualification Criteria given in Part-II of the Tender
Document.

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

TENDER DOCUMENT PART- 1

1.3 GENERAL CONDITIONS OF CONTRACT FOR CRIS

Tender No: 2009/CRIS/GM P-II/ FMM-LMS Tender/09-10 dt: 29/05/09

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. DEFINITIONS AND INTERPRETATION

In the Contract, unless the context otherwise requires.

1.1. “CRIS” would mean the Centre for Railway Information Systems acting through its
Managing Director or any other representative authorized by him.

1.2. “Acceptance of Bid” means the letter/telex/telegram/fax or any memorandum


communicating to the bidder the acceptance of his bid and includes an advance
acceptance of his bid.

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

1.8. “CRIS Project Manager” means designated representative of CRIS authorized as


head of concerned project and is authorized to take decisions on behalf of CRIS in
respect of project implementation.

1.9. “Bidder’s Project Manager” means a designated representative of Bidder, who is


empowered by the authorized signatory of Bidder for delivering the contractual
obligations under this contract. He will be the one point interface with CRIS.

1.10. “Service” means:- a service to be given by contractor as stated in contract details

i) In relation to Hardware, including networking equipment and infrastructure and


office machines
ii) In relation to manpower and Annual Maintenance Contract.
iii) In relation to system/application software supplied by the bidder
iv) Training
v) Development and support

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.

1.12. “Software” means system/ application software to be supplied by the contractor, as


stated in the contact details.

1.13. “Specifications” means all the functional, operational, performance or other


characteristics required of a Product or Service found in tender document part-II or any
of the annexure or addendum to the tender document.

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 AUTHORIZED SIGNATORY AND ADDRESS OF THE CONTRACTOR

The Signatory of the tenderer should attach an authorization certificate mentioning:

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:

3.1 Bids submitted by a Consortium shall be acceptable if specifically permitted in Part-II


of the Tender Document. In such cases, the lead partner of the consortium should
fulfill the qualifying criteria given in Part-II of tender document.

3.2 A copy of the memorandum of formation of Consortium giving clear responsibilities of


consortium members, duly signed by authorized signatories as defined in para -2
above for each constituent member of the consortium, must be submitted along with
the offer.

3.3 No change in the composition of consortium shall be permitted up to finalization of the


contract. However, after acceptance of purchase order, if for reasons to be explained
by the lead partner to CRIS which CRIS will be at liberty to accept or reject, any
member of the Consortium is changed, a modified memorandum of formation of
consortium, duly signed by authorized signatories of constituents shall be submitted by
the lead partner while announcing the change to CRIS.

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. EARNEST MONEY DEPOSIT.


4.1 The bidders shall submit along with the bid, earnest money deposit (EMD) of 2% the
advertised estimated tender value subject to the maximum of Rs 2,00,000/- in the form
of Demand Draft or Fixed Deposit Receipt issued by any Commercial/Nationalized Bank
drawn in favour of “CRIS, New Delhi” valid for 180 days from the date of issue.

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. COMPLETION OF TENDER DOCUMENTS

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. AMENDMENTS TO BID INVITATION.

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. CLARIFICATIONS, OMISSIONS AND DISCREPANCIES IN TENDER DOCUMENT:

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. BID OPENING.

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. TECHNICAL CLARIFICATIONS.

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. RIGHT OF ACCEPTANCE

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. INDEMNITIES AND LIABILITIES.

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. LOCAL CONDITIONS.

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. PRICE FALL

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. ACCEPTANCE OF PURCHASE ORDER.

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.

20. DELIVERY/ COMPLETION OF WORK:

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. LIQUIDATED DAMAGES FOR DELAY IN DELIVERY.

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. GENERAL REQUIREMENTS.

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

Government legislation, the contractor may request in writing to CRIS, a change in


make/brand explaining the reasons in detail. The alternate brand should be at par or
superior to the original offer and the contractor shall provide unequivocal evidence for
“Nil adverse price implication to the purchaser”. CRIS shall be at liberty to accept or
reject such request without any impact on the contract conditions.

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. PERFORMANCE CUM WARRANTY GUARANTEE BOND

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 TERMS AND CONDITIONS FOR PAYMENT

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:

1) Certificate of receipt of complete equipment in good conditions by the consignees


in terms of the contract.
2) Pre-Inspection certificate by CRIS or as laid down in the purchase order.
3) Confirmation of the validity of PWG Bond of 10% of the value of contract for a
period up to 3 months beyond the last date of warranty period.

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:

1) Final Certificate of successful commissioning of complete equipment issued as


per the inspection and acceptance procedure given in the purchase order.
2) Confirmation of the validity of PWG Bond of 10% of the value of the contract for a
period up to 3 months beyond the last date of warranty period.
3) In case of delay in final commissioning beyond 3 months from the date of
delivery, on account of reasons not attributable to the Supplier to be certified by
CRIS Project Manager, part payment may be claimed for the goods actually
commissioned.
4) In case of delay in final commissioning at any location beyond 6 months from the
date of delivery on account of reasons not attributable to the Supplier, the
balance of the 20 % of the cost of equipment remaining uncommissioned may be
paid to the supplier against submission of an additional Bank Guarantee of an
equal amount valid for minimum 12 months which shall be returned on
completion of commissioning of the remaining equipment. The supplier will also
be required to submit along with the bills, a commitment to complete installation
and commissioning at such remaining locations on receiving a call from the
consignee.

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.

24.3 Payment in respect of execution of works / services shall be based on achievement of


miles stones as detailed 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. ENHANCEMENT OR REDUCTION OF QUANTITIES:

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.

28. TERMINATION FOR DEFAULT.

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 SETTLEMENT OF DISPUTES AND JURISDICTION

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.

31. EVALUATION OF OFFERS:


31.1 Single bid tenders:
1 Final selection will be made on the basis of lowest cost from amongst the
technically suitable tenders from the bidders meeting the qualifying criteria. For
the purpose of relative commercial ranking of offers, all inclusive price for entire
scope of project and offered prices in the Rate Schedule as per the Tender
Document Part-II , as well as any other costs seen to be arising as a part of the
offer due to taxes or duties based on the offer.
2 Additional features/ enhancements offered by the tenderer over and above the
ones asked for in the tender documents shall not be considered for evaluation of
bids.
31.2 Two bid tenders:
1. The Technical bids shall be opened first on the prescribed tender opening date
and price bid shall be opened later, on a specified date which would be made
known to the technically suitable tendering firms after technical evaluation has
been completed so as to ensure that all offers are evaluated technically without
bias. The criteria of technical evaluation will be as laid down in the Tender
Document part-II.

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

ANNEXURES TO TENDER DOCUMENT PART-I

Centre for Railway Information Systems 1/21 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-I

ANNEXURE - 1

FORMAT FOR SUBMISSION OF OFFER


To,
The Managing Director,
CRIS,
3rd Floor, Metro Station,
Pragati Maidan,
New Delhi, Pin- 110002

REFERENCE: Tender No......................................... Date of Opening.......................


1. We ........................................ hereby certify that we are established firm of manufacturer/
authorized agents* of M/s ....................................................................................................... with
factories at............................. Which are fitted with modern equipment and where the production
methods, quality control and testing of all materials and parts manufactured or used by us are
open to inspection by the representative of CRIS. We hereby offer to supply the following items
and complete the following works at the prices and within the period of delivery/ execution as
indicated below: (A list may be enclosed wherever required)
1. Item description
2. Work description
3. Specification (to be referred from the offer)
4. Unit
5. Quantity
6. Prices per item of supply/service/ work with carriage insurance paid till
destination (in Indian Rupees)
7. Terms of Payment
8. Delivery Period / Work Mile stones completion dates (to be referred from the
offer)
9. Gross weight(s) and dimensions of packages(s), per unit (for Goods to be
supplied.)
10. Break up of total price based on Sr. No. 6.
a. Ex-factory price (including cost of all accessories) for Goods to be supplied
b. Excise duty
c. Other levies
d. Sales (VAT) / Service Tax/Composition tax for works
e. Packing charges
f. Forwarding charges
g. Freight to destination
h. Insurance charges (if any)
i. Other charges, if any (should be specified)

Centre for Railway Information Systems 1/22 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-I

j. CIP Destination Price (a)+(b)+(c)+(d)+(e)+(f)+(g)+(h)+(i)


k. Discount, if any
l. Net total price after discount.
2. It is hereby certified that we have understood the Instructions to Tenderers and also the
General Conditions of Contract attached to the tender and have thoroughly examined
specifications, drawings and/or pattern, given in the tender document part-II. We agree to
abide solely by the General Conditions of Contract and other conditions of the tender in
accordance with the tender documents if the contract is awarded to us.
3. We hereby offer to supply/ execute the goods/Works/services detailed above or such
portion thereof, as you may specify in the acceptance of tender at the price quoted and
agree to hold this offer open for acceptance for a period of 180 days from the date of
opening of tender. We shall be bound by the communication of acceptance dispatched
with in the prescribed time.
4. Earnest Money/Bid Guarantee for an amount equal to.................... is enclosed in the
prescribed form...
5. We posses the necessary Industrial License from the Government of India for
manufacturing and marketing the items/ works / services offered.

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

List of similar works/supplies completed (installed and commissioned) in previous 3


CALENDER YEARS including current year.

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

AFTER SALES SERVICE CENTRES

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.

Consignee name Consignee site locations Nearest service Service Contact


tender document centre address person & Tel. No.
part-II

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

PROFORMA FOR STATEMENT OF DEVIATIONS


FROM TENDER CONDITIONS
The following are the particulars of deviations from the requirements of the Instructions
to Tenderers & General Conditions of Contract given in part-I of tender document and Special
conditions given in part-II of tender document:-

CLAUSE DEVIATION REMARKS


(Including Justification)

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

PROFORMA FOR AUTHORITY FROM OEMs (Original Equipment Manufacturers)


(To be submitted by bidder as tender specific authorization from OEM)
No..................................................................... Dated...........................................................
To,
The Managing Director,
CRIS,
3rd Floor, Metro Station,
Pragati Maidan,
New Delhi, Pin- 110002

Dear Sir,
Sub:- CRIS, New Delhi’s Tender No.....................

We ................................................................................, an established and reputable


manufacturer of............................................................................................... having factories at
.......................................... and offices at .............................................. do herby authorize
M/s................................................................... (Name and address of Agents) to represent us, to
bid, negotiate and conclude the contract on our behalf with you against Tender No. ....................

We as OEMs commit ourselves to unconditionally provide backend support and spares /


upgrades for the supplied products to M/s …………………………………………….., our
authorized agents, for a period of 5 years from the date of opening of this tender.

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)

1. Bidder’s Proposal number and date:


2. Name and address of the Bidder:
3. Address of the bidder:
4. Turnover of last 3 financial years:
5. Collaboration , if any:
6. Name and address of the officer to whom all references shall be made regarding this
tender enquiry. His/her telephone, mobile, fax and email.
7. Any other point tenderer may like to specify.

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

PROFORMA OF BANK GUARANTEE FOR 10% OF CONTRACT VALUE FOR


CONTRACT PERFORMANCE CUM WARRANTY GUARANTEE BOND

Ref…………….. Date ……………..


Bank Guarantee No…………………
………………………………………
To
Managing Director,
Centre for Railway Information Systems,
3rd Floor, Metro Station,
Pragati Maidan,
New Delhi – 110002.

1. Against contract vide Advance Acceptance of the Tender No…………………………..


dated ……………………….covering supply of ………………………………………(hereinafter
called the ‘Contract’), entered into between the MD/CRIS (hereinafter called the CRIS)
and……………………………(hereinafter called the ‘Contractor’) this is to certify that at the
request of the Contractor we …………………………………………Bank Ltd.,(herein after refer to
as the Bank) are holding in trust in favour of the MD/CRIS, the amount of
………………………………….(write the sum here in words) to indemnify and keep indemnified
the MD/CRIS against any loss or damage that may be caused or likely to be caused to or
suffered by MD/CRIS by reason of any breach by the Contractor of any of the terms and
conditions of the said contract and/or the performance thereof whether any breach of any of the
terms and conditions of the said contract and/or in the performance thereof has been committed
by the Contractor and amount of loss or damage that has been caused or suffered by MD/CRIS
shall be final and binding on us and the amount of the said loss or damage shall be paid by us
forth with on demand and without demur to MD/CRIS.

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.

5. We ……………………………………….Bank Ltd., further agree that the guarantee herein


contained shall not be affected by any change in the constitution of the said Contractor.

Date……………… Signature ………………….

Place ………………. Printed Name……………..

Witness ……………… …………………………….


(Designation)

……………………………………….
(Bank’s Common Seal)

Centre for Railway Information Systems 1/31 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-I

1.5 CHECK LIST FOR TENDERERS

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:

1.1. EMD as required Submitted/Not Submitted


vide para 4. of Bid Documents Part – I
1.2. Quotation in prescribed Proforma-Annexure 1 Submitted/Not Submitted
of Bid Documents Part- I
1.3 Performance statement as per. - Submitted/Not Submitted
Annexure - 2 of Bid Documents Part - I
1.4 After sales centers information Submitted/Not Submitted
As per annexure 3 of Bid Documents Part - I,
1.5 Statement of Deviations from Tender Conditions- Submitted/Not Submitted
Annexure - 4 of Bid Documents Part – I
1.6 Warranty offer proforma - Submitted/Not Submitted
Annexure - 5of Bid Documents Part - I
1.7 Letter of Authority if required- Submitted/Not Submitted
Annexure - 6 of Bid Documents Part - I
1.8 Contractors self information- Submitted/Not Submitted
Annexure - 7 of Bid Documents Part - I

2. Have you submitted other supporting documents to establish your eligibility?


It may, interalia, consist of the followings:

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

3. Have you quoted the prices in Quoted/Not Quoted


the words as well as in figures

....................................
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.

TENDER DOCUMENT PART-II

Centre for Railway Information Systems 2/1 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II

2.1 SPECIAL CONDITIONS OF CONTRACT

INDEX

S.NO. ITEM PAGE NO.

1. Project Back Ground and Introduction 2/3-2/11

2. Scope of Turnkey Work 2/12-2/29

3. Prequalification Condition 2/29-2/32

4. Procedure for Evaluation of Bids 2/32-2/34

5. Technical Requirements 2/34-2/43

6. Warranty & Support 2/43-2/44

7. Service Levels Required 2/44

8. Inspection and Acceptance Testing 2/45-2/46

9. Delivery, Installation and Commissioning / Completion of 2/46


Works

10 Penalties For Works & Services 2/46

11. Payment Conditions For Services & Works 2/47-2/49

12. Schedule of Rates 2/50 -2/67

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

2.1 SPECIAL CONDITIONS OF THE CONTRACT

Tender No: 2009/CRIS/GM P-II/ FMM-LMS Tender/09-10 dt: 29/05/09

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. PROJECT BACK GROUND AND INTRODUCTION :


The tender covers Turnkey development, customization and implementation of two
applications for Indian Railways, viz, Freight Maintenance Management System for
managing wagon depots and Loco Shed Management System for managing Diesel
Locomotive sheds of Indian Railways. Background information on these two projects is
given below for better understanding:
1.1 FREIGHT MAINTENANCE SYSTEM FOR INDIAN RAILWAYS:

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).

ii. One Wagon Depot of North Central Railways, i.e., Dadri.

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

1.1.1 Brief overview of Wagon Depot Organization:


Indian Railways has a vast network of 64,000 route kilometers with 6,974 stations. Total
originating loading of freight is approximately 680.00 million tonnes. Indian Railways fleet
of rolling stock includes 8025 locomotives, 50080 passenger cars & 207176 freight cars.

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 managed and monitored by the Chief Mechanical Engineer of


the zone through the Chief Rolling Stock Engineer (Freight). There is a Headquarter
C&W controller who maintains liaison with all Zonal Railways and divisional C&W
controllers. Headquarter management requires daily feedbacks on performance
parameters and occurrence based reports of any unusuals in respect of freight/ Wagon
operations. Headquarter also procures a major part of material required for the wagon
depots and has a material control cell for this purpose. Headquarter also has a drawing
office which maintains a repository of drawings, specifications and maintenance
instructions.

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.

1.1.2 WAGON DEPOT FACILITY:

1 Depot Work Culture:-

SERVICES: - Routine Overhaul of Wagons.

The main customer of wagon Depot is Traffic / Operating Department. Depending


upon the previous ROH date, wagons are identified for ROH activity at yard. Due
ROH wagons are shunted and placed in the depot after detachment from the
load/rake in yard by Traffic / operating Department. No. of wagons for ROH
attention, is fixed by Railway Board as monthly target in relation to the arising of
wagons due for ROH. The targets are revised time to time.

Overhaul of wagons Includes: -

1) Checking & Repairs to Bogies.


2) Checking & Repairs to draw gear.
3) Checking & Repairs to buffing gear.
4) Checking & Repairs Air Brake system.
5) Re-profiling of Wheels.
6) Body repairs.

Centre for Railway Information Systems 2/5 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II

2 Different Depot Sections:-

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.

c) ROH & Trolley Repair Section


To restore the health of the trolley so that the wagon can run smoothly till the
next ROH.

d) Wheel reconditioning/ Wheel Lathe Section


To provide re-profiled wheels of diameter above 930 mm for 100% ROH
wagons and to provide to other wagon as per demand.

e) Material Store Section


To ensure availability of Stock and Non Stock items , spares and consumables .

f) M&P Section
To minimize M&P breakdown at a time.

g) C&W Training Centre


To achieve the target of providing “ROH of Wagons” training to 100% staff of
ROH depot. To train other maintenance staff of the division.

h) Air Brake Section


To repair and overhaul air brake component to achieve high reliability and
availability.

3 Examination scenario: ( Checking done at Station/Yard)

3.1 Types of checking-


(i) Intensive
Duration: 2 Hr. and 30 Min.
OPRS validity: After test completion 15 days or 6000 km which ever
is earlier.
Task done: Survey from both sides +Detection of heat points+
major repair
Wagon Type: BLC and all other wagons

(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

1.2 DIESEL LOCOMOTIVE MAINTENANCE SYSTEM FOR INDIAN RAILWAYS (LMS):


The Loco-shed Maintenance Project (LMS) is a pilot project which covers complete
Customization & Development of centralized ERP/EAM based application package for
management of Diesel Locomotive sheds and its implementation at 3 Diesel sheds of
Northern Railways, ie, Tuglakabad (Delhi), Alambagh (Lucknow) and 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 power controllers, Research Design and Standards Organization (RDSO),
Lucknow, Diesel locomotive Works (DLW), Varanasi, Diesel loco Modernization Works
(DMW), Patiala and Railway board. This application will be integrated with the Shed
Application. The work of establishing central data centre infrastructure, providing LAN at
three sheds supply installation & commissioning of hardware and networking
equipment, training , warranty and ATS for shed 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 shed, bandwidth hiring for each shed and the
central location for a specified period.

1.2.1 Brief overview of Diesel loco maintenance organization:


Diesel Locomotive Sheds are the front line units for the maintenance of diesel
locomotives which run on 24x7 basis. Sheds work under a local management headed by
Sr. DME (Diesel)/ DME (Diesel) who need to be supported by the Shed Application for
their day to day work and decision taking. Diesel sheds carryout all types of
maintenance needed to keep the locomotives operational including preventive as well as
breakdown maintenance. However, for periodic overhauling which takes place after
every 8 years, the locomotives are sent to Periodic Over Hauling Workshop. The sheds
need to interact with workshops for seeking slots for POH due locomotives, collects
progress of ongoing POH and receive POH history documentation from the workshop.
Sheds do not play any role in detailed activities inside workshops.

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 managed and monitored by the Chief Mechanical Engineer


through the Chief Motive Power Engineer (Diesel). There is a Headquarter of diesel
power controllers who maintains liaison with all Home Railway and Foreign Railway
divisional Power controllers. Headquarter management requires daily feedbacks on
performance parameters and occurrence based reports of any unusuals in respect of
diesel locomotive operations. Headquarter also procures a major part of material require
for the shed and has a material control cell for this purpose. Headquarter also has a
drawing office which maintains a repository of drawings specifications and maintenance
instructions.

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.

Diesel Locomotives Works (DLW) Varanasi is an in-house production unit of Indian


Railways which manufactures all types Locomotives used on Indian Railways. DLW is
also the centralized agency for supply of high value diesel spares and assemblies to all
diesel sheds against demands raised by them. DMW (Diesel Modernization Works),
Patiala is another production unit of Indian Railways which is dedicated to rehabilitation
of old Locomotives and modernizing those to current standards. They also supply
spares to Indian Railways against demands raised by diesel sheds on DLW. DLW also
maintains a vendor directory which is used by all Zonal Railways. Diesel Sheds also
book warrantee complains on new locomotives received by them from DLW. It is also
necessary for the recipient Railway/Diesel Sheds to monitor movement of new
Locomotives allotted to them from DLW.

1.2.2 DIESEL SHED FACILITY

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

Complete maintenance history of locomotives is maintained by the Home Shed.


However, each locomotive also carries a repair book in which locomotive crew records
some of the key parameters periodically and also records any abnormalities experienced
on the run. This book is examined immediately open arrival on a Locomotive any Shed.
In case the locomotive is attended by out station Shed, summary of work done is
endorsed in the repair book. The Home Shed receives the repair book after a gap of up
to 45 days upon arrival of the locomotive to the shed. The shed is neither able to
provide any technical support to loco outside its boundaries nor prepare in advance for
attending any special repair prior to arrival of the locomotive due to lack of any means of
sharing information globally.

Each shed has 500-1200 staff including about 100 supervisors (floor managers). A shed
has the following major sections:

1. Running Repairs – mechanical and electrical- these may be further distributed as


Running, Out-of-course and Minor & Medium Running schedules (trip, fortnightly,
monthly, quarterly and half yearly etc.). It works three shifts a day.
2. Heavy schedules -Yearly and 3 yearly schedules – mechanical and electrical-
normally two shift working.
3. Heavy repairs – over hauling of Sub-assemblies and testing. Normally single
shift working.
4. Laboratory. Normally two shift working.
5. Miscellaneous sections – machine section, Mill Wright etc.
6. Office
7. Stores depot - normally run by an Asst Controller of Stores (Stores Dept.)
8. Shed floor Sub-stores with sections and running material stores – material drawn
from stores depot is kept in sectional stores and in the running stores for day–to–
day use. Availability level is monitored by respective supervisor.
9. Fuel and lube oil room.
10. Training School

1.2.3 BASIC FUNCTIONS AND PERFORMANCE AREAS:

Some of the important functions and areas of performance of Diesel Locomotive Sheds
are given below:

1. Locomotives are maintained in the locomotive maintenance sheds (diesel loco


shed / diesel sheds).
2. Each shed homes a certain specified number of locomotives each identified by
its own loco number.
3. Each locomotive must visit a shed for maintenance at specified intervals. For
minor schedules a loco can visit any shed, but for major schedules it must return
to its home shed.
4. Each locomotive must visit a fuelling point for picking up fuel. Each shed has at
least one fuelling point.

Centre for Railway Information Systems 2/9 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II

5. Each loco is maintained according to a “maintenance schedule”, i.e., a specified


set of maintenance activities.
6. The usual maintenance schedules carried out in sheds roughly correspond to
timeframes such as 10 days, monthly, 4-monthly, 8 monthly, yearly, 2-yearly and
4-yearly. The Schedules are telescoping, i.e., contents of lower schedules are
included in higher schedules.
7. Sometimes items are added to the schedules for a short time period called
Special Drive Items. In case the addition is loco specific then these are known as
Testing or Trial Items.
8. Break down maintenance of locomotives.
9. Fuel Oil and Lube Oil management-monitoring of locomotive consumption profile.
10. Optimal utilization of manpower, material and infrastructural capacity to maintain
the based fleet.
11. To provide targeted locos on line (its called Loco Outage) with loco reliability
(failures/unusuals per unit performance) below the maximum targeted level.
12. To minimize locomotive down time (its measured as Loco Ineffective %) and
Loco repair cost.
13. To minimize cases of loss of train punctuality on account of locomotive failures
by improving reliability and using better criteria to select passenger fit locos.
14. Effective analysis of locomotive and assembly failures with need based trend
analysis to guide the maintenance sections.
15. Efficient management of tool room, calibration, issues, inventory etc.
16. Efficient material management to avoid stock outs and effective vendor quality
management.
17. Effective warranty follow up and realization.
18. Efficient management of costly unit exchange assembly pool.

1.3 VISION AND EXPECTED BENEFITS OF THE PROJECTS:


1. Vision:
To provide an effective, reliable and user friendly IT system for managing
maintenance and operation of locomotives and wagons, with data entry automation
for delivering secure & correct information anywhere, on demand through the use
of a World Class ERP/EAM based, robust, effective and user friendly application
package.

2. Benefits expected to accrue to users on implementations of the system:

1. FMM

i) Improved Wagon Maintenance and Spares Planning across the system.

ii) Reduction in Wagon Waiting Time for repairs.


iii) Improved Material Planning at Depot level.
iv) Online Monitoring of wagon maintenance issues at all levels

Centre for Railway Information Systems 2/10 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II

v) Cut down all delays in Movement of Technical Instructions and


modifications across the system, thereby enhancing safety preparedness of
system.
vi) Monitoring of Wagon Component reliability for achieving improvement in
cases of detachments, partings, wheel and axle problems etc., thereby
improving operational flow and mobility.
vii) Generation of Wagon History data for deciding level of inputs in inspection
and maintenance.
viii) Rationalized utilization of Manpower and better Planning as the workload of
incoming rake will be known in advance from the system.
ix) Load Balancing across the system with online load-capacity information.
x) Enable data capture at all stages to permit decisions being taken for
implementing modern inspection and maintenance practices.
2. LMS
i) Shed Supervisor: Reliable and quick daily record keeping, easy
consultation of technical documents, watch on locos on movements, easy
follow up of maintenance strategic decisions and technical campaigns /
drives, status of material supplies from vendors, minimum paperwork, and
personal ease.
ii) Shed workers: Easy access to personnel information, easy channel for
interacting with management, minimum paper work on shed floor
iii) Shed management: Information based maintenance decision taking,
Efficient material monitoring, cost monitoring, instant monitoring of assets
on move, Improved reaction time and shift to proactive maintenance
management , Integrated view of asset utilization and performance, quick
warranty claims, speedy document movement and easy retrieval ,
economy of time and effort to achieve an economy in costs. Easy to use
technical reference library.
iv) Headquarters Management: Instant information available on asset repair
costing, material availability & Shed performances, reduced asset idling,
Easy collation of multi-shed information and easy collaboration with other
zones, Pan-India visibility of loco operations & utilization patterns. Easy
document handling and retrieval. Vendor performance appraisal. Easy to
use technical reference library.
v) Ministry and RDSO: Effortless feed back on maintenance performance,
easy collation of information for entire system, easy analysis, fast feed
backs, instant availability to system health parameters for global decision
taking. Decision impact analysis, quick & reliable vendor performance
appraisal, Quick and easy availability of vital material performance/
modification performance information to improve decision taking, Adhoc
information on demand. Easy document handling and traceability. Easy to
use technical reference library.

Centre for Railway Information Systems 2/11 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II

2. SCOPE OF TURNKEY WORK.

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.

2.1 FMM SCOPE {SCOPE-A}:

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.

2.1.1 DETAILS OF SCOPE –A (FMM PROJECT):

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.

i) Supply, installation and commissioning of hardware items as per para 2.1.1.1.1A


below for the central data centre and development environment at CRIS with
comprehensive warranty for a period of 1 year from the date of project
commissioning.

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.

2.1.1.1 Schedule of Requirements for Scope –A:

Detailed Schedule of requirements for SCOPE-A of work giving details of quantities


required along with location of installation is given below:

2.1.1.1.1 Supply Scope-A:

S.N. Item Description Unit Quantity Location Total Total


/Location of Locations Quantity
installation
A Hardware for Central Data Centre
1. DB server - Nos. 1 CRIS 1 1
Server Type A (as per Tender
Doc part 2 Annexure 2.I item
3.1.1)
2. Portal/ web server - Nos. 1 CRIS 1 1
Server Type B (as per Tender
Doc part 2 Annexure 2.I item
3.1.2)
3. Application server - Nos. 1 CRIS 1 1
Server Type B (as per Tender
Doc part 2 Annexure 2.I item

Centre for Railway Information Systems 2/13 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II

S.N. Item Description Unit Quantity Location Total Total


/Location of Locations Quantity
installation
3.1.2)
4. Development server - Nos. 1 CRIS 1 1
Server Type B (as per Tender
Doc part 2 Annexure 2.I item
3.1.2)
5. Testing /Training Server - Nos. 1 CRIS 1 1
Server Type B (as per Tender
Doc part 2 Annexure 2.I item
3.1.2)
6. Desktop Nos. 2 HQ 2 4
2 Division 3 6
1 RDSO 1 1
1 Rly. Board 1 1
6 CRIS 1 6
Total 18
7. Deskjet/Inkjet Printers Nos. 2 HQ 2 4
2 Division 3 6
1 RDSO 1 1
1 Rly. Board 1 1
1 CRIS 1 1
Total 13
8. UPS 500VA (Offline) Nos. 2 HQ 2 4
2 Division 3 6
1 RDSO 1 1
1 Rly. Board 1 1

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

TKD DDL DER Total Total


S.N. Item Description Unit (Qty) (Qty) (Qty) Locations Quantity
B. Hardware for three Freight Depots
Touch Screen Kiosks
1 Nos. 3 1 2 3 6
with Fixed RF-ID reader

2 Desktop Nos. 4 1 2 3 7

3 Depot Anti Virus PC Nos. 1 1 1 3 3

4 UPS 500VA (Offline) Nos. 8 3 5 3 16

Handheld PDAs without


5 Nos. 3 2 2 3 7
RF-ID reader
Handheld PDAs with
6 Nos. 3 2 2 3 7
RF-ID reader
RFID Assembly Tags
7 Sets 6 3 3 3 12
(Set of 100)

RFID Employee Tags


8 Sets 8 1 1 3 10
(Set of 100)

9 Laser Printers Nos. 1 0 0 1


3
10 Deskjet Printers Nos. 2 2 2 6
3
11 E-Pens Nos. 3 2 2 3 7

S. Item Description Unit Location


No. Qty
C Central Network Equipment
1. SSL VPN device with 100 concurrent session Nos. CRIS 1
2. Layer 2 Switch (Type-II) 24 Ports Nos. CRIS 2
3. Layer 2 Switch (Type-III) 24 Ports Gigabit Nos. CRIS 4
4. Layer-3 Switch ( 24 - 10/100/1000 Ports) Nos. CRIS 2
5. 2 Mbps Modem Pair( G.703+V.35) Nos. CRIS 3
6. Patch Cords (STRAIGHT) Nos. CRIS 100
7. Patch Cords (CROSS) Nos. CRIS 50
8. Supply and Installation of 36U Rack including Nos.
CRIS 1
all accessories as per specifications

Centre for Railway Information Systems 2/15 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II

S.N. Item Description Unit Quantity Location of Total Total


/Location installation Locations Quantity
D System Software licenses/ CALs without Annual Technical Support
1. Data base server licenses - CPU- 2 CRIS 1 2
production with clustering based
for use with ERP license
application
2. Data base server licenses - CPU- 1 CRIS 1 1
production with clustering based
for use with Central license
application
3 App / web server licenses - CPU- 2 CRIS 1 2
Production for use with based
ERP application licenses
4. Portal server licenses - CPU- 1 CRIS 1 1
Production based
licenses
5. App & web Server licenses CALs 5 CRIS 1 5
- development
6. App & web Server licenses CALs 5 CRIS 1 5
- Testing & Training
7. BI user licenses Named 5 Depots 3 15
(Depot users are user 2 Head Quarters 2 4
ERP/EAM Users) licenses
1 Divisions 3 3
1 Railway Board 1 1
2 CRIS/ Dev 1 2
Total 25
8. DMS user licenses Named 6 Depots 3 18
(Depot users are ERP/EAM user 5 NR/HQ,NCR/HQ 2 10
Users) licenses 2 divisions 3 6
4 Board 1 4
3 RDSO 1 3
2 CRIS/Dev 1 2
1 Other/depots 97 97
Total 140
9. Database server licenses CALs 5 CRIS 1 5
for Development -
10. Database server licenses CALs 5 CRIS 1 5
for training/testing -
11. Anti virus licenses (existing CALs 28 TKD,DER & DDL 1 28
E-trust) Depot, HQs.,
RDSO, Rly.Bd.,
Divs.

Centre for Railway Information Systems 2/16 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II

S.N. Item Description Unit Quantity Location of Total Total


/Location installation Locations Quantity
12. OS licenses for servers Server 5 CRIS 1 5
license
E. ERP/EAM licenses for Depot Application
1 ERP Users Licensing Named 15 TKD Depot
at 3 depots user 25
5 DER Depot
licenses
5 DDL Depot

S. Item Description Unit TKD DDL DER Spare Total Total


N. (Qty) (Qty) (Qty) (Qty) Locations Quantity
F. Network implementation / deployment for 3 Depots (Requirement of the following items
varies from Depot to Depot based on actual field survey. Hence the quantities are given
Depot wise.)
1 Router (4 WAN Port Nos. 0 0 1 0 3 1
+2 LAN Port +1 ISDN)
2 Layer 2 Switch (24 Nos. 5 2 2 1 3 10
Port 10/100 Mbps + 2
OFC port) Type-IV
3 Online UPS (1 KVA) Nos. 0 0 1 0 3 1

4 Online UPS (0.5 KVA) Nos. 5 2 2 0 3 9


5 LAN Extender ( Pairs) Nos. 1 2 0 1 3 4
4 Port
6 2 Mbps Modem Pair( Nos. 0 0 4 0 3 4
G.703+V.35)
G. Wireless and Patch
Cords
1 Wireless Bridge Nos. 1 1 1 0 3 3
Device Point to Point
(Outdoor)
2 Wireless Bridge Nos. 1 0 0 0 3 1
Device Point to Multi
Point ( Outdoor)
3 Wireless Access Point Nos. 7 2 2 0 3 11
4 Category-6 1 meter Mtrs. 10 3 4 0 3 17
UTP Patch Cord, with
tangle free plug,
TIA/EIA-568-B.2-1
5 Category-6 2 meters Mtrs. 10 3 4 0 3 17
UTP Patch Cord, with
tangle free plug,TIA/EIA
568-B.2-1
6. Wire Guided Mast ( At Nos. 4 2 2 0 3 8
Least 15 meter )

Centre for Railway Information Systems 2/17 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II

2.1.1.1.2 Works Scope-A :

The item-wise quantities indicated below are guiding quantities which will be used for
calculation of the commercial value of the offer:

S.No. Description Units TKD DDL DER Total


A. UTP laying Works
Laying and supply of Category-6 UTP
1. Mtrs 500 300 400 1200
Cable as per specifications
Laying and supply of Category-6 STP
2. Mtrs 150 0 0 150
Cable as per specifications
Installation, termination and supply of
Category-6 Wall I/O with modular
3. Nos. 10 3 4 17
Face Plate and PVC Gang Box as per
specifications
Installation, termination and supply of
Category-6 UTP I/O for Patch Panel
4. Nos. 20 6 9 35
with toolless termination as per
specifications
Installation and supply of Modular 24-
slot Patch Panel with removable
5. Nos. 5 2 2 9
snap-in Face Plates and labels as per
specifications
Laying and supply of 1" PVC Conduit /
6. Mtrs. 300 100 100 500
Pipe with all necessary accessories
Laying and supply of 0.5" PVC
7. Channel with all necessary Mtrs. 100 50 50 200
accessories
Laying and supply of 1" PVC Channel
8. Mtrs. 100 50 50 200
with all necessary accessories
Laying and supply of 1” PVC Flexible
9. Mtrs. 10 5 5 20
Pipe with all necessary accessories
10. Certification of UTP Nodes Nos. 10 3 4 17
11. Feruling & Labeling (per node) Nos. 10 3 4 17

B. Racks installation works


Installation and supply of Rack 12U Nos.
Wall mount including all accessories 0 0 1 1
1 as per specifications
Installation and supply of Rack 9U Nos.
Wall mount including all accessories 5 2 1 8
2 as per specifications

Centre for Railway Information Systems 2/18 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II

2.1.1.1.3 Services Scope-A:

S.N. Item Description Locations of installation


Total
Locations
A Application Customization/ Development/Implementation for Central Application for
Freight/Depot Application
1 Preparation of final user requirements and CRIS 1
system requirements. Documentation, gap
analysis, customization, development. Lab
testing of ERP/EAM based Depot application
modules.
2 Complete Depot specific customization and 3 Depots (DDL/TKD/DER) 3
implementation of Depot application package
upto commissioning & Go – Live at each
Depot
3 ROAMS-FMM: CRIS 1
Preparation of final user requirements and
system requirements. Documentation,
development of Central Application module
for FMM (ROAMS-FMM), HR module for
Depots, document handling system with e-
library, development of batch reports /on-line
reports/executive dash boards using BI tools
and 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 MMIS/Northern Railway at
CRIS; Lab testing of developed software
4 Complete customization and implementation Three Pilot Wagon Depots , 10
of respective Central Modules at different pilot Two Zonal HQs, Three
locations upto commissioning & Go – Live at Divisional Controls, RDSO
each location. and Railway Board
5 Lab load testing to ensure scalability of CRIS 1
application and for determining datacenter
hardware and network sizing for full scale
implementation of both central ROAMS-FMM
and Depot application at 100 depots of IR.

