tender no[1]. 2009crisgm p-ii lms-fmm tender 08-09-29!05!09_

407
1

Upload: arpit-sharma

Post on 07-Apr-2015

314 views

Category:

Documents


17 download

TRANSCRIPT

Page 1: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

1

Page 2: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

2

INDEX

PAGE NO. S. No. DESCRIPTION

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 HARDWARE

3/2 3/20

3.2 ANNEXURE 2.II: TECHNICAL SPECIFICATIONS AND INSPECTION PROCEDURE FOR NETWORK ITEMS.

3/21 3/54

3.3 ANNEXURE 2.III: CENTRAL DATA CENTRE ARCHITECTURE SCHEMATIC

3/55 3/55

3.4 ANNEXURE 2.IV: SHED NETWORK (LAN) SCHEMATICS

3/56 3/62

3.5 ANNEXURE 2.V: LIST OF ADDRESSES OF CONSIGNEES AND OTHER PROJECT CONTACT PERSONS OF RAILWAYS

3/63 3/65

3.6 ANNEXURE 2.VI: PROJECT MILE STONES FOR FMM (SCOPE –A)

3/66 3/67

Page 3: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

3

PAGE NO. S. No. DESCRIPTION

FROM TO

3.7 ANNEXURE 2.VII: PROJECT MILE STONE FOR LMS (SCOPE-B)

3/68 3/69

3.8 ANNEXURE 2.VIII: SYSTEM SOFTWARE: TECHNICAL REQUIREMENTS

3/70 3/82

3.9 ANNEXURE 2.IX: FMM APPLICATION (USER REQUIREMENTS) & BUSINESS PROCESSES.

3/83 3/177

3.10 ANNEXURE 2.X: LMS APPLICATION (USER REQUIREMENTS) & BUSINESS PROCESSES.

3/178 3/276

3.11 ANNEXURE 2.XI POC USE CASES FOR FMM DEPOT AND LMS SHED APPLICATION

3/277 3/285

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

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

Page 4: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 1/1 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Tender Document Part-I

1.

TENDER DOCUMENT PART-I

“INSTRUCTIONS TO TENDERERS & GENERAL CONDITIONS OF CONTRACT”

Page 5: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 1/2 रेलवे 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:

Tender No: 2009/CRIS/GM P-II/ FMM-LMS Tender/09-10 dt: 29/05/09 Place of dropping tenders and venue for all tender related activities: CRIS, 3rd Floor,

Pragati Maidan Metro Campus, Pragati Maidan, New Delhi.-110002 Mode of tendering: Open (Advertised) tender Type of tender : Two bid packet. Estimated cost of work: Rs. 10 Crores (including both FMM and LMS scopes) Time and date of Pre-Bid conference: 1100 Hrs on 04/06/09 at Main conference hall

CRIS Last date for reply to Pre-Bid queries of Bidders: 16/06/09 Last date and time for tender sale/down loading: 1800 Hrs on 02/07/09 Last Date and time of submission of tender ( tender box closing) : upto 1500 Hrs. on

03/07/09 Date and time of opening of tender: At 15.30 hrs on 03/07/09 Earnest money: Rs. 2,00,000 (Rs. Two Lakhs only). 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

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.

Page 6: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 1/3 रेलवे 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

Page 7: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 1/4 रेलवे 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

Page 8: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 1/5 रेलवे 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.

Page 9: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 1/6 रेलवे 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

Page 10: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 1/7 रेलवे 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.

Page 11: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 1/8 रेलवे 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.

Page 12: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 1/9 रेलवे 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

Page 13: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 1/10 रेलवे 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.

Page 14: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 1/11 रेलवे 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.

Page 15: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 1/12 रेलवे 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.

Page 16: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 1/13 रेलवे 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:

Page 17: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 1/14 रेलवे 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

Page 18: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 1/15 रेलवे 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.

Page 19: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 1/16 रेलवे 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.

Page 20: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 1/17 रेलवे 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.

Page 21: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 1/18 रेलवे 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.

Page 22: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 1/19 रेलवे 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

Page 23: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 1/20 रेलवे 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.

Page 24: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 1/21 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Tender Document Part-I

1.4

ANNEXURES TO TENDER DOCUMENT PART-I

Page 25: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 1/22 रेलवे 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)

Page 26: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 1/23 रेलवे 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.

Page 27: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 1/24 रेलवे 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. & date

Items supplied and date completed

Contact person & Tel. No.

Date:

Signature:

Name:

Company:

Seal:

Page 28: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 1/25 रेलवे 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 tender document part-II

Consignee site locations Nearest service centre address

Service Contact person & Tel. No.

Date:

Signature:

Name:

Company:

Seal:

Page 29: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 1/26 रेलवे 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)

Page 30: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 1/27 रेलवे 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

Page 31: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 1/28 रेलवे 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.

Page 32: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 1/29 रेलवे 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:

Page 33: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 1/30 रेलवे 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.

Page 34: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 1/31 रेलवे 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)

Page 35: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 1/32 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Tender Document Part-I

1.5 CHECK LIST FOR TENDERERS

Page 36: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 1/33 रेलवे 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

Page 37: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/1 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Tender Document Part-II

2.

TENDER DOCUMENT PART-II

Page 38: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/2 रेलवे 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 Works

2/46

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

Page 39: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/3 रेलवे 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

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.

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.

Page 40: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/4 रेलवे 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.

Page 41: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/5 रेलवे 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.

Page 42: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/6 रेलवे 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

Page 43: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/7 रेलवे 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.

Page 44: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/8 रेलवे 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.

Page 45: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/9 रेलवे 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.

Page 46: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/10 रेलवे 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

Page 47: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/11 रेलवे 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.

Page 48: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/12 रेलवे 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.

Page 49: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/13 रेलवे 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

Location of installation

Total Locations

Total Quantity

A Hardware for Central Data Centre 1. DB server -

Server Type A (as per Tender Doc part 2 Annexure 2.I item 3.1.1)

Nos. 1 CRIS 1 1

2. Portal/ web server - Server Type B (as per Tender Doc part 2 Annexure 2.I item 3.1.2)

Nos. 1 CRIS 1 1

3. Application server - Server Type B (as per Tender Doc part 2 Annexure 2.I item

Nos. 1 CRIS 1 1

Page 50: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/14 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Tender Document Part-II

S.N. Item Description Unit Quantity /Location

Location of installation

Total Locations

Total Quantity

3.1.2) 4. Development server -

Server Type B (as per Tender Doc part 2 Annexure 2.I item 3.1.2)

Nos. 1 CRIS 1 1

5. Testing /Training Server - Server Type B (as per Tender Doc part 2 Annexure 2.I item 3.1.2)

Nos. 1 CRIS 1 1

2 HQ 2 4 2 Division 3 6 1 RDSO 1 1 1 Rly. Board 1 1 6 CRIS 1 6

6. Desktop Nos.

Total 18 2 HQ 2 4 2 Division 3 6 1 RDSO 1 1 1 Rly. Board 1 1 1 CRIS 1 1

7. Deskjet/Inkjet Printers Nos.

Total 13 2 HQ 2 4 2 Division 3 6 1 RDSO 1 1 1 Rly. Board 1 1

8. UPS 500VA (Offline) Nos.

Total 12 1 HQ 2 2 1 RDSO 1 1

9. High speed scanners Nos.

Total 3 10. Hand-Held PDAs without RF-

ID reader Nos. 2 Div. 3 6

11. Laser Printers Nos. 2 HQ 1 2

Page 51: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/15 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Tender Document Part-II

S.N. Item Description Unit TKD (Qty)

DDL (Qty)

DER (Qty)

Total

LocationsTotal

QuantityB. Hardware for three Freight Depots

1 Touch Screen Kiosks with Fixed RF-ID reader Nos. 3 1 2

3 6

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

5 Handheld PDAs without RF-ID reader Nos. 3 2 2

3 7

6 Handheld PDAs with RF-ID reader Nos. 3 2 2 3 7

7 RFID Assembly Tags (Set of 100) Sets 6 3 3 3 12

8 RFID Employee Tags (Set of 100) Sets 8 1 1

3 10

9 Laser Printers Nos. 1 0 0 3 1

10 Deskjet Printers Nos. 2 2 2 3 6

11 E-Pens Nos. 3 2 2 3 7

S. No.

Item Description Unit Location 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

all accessories as per specifications Nos. CRIS 1

Page 52: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/16 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Tender Document Part-II