S.No Item Descriptions Unit Qty/ Loc. Location Total Total


Covered Location Qty

B Training and Workshops


1 FMM Depot Application Core Trainee 45 CRIS 1 45
Team Training (Max. Batch Man-days 25 Depots 3 75
Size-15)
Total 120

Centre for Railway Information Systems 2/19 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II

S.No Item Descriptions Unit Qty/ Loc. Location Total Total


Covered Location Qty
2 Central Application Core Team Trainee 50 CRIS 1 50
Training (Max. Batch size – Man- 5 Railway Bd., 7 35
20) days
2 Zonal HQs,
3 Divisions,
RDSO
Total 85
3 End user Training for Depot Trainee 20 Depots 3 60
Application users at Depots Man-days
(Batch of 15)
4 End user Training for Central Trainee 10 All FMM 7 70
Application at CRIS (Batch of Man- locations other
15) days than Depots
5 Officers Familiarization and Event 3 Common for all 3
Training - one day Workshop
(Batch size – 50)
6 Network Training Trainee 5 CRIS 1 5
(Batch Size – 10) Man-days 5 Depots 3 15
Total 20

S.N. Item Description Locations of Total Locations


installation
C Annual Technical Support for OS and other System Software ( in no. of years after
project commissioning )
1 Annual Technical Support for Years 1 (for CRIS)
Production , Development
and testing environments -
OS, Database Server,
Application/ Portal server, BI
and DMS
2 ATS on ERP/EAM package Years 1 ( for 25 ERP Users)
licenses
S.No Item Descriptions Unit Qty/ Location Total Total
Loc. Covered Location Qty
D Additional On site Application hand holding Support after each site commissioning
1 Depot Application Support Man-days 20 Three Depots 3 60
(TKD/DDL/DER)
2 Central Application and Man-days 10 Two HQs, Three 5 50
ROAMS Portal Support at Divisions
Zonal and Div. HQ

Centre for Railway Information Systems 2/20 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II

3 Central Application and Man-days 10 Railway Board, 2 20


ROAMS Portal Support at all RDSO
other project locations

2.2 LMS SCOPE {SCOPE-B}:

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.

2.2.1 DETAILS OF SCOPE –B (LMS PROJECT)

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.

i) Supply, installation and commissioning of hardware items as per para 2.2.1.1.1A


below for the central data centre and development environment at CRIS with
comprehensive warranty for a period of 1 year from the date of project
commissioning.
ii) Supply, installation and commissioning of system software, database and other
necessary software as per para 2.2.1.1.1C 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 2.2.1.1.1B below at three Diesel
Sheds 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 2.2.1.1.1D .
v) Supply, installation and commissioning of Network equipment and Network related
works at three loco sheds as per para 2.2.1.1.1E & para 2.2.1.1.2 below with
warranty for 1 year after project commissioning.

Centre for Railway Information Systems 2/21 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II

vi) Development/ customization/ testing/ implementation of ERP/EAM shed application


and custom built application for LMS, 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
2.2.1.1.3 below.

2.2.1.1 Schedule of Requirements for Scope-B:

Detailed Schedule of requirements for SCOPE-B of work giving details of quantities


required along with location wise covered under mandatory scope of work is given
below:

2.2.1.1.1 Supply Scope-B:

S. Item Description Unit Quantity Location of Total Total


No. /Location installation Locations Quantity
A Hardware for Central Data Centre
1. DB server Nos. 1 CRIS 1 1
Server Type A (as per Tender
Doc part 2 Annexure 2.I item
3.1.1)
2. Portal/ web server - Nos. 1 CRIS 1 1
Server Type B (as per Tender
Doc part 2 Annexure 2.I item
3.1.2)
3. DMS server/BI/Reporting - Nos. 1 CRIS 1 1
Server Type B (as per Tender
Doc part 2 Annexure 2.I item
3.1.2)
4. Application server - Nos. 1 CRIS 1 1
Server Type B (as per Tender
Doc part 2 Annexure 2.I item
3.1.2)
5. Backup/Antivirus Server - Nos. 2 CRIS 1 2
Server Type C (as per Tender
Doc part 2 Annexure 2.I item
3.1.3)
6. Server Racks and accessories Nos. 1 CRIS 1 1
(36 U)
7. External FC Storage with fibre Set 1 CRIS 1 1
8 port SAN switch and
connecting cable set (as per
Tender Doc part 2 Annexure
2.I item 20)
8. IP Enabled KVM Switch with Nos. 1 CRIS 1 1

Centre for Railway Information Systems 2/22 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II

S. Item Description Unit Quantity Location of Total Total


No. /Location installation Locations Quantity
console
9. Tape Library with necessary Nos. 1 CRIS 1 1
cables and accessories
10. Laptops Nos. 3 CRIS 1 3
11. Desktops Nos. 10 CRIS 1 10
4 NR HQ 1 4
Total 14
12. E-pen Nos. 1 CRIS 1 1
13. Hand held PDA without RF-ID Nos. 3 CRIS 1 3
reader
4 HQ 1 4
Total 7
14. Touch screen kiosk with fixed Nos. 1 CRIS 1 1
RF-ID Reader
15. Printers -Multifunction device Nos. 1 CRIS, 4 4
Board,
NR/HQ
16. High speed scanner Nos. 1 NR/HQ, 2 2
RDSO,
B Shed Hardware and automation equipment
1 Shed Anti Virus PC Nos. 1 Each Shed 3 3
2 Smart camera with lights and Nos. 1 Each shed 3 3
mountings
3 Touch screen Kiosks with Nos. 6 Each shed 3 18
fixed RF-ID Readers
4 Desktops Nos. 12 Each shed 3 36
5 Hand held PDA without RF-ID Nos. 3 Each shed 3 9
reader
6 Hand held PDA with RF-ID Nos. 3 Each shed 3 9
readers
7 RF-ID Employee Tags( sets Sets 12 Each shed 3 36
of100)
8 RF-ID Assembly Tag(set of Sets 5 Each shed 3 15
100)
9 Printer - Multifunction device Nos. 1 Each shed 3 3
10 DeskJet printers Nos. 6 Each shed 3 18
11 E-pen Nos. 4 Each shed 3 12
12 UPS 500VA Nos. 19 Each shed 3 57
C System Software licenses/ CALs without Annual Technical Support

Centre for Railway Information Systems 2/23 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II

S. Item Description Unit Quantity Location of Total Total


No. /Location installation Locations Quantity
1 Data base server licenses - CPU- 2 CRIS 1 2
production with clustering based
for use with ERP application license
2 Data base server licenses - CPU- 1 CRIS 1 1
production with clustering based
for use with Central license
application
3 App / web server licenses - CPU- 2 CRIS 1 2
Production for use with ERP based
application licenses
4 Portal server licenses - CPU- 1 CRIS 1 1
Production based
licenses
5 BI user licenses Named 8 Sheds 3 24
user 2 Head 1 2
licenses Quarters
1 Divisions 3 3
1 DLW, DMW 3 3
RLY. Board
3 CRIS/ Dev 1 3
Total 35
9 DMS user licenses - Named 10 Sheds 3 30
user 5 NR/HQ 1 5
licenses 2 divisions 3 6
4 Board 1 4
3 RDSO 1 3
1 DLW 1 1
1 DMW 1 1
3 CRIS/Dev 1 3
1 Other/sheds 37 37
Total 90
12 Storage Management ware Set 1 CRIS 1 1
with agents for 2 data base
servers
13 Anti virus licenses (existing E- CALs 20 Sheds 3 60
trust)
14 OS licenses for servers Server 6 CRIS 1 6
license
D ERP/EAM Shed Application licenses

Centre for Railway Information Systems 2/24 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II

S. Item Description Unit Quantity Location of Total Total


No. /Location installation Locations Quantity
1 Users Based Licensing Named 25 sheds 3 75
Shed application (ERP users)/ user Total 75
CRIS (development users) licenses

S.No. Description Units LKO TKD LDH Spare Total


Shed Network – Active items
(Requirement of the following items varies from shed to shed based on actual
E field survey. Hence the quantities are given shed wise.)
1. Router (4 WAN ports + 2 LAN
Nos 1 1 1 1 4
ports +1 ISDN)
2. Layer 2 Switch Type- I (24
10/100 + 2 x 1000 GB Fiber Nos 5 4 4 3 16
Ports)
3. Layer 2 Switch Type-II 24
Nos 2 0 1 1 4
Ports
4. Media Converter (MM) 10/100
Nos 5 5 1 3 14
(in Pair)
5. Modem Pair 2MBPS (G.703 +
Nos 1 1 1 1 4
V.35)
6. UPS online (1 KVA) Nos 1 1 1 1 4
7. UPS Online (500 VA) Nos 7 5 4 3 19
F Wireless and Patch Cords
Wireless Bridge Device Point to
Nos 2 4 2 2 10
1. Point (Outdoor)
2. Wireless Access Point Nos 4 4 4 3 15
Wire Guided Mast ( At Least
Nos 2 4 2 0 8
3. 15 meter )
4. Category-6 1 meter UTP Patch
Cord, with tangle free plug, Nos 51 37 36 0 124
TIA/EIA-568-B.2-1
5. Category-6 2 meters UTP Patch
Cord, with tangle free Nos 51 37 36 0 124
plug,TIA/EIA-568-B.2-1
6. SC-SC Style Multimode50/125
micron Duplex Patch Cord, 3 Nos 10 10 2 0 22
Meter
7. SC-LC Style Multimode 50/125
micron Duplex Patch Cord, 3 Nos 10 10 6 0 26
Meter

2.2.1.1.2 Works Scope-B:

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

S.No. Description Units LKO TKD LDH Total


A. UTP laying Works
Laying and supply of Category-6 UTP
1. Mtrs 2745 1830 2135 6710
Cable as per specifications
Installation, termination and supply of
Category-6 Wall I/O with modular Face
2. Nos 51 37 36 124
Plate and PVC Gang Box as per
specifications.
Installation, termination and supply of
3. Category-6 UTP I/O for Patch Panel with Nos 65 50 50 165
toolless termination as per specifications
Installation and supply of Modular 24-slot
4. Patch Panel with removable snap-in Face Nos 5 5 4 14
Plates and labels as per specifications
Laying and supply of 1" PVC Conduit
5. Mtrs 300 250 250 800
with all necessary accessories
Laying and supply of 2" PVC Conduit
6. Mtrs 300 250 250 800
with all necessary accessories
Laying and supply of 0.5" PVC Channel
7. Mtrs 200 200 200 600
with all necessary accessories
Laying and supply of 1" PVC Channel
8. Mtrs 200 200 200 600
with all necessary accessories
Laying and supply of 1” PVC Flexible Pipe
9. Mtrs 100 80 80 260
with all necessary accessories
10. Feruling & Labeling (per node) Nos 51 37 36 124
11. Certification of UTP Nodes Nos 51 37 36 124
B. Fiber- LAN laying Works
Supply of 6Core Multi Mode Fiber Optic
Cable ( armored) (50/125um) as per Mtrs 2950 2300 1100 6350
1 specifications
Installation and supply of 19-inch rack
mount fiber patch panel with couplers as Nos 10 10 4 24
2 per specifications
Installation and supply of Multimode
Nos 20 18 8 46
3 adapter plate as per specification
Installation and Supply of Blank adapter
Nos 20 22 8 50
4 plate as per specification
Installation and supply of SC-Style Pigtail,
5 50/125 , Multimode, 1.5 meter as per Nos 120 108 48 276
specifications
Splicing/Termination Optical Fiber
Nos 120 108 48 276
6 Cable(per Core)
7 Certification of Fiber Optic(per Core) Nos 120 108 48 276
Supply of 32mm HDPE Pipe as per
8 Mtrs 2600 2000 1000 5600
specifications
Supply of G.I. Pipe (32mm) as per
9 Mtrs 350 500 300 1150
specifications
Trenching, refilling of soft soil and laying
10 Mtrs 2000 1000 500 3500
of OFC with GI pipe
Trenching across Road, hard soil, RCC
11 Mtrs 600 800 400 1800
flooring concrete etc. and restoration to

Centre for Railway Information Systems 2/26 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II

S.No. Description Units LKO TKD LDH Total


original state as per specification

Trench less Digging and laying of OFC


12 Mtrs 350 500 300 1150
with HDPE pipe with all accessories
Cable Pits made up of reinforced concrete
13 and brick walls with removable covers Nos 5 4 3 12
(Concrete slab).
OFC Route Marker made up of concrete
14 Nos 7 10 6 23
of (1’ X 4’’ X 6’’)
Nos.
C. Racks installation works
1 Installation and supply of 24U Rack Nos.
(600*800) including all accessories as 1 1 1 3
per specifications
2 Installation and supply of Rack 12U Nos.
Wall mount including all accessories 5 5 1 11
as per specifications
3 Installation and supply of Rack 9U Nos.
Wall mount including all accessories 4 3 3 10
as per specifications

2.2.1.1.3 Services Scope-B:

S.N. Item Description Locations of installation Total


Locations
A Application Customization/ Development/Implementation For LMS
1. Preparation of final user requirements and CRIS 1
system requirements. Documentation, gap
analysis, customization, development. Lab
testing of ERP/EAM based shed application
modules.
2 Complete shed specific customization and Diesel Shed: TKD, LDH, LKO 3
implementation of shed application package
upto commissioning & Go – Live at each shed
3 Preparation of final user requirements and CRIS 1
system requirements. Documentation,
development of Central Application module for
LMS (ROAMS-LMS), HR module for sheds,
document handling system with e-library,
development of batch reports/on-line
reports/executive dash 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.

Centre for Railway Information Systems 2/27 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II

S.N. Item Description Locations of installation Total


Locations
4 Complete customization and implementation Three sheds, divisional power 11
of respective Central Modules at different pilot controls at Firozpur, Delhi and
locations upto commissioning & Go – Live at Lucknow, Northern Railway
each location Headquarters, DLW, DMW,
RDSO and Railway Board
5 Lab Load testing to ensure scalability of CRIS 1
application and for determining datacenter
hardware and network sizing for full scale
implementation of both central ROAMS-LMS
and Shed application at 40 sheds of IR.
S.N. Item Description Unit Quantity Location Total Total
/Location of Locations Quantity
installation
B Training and Workshops
1 Shed Application Core Team Trainee 120 CRIS 1 120
Training (Max. Batch Size-15) Man-days 50 Sheds 3 150
Total 270
2 Central Application Core Team Trainee 50 CRIS 1 50
Training (Max. Batch size – Man- 5 All 9 45
15) days locations of
LMS other
than Sheds
Total 95
3 End user Training for Shed Trainee 60 Sheds 3 180
Application users at Sheds Man-days
(Batch of 15)
4 End user Training for Central Trainee 10 All 9 90
Application at CRIS (Batch of Man- locations of
15) days LMS other
than Sheds
5 Officers Familiarization and Event 3 Common for all 3
Training - one day Workshop
(Batch size – 50)
6 Network Training Trainee 25 CRIS 1 25
(Batch Size – 10) Man-days 15 Sheds 3 45
Total 70

Centre for Railway Information Systems 2/28 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II

S.N. Item Description Locations Total Locations


of
installation
C Annual Technical Support for OS and other System Software ( in no. of years after project
commissioning )
1 Annual Technical Support for Years 1 (for CRIS)
Production , Development and
testing environments - OS,
Database Server, Application/
Portal server, BI and DMS
2 ATS on ERP/EAM package Years 1 ( for 75 Users)
licenses
D Additional On site Application hand holding Support after each site commissioning
S.N. Item Description Unit Quantity Location Total Total
/Location of Locations Quantity
installation
1 Shed Application Support Man-days 45 Diesel 3 135
Shed at
TKD, LKO,
LDH.
2 Central Application and ROAMS Man-days 15 NR HQ, 4 60
Portal Support at Zonal and Divisional
Divisional Headquarters HQ at
Firozpur,
Delhi and
Lucknow.
3 Central Application Support and Man-days 10 Railway 4 40
ROAMS Portal Support at all Board,
other project locations. DLW, DMW
& RDSO

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.

3.2 The following prequalification conditions are mandatory requirement required to be


fulfilled by the Sole bidder / Lead member of the consortium or by specific product OEM
as indicated below. Bidder may please note that no second opportunity will be given to
them for either submission of any clarification, additional information or support
document in support of prequalification after opening of tender. Any bid not found to
be in conformance with any of the pre-qualifying conditions will be summarily
rejected and not considered for further evaluation.

Centre for Railway Information Systems 2/29 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II

S.N Supporting documents to be


Prequalification Parameter Qualification Criteria
. submitted
A Eligibility criteria to be fulfilled by the single bidder or leader member of the Consortium.
Annual Turnover for each of Not below Rs. 200 Crores 1. Copy of Audited Annual
1 last three completed financial per annum Financial results for last three
years completed financial years.
No. of Purchase Minimum 2 Nos. in last 3 1. Copy of Purchase
Orders/contracts for One completed financial years Order/Contract Agreement.
time Development or during the current 2. Copy of Customers work
/implementation & Support financial year upto the date completion and satisfaction report.
OR long term contracts for of tender opening out of 3. Customer certified statement of
provision of IT Services which at least one should payments received in case of
2 under PPP/BOOT model etc. have been completed. (In long term contract under
for centralized IT case of PPP/BOOT cases, PPP/BOOT model etc.
applications, of value not the order will be treated as
below Rs. 15 Crores per completed if actual
order . services have commenced
and first payment has been
received.)
The bidder must be an OEM Minimum 10 1. List of implementations with
certified implementer for the implementation Worldwide details of Contact person,
offered ERP solution. which should have been telephone no. and address of the
With specified No. of 100 completed by the bidder organization, total no. of users,
3 prior to the date of tender modules covered. Status of
users implementations which
cover at least three of the opening. implementation.
modules asked for in this
tender.
SEI – CMMi Certification Level 5 1. Copy of current certificate.
(Applicable for bidders other 2. In case of expiry of
than ERP OEMs) certification, a copy of
4 certificate from SEI accredited
auditor to confirm that
reassessment for CMMi level 5
has commenced for the bidder.
5 Availability of fully equipped To be available in 1. Address of Service Centre with
Service Centre with qualified Delhi/NCR. contact details.
support personnel for the
offered ERP.
B Eligibility Criteria for ERP/EAM OEM
The ERP product offered Minimum 20 1. List of implementations with
should be of world repute. implementations Name of organizations where
Number of independent, completed across the implemented with contact person,
1 working implementations World including at least 2 telephone / e-mail ID and
with minimum 150 users implementations for modules covered, no. of users
using at least three of the manufacture of Railway and Date of project
modules asked for in the Rolling Stock Commissioning . CRIS shall be at

Centre for Railway Information Systems 2/30 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II

S.N Supporting documents to be


Prequalification Parameter Qualification Criteria
. submitted
tender. (Locomotives/Coaches/ liberty to contact any of the cited
Wagons/ Train sets). customers for verification.
Total ERP users base Not below 30,000 users 1. List of implementation with total
Worldwide no. of users, Name of
organizations where implemented
2 with contact person, telephone / e-
mail ID. The number of users
stated should not include
employee users for HR purpose.
C Eligibility Criteria for Server OEM
Manufacturer should be of 1. Presence in List of important customers to
world repute for the offered international server market support the claim with details of
category of servers for last 4 calendar years class of servers sold.
1 (including the current
year).
2. Sales in at least 10
countries.
Availability of fully equipped Service Centre should be 1. Address and contact details of
Service Centre with qualified available in Delhi/NCR Service Centres.
2
support personnel for the
offered type of servers.
D Eligibility Criteria for Router/Switches OEM
Manufacturer should be 1. Presence in List of important customers to
world repute for the offered international market for support the claim with details of
class of network products. last 4 calendar years class of network equipment sold.
1 (including the current
year).
2. Sales in at least 10
countries.
Availability of fully equipped Service Centre should be 1. Address and contact details of
Service Centre with qualified available at all three Service Centers.
2 support personnel for the project locations, i.e.,
offered type of servers. Delhi/NCR, Lucknow,
Ludhiana.
Wherever the bidder is not the OEM, he must submit 1. Unconditional letters of
an authorization from the OEM with written authorization and commitment of
commitment of back to back technical support and back to back support from OEMs
availability of spares for the following specific specific to this project for each
products only : indicated item as per Annexure 6
E of Tender Doc part I )
1. Servers, Tape Library, External Storage
2. In case of the ERP product, the
back to back commitment by OEM
2. Desktops/Thin Clients should be on a Rs. 100 stamp
paper, duly registered. It must

Centre for Railway Information Systems 2/31 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II

S.N Supporting documents to be


Prequalification Parameter Qualification Criteria
. submitted
3. PDA’s include the following unconditional
clause in addition to the proforma
given in Annexure 6 of Tender Doc
4. Network active components: Routers, Switches,
part I: “In the event of failure
Security devices, Media Converters, Wireless Equipments, of the SI/Implementer to resolve
Lease line Modems and LAN extenders and OFC LAN any technical issue relating to
equipment. customization/integration/devel
opment of the ERP product, we
5. Offered ERP. as OEM undertake to resolve the
issue on behalf of the
SI/Implementer at anytime
during currency of the contract”.

4. PROCEDURE FOR EVALUATION OF BIDS

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 EVALUATION OF TECHNICAL BIDS:

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.

Stage Detailed Technical Scrutiny Criteria for short listing


No. Stage description

1 Prequalification/Eligibility Any bid which fails to meet the pre-qualification/


stage: eligibility criteria will be summarily rejected and not
considered for further scrutiny. The decision of CRIS
All bids found responsive shall
shall be final in this respect
be subjected to detailed scrutiny
in respect of conformance to
pre-qualification/eligibility criteria
laid down in the Tender
Document. Documents
furnished in the offer will form
the sole basis of this
evaluation. The bidders shall be

Centre for Railway Information Systems 2/32 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II

solely responsible for any errors


of commission or omission
which may result in their
disqualification.

2. Detailed Technical 1. Conformance to tender conditions and specifications


examination Stage: is required.
Detailed technical examination 2. Bids which are not considered to be in conformance
of bids short-listed from Stage to technical specifications and terms & conditions of
(1) to establish conformance to the Tender will be rejected at this stage and shall not
technical specifications and be invited for the next stage of technical evaluation
other terms & conditions in comprising of Technical presentation including
respect of both the LMS scope demonstration of ERP/EAM solution and POC.
as well as the FMM scope
items. Technical clarifications, if
considered necessary, may be
asked from the respective
bidders at this stage.
3. POC Stage comprising of Item Maximum
technical presentation marks
including demonstration of
1. Solution in use on any Railway 5
ERP/EAM solution and Proof
system in similar format. (To be shown
of Concept (POC) at CRIS:
as a part of technical presentation.)
A notice of one week will be
given to the bidders whose bids 2. Conformance of offered ERP/EAM 25
are found in conformance to product to Depot/Shed Application
Technical specifications and Functional requirements: To be
Terms & Conditions of the counted for each listed function for both
tender to present their solution LMS and FMM in Annexure 2.IX and
and demonstrate POC. One full Annexure 2.X (to be shown as a part
working day will be provided to of Solution Demonstration).
each bidder for this purpose. i) Zero marks for up to 65%
POC shall be demonstrated as conformance
per Para -5.9 of Special ii) Additional 1 marks for every
Conditions of Contract - Tender additional 1% compliance or part
Document Part-II. thereof subject to a maximum of 25
marks.
A sample shed and depot
scenario is given in Annexure – 3. Flexibility and configurability (to be 10
2.XII and Annexure – 2.XIII for shown as a part of Solution
guidance. Any parameters not Demonstration).
given may be assumed suitably. 4. Demonstration of 5 Use Cases
given in Annexure 2.XI 60
Minimum qualifying marks for Total Marks 100
any bidder to be short-listed as
technically suitable will be 75%.
However, CRIS reserves the
right to accept or reject any bid
without assigning any reasons.

Centre for Railway Information Systems 2/33 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II

Minimum total score required for 75


final short-listing of any bid as a
Technically Suitable bid

4.2.3 Technically suitable, short-listed bidders shall be given an opportunity to submit a


supplementary commercial bid in terms of Para 9 of Instructions to Tenderers. CRIS
shall be at liberty to add any other additional item as considered necessary for
completing the purpose of project at this stage and seek revised bids in respect of such
additional items from the short-listed bidders.

4.3 COMMERCIAL EVALUATION OF BIDS:

The original/ revised commercial bids, as applicable, will be opened in presence of


bidders/their representatives who choose to be present at declared commercial bids
opening place at pre-informed date and time. The commercial ranking and evaluation of
bids shall be done in accordance with Clause 31.2.2 of the Tender Document part-I.

5. TECHNICAL REQUIREMENTS:

5.1 Environment and Power supply conditions:

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.

5.2 General requirements for FMM & LMS application:

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

6.7. Customization of front-end to provide a user-friendly GUI for use of touch


screen kiosks in maintenance areas.
6.8. Integration with Freight Operations Information System (FOIS) at CRIS to
exchange Loco movement and Loco maintenance history between the two
systems. This integration is required at database level in batch mode at every 5
minutes interval. This will involve exchange of predefined data between two
databases.
6.9. Integration with existing Material Management Information system (MMIS) to
collect the status of purchase and consumption of components. This integration
is required at database level in batch mode at 12 hourly intervals. This will
involve exchange of predefined data between two databases.
7 The bidder will provide details of the development model & methodology to be followed
for development of application package. Also, the measures taken for quality control
must be brought out with clarity.

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

19 No accommodation, boarding, transportation or any other charge will be payable to


Bidders implementation teams by CRIS. All expenses of any nature for the bidders’
teams will be paid by the bidder.
20 Bidder will issue identity cards to their team members who enter Railway premises for
the purpose of the project. Railway’s procedures and rule will be followed strictly in this
respect.
21 NO photography or video filming will be done in railway premises except with explicit
permission of CRIS.
22 The bidder will be responsible for following all labour laws and safety procedures in
respect of men employed by them in Railway premises for the purpose of this project.
23 The user requirements given in Annexure 2.IX and Annexure 2.X very nearly provide a
complete picture of actual requirement. These will however be verified and finalized by
the bidder after conducting survey of user requirements and Business processes at
three project wagon depots and sheds , viz, Tuglakabad (Delhi), Dhandari Kalan
(Ludhiana), Dadri Depots and Tuglakabad Diesel Shed, Ludhiana Diesel shed, Lucknow
Diesel Shed, and also, New Katni Junction Wagon Depot, Vishakhapatnam Wagon
depot , Karchiya Tank Wagon Depot, ERODE Diesel Shed, Southern Railway and
Ratlam Diesel shed/Western Railway to ensure completeness. The bidder will also
survey Northern Railway Headquarters, Delhi Divisional Power Control and C&W
control, DLW/Varanasi and DMEs/Traction and Freight, Railway Board to finalize
requirements for Central application. A detailed Business process study and User
requirement document with Business process mapping and gap analysis for ERP/EAM
solution will be prepared by the bidder and submitted to CRIS for approval. The
document should also include the performance requirements. The approved document
will form the basis of customization and application development.
24 A one member CRIS team/site will associate with the survey teams deputed by bidder to
facilitate their movement inside the selected railway premises.

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:

1. For Shed/Depot application: Bidders to indicate for each function:

1. Offered ERP/EAM Module Name


2. Offered ERP/EAM Functionality Name
3. Level of conformance – “1” for direct compliance / compliance with
configuration, “2” for low level customization required and “3” for deep
customization/ fresh development required.

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.

5.3 ERP/EAM solution requirements:

The Shed Application is required to be an ERP/EAM based application. An existing


ERP/EAM package is required to be configured and customized to achieve the functions
stated under Shed Application requirements. The ERP/EAM solution should be a World
class and reputed product which should inter-alia fulfill the following requirements:

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.

5.4 Solution architecture

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.

5.5 Hardware requirements :

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.

11. Offered equipment must be guaranteed against commercial discontinuation due


to obsolescence for period of at least three years after the date of order

5.6 Network requirements (FMM and LMS):

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.

5.7 User Matrix :


This work is for pilot implementation for both LMS as well as FMM. The user base of
pilot phase is expected to grow on subsequent roll outs. The following matrix is meant to
give an idea to the bidder about future expansion of these two systems. It is expected
that the prototype applications will be rolled out at remaining units of respective type
within next 2 to 3 years. However, future details are only for general information.

ERP/EAM BI / DMS- Concurrent Portal


named Users concurrent users Users ROAMS
(Concurrency: For both LMS and (LMS) & ROAMS
70%) FMM (FMM) Central
applications
LMS FMM BI DMS LMS+FMM
Current pilot project
User load 75 25 30 50 200

Expected total future


User Load for 40
Diesel sheds & 100 1000 1000 120 200 600
Freight/Wagon
Depots

5.8 Project management:

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

level of involvement of stakeholders and User groups. Similarly a project sign-off


workshop will be held to announce completion of the project as per project completion
milestone.
6. The bidder will also organize six monthly project review sessions in which senior Railway
Management will be involved to ensure continued field support and focus on the project
achievements.
7. There will be a joint project review meeting between CRIS and bidders project leader on
monthly basis to monitor milestone achievement and resolution of any long pending
issues.

5.9 Proof of concept (POC):

1. The bidder is required to demonstrate their solution on invitation by CRIS before a


committee appointed by CRIS. The solution demonstration will comprise of Technical
presentation of solution and its existing similar implementation, demonstration of sample
use cases as per Annexure 2.XI of tender document part-II and demonstration of
flexibility and configurability of the solution.
2. The bidders will be required to set up necessary complete environment at CRIS one day
before their POC date at their expense. Each bidder will be given one full day for this
demonstration. Third stage technical assessment will be done by CRIS on the basis of
the POC.
3. Sample Depot and Shed scenario has been given in Annexure 2.XII and Annexure
2.XIII for information of the bidders and to help them in configuration of their POC.
Bidders may assume any additional suitable information as necessary to build the POC .

5.10 Documentation and media:

Tenderers shall supply standard user/operational manuals/documentation pertaining to


all equipment, system software and ERP/EAM package. All software including all
equipment drivers will also be supplied in original media copies in addition to any
preloaded software. Any patches or upgradation will also be supplied as media copies
from time to time as necessary.

6. WARRANTY & SUPPORT:

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.

7. SERVICE LEVELS REQUIRED:

As the applications are centralized applications, user experience is extremely important.


It is there for necessary to provide the following minimum performance levels which
should be measured under test as well as actual use conditions in specified load
conditions:

1. Performance:

i) Application response time for Depot/Sheds application over WAN:


a) Below 3 seconds for 80% cases.
b) Not beyond 5 seconds for any case.

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:

i) Availability of central data centre installation (down time on bidders account to be


calculated for call registration to call resolution time in hours) should not be below
97%, calculated on 3 monthly basis. For this purpose any supplied
server/external storage down will be treated as installation down.

ii) Availability of network installation at Shed/Depots (down time on bidders account


to be calculated from call registration to call resolution time in hours.) should not
be below 98% calculated on 3 monthly basis. For this purpose more than 4
nodes down at any shed /2 nodes down at any depot will be treated as

Centre for Railway Information Systems 2/44 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II

installation down. For central infrastructure at CRIS, failure of any supplied


network component failure resulting in interruption of work will be treated as
installation down.

8. INSPECTION AND ACCEPTANCE TESTING: (Applicable for both LMS and FMM
systems)

1. All network items of supply will be inspected according to acceptance procedure


given in Annexure2.II.
2. All network related works will be inspected by CRIS in accordance with the
following procedure:
2.1. Work completing inspection will be performed by CRIS in presence of bidder’s
representative and Consignee’s representative at site on completion of each
project Works mile stone.
2.2. Items of check will be as specified in Tender Document Part-II, Annexure -2.II.
3. All hardware item and System software/ERP/EAM Licenses will be inspected in
accordance with the following procedure:
3.1. Preliminary Inspection (Pre-inspection): (To be carried out by CRIS
representative in the presence of bidders representative, at Consignee site for all
shed /depot equipment and at CRIS for all other consignees.)

3.1.1. Physical verification of receipt in good condition after unpacking at site


3.1.2. Matching of serial numbers of equipment against delivery documents.
3.1.3. Verification of model numbers against PO.
3.1.4. Power on check of all equipment to identify dead on arrival for other than
software items.

NOTE: Material at site will be received by representative of consignee in packed


condition on the basis of delivery documents. Receipt will not constitute preliminary
inspection.

3.2. Final Inspection: (To be carried out by CRIS in presence of Bidders


representative and consignee’s representative)
3.2.1. In case of hardware, complete installation and commissioning of
equipment and its configuration for running the application to be
conducted after completion of Project Mile Stone no. FS13 for FMM and
LS13 for LMS.
3.2.2. In case of system-ware & ERP/EAM software, this will constitute a check
to ensure that the application is working satisfactorily. This will be
conducted after completion of Project Milestone no FS13 for FMM and
LS13 for LMS.

4. Acceptance procedure for Application software:

4.1. Preliminary Acceptance: (To be carried out by CRIS in presence of Bidders


representative after Milestone FS8 for FMM and LS8 for LMS)
4.1.1. Application will be tested for full functional conformance with accepted
User Requirement Document, at test bed implementation stage for shed,
depot, ROAMS-LMS and ROAMS-FMM application.
4.1.2. Lab load testing of application by bidder at third party facility (if
necessary) to ensure optimal performance of complete application

Centre for Railway Information Systems 2/45 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II

including ERP/EAM based Shed/Depot application and ROAMS portal


with central application modules for sheds and depots for Future User
Load as per Para 5.7 above.
4.1.3. Performance levels will be demonstrated under test conditions with
artificial User load on the supplied infrastructure at CRIS for pilot phase
for LMS & FMM as given in Para 5.7 above.

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. DELIVERY, INSTALLATION AND COMMISSIONING / COMPLETION OF WORKS:

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. PENALTIES FOR WORKS & SERVICES:

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. PAYMENT CONDITIONS FOR SERVICES & WORKS:


Payment for both services and works items given in the schedule of requirements will be
paid as given below:

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.