S.N. Item Description Unit Quantity /Location

Location of installation

Total Locations

Total Quantity

D System Software licenses/ CALs without Annual Technical Support 1. Data base server licenses -

production with clustering for use with ERP application

CPU- based license

2 CRIS 1 2

2. Data base server licenses - production with clustering for use with Central application

CPU- based license

1 CRIS 1 1

3 App / web server licenses -Production for use with ERP application

CPU- based licenses

2 CRIS 1 2

4. Portal server licenses - Production

CPU- based licenses

1 CRIS 1 1

5. App & web Server licenses - development

CALs 5 CRIS 1 5

6. App & web Server licenses - Testing & Training

CALs 5 CRIS 1 5

5 Depots 3 15 2 Head Quarters 2 4

1 Divisions 3 3 1 Railway Board 1 1 2 CRIS/ Dev 1 2

7.

BI user licenses (Depot users are ERP/EAM Users)

Named user licenses

Total 25 6 Depots 3 18 5 NR/HQ,NCR/HQ 2 10 2 divisions 3 6 4 Board 1 4 3 RDSO 1 3 2 CRIS/Dev 1 2 1 Other/depots 97 97

8. DMS user licenses (Depot users are ERP/EAM Users)

Named user licenses

Total 140 9. Database server licenses

for Development - CALs 5 CRIS 1 5

10. Database server licenses for training/testing -

CALs 5 CRIS 1 5

11. Anti virus licenses (existing E-trust)

CALs 28 TKD,DER & DDL Depot, HQs.,

RDSO, Rly.Bd., Divs.

1 28

Page 53: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/17 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Tender Document Part-II

S.N. Item Description Unit Quantity /Location

Location of installation

Total Locations

Total Quantity

12. OS licenses for servers Server license

5 CRIS 1 5

E. ERP/EAM licenses for Depot Application 15 TKD Depot 5 DER Depot

1 ERP Users Licensing at 3 depots

Named user licenses

5 DDL Depot

25

S.N.

Item Description Unit TKD (Qty)

DDL (Qty)

DER (Qty)

Spare (Qty)

Total Locations

Total 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 +2 LAN Port +1 ISDN)

Nos. 0 0 1 0 3 1

2 Layer 2 Switch (24 Port 10/100 Mbps + 2 OFC port) Type-IV

Nos. 5 2 2 1 3 10

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)

4 Port Nos. 1 2 0 1 3 4

6 2 Mbps Modem Pair( G.703+V.35)

Nos. 0 0 4 0 3 4

G. Wireless and Patch Cords

1 Wireless Bridge Device Point to Point (Outdoor)

Nos. 1 1 1 0 3 3

2 Wireless Bridge Device Point to Multi Point ( Outdoor)

Nos. 1 0 0 0 3 1

3 Wireless Access Point Nos. 7 2 2 0 3 11 4 Category-6 1 meter

UTP Patch Cord, with tangle free plug, TIA/EIA-568-B.2-1

Mtrs. 10 3 4 0 3 17

5 Category-6 2 meters UTP Patch Cord, with tangle free plug,TIA/EIA568-B.2-1

Mtrs. 10 3 4 0 3 17

6. Wire Guided Mast ( At Least 15 meter )

Nos. 4 2 2 0 3 8

Page 54: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/18 रेलवे 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

1. Laying and supply of Category-6 UTP Cable as per specifications Mtrs 500 300 400 1200

2. Laying and supply of Category-6 STP Cable as per specifications Mtrs 150 0 0 150

3.

Installation, termination and supply of Category-6 Wall I/O with modular Face Plate and PVC Gang Box as per specifications

Nos. 10 3 4 17

4.

Installation, termination and supply of Category-6 UTP I/O for Patch Panel with toolless termination as per specifications

Nos. 20 6 9 35

5.