11.3 Payment Milestone Table:


11.3.1 Services Items
11.3.1.1 FMM:

S.N. Item No. of Schedule of Intermediate Final Payment


Requirements Payment Milestone Milestone

1. 2.1.1.1.3. Item A 1 FS6 FS13

2. 2.1.1.1.3 Item A 2 FS9 FS13

3. 2.1.1.1.3 Item A 3 & A5 FS8 FS13

4. 2.1.1.1.3 Item A 4 FS11 FS13

Centre for Railway Information Systems 2/47 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II

5. 2.1.1.1.3 Item B1, B2 & B6 FS5 FS13

6. 2.1.1.1.3 Item B3 & B4 FS12 FS14

7. 2.1.1.1.3 Item C1 & C2 -- FS14

8. 2.1.1.1.3 Item D1, D2 & D3 -- FS14

9. 2.1.1.1.3. Item B5 -- FS14

11.3.1.2 LMS:

S.N. Item No. of Schedule of Intermediate Final Payment


Requirements Payment Milestone
Milestone

1. 2.2.1.1.3 Item A 1 LS6 LS13

2. 2.2.1.1.3 Item A 2 LS9 LS13

3. 2.2.1.1.3 Item A 3 & A5 LS8 LS13

4. 2.2.1.1.3 Item A 4 LS11 LS13

5. 2.2.1.1.3 Item B1, B2 & B6 LS5 LS13

6. 2.2.1.1.3 Item B3 & B4 LS12 LS14

7. 2.2.1.1.3 Item C1 & C2 -- LS14

8. 2.2.1.1.3 Item D1, D2 & D3 -- LS14

9. 2.2.1.1.3 Item B5 -- LS14

11.3.2 Works Items


11.3.2.1 FMM:
The payment for works will be made against actual quantities physically measured and certified
by CRIS for each Loco Shed and Wagon Depot

S.N. Item No. of Schedule of Intermediate Final Payment


Requirements Payment Milestone Milestone

1. 2.1.1.1.2 (Item A & B) for FW2 FS14


Tuglakabad Wagon Depot

2. 2.1.1.1.2 (Item A & B) for Dadri FW3 FS14

Centre for Railway Information Systems 2/48 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II

Wagon Depot

3. 2.1.1.1.2 (Item A & B) for FW4 FS14


Dhandari kalan 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.

S.N. Item No. of Schedule of Intermediate Final Payment


Requirements Payment Milestone Milestone

1. 2.2.1.1.2 (Item A, B &C) for LW2 LS14


Tuglakabad Diesel Shed

2. 2.2.1.1.2 (Item A, B &C) for LW3 LS14


Ludhiana Diesel Shed

3. 2.2.1.1.2 (Item A, B &C) for LW4 LS14


Lucknow Diesel Shed

Centre for Railway Information Systems 2/49 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Tender Document Part-II

12. SCHEDULE OF RATES:

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.

NOTE: 1. All rates should be in Indian Rupees.


2. The total value of bid should be given in figures as well as words . In case of any discrepancy
between the two values, the amount given in words will be taken as correct.
3. Technical bid (bid packet-1) should contain an un-priced copy of the schedule of rates with each
item checked to indicate completeness.
4. Any additional item must be given at the end of each sub-heading.
12.1 Supply Scope of Items: (For FMM and LMS as indicated)
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)
A. Hardware For Central Data Centre
1. DB server - Nos.
Server Type A (as per
1 1 2
Tender Doc part 2
Annexure 2.I item 3.11)
2. Portal/ web server - Nos.
Server Type B (as per
1 1 2
Tender Doc part 2
Annexure 2.I item 3.12)
3. DMS Nos.
server/BI/Reporting -
Server Type B (as per 0 1 1
Tender Doc part 2
Annexure 2.I item 3.12)
4. Application server - Nos.
Server Type B (as per 1 1 2
Tender Doc part 2

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

11. Media Converter (MM


)10/100 (in Pair) Nos. 0 14 14

12. Router (4 WAN Port +2 Nos. 1 4 4


LAN Port +1 ISDN)
13. UPS online (1 KVA) Nos. 1 4 5
14. UPS online (500 VA) Nos. 9 19 28
15. Category-6 1 meter UTP Nos.
Patch Cord, with tangle
17 124 141
free plug, TIA/EIA-568-
B.2-1

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

12.3 Services Scope


12.3.1 Service Scope for FMM (Scope-A)

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

12.3.2 Services Scope for LMS (Scope-B)

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

3 End user Training for Trainee


Shed Application users Man- 180
at Sheds (Batch of 15) days

4 End user Training for Trainee


Central Application at Man- 90
CRIS (Batch of 15) days

5 Officers Familiarization Event


and Training - one day
3
Workshop (Batch size –
50)
6 Network Training Traine
(Batch Size – 10) eMan- 70
days
C. Annual Technical Support for OS and other System Software in no. of years after project commissioning for Diesel Sheds
1 Annual Technical Yrs
Support for Production ,
Development and testing
environments - OS, 1
Database Server,
Application/ Portal
server, BI and DMS
2 ATS on ERP/EAM Yrs
1
package licenses

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.

ANNEXURES TO TENDER DOCUMENT PART- II

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

3.1 TECHNICAL SPECIFICATION FOR HARDWARE

INDEX

S.NO. ITEM PAGE NO.

1. Server Type - A 3/3


2. Server Type - B 3/4-3/5
3. Server Type - C 3/6-3/7
4. Tape Library System 3/7
5. Server Racks 3/8
6. IP Enabled KVM Switch with Console 3/8
7. RFID Tags 3/9
8. RFID Reader (Fixed Reader to be integrated with the 3/10
Kiosk)
9. Hand Held PDA With RF-ID Reader/Without RF-ID Reader 3/11
10. Thin Client (to be integrated with Kiosk) 3/12
11. Touch Screen Panel (To be integrated with the thin client 3/12
monitor)
12. High Speed Scanner 3/13
13. Smart Camera with Lights and Mountings 3/13
14. DeskJet Printer 3/14
15. Printers Multifunction Device (Print, Scan, Copy, Fax) 3/14
16. Desktops 3/15
17. Laptops 3/16
18. UPS 500 VA Off-line (Stand Alone Type) 3/17
19. Mobile E-Pen with Storage Device 3/17
20. External FC Storage 3/18
21. Schematic Diagram for the Touch Screen Kiosk 3/19
22. Laser Printer 3/20

Centre for Railway Information Systems 3/2 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

3.1.1. Server Type A

3.1.1. Server Type A

S.No. Item Description

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

3.1.2 Server Type B

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

Raid level 0, 1, 5 must be available Raid level 0, 1, 5 must be available


through internal Raid controller with through internal Raid controller with
5 RAID
battery backed cache of at least battery backed cache of at least
256 MB. 256 MB.
Server must have certification to Server must have certification to
Operating
support Latest OEM Versions of support Latest OEM Versions of
6 Systems
the following OS: 64 bit Enterprise the following OS: 64 bit Enterprise
Supported
Linux/Unix. Linux/Unix.
Internal I/O
7 At Least 3 PCI slots At Least 3 PCI slots
INTERFACES
4 Nos. 4 Nos.
8 LAN cards
10/100/1000 LAN ports 10/100/1000 LAN ports
DVD Combo
9 DVD–ROM, 8X DVD–ROM, 8X
Drive

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

The system should be The system should be configured with


configured with dual dual redundant power supplies and
redundant power supplies fans. Pre failure warning and isolation
High Availability &
1 and fans. Pre failure warning of the failing components with no single
Redundancy
and isolation of the failing point of failure at any level
components with no single
point of failure at any level
1 Nos. Ultra 320 SCSI/SAS
1 Nos. Ultra 320 SCSI/SAS
1 Nos. Serial Port
External I/O 1 Nos. Serial Port
2 3 Nos. USB Port
Interfaces 3 Nos. USB Port
PS/2/USB for keyboard &
PS/2/USB for keyboard & mouse
mouse
Rack Mountable, not more
3 FORM FACTOR Rack Mountable, not more than 4U.
than 4U.
All necessary cables & All necessary cables & connectors of
Connectors and connectors of OEM make OEM make only, are to be provided
4 only, are to be provided
Cables

Centre for Railway Information Systems 3/5 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

3.1.3. Server Type C

S.No ITEM INTEL AMD


A. Major Parameters

1 Processor Single Processor Rack Single Processor Rack optimized 64


optimized 64 bit Processor bit Processor machine having latest
machine having latest Intel 2300 series Opteron with Quad core
Xeon with Quad core 3 GHz and 2.3 or more GHz clock speed
clock speed , FSB of at least
1333 MHz or higher with
5400 series or latest.
2 MEMORY Configured with 4 GB DDR2 Configured with 4GB DDR2 RAM
RAM @667MHz with ECC @667MHz with ECC capability, using
capability, using at least 2GB at least 2GB capacity DIMMs.
capacity DIMMs. Upgradeable to 16 GB or more.
Upgradeable to 16 GB or
more.
3 Hard Disk 2 * 146/72 GB FC-AL/SAS 2 * 146/72 GB FC-AL/SAS (15K RPM
Drive (15K RPM or above)/SFF or above)/SFF SAS ,10K RPM or
SAS ,10K RPM or above, Hot above, Hot Swappable disk bays
Swappable disk bays
4 DVD Combo DVD–ROM, 8X DVD–ROM, 8X
Drive

5 RAID Raid level 0, 1, must be Raid level 0, 1, must be available


available through internal through internal Raid controller with
Raid controller with battery battery backed cache
backed cache

6 INTERFACES 2 PCI slots OR Better 2 PCI slots OR Better

7 LAN cards
2 ports of 10/100/1000 2 ports of 10/100/1000 mbps.
mbps.

8 Operating Server must have certification Server must have certification to


Systems to support Latest OEM support Latest OEM Versions of the
Supported Versions of the following OS following OS : 64 bit Enterprise linux
: 64 bit Enterprise linux /Unix /Unix

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

1 Nos. Serial Port 1 Nos. Serial Port


3 Nos. USB Port 3 Nos. USB Port
1 I/O Interfaces
PS/2/USB for keyboard & PS/2/USB for keyboard & mouse
mouse
Offered Solution should be Offered Solution should be configured
2 Console configured to work with IP to work with IP KVM
KVM.
The system should be The system should be configured with
configured with dual dual redundant power supplies and
High redundant power supplies and fans. Pre failure warning and isolation
3 Availability & fans. Pre failure warning and of the failing components with no single
Redundancy isolation of the failing point of failure at any level
components with no single
point of failure at any level
Connectors All necessary cables & All necessary cables & connectors of
4 and connectors of OEM make OEM make only, are to be provided
Cables only, are to be provided
FORM Rack Mountable, not more Rack Mountable, not more than 2U.
5 than 2U.
FACTOR

3.1.4. Tape Library System

S.No. Features Description


1. Capacity Shall be offered with Minimum of One LTO4 FC tape drive.
Shall support encryption
2. Cartridge Slots Minimum 24 slots
3. Data Transfer Rate Offered LTO4 drive shall support 120MB/sec in Native
mode or better
4. Connectivity Offered Tape Library shall provide 4Gbps native FC
connectivity to SAN switches.
5. Management Tape Library shall provide web based remote management.
6. Form Factor Rack Mountable.

Centre for Railway Information Systems 3/7 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

3.1.5. SERVER RACKS

S.No Item Description

A. Major Parameters

Rack Size (Width x


1 600 mm x 1000 mm
Depth)
2 Power Supply Redundant power distribution.
3 Fan Redundant Fan

B. Other Parameters

Connectors and cables as per


1 Connectors and cables
complete configuration requirement.
2 Rack Height 36 U OEM Rack

3.1.6. IP ENABLED KVM SWITCH WITH CONSOLE

S.No Item Description

A. Major Parameters

One number of 16 port IP based KVM switch


for centralized monitoring of servers along
with 16 cables, converter and connectors for
1 IP KVM SWITCH
server connectivity. 17” TFT- LCD collapsible
flat panel monitor console kit with keyboard
and mouse including cables (1U).
1 Local, 4 Remote with necessary user
2 No. of users
licenses
3 LAN connectivity 10/100 Mbps

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

3.1.7. RF-ID TAGS

S.No. Item Description

A. Major parameters

1 Communication Protocol EPC Class1 Gen2 OR ISO 18000-6 C 2004 compliant


UHF, 865 - 867 MHz as permitted license free band for
2 Frequency Range use in RFID by WPC, Ministry of Communication and
Information Technology, Government of India.
Read range for both 0.3m with hand held and upto 1.5 m with fixed readers
3 Assembly card and Man within a reasonable angle of spread of about +/- 50
card degrees
Rugged and light weight, Oil proof, water proof, Non brittle
material with good wear resistance.
4 Tag Sealing conditions
Light colored to minimize passive heating in sun exposed
condition.

B. Other parameters

1 Temperature range - 10° to +55°C


Standard credit card size is preferable Mechanical
Easy solution like Velcro strap for assembly tags
Mounting and card Clip and fibre strap for man cards.
2
Dimensions Man cards to be printed with identity details with
photograph of holder. Printing arrangement to be made by
the bidder.
3 Relative humidity range from 5% (desert conditions) to 100% (rain)
4 Data on the tag Globally unique identification code.

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

3.1.9. HAND HELD PDA WITH RFID READER/WITHOUT RFID READER

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.

3. Ports/Connectors Headphone cum mike Jack: 1 USB.

1. Heavy Duty Charger


4. Accessories
2. Headphone with mike

Centre for Railway Information Systems 3/11 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

3.1.10. Thin Client (to be integrated with Kiosk)

S.No. Features Description


A. Major parameters

1 Processor 1 GHz or above


2 Flash Memory Self powered 2 GB Flash expandable up to 4 GB
3 Main Memory 512 MB DDR RAM Expandable up to 2 GB
4 Monitor 15” TFT
B. Other Parameters

Network Interface 10/100 Mbps Ethernet (auto Sensing)


1 Network Interface
NIC, RJ45 connector.

1 Serial Port, 1 Parallel port, 6 USB Ports version 2.0,


2 Ports / Slots
Hardware support for RFID Reader
Embedded Windows OS/ Linux , browser support. To
3 Local Operating System
suit the solution.
4 Server OS Support Unix + Derivatives, Linux
TCP/IP with DNS and DHCP, Wake on LAN. DHCP
5 Networking Protocols support for automatic upgrades and unit configuration
and PPP
Power Supply 50 Watts or less External Power Supply, No moving
6
parts in the Thin client

3.1.11. Touch Screen Panel (To be integrated with the thin client monitor)

S.No. Item Description


A. Major parameters

1 Size 15” Panel Touch

Touch screen Glass- Capacitive


2
3 Glass Thickness 3.1 mm
Response Time
4 Less than 3 ms
5 Durability Greater than 225 million touches
6 Viewing angle H +/- 65: V +50/-60 degrees
B. Other Parameters
1 Activation Bare Finger
2 Operating Temp. Touch screen 0 to 70 deg C
To be integrated with the monitor with preferably IP54
3 Mounting
rating

Centre for Railway Information Systems 3/12 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

3.1.12. High Speed Scanner

S.No. Features Description


A. Major parameters
1 Resolution 600 x 600dpi optical resolution
2 Sample Color Depth 48-bit
3 Sample Gray Scale Level 256 gray levels
4 Scanning Paper size A-4
5 Speed in ppm(min) 8 ppm or Better
6 Scanning Mode Duplex ,Color, Sheet fed
B. Other Parameters
OCR to MS-Word,
1 Other Capabilities
Scan to PDF format
2 Drivers drivers for O.S. on media
3 Interface USB 2.0 port
Automatic Document
4 50 sheet capacity
Feeder(ADF)

3.1.13. Smart Camera with Lights and Mountings


S.No. Features Description
A. Major parameters
1 Image device 1/3-type progressive scan IT monochrome CCD
2 Resolution 640 x 480 (VGA)
3 Frame Rate 25 fps(minimum)
4 Minimum illumination 1 lx (F1.4, +18 dB gain)
Out door pole mount with anti pilferage design
5 Mounting conditions with no loose parts or cable , safe from monkey
/ bird attacks etc.
To be able to auto locate numbers & text on
image frame and identification in character form
for character size of 15X10 cm at a distance of
6 Text recognition 40 m and up to an angle of 45 degrees to the
read surface. Also, ability to define multiple
areas of significance on the frame and ability to
detect the direction of movement.
B. Other Parameters
100Base-TX/10Base-T (Network protocols:
1 Ethernet
TCP/IP (IPv4), HTTP, FTP)
2 Onboard Processor x 86, AMD Geode GX533, 400 MHz
3 USB Version 1.1
4 Gain control Manual (0 to +18 dB, 1 dB steps)
5 Compression Type MJPEG
6 Operating temperature - 10° to +55°C
7 Humidity range from 5% (desert conditions) to 100% (rain)
8 Serial interface RS-232C
Suitable automatic illumination arrangement for
9 Illumination all weather, 24 hrs. reading of locomotive
numbers

Centre for Railway Information Systems 3/13 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

3.1.14. DESKJET PRINTER

S.No. Features Description


A. Major Parameter
Black Print: Up to 1200 x 1200 rendered dpi
1. Resolution Color Print: Up to 4800 optimized dpi color and 1200 input
dpi
2. Print Speed Black/Color: 30/25 ppm
3. Duplex Printing Automatic
4. Paper Size A4
5. Networking Standard (built-in Ethernet)
B. Other Parameters
1. Connectivity 1 USB, 1 Ethernet
2. Paper handling 150-sheet input tray
3. Monthly Volume Up to 5000 pages
4. Media To be Supplied

3.1.15. Printers Multifunction device (Print, Scan, Copy, Fax)

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

S.No. Item Description

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

S.No. Item Description

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)

5 Video controller Integrated Graphics with 256 MB dedicated memory.

39.1cm(15.4")(TFT)/35.5 cm(14") active Matrix wide


6 Display
screen Display (1280x800 WXGA Resolution)
7 Key Board Keyboard with Touch Pad
8 Graphics Card NVidia GeForce 512 MB DDR2
B. Other Parameters
1 Mouse USB Optical Mouse of OEM Make

2 DVD Writer Integrated 8X DVD writer and integrated stereo speaker

3 Modem Integrated 56 KBPS Modem (Fax/Data) and 10/100/1000


Gigabit Fast Ethernet
4 Wireless Connectivity Integrated wireless Intel 802.11 a/g/n, Integrated Blue tooth

5 Expansion Port 2 USB,10/100/1000 Gigabit Ethernet card, VGA, PCMCIA/


PCI Express slot, connector for Docking Station/Port
Replicator, Microphone, stereo head phone and other
standard features
6 Power Supply 230V, 50 Hz AC Supply with Rechargeable Battery Pack
Comprising of Li-Ion Batteries suitable for approx.
4 hours operation complete with battery
charger/adaptor (voltage and capacity of battery pack
to be indicated in the offer)

7 Carry trolley case To be Provided

Centre for Railway Information Systems 3/16 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

3.1.18. UPS 500VA Off-line (Stand Alone Type)

S.No. Features Description


A. Major Parameter
1. Power Rating 500 VA (With minimum 15 minutes backup time)
2. Operating Mode Stand Alone
Voltage Range: 150V AC to 275V AC
3. Input Specifications
Frequency : 50Hz +/-6%
Voltage (Inverter Mode): 220V AC Nominal
4. Output Specifications Frequency (Inverter Mode): 50Hz +/-2%
Voltage (Main AVR Mode): 220V +/-12%
5. Transfer Time <=3 ms or Better
B. Other Parameters
Protection against surge or noise or overload or short circuit
1. Protection
or battery low
2. Battery Sealed Maintenance Free
3. Charging Charging when UPS is off but Connected to Mains
Display Indicators for AC normal, Battery Charging, System
4. Indications
on Backup, AC power failure etc.
On battery mode: Beeps every 30 sec.
5. Alarms Low Battery Pre-alarm: Two Beeps Every 3 Sec

3.1.19. Mobile E-Pen with storage device

S.No. Item Description


A. Major Parameter
Handwrite the notes/memos/sketches on any plain paper to
Capture & A4 size or on any surface and capture instantly to the PC.
1
storage Mobile Storage device should store up to 50 pages at a time
and should be connected to the PC through a USB port.
Handwriting is converted to PC text. No special pad or ink or
2 Writing
medium should be necessary.
3 Resolution Minimum 100 dpi
4 Immunity Electro-Magnetic, Ultra sonic
5 Accuracy At least 0.2 mm
Notes may be edited in the midst of writing or even if
6 Editing previously
Written and saved.
7 Pen Battery life About 120 hours of pen down. About 4 months in normal Use.
Functions as a mouse- can draw with e-pen in Word, Paint,
9 Functions Corel
draw, Photoshop etc.
B. Other Parameters
1 Pen refill Standard ball point pen
Power supply- Lithium battery / Rechargeable battery ( charger to be
2 pen and storage supplied with the unit if required)
device
It should be Windows vista/ XP, Linux compatible. SDK
3
Compatibility required for developing linkages with J2EE / ERP application

Centre for Railway Information Systems 3/17 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

3.1.20. External FC Storage

S.No. Features Description

A. Major parameters

Dual controller with 2 GB or higher


1 Controller
cache per controller
End to End(front end-controller-
2 4 Gbps or better
Back end) Bandwidth
3 Total usable Storage capacity 2TB expandable to 6 TB or Better
Cache Battery Back Up: 24 Hrs or higher. OR
4 Cache with Back Up Protection of Cache data through De-staging to
disks.

FC ports per controller: 2 no / 4Gbps or higher.


5 Host Ports Per Controller Total iSCSI ports available on the storage
(directly or through separate engine) : 2 nos./ 1
Gbps or higher.

Minimum 1no. 4Gbps or higher FC-AL ports per


6 Device ports per controller
controller

4Gbps X 8 FC ports populated, upgradeable to


7 SAN Switches and FC cables minimum 16 port capacity with FC cables to
connect to minimum 4 servers.
8 Form Factor Rack mountable
B. Other Parameters
1 Management LAN port 2 X 10/100/1000 Mbps
2 RAID Levels supported 0,1, 0+1, 5 or better
3 Minimum Disks Supported 40 or higher
4 Disks Required 146 GB, 15 K RPM
5 Redundant Power Supply YES
6 Fail Over Support YES
7 Redundant Fan/Blower YES

Server must have certification to support Latest


8 O. S. certifications Versions of the following OS: Red Hat 64 bit
RHEL AS/ES, 64 bit Enterprise Unix.

Centre for Railway Information Systems 3/18 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

3.1.21. Schematic Diagram for the Touch Screen Kiosk

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:

1 General Construction Material Stainless steel


2 Monitor hood, Table top Mouldings, Racks GRP resistant to grease,coolant & Diesel
3 Front Cover of Monitor cover: Laminated, Theft proof Glass

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

3.1.22. LASER PRINTER

S.No. Features Description


A. Major Parameter
Black Print: Up to 600 x 600 dpi
1. Resolution
Color Print: Up to 600 x 600 dpi
2. Print Speed Black/Color: 12/8 ppm
3. Duplex Printing Automatic
4. Paper Size A4
5. Networking Standard (built-in Ethernet)
B. Other Parameters
1. Connectivity 1 USB, 1 Ethernet
2. Paper handling 150-sheet input tray
3. Monthly Volume Up to 1000 pages
4. Media To be Supplied

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

3.2 TECHNICAL SPECIFICATIONS AND INSPECTION PROCEDURE FOR NETWORK


ITEMS

INDEX

S.No. ITEM P.NO.


3.2.1 Technical Specifications for Layer-3 Switch ( 24 - 10/100/1000 3/23-3/25
Ports)
3.2.2 Specifications of Layer - 2 Switch with 24 Ethernet ports and 3/25-3/26
02 Fiber Ports (Type-I)
3.2.3 Specifications of 24 ports Layer-2 Switch (Type-II) 3/27-3/28
3.2.4 Specifications of 24 ports Gigabit Layer-2 Switch (Type-III) 3/28-3/30
3.2.5 Technical Specifications of Layer-2 Switch (24 port- 10/100 3/30-3/32
Mbps + 2 OFC port) (Type – IV)
3.2.6 Technical Specifications of Wireless bridge Device 3/32-3/33
(Point-to-Point & Point-to-Multipoint)
3.2.7 Technical Specifications of Wireless Access Point 3/33
3.2.8 Technical Specifications of SSL VPN Device 3/33-3/36
3.2.9 Technical Specifications of UPS (On-Line) 500 VA 3/36-3/37
3.2.10 Technical Specifications of UPS On-line (Stand Alone Type) 3/37-3/38
1KVA
3.2.11 Technical Specifications of Router (02 LAN / 4 x 02 Mbps WAN 3/38-3/41
Ports; 90 Kpps)
3.2.12 Technical Specifications of Media Converter 3/42
3.2.13 Technical Specifications of Structured LAN Cabling 3/42-3/44
components, UTP, Fiber, Racks and conduits etc
3.2.14 Technical Specifications for LAN Extender 3/45
3.2.15 Technical Specifications of 02 Mbps Modems (V.35 & G.703) 3/45-3/46
3.2.16 36U Floor Standing 19''standard 600mm (W) x 800mm (D) 3/47
Network Equipment Rack:- APW / RITTAL / VALRAC
3.2.17 24U Floor Standing 19''standard 600mm (W) x 800mm (D) 3/47
Network Equipment Rack:- APW / RITTAL / VALRACK
3.2.18 12U Wall Mount 19” Closed Frame Network Equipment Rack:- 3/48
APW , RITTAL,HCL
3.2.19. 9U Wall Mount 19” Closed Frame Network Equipment Rack:- 3/48
APW , RITTAL, VALRACK
3.2.20 Specifications for Conduits, PVC Channel, HDPE Pipe, G.I 3/49-3/50
Pipe and UTP/Fiber Cable Installation Laying etc.
3.2.21 Feruling and Labeling requirements 3/50
3.2.22 Other requirements for LAN work 3/50
3.2.23 Documentation of Networking Diagram 3/50-3/51
3.2.24 ACCEPTANCE TEST PROCEDURE FOR DIFFERENT 3/51-3/54
NETWORKING EQUIPMENTS
3.2.24.1 Final Acceptance Testing for Router:- 3/51
3.2.24.2 Final Acceptance Testing for Category Layer-3 Switch:- 3/51

Centre for Railway Information Systems 3/21 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S.No. ITEM P.NO.


3.2.24.3 Final Acceptance Testing for Layer-2 Switch Type-I 3/51
3.2.24.4 Final Acceptance Testing for Layer-2 Switch Type-II 3/52
3.2.24.5 Final Acceptance Testing for Layer-2 Switch Type-III 3/52
3.2.24.6 Final Acceptance Testing for Layer-2 Switch (TYPE-IV) 3/52
3.2.24.7 Acceptance Test procedure for Media Converter 3/52
3.2.24.8 Final Acceptance Testing for Modem 3/52
3.2.24.9 Acceptance Test procedure for Wire Less Bridge device 3/53
3.2.24.10 Acceptance Test procedure for VPN Device 3/53
3.2.24.11 Acceptance Test procedure for Wire Less Access Point 3/53
3.2.24.12 Acceptance Test procedure for UPS ONLINE 500 VA and 1 3/53
KVA
3.2.24.13 Acceptance Test Procedure For Structured cabling 3/53-3/54
components

Centre for Railway Information Systems 3/22 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

3.2.1 Technical Specifications for Layer-3 Switch ( 24 - 10/100/1000 Ports)

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

9001:2000 for which the manufacturer should be duly accredited.

3.2.2 Specifications of Layer - 2 Switch with 24 Ethernet ports and 02 Fiber


Ports (Type-I)

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. 10Base-T/100Base-Tx auto-sensing ports complying to IEEE


802.3, IEEE 802.3u and 802.3ab standard, supporting half duplex mode, full duplex
mode and auto negotiation on each port to optimize bandwidth.
6. Switch shall have 02 Nos. of Multi Mode Fiber ports that should operate at minimum 100
Mbps for a distance of at least 02 Kilometers.
7. Switch shall have minimum of 30 Gbps forwarding bandwidth at layer 2 switching fabric.
8. Switch shall have minimum 32 Million packets (64 Byte packet) per second forwarding
rate.
9. Switch shall support minimum support of 8,000 MAC addresses.
10. Switch shall be capable of working with AC Power supply with a Voltage varying from
170 – 240 Volts at 50 +/- 2 Hz.
11. Switch shall support for 19 Inch rack mountings.

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

Port Security and ACL (Access control List) assignment.


26. Switch shall support Multiple Spanning-Tree Protocol as per IEEE 802.1s.
27. Switch shall support Strict Priority Queuing.
28. Switch shall support MAC address based port level security using Which forwarding on a
port is restricted to a defined group of addresses.
29. Support for Switches to be stacked or clustered and manageable using a single IP
address.
30. Switch shall support System & Event logging functions as well as forwarding of these
logs onto a separate Server for log management.
31. Switch shall support on-line software reconfiguration to implement changes without
rebooting.
32. Switch shall have comprehensive debugging features required for software & hardware
fault diagnosis.

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:

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

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

3.2.3 Specifications of 24 ports Layer-2 Switch (Type-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:

5. Switch shall have 24 Nos. 10Base-T/100Base-Tx auto-sensing ports complying to IEEE


802.3, IEEE 802.3u and 802.3ab standard, supporting half duplex mode, full duplex
mode and auto negotiation on each port to optimize bandwidth.
6. Switch shall have minimum of 16 Gbps forwarding bandwidth at layer 2 switching
fabric.
7. Switch shall have minimum 3.6 Million packets (64 Byte packet) per second forwarding
rate.
8. Switch shall support minimum support of 8,000 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 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:

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

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.

3.2.4 Specifications of 24 ports Gigabit Layer-2 Switch (Type-III)

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:

5. Switch shall have 24 Nos. 10Base-T/100Base-Tx/1000Base-T auto-sensing ports


complying to IEEE 802.3, IEEE 802.3u and 802.3ab standard, supporting half duplex
mode, full duplex mode and auto negotiation on each port to optimize bandwidth.
6. Switch shall have minimum of 30 Gbps forwarding bandwidth at layer 2 switching fabric.
7. Switch shall have minimum 32 Million packets (64 Byte packet) per second forwarding
rate.
8. Switch shall support minimum support of 8,000 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 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:

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
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:

5. Switch shall have 24 No. 10Base-T/100Base-Tx auto-sensing ports complying to IEEE


802.3 and IEEE 802.3u standard, supporting half duplex mode, full duplex mode and

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:

11. Switch shall support 802.1q VLAN on all ports.


12. Switch shall support Spanning Tree Protocol (STP) as per IEEE 802.1d.
13. Switch shall support Multiple Spanning Tree Protocol (MSTP) as per IEEE 802.1s.
14. Switch shall support classification and scheduling as per IEEE 802.1p on all ports.
15. Switch shall support self learning of active MAC addresses and associated VLANs.
16. Switch shall support “Port Spanning” functionality for measurements using a network
analyzer.
17. Switch shall support IEEE 802.1q VLAN tagging.
18. Switch shall support IEEE 802.1x port based authentication.
19. Switch shall support MAC address based port level security using which forwarding on a
port is restricted to a defined group of addresses.
20. Switch shall support Network Time Protocol (NTP) / Simple Network Time Protocol
(SNTP) based on RFC 1305 / 2030 for synchronization of date & time from the Central
NTP Server.
21. Switch shall support per port Broadcast, Multicast & Unicast Storm suppression to
prevent degradation of overall system performance occurred due to faulty end stations.
22. Switch shall support aggregation of more than one port as per IEEE 802.3ad.
23. Switch shall support Auto-MDIX (Media Dependent Interface Cross-over) on all ports.
24. Switch shall support System & Event logging functions as well as forwarding of these
logs onto a separate Server for log management.
25. Switch shall support on-line software reconfiguration to implement changes without
rebooting.
26. Switch shall have comprehensive debugging features required for software & hardware
fault diagnosis.

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

3.2.6 Technical Specifications of Wireless bridge Device(Point-to-Point & Point-to-


Multipoint)

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.

3.2.7 Technical Specifications of Wireless Access Point

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.

3.2.8 Technical Specifications of SSL VPN Device

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

(4) Concurrent Users Minimum 100


(5) Authentication RADIUS, including Challenge/Response
LDAP
Windows NT Domain
Native local user database
RSA SecurID (RADIUS)
Microsoft Active Directory (RADIUS or LDAP)
(6) Encryption SSL v2.0, 3.0
TLS 1.0 (RFC 2246)
IPsec (AES)

Centre for Railway Information Systems 3/33 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

(7) Granular Auditing and • User sign-in and sign-out


logging • Session timeouts, including idle and maximum length
session timeouts
• User file requests, uploads, downloads, etc.
• User connects and disconnects via clientless
telnet/SSH function
• Web requests, every HTML request. Java Applet
socket commands, etc.
• Bytes transferred for client/server application requests
The SSL VPN box should log for : User/admin
authentication success/failure, access• Number of
simultaneous users at each one hour interval (logged
on the hour), gateway address, session ID, session
time, and cause of termination, Any changes to the
system, Session timeouts, including idle and maximum
length session timeouts
(8) End point security Host check before permitting access to the resources
including without having any preloaded agent on the
end point PC:
• Pre-Specified checks such as Antivirus update,
Malware, Spyware, Ports check, process check,
File check, Registry check, Software version
check like antivirus version and custom checks
based on user flexibility.
• Authentication parameter including username
password, digital certificates, RSA token.
Auto-logoff with countdown prompt
Rewriting to no-cache/no-store headers
Cache cleansing of files and history
Dynamic access policies
End point Security policy enforcement
(9) Access Privilege The SSL VPN should permit access to a user based
Management on:
1. Dynamic Authentication: Source IP, Network
Interface (internal/external), Digital certificate,
Endpoint Security - Host Checker/Cache
Cleaner, User Agent (Browser), Sign-in URL•
SSL version and cipher strength(global)
2. Role Definition: The following can be used to
determine the identity of the user:
• User name
• User attribute(s)
• Certificate attribute(s)
• Groups (static, dynamic)
3. Role based management and multiple level
access for users and administrators.

(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

response times even at very high concurrent


user loads
• Support for High Availability of SSL VPN
appliance
• The SSL VPN units that are part of a cluster
communicate session and database information
among them for stateful failover. Stateful
synchronization should be done for
configuration, policy, profile, and session.
(11) Session persistence Source IP, SSL session ID, cookie information
(12)Web Protocols Support HTML/DHTML
JavaScript/Java Applets/XML/ActiveX and Flash
HTTP/HTTPS
(13) File share protocols Windows – SMB/CIFS
Generic – FTP
(14) Email/messaging Microsoft Exchange (MAPI)
protocols IBM/Lotus Domino/ Notes
IMAP, SMTP, and POP3 Terminal access protocols
(15) Terminal access Telnet
protocols
SSH
(16)Remote desktop Citrix ICA
protocols RDP

(17) Management and • Secure administrative Web GUI (HTTPS)


Monitoring • Local Backup and Restore
• Ability to set up a single IP, IP address range or
multiple ranges that are able to log in as an
administrator.
Support for SNMP
Local logging, external Syslog
Browser Support Windows based :

Windows XP: Internet Explorer 6.0,


• Windows XP SP2: Internet Explorer 6.0, Firefox 1.0
• Windows 2000: Internet Explorer 5.5 SP2, Internet
Explorer 6.0, Netscape 7.1, Netscape 8.0, Firefox 1.0
• Windows 98: Internet Explorer 5.5 SP2, Internet
Explorer 6.0 and Netscape 4.79

Unix Based:

Red Hat Linux 9.0: Mozilla 1.6, Netscape 7.1, Firefox


1.0
• SuSe Linux 9.3: Firefox 1.0
• Solaris 8.0: Mozilla 1.4
• Solaris 9.0: Mozilla 1.4
(18) Single Sign-on • Standards-based interface for extensive

Centre for Railway Information Systems 3/35 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

integration with password policies in directory


stores (LDAP, Microsoft Active Directory, NT,
etc.)
• Ability to pass user name, credential and other
customer defined attributes to the
authentication forms of other products (HTTP
POST)
• Ability to pass user name, credential and other
customer defined attributes as header variables
• Cookie Based , Basic Auth (W3C), NTLM-
Based (Microsoft)
• Support for multiple host names from the same
appliance, as well as support for multiple
customizable sign-in pages.
(19) Modes of operation Clientless –Browser based
Client : For client server access
Full Network access should also be supported with end
point security.

3.2.9 Technical Specifications of UPS (On-Line) 500 VA

1 ) Inverter Technology Double Conversion Online UPS, High Frequency


PWM ,IGBT Based, Built-in Charger
2) Operating Mode Stand Alone
3) Input Specifications
a) Single Phase AC Input 165 Volts to 275 Volts on full load
b) Input Frequency 50 Hz +/- 5 %
c) Input Power Factor > 0.9 at full load
4) Output Specifications
a) AC Output Voltage Single Phase 230 Volts +/- 2%
b) Wave Form Pure Sine Wave
c) Overall Efficiency (AC to
AC) Better than 85%
3% (Max.) with linear loads and 5% (Max.)with Non-
d) Harmonic Distortion linear loads
e) Output Frequency 50 Hz +/- 0.5% (Constant Frequency )
f) Output Power Factor >= 0.7 at full load
g) Crest Factor 3:1
h) Overload Capacity 125% for 1 min.
UPS on Mains/Battery, UPS trip, Battery Charging,
5) Indications Battery Low, Over load, LOAD bypass ON
6) Standards :
a) EMI / EMC EN 50091-2 or equivalent, UPS shall not interfere
with Network equipments by generating noise

b) Safety EN 50091-1 or equivalent

Centre for Railway Information Systems 3/36 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

UPS should be compatible with portable/non-


7) Generator Compatibility portable generator
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
10) Operating Temperature 0 degree – 40 degree Celsius
11) Relative Humidity 90% max.
12) Backup
a) Sealed Maintenance Free Min. 400 VAH required for 30 mins.
Battery bank

3.2.10 Technical Specifications of UPS On-line (Stand Alone Type) 1KVA

1 ) Inverter Technology Double Conversion Online UPS, High Frequency PWM


,IGBT Based, Built-in Charger
2) Operating Mode Stand Alone
3) Input Specifications

a) Single Phase AC Input 165 Volts to 275 Volts on full load


b) Input Frequency 50 Hz +/- 5 %
c) Input Power Factor > 0.9 at full load
4) Output Specifications

a) AC Output Voltage Single Phase 230 Volts +/- 2%


b) Wave Form Pure Sine Wave
c) Overall Efficiency (AC to
AC) Better than 85%
3% (Max.) with linear loads and 5% (Max.)with Non-linear
d) Harmonic Distortion loads
e) Output Frequency 50 Hz +/- 0.5% (Constant Frequency )
f) Output Power Factor >= 0.7 at full load
g) Crest Factor 3:1
h) Overload Capacity 125% for 1 min.
UPS on Mains/Battery, UPS trip, Battery Charging,
5) Indications Battery Low, Over load, LOAD bypass ON
6) Standards :
a) EMI / EMC EN 50091-2, UPS shall not interfere with Network
equipments by generating noise

b) Safety EN 50091-1

UPS should be compatible with portable/non-portable


7) Generator Compatibility generator

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

3.2.11 Technical Specifications of Router (02 LAN / 04 x 02 Mbps WAN Ports; 90


Kpps)

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

6. Router shall have modular configuration.


7. Router shall have 02 No. 10/100 Base Tx LAN Ports as per IEEE 802.3u specification.
The Fast Ethernet ports shall support full duplex capabilities.
8. Router shall have 04 No. WAN ports supporting V.35 interface natively or through an
appropriate converter. These ports shall be operable up to speed of 02 Mbps.
9. Router shall have 01 No., 2 wire ISDN BRI S/T Interface.
10. Router shall support aggregate packet forwarding rate greater than or equal to 90,000
packets per second for a packet length of 64 bytes.
11. The Router shall have enough CPU capacity and Memory so as to efficiently meet all the
functionalities laid down in the specifications. The bidder should specify the offered CPU
and memory model.
12. Router shall support 19” rack mountings.
13. Router shall support Upgrade of Software through Flash Memory.
14. Router shall support on-line software reconfiguration to implement changes without
rebooting.
15. Routers shall be capable of working with 170 – 240 Volts AC nominal at frequency 50 +/-
2 Hz.

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

17. The router shall support following protocols:

i) TCP/IP with support for IP ver. 4


ii) Support for IP Ver 6 in future.
iii) ARP, RARP, ICMP, DHCP, TFTP and DNS
iv) Network address translation (NAT) and Port Address Translation (PAT) as per
RFC 3022
v) Network Time Protocol (NTP) Version 3 based on RFC 1305.
vi) Support for both TCP and UDP at layer 4
vii) Sub networking
viii) Classless Inter Domain Routing (CIDR)
ix) Variable Length Subnet Masking (VLSM)
x) IEEE 802.1Q based VLAN tagging
xi) VRRP as per RFC 3768

18. The router shall support following WAN protocols:

i) PPP as per RFC 1661


ii) Multi-link PPP as per RFC 1717
iii) HDLC
iv) Frame Relay
v) ISDN

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

20. The Router shall support following IP Routing features:

i) Bidirectional Forwarding Detection (BFD) for Static and OSPF Routing.


ii) Option to define a Router as Designated Router (DR) in OSPF Domain.
iii) Option to define “Point to Point” and “Point to Multi-point” links in OSPF Domain.
iv) Option to change the LSA and SPF timers as well as other timers / counters in
OSPF.
v) Router shall support tracking the reachability to remote destination which is not
directly connected and thereby deciding the validity of static routes etc.

21. The router shall support following quality of service (QoS) features:

i) Weighted Fair Queuing (WFQ)


ii) IP Precedence i.e. Priority based on TOS field of IP ver. 4
iii) Differentiated Services (Diff Serve) i.e. Priority based on DS Field of the IP ver. 4.
iv) Weighted Random Early Detection for congestion avoidance.

Centre for Railway Information Systems 3/39 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

22. The router shall support following WAN optimization features:

i) Load Balancing on LAN Ports for outgoing traffic


ii) Load Balancing on WAN Ports for outgoing traffic
iii) Dial Backup
iv) Dial on demand routing

23. The router shall support following Security features:

i) PAP and CHAP as per RFC 1994


ii) Data Encryption as per DES and 3DES Standards
iii) Generic Routing Encapsulation as per RFC 2784
iv) IPSec based Point to Point secure tunnels
v) Access lists based on Network Address
vi) Access lists based on Network Address, Mask, Protocol Type and Socket Type
vii) Access list violation Logging & Accounting
viii) MD5 Route Authentication as per RFC 1321
ix) Controlled SNMP Access through the use of SNMP with MD5 Authentication.
x) Multiple Privilege levels to provide different levels of access
xi) Remote Authentication Dial in User Service (RADIUS) as per RFC 2138

24. Router shall support Network Management through:

i) SNMP V-1, V-2 & V-3


ii) RMON support
iii) MIB I and MIB II
iv) Router shall support all standard MIBs based on OSPF, BGP etc.
v) Software Upgrade through FTP or TFTP
vi) TELNET Client and Server
vii) SSH Version-2

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

3.2.12 Technical Specifications of Media Converter

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.

3.2.13 Technical Specifications of Structured LAN Cabling components, UTP,


Fiber, Racks and conduits etc

13.1 Category-6 UTP Cable :-SYSTIMAX / PANDUIT / MOLEX


a. Meet all TIA/EIA-568-B.2-1 Cat 6 standards
b. Component complaint for Category-6
c. ETL verified
D Accompanied by Test Report for worst Channel performance

13.2 Category-6 Wall UTP I/O :- SYSTIMAX / PANDUIT / MOLEX


a. Meet all TIA/EIA-568-B.2-1 Cat 6 standards
b. Toolless termination of I/O Jack
c. Maintain cable twist to within 12.7mm of termination
d. Capable of re-termination
e. Minimum 6 colors
f. Component complaint for Category-6
g. Single Cat 6 Wall Mounting Outlet
h Accompanied by Test Report for worst Channel performance

13.3 Modular Face Plate for UTP I/O:-SYSTIMAX / PANDUIT / MOLEX


a. British/American Style slope or angled shuttered faceplate
b. Modular Design

13.4 Category-6 Patch Cord ( 1m ) :- SYSTIMAX / PANDUIT / MOLEX


a. Meet all TIA/EIA-568-B.2-1 Cat 6 standards
b. Factory Crimped with moulded boot
c. Tangle free plug design
d. Multi-stranded jacket
e. Minimum 5 colors
f. Component complaint for Category-6.
g Accompanied by Test Report for worst Channel performance

Centre for Railway Information Systems 3/42 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

13.5 Category-6 Patch Cord ( 2m ) :-SYSTIMAX / PANDUIT / MOLEX


a. Meet all TIA/EIA-568-B.2-1 Cat 6 standards
b. Factory Crimped with moulded boot
c. Tangle free plug design
d. Multi-stranded jacket
e. Minimum 5 colors
f. Component complaint for Category-6.
g Accompanied by Test Report for worst Channel performance

13.6 Modular Patch Panel :- SYSTIMAX / PANDUIT / MOLEX


a. Modular design
b. Fit in standard 19" rack occupying 1U space
c. Accept 24 individual colored I/O Jacks
d. Front removable snap-in face plates
e. Labels with label-holders

13.7 PVC Gang BOX :--


a. Single Gang Box should accept Modular Face Plate
b. Preferably ISI marked, Heavy duty and rugged construction

13.8 Category-6 STP Cable :-SYSTIMAX / PANDUIT / MOLEX/ SIEMON


a. Meet all TIA/EIA-568-B.2-1 Cat 6 standards
b. Component complaint for Category-6
c. ETL verified/ UL Listed
d. Should be shielded for outdoor purposes
e. Accompanied by Test Report for worst Channel performance

13.9 Optical Fiber Cable :- -SYSTIMAX / PANDUIT / MOLEX


a. FOCIS-3 TIA/EIA-568-B.3 compliant
b. Multimode 50/125µm
c. Armored / out door cable; 6 core

13.10 SC Fiber Optic Pigtails :- -SYSTIMAX / PANDUIT / MOLEX


a. FOCIS-3 TIA/EIA-568-B.3 compliant connector
b. SC-Style factory crimped Pigtail, 50/125 , Multimode, 1.5 meter
c. Should be supplied with couplers

13.11 Fiber Adapter plate :- - SYSTIMAX / PANDUIT / MOLEX


a. FOCIS-3 TIA/EIA-568-B.3 compliant adapter
b. Integrated retention clip to create a snug fit to reduce rattles
c. Protective cap to fully surrounds split sleeve opening
Adapters can be used with multimode or single mode connectors and patch
d.
cords
e. Zirconia ceramic split sleeves

Centre for Railway Information Systems 3/43 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

13.12 Optic Fiber Distribution Unit :- -SYSTIMAX / PANDUIT / MOLEX


a. Slides out Drawer for easy front access
b. 19" rack or cabinet mountable
c. Removable rear tray cover for easy access to splices and cable storage
d. Include fiber optic cable routing accessory kit
e Side and rear cable entry
f. With Panels
g. Unused slots should be covered with Blank Adapter Plates
Fiber Optic Patch Cords (SC-SC and SC-LC) - Multimode 50/125µm :- -
13.13 SYSTIMAX / PANDUIT / MOLEX
a. Meet all TIA/EIA-568-B.3 performance requirements
b. 100% factory tested for insertion loss
c. Insertion loss data recorded for every multimode patch cord
d. Lifetime traceability of test data to a Q.C. number on each patch cord
e SC Duplex Patch Cords to include SC Duplex Clips to maintain polarity
SC Duplex Patch Cords to include LC Duplex Clips to maintain polarity
f.
incase of SC -LC patch cords
Highest quality flame retardant Fiber optic cable with tight-buffered coating
g.
on each Optical Fiber

Centre for Railway Information Systems 3/44 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

3.2.14 Technical Specifications for LAN Extender

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.

3.2.15 Technical Specifications of 02 Mbps Modems (V.35 & G.703)

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.

1) Clause no. 2 : Digital Interface :


a) Item 2.1 (iii) is not applicable
b) Item 2.2 : Speed Support

The speed/s supported at Digital Interface/s shall be with any Combination of 64 Kbps between
64 Kbps to 2048 Kbps.

2) Clause no.7 : Items to be Specified in the Interface Approval Certification :


a) Item 7 (i) : Digital Interface/s supported in the equipment
V.35 via 34-pin Female Connector with one modem
G.703 interface with other modem in modem pair
b) Item 7(ii) : Whether single pair, 2 pair or multi pair working
2W unloaded twisted pair working
c) Item 7(iii) : Highest bit rates of the digital interfaces supported
The highest bit rate of digital interface supported
shall be up to 2048 Kbps (nx64 Kbps, n = 1to 32)
d) Item 7(iv) : Maximum distance coverage On 0.5 mm diameter
underground cable (unloaded), the modem should

Centre for Railway Information Systems 3/45 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

work upto a minimum of 5.0 kms of distance for


2048 Kbps data rate.
3) Clause no. 8 : References :
ITU – T recommendations K.21, G-703 and V.35 are applicable in this case.

4) The modem shall support following management / diagnostic features:

a) Front Panel indications for PWR(Power), DATA(Transmit/Receive


Data), TEST (To indicate test mode), SYNC ( Status of DSL line / E1), AIS,
ALARM /Error.
b) System status, configuration , diagnostics using LCD display & push buttons or
using a Ethernet management interface through Web Telnet & SNMP .
c) ITU–T V.54 compliant loopback diagnostics :
i) Local Analog Loop Test (for self test of modem)
ii) Local Digital Loop Test (to provide Loop test to the remote
modem on local loop)
iii) Remote Digital Loop Test ( to take Loop test from the remote
modem on local loop) without requiring the manual assistance of any
personnel at remote end.
d) Built in BERT for test pattern generation & detection.
e) Embedded Operation Channel (EOC) for controlling and monitoring the remote
unit, without interfering with the data transmission in compliance with ITU-T
G.991.2 requirements.
f) E1 and SHDSL Line performance monitoring and statistics.

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

S.No. Description Qty


a. Front Glass Door with Lock 1
b. Rear Door with Lock & vented at bottom 1
c. Side Panels with Latches & vented at bottom 2
d. Ventilated Top cover and Bottom cover with cable entry facility 1
e. Castors with front brakes (Set of 4 Nos.) 1
f. 19'' mountable equipment shelf with a depth of 475mm and 1U height 5
g. Hardware Mounting Screws packet of 10 5
Horizontal AC mains power distribution box with Five 5-amp sockets,
h.
indicative main switch and fuse for overload protection. 3
I. 19" Sliding self with a min. depth of 475mm and 1U height 1
j. 19'' cooling fan tray (4 fan provision) 1
k. Equipment Support angles (in pairs) 4
l. 19'' horizontal cable manager 1U + Hardware 7
m. Earth continuity kit comprising of earthing bar and earthing straps 1
n. Conforming to DIN 41494 - and industry standard practices

3.2.17 24U Floor Standing 19''standard 600mm (W) x 800mm (D) Network
Equipment Rack:- APW / RITTAL / VALRACK

S.No. Description Qty


a. Front Glass Door with Lock 1
b. Rear Door with Lock & vented at bottom 1
c. Side Panels with Latches & vented at bottom 2
d. Ventilated Top cover and Bottom cover with cable entry facility 1
e. Castors with front brakes (Set of 4 Nos.) 1
f. 19'' mountable equipment shelf with a depth of 475mm and 1U height 3
g. Hardware Mounting Screws packet of 10 4
Horizontal AC mains power distribution box with Five 5-amp sockets,
h.
indicative main switch and fuse for overload protection. 3
I. 19" Sliding self with a min. depth of 475mm and 1U height 1
j. 19'' cooling fan tray (4 fan provision) 1
k. Equipment Support angles (in pairs) 2
l. 19'' horizontal cable manager 1U + Hardware 4
m. Earth continuity kit comprising of earthing bar and earthing straps 1
n. Conforming to DIN 41494 - and industry standard practices

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

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. 1
d. 19’’ equipment mounting shelf with a depth of 400mm and 1U height. 1
e. 19’’ cooling fan tray with 1fan. 1
f. 19’’ horizontal cable manager 1U + Hardware. 1
g. AC mains power distribution box upto 5 sockets. 1
h. Earth continuity kit comprising of earthing bar and earthing straps 1
i. Conforming to industry standard practices

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.

(a) Heavy duty PVC Conduit (pipe)

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).

(b) Heavy duty PVC Channel

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.

(d) HDPE Pipe

Pre-lubricated HDPE (High Density Polyethylene) pipes 32mm TEC approved.

(e) Cable Pits

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

(g) Trench less

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.

3.2.21 Feruling and Labeling requirements

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.

3.2.22 Other requirements for LAN work

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.

3.2.23 Documentation of Networking Diagram

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.

3.2.24 ACCEPTANCE TEST PROCEDURE FOR DIFFERENT NETWORKING EQUIPMENTS

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.

3.2.24.1 Final Acceptance Testing for Router:-


1. Physical inspection for verification of compliance to item No. 4 to 7,9, 12, 13 & 17 of
technical specifications.
2. Verification by conducting tests or on the basis of manufacturer’s certificate for item No.
8, 10,11 & 16 of technical specifications.
3. Tests to verify compliance to item No. 15, 26 & 27 of technical specifications.
4. Manufacturer’s certificate to verify compliance to item No. 1 to 3, 14, 18 to 25, 28 to 31
of technical specifications.
5. Certificate from respective regulatory agency to verify compliance for item no. 32 & 33
of the technical specifications

3.2.24.2 Final Acceptance Testing for Category Layer-3 Switch:-

1. Physical inspection for verification of compliance to item No. 4, 5 & 10 of technical


specifications.
2. Verification by conducting tests or on the basis of manufacturer’s certificate for
item No. 9 of technical specifications.
3. Tests to verify compliance to item No. 31 to 43 of technical specifications.
4. Manufacturer’s certificate to verify compliance to item No. 1 to 3, 6 to 8, 11 to 30, 44 &
45 of technical specifications.
5. Certificate from respective regulatory agency to verify compliance for item no. 46 of the
technical specification.

3.2.24.3 Final Acceptance Testing for Layer-2 Switch Type-I:-

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

3.2.24.4 Final Acceptance Testing for Layer-2 Switch Type-II:-

1. Physical inspection for verification of compliance to item No. 4, 5 & 10 of technical


specifications.
2. Verification by conducting tests or on the basis of Manufacturer’s certificate for item No.
9 of technical specifications.
3. Tests to verify compliance to item No. 28 to 39 of technical specifications.
4. Manufacturer’s certificate to verify compliance to item No. 1 to 3, 6 to 8, 11 to 27, 40 &
41 of technical specifications.
5. Certificate from respective regulatory agency to verify compliance for item no. 42 of the
technical specification.

3.2.24.5 Final Acceptance Testing for Layer-2 Switch Type-III:-

1. Physical inspection for verification of compliance to item No. 4, 5 & 10 of technical


specifications.
2. Verification by conducting tests or on the basis of Manufacturer’s certificate for item No.
9 of technical specifications.
3. Tests to verify compliance to item No. 28 to 39 of technical specifications.
4. Manufacturer’s certificate to verify compliance to item No. 1 to 3, 6 to 8, 11 to 27, 40 &
41 of technical specifications.
5. Certificate from respective regulatory agency to verify compliance for item no. 42 of the
technical specification.

3.2.24.6 Final Acceptance Testing for Layer-2 Switch (TYPE-IV):-

1. Physical inspection for verification of compliance to item No. 4, 5 & 9 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. 23 to 35 of technical specifications.
4. Manufacturer’s certificate to verify compliance to item No. 1 to 3, 6 to 8, 11 to 22, 36 &
37 of technical specifications.
5. Certificate from respective regulatory agency to verify compliance for item no. 38 of the
technical specifications

3.2.24.7 Acceptance Test procedure for Media Converter:-

1. Verification by conducting tests or on the basis of manufacturer’s certificate for item


No.1, 2, 3 and 4 of technical specification.

3.2.24.8 Final Acceptance Testing for Modem:-

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

3.2.24.9 Acceptance Test procedure for Wire Less Bridge device

1. Physical inspection for verification of compliance to item No. 18 and 21 of technical


specification.
2. Verification by conducting tests or on the basis of manufacturer’s certificate for item No.
1, 2, 5 to 9 and 14 of technical specification.
3. Tests to verify compliance to item No. 10 to 13 of technical specification.
4. Manufacturer’s certificate to verify compliance to item No. 3, 4, 15, 16, 17, 19, 20 and
22 of technical specification.

3.2.24.10 Acceptance Test procedure for VPN Device:

1. Physical inspection for verification of compliance to item No. 1 and 3 of technical


specification
2. Verification by conducting tests or on the basis of manufacturer’s certificate for item No.
5 to 19 of technical specification.
3. Manufacturer’s certificate to verify compliance to item No 2 and 4 of technical
specification.

3.2.24.11 Acceptance Test procedure for Wire Less Access Point

1. Physical inspection for verification of compliance to item No. 14 of technical specification


2. Verification by conducting tests or on the basis of manufacturer’s certificate for item No.
1, 4 to 7 and 11 of technical specification.
3. Tests to verify compliance to item No. 8, 9 to 10 of technical specification.
4. Manufacturer’s certificate to verify compliance to item No. 2, 3, 12, 13 and 15 of
technical specification.

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.

3.2.24.13 Acceptance Test Procedure For Structured cabling components

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

2. Verify UTP Structured Cabling installation as per manufacturer’s recommended


and/or best industry practices such as horizontal and vertical cabling dressing
and termination in accordance with TIA/EIA-568-B.2-1, proper Labelling &
Feruling, colour coding of segment as suggested by CRIS Engineer and Quality
of Workmanship.
3. Conducting tests such as worst channel performance, Penta Scan Test report for
UTP Cable etc. for performance assurance of the LAN Structured Cabling.
4. Certification Test result for UTP. The test result for UTP is to be provided at the
time of acceptance.
5. Each installed UTP connection should be tested for the latest revision of TIA/EIA-
568-B.2-1

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

Item code Description


LKO Shed TKD Shed S1, S2 Database Servers: Working
LMS and FMM Users at Div/HQ FOIS
LDH Shed (Type A) in High Availability
WAN mode(Active –passive)
(LMS/FMM)
S3,S4 Portal/Web Server
DER Depot (Type B) (LMS/FMM)
Existing Div/HQ
Existing Router S5.S6 Application Server
FOIS
(Type B) (LMS/FMM)
S7 (Type B) Testing / Training Server
Existing DDL Existing Layer S8 (Type B) Development Server
Depot FOIS Existing TKD 2 Switches
Depot FOIS S9 (Type B) DMS/BI/Reporting Server
S10 (Type C) Anti-Virus Servers
S11 (Type C) Backup Server
Internet SW1,SW2,SW3, Layer 2 Switch
SW4
S3 S4 S5 S6 SW6 Layer 3 switch
Internet Svd SSL VPN Device for 100
Gateway
SW1 SW2 concurrent users to terminate
Existing the remote users who want to
Firewall
access the internal
Existing application of the CRIS
Switch
Existing IPS Network after authentication.

SW6
Layer 3 Switch
SW3
S10
SW4 S11 S7 S1 S2 S8 S9 Layer 2 Switch

SAN1 SAN2 Router


LMS/Admin/DEV/TRG/CLIENTS
Svd Heart Beat
SAN connectivity
External Storage Tape Library WAN Channel
ISDN Channel

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

3.4 SHED/DEPOT NETWORK (LAN) SCHEMATICS

INDEX

S.NO. ITEM P.NO.

1. PROPOSED NETWORK TOPOLOGY FOR TKD LOCO SHED (DSL) 3/57

2. PROPOSED NETWORK TOPOLOGY FOR LDH LOCO SHED (DSL) 3/58

3. PROPOSED NETWORK TOPOLOGY FOR AMV/LKO LOCO SHED 3/59


(DSL)

4 PROPOSED NETWORK TOPOLOGY FOR TKD DEPOT, N.RAILWAY 3/60

5 PROPOSED NETWORK TOPOLOGY FOR DER DEPOT, N.C. 3/61


RAILWAY

6 PROPOSED NETWORK TOPOLOGY FOR DDL DEPOT, N. RAILWAY 3/62

Centre for Railway Information Systems 3/56 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

3.4.1. PROPOSED NETWORK TOPOLOGY FOR TKD LOCO SHED (DSL)

Centre for Railway Information Systems 3/57 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

3.4.2. PROPOSED NETWORK TOPOLOGY FOR LDH LOCO SHED (DSL)

Centre for Railway Information Systems 3/58 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

3.4.3. PROPOSED NETWORK TOPOLOGY FOR AMV/LKO LOCO SHED (DSL)

Time office
SW-5

Wheel pit
lathe

mc mc

RDI Sec. mc Training Sch.


HUB
Light repair bay-2 mc mc

Entry
Exit mc
point Control Shift Lab Lubritorium Load
Room SW-2 Box
Main Lab
SW-4 Light repair bay-1

Heavy repair bay mc mc

mc mc
Radiator

Diesel Store Diesel Store Bogie Yearly CFS room


Depot Ward Depot office Section mech. Router &
HUB SW-3 Section SW-1
UTP

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

3.4.4. PROPOSED NETWORK TOPOLOGY FOR TKD DEPOT, N.RAILWAY


TKD Container Depot 1Switch24
Train Duty
Office
(Station)
1Switch24
600 mtr 800 mtr
BLC
Building

AMM Store

TKD Depot 1Switch24


Admin
Office
(CYM)
1000 mtr FBD END

1Switch 24 Layer 2 Switch


1Switch24

LAN Extender
ICD

Wireless Outdoor Bridge

Wireless Access Point

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

3.4.5. PROPOSED NETWORK TOPOLOGY FOR DER DEPOT, N.C. RAILWAY

Dadri Container Depot

1Switch 24

ADME OFFICE DDR

Railway lines Examination/Loading & unloading lines

2000 mtrs

1Switch 24 Layer 2 Switch

Wireless Outdoor Bridge 1Switch 24

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

3.4.6. PROPOSED NETWORK TOPOLOGY FOR DDL DEPOT, N. RAILWAY

DDL Container Depot


1Switch 24

Store SE Office Tool Room

Examination/Loading & unloading lines


Railway Lines

300 mtrs

500 mtrs

ICD/CONCOR

DDL Station
1Switch 24 Layer 2 Switch

LAN Extender

Wireless Outdoor Bridge

Wireless Access Point

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

3.5 LIST OF ADDRESSES OF CONSIGNEES AND OTHER PROJECT CONTACT


PERSONS OF RAILWAYS

1. Railway Board

Sl Address Telephone (O)


No
1 Advisor, Mechanical Engineering (W), 011-23382741
Room No. 314, Rail Bhavan,
New Delhi-110001
2 EDME(Traction) Railway Board, Room 011-23383167
No.323, Rail Bhavan,
New Delhi-110001
2 EDME(Freight) Railway Board, Room No. 011-23384199
317, Rail Bhavan,
New Delhi-110001
3 Director Mechanical Engineer/ Traction, 011-23386285
Railway Board, Room No.315, Rail
Bhavan,
New Delhi-110001.
3 Director Mechanical Engineer/ Freight, 011-23386335
Railway Board, Room No.321, Rail
Bhavan,
New Delhi-110001.

2. RDSO

Sl No Address Telephone (O)


1 Executive Director (Motive Power), RDSO, 0522- 2450123
Manak Nagar,
Lucknow-226011 (UP).
Executive Director/Wagon 0522- 2456165
RDSO, Manak Nagar,
Lucknow-226011 (UP).

3. Production Units:

Sl No Address Telephone (O)


1 Chief Mechanical Engineer , 0542-2270358
Diesel Locomotive Workshops,
Varanasi ( UP)-221004
2 Chief Mechanical Engineer , 0175-2306680
Diesel Component Workshops,
Patiala (Punjab)-147001

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:

Sl No Address Telephone (O)


1. Chief Mechanical Engineer, Northern Railway, 011-23387114
N. Rly Hd Qrs Office, Baroda House,
New Delhi-110001.
2. Chief Mechanical Engineer /North Central 011-2560148
Railway, N.C. Railway HQs Office, Allahabad,
U.P.
3. Chief Rolling Stock Engineer/Freight, 011-23383899
N. Rly Hd Qrs Office, Baroda House,
New Delhi-110001.
4. Chief Motive Power Engineer / Diesel, 011-23387207
N. Rly Hd Qrs Office, Baroda House,
New Delhi-110001.
5. Chief Rolling Stock Engineer/Freight, 022-22016339,
Westren Rly Hd Qrs Office, Churchgate, 022-22016339
Mumbai – 400 020.
6. Chief Rolling Stock Engineer (Freight)/ North 0532-2230221,
Central Railway 0532-2560006
N.C. Railway HQs Office, Allahabad, U.P.
7. Dy. Chief Mechanical Engineer/ Freight, 011-23385202
Northern Railway,
N. Rly Hd Qrs Office, Baroda House,
New Delhi-110001.

5. Diesel LOCO Sheds:

Sl No Address Telephone (O)


1 Sr DME(Diesel), N.Rly, 011-26362552
Diesel Shed, Tuglakabad (TKD), CONSIGNEE- LMS
New Delhi-110044
2 Sr DME Diesel), N.Rly, Diesel Shed, 0161-2442365
Ludhiana (LDH), (Punjab) CONSIGNEE- LMS
3 Sr DME (Diesel), N.Rly, Diesel Shed, 0522-2451067
Alambagh, Lucknow (UP) CONSIGNEE- LMS
4 Sr DME / Diesel, 07622-255479
Diesel Loco Shed, WC Railway,
New Katni, Katni (MP)
5 Sr DME / Diesel, 033-26605243
Diesel Loco Shed, Eastern Railway,
Howrah, Kolkata (WB)
6 Sr DME / Diesel, 0424-2275319
Diesel Loco Shed, Southern Railway,
ERODE, (TN)

Centre for Railway Information Systems 3/64 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

6. Depots:

Sl No Address Telephone (O)

1 Divisional Mechanical Engineer, 011-26367547


Wagon Care Centre Tuglakabad (TKD), New CONSIGNEE- FMM
Delhi-110044
2 SSE/Carriage & Wagon, (Railway Office) 0120-2930697
Container Corporation of India, Near Dadri 0120-2352866
Railway Station Gautam Budhha Nagar, UP, CONSIGNEE- FMM

3 SSE/Carriage & Wagon, Northern Railway, 53874 (Rly. Phone)


C&W Depot, ICD/DDL, Ludhiana, Punjab. CONSIGNEE- FMM

7. Divisional Headquarters:

Sl No Address Telephone (O)


1 Sr DME , N. Railway, DRM Office, 01632-244501
Ferozepur (Punjab)

2 Sr DME (P) , N. Railway, DRM Office, 011-23742890


State Entry Road, New Delhi-110001.

3 Sr DME, N. Railway, DRM Office, Hazratganj, 522-2451825


Lucknow-226005 (UP).

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

3.6 PROJECT MILE STONES FOR FMM-SCOPE A

“D” is the date of placement of order.


All mile stones are indicated as Months from “D”

S.N. Mile stone description Mile stone Mile Stone


completion Number
date

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

15. Warranty and Maintenance ends D+30 FS15

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

3.7 PROJECT MILE STONES FOR LMS-SCOPE B

“D” is the date of placement of order.


All mile stones are indicated as Months from “D”

S.N. Mile stone description Mile stone Mile Stone


completion Number
date

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

S.N. Mile stone description Mile stone Mile Stone


completion Number
date

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

3.8 SYSTEM SOFTWARE: TECHNICAL REQUIREMENTS

INDEX

S.NO. ITEM PAGE NO.

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

3.8.1 DATABASE SERVER for:

1. PRODUCTION

S. No. Item Description

1. Database servers (To work Oracle 11g Enterprise Edition


in cluster mode.) Or IBM DB2 9.5 Enterprise Edition
(Latest version with 64 bit
support)
2. Basis of licensing CPU based

3. Operating system - UNIX( Any OEM Version)


- Linux
4. Database Size - Unlimited

5. Maximum no. of CPUs No limitation


supported
6. Database Clustering Required

2. DEV/TESTING/OFFLINE

Sr. No. Item Description

1. Database Oracle database 11g Standard Edition/


(Latest version with 64 bit support) DB2 9.5 Database Enterprise Workgroup
Edition. Or better

Production and development environment


should be compatible for testing/release
purposes.
2. Basis of licensing CALs based

3. Maximum no. of CPUs supported At least 4


4. Operating System - UNIX( Any OEM Version)
- Linux

Centre for Railway Information Systems 3/71 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

3.8.2. APPLICATION SERVER for:

1. PRODUCTION

Sr. Item Description


No.
1. Acceptable products -IBM Websphere Network Deployment V 7
(Minimum Edition/ version - Oracle WebLogic Server® 10.3
requirement) - SAP NetWeaver 7.0 WAS
- JBoss AS 5.0.1

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

3. Operating System - Linux/UNIX (Any OEM Version)

2 DEVELOPMENT/TESTING/OFFLINE

Sr. No. Item Description

1. Acceptable products -IBM Websphere Network Deployment V 7


(Minimum Edition/ - Oracle WebLogic Server® 10.3
version requirement) - SAP NetWeaver 7.0 WAS
- JBoss AS 5.0.1

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 CALs based

3. Operating System - Linux/UNIX (Any OEM Version)

Centre for Railway Information Systems 3/72 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

3. Technical Requirements for Application Server


The Application server software to be on open-standards based platform. It is essential that it is
highly secure, scalable and reliable and guarantee timely response to the users. Current release
of Web Application Server should be certified for J2EE 1.5 or latest version, supporting latest
industry standards for communication, security, web services and XML. It should be in
production version while adhering to the following specifications.
1 J2EE 1.5 compatibility and certification in production version: It must conform to:
1. Enterprise Java Beans (EJB) Version 3.0 or latest specification.
2. JDBC 4.0/latest specifications. Also, additional support for database connection
pooling and multi pooling to be provided.
3. Java Servlet Version 2.5 or latest specifications including support for Servlet
Version 2.2 .
4. Java Server Pages (JSP) Version 2.1 or latest specifications including support for
JSP Version 1.1.
5. Java Messaging Service (JMS) Version 1.1 or latest specifications.
6. Java Naming and Directory Interface (JNDI) Version 1.2 or latest specifications.
7. Remote Method Invocation (RMI)/IIOP Version 1.0 or latest specifications.
8. Java Transaction API (JTA/JTS) Version 1.2 or latest specifications.
9. Java Connector Architecture (JCA) Version 1.5. or latest specifications.
10. Java Management Extension (JMX Version 1.4) or latest specifications.
11. Java Mail Service Version 1.4 or latest specifications.
12. Java Authentication and Administration Service (JAAS) Version 1.0 or latest
specifications.
2. It should support following standards for communication and security:
1. Secure Socket Layer (SSL) Version 3.0 or latest specifications.
2. Digital certificate x.509.
3. Hypertext Text Transfer Protocol Version 1.0 and 1.1.
4. Simple Network Management Protocol Version 2.0
5. Support for 128 bit and 56-bit encryption.
6. Open Security Service Provider framework to allow integration with
existing security solutions:
7. Policy-based security to provide an easy-to-administer solution to centrally
manages security based on definable user attributes, business rules and security
policies
8. Mechanism to prevent Denial of Service attacks.
9. Ability to manage users, groups, roles, and policies for all the resources within
the Web App Server.
10. Real-time auditing features to allow system administrators to review all
resource transactions, including both failed and passed as well as
administrative actions.
11. Role-based security to define policies based on organizational structure and
roles so that any access policy can be applied to a whole group of users through
their association with a particular role participating in the rule.