Installation and supply of Modular 24-slot Patch Panel with removable snap-in Face Plates and labels as per specifications

Nos. 5 2 2 9

6. Laying and supply of 1" PVC Conduit / Pipe with all necessary accessories Mtrs. 300 100 100 500

7. Laying and supply of 0.5" PVC Channel with all necessary accessories

Mtrs. 100 50 50 200

8. Laying and supply of 1" PVC Channel with all necessary accessories Mtrs. 100 50 50 200

9. Laying and supply of 1” PVC Flexible Pipe with all necessary accessories Mtrs. 10 5 5 20

10. Certification of UTP Nodes Nos. 10 3 4 17 11. Feruling & Labeling (per node) Nos. 10 3 4 17

B. Racks installation works

1

Installation and supply of Rack 12U Wall mount including all accessories as per specifications

Nos. 0 0 1 1

2

Installation and supply of Rack 9U Wall mount including all accessories as per specifications

Nos. 5 2 1 8

Page 55: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/19 रेलवे 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 system requirements. Documentation, gap analysis, customization, development. Lab testing of ERP/EAM based Depot application modules.

CRIS 1

2 Complete Depot specific customization and implementation of Depot application package upto commissioning & Go – Live at each Depot

3 Depots (DDL/TKD/DER) 3

3 ROAMS-FMM: 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

CRIS 1

4 Complete customization and implementation of respective Central Modules at different pilot locations upto commissioning & Go – Live at each location.

Three Pilot Wagon Depots , Two Zonal HQs, Three Divisional Controls, RDSO and Railway Board

10

5 Lab load testing to ensure scalability of 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.

CRIS 1

S.No Item Descriptions Unit Qty/ Loc. Location

Covered Total Location

Total Qty

B Training and Workshops

45 CRIS 1 45 25 Depots 3 75

1 FMM Depot Application Core Team Training (Max. Batch Size-15)

Trainee Man-days

Total 120

Page 56: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/20 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Tender Document Part-II

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

Total Location

Total Qty

50 CRIS 1 50 5 Railway Bd.,

2 Zonal HQs, 3 Divisions, RDSO

7 35 2 Central Application Core Team

Training (Max. Batch size – 20)

Trainee Man-days

Total 85 3 End user Training for Depot

Application users at Depots (Batch of 15)

Trainee Man-days

20 Depots 3 60

4 End user Training for Central Application at CRIS (Batch of 15)

Trainee Man-days

10 All FMM locations other than Depots

7 70

5 Officers Familiarization and Training - one day Workshop (Batch size – 50)

Event 3 Common for all 3

5 CRIS 1 5 5 Depots 3 15

6 Network Training (Batch Size – 10)

Trainee Man-days

Total 20

S.N. Item Description

Locations of installation

Total Locations

C Annual Technical Support for OS and other System Software ( in no. of years after project commissioning )

1 Annual Technical Support for Production , Development and testing environments - OS, Database Server, Application/ Portal server, BI and DMS

Years 1 (for CRIS)

2 ATS on ERP/EAM package licenses

Years 1 ( for 25 ERP Users)

S.No Item Descriptions Unit Qty/ Loc.

Location Covered

Total Location

Total Qty

D Additional On site Application hand holding Support after each site commissioning 1 Depot Application Support Man-days 20 Three Depots

(TKD/DDL/DER)3 60

2 Central Application and ROAMS Portal Support at Zonal and Div. HQ

Man-days 10 Two HQs, Three Divisions

5 50

Page 57: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/21 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Tender Document Part-II

3 Central Application and ROAMS Portal Support at all other project locations

Man-days 10 Railway Board, RDSO

2 20

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.

Page 58: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/22 रेलवे 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.

No.Item Description Unit Quantity

/LocationLocation of installation

Total Locations

Total Quantity

A Hardware for Central Data Centre 1. DB server

Server Type A (as per Tender Doc part 2 Annexure 2.I item 3.1.1)

Nos. 1 CRIS 1 1

2. Portal/ web server - Server Type B (as per Tender Doc part 2 Annexure 2.I item 3.1.2)

Nos. 1 CRIS 1 1

3. DMS server/BI/Reporting - Server Type B (as per Tender Doc part 2 Annexure 2.I item 3.1.2)

Nos. 1 CRIS 1 1

4. Application server - Server Type B (as per Tender Doc part 2 Annexure 2.I item 3.1.2)

Nos. 1 CRIS 1 1

5. Backup/Antivirus Server - Server Type C (as per Tender Doc part 2 Annexure 2.I item 3.1.3)

Nos. 2 CRIS 1 2

6. Server Racks and accessories(36 U)

Nos. 1 CRIS 1 1

7. External FC Storage with fibre 8 port SAN switch and connecting cable set (as per Tender Doc part 2 Annexure 2.I item 20)