Centre for Railway Information Systems 3/73 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

3 It should support standards for Web Services and XML:


1. Extensible Markup Language(XML) Version 1.0
2. Simple Object Access Protocol (SOAP) Version 1.1 and 1.2.
3. Web Services Definition Language (WSDL) Version 1.1.
4. Universal Description, Discovery and Integration (UDDI) Version 1.0.
5. DOM Version 2.0
6. SAX Version 2.0
4 It should provide other standard functionalities:
1. Web Server functionality and plug-ins for other standard Web Server like
Netscape, IIS, and Apache.
2. Support for Windows COM clients like (Visual Basic) to access JAVA objects
residing in the application server.
3. Interoperability with .NET & J2EE
4. Facilities to setup and manage user and group accounts and associated access
rights etc.
5. Should support Operating Systems Platforms: Windows, AIX, LINUX, SUN
SOLARIS,HP-UX etc.
6. Support for SOAP client.
7. Support for WML client.
8. Support for Distributed Transactions including 2PC protocol.
9. Browser based Remote monitoring of Resources.
10. Object pooling and JSP caching for high performance.
11. SNMP interface for CA Unicenter, Open-View and Tivoli.

5 It should provide these functionalities for fail-over and load balancing:


1. Many options and algorithms for load balancing amongst servers.
2. Should have built in support for maintaining the client state between successive
client calls.
3. Should have built in support for replication of Http Session object.
4. Should have built in support for replication of EJB state.
5. Should provide facility for Stateful EJB fail-over.
6. Should provide capability of clustering of Application Servers both vertical as well
as horizontal.
7. Should provide capability of clustering Application Servers running on different
operating systems as platform. Essentially allow for Mixed Clusters.
8. Should have built in capability to cluster Java Message Server destinations and
connection factories for Messaging System Fail-over.
9. Should have reference for having demonstrated these technologies in actual
production environment.

Centre for Railway Information Systems 3/74 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

10. Should have support for hardware load balancers.

6. It should provide these functionalities for interoperability with other systems:


1. Should provide facility to plug-in standard web servers.
2. Should provide facility to plug-in standard security systems for managing the
resources.
3. Should provide facility to plug-in standard LDAP server.
4. Should provide facility to plug-in standard Messaging Systems

7. Native support for Messaging Infrastructure.


8. Support for RFID infrastructure .

Centre for Railway Information Systems 3/75 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

3.8.3 PORTAL SERVER FOR:

1. PRODUCTION/DEVELOPMENT/TESTING

Sr. Item Description


No.
1. Portal servers Acceptable products - IBM WebSphere Portal Enable
(Minimum Edition/ version 6.1
requirement) - Oracle WebLogic Portal 10.3
- SAP NetWeaver 7.0 E P
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 3.8.3.2.
2. Licensing CPU Based for production environment
CAL based for Development/ training/
offline environment

2 TECHNICAL REQUIREMENTS FOR PORTAL SERVER

S. No. Item Description


A Major features
1. Supported Web browsers(min) Internet Explorer6.0 , Netscape
Communicator v 8.0, Firefox v 1.5,
Mozilla v2.0.0.14 (or latest versions)
2. Supported Application - IBM WebSphere Application Server V
Severs(minimum) 7
- IBM WebSphere Application Server
Network Deployment V 7
- IBM WebSphere Process Server V7
- Oracle Weblogic Application server
- JBoss AS 5.0.1
- SAP Netweaver v 7.0 WAS
OR any other acceptable product
supplied as a part of the solution.
3. Supported Databases in cluster mode - IBM DB2 9.5
- Oracle 11g
- MySQL 5.1
And also open source databases

Centre for Railway Information Systems 3/76 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

4. Supported Web Servers - Apache Server V2.0.49,


V2.0.52 and Later
- Sun Java™ System Web
Server V6.0 SP9, 6.1 service
pack 3 or latest
5. Information System Support - ERP /EAM supplied as a part
of solution
6. Supported Content Publishing - IBM Workplace Web Content
Software Management V6.0.1
- Oracle CM
- or any other suitable product
supplied with ERP/EAM
7. Support to provide run time services Major application server support to
provide run time services for the portal.
B Other Features
1. J2EE standards compliant.
2. Messaging and collaboration applications support.
3. Support for mobile devices by generating portal pages in three markup
languages: HTML for desktops, WML for WAP devices, and cHTML for mobile
devices in the NTT DoCoMo iMode network
4. Presentation services to create the user interface for portal with a graphic
appearance.
5. Ability to configure portal to present content on following device types Laptops,
PDA/i-mate and mobile phones.
6. Web Content Management with development tool
7. Web 2.0 features
8. Load balancing
9. Unicode compliant with support for Indian languages
10. Web services and internet standards support like J2EE,Java,
LDAP,WSDL,WSRP, SOAP,XML
11. Localization for India
12. Support for data encryption for secure working
13. Single sign on feature
14. Permit collaborative working across multiple OS platforms, ability to access all
collaborative services
15. Powerful search for portal search on both data and text of any format.
16. BPM support based on BPEL standards
17. Complete interoperable for third party component integration.

Centre for Railway Information Systems 3/77 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

3.8.4 BUSINESS INTELLIGENCE (BI) SERVER FOR:

1. PRODUCTION/DEVELOPMENT/TESTING

S. No. Item Description

1. BI Product with - SAP NetWeaver 7.0 BI/ Oracle BI Enterprise Edition


Edition 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 4(b).
2. Licensing CALs based
3. Operating system - Linux, Unix(Any OEM version)
4. Middleware support SAP Netweaver, IBM Websphere, Oracle Weblogic or to match with
any suitable middleware used in the solution.

2. TECHNICAL REQUIREMENTS FOR BI SERVER

S. No. Item Description


1 Database Oracle, DB2, Sybase, MySQL, MaxDB, Open Source
databases
2 BI Tools - OLAP
- AD Hoc Query
- Spreadsheets
- Dashboards & Scorecards
- Interactive Reports
- Production Reports
- Offline analysis,
- Trend Analysis
- Online reports
3 General Features - Portal & Collaboration.
- Enhancements & Compliments.
- Warehouse builder
- Rich Graphic reporting features
4 Integration Issues and - Compatibility with ERP/EAM offered/ J2EE frame
approaches work
- Ability to pull or push data and import /export to
Excel
- Effective conflict resolution
- Common Metadata
- Consistent User Interface
- Seamless Navigation
- OS independent

Centre for Railway Information Systems 3/78 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

3.8.5. DOCUMENT MANAGEMENT SYSTEM

1. PRODUCTION/DEVELOPMENT/TESTING

S. No. Item Description

1. Licensing CALs based


2. Operating system - Linux , Unix (Any OEM version)
3. Database - DB2, Oracle or any open source database
4. Application Server - IBM Websphere, Oracle Weblogic, SAP Netweaver
WAS or any other acceptable product included in
the solution.
5. Technical requirements As per list given in 3.8.5.2

2. TECHNICAL REQUIREMENTS FOR DOCUMENT MANAGEMENT SYSTEM

S. No. Item Description

1. Portability Java based J2EE architecture, platform independent


and robust system with Linux support. Portable,
Compatible with all platforms and systems. Should
be compliant with J2EE.

2. Compatibility: Full support to third party application servers like


Oracle Weblogic and IBM’s Websphere and
databases like Oracle, DB2 Universal application,
Compatibility with all major application servers and
databases.

3. Compliance: WebDAV, ODMA etc.

4. Integration To integrate with the offered ERP/EAM solution and


Portal.

5. Inbuilt Workflow: Inbuilt workflow for small applications No need for a


separate workflow solution for small applications to
meet the purpose of the project.

6. Unicode Support Multiple language support through Unicode


localization kit. Globally acceptable solution.

7. Imaging Libraries: Extensive support for in-built Imaging Libraries. Full


support for ICR, OCR, OMR, MICR etc. Wide range
of work applications like text extraction, ICR, OCR,
OMR etc. should be possible.

Centre for Railway Information Systems 3/79 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. No. Item Description

9. Scanning tool There should be a scanning tool to directly scan


documents into the repositories with option of
capturing meta data.

10. Scalability Fully scalable to match the solution scalability

11. E- library facility Documents and drawings repository with Version


control and intelligent search.
Easy method of downloading and up loading
document in parts.
Low bandwidth requirements.
It is desirable to have a possibility to maintain local
drawings library at major units which should
synchronize with the main repository at predefined
intervals to reduce the time in accessing drawings for
local purpose.

3.8.6. ANTIVIRUS SERVER

S. No. Item Description

1. Antivirus with Edition - CA E-Trust ( Existing ware in use at CRIS)


To be extended to shed through a local server for
daily updation from CRIS installation.

2. License CALs based

3. Client Operating system Windows XP, Linux, Windows Vista, windows CE or


any other OS supplied in the solution.

Centre for Railway Information Systems 3/80 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

3.8.7. ONLINE BACKUP MANAGEMENT SERVER

Sr.
Item Description
No.

1. Online Backup Server - IBM Tivoli Storage Manager Ver. 6.1


- HP Data Protector Ver. 6.1
- EMC NetWorker Ver. 7.5
- Symantec NetBackup Ver. 6.5

2. Operating System Support - Unix(Any OEM Version)


- Linux
- Windows

3. Technical requirements As per list given in 3.8.7.1

3.8.7.1 TECHNICAL REQUIREMENTS FOR ONLINE BACKUP MANAGEMENT SERVER

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

3.9 FMM APPLICATION: USER REQUIREMENTS AND BUSINESS PROCESSES

Centre for Railway Information Systems 3/83 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

INDEX

S. No. Item Page No.


3.9.1 Depot Application Requirements 3/85-3/121
1. Yard Maintenance Module 3/86-3/99
2. Sickline/ROH Preventive Maintenance 3/100-3/110
3. Material Control 3/111-3/117
4. Depot Performance Monitoring 3/118-3/120
5. BPC Management Module 3/121
3.9.2 Depot Application Reports 3/122-3/125
3.9.3 Central Application Requirements 3/126-3/144
1 Sr DME’s Module 3/127
2 Divisional Module – CCR 3/128-3/133
3 Railway Board Module 3/134-3/140
4 HQ CCR & CRSE’s module 3/141-3/142
5 RDSO Module 3/143-3/144

3.9.4 Central Application Reports 3/145-3/147


3.9.5 Depot HR Module 3/148-3/157
3.9.6 Depot HR Reports 3/158-3/159
3.9.7 Documents & Library Module 3/160-3/162
3.9.8 Documents & Library Module Reports 3/163-3/164
3.9.9 IT Automation Devices 3/165-3/169
3.9.10 Glossary 3/170-3/177

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

Depot Application Requirements

Centre for Railway Information Systems 3/85 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

1 Yard Maintenance Module:

S. NO. Function List Brief Description Workflow Information Data to be Responsible


required on transacted to Person
Screen to carry carry out the
out the functions
functions
1. CC Rake
Examination
Schedule
planning
1.1 The examination schedules Wagons received from CC Rake’s no Wagon no CCR/Division
for CC rakes are carried out production units/ trade (New and Wagons Updation i.e. CYM
Kilometerage / according to maintenance arrival), are allotted to details therein. detachment, SSE/C&W
Days based schedule planning either on respective zonal railways and Date and time attachment etc
Kilometerage or no of Days entered accordingly. of offering of
(periodicity) basis, which BLC wagons received from CC Rake for Type of
ever is earlier. production units/ trade (New schedule. schedules set
arrival), are allotted to Estimated time selection
Types of CC rake (BLC respective base depots for of completion.
wagons) wise schedule sets maintenance purposes and Wagon wise Repairs attended
are defined. entered accordingly, history,
irrespective of the ownership. irregularities on Next schedule
Example: line, if any, work due date
The yard C&W section
7500km/30 days, left out during
incharge receives the
6000km/30 days, last schedule, if
periodicity of preventive
4500km/Round-trip. any, details of
maintenance schedule in line
last schedule
with policy directives.
Ist ROH after 24 months. carried out,
Subsequent ROH after 18 The yard C&W section PRO particulars
months. incharge receives the advice etc.
Ist POH after 72 months. from Divisional Control
Subsequent POH after 54 through CYM for undertaking

Centre for Railway Information Systems 3/86 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO. Function List Brief Description Workflow Information Data to be Responsible


required on transacted to Person
Screen to carry carry out the
out the functions
functions
months. prescribed preventive
maintenance schedule.

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

S. NO. Function List Brief Description Workflow Information Data to be Responsible


required on transacted to Person
Screen to carry carry out the
out the functions
functions
2. Rake arrival For advance planning of Arrival forecast of rake Rake no., Train Updation of CCR(Division)
forecast at maintenance and better becomes available to no., Train Rake/ stock CYM(Yard)
yard:- utilization of resources, CYM/Yard through information name, Wagon Information. SSE/ C&W
forecast along with load provided by FOIS details,
End-to-end status/details is required by based on Train no., Station expected and
Rake maintenance organisation. name and abnormality actual Time of
recorded by CCR. This arrival in yard,
information will be provided and placement
CCR gives forecast (Rake through integration with FOIS. therein.
no.) of CC/Other Rake to be
sent to yard based on his Integration with FOIS Rake load
arrival forecast on last required. status:
visited station or last loaded/empty
examination yard.
FMM provides this real time
advance forecast of
expected time of arrival of
rake in the yard. In addition,
if the rake/ wagon have
suffered some problem on
run, the advance information
would facilitate advance
planning of maintenance
with requisite resources well
in time to provide
appropriate attention to the
rake/ train.
Integration with FOIS
required.

Centre for Railway Information Systems 3/88 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO. Function List Brief Description Workflow Information Data to be Responsible


required on transacted to Person
Screen to carry carry out the
out the functions
functions
3. Rake Rolling- All terminating rakes Information from CYM about Rake number., Abnormalities SSE /JE C&W
in examination entering the yard are rake arrival is provided to Rake Status, found in the
subjected to Rolling-in C&W/Depot with appropriate (includes Rolling in
examination irrespective of alert system. C&W will assign expected time examination in
whether any advice is given the job to the nominated gang of arrival, actual the rake wagon-
or otherwise. As the rake is and advise for undertaking departure from wise are
under arrival or even Rolling-in examination. Any last station etc) recorded.
passing through in the yard, abnormalities observed are
it is examined for any
noted by the gang on the
strange sound, hanging
hand held PDAs and marked
parts, flat tyre and signs of
hot boxes etc under rolling in in DDR register with the C&W
when the rake is in motion. office.

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

S. NO. Function List Brief Description Workflow Information Data to be Responsible


required on transacted to Person
Screen to carry carry out the
out the functions
functions
5. Offering Memo Based on the information After the arrival of Rake in Maintenance Type of CYM
Generation given by operating yard, the guard with the rake history of rake, Examination SSE/ C&W
department, CYM prepares provides BPC (Brake Power Rake carried out on the
an Offering memo, (currently Certificate) to CYM. Based On information and rake and repairs
known as C&W-61) to the the status of BPC, CYM history. undertaken, Time
TXR. prepares an Offering memo to Different Rake stamp.
the TXR in three copies which arrival and
The repairs/ examination are contains the type of incoming order.
normally undertaken on the examination to be carried out
First-come First-serve on the rake. i.e. Intensive
(FIFO) basis in case more Care, Safe to run or Premium
than one rake is under examination etc.
maintenance. Nominated
authority may authorize First-come First-serve (FIFO)
allocation of priority in which order must be followed in
case FIFO may not be case more than one rake is
adhered to. under maintenance or revised
priority allocation is
authorized by the Nominated
authority.

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

S. NO. Function List Brief Description Workflow Information Data to be Responsible


required on transacted to Person
Screen to carry carry out the
out the functions
functions
available in SSE/C&W maintains TXR of time. left out or any Repairs left out,
yard Diary that contains work The recorders along with gang abnormality to be attended
allocation for shift, material will record the Damages that observed during during next
issue and material handover need repairs in PDAs instead run. schedule etc.
for shift. of currently operational DDRs Job details of
Daily Work Diary is updated (Daily Damage Register). the current
of all booking details done Appropriate records are kept. examination
daily, being
Daily damage register is also
undertaken.
updated for every wagon
and irregularities observed.

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

S. NO. Function List Brief Description Workflow Information Data to be Responsible


required on transacted to Person
Screen to carry carry out the
out the functions
functions
Examination): General Appropriate records are kept.
examination of hanging parts
etc. There is no provision of
BPC, OPRS and Offering
memo.)
(B) Other wagons:-
Intensive Examination:
(Validity of OPRS for 15
days or 6000 Kms,
whichever is earlier)
STR (Safe to Run
Examination): General
examination of hanging parts
etc. There is no provision of
BPC, OPRS and Offering
memo.)
The following are the types
of rakes subjected to
examinations:
End to end rakes: (Invalid
BPC (Train run on GDR
(Guard, Driver report))

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

S. NO. Function List Brief Description Workflow Information Data to be Responsible


required on transacted to Person
Screen to carry carry out the
out the functions
functions
unloading possible)
Gang involved in
examination is divided on
each side. Wagon billing
person marks the repair by
chalk on the wagon and he
also shouts.
After Intensive examination,
they fill the Intensive
Examination register for
PRO particular, Major Items
changed, sick marking etc.
They also prepare the
Repair Register that
contains the detailed
information about attended
repairs and material
consumed (rake wise), work
dairy (job traceability) for
each rake.
Daily Work Diary is updated
of all booking details done
daily,
Daily damage register is also
updated for every wagon
and irregularities observed.
8. Enroute Wagon(s) requiring On line irregularity is Rake no., Train Data capture of CCR/Division

Centre for Railway Information Systems 3/93 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO. Function List Brief Description Workflow Information Data to be Responsible


required on transacted to Person
Screen to carry carry out the
out the functions
functions
attention to immediate attention on line conveyed through FOIS and no., Train repairs attended SSE/ C&W,
Wagon(s) due to accidents, divisional Control to C&W name, Wagon Enroute and C&W depot
derailments, train parting, depot for attention Enroute. details, BPC responsibility concerned
part failure etc. is attended Appropriate alert is generated details, section, assigned in terms officials,
on site by the concerned for concerned staff. C&W location, last of joint note or concerned
C&W depot staff. depot staff is detailed to attended otherwise officials of
attend the same. Repairs details, stock other
attended are provided to the availability of departments
system on return. concerned
component etc.
Responsibility
individual,
supervisor,
department etc
9. Material The C&W Section in yard The material for wagon/rake Sub store and Material SSE/C&W.
consumption has a sub store with some maintenance is taken from main store consumption with
for material pool. sub store. stock positions each rake/wagon. Material
Examination. The off line PDA will capture against selected Incharge.
C&W Staff records the the material consumption on material Material
wagon no and repairs particular rake/wagon requirements. Requisition
attended with the material attended. particulars.
consumption on rake/wagon. On synchronizing the PDA, Rake/Wagon-
Staff attends to the repairs the requisition is generated wise repair
according to chalk marking automatically to main store. type.
with available/ being carried Because of the requisition, the
tools/ materials. If additional material is replenished in the
material is required the sub store.
same is withdrawn from sub- Appropriate records are kept.

Centre for Railway Information Systems 3/94 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO. Function List Brief Description Workflow Information Data to be Responsible


required on transacted to Person
Screen to carry carry out the
out the functions
functions
store.
Sub store withdrawal of
material is based on
periodicity and is also need
based.
Daily Work Diary is updated
of all booking details done
daily,
Daily damage register is also
updated for every wagon
and irregularities observed.

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

S. NO. Function List Brief Description Workflow Information Data to be Responsible


required on transacted to Person
Screen to carry carry out the
out the functions
functions
marked as DVS. The POH marked wagons are is advised
formed into rake and advised through
SSE/C&W marked DVS for
for despatch to work shop. appropriate alerts
overdue POH/ ROH are
For all detachment CYM is to the designated
dispatched to nominated
informed. TXR prepares the and nominated
work shop or ROH Depot.
UNFIT/FIT Memo for such authority
TXR prepares the
wagons in two copies for including
UNFIT/FIT Memo for such
advice to CYM. workshop where
wagons.
The Unfit Memo covers the last POH .was
In case overdue POH/ ROH wagon no and attended.
stock does not fall within the maintenance/repair to be
purview of the depot done on the wagon e.g.
concerned, then the NPOH, POH, and ROH.
overdue POH/ ROH stock is
marked “Unfit for loading”
and “booked for nearest
POH/ ROH Shop/ Depot”.
12. NPOH During wagon examination The depot initiates proposal to NPOH wagon Unfit memo is SSE/C&W
Booking. at yard, if any repair is found division which after scrutiny details including prepared with the CYM
that can be undertaken only recommends to HQ for history. NPOH marked CCR/Div.
at the workshop, such approval of NPOH. Reasons for wagon details to Division
damages are termed NPOH. Depot Æ Division Æ HQ NPOH Marking. be forwarded to HQ
Nominated NPOH marked That takes the decision for division. Workshop
by the depot are informed to NPOH (Nominates the
CCR/Div and offered to workshop).
operating department for
This wagon requires attention
onward movement to
at Workshop and that wagon
workshop. TXR prepares the

Centre for Railway Information Systems 3/96 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO. Function List Brief Description Workflow Information Data to be Responsible


required on transacted to Person
Screen to carry carry out the
out the functions
functions
UNFIT/FIT Memo for such is booked for NPOH.
wagons.
TXR prepares the UNFIT/FIT
These also include
Memo for such wagons in two
ineffective or accidental
copies for advice to CYM.
damaged wagons.
The Unfit Memo covers the
wagon no and maintenance/
repair to be done on the
wagon e.g. NPOH, POH, and
ROH.

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

S. NO. Function List Brief Description Workflow Information Data to be Responsible


required on transacted to Person
Screen to carry carry out the
out the functions
functions
14. UNFIT/FIT Post examination, the CYM arranges the placement Sickline layout Placement SSE/C&W
Memo to SSE/C&W will give the of the wagons according to diagram. details. SSE/Sickline
CYM. UNFIT/FIT Memo to CYM. UNFIT/ FIT memo and system Wagon details, CYM
obtains appropriate alerts Wagon no(s) including wagon
from FOIS/ RMS. All placed in history, reasons
concerned are suitably respective line for sick marking
alerted. for repairs. and likely repairs
to be attended.
15. Missing In some cases, the wagon at After the C&W-61 is offered to Wagon details Materials details Depot
Wagon’s parts the yard may be met with C&W/SSE, if he finds some with attached to be fitted. Officials,
Compliance theft in which wagon parts missing wagon parts more materials. SSE/C&W
are taken away by some then prescribed level, memo Parts missing Reasons for Security/RPF
unknown, and then that is generated and sends to details on last material fitment.
wagon is unable for its safe security/RPF for further examinations.
running. enquiry/actions. Unusual material
consumption is
During examination, required Material is also indented for updated wagon
material is fitted thereon and the particular wagon for wise.
made fit for running and fitment.
memo is sent to RPF for
Joint report prepared finally in
required action.
consultation with
RPF/Security and depot
officials.

Centre for Railway Information Systems 3/98 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO. Function List Brief Description Workflow Information Data to be Responsible


required on transacted to Person
Screen to carry carry out the
out the functions
functions
16. Wagon re- Reoffering for Examination CYM finds the Yard placement Memo generation CCR/Division,
offering for cases:- rake/wagon/consists with timing details of for Intensive CYM/Yard
examination invalid parameters for its safe rake/wagon/con examination of SSE/C&W
(1)Wagon after fitment from
running. sists. rake.
sickline by depot is reoffered
for examination at Yard.
CYM issues C&W-61 to Wagon/consists
(2) On attending rake SSE/C&W for its intensive details attached
examination, if the same is examination. within the rake.
stabled in yard for more than
24 hours. Alert to be generated for
(3)After issuing BPC at yard CCR/division, CYM,
if more than 10 units are SSE/C&W.
detached or attached to/from
the rake.
(4)BPC of other wagons
(other than Air brakes) is
automatically expired if
wagon does not reach at
destination within 4 days
from the issue of BPC.
(5)If destination is not logged
on BPC, the running rake is
advised for its intensive
examination.

Centre for Railway Information Systems 3/99 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

2. Sickline/ROH Preventive Maintenance Module:

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on transacted to Person
Screen to carry carry out the
out the functions
functions
1. Wagon history The wagons attached within Depot staff must be available Past POH/ Current repairs SSE/ROH,
a rake are to be maintained with the wagon history details ROH/DVS attended on the NTXR
for its preventive to analyze the failure repair details, wagons with
maintenance (ROH) occurred, if any, in the past. wagons details timestamp, staff
regularly and to be brought This wagon history is required attended, major
to the wagon depot. The for attending any unattended assemblies fitted
under repair wagon must be scheduled task left in its last for tracking etc.
available with its wagon repair, due to some reason.
history viz., last ROH/POH
details, DVS attention, Integration with WISE
attached database

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

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on transacted to Person
Screen to carry carry out the
out the functions
functions
wagons/rake, scheduling
planning

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

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on transacted to Person
Screen to carry carry out the
out the functions
functions
To check the parameters NTXR also updates his depots. check
and condition of record.
Last repairs
consist/wagon items.
done & date
Repeated
repairs
Items left
unattended in
last schedule.
Last wheels
sizes

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

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on transacted to Person
Screen to carry carry out the
out the functions
functions
one. at by one touch. For custom Complete list of
material indent, a material present/absent
Testing/Examination/Investig indent wizard will provide a employees with
ation requests will also be user friendly system. name, token no
generated from job Similarly, tools needed will be and designation
allocation screen. This displayed for each job card
and selection made by touch. Material & tool
testing may be done in-
A staff from concerned required for
house or may be in
supervisor’s area can go to respective
assistance with other
shift store, tool room or main schedules or
sources
tool room to collect items job card jobs
based on area wise logic. with
Testing/Examination/Investiga Availability
tion request sent to lab and status
sample sent to lab.
Tool /material
indent wizard
for custom
generation of
indent.

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

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on transacted to Person
Screen to carry carry out the
out the functions
functions
dismantled sub-assembly/ Fitted Wagon and
assembly. Date of removal date.
Actual defect
Critical dimensions are noted.
noticed Overhauled by
Old and worn out components Last O/H & and date
may have to be replaced by fitted during.
new components during Present
assembling. Dimensions and Date of dimension and
compatibility details of the commission and parameters.
same are ensured including fitment.
traceability.
Parameters are transferred Assembly
from notepad to the system failure history
through data entry or by use
of E-pen
Repaired assembly is tested
(like Ultrasonic Test etc) and
kept ready for issue to a
Wagon.
Assemblies available in the
section remain tagged. Tag is
taken off only after assembly
is fitted to a Wagon and
transferred from tag to Wagon
on the system.

Centre for Railway Information Systems 3/104 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on transacted to Person
Screen to carry carry out the
out the functions
functions
7. Assemblies/ The The components history must Material details Warranty alert All SSEs,
Components Assemblies/Components be taken into account by the – link with along with the Depot
history attached with a wagon/rake SSEs of the depot sections for MMIS, vendor details, administration,
are to be maintained for the the failure analysis. Material
wagon to be running on POH history- Critical material Depot.
tracks trouble free. The Materials’ planning is possible integration with status and follow-
under repaired wagon must with the component history. WISE, up
be available with the The attached components
component history before must be traceable using the Material TSO
the wagon is to be attended attached RFID tags. specifications -
for any repair. RDSO manuals
Any assembly/Component if Warranty claims/follow-up will
fails regularly must be taken be feasible with the vendors
its past details for failure details/data taken from MMIS
analysis Trial monitoring data collected
at yards during examination of
components will be observed
by depot officials

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

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on transacted to Person
Screen to carry carry out the
out the functions
functions
level for stocking must be stock is updated
consistently observed.

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

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on transacted to Person
Screen to carry carry out the
out the functions
functions
covered wagons, e.g. BCN proofing attention of the listings, the dimensions.
wagon, meant esp. for covered wagons. Patches
carrying perishable items, availability in
Pre-check list is available with
must be attended for the depot stock
MCM
wagon’s body water-
proofing. Hole(defects) are identified
and marked/recorded by gang
Panel patching is done on the
identified sections with sealing
and painting
JE/MCM and NTXR do the
inspection after repair

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

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on transacted to Person
Screen to carry carry out the
out the functions
functions
UNFIT then it may be locally UNFIT/FIT status.
passed by depot concerns or System Alert is also
may be offered for DVP generated to Depot Officials
(Damage Vehicle waiting for about any wagon kept
Parts) on 3rd day. unattended at depot with time
span exceeded.
Locally passing wagon details
to NTXR.

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.

CYM must also be updated


about the outstanding
wagon/consist at depot.

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

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on transacted to Person
Screen to carry carry out the
out the functions
functions
authority and send to
For all detachment CYM
Division for NPOH with
issued the shunting order
workshop nomination.
The NPOH wagons are
formed as a rake by CYM.
15. Failure Analysis Whenever a wagon failure is CCR is informed about the Last POH Failure analysis CCR/Division
noticed the CCR/Div. of that wagon failure occurred under Dates/Details, report is
Division issues appropriate his Division, he issues an Last ROH submitted to the Sr. DME
order for the nearest depot order to nearest wagon Depot History, BPC concerned
to undertake the to perform an examination certificate, CCR/Division
examination of the failure regarding the extent and OPRS Details,
cause and submit the report. causes of failure. Kilometerage of
Wagon, etc.
Appropriate record keeping The online report should
is done for failure analysis. contain details of all past Staff last
ROH, POH and other worked on.
activities attended on that
wagon along with failure
details.
16. Wagon Modification is attended on a Modification order is received Modification Id Wagon Concerned
Modification wagon based on RDSO/HQ from RDSO/HQ with all and technical modification is section in-
History modification information. required specification/ information. updated. charge
Its performance is recorded information including technical
documents. Modification Wagon status in
in subsequent visit at performance case of
depots. Modification is attended on related data subsequent visits
Wagon as per the captured at
specifications. Yards. to depot is
updated.
Its progress is recorded in

Centre for Railway Information Systems 3/109 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on transacted to Person
Screen to carry carry out the
out the functions
functions
terms of advantages/
disadvantages.

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

3. Material Control Module:

S. NO. Function List Brief Description Workflow Information Data to be Responsible


required on transacted to carry Person
Screen to carry out the functions
out the
functions
1. Preparation of Each wagon depot has a For Stock items, average PL number, Workload AMM/Wagon
Material fixed quota or imprest with consumption pattern is Description, size/pattern Depot Store
requirement each of its associated provided by the Stores depot Existing changes, Incharge,
or General Material Stores by way of BRs (Balance imprest,
Imprest of Depot or attached store Returns) which incorporate Quantity required
material. depot. The material through last three years consumption Workload, size per unit wagon
imprest is issued quarterly or pattern in addition to other for the relevant (depending upon
Indents for once every three months. information and is examined type of wagon the type of wagon)
certain Stock The material store situated in by AMM. etc.
items the wagon depot draws AMM reviews the imprest
requirement material from general store based on actual consumption, Average life of
which are non- or other sources including stock out periods, technical component
imprest items procurement. changes, workload changes, based on past
for the wagon etc in consultation with wagon consumption
depot The preparation of Imprest of depot officials. pattern or the
concerned. all stock items and review standard life
periodically based on the Reviewed lists are sent back
past consumption, including to Stores Depot for further Summary of
impact of changed fleet size, action including dispatch to stock out
type etc. HQs for purchase action. periods
Wagon Depot Store In-charge
may also prepare Material
Schedule for new/ additional
stock items which have not
been covered in BR.

Centre for Railway Information Systems 3/111 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO. Function List Brief Description Workflow Information Data to be Responsible


required on transacted to carry Person
Screen to carry out the functions
out the
functions
2. Non-Stock Non stock items are not Any requirement of non stock For other than NS indent no, Supervisor
Indent stocked in stores. They are material by SSE/JE is sent to new items, Past Repairs/ section Incharge
Generation indented as and when wagon depot Store Incharge Consumption, wise Quantity,
required. for necessary endorsement Past purchase details of
The indent of these items is after preparation of non-stock details, specifications/draw SSE/ Store
prepared by the SSE/JE/In- indent. Specifications/ ings.
charge of repair activities drawings
and sent to the Stores for wagon depot Store Incharge linkages and
certification that the material will make necessary related details
being proposed for purchase endorsements in the liability are to be
is indeed non stock and that (budget funds) register and provided.
no other available material send the certified requisition
shall suit the requirements. Likely vendor
form with the following
Stores depot after scrutiny list
certificates:
endorses the non stock a) Essentiality certificate. (Indent details
indent. The material is b) Urgency Certificate. Past 3 years
purchased by purchase c) Proprietary certificate, if any consumption
organisation from the Last PO history
(for original equipment
market/vendors.
manufacturer) Supplier list
Every wagon depot store Rate as per last
has fixed budget allotment available order)
for each year for non-stock
purchases. Fund balance
Every indent made has to be under budget
debited against budget on head.
the basis of approximate
value indicated on the
indent.

Centre for Railway Information Systems 3/112 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO. Function List Brief Description Workflow Information Data to be Responsible


required on transacted to carry Person
Screen to carry out the functions
out the
functions
3. Generation of Indent is to be generated by SSE/JE will register the Stock of item in Quantity required SSE/JE.
Requisition of the section SSE/JE with material required in the repair store/SUB- by the SSE for the
material from respect to the item needed activity of the wagon along STORE and purpose of repair
Depot/Sick line for wagon attention. with wagon type on an offline Consumption activity.
to Store. PDA. On synchronization of pattern
the PDA with the system,
withdrawal will be generated
on the system using a user
friendly wizard.
Authorization by competent
authority is taken care.
Gang member will collect the
material based on the actual
requirements projected from
the store.
4. Material issued Material is issued from store Material Requisition duly Description of Authentication of SSE/Store
from Store to a gang as requested by a initiated by section SSE/JE, Item including user requisition
Depot to SSE/JE recommended and approved PL NO.
Gang/SSE. by competent authority is Status of Quantity issued
Sub store within the wagon forwarded in specified no of pending Collecting staff
depot may have certain pre- copies to stores Sectional slips, card to be read
charged inventory in respect representatives for issue of Requisition into system
of certain items in which material. details,
Previous
case the indented quantity is
consumption
issued against material Material is physically collected
pattern,
requisition. from depot. Wagon type
wise.

Centre for Railway Information Systems 3/113 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO. Function List Brief Description Workflow Information Data to be Responsible


required on transacted to carry Person
Screen to carry out the functions
out the
functions
5 Sickline/sub- Whenever any material is Sub- store maintains stock Material Issue quantity, SSE/Store
store accountal issued from Store to SSE/JE accountal /Inventory. description make, allocation
of material for sickline or sub-store, its The excess material is Threshold/Re-
accountal has to be returned to the main store order level
maintained by that particular within the wagon depot after Date of last
sub-store or SSE and undertaking necessary repairs. indent Receipt,
excess material has to be O/Bal., Issues,
returned to the main store C/ Bal.
after undertaking necessary Consumption
repairs. pattern.
Shelf life items;
their expiry,
monitoring and
disposal.
Similarly
identification,
monitoring and
disposal of non-
moving, inactive
or surplus
items.

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

S. NO. Function List Brief Description Workflow Information Data to be Responsible


required on transacted to carry Person
Screen to carry out the functions
out the
functions
Wagon Depot undertakes Quality Plan items in QPL.
inspections and submits (QPL) or Deviations, if any,
report for conformance of otherwise or therein
material or otherwise. approved
Material is sent to stocking sample. Entry Final Decision of
ward after clearance by fields for Competent
Wagon depot. respective Authority whether
items in QPL. Accepted or
Non-conforming material is Details of partially accepted
transferred to rejection inspection of or Rejected and
ward/returned to the vendor previous such respective
by the stores depot under consignments quantities therein.
due intimation to all by same and Reasons for
concerned. different rejection of the
vendors. material are to be
recorded.