Set 1 CRIS 1 1

8. IP Enabled KVM Switch with Nos. 1 CRIS 1 1

Page 59: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/23 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Tender Document Part-II

S. No.

Item Description Unit Quantity /Location

Location of installation

Total Locations

Total Quantity

console 9. Tape Library with necessary

cables and accessories Nos. 1 CRIS 1 1

10. Laptops Nos. 3 CRIS 1 3 10 CRIS 1 10 4 NR HQ 1 4

11. Desktops Nos.

Total 14 12. E-pen Nos. 1 CRIS 1 1

3 CRIS 1 3

4 HQ 1 4

13. Hand held PDA without RF-ID reader

Nos.

Total 7 14. Touch screen kiosk with fixed

RF-ID Reader Nos. 1 CRIS 1 1

15. Printers -Multifunction device Nos. 1 CRIS, Board, NR/HQ

4 4

16. High speed scanner Nos. 1 NR/HQ, RDSO,

2 2

B Shed Hardware and automation equipment 1 Shed Anti Virus PC Nos. 1 Each Shed 3 3 2 Smart camera with lights and

mountings Nos. 1 Each shed 3 3

3 Touch screen Kiosks with fixed RF-ID Readers

Nos. 6 Each shed 3 18

4 Desktops Nos. 12 Each shed 3 36 5 Hand held PDA without RF-ID

reader Nos. 3 Each shed 3 9

6 Hand held PDA with RF-ID readers

Nos. 3 Each shed 3 9

7 RF-ID Employee Tags( sets of100)

Sets 12 Each shed 3 36

8 RF-ID Assembly Tag(set of 100)

Sets 5 Each shed 3 15

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

Page 60: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/24 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Tender Document Part-II

S. No.

Item Description Unit Quantity /Location

Location of installation

Total Locations

Total Quantity

1 Data base server licenses - production with clustering for use with ERP application

CPU- based license

2 CRIS 1 2

2 Data base server licenses - production with clustering for use with Central application

CPU- based license

1 CRIS 1 1

3 App / web server licenses -Production for use with ERP application

CPU- based licenses

2 CRIS 1 2

4 Portal server licenses - Production

CPU- based licenses

1 CRIS 1 1

8 Sheds 3 24 2

Head Quarters

1 2

1 Divisions 3 3 DLW, DMW 1 RLY. Board

3

3

3 CRIS/ Dev 1 3

5

BI user licenses

Named user licenses

Total 35 10 Sheds 3 30 5 NR/HQ 1 5 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

9 DMS user licenses -

Named user licenses

Total 90 12 Storage Management ware

with agents for 2 data base servers

Set 1 CRIS 1 1

13 Anti virus licenses (existing E-trust)

CALs 20 Sheds 3 60

14 OS licenses for servers Server license

6 CRIS 1 6

D ERP/EAM Shed Application licenses

Page 61: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/25 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Tender Document Part-II

S. No.

Item Description Unit Quantity /Location

Location of installation

Total Locations

Total Quantity

25 sheds 3 75 1 Users Based Licensing Shed application (ERP users)/ CRIS (development users)

Named user licenses

Total 75

S.No. Description Units LKO TKD LDH Spare Total

E

Shed Network – Active items (Requirement of the following items varies from shed to shed based on actual field survey. Hence the quantities are given shed wise.)