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

S. NO. Function List Brief Description Workflow Information Data to be Responsible


required on transacted to carry Person
Screen to carry out the functions
out the
functions
issued against wagon depot details
material requisition.

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

S. NO. Function List Brief Description Workflow Information Data to be Responsible


required on transacted to carry Person
Screen to carry out the functions
out the
functions
contact details. details.

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

4. Depot Performance Monitoring Module

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on transacted to carry Person
Screen to carry out the functions
out the
functions
1. ROH / Repair (1)In case of CC rake:- SSE/C&W identifies the CC Month wise Next ROH return CCR/Div.
Scheduling Wagons are scheduled by Rake for ROH. Wagon ROH due month/date is Concerned
Depot for their next ROH list with details, updated, Depot
repair activities on the basis of Monthly advice from Depot to wagon details Type of repair is Officials.
previous ROH date and advice division. including its recorded
is sent to division for directing repair history, accordingly.
due wagon stock to Depot. Depot Administration directs Concerned
Efforts are made to minimize wagon(s) to Depot for owning railway,
bunching at Depot and loss of ROH/Repair attention. homing depot.
capacity.
(2)In case of other wagons:-
If during examination at Yard,
SSE/C&W identifies wagon
due for its ROH, he informs
the same to Depot admin. for
repair attention.
CCR/Division also advice the
particular Depot for
ROH/repair attention.
2. Wagon Wagon motives which have Wagon will be identified for Wagon Condemnation CCR/Division
Condemnation outlived their codal life and /or condemnation after taking HQ performance form to be filled.

Centre for Railway Information Systems 3/118 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on transacted to carry Person
Screen to carry out the functions
out the
functions
proposal are in poor condition due to approval. details, Progress of Concerned
generation damages/accident etc. are movement of Depot
required to be removed from Proposal will be generated from Wagon Details proposal Officials
holding and condemned the system giving authority for
therein. condemnation. Wagon critical
parameters
A proposal for condemnation
A preformatted check sheet will
is required to be generated in
be filled and supporting Wagon age
prescribed format.
documents / photos may be
It is approved by headquarters attached. Justification for
under overage wagon pre-mature
category but needs to be Cost of reclaimable assemblies condemnation.
approved by the ministry/Rly. will be assessed.
Board for under aged Wagons.
Movement to Ministry is by
documents which require Material wise weights and cost
finance vetting. based on scrap costs will be
assessed on the system by
Module is aimed at generating respective auctioning sources.
the proposal and following up
the same.

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

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on transacted to carry Person
Screen to carry out the functions
out the
functions
of purchase order and update through Internet.
consignment delivery details to
help follow up by Depot.

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

5. BPC MANAGEMENT MODULE:

S. NO. Function List Brief Description Workflow Information Data to be Responsible


required on transacted to Person
Screen to carry carry out the
out the functions
functions
1. Issue/Revalida BPC Issue/Revalidation is CYM completes the Rake Rake details, BPC No, SSE/C&W,
tion of BPC authorized by the SSE/C&W formation and intimates EOT BPC advice Destination, CYM
at Yard. BPC covers the (Engine on Train) to memo/ Date,
rake description with its SSE/C&W for arranging BPC. intimation, Train no,
source & destination, Current BPC Loco no,
wagons’ sequence from the SSE/C&W nominates the staff details (in case Load & stock,
engine, guard/driver of the to check the Brake Power, of revalidation) Total no of Brake
train, etc. and continuity and Issue BPC Destination, Cylinder,
Brake power %,
according to the type of rake Route details.
No of operating
Each examination yard takes
cycle, Air
this on priority and checks Pressure on
the kilometrage parameters departure on
for its validity/Invalidity. loco(KG/CM) and
similar other data
capture
2. Exception During Issue/Revalidation of During Issue of BPC process Rake details, Exception SSE/C&W,
Reporting BPC, SSE/C&W monitors if if JE/staff found any BPC details marking is
there is any exception abnormality they inform this to updated in JE
reported with the rake. concerned SSE/C&W. Remark
JE forwards this message to
SSE/C&W.
3. Brake Power During Issue/Revalidation of During Issue of BPC, JE does the Rake details, Brake Power SSE/C&W,
Analysis BPC, JE monitors the Brake Brake power analysis and if any BPC details %age,
Power of the train. abnormalities are observed, Remark JE
SSE/C&W is apprised.

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

Depot Application Reports

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

Central Application Requirements

Centre for Railway Information Systems 3/126 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

1 Sr. DME MODULE:

S. Function List Brief Description Workflow Data to be Data to be Responsibl


NO. displayed on the transacted e Person
screen
1. Wagon Wagon motives which Wagon will be identified for Wagon performance Condemnation form SSE/Inchar
Condemnatio have outlived their codal condemnation after taking details, to be filled. ge
n proposal life and /or are in poor thorough inspection by
generation condition due to SSE/Incharge Wagon critical Progress of NTXR
damages/accident etc. are parameters movement of
required to be removed SSE/Incharge offers the wagon proposal Sr. DME
from holding and to NTXR for report Wagon age
condemned. Condemnation Div./CCR
Sr. DME is given the report advice is generated.
A proposal for
condemnation is required Sr. DME prepares the wagon
to be generated in condemnation advice and
prescribed format. forwards this to CRSE/HQ for
approval.
SSE/Incharge and NTXR
advice the SR. DME for
wagon condemnation .

Centre for Railway Information Systems 3/127 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

2 Divisional Module - CCR

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

Poor brake about wagon/rake, the station staffs or depot in charge.


power CCR logging the compliant OPRS details
The station C&W staffs are not
Hot box against the wagon/rake.
able to rectify the repair then
Wheel flat)
the message will pass to
nearest depot, then the depot
skills will come and rectify the
repair.
Also CCR monitors the job
activities and maintains the
repair history.

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

CCR to way side repairs again pass to CCR. This


like train parting, poor air message may be in form of
break, etc. system alert.
In that case the work allocation
to depot C&W staffs the CCR
has some certain procedure
(place wise responsible).

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.

Also Sr.DME sent monthly


position(wagon waiting for the
material) to HQ
14 Executive Online reports and
dash executive dashboards will
boards with be available for monitoring
alerts officers at different levels
to view aspects of depots
performance as given in
list of reports

Centre for Railway Information Systems 3/133 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

3 Railway Board Module:

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

4 Head Quarter Module (HQ CCR & CRSE):

S. Function Brief Description Workflow Data to be Data to be Responsible


NO. List displayed on the transact Person
screen
1. Divisional Online reports and Narrative reports from different Daily Average PCDO, MCDO HQ CCR
performanc executive dashboards Divisions are sent to their respective Intensive division wise
e will be available for HQ. These reports are the 0800, 1700 Examination.
Report monitoring officers at and 00.00 hours reports sent to the
Total Train
different levels to view HQ on regular basis.
Examined Average
aspects of depots
per Day fro the
performance as given in
month.
list of reports
Ineffective Freight
Stock for the month

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

S. Function Brief Description Workflow Data to be Data to be Responsible


NO. List displayed on the transact Person
screen
3 Wagon Divisional CCR obtain If any abnormalities Section controller Abnormality details Remarks. CCR
details in the information from gives the call to divisional CCR.
case of traffic control and Station, depot
unusual corrective action taken The divisional CCR will pass the details.
(train by division, by informing information to HQ CCR
partings depot in charge and HQ. Date, Time & place
Punctuality Also HQ CCR monitors the job
Loss Cases activities. Wagon details.
Accidental
wagons)

4 Wagon Details are kept


holding regarding the wagon
master allotment

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:

S. Function Brief Description Workflow Data to be Data to be Responsible


NO. List displayed on the transact Person
screen
1. Performanc Modification is attended Modification order is received from Modification Id Wagon RDSO
e on Wagon on a wagon by the RDSO/HQ with all required and technical modification is Officials.
Modification nominated depot, based specification/ information including information. updated.
on RDSO/HQ technical documents. Concerned
modification information. Modification is attended on Wagon as Modification HQ Officials.
Its performance is per the specifications by the performance
recorded in subsequent nominated depot. related data Depot
visit at depots. Depots update the modification captured at Yards. Officials.
progress in terms of advantages/
disadvantages.

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

S. Function Brief Description Workflow Data to be Data to be Responsible


NO. List displayed on the transact Person
screen
are also channeled Vendor
through HQ as new
items. Type of wagon
to be fitted on
Depots have to report
performance to Monthly
headquarters on regular progress.
basis.

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

Central Application Reports

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

Employee self service module:

S. Function Brief Description Workflow Data to be Data to be Responsible


NO. List displayed on the transact Person
screen
1. Marking of On arrival at Wagon Every Depot personnel will be Section details. Attendance Time office
Gate & Depot the attendance of provided with a RFID based ID card. status for each Clerk
sectional each employee should This card is a multi-utility card for Absent Employees’ Employee to be
Attendance/ be recorded by Time attendance, material/tool issue etc. Names entered along Sectional
absence Office. with time. Incharge
In Time office there is a board in
Present employees’
which all the tokens/punch card are
names Sectional
placed.
Every Wagon depot staff supervisor
will be assigned a When a staff enters in the Depot in his Shift details
unique Multipurpose particular shift, he will have to visit the Account office
card. Time office first. He will punch this Card numbers
card on punching machine, punching
machine print the time of entry or will Selection for –
give his attendance in Sub-Muster. status- present,
leave, absent –
The attendance criterion for the
reason etc.
workmen is followed accordingly to
the Depot/Yard attendance policies.
*Note: DATA of
Also marked attendance on employee will come
attendance register manually. Section from PRIME
incharge send sectional attendance to
Time office. Time office make a cross
checking against this attendance.
Time office sees the sectional
attendance cross checks with the
physical gate attendance.
Absentee statement is generated and
reasons are entered for absence.

Centre for Railway Information Systems 3/149 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. Function Brief Description Workflow Data to be Data to be Responsible


NO. List displayed on the transact Person
screen
Pre-sanctioned leave is automatically
reflected.

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

S. Function Brief Description Workflow Data to be Data to be Responsible


NO. List displayed on the transact Person
screen
3. Leave The leave record of Whenever a staff wants to request for Leave Applicant’s Applicants Section
application each employee is leave he will have to apply for desired Details Token no Incharge,
and maintained in the leave on the system. Nature &
sanctioning Depot/Yard for different Leave details. Period of SSE/Inc.
types of leave. Leave The Leave Application is sanctioned Leave.
records are updated on by two or three level work flows. Due leaves status. Time Off.
receipt of the sanctioned Purpose of Clerk
leave applications by the Status of leave available to account is Leave.
leave section. visible to sanctioning officer at each
CAUSES OF ABSENCE stage. Address while
A —Absent without on Leave.
intimation Sanctioned leave is reconciled by Date
LHP—Leave on Half system on employee attendance Authentication
Pay record and initial remarks of the by section in
LFP—Leave on Full sectional supervisors. charge
Pay
SCL—Special Casual A workman absenting himself without
Leave leave or medical certificate will be
S-Sick liable to disciplinary action.
Leave
In case of absence of less than three
H.L—Hospital Leave days' duration, the section incharge
LWP—Leave Without will decide the action to be taken. For
Pay absence between 3 and 6 days the
R—Rest under the SSE/Incharge and for absence over 6
Factory Act. days the senior officer concerned will
C.L—Casual Leave. decide the action to be taken against
the defaulter. The Section Incharge
will be responsible to see that each
case of unauthorized absence
receives the attention at the

Centre for Railway Information Systems 3/151 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. Function Brief Description Workflow Data to be Data to be Responsible


NO. List displayed on the transact Person
screen
appropriate level as stipulated above.
The normal disciplinary procedure
should be gone through before
imposing a penalty.
A railway doctor's certificate should be
produced in all cases of absence on
account of sickness, but in cases of
men living at inconvenient distances
from a railway doctor, a certificate
from a recognized medical practitioner
may be accepted provided that in the
case of subordinate staff, it is
countersigned by a railway doctor.

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

S. Function Brief Description Workflow Data to be Data to be Responsible


NO. List displayed on the transact Person
screen
Also children’s journey.
education declaration is Pass section will keep a system
needed to be captured generated request on record in hard Persons for
for issue of school pass copy and give a confirmation on whom pass is
system about readiness of pass. required for
return journey.
Then the staff will check his account
periodically to check whether his pass
is ready or not.
If ready, he will collect it from pass
section.

Sanctioned Pass/PTO is reconciled by


system with previous Pass/PTO
record Taken by employee and initial
remarks of the sectional supervisors.
Employee can update staff
Bio data including family declaration
for Pass/PTO

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

S. Function Brief Description Workflow Data to be Data to be Responsible


NO. List displayed on the transact Person
screen
management of the concerned manager as per role
Wagon Depot. definition or to senior management as
marked.
This functional feature
is aim at providing staff Every complaint has a last date on
a means voicing their which it should be redressed (solved).
grievances, seeking Acknowledgement of receipt and
interviews with action summary will be made
managers through their available to the staff on their
employee self service employee Screen as an alert.
screen.
A selection of
grievances from a pull
down list is intended to
provide them a
convenient method of
this interaction.

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

S. Function Brief Description Workflow Data to be Data to be Responsible


NO. List displayed on the transact Person
screen
7. Staff Staff Training details, In Each Wagon Depot Training Name./ Staff Ticket Staff Ticket No. Admin./Staff
Training total training, available programs are run from time to time to No.
Managemen training, employee enhance and refresh the skills of Skill of
t completed due training/ employees. Employee is
employee over due updated
training should be We may also have Training programs Designation. accordingly.
maintained outside the shop in Railway
institutions as well as non railway Training Attended
institutions.
Training Required
OS/Administrator can see the Training
availability as well as the training Reason
requirements of employees.
Current Skill Level
Employees are nominated for training
by authorized officials.

Suitable alerts for nomination, poor


attendance in training courses,
performance of employees as well as
staff overdue training.
After Training, feedback of
employee’s skill level is assessed by
authorized official.

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

S. Function Brief Description Workflow Data to be Data to be Responsible


NO. List displayed on the transact Person
screen
Information (ESS) details online. Transfer, Promotion, seniority Designation.
Connectivity Retirement with appropriate alert and
letter. Training Attended

All workers have an employee details Grievance


Page, employee can see the details of
leave/shift duties/attendance/absence/ Basic Salary
Grievance/Training etc.
Next Promotion
Data on Employee page will come
from relevant employee database. Leave Details

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.

If a section staff breaks Date of Action taken


disciplinary rules then communication to against
his/her Section Inc. charge officer along employee.
report it to SSE/Inc. with finding
enquiry.
SF-5 or SF-11 form is

Centre for Railway Information Systems 3/156 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. Function Brief Description Workflow Data to be Data to be Responsible


NO. List displayed on the transact Person
screen
filled by the concerned Final status.
department clerk.
Past D&AR action
If the case is related to report.
absentees then it will be
Disciplinary
reported to SSE/Inc.
Authority/Appellate
Then the case is further Authority.
forwarded to
Administrative section to
take necessary actions
against it.
The Office
Superintendent (OS)
maintains the DAR
register

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

S. Function List Batch/ Historic reports Analytical reports Online reports


NO.
1 Marking of Gate & Attendance-
sectional Attendance Daily
Shift wise
Defined period wise
Monthly
2 Initial Marking of Summaries for pay period for all Status visible to each staff on his staff
special entries by categories. page.
sectional supervisor Exception report of absenting staff
on sectional whose absence is not covered by
attendance. appropriate sanction to cover initial
indication by sectional supervisors
3 Leave application and Leave report – Daily
sanctioning Monthly
4 Pass application Monthly / half yearly /annual Pass application with sanction for
generation summary, individual wise for those each case.
who have taken a pass.

5 Generation of Muster Monthly Absentee statement/ Section wise staff expenditure-


Roll Muster roll for pay bill preparation. monthly

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

Documents & Library Module

Centre for Railway Information Systems 3/160 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. Function Brief Description Workflow Information Data to be Responsible


NO. List required on transacted Person
Screen to carry to carry out
out the functions the
functions

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

S. Function Brief Description Workflow Information Data to be Responsible


NO. List required on transacted Person
Screen to carry to carry out
out the functions the
functions

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

Documents & Library Module Reports

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.

2. Search based lists of addresses.

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

USE OF IT AUTOMATION DEVICES AT CLIENT INTERFACE:

S. Function Brief Description Workflow Information Data to be Responsible


NO. List required on Screen transacted to Person
to carry out the carry out the
functions functions

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

S. Function Brief Description Workflow Information Data to be Responsible


NO. List required on Screen transacted to Person
to carry out the carry out the
functions functions

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

S. Function Brief Description Workflow Information Data to be Responsible


NO. List required on Screen transacted to Person
to carry out the carry out the
functions functions

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. Function Brief Description Workflow Information Data to be Responsible


NO. List required on Screen transacted to Person
to carry out the carry out the
functions functions

traceability can be possible with


embedded RFID reader in
PDAs.
PDA will enable offline data
entry. Later, this will be
synchronized with system.

8. Integration required with other applications at database level:

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

AAR Average Annual Requisition

ACOS Assistant Controller of Stores

ACR Annual Confidential Report

Admin Administration

AMC Annual Maintenance Contract

AMM Assistant Material Manager

ASSY Assembly

AWM Assistant Work Manager

BLC low belt container flat wagons

BR Balance Return

BPC/OPRS Brake Power Certificate

C Carriage/Coach

CME Chief Mechanical Engineer

CMMS Coach Maintenance Management System

CC rake Close Circuit Rake

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

CRSE Chief Rolling Stock Engineer

CTA Chief Technical Assistant

CYM Chief Yard Manager

CWM Chief Workshop Manager

C&W Carriage & Wagon

C/Bal Current Balance

D Diesel

DAR Discipline Action Rules

DEPT. Department

DESIG/DES Designation

DD Double Duty

DLW Diesel Locomotive Workshop

DMU Diesel Multiple Unit

DPC/C&W Division Power Controller/Carriage & Wagon

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

DVS Damage Vehicle for Sickline

EDPM Electronic Data Processing Manager

Elec. Electrical

EMC Estimated Monthly Consumption

EMU Electric Multiple Unit

ESS Employee Self Service

FR Foreign Railway

GM General Manager

HOD Hurt On Duty

HP Horse Power

HR Human Resource

HRly Home Railway

Hly Half Yearly

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

JE-I Junior Engineer Grade I

JE-II Junior Engineer Grade II

LAW Locally Approved Works

M Monthly

MCDO Monthly Confidential Demi-Official

MCO Material Control Organization

Mech. Mechanical

MTO Material Transfer Order

M&P Machinery & Plant

NC Non Commissioned

NCO Neutral control organization

NCR Non-Conformity Report

NDT Non Destructive test

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

NTXR/TXR Neutral Train Examiner

OS Office Superintendent

O/B Opening Balance

O/H Over Hauling

PCO Planning and Control Office

PCDO Periodic Confidential Demi-Official

PI Progress Incharge

PIN Personnel Identification Number

PLG Planning Section

PL No Part List No

PO Purchase Order

POH Periodical Overhauling

PPC Production Planning & Control

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

RDSO Research & Development Standards Organisation,

RFID Radio Frequency Identification

RLY. Railway

ROAMS Rolling Asset Management System

ROH Rehabilitation Over Hauling

RS Rolling Stock

RSP Rolling Stock Program

Runn. Running

Sch. Schedule

SE Section Engineer

SFC Specific Fuel Consumption

SSE Senior Section Engineer

SMM Senior Material Manager

SoP Schedule of Powers

SRW Stock Requisition Workorder

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

TA/DA Travelling Allowance/Dearness Allowance

TNC Train Clerk

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

3.10 LMS APPLICATION: USER REQUIREMENT AND BUSINESS PROCESSES

Centre for Railway Information Systems 3/178 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

INDEX

S. No. Item Page No.

3.10.1 Shed Application Requirements 3/180-3/219


1 Preventive Maintenance 3/181-3/202
2 Tool Room Management 3/203-3/205
3 Material Control 3/206-3/214
4 Performance Monitoring 3/215-3/219
3.10.2 IT Automation Devices 3/220-3/223
3.10.3 Shed Application Reports 3/224-3/229
3.10.4 Central Application Requirements 3/230-3/254
1. Division Power Controller 3/231-3/242
2. Railway Board/ Headquarter 3/243-3/252
3. POH Workshop 3/253-3/254
3.10.5 Central Application Reports 3/255-3/257
3.10.6 Shed HR Module 3/258-3/264
3.10.7 Shed HR Reports 3/265-3/266
3.10.8 Documents & Library Module 3/267-3/270
3.10.9 Documents & Library Module Reports 3/271-3/272
3.10.10 Glossary 3/273-3/276

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

Shed Application Requirements

Centre for Railway Information Systems 3/180 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

1. Preventive Maintenance Module:

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on transacted to carry Person
Screen to carry out the functions
out the
functions
1. Preparation of Shed nominates loco Monthly nomination by viewing Effective locos & Loco nomination SSE/Runnin
Service wise according to the fitness to the exhaustive list of shed locos. type. modification on g
Nomination of different exhaustive list.
Locos. Service categories - Goods, Special nomination by calling Existing service CTA
Passenger, Mail express etc. Type wise/ service category Nomination of Special nomination
wise/ operating speed / Horse locos in tabular Modification.
Special Nomination like : Power performance wise lists. form.
Time to time on need basis,
Testing train and inspection Special
train etc. nomination list by
LOV selection of
parameters like,

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

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on transacted to carry Person
Screen to carry out the functions
out the
functions
2.1 The schedules are carried out Loco received from DLW (New Date of receipt of Loco no, CTA
Calendar according to maintenance arrival) / after POH / rebuilding loco in shed ,
based schedule planning month/year from DMW, and then the shed Link assigned in
wise. CTA section incharge decides of Type of loco and case of passenger
its schedule. no., loco,
Types of loco wise schedule
sets are defined. Calendar wise - Yearly / Monthly Technical details Date of
planning. of the locos. commissioning,
Example:
10 days, monthly, 4-monthly, 8 Type of schedules
monthly, yearly, 2-yearly and set selection.
4-yearly.
First schedule due
POH after 8 years. date.
2.2 Condition Its condition based Based on loco history, failure Defined Authorization for SSE
/Parameter maintenance. condition or damage due to parameters premature incharge,
based. accident, a loco may be stopped status schedule. AME
If the condition of the loco for certain maintenance.
based on fixed parameters or Lab report
reports is not found suitable Parameters should be definable history
then on arrival in shed, it may to prompt such a scheduling
be prematurely stopped for the based on loco condition. Failures record
next schedule.
Alerts generation for decision Calendar
support. schedule status

Centre for Railway Information Systems 3/182 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on transacted to carry Person
Screen to carry out the functions
out the
functions
3. Loco reception DPC gives forecast (time & Arrival forecast of DPC List of expected Acceptance of FOR
at shed loco no.) of locos to be sent to becomes available in shed arriving locos forecast by shed,
shed based on his arrival application and alert is ,or, Rejection of Sr. DME
forecast on station. generated. Dispatch forecast forecast with
reason SSE/ Run,
Shed gets forecast alert and Based on actual arrival shed
plans for maintenance against event sensed at shed gate, loco Locos arrival
this forecast. arrival screen is opened at Shed Screen giving :
Control (FOR) which alerts SSE Selection of loco
All forecast locos do not arrive. (Running) for accepting and Loco berth on
berth allocation. number/type tabular/graphic
Type of service. berthing view by
Loco bypass approval by Arriving Train , drag /drop.
Sr.DME Schedule due
DPC messages

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

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on transacted to carry Person
Screen to carry out the functions
out the
functions
4.1 Loco berthing/ Based on berth selection by Loco driver places the loco on Schedule and Shunter deputed FOR,
shunting order SSE (Running) Loco placed on the incoming pit. berth allocation Time of placement. Shunter.
issue. an appropriate bay by shunter Driver reports to FOR. approved by Berth placed at.
through self power of loco or SSE(Running) Shunting loco no.
by a shunting loco for dead Shunter receives the shunting
locos. order from the FOR to place the Shunters /
loco at maintenance berthing Shunting porters
place. available in the
shed.
The shunter gets the shunting
Visibility on
order countersigned by loco
selection of
receiving section incharge.
complete
Then shunter gives complied
Maintenance
order back that to FOR. For
berth diagram
entry.
with occupancy.

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

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on transacted to carry Person
Screen to carry out the functions
out the
functions
coupling,
After the schedule/repair is
finished and loco is turned out,
the out going loco driver gets
the safety items and reissued by
the tool room and he checks the
items before accepting.

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

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on transacted to carry Person
Screen to carry out the functions
out the
functions

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

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on transacted to carry Person
Screen to carry out the functions
out the
functions
entry from field terminals. repairs. reported out of
course repairs.

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

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on transacted to carry Person
Screen to carry out the functions
out the
functions
6.1 Job Allotment Sectional attendance taken by Every staffs will be provided with Loco wise RFID man card , Supervisor,
by Gang in shift In-charges by men card. the RFID man card. pending job list
charge The employee’s id card is Job allotment , Material
The shift supervisor form scanned on kiosk for sectional Complete list of issuer,
gangs by attaching present physical attendance and list of present/absent loco wise/
staff & assigns a particular job present staff is made ready. employees with assembly Tool issuer
to a gang. name, token no Selection of
Shift supervisor - he nominates and designation material/tool
gangs and allots jobs available
The section incharge also
on the system. Drag & drop on
requisitions materials, tools Entry of custom
touch screen.
and assigns it to staffs- indents
concerned for collection. Work Opens material list associated Material & tool
starts after gathering is with each job card and checks required for
complete- requirement as one. for indent on touch screen for respective
items needed. Schedule items schedules or job
Lab requests will also be may be indented at by one card jobs with
generated from job card touch. For custom material Availability status
indent, a material indent wizard
screen
will provide a user friendly
system.
Similarly, tools needed will be
Tool /material
displayed for each job card and
indent wizard for
selection made by touch. A staff
custom
from concerned supervisor’s
generation of
area can go to shift store, tool
indent.
room or main tool room to
collect items based on area wise
logic.

Centre for Railway Information Systems 3/188 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on transacted to carry Person
Screen to carry out the functions
out the
functions
Lab request sent to lab and
sample sent to lab.

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

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on transacted to carry Person
Screen to carry out the functions
out the
functions
Locos are available on the In final checking the staff checks Performa of
system from initial arrival – the main parameter of the dimensions/ data Name of staff from
assignment. assembly/ loco before certifies to be recorded sectional list
the loco fit to run. booked against
Assemblies are read form the Full schedule jobs to confirm
assembly cards. The loco parameters are stored form will be completion.
in loco history. visible if opted by
shed.
Some sheds maintain a signed
record copy of dimension/
schedule record.

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

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on transacted to carry Person
Screen to carry out the functions
out the
functions
updated. history since last
yearly schedule.

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

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on transacted to carry Person
Screen to carry out the functions
out the
functions
9 Load test

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

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on transacted to carry Person
Screen to carry out the functions
out the
functions
resisters or water load
resistances. Controls are
located in one room. Some
load boxes may have online
capture of data into a load test
application which may need to
be linked. This is a PC based
application.
9.2 Special test Apart from the schedule the If loco problem is not discovered Loco repairs Job Load box request Shift
request. load box is carried out for by simple investigations then card supervisor
some purpose also load box test is carried out Load test FOR
to determine the actual problem. Date and time of Parameters
For ex. Any booked repair in the load box to capture.
ME 175 or any message form The special messages entered be carried out
out shed for poor hauling in job card. The shift incharge
power. generates the request for load Load box test
box test. Performa
It consumes repair time and
increases costs. Hence its
frequency is regulated closely.

10. Lab functioning

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

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on transacted to carry Person
Screen to carry out the functions
out the
functions
investigation by maintenance section SSE
request. Also, if the maintenance incharge to lab with sample. Standard value
supervisor finds any defect/ of parameters
deficiency in any loco Test reports are advised to
component, it may be sent to section incharge or to PL no, loco no,
lab with a test requisition for SSE/Running schedule, DOC
investigation. of component,
reason for test.

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

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on transacted to carry Person
Screen to carry out the functions
out the
functions
10.3 Material is received in Receipt As soon as the material is Material Number of ACMT
Receipt ward -ward from vendors is arrived in Receipt ward, an inspection samples taken.
inspection subjected to inspection at the advice will be sent to inspection requests CMS
related testing shed. Inspector sends for an acceptance test and to Lab letter no.
samples for testing of material lab for Metallurgical/ other lab PL No, Selection of test DME
to Lab and clears the lot after tests. Description.
physical checking, test stand Vendor, Allocation of lab Store Clerk
check or lab test, as required. A Lab technician (CMT) is Quantity under technician by Lab
inspection,
attaching with R-ward for incharge.
facilitating sample management.
PO number,
Sample number, Capture of data for
After analysis the report is sent Specification of respective tests for
to store with ACMT and DME material link, each sample.
approval. Pending
inspection cases,
List of Test to be
carried out.
10.4 Spectrograph Samples are tested at least FOR communicates loco arrival Loco no, Date of lab testing, Lab
test records. once in a month as per RDSO to CMS( lab incharge ) As soon lab test no, Spectrograp
norms and guide lines. the loco berthing gets completed Last schedule, h Incharge
Samples are collected on a shift lab technician draws Test person name.
locomotive arrival. small quantity of lube oil sample Last lab test Remarks of test
and processed in spectrographic results, result (metal
Any wide deviations lead to test in main lab. concentration in
alerts in the system for Date of sample oil).
If they find any abnormalities in
detailed investigation of loco taken.
oil they will convey that to
for likely defects. Abnormality or
concern. The system should
Normal limits critical.
generate alert in case of define

Centre for Railway Information Systems 3/195 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on transacted to carry Person
Screen to carry out the functions
out the
functions
abnormal detection.

11 Assembly overhauling and repair

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

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on transacted to carry Person
Screen to carry out the functions
out the
functions
taken off only after assembly is
fitted to a loco and transferred
from tag to loco on the system.

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

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on transacted to carry Person
Screen to carry out the functions
out the
functions
staffs for the collection of the
material(spares or
consumables)
Need-Based Material – section
supervisor indents the material
on daily basis, based on out-of-
schedule repairs, undone and
failure repair.
Materials are stored in the
respective section custody.
11.4 Assembly Assembly wise spare pool is Repair sections are committed Assembly list, Assembly issue to JE,
overhaul authorized which needs to be to keep required number of loco, Technician.
system maintained by repair section assemblies in pool for ready Authorized New assembly
Sectional by overhauling and keeping replacement. numbers for accepted from
spare pool ready. each type, purchase,
management Any shortfall is kept under Subassembly
watch. Spare shortage resulting pools arising New assembly
in pool shortage is also kept from assembly parameters.
under watch. pools
12 Shed fuel point Management

Centre for Railway Information Systems 3/198 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on transacted to carry Person
Screen to carry out the functions
out the
functions
12.1 Shed fuel A shed fuel point ledger should On arrival of HSD tank wagons Date of receipt Invoice or index no Fuel section
point be maintained for each tank of at the destination. Fuel section & date, clerk
Management fuel oil installed at the incharge take delivery seals will Home shed locos Invoiced quantity
consuming shed for receipts, be check in presence of RPF. Total daily receipt
issues and shortage account. Out shed locos. liters,
Dip measurements and damage Date of issue
deficiencies also checked. Total receipt Particulars of issue
during month Quantity issued
Placement memo is prepared liters,
for placement of Wagon. Total issue Total issued daily
during month liters,
The shed will maintain an issue Tank No
register which contain the Content as per
details of issues. Book balance at invoice of issue
the end of month Notes,
The shed will maintain a a)Mail and Miscellaneous
Shortage account register which passenger consumption (if
contain the details of Shortage. b) Goods any),
c)Shunting Consumption for
d) LOMS (Loco testing,
on misc. Shed
service) consumption,
HSD oil issued for
homing shed as
well as out shed
locos, date wise
Usage service
wise:
Quantity issued in

Centre for Railway Information Systems 3/199 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on transacted to carry Person
Screen to carry out the functions
out the
functions
liters to locos ,
Issue to other
purpose,
Quantity issued in
liters to other than
loco purpose
Shortage tank no.,
Remaining
balance,
Actual balance as
per dipping,
Shortage or
excess.

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

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on transacted to carry Person
Screen to carry out the functions
out the
functions
entry from trip particular trip. every time when Control room. Date of trip, Fuel Taken operator
cards loco visit home shed these Train No, Over(in Liters), Power
consumption details picked Then Fuel/Lube oil consumption Fuel Added(in Controllers
Type of Service,
from Trip Card. details taken from trip card. Liters),
Engine Weight,
Fuel Adding Point,
Vehicle Load,
Fuel Handed Over,
Arrival Date,
Lube oil Taken
Arrival Time
over (in Liters),
Lube Added qty,
Lube oil Handed
over.
12.4 Lube oil and The contaminated lube oil can The existing lube oil present Type of oil being Consignor, OS/Fuel
Fuel oil be re-used by reclamation. inside the loco is tested in scrapped, Controlling Officer. Section
Management. laboratory. Depot,
Lube oil Loco number,
Allocation,
reclamation If it is found that lube oil is
records contaminated, then it is sent to Sender, Consignee code,
Store Depot as scrap. Advice Note No,
Some sheds reclaim lube oil for Scrap/ Ward. Voucher no,
alternate use. They have to reclamation use, Description,
maintain receipt issue record. Monthly Rate demanded,
balances
Receiving Depot

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

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on transacted to carry Person
Screen to carry out the functions
out the
functions
stored in main Store like loco and Man booking, Repair
Machine down event is spares. section
reported by the user section Spares consumed supervisor
Break down
incharge and when it’s put booking,
MWT incharge requisitions hours in last one
back into order, it’s reported by
material through Spare Cell. month.
Mill Wright Mech. or electrical Machine repaired
wings. entry,
Material from shed MWT store is Job card for Locos affected
User section needs to confirm. requisitioned by a E- slip machine repair entry.
It is necessary to have visibility originated from system and based on
of spares for each machine collected by staff attached by bookings,
which are stocked by Mill supervisor for repairs to that
Wright section. machine. Spare/ tool
indenting facility
Indenting system is same as User Supervisor report machine
for non-stock indents. down from kiosk.
MWT incharge and concerned
Some machines are under manager receive alert. After
AMC and some require correction, MWT incharge
calibration. changes the status of machine
to working.
This information needs to be
visible. User supervisor verifies and
accept to conclude the event.
AMC due warning alerts are
originated on the system to be
seen by MWT incharge and the
managers.

Centre for Railway Information Systems 3/202 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

2. Tool Room Management module:

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on transacted to Person
screen to carry carry out the
out the function function
1. Requisition Main Tool Room keeps all the Section supervisor moves a Loco No, Tool No, Section Incharge
and issue of necessary tools required for tool requisition on the system. clerk/Tool Room
tools from the maintenance of Availability becomes visible to Tool No. with Name and ID of
Main/ Shift locomotives. section description, requesting staff
Tool room by through Man Card
section. Shift tool room keeps normally Main/shift tool room will get Tools Availability interface.
used tools for regular issue and request of tool on system and
gets its feed from the main tool get a demand alert.
room. Issues from kiosks
against Man-Cards. Staff from section goes to tool
room to collect against man
card.

Centre for Railway Information Systems 3/203 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on transacted to Person
screen to carry carry out the
out the function function
2. Calibration Some of the tools available in The tools are sent to calibration Tools list for Calibration Date, SSE/Tool Room
data the tool room have to be on predefined frequencies by which calibration
collection by calibrated on predefined the tool room staff duly is due, Observation,
Tool Room frequencies to restore its approved by concerned SE/JE.
accuracy. Tools list for Current Color
They are keeping register to
which calibration code
keep track of last calibration
A colour tape code is followed over due
date and its due date.
to mark tools correctly
calibrated. The tool room staff
automatically sends those tools
for calibration.
On the arrival of tool after
calibration, its history is
maintained on system.

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

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on transacted to Person
screen to carry carry out the
out the function function
4. Tool request Main Tool Room remains open Shift tool room staff visits Main Shift Tool Room Tool No. SSE/Tool Room
from Shift for a particular time period. tool room and enter his requests
Tool room to Shift Tool Room has many requisition in register. Issue Quantity
Main Tool shifts so it remains open 24*7. Tool Availability
room Shift tool rooms are associated Tool room issues tool and
with running sections which keeps its record in Issue/
can need tool anytime. receipt register.

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.

If available, the items will be


issued and ledger is updated

Centre for Railway Information Systems 3/205 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

3. Material Control Module:

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on screen transacted to Person
to carry out the carry out the
function function
1. Average The AAR of all stock items is For new item, spares cell PL number Fleet size SSE/ spares
Annual reviewed periodically based determines the average Description, changes, cell
Requirement on the past consumption , consumption of stock items on the Existing AAC, SMM (stores)
(AAR/AAC) including impact of changed basis of schedule requirements and Quantity
preparation fleet size etc. fleet size. Fleet size for the required per
relevant type of loco,
For existing items, average locos,
consumption pattern is provided by Reason for
the Stores depot which is examined Average life of any changes
by Material cell. Any technical component based in
changes in loco or maintenance on past consumption
practices are taken into account. consumption rates other
pattern or the than fleet
Spare cell prepares statement of standard life, size.
material AAC for stock item and
submits it for approvals to head
quarters. Approved AAC is Summary of stock
incorporated in the procurement out periods
items master maintained by Stores
Branch.

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

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on screen transacted to Person
to carry out the carry out the
function function
stock. indenting wizard. Stock of item Consumption Purpose of
becomes visible to section. pattern Cost requisition
That e-slip is sent to spares cell.
Then spares cell incharge confirm
the material indent and forward it to
stores.
3. Material Material is issued from a Section staff takes Material Description Of Item. Confirm Spare cell
issue from particular ward of depot to a Requisition from spares cell printed generation of
Main Store section as requested by a from system in required 6 copies to PL NO. requisition. Stores clerk
section. store for issue of material.
Shed floor Status of Sectional Authenticatio Material issuer
store Shed floor store is pre- Sectional supervisor makes a slips. n of
charged inventory which is requisition on the system or its requisition
issued against sectional automatically generated for
material requisition. These preventive maintenance schedules. Requisition details Quantity
are to be made on the issued,
system as explained in A staff goes from section to store to Collecting
Preventive maintenance collect against his identity. staff card to
module be read into
system
4. Stock Whenever any material is Depot manages stock accountal Material description Issue quantity DSKP
accountal in issued from Depot to any through bin card.
stores sectional store, its accountal Threshold level
is maintained both by Depot Sectional store maintain stock
and that particular store. accountal through register. Date of indent
receipt
LMS will get the data through
suitable manual or automated Codal life -
integrations with the MMIS indication of

Centre for Railway Information Systems 3/207 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on screen transacted to Person
to carry out the carry out the
function function
stock master. expired items,
Purchase progress/ PO data Required quantity,
will also be available through Balance quantity
the MMIS stock master.
5. Non-stock Non stock items are not Section engineer will have to report Indent details, Allocation unit SSE/ spares
item stocked in stores. They are to spares cell for any non-stock Past 3 years cell
requisition indented as and when indent. Consumption, Estimated
required. value of Item
These items are directly Spare cell prepare the requisition Last PO history,
charged to the indenter and form and attach the following Supplier list, Indenting
not to the Stores which carry certificate Rate as per last section,
a Suspense account for a) Essentiality certificate. available order/ Total value of
charging inventories till used b) Urgency Certificate. market survey, requisition.
by consumer. c) Proprietary certificate (for original Fund balance
equipment manufacture) under budget head. Commitment
The above Performa to be
generated from the system.
6. Warranty Components purchased by Technician first report to his section Material failure Date of Section
Claims Railways are under warranty engineer (SE) about particular details Failure supervisor,
against manufacturing material failure.
defects for 12 months from Claimant Section. Reason of CTA
the date of commissioning / SE then reports that failure with failure
18months from the date of make details to CTA. PO details
supply. Loco no.
CTA makes a warranty claim on the Validity of warranty
CTA makes warranty claims system. Claim type-
on the firm. Cost of item replacement/
System Generates a claim only repair
Warranty claims monitored after checking validity based on

Centre for Railway Information Systems 3/208 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on screen transacted to Person
to carry out the carry out the
function function
by HQ. material purchase/fitment record.
A printable letter is generated, an e-
mail is sent to purchaser and
vendor and a log of warranty claims
is kept.

Performance against warranty is


logged against the vendor for future
assessment.
7. Preparation When material is received in Material comes to receipt section PO details Receipt Order DSKP
of bin history R-ward it is assigned a DRR along with Challan and bill. no. Inspection
sheet and number. Material description supervisors
assignment A DRR number is assigned to that DRR number
of Daily item. Date received
receipt
register no. Then the material is sent for Supplier name
(DRR No.) to inspection.
an incoming Quantity supplied
material.
Mode of
Transportation
details
8. Material Material is received in R-ward As soon as the material is arrived in Tender Number Number of ACMT
inspection and then inspected in Receipt ward of stores they will be samples
requisition Drawing office/ Lab whether sent for inspection for acceptance PO number taken
and test its quality is in accordance to test to check whether it meets the
report a standard or not. drawing specifications or not. Material description Drawing
generation. number.
If the material meets the drawing

Centre for Railway Information Systems 3/209 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on screen transacted to Person
to carry out the carry out the
function function
specifications the lab will give the Nature of PO
result as Accepted otherwise it will (regular/devel
be Rejected opmental)
Lab will have to send the test &
report form to Inspection ward. Inspection
result
If the test is passed then material is
sent to a particular ward of depot
otherwise a rejection memo is
prepared.

If the material is rejected then the


supplying firm is informed to collect
their material back within 10-15
days otherwise fine is imposed on
them.

Receipt note is filled and 5 copies


of the same are prepared.
9. Material Material assistance is given Items are requisitioned or release Item description Quantity Spare cell
receipt and to other sheds by Spare cell against DME’s Stock available released
transfers to /shops/DLW/DMW and the approval. Consumption trend DME
other sheds same is also taken from there Quantity
or workshop. against material transfer Items released to a shed against a Orders in pipe line requested
orders. These are formatted material transfer order. Pending demand
documents which are on stores.
required to move on the A gate pass is issued for these
system for ensuring charging items for movement with bearer or Pending MTO
of cost. a truck. unverified against

Centre for Railway Information Systems 3/210 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on screen transacted to Person
to carry out the carry out the
function function
Shed/unit borrowing needs to the borrower
verify MTO to accept shed/unit.
charges.
List of items and
Some items are sent to POH possible sources of
shops or DMW for assistance where
reclamation/ repair. material is above
These are repaired threshold for
/overhauled against assistance.
adjustment of charges.

Provision for system wide


searches for material based
on a search list to locate
possible sources of
assistance.

Each shed to set its internal


threshold level of any
component to suppress its
availability for assistance
search by others.
10. Gate pass Gate pass is needed by If a section desires to send out any Material description Gate pass SSE
requisition section to send material out material for repair, to out shed or request
and of shed. disposal of scrap then it will have to Gate pass request, SSE/ spares
generation send a requisition letter to spares PL number PL number, cell
Gate pass is issued against cell to issue gate pass against them Quantity,
the name of the staff that is and authorized by Time office. Quantity Amount, Store clerk
going out with material from

Centre for Railway Information Systems 3/211 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on screen transacted to Person
to carry out the carry out the
function function
shed. Then spares cell will have to Amount Reason
forward this requisition to custodial
Gate pass can be of two store. Reason Token
types: Custodial store then prepares gate number (of
1. Returnable Gate pass- pass, sign on it and again pass it Token number (of the person
when gate pass is issued for back to spares cell. the person who is who is going
repair, loan-basis. going to take the to take the
Then the gate pass is signed by
material out of the material out
SSE/spares cell.
2. Non-returnable gate pass- shed). of the shed).
Truck when gate pass is issued for When the material is taken out from Truck no. Truck driver
movement material rejection, disposal of gate, the gate personnel marks the
scrap. entry of gate pass in his register. It To and Fro
Movement record of sheds is generally made by RPF person at truck journey
own trucks shed gate. details with
If an out-side firm is called inside time
shed to repair a particular item in schedule.
their premises only, then it is to be
taken out of the shed. In that case,
a returnable gate pass will be
issued against that person.
Gate pass has a validity of one day
only.

Centre for Railway Information Systems 3/212 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on screen transacted to Person
to carry out the carry out the
function function
11. Locomotive Locomotives which have Loco will be identified for Loco performance Fleet change CTA
condemnatio outlived their codal life and condemnation after taking HQ details,
n proposal /or are in poor condition due approval. Condemnatio
generation to damages/accident etc. are Loco critical n form to be
required to be removed from Proposal will be generated from the parameters filled.
holding and condemned. system giving authority for
condemnation. Loco age Progress of
A proposal for condemnation movement of
is required to be generated in A preformatted check sheet will be Fleet holding proposal
prescribed format. filled and documents / photos may summary.
be attached.
It is approved by
headquarters for over aged Cost of reclaimable assemblies will
locos but needs to be be assessed.
approved by the ministry for
under aged locos.
Material wise weights and cost
Movement to Ministry is by based on scrap costs will be
documents which require assessed on the system.
finance vetting.

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

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on screen transacted to Person
to carry out the carry out the
function function
12. Delivery Vendors who have confirmed Vendors will be advised user name PO QTY Vendor,
status POs will get a temporary user and password by e-mail dispatched
updation by and password to up date the Total qty Spare cell
vendors status of delivery on the They will update the delivery status- Date of
system. PO - lot wise dispatch dates, mode, Shed wise dispatch
quantity distribution.
Vendor user registration will Truck/R R
expire after complete quantity Targets for next supply - qty. Qty already particulars
delivery and acceptance in dispatched
the shed. Next supply
Delivery date of qty
Vendors will get intimation on PO.
status of lots under Target date
inspection at shed on this for dispatch.
module

Centre for Railway Information Systems 3/214 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

4. Performance Monitoring Module:

S. Function List Brief Description Workflow Information required on Data to be Responsib


NO. screen to carry out the transacted to le Person
function carry out the
function
1. Shed outage Shed Outage means the Target outages for different Outage Target Loco wise SSE/R
Calculation number of locos based at categories of loco are Actual
shed which is in use by the periodically sent by H.Q to Day wise outage upto the category wise
operator on a particular day. the shed. previous day, hours
confirmation
Outage can also be hourly/2 Control Room (FOR) has to Different loco hour categories
hourly. Daily outage is monitor and record the with values as per system
averaged to arrive at average actual outages for all types data with provision of editing
monthly outage. of locos. by shed :

A calculation involves The Non-commissioned Running Repairs,( less than


assessment of loco hours of (NC) loco and locos used on 24hrs per loco),
locos working / available to special account
Operator. e.g. For RDSO testing train Other shed running repair
etc are also recorded. hours
Target for outage is Shed outage is recorded
calculated to fixed formulae date wise in the shed and Ineffective/Heavy repair,( Full
based on the current effective monthly report is sent to HQ 24 hours per loco)
holding of the shed after & Railway Board.
making allowances for Dead locos outage- other
decommissioned /under Formula:- shed/ on line,
commissioning locos. Ineffective Loco’s = {Goods
loco in shed +Mail locos Dead outage / traffic account
attending Major (delay in shed arrival beyond
Schedule(>M20) + POH. 24 hrs.)
Loco in Work-Shop +
Loco Under Repair on-line+ Stored on traffic account
Home Shed Loco in Foreign

Centre for Railway Information Systems 3/215 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. Function List Brief Description Workflow Information required on Data to be Responsib


NO. screen to carry out the transacted to le Person
function carry out the
function
shed} Decommissioned
Shed Outage = Total Under commissioning etc.
holding- Ineffective Loco’s

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

S. Function List Brief Description Workflow Information required on Data to be Responsib


NO. screen to carry out the transacted to le Person
function carry out the
function
4. Loco failure There are two types of Loco If failure occurs on line then Failed Loco No. Driver Name Div
data and Failures: the section control informs HQ PRC(DPC
Punctually 1. Reported. - Further divided the Division DPC, Train No. )
lost data as statistical and non- Relief Engine
generation statistical. Foreign Division DPC Home shed, Section & SSE/Run
These are monitored by records failure details Detention ning
every one in the railway progressively as they Loco type and service
system become available. category Actual cause
2. Non-reported- which are of Failure
events important to Div. DPC informs to home Link detail Failed Sub-
Maintainers but are do not shed division PRC. assembly,
have impact on operation. Schedule particulars Responsibility
Also called Unusuals Than Div. PRC inform to
control section in home List of locos on division of Trains
Loco failures may cause shed. type wise – service wise for affected:
delay in passenger trains. selecting relief. Direct –
Shed investigates and From : To
Delays caused by failure of enters investigated causes. Location to be checked from Indirect -
train loco are called Direct Section control till an From: To
Punctualities and those which An enquiry may be ordered integration is done with FOIS Details of
are result of repercussions into the event at divisional & COIS systems enquiry
e.g., delays due to blockage level. ordering-
of section / line by failed loco Investigated cause entry at Inspector
during restoration time are Shed. Base
called indirect. If completed
Summary of
These are called punctuality findings.
delays and are rigorously
monitored in Indian Railway
system.

Centre for Railway Information Systems 3/217 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. Function List Brief Description Workflow Information required on Data to be Responsib


NO. screen to carry out the transacted to le Person
function carry out the
function
5. Specific fuel / Loco sheds monitor the fuel Fuel oil consumption details Loco No Trip card Fuel
Lube oil consumption of each captured from TRIP CARD format: section
consumption locomotive. A poor which was maintained along Type of Service Fuel Taken incahrge
consumption record indicates with loco and the data was
need for engine attention. duly filled by the Loco Arrival Date Over(in Ltrs)
driver.
Locomotives are categorized Arrival Time Fuel Added(in
onto four band based on Each shed has at least one Ltrs)
average SFC measured as fuelling point. The fuelling Schedule
Lts of HSD/1000 GTKM. points also keeping the Fuel Adding
GTKM are measure of load separate records of Fuel Point
hauled and are Gross Tonne filling.
Kilometers hauled by loco Fuel Handed
over consumption period. Over
GTKM record is captured by Fuel section and record
shed from the trip card / room capture this record. Lube oil issue
Repair book. record.

This record is also used to Pilots name,


identify high consuming Loco
Pilots as well as section. Base station
Journey-load
Similarly lube oil consumption & km details
is measured in Lts /100
Engine Kilometers. EKM is
the actual distance moved by
locomotive.

Centre for Railway Information Systems 3/218 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. Function List Brief Description Workflow Information required on Data to be Responsib


NO. screen to carry out the transacted to le Person
function carry out the
function
6 Schedule Whenever any locos are in Material consumed is to be Screens for: Appropriate CTA
wise time schedule maintenance or any captured from schedule job selection
taken and repair and the shed will card completion. Schedule selection,
cost calculate the cost for that
calculations work and time taken for that Men hours cost is also to be Loco selection
repair. associated based on books Assembly selection
on job card.
Efforts are made to minimize Job selection
cost as well as time taken by Some indirect costs like
identifying specific factors facility/infrastructure,
causing the increase. Overall management costs
are added as percentages.

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

USE OF IT AUTOMATION DEVICES AT CLIENT INTERFACE:

S. Function Brief Description Workflow Information Data to be Responsible


NO. List required on Screen transacted to Person
to carry out the carry out the
functions functions
1 Use of RFID RFID based employee cards Supervisor will open the Employee,
based with employee particular printed attendance screen on HR Cards read with Card to be
employee on each card will be issued to module. names and ticket read. Supervisor,
cards each employee by each shed. Card of each employee present number & photos of
The master list will be will be read at kiosk in presence each employee. Tool/Material
maintained locally by shed. The of the supervisor to build a list of issuers
card will bear no data other than workers to be allocated work
unique identifier. against job cards by touch
selection. Employee name to Name of
Card will be used to mark appear in relevant employee to
employee attendance in the field in the be confirmed
working section. Card will be read on to tool issue transaction screen. by issuer/
and material issue forms of shed To be accepted by supervisor
Card will be used to identify application to identify and enter supervisor.
employee on the system and for the name of employee on
capturing his name on shed transaction screen.
application forms wherever
needed. If employee card if presented to Employee self Desired
a reader without any active service screen choices by
Card will be used for opening application screen, it will open menu. employee on
employees self service (ESS) ESS page by default after ESS menu.
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 3/221 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. Function Brief Description Workflow Information Data to be Responsible


NO. List required on Screen transacted to Person
to carry out the carry out the
functions functions
2 Use of RFID RFID based reusable assembly Supervisor will decide about
based cards will be used to ensure removal of an assy. from loco. Cards read on kiosk Appropriate Repair
assembly traceability of assemblies within Removed assy will be removed to open ASSY option to be Supervisor,
(ASSY)card shed. The card will bear no data from loco on the system and screen exercised on
s other than unique identifier. system will prompt for shifting it the
The assembly card will be to a card. application for
attached to an assembly after it
is removed from the locomotive. A free card will be read and
The assembly will be removed associated with the assy.
from the loco on the system and
shifted to a card by reading and Card will remain with assembly
associating a fresh card from till it remains as a spare – under
reused cards bin. The card will repair or in repaired condition.
be tied to the assembly by
suitable easy means. Reference data of ASSY cards
will be kept and maintained
Thus whenever record of an locally at the shed.
assembly is to be recalled on
the system, its card will be
used. When any assembly is
dismantled, major
subassemblies will also be
provided with a ASSY. Card.
The ASSY card will be freed for
reuse after attaching a sub-assy
to a assy and a assy to a loco.

Centre for Railway Information Systems 3/222 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. Function Brief Description Workflow Information Data to be Responsible


NO. List required on Screen transacted to Person
to carry out the carry out the
functions functions
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 Repair platform , control room, screens minimal data respective
practical options. Assembly sections related , tool entry through application
issue, material issue related on screen function.
Application screens to be used screens should be touch screen simplified key
in repair are will need to be enabled board.
modified at the front end to suit
touch screen use.
4. Use of Smart cameras will be provided Images taken by camera Number -- -- No human
smart at the shed entry gate to data read from image and intervention.
camera capture incoming and out going resolved data pushes to the
loco with date, time and number application
details.
Shed Application launches a
This information will be resolved loco arrival screen on the FOR
on the camera and the data will terminal
be pushes to the application to
trigger pop up of loco arrival Lights are controlled by camera
screen before the FOR activation system for night
application.
5. 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 Captured OCR data is down forms.
heavy schedule areas. loaded to the application input
form through suitable client end
interface with option to edit the
form

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

Shed Application Reports

Centre for Railway Information Systems 3/224 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. Module Name Batch/ Historic reports Analytical reports Online reports


NO.
1 Preventive Link wise Miss-link occurrence report. List of locos called on condition Loco link Plan, shed-wise including lie-
Maintenance based maintenance over a period of over time, loco run kilometer etc.
Loco Service Nomination list.
time with cause wise analysis.
Schedule calendar for loco/ fleet or 1. Daily/Special Nomination loco
Loco history report since last POH particulars report.
part
/yearly/half yearly schedule with lab
list of locos stopped on parameter history, failure history, load box 2. Arrival forecast Failure and Loco
based schedules history, lube/fuel oil consumption By-passed report for a period.
history, schedules done history.
Dead loco arrival for a period.
Locos with stated condition of 3. Daily schedule and Over due list.
Shunting order to shed placements
wheels and other critical parts
Stock summary of safety items type- including repeated attention/ repairs. 4. Un-complied Shunting orders.
wise and loco-wise.
Job card
Safety items shortage status – loco 5. Safety item issue/return list.
Material cost for repair.
wise with name of loco pilot/assistant
pilot responsible, base and date of trip Parameter wise maintenance history 6. Initial checking report loco-wise.
details for the loss & Missing numbers including lab report for a particular
item wise, month wise. loco/ loco fleet. 7. Section wise Staff attendance list.
Daily job done summary- section wise. Out of course repair attended item 8. Out of stock lists section wise.
list and summary - loco wise, area
Status of modification and drives.
wise, part wise etc.
9. Lab report for a loco
Loco load box test report and
Periodic Out of course cost and loco
performance comparison with last
time lost statement 10. Additional work assigned to staff
schedule particulars
Failure wise detailed report in RDSO loco-wise (with staff name and
Periodic Failure reports work, loco wise).
Performa to be available on the
Failure-wise detailed report. system
11. Tested parameter – assembly wise/
Lube and fuel oil consumption loco- Spectrographic trend in fleet. loco wise.
wise (Also, graphic view and
categorized list of locos according to 1. Component Fit Dimension-
Failure correlation/ trends 12. Shift left over tasks to be handed
consumption band into A, B, C, D etc.)
analysis over.

Centre for Railway Information Systems 3/225 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. Module Name Batch/ Historic reports Analytical reports Online reports


NO.
Items left unattended at the end of last
schedule 2. Material consumed loco wise 13. Spectrograph test report- Loco
Tools outstanding on gang/ staff. with cost. wise Critical report or abnormality
report
Out of range exception List of tested 3. Loco time lost due to material
parameter – assembly wise/ loco wise. shortage- summary 14. Loco wise assembly list with critical
Periodic system wise -Loco-wise parameters.
failure and assembly failure reports Vendor wise - wear rate
and summaries. /component life analysis. 15. Machine break down advice
Special load box requests summary System wise Failure analysis.
with costs (monthly). 16. Machine rectification advice.

Lab report summary type of test wise.


Vendor wise history of inspections.
Monthly lab report summary for failure
materials.
Assembly history with fitment /test
data.
Monthly/ weekly material consumption
section wise to assess the annual
consumption.
Section wise assembly pool
availability report.
Total lube/ fuel issue /receipt reports
HSD oil handling /stock shortage
reports
Loco wise lube/fuel category wise
consumption reports
Monthly oil scrap / reclamation report.

Centre for Railway Information Systems 3/226 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. Module Name Batch/ Historic reports Analytical reports Online reports


NO.
Machine down time monthly
summaries,,
Pending M&P spare indents.

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

S. Module Name Batch/ Historic reports Analytical reports Online reports


NO.
Proposal for condemnation of a loco.
Summary of locos condemned over a
period.
3. 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

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

S. Module Name Batch/ Historic reports Analytical reports Online reports


NO.
for the month.

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

Central Application Requirements

Centre for Railway Information Systems 3/230 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

1. Divisional Power Controller Module:

S. Function Brief Description Workflow Information Data to be Responsible


NO. List required on Screen transacted to carry Person
to carry out the out the functions
functions
1. Giving loco 1. The DPC identifies loco to be Traffic Controller provides train Type wise Locos Loco / Train arrival DPC
arrival sent to shed from time to time arrival information to DPC. working in the forecast for
forecast to on the basis of: division with interchange points
shed A. Schedule overdue. Station arrival time forecast interchange wise
And B. Link change. and shed arrival forecast to be forecast details. Actual base station
interchange C. Messages from crew/ fed by DPC becomes available arrival time
forecast to maintenance shed. to Shed through shed Schedule arrival time
adjoining D. Notice from Home application. at base station in Expected shed
division. shed.(forecast based on case of Passenger arrival time.
schedule calendar) DPC collects forecast for Trains.
interchange point from traffic Reason for Shed
2. He gives forecast (time & controller and enters the data visit.
loco no.) of locos to be sent to on the system.
shed based on his arrival
forecast on station.

3. Shed gets forecast alert and


plans for maintenance against
this forecast.

4. The DPC collects


interchange forecast i.e.,
expected time of a loco (with a
train or light) to be handed over
to the adjoining division at an
interchange point and enters on
the system. The adjoining DPC
is able see it for his planning.

Centre for Railway Information Systems 3/231 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. Function Brief Description Workflow Information Data to be Responsible


NO. List required on Screen transacted to carry Person
to carry out the out the functions
functions
2. Loco hourly This is an important function The loco movement List of locos in the Changes in respect Divisional
chart and which becomes a source of information collected by PCR division with of : Power
loco most of the data in respect of clerk from Sectional controller following details: i) Loco status – Controller
utilization loco operation. on half/ hourly basis. Loco [dead, idle, running]
preparation status is captured at the time Forecast of loco
Loco Hourly Chart is mainly of such check and any change arrival time at ii) Load status –
used to record loco utilization in load or status of use of loco interchange point, [light, loaded]
details, i.e., type of services, is recorded with time and
Dead hours, Idle time, under station of occurrence details. Train no. , iii) Type of service –
repair time, light Runs, GTKMs [Shunting, mail,
for loaded runs. Information to be updated by Link no., passenger, goods ,
Information for preparing this PCR on the system. special]
chart is collected by PCR from Loco pilot name/
the sectional controllers on System to be able to calculate base HR/FR, iv) Loco pilot
hourly or half hourly basis and inter-station distances and change, station/time
recorded in a tabular form. At time of run based on data Service type,
the end of the day, this entered. v) Link change
information is collated to Schedules, [ From:
prepare Loco hourly chart. This System to calculate utilization train/station/time ,
is used to calculate service type parameters after each last station & time To:
wise, shed wise, loco type wise updation. train/station/time]
loco utilization. Loco failed/
Under repair /
This Hourly Chart prepared Working status.
separately for goods and
passenger locos.

Loco utilization is measured in


Ave. Engine KM/ day but its can
be recalculated at any

Centre for Railway Information Systems 3/232 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. Function Brief Description Workflow Information Data to be Responsible


NO. List required on Screen transacted to carry Person
to carry out the out the functions
functions
periodicity, e.g. hourly etc.

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

S. Function Brief Description Workflow Information Data to be Responsible


NO. List required on Screen transacted to carry Person
to carry out the out the functions
functions
4. Recording When a train gets stuck in the Loco DriverÆStation Master Loco no, Place where the Divisional
train stalling section and the locomotive is Æsectional controller stalling occurred. power
cases unable to haul it on account of ÆDivisional PRC. Link information, controller.
any loco defect, overload or Date and Time
track gradient/curvature, signal PCR will arrange the banker Loco hauling power- of stalling.
defect related problems or any loco to move the stalled loco gradient-chart
operational reason, the train is or arrange a pushback with the Affected other
said to have stalled. help of section controller and Track gradient trains- Direct &
PCR arranges help for the stuck station master of affected information for the Indirect
up train by arranging a helping stations. section. Reason of the
loco or by coordinating push stalling.
back and restart. These events Load details of train (
are important for the system as if available on the
they lead to loss of operations. Enquiry / joint check
system) ordering:
Hence these are reviewed
regularly by management. Name of Inspector/ s
Date for submission
of report.
Ordering authority.
Updation of
inspection/joint
check summary.

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

S. Function Brief Description Workflow Information Data to be Responsible


NO. List required on Screen transacted to carry Person
to carry out the out the functions
functions
A Direct punctuality loss is loss Railway, Direct/In-direct
of time by train hauled by a loco Action taken
and Indirect punctuality loss Type of failure
means time loss on other trains Type, Findings and cause
as repercussion of delay to the information
direct train in the vicinity date. Link details. Enquiry / joint check
ordering: Name of
PCR takes details of Train category Inspector/ s
punctuality losses from
Date for submission
traffic /section controller and Schedule time of
of report.
carries out investigation and arrival/departure.
coordination of corrective Ordering authority.
action based on Updation of
management directions. He inspection/joint
records details of the check summary.
occurrence.
The details include:
Category wise (MR Trains,
Daily Mail/Exp trains, Non-
daily Mail/Exp trains,
Special Trains and
Passenger trains) and
direction wise (up/down),
arrival departure and
intermediate timings, time
lost on different accounts,
station at which the time is
lost, reason for time loss
and action taken.

Centre for Railway Information Systems 3/235 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. Function Brief Description Workflow Information Data to be Responsible


NO. List required on Screen transacted to carry Person
to carry out the out the functions
functions
PCR informs divisional
management and shed
management/ HQ PCR of
such losses on daily/
occurrence basis.
6. Capturing PCR keeps a watch on the Fuel point issuer send Stock balance- Morning Ground Power
Fuel stock availability of fuel at different information on phone or may storage tank wise balance- tank wise, controller
and issue- fueling points within division. fill in directly about loco-wise Fuel point
receipt Information is colleted from daily issues, Cumulative issues Fuel point receipt issuer
status of each point about morning stock, for the month details
Railway last days issue/ receipts and Wagon/tank-wise total receipts ( if facility
Fuel Points alarms are generated based on Loco no. Issue details – available to
in the stock level. Divisional fuel Shift end Ground balance. ( selectable form access the
system)
division. inspector coordinates divisional list of loco no. ,
dispatches from the vendors I Ground balance as number of current loco holding)
case of shortage. days based on recent average Crew name,
Also, PCR develops alternate consumption.
strategy for fuelling in case of Base,
crisis at any point.
In case, information is Incoming balance,
Fuel inspector needs to record received on phone, it is
loco-wise /railway wise issues entered by PRC at divisional Out going qty
made at Fuel points in their control. issued.
jurisdiction for raising inter-
railway debits. Also, stock book Status becomes available to Non-traction issue
entries are kept in check to PCR for fuelling planning (for other than loco
assess losses on monthly /10 use).
days basis.
Divisional status is collated for

Centre for Railway Information Systems 3/236 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. Function Brief Description Workflow Information Data to be Responsible


NO. List required on Screen transacted to carry Person
to carry out the out the functions
functions
headquarter PCR by the
system.

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

S. Function Brief Description Workflow Information Data to be Responsible


NO. List required on Screen transacted to carry Person
to carry out the out the functions
functions
Ineffective position of a shed is one full day- as on 2400Hrs. of Online
calculated daily by the HOME a date.
PCR. based on information
provided by sheds and colleted
from other HQ and divisional
PCRs under whom locos of
home shed worked.

Out station ineffective refers to


locos lying ineffective at other
sheds

Shed ineffective refers to locos


lying in home shed

These hours are taken into


account for daily and monthly
reporting.
Under repair for other than
home sheds are also prepared
shed wise and conveyed to
respective home/ HQ PCR.
9. Calculation Outage means average number PCR enters the details of loco Divisional outage : Confirmation of Div PRC,
of Loco of locos available to operator for usage hours in his division for locos on division,
outage - running trains. Each shed is goods locos in use. Locos available in Loco usage hours
territorial required to make minimum division details.
A four-hourly loco availability
and home target outage available for both is calculated using standard
shed passenger and goods locos. rules to arrive at 4 hourly
.

Centre for Railway Information Systems 3/238 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. Function Brief Description Workflow Information Data to be Responsible


NO. List required on Screen transacted to carry Person
to carry out the out the functions
functions
outage.
The outage target for passenger
trains is calculated from the loco The Outage of diesel locos:
link based requirement and for
goods services it is calculated [Total goods locos hours -
from the following formula : (Dead loco hours+ loco under
[(Shed holding – out of repair hours out side shed) ] /
commission locos)] = Y 4= 4 hourly outage.
10% ineffective of Y + No. of
passenger link locos] = X
Locos given to a home shed
are not counted towards
Target Goods outage = [Y-X]. territorial outage of the
(0.9) division.
The actual daily territorial
outage of any division is worked Locos offered but not used by
out by taking the average of the traffic are taken as available-
number of locomotives (total Stored on Traffic Account.
loco hours/24) available to
Traffic/Operator calculated on 4 Locos out of commission but
hourly basis. offered for use after attentions
on trial basis are added as
additional outage.
Every division calculates Shed outage is calculated by
territorial outage - shed wise, home division PCR every
railway wise for the locos morning for the previous day
operating on it during the on daily basis taking into
previous day. This figure is account loco ineffective/ under
bulked up at HQ to arrive at repair hours received from

Centre for Railway Information Systems 3/239 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. Function Brief Description Workflow Information Data to be Responsible


NO. List required on Screen transacted to carry Person
to carry out the out the functions
functions
Zonal outage figures and again, shed, other sheds and other
zonal figures are bulked up to division.
give Railway board level outage
figures. Outage is also
maintained type of loco wise.

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

S. Function Brief Description Workflow Information Data to be Responsible


NO. List required on Screen transacted to carry Person
to carry out the out the functions
functions
decisions. check.
Remarks.

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

S. Function Brief Description Workflow Information Data to be Responsible


NO. List required on Screen transacted to carry Person
to carry out the out the functions
functions
13. Out shed Locos are maintained at small Out shed informs PCR on Locos sent for Schedule carried Out shed
maintenanc maintenance points and out phone maintenance to Out out, incharge,
e work entry shed which may not have shed.
access to LMS. PCR enters data on the Loco shed -in /out Div. PRC
system timings,
Limited work done at such
locations is to be captured by Out of course
PCR. defects noticed,

Messages to home
shed,

Lube oil issue

Fuel oil issue

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

2. Railway Board /Headquarters Module:

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on transacted to Person
Screen to carry carry out the
out the functions functions
1 Reconciliation Daily Loco failures are finalized Loco failure information is Failure detail Reconciliatio Div PCR
of daily loco at each division on territorial captured by PCR. n comments
Reconciliation H.Q PCR,
failures basis and the cause along with at div/ HQ
comments screen.
category of the failure is Zonal Shed and Sr. DME/division level- as SrDME/D/S
H.Q. and Railway Board. examines the failure details applicable. hed
and it may become necessary SrDME/Divi
to propose cancellation of sion
reported failure or its
CMPE/HQ
reclassification due to factual
errors in initial report.

A reconciliation request needs


to be generated with provision
of comments from Sr.
DME/shed and Sr. DME/Div for
alteration of failure report
information for hard copy
approval at ADRM level with a
copy to HQ.

A failure reconciled at Div level


may also be reconciled at HQ
level before finalization by the
AGM of zonal railway.

Finalized failures are


communicated to Railway
Board by 1100 hrs. On the

Centre for Railway Information Systems 3/243 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on transacted to Person
Screen to carry carry out the
out the functions functions
reporting date. Once, decision
is take at any level,
Reconciliation request on the
system must be shown as
fulfilled.

PCR at HQ and Div will print


the reconciliation proposal and
move it to CMPE/D at HQ or
Sr. DME/Div at division.

PCR will enter the modified


details on the failure
information capture screen
after reconciliation

HQ PCR will enter the HQ


reconciliation information on
failure screen.

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

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on transacted to Person
Screen to carry carry out the
out the functions functions
are to be prepared by HQ on termination
Central application which
should be available for loco points or
bookings / status check on the timings
shed application.

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

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on transacted to Person
Screen to carry carry out the
out the functions functions
3. New loco New locos are manufactured at New locomotives are allotted by New loco no./Type Allotted zone DME/T/
allotment / DLW and are sent to zones on Board to a zone and by CMPE/D to Railway
Date of
Transfer of Board’s orders. a shed within zone. Expected date of Board,
dispatch from
locos
Also, shed to shed – intra zone Also, inter-zone transfers of locos dispatch by DLW. DLW DLW
and inter zone transfers are are ordered by Board and
Existing loco list of Allotted shed
needed to suit operational complied by CMPE.
needs. sender and receiver Sender shed CMPE
CMPE may also change inter shed sheds with age,
Loco holding of receiving and transfers within the same zone to Receiver
service type, and
sending sheds are modified with suit changed working patterns. shed
failure summary Shed CTA
consequent changes in material/
Compliance indicated by sender history. Date of
manpower requirements.
and receiver sheds as date of dispatch from
dispatch & date of receipt sender shed
Date of
receipt by
receiver shed

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

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on transacted to Person
Screen to carry carry out the
out the functions functions
Trials may be ordered by DLW Reporting by sheds is in
or RDSO also but these are also descriptive monthly comments, Nominated
channeled through HQ as new numbers fitted during month, failed shed.
items. during month, reason for failure.
Item
Sheds have to report particular.
performance to headquarters on
regular basis. Vendor

Type of loco
to be fitted
on

Monthly
progress.