1. Router (4 WAN ports + 2 LAN ports +1 ISDN) Nos 1 1 1 1 4

2. Layer 2 Switch Type- I (24 10/100 + 2 x 1000 GB Fiber Ports)

Nos 5 4 4 3 16

3. Layer 2 Switch Type-II 24 Ports Nos 2 0 1 1 4

4. Media Converter (MM) 10/100 (in Pair) Nos 5 5 1 3 14

5. Modem Pair 2MBPS (G.703 + V.35) Nos 1 1 1 1 4

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

1. Wireless Bridge Device Point to Point (Outdoor) Nos 2 4 2 2 10

2. Wireless Access Point Nos 4 4 4 3 15

3. Wire Guided Mast ( At Least 15 meter ) Nos 2 4 2 0 8

4. Category-6 1 meter UTP Patch Cord, with tangle free plug, TIA/EIA-568-B.2-1

Nos 51 37 36 0 124

5. Category-6 2 meters UTP Patch Cord, with tangle free plug,TIA/EIA-568-B.2-1

Nos 51 37 36 0 124

6. SC-SC Style Multimode50/125 micron Duplex Patch Cord, 3 Meter

Nos 10 10 2 0 22

7. SC-LC Style Multimode 50/125 micron Duplex Patch Cord, 3 Meter

Nos 10 10 6 0 26

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

Page 62: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/26 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Tender Document Part-II

S.No. Description Units LKO TKD LDH Total A. UTP laying Works

1. Laying and supply of Category-6 UTP Cable as per specifications Mtrs 2745 1830 2135 6710

2.

Installation, termination and supply of Category-6 Wall I/O with modular Face Plate and PVC Gang Box as per specifications.

Nos 51 37 36 124

3. Installation, termination and supply of Category-6 UTP I/O for Patch Panel with toolless termination as per specifications

Nos 65 50 50 165

4. Installation and supply of Modular 24-slot Patch Panel with removable snap-in Face Plates and labels as per specifications

Nos 5 5 4 14

5. Laying and supply of 1" PVC Conduit with all necessary accessories Mtrs 300 250 250 800

6. Laying and supply of 2" PVC Conduit with all necessary accessories Mtrs 300 250 250 800

7. Laying and supply of 0.5" PVC Channel with all necessary accessories Mtrs 200 200 200 600

8. Laying and supply of 1" PVC Channel with all necessary accessories Mtrs 200 200 200 600

9. Laying and supply of 1” PVC Flexible Pipe with all necessary accessories Mtrs 100 80 80 260

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

1

Supply of 6Core Multi Mode Fiber Optic Cable ( armored) (50/125um) as per specifications

Mtrs 2950 2300 1100 6350

2

Installation and supply of 19-inch rack mount fiber patch panel with couplers as per specifications

Nos 10 10

4

24

3 Installation and supply of Multimode adapter plate as per specification Nos 20 18 8 46

4 Installation and Supply of Blank adapter plate as per specification Nos 20 22 8 50

5 Installation and supply of SC-Style Pigtail, 50/125 , Multimode, 1.5 meter as per specifications

Nos 120 108 48 276

6 Splicing/Termination Optical Fiber Cable(per Core) Nos 120 108 48 276

7 Certification of Fiber Optic(per Core) Nos 120 108 48 276 8 Supply of 32mm HDPE Pipe as per

specifications Mtrs 2600 2000 1000 5600

9 Supply of G.I. Pipe (32mm) as per specifications Mtrs 350 500 300 1150

10 Trenching, refilling of soft soil and laying of OFC with GI pipe Mtrs 2000 1000 500 3500

11 Trenching across Road, hard soil, RCC flooring concrete etc. and restoration to Mtrs 600 800 400 1800

Page 63: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/27 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Tender Document Part-II

S.No. Description Units LKO TKD LDH Totaloriginal state as per specification

12 Trench less Digging and laying of OFC with HDPE pipe with all accessories Mtrs 350 500 300 1150

13 Cable Pits made up of reinforced concrete and brick walls with removable covers (Concrete slab).

Nos 5 4 3 12

14 OFC Route Marker made up of concrete of (1’ X 4’’ X 6’’)

Nos 7 10 6 23

C. Racks installation works Nos.

1 Installation and supply of 24U Rack (600*800) including all accessories as per specifications

Nos. 1 1 1 3

2 Installation and supply of Rack 12U Wall mount including all accessories as per specifications

Nos. 5 5 1 11

3 Installation and supply of Rack 9U Wall mount including all accessories as per specifications

Nos. 4 3 3 10

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 system requirements. Documentation, gap analysis, customization, development. Lab testing of ERP/EAM based shed application modules.