5 Head quarters Material Functions

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

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on transacted to Person
Screen to carry carry out the
out the functions functions
purchase by bulking will be done on the basis of the bulked zonal demand
DLW system. available on the system. Progress of DyCME/Spa
iii) Distribution purchase at res /DLW
of purchased Progress of procurement and DLW will generate bulked DLW.
material by distribution of quantities will also statement for planning
DLW followed be advised on the system by procurement. Quantity
by Zonal DLW and distributed between received and
distribution to sheds by HQ. DLW will give progress of distribution
shed. purchase and show zone wise by DLW-
System will used to generate allotment of material – demand accountal
iv) Material
collection from bulked. cycle wise. against
DLW by sheds vetted
LMS will assist manual system Zone will enter shed wise indents of
to speed itself up. distribution zones

Shed will monitor actual availability Quantity


at DLW and arrange collection distribution
based on DLW advice. by HQ -
accountal
against shed
indent.
5.2 RSP item Major inputs into rolling stock Board to convey sanction/allocated List of existing RSP Existing New RSP
allocation to are planned through a special numbers to zone items sanction of items
sheds sanction in the form of annual RSP items Type of loco
RSP by the Railway Board. CMPE to distribute numbers to Targets –
Rolling stock programme (RSP) sheds. zone wise &
sanction to each zone is distribution
communicated by Board. Zones Sheds to indent material for by Board
convey quotas to each shed for purchase at zonal or DLW level –

Centre for Railway Information Systems 3/248 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on transacted to Person
Screen to carry carry out the
out the functions functions
completing these sanctioned special indents. Shed wise
works/modifications on their distribution
locos. Sheds to enter progress in by HQ.
Progress of indent/procurement numbers of locos fitted and in
is kept on the system. terms of expenditure based on Entry of
item cost - against each RSP item. progress by
Progress of actual expenditure sheds.
is kept on the basis of physical
progress. Indents by
sheds and
followup.

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

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on transacted to Person
Screen to carry carry out the
out the functions functions
6 Maintenance of vendor directory & Warranty claims

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.

These directories are


periodically updated. Also, there
are additions and deletions from
these directories from time to
time on the basis of special
advice.
6.2 Warranty Warranty claims on new locos Shed makes a warranty claim on a Loco number Nature of CTA/shed,
claims on new are channeled through HQ. new loco. claim.
locos Sheds raise claims which after Date of manufacture DYCME/D/
approval are sent to DLW. Headquarter forwards it to DLW Date loco HQ
Date of under repair.
DLW confirms compliance of DLW takes action including commissioning
these claims. directing vendor to attend & posts List of pending/ Date loco put
progress on the system. attended warranty back to
claims on that loco. service

Centre for Railway Information Systems 3/250 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on transacted to Person
Screen to carry carry out the
out the functions functions

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.

There should also be a possibility


to take a excel copy of data from

Centre for Railway Information Systems 3/251 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. Function List Brief Description Workflow Information Data to be Responsible


NO. required on transacted to Person
Screen to carry carry out the
out the functions functions
system.

The form may be declared closed


by Manager user after fulfillment of
purpose and available for reuse
after one touch clearing of the data
and restoring original general
format.

Centre for Railway Information Systems 3/252 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

5. POH Workshop Module:

S. Function Brief Description Workflow Information required on Data to be Responsible


NO. List Screen to carry out the transacted to Person
functions carry out the
functions
1 Generation Overhauling Workshop Workshop makes a Calling in List of locos due POH in Month selection Dy. CME
of loco generates a statement programme which is a year with details of : for POH /Workshop
Calling in showing month wise list of approved by CWE at HQ. Type, Scheduling for CWE/HQ
programme locos scheduled for The approved calling in each due loco,
undertaking periodic programme is circulated to Date of commissioned. CTA/Shed
overhauling (POH) in a year. sheds. Remarks for
Sheds follow this programme . Date of last POH & POH any special
to send their locos. shop. reason for
scheduling any
Changes are possible in Date of last yearly loco out of turn
schedule to suit operational schedule.
needs through mutual
agreement Age of loco

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

S. Function Brief Description Workflow Information required on Data to be Responsible


NO. List Screen to carry out the transacted to Person
functions carry out the
functions
Current stage

Target for loco


turn out.

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.

This information will become


readily viewable by sheds
and HQ.

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

Central Application Reports

Centre for Railway Information Systems 3/255 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. Module Name Batch/ Historic reports Analytical reports Online reports


NO.
1 Divisional Loco utilization report. Monthly fuel handling shortage Online utilization report.
Power report.
Daily failure and responsibility wise Hourly Loco use distribution report.
Controller failure report.
Module Daily Punctuality performance summary
Train wise detailed time loss report.
Daily issue status.
Stalling report- with cause wise
Actual links run report.
summary over reported period.
Shed wise daily ineffective / under
Detailed case wise statement
repair hours report.
categorized as D/ ID.
Accident information sheet.
Monthly fuel issues and receipts report
Daily over due list.
Miss links date-wise with reasons.
Morning position
Cumulative under repair hours, shed
ineffective report for home shed for Type-wise locos available within division
every month.
In coming loco interchange forecast
Territorial and home shed outage report
Outgoing loco interchange forecast.
- Daily and monthly day wise/
cumulative.
Monthly summary- category wise.
Exception reporting based on selection.
List of messages sent to sheds – shed
wise
Monthly work done.

Centre for Railway Information Systems 3/256 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. Module Name Batch/ Historic reports Analytical reports Online reports


NO.
2. Headquarter / 1. List of cases dropped in Bulked HQ indent statement for CMPE Morning position.
Railway Board reconciliation- monthly - shed wise. DLW items
Loco allotment advice
Module Loco wise list of defects with
Loco links. – shed wise. Loco Transfer advice.
hours lost & cost of repairs
Modified/ New link. Trial progress report
Pending warranty claims & failures
Items under trial. vendor wise Shed indent statement
List of completed trials, loco system DLW Bulked indents statement.
wise. DLW Distribution statement
2. RSP items progress statement - Zonal distribution statement
monthly, yearly etc.
HQ purchase15 day’s status of
3. Current loco holding of sheds. highlighted items.
Vendor directories online. With item wise
New locos allotted zone/ shed wise. searches, vendor wise searches.
New locos awaiting commissioning.

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

S. Function Brief Description Workflow Information Data to be Responsible


NO. List required on transacted to Person
Screen to carry carry out the
out the functions functions
1 Marking of On arrival at shed the In Time office there is a board in Section. Attendance Time office
Gate & attendance of each which all the tokens are placed. status for each Clerk
sectional employee is recorded by Absent Employees Employee to be
Attendance Time Office. When a staff enters in the shed in his Name entered. SSE/G
particular shift, he will have to visit the Sectional
Every staff is assigned a Time office first. Then he will have to Present employees Particulars of supervisor
shift by his incharge unhook his token. name documents to
supervisor. absent
Time office mark attendance based on Shift details employee If
Every shed staff is unhooks Token. available out of
assigned a unique Ticket numbers system.
Token Number Then the staff visits his particular
section and Section in charge send Selection for –
Sectional attendance to Time office. status- present,
This will be captured by using Man- leave, absent –
RF-ID cards read on kiosks in reason etc.
presence of supervisor.

Time office sees the sectional


attendance cross checks with the
physical gate attendance.

Absentee statement is generated and


reasons are entered for absence.
Pre-sanctioned leave is automatically
reflected.

Unexplained discrepancies are

Centre for Railway Information Systems 3/259 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. Function Brief Description Workflow Information Data to be Responsible


NO. List required on transacted to Person
Screen to carry carry out the
out the functions functions
highlighted to the GFO in charge of
the attendance.

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

If a staff works on NH (National National


National Holiday Holiday) then he will get the Holiday details
compensation

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

S. Function Brief Description Workflow Information Data to be Responsible


NO. List required on transacted to Person
Screen to carry carry out the
out the functions functions
If a staff is going for outstation duties
Outstation Duties or or training then he will get Traveling
Training Allowance (TA/DA). Outstation
Duties details

Sick intimation is to be followed by


Sick intimation application for sick leave sanction. Sick ness entry

Entry to be followed by sanction of


leave Leave entry
Leave intimation
3 Leave The leave record of Whenever a staff wants to request for Applicant’s Name. Applicants O.S. / Bill
application each employee is leave he will have to apply for desired Applicant’s Token no section
and maintained in the shed leave on the system. Designation Nature & SSE/SE
sanctioning for different types of Period of
leave. Leave records are The Leave Application is sanctioned Type of leave wise Leave.
updated on receipt of by two or three level work flows :
the sanctioned leave Status of leave available to account is Leave taken from Purpose of
applications by the leave visible to sanctioning officer at each (date). Leave.
section. stage. Leave taken to
(date). Address while
Sanctioned leave is reconciled by Due leaves. on Leave.
system on employee attendance Date
record and initial remarks of the Authentication
sectional supervisors. by section in
charge

Centre for Railway Information Systems 3/261 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. Function Brief Description Workflow Information Data to be Responsible


NO. List required on transacted to Person
Screen to carry carry out the
out the functions functions
4 Pass Every shed staff is When a staff wants to request for Name. Employee Pass Section
application assigned a set of pass, he will have to fill the form Token no. Clerk
generation Privilege/School/Compli named ‘Application For Passes’ on Designation.
mentary passes yearly. the system kiosk. Type of pass SSE/SE
Department.
The pass record of each The application should reach the Pass Onward journey
employee is also Issuing Office at least 7 days before Office. details.
maintained by the pass the passes are required for use.
section. After filling the above details he has to Basic Pay. Return journey
manually submit that to the Pass details.
Every staff has to give section. Number of local
family declaration needs passes taken till Break journey
to be given which is Some entries which are left blank in date.
used for referencing for the Pass Application form are filled by Persons for
pass issue. Pass section. Number of foreign whom pass is
Then it is forwarded to S.S.E (Gen.) passes taken till required for
Also children’s for getting it sanctioned. date onward
education declaration is journey.
needed to be captured Pass section will keep a system
for issue of school pass generated request on record in hard Persons for
copy and give a confirmation on whom pass is
system about readiness of pass. required for
return journey.
Then the staff will check his account
periodically to check whether his pass
is ready or not.
If ready, he will collect it from pass
section.

Centre for Railway Information Systems 3/262 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. Function Brief Description Workflow Information Data to be Responsible


NO. List required on transacted to Person
Screen to carry carry out the
out the functions functions
5 Generation Muster roll contains all Daily Attendance is maintained by the Token Number City comp. Time office
of Muster the attendance, leave Time Office in the Muster roll.
Name. Allowance Incharge
Roll record of shed staff and Time Office fills the various entries in
With the help of Muster the Muster Roll and at the month end Father’s Name. From Date. O.S / Bill
roll Allowances for each forward the muster roll to Bill section. Section
Designation. City comp.
staff in every month is On every month Bill section prepares
computed. Absentee statement for preparation of Date of Allowance To
Muster roll and forward to divisional
Appointment. Date.
pay office for pay bill generation.
P.F. Account No.
Rest Day.
Daily attendance.

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

S. Function Brief Description Workflow Information Data to be Responsible


NO. List required on transacted to Person
Screen to carry carry out the
out the functions functions
interviews with Acknowledgement of receipt and
managers through their action summary will be made
employee self service available to the staff on their
screen. employee Screen as an alert.

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

S. Function List Batch/ Historic reports Analytical reports Online reports


NO.
1 Marking of Gate & Attendance-
sectional Attendance
Daily
Shift wise
Defined period wise
Monthly
2 Initial Marking of Summaries for pay period for all Status visible to each staff on his staff
special entries by categories. page.
sectional supervisor
on sectional Exception report of absenting staff
attendance. whose absence is not covered by
appropriate sanction to cover initial
indication by sectional supervisors

3 Leave application and Leave report – Daily


sanctioning Monthly

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.

6 Generation of Muster Monthly Absentee statement/ Section wise staff expenditure-


Roll Muster roll for pay bill preparation. monthly

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

Documents & Library Module

Centre for Railway Information Systems 3/267 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. Function Brief Description Workflow Information Data to be Responsible


NO. List required on transacted Person
Screen to carry to carry out
out the functions the
functions
1 Letter & Railway Board, HQ, RDSO and Letter originated from any office User name Addresses Each
circular DLW send letters to sheds 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
letter boxes on single click. repository status
1. An easy method of scanning and arrival alerts.
hardcopies directly to a repository Each receiver to be capable of
with provision of building meta data resending the letter to more in a Scan to repository
for intelligent searches. similar manner with comments. screen with
metadata capture
2. Send letters from one to many Each user to be able to search feature.
with a user friendly address book. his own repository.

3. Build user wise repository with


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 3/268 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. Function Brief Description Workflow Information Data to be Responsible


NO. List required on transacted Person
Screen to carry to carry out
out the functions the
functions
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
DLW will also have a drawings/ simple and user friendly. uploading.
manuals repository within the
library for use by sheds. Down loading will be simple
with provision of printability at
Each zone also maintains their own user end.
repository of drawings and
technical manuals. Neither drawings nor
documents will be editable.
All these documents and drawings
will be accessible to shed users Users will simple search, select
based on permissions. These and down load the documents
drawings are used for procurement for viewing or printing at their
and technical support for end.
maintenance.

Centre for Railway Information Systems 3/269 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

S. Function Brief Description Workflow Information Data to be Responsible


NO. List required on transacted Person
Screen to carry to carry out
out the functions the
functions
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
communication in the system. Search for
name &
addresses

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

Documents & Library Module Reports

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.

2. E-Library for 1. List of drawings zone wise 1. New arrivals alerts


drawings and
documents & 2. Version change alerts
manuals

3. On line directory 1. Directory – zone wise- unit wise 1. On-line search based related document
of all users. lists.

2. Search based lists of addresses.

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

S.NO. ITEM P.NO.

1. USE CASE 1 – Loco Reception and Berthing (LMS) 3/278-


3/279

2. USE CASE 2 – Lab Testing And Failure Investigation (LMS) 3/280-


3/281

3. USE CASE 3 – Repair job card generation, work assignment report 3/282-
and schedule work completion (Common) 3/283

4. USE CASE 4 - Yard Examination (FMM) 3/284

5. USE CASE 5 - RFID tags and Sub-assembly Demonstration 3/285


(Common)

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 USE CASE 1 – Loco Reception and Berthing (LMS)

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.

4. Main Scenario: (Max Marks: 10)

4.1 Loco reception planning: Allotted Marks: 3


1. Arrival forecast is seen by FOR who alerts SSE (Running).
2. SSE (running) decides locos to be accepted for maintenance after consulting
loco dispatch forecast of the day. Normally overdue schedule locos are
accepted as default.
3. SSE(running) takes approval of Sr. DME(D) for by passing due loco in case of
over crowding of the shed in exceptional cases.

4.2 Loco reception and berthing:

4.2.1 Smart Camera Function: Allotted Marks: 2

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.

4.2.2 Shed Control Function: Allotted Marks: 5

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

2 USE CASE 2 – LAB TESTING AND FAILURE INVESTIGATION (LMS)

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:

a) Primary Actor – CMS, CTA


b) Secondary Actor – Maintenance supervisor, Lab assistant.

3. Precondition

a) After loco berthing.


b) Failure information in case of failed locomotive from central application
c) After arrival of oil wagon in decanting point.
d) Dismantling of failure material.

4. Main Scenario: Maximum Marks : 10

4.1 Fuel, lube, coolant testing: Allotted Marks : 2

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.

4.2. Failure information capture (Unusual Occurrence): Allotted Marks: 2

1. In case of failures on line, PCR enters information in Central Application


(ROAMS) which becomes available on Shed Application. The PCR
categorizes failure as Failure or Unusual which also becomes visible on
shed system. On shed application, FOR is alerted and he may alert
selected incharges and officers on his judgment of seriousness
2. SSE/Running fills the technical cause of failure based on PCR information
(ROAMS). He fills improved technical details on the cause initially reported
by PCR.

4.3. Material failure Analysis: Allotted Marks : 4


1 CTA starts the failure investigation and assigns the supervisor for further
analysis.
2 After dismantling of failed sub assembly, failed materials are sampled by
lab on receiving a request from Maintenance supervisor. Request to

Centre for Railway Information Systems 3/280 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

originate on the system in user friendly manner. Samples are traceable to a


loco, assembly and vendor.
3 Lab testing is done and repots are posted on system by CMS and reports
are made available to respective section. The lab report is also made
available to SSE/Material Control for warranty claims on vendors.
4 CTA fills the investigated cause after complete analysis after arrival of loco
in shed and actual investigation.

4.4 Failure Investigation, Analysis & Reports: Allotted Marks: 2

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:

a) Primary Actor – Repair Supervisor


b) Secondary Actor - Technician (initial checker), staff, material issuer, record
room clerk, tool issuer etc.

3. Pre-Condition:

a) Rolling Stock berthing confirmation and repair supervisor assignment.


b) Section wise shift attendance already done.
c) Required Material stock available in store.

4. Main Scenario: (Max Marks: 20)

4.1 Man identification card: Allotted Marks: 4

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.

4.2 Association of Men with Shift: Allotted Marks: 2

1 Technicians and staff allotted according to the shift. A roster is maintained


by office to ensure that each worker gets statutory rest.
2 Pending jobs can be transferred to next shift. Also back log of previous shift
is visible for assignment in any shift along with last shift comments on
delay.

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

1 Generation of material and tool indent based on selection made by


Supervisor against each preventive Schedule or other than schedule repair
activity (Using Touch Screen).
2 Indent to become visible to assigned store/ tool room for issue to supervisor
assigned man.

4.5 Schedule work done capture: Allotted Marks: 4

1 Schedule work is captured by shift supervisor based on workmen reports by


marking ‘Done’ on schedule card on system and entering measured
readings where measurements are taken.Name of worker who has done is
confirmed by shift supervisor at the against each job based on work
assignment.
2 Work left incomplete to be included in shift hand over statement with
reasons.

Centre for Railway Information Systems 3/283 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

4 USE CASE 4 – Yard Examination (FMM)

1. Purpose:

a) Rake examination schedule based on calendar/ Kilometerage


b) Rake examination based on condition/ parameters
c) Material consumption & inventory based on examination
d) Job Distribution at yard

2. Actors :

a) Primary Actor – TNC/ SSE(C&W).


b) Secondary Actor – SE/JE and other artisans

3. Pre-Condition:

a) Schedule calendar for Rake.


b) Rake Arrival forecast issued by CYM and Divisional CCR from Central
application (ROAMS).
c) Rake advice (list of wagons)
d) Staff sectional attendance at yard
e) Required material stock available in store
f) FOIS application link for Rake details & arrival forecast( from rms module of
FOIS).

4. Main Scenario: (Max Marks: 10 )

4.1 Rake reception planning: Allotted Marks: 5

1 Arrival forecast of incoming rake is available to SSE(C&W) through system


alerts.
2 Arriving rake information, along with the special repair instruction, if any, will
be used to decide the required rake examination type.
3 Based on current rake examination type, system will prepare the essential
material requisition.
4 Gang is allotted by SSE(C&W) to examine the rake. Existing gang loads
should be visible.
5 Engagement of yard maintenance line should be visible graphically with
suggestion of placement by system based on expected arrival of new rake
& pullout targets for rakes under maintenance.

4.2 Rake Examination (PDA based Function ): Allotted Marks: 5

1 After placement, rake is examined by SE(C&W) by selecting wagon from


rake advice.
2 Wagon parts to be examined are selected by touching a graphic image of
wagon.
3 Part and component are captured by touch selection for each wagon.
4 Special repairs done selected from list.
5 Rake ready target given.

Centre for Railway Information Systems 3/284 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

4 USE CASE 5 - RFID tags and Sub-assembly Demonstration (Common)

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:

a) Primary actor - Staff, Assembly section incharge

3. Pre-Condition :

a) Receipt of new assembly.


b) Issuing of assembly to Rolling Stock.

4. Main Scenario: Maximum Marks: 10

4.1 RFID tags for Assembly tracing: Allotted Marks: 6

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.

4.3 Kiosk demonstration: Allotted Marks: 4

1 Ergonomic comfort of design for the users (3D Prototype Model).


2 Sturdiness of design for field use and choice of material.

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

3.12 SAMPLE SHED SCENERIO

INDEX
S.NO. ITEM P.NO.

Shed Scenario for Shed Configuration


1 3/288-
3/289

2 Loco Holding/Type 3/289


3/289
3 Schedule Types
3/289-
4 Berth
3/290
5 Loco Component 3/290

6 Staffs 3/291

7 Sections 3/291

8 Gang 3/292

9 Supervisors 3/292

10 Shunter 3/292

11 Shed Controller 3/292

12 SSE Running 3/293

13 Lab Incharge 3/293

14 Sr DME 3/293

15 DME 3/293

16 AME 3/293

17 Material List 3/293-


3/294

18 Tool List 3/294

19 Sub Assembly 3/294

Centre for Railway Information Systems 3/286 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

20 Assembly hierarchy 3/295

21 Schedule Activity for Trip/ Monthly/ 4monthly 3/296

22 Critical Machine 3/297

23 Repair Book Entries 3/297

24 Labor cost & Hour 3/297

25 Material cost 3/298

26 Assembly Cost 3/298

27 Tool Cost 3/298

Centre for Railway Information Systems 3/287 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

1. Shed Scenario for Shed Configuration

Shed Objects Qty

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

1968 65 / 27 19062 - Air


WDS- 9500 /
- DLW C 600 (ML / 60 3 19086 - Dual
4 18000
1969 S) 19108 - Air

3. Schedule Types:

Schedule Name No. Days /Months Schedule


Indicator
Trip 15 days T1
Monthly 60 days M-2
Quarterly 4 months M-4

4. Berth:

Graphical representation of 6 berths and assignment of loco to berth

Section No. of Berth


berth number

Mail/Mech. 2 251, 252

Centre for Railway Information Systems 3/289 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

Light repair 2 231, 232

Heavy 2 241, 242


repair

5. Loco Component:

S. No Component Name S. No.


1. Turbo Charger 10212822
2. Governor 15815830001V00
3. Cylinder Head 10040067
4. Expresser 10120725
5. Tacho generator 35781230022V00
6. Fuel Pump Motor 11434417
7. Tachometer Generator 10330136
8. Fuel Pump /Governor Pump 10211767
9. Fuel Booster Pump 11440028
10. Radiator 11051607
11. RTTM 11328666
12. Auxiliary Generator 35880530006
13. Exciter Generator 10160220
14. Eddy Current Clutch 10070400
15. Grid Blower Motor (BKBL) 25781330002V00
16. Axle Generator 15815830001V00
17. EP Contactor 10040055
18. Electro Magnetic Contactor 10120579

Centre for Railway Information Systems 3/290 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

6. Staffs:

S. No. Name Token No. Grade Section

1. FAQIR CHAND 1883 Grade-I Air Brake


2. RAGHUVIR SINGH 1955 Grade-I Light Repair
3. S.R. MEENA 1965 Grade-I Heavy Repair
4. MAHIPAL SINGH 2041 Grade-I Mail/Mech.
5. RAJ PAL SINGH 2150 Grade-I Control Room
6. AMAR SINGH-I 2175 Grade-II Main Tool Room
7. DAL CHAND 2176 Grade-II Air Brake
8. NETRA PAL DAHIYA 2200 Grade-II Light Repair
9. SUBHASH CHAND BHARTI 2225 Grade-II Heavy Repair
10. KRISHNA RAM 2250 Grade-II Mail/Mech
11. AMIT SHARMA 2275 Grade-II Main Tool Room
12. RAM KISHORE 2300 Grade-II Air Brake
13. AMAR SINGH-2 2325 Grade-II Light Repair
14. Smt. RAJ KUMARI 2350 Grade-II Heavy Repair
15. PUSHPENDER KUMAR 2375 Grade-III Mail/Mech
16. Smt. KRISHNA KUMARI 2400 Grade-III Main Tool Room
17. Smt BHAGWATI NEGI 2425 Grade-III Air Brake
18. SATISH KUMAR 2450 Grade-III Light Repair
19. V.K. SAXENA 2475 Grade-III Heavy Repair
20. Md. ALI 2500 Grade-III Mail/Mech
21. ASHWANI KUMAR 2525 Grade-III Main Tool Room
22. SUKHDEV SINGH 2550 Grade-III Air Brake
23. KAILASH CHAND 2575 Grade-III Light Repair
24. RAM DEO 2600 Grade-III Heavy Repair
25. RISHI PAL KALRA 2625 Grade-III Mail/Mech
26. KISHAN SINGH 2650 Grade-III Air Brake
27. TARUN KUMAR KALRA 2675 Grade-III Spare Cell
28. AMARENDU DUTTA 2700 Grade-III Fuel
29. ROHIT ROY 2725 Grade-III Mail/Mech

7. Sections:

Section No. Section name

21 MAIN TOOL ROOM


22 AIR BRAKE
23 LIGHT REPAIR
24 HEAVY REPAIR
25 MAIL/MECH
26 CONTROL ROOM

Centre for Railway Information Systems 3/291 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

8. Gang:

S. No. Gang-In Total No. of Job Token no of Staff


charge persons in gang involved

1 2725 10 Under 1270,883,1955,1965,2041,


frame 2150,2175,2176,2200
2 2675 10 Upper 2225,
frame 2250,2275,2300,2325,
2350, 2375, 2400, 2425
3 2700 10 Engine 2450,
room 2475,2500,2525,2550
2575,2600,2625,2650

9. Supervisors:

S. No. Name Token No. Grade Section

1 Deepak Kalra 1920 JE I Air Brake


2. R. Bhatt 3756 JE I Mail/Mech.
3. S. Meena 1922 JE II Air Brake
4. R. mishra 3759 JE II Mail/Mech.

10. Shunter:

S. No. Name Token No. Grade Section

1 Raj Pal Singh 2150 Grade-I Control Room


2. Amar Singh 2175 Grade-II Control Room

11. Shed Controller:

S. No. Name Token No. Grade Section

1 Rakesh Kumar 4404 FOR CONTROL ROOM

Centre for Railway Information Systems 3/292 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

12. SSE Running:

S. No. Name Token No. Grade Section

1 Rajesh Yadav 5505 SSE Running/MECH

13. Lab Incharge:

S. No. Name Token No. Grade Section

1 R. Vishwakarma 6505 CMT Lab

14. Sr DME:

S. No. Name Token No. Grade Section

1 Sachin Sharma 8808 SSE TKD

15. DME:

S No. Name Token No. Grade Section

1 Laxman Singh 7710 DME RUNNING

16. AME:

S No. Name Token No. Grade Section

1 Ravikant pandey 7707 AME Running/MECH

17. Material List:

PL NO ITEM

10080480 After cooler assembly


10140244 Air & exhaust push rod lifter only
10050656 Air & exhaust push rod lifter unit
10160115 Air & exhaust valve spring
10150043 Bearing shell in con. Rod
10150055 Bearing shell in con.rod
22820143 Bellows connector, lower
10080715 Bellow Connector Lower Assembly
22820147 Blower Shaft Assembly

Centre for Railway Information Systems 3/293 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

10140724 Bolt SPL Con: Rod to Cap


10150109 Bushing in lifter
10030219 Cam shaft
10211226 Cam roller bushing
10120725 Crankshaft for expressor Cylinder (Sleeve Lower liner fit)
10040067 Cylinder Head Complete
10120579 Cylinder Liner (Chrome Plated)
10122515 Exhaust air guide
10130974 Floating bushing for Fuel Pump Lifter

18. Tool List

S. No Tool Name Size

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

19. Sub Assembly: Traction Motor

SL NO ITEM

10080480 Armature Coils


10140244 Edge wound Coils
10050656dd Field Coils
1016-0115df Rotor Coils
101-50043dfv Specialty Coils
1015-0055fvv Stator Coils
2282-0143vfd Leads and Connections
1008-0715dfv Commentators
2282-0147fdv Motor Shafts
10-140724vfd Coil Sets
1015-0109dfv Laminations
10030-219vcv Bearings
10-211226trh Pinion Bearings
1012-0725uti CE Bearings
10040-067yio Brushes
10-120579yik Brush Holders
1012-2515uytk Winding Supplies
101309-74yil Insulation Materials
10130979-il99 Banding Straps

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

21. Schedule Activity for Trip/ Monthly/ 4monthly:

S. Item to examined /overhaul Condition/ Signature Signat


No. Action and T. No of ure of
Taken DSL JE/SE
Machanic
1 Expresser Official test
2 Check tightness of foundation and for mounting
bolt of:
2.1 Expresser
2.2 Filters
2.3 lube oil Cooler
2.4 Air brake cylinder
2.6 Cattle Guard
2.7 Buffers
2.8 Gear cases(TM)
3 Check elbow and adopter for any checks and
damages. Replace hose and clamps
4 Overhaul the turbo super charger
5 Overhaul oil bath air intake offer
5.1 After cooler (Conventional)
5.2 Compressor Governor
5.3 Over speed trip Assemble
6 6.1 Top up oil in suspension bearing and clean
wick assemblies.
6.2 Check wear in motor nose suspension add
shims, if necessary.
6.3 Check condition of nose suspension of
bolts, split pin etc. renew, if necessary.
7 Test all air and vacuum gauge with master
gauge, replace /repair if necessary
8 Blow down and clean control main and auxiliary
reservoirs.
9. Check and tighten the breaking system.
10. Inspect gasket & diaphragm for deterioration,
renew if necessary in crank case.
11. Check for internal leakage and cracks in
chimney.
12. Examine the fuel oil system.
13. Examine the lube oil system.
14. Testing the pressure vessels.
15. Check calibration in Speedo meter.

Centre for Railway Information Systems 3/296 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

22. Critical Machine:

S. No. Machine name Machine No.

1 Wheel lathe 3002


2 EOT crane 302

23. Repair Book Entries:


S. No. Loco No Repair Booked Date & Time of
Booking

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

24. Labor cost & Hour:

Type of Schedule Cost of labour/day Hours

Trip Skilled 329.44/day 8(1 shift)


Un skilled 458.88/day 16(2 shift)
Supervisor 258.88 4 (1/2 shift)
Monthly Skilled 329.44/day 16(2 shift)
Un skilled 458.88/day 32(4 shift)
Supervisor 517.76 8(1 shift)
Quarterly Skilled 329.44/day 32(4 shift)
Un skilled 458.88/day 64(8 shift)
Supervisor 517.76 24(3 shift)

Centre for Railway Information Systems 3/297 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

25. Material cost:

Type of Material Type of Schedule Cost

Stocked items Trip 3722


Monthly 6684
Quarterly 25789
Non stock item Trip 1200
Monthly 1823
Quarterly 3725

26. Assembly Cost:

Type of schedule Type of assembly Cost

Trip -Nil- --
Monthly Loco battery 7529
Quarterly Engine & mechanical 18568
auxiliary

27. Tool cost:

Type of schedule Tool Cost

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

3.13 SAMPLE DEPOT SCENERIO

INDEX
S.NO. ITEM P.NO.

1 SAMPLE DEPOT/ YARD DATA 3/300

2 Critical Items related to Wagon 3/301

3 Non Depot Personal related to Wagon 3/301

4 Various repair centres/sections in a depot: 3/301

5 Schedule 3/302

6 Staffs 3/302

7 Line Placement 3/303

8 Wagon Details 3/303

9 Workflow of Depot 3/304

Centre for Railway Information Systems 3/299 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

1. SAMPLE DEPOT/ YARD DATA

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

2. Critical Items related to Wagon

S. No. P. L. No. Description


1 38125328 Control Rod For BCN
2 38107028 Knuckle Pin
3 38140949 Bk. Block Key
4 38146630 Bogie End Pull Rod
5 38146642 Bogie Bk. Push Rod
6 38147701 Slack Adjuster DRV 2
7 38981415 Distributor Valve
8 38981622 Elastomric Pad
9 38135887 Knuckle THE
10 38972323 Bk. Block Composition

3. Non Depot Personal related to Wagon

S. No. Post Name Department


1 CCR/Division Mr. Pawan Bhaudria Division Control
2 CYM/Yard Mr. Ceema Singh Operating/ Traffic
3 NTXR/IRCA Mr. Navin Gupta IRCA
4

4. Various repair centres/sections in a depot:-

Section No. Section Name

11 Body section

12 Bogie section

13 Wheel reconditioning/Lathe Section

14 Black smithy section

15 Material Store Section

16 Machine shop & material reclamation

17 C&W Training Centre

18 Air Brake 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:-

Examination Duration Wagon Type OPRS validity Task done


Name
Intensive 2 Hr. and 30 BLC and all After test Survey from
Min. 2 Hr. and other wagons completion 15 days both sides
30 Min. or 6000 km which +Detection of
ever is heat points+
earlier major repair
Premium 5 Hr. BOXN and 12 + 3 days (grace Intensive
BCN only period in case the examination +
wagon is loaded major repair
and headed to
some destination.)
Terminal 4 Hr. and 30 Any wagon Source to more or less
Min. Destination Intensive
examination +
major repair

6. Staffs:-

Name Token Grade Section Skills Acquired


FAQIR CHAND 1883 Air Brake
RAGHUVIR SINGH 1955 Material Store
S.R. MEENA 1965 Body Section Welding, Fitting
RAJ PAL SINGH 2150 C&W Training
AMAR SINGH-I 2175 Wheel Section
DAL CHAND 2176 Air Brake
NETRA PAL DAHIYA 2200 Material Store
SUBHASH CHAND 2225 Boogie Section
AMIT SHARMA 2275 Wheel Lathe
RAM KISHORE 2300 Air Brake
AMAR SINGH-2 2325 Material Store
Smt. KRISHNA 2400 Grade- Wheel Lathe
Smt BHAGWATI 2425 Grade- Air Brake
SATISH KUMAR 2450 Grade- Material Store
ASHWANI KUMAR 2525 Grade- Wheel Lathe
SUKHDEV SINGH 2550 Grade- Air Brake
KAILASH CHAND 2575 Grade- Material Store
KISHAN SINGH 2650 Grade- Air Brake

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

Line No. Work Yard/Depot


Line-1&2 Intensive Yard
examination
Line-3&4 Premium Yard
examination
Line-5&6 Terminal Yard
examination
Line-7,8&9 ROH Depot
Line- 10,11 Sick line Depot

8. Wagon Details:-

Type of Railway Gauge Brake Yr.Built


Wagon Type
BOXN NR BG Air Brake 1999
BTPN NCR BG Air Brake 2002
BLCA/BLCB NR BG Air Brake 2006

Centre for Railway Information Systems 3/303 रे लवे सूचना ूणाली केन्ि
Tender for FMM & LMS Annexure to Tender Document Part-II

Goods Train/Rake Rake Data from FOIS

Rolling-In Examination Hot Box feeling

Yard Placement Arr. time/ Dept. time/ Line No. capture

BPC Invalid BPC Valid By pass

Rake offered to SSE/C&W for Intensive Examination by Operating Dept. based on Offering Memo

Attached Wagon’s parameter checking of Rake Based on Wagon specifications

Yard/Depot/Sickline placement of wagons by Operating Dept.

ROH (Scheduled) Other (Non-Scheduled)

Sick Wagon POH/NPOH Booking

Repair Work Attended by Depot/Sickline

Offer to NTXR

FIT/UNFIT Memo generation

Fit Wagon offered to Operating Dept.

Centre for Railway Information Systems 3/304 रे लवे सूचना ूणाली केन्ि

Potrebbero piacerti anche