CRIS 1

2 Complete shed specific customization and implementation of shed application package upto commissioning & Go – Live at each shed

Diesel Shed: TKD, LDH, LKO 3

3 Preparation of final user requirements and 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.

CRIS 1

Page 64: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/28 रेलवे 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 of respective Central Modules at different pilot locations upto commissioning & Go – Live at each location

Three sheds, divisional power controls at Firozpur, Delhi and Lucknow, Northern Railway Headquarters, DLW, DMW, RDSO and Railway Board

11

5 Lab Load testing to ensure scalability of 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.

CRIS 1

S.N. Item Description Unit Quantity /Location

Location of installation

Total Locations

Total Quantity

B Training and Workshops

120 CRIS 1 120 50 Sheds 3 150

1 Shed Application Core Team Training (Max. Batch Size-15)

Trainee Man-days

Total 270 50 CRIS 1 50 5 All

locations of LMS other than Sheds

9 45 2 Central Application Core Team

Training (Max. Batch size – 15)

Trainee Man-days

Total 95 3 End user Training for Shed

Application users at Sheds (Batch of 15)

Trainee Man-days

60 Sheds 3 180

4 End user Training for Central Application at CRIS (Batch of 15)

Trainee Man-days

10 All locations of LMS other than Sheds

9 90

5 Officers Familiarization and Training - one day Workshop (Batch size – 50)

Event 3 Common for all 3

25 CRIS 1 25 15 Sheds 3 45

6 Network Training (Batch Size – 10)

Trainee Man-days

Total 70

Page 65: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/29 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Tender Document Part-II

S.N. Item Description

Locations of installation

Total Locations

C Annual Technical Support for OS and other System Software ( in no. of years after project commissioning )

1 Annual Technical Support for Production , Development and testing environments - OS, Database Server, Application/ Portal server, BI and DMS

Years 1 (for CRIS)

2 ATS on ERP/EAM package licenses

Years 1 ( for 75 Users)

D Additional On site Application hand holding Support after each site commissioning S.N. Item Description Unit Quantity

/Location Location of installation

Total Locations

Total Quantity

1 Shed Application Support Man-days 45 Diesel Shed at TKD, LKO, LDH.

3 135

2 Central Application and ROAMS Portal Support at Zonal and Divisional Headquarters

Man-days 15 NR HQ, Divisional HQ at Firozpur, Delhi and Lucknow.

4 60

3 Central Application Support and ROAMS Portal Support at all other project locations.

Man-days 10 Railway Board, DLW, DMW & RDSO

4 40

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.

Page 66: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/30 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Tender Document Part-II

S.N

. Prequalification Parameter Qualification Criteria Supporting documents to be submitted

A Eligibility criteria to be fulfilled by the single bidder or leader member of the Consortium.

1 Annual Turnover for each of last three completed financial years

Not below Rs. 200 Crores per annum

1. Copy of Audited Annual Financial results for last three completed financial years.

2

No. of Purchase Orders/contracts for One time Development /implementation & Support OR long term contracts for provision of IT Services under PPP/BOOT model etc. for centralized IT applications, of value not below Rs. 15 Crores per order .

Minimum 2 Nos. in last 3 completed financial years or during the current financial year upto the date of tender opening out of which at least one should have been completed. (In case of PPP/BOOT cases, the order will be treated as completed if actual services have commenced and first payment has been received.)

1. Copy of Purchase Order/Contract Agreement. 2. Copy of Customers work completion and satisfaction report. 3. Customer certified statement of payments received in case of long term contract under PPP/BOOT model etc.

3

The bidder must be an OEM certified implementer for the offered ERP solution. With specified No. of 100 users implementations which cover at least three of the modules asked for in this tender.

Minimum 10 implementation Worldwide which should have been completed by the bidder prior to the date of tender opening.

1. List of implementations with details of Contact person, telephone no. and address of the organization, total no. of users, modules covered. Status of implementation.

4

SEI – CMMi Certification (Applicable for bidders other than ERP OEMs)

Level 5 1. Copy of current certificate. 2. In case of expiry of

certification, a copy of certificate from SEI accredited auditor to confirm that reassessment for CMMi level 5 has commenced for the bidder.

5

Availability of fully equipped Service Centre with qualified support personnel for the offered ERP.

To be available in Delhi/NCR.

1. Address of Service Centre with contact details.

B Eligibility Criteria for ERP/EAM OEM

1

The ERP product offered should be of world repute. Number of independent, working implementations with minimum 150 users using at least three of the modules asked for in the

Minimum 20 implementations completed across the World including at least 2 implementations for manufacture of Railway Rolling Stock

1. List of implementations with Name of organizations where implemented with contact person, telephone / e-mail ID and modules covered, no. of users and Date of project Commissioning . CRIS shall be at

Page 67: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/31 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Tender Document Part-II

S.N. Prequalification Parameter Qualification Criteria Supporting documents to be

submitted tender. (Locomotives/Coaches/

Wagons/ Train sets). liberty to contact any of the cited customers for verification.

2

Total ERP users base Worldwide

Not below 30,000 users 1. List of implementation with total no. of users, Name of organizations where implemented 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

1

Manufacturer should be of world repute for the offered category of servers

1. Presence in international server market for last 4 calendar years (including the current year). 2. Sales in at least 10 countries.

List of important customers to support the claim with details of class of servers sold.

2

Availability of fully equipped Service Centre with qualified support personnel for the offered type of servers.

Service Centre should be available in Delhi/NCR

1. Address and contact details of Service Centres.

D Eligibility Criteria for Router/Switches OEM

1

Manufacturer should be world repute for the offered class of network products.

1. Presence in international market for last 4 calendar years (including the current year). 2. Sales in at least 10 countries.

List of important customers to support the claim with details of class of network equipment sold.

2

Availability of fully equipped Service Centre with qualified support personnel for the offered type of servers.

Service Centre should be available at all three project locations, i.e., Delhi/NCR, Lucknow, Ludhiana.

1. Address and contact details of Service Centers.

E

Wherever the bidder is not the OEM, he must submit an authorization from the OEM with written commitment of back to back technical support and availability of spares for the following specific products only : 1. Servers, Tape Library, External Storage 2. Desktops/Thin Clients

1. Unconditional letters of authorization and commitment of back to back support from OEMs specific to this project for each indicated item as per Annexure 6 of Tender Doc part I ) 2. In case of the ERP product, the back to back commitment by OEM should be on a Rs. 100 stamp paper, duly registered. It must

Page 68: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/32 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Tender Document Part-II

S.N. Prequalification Parameter Qualification Criteria Supporting documents to be

submitted 3. PDA’s 4. Network active components: Routers, Switches, Security devices, Media Converters, Wireless Equipments, Lease line Modems and LAN extenders and OFC LAN equipment. 5. Offered ERP.

include the following unconditional clause in addition to the proforma given in Annexure 6 of Tender Doc part I: “In the event of failure of the SI/Implementer to resolve any technical issue relating to customization/integration/development of the ERP product, we 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 No.

Detailed Technical Scrutiny Stage description

Criteria for short listing

1 Prequalification/Eligibility stage:

All bids found responsive shall 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

Any bid which fails to meet the pre-qualification/ eligibility criteria will be summarily rejected and not considered for further scrutiny. The decision of CRIS shall be final in this respect

Page 69: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/33 रेलवे 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 examination Stage: Detailed technical examination of bids short-listed from Stage (1) to establish conformance to technical specifications and other terms & conditions in respect of both the LMS scope as well as the FMM scope items. Technical clarifications, if considered necessary, may be asked from the respective bidders at this stage.

1. Conformance to tender conditions and specifications is required.

2. Bids which are not considered to be in conformance to technical specifications and terms & conditions of the Tender will be rejected at this stage and shall not be invited for the next stage of technical evaluation comprising of Technical presentation including demonstration of ERP/EAM solution and POC.

Item

Maximum marks

1. Solution in use on any Railway system in similar format. (To be shown as a part of technical presentation.)

5

2. Conformance of offered ERP/EAM product to Depot/Shed Application Functional requirements: To be counted for each listed function for both LMS and FMM in Annexure 2.IX and Annexure 2.X (to be shown as a part of Solution Demonstration). i) Zero marks for up to 65% conformance ii) Additional 1 marks for every additional 1% compliance or part thereof subject to a maximum of 25 marks.

25

3. Flexibility and configurability (to be shown as a part of Solution Demonstration).

10

3. POC Stage comprising of technical presentation including demonstration of ERP/EAM solution and Proof of Concept (POC) at CRIS: A notice of one week will be given to the bidders whose bids are found in conformance to Technical specifications and Terms & Conditions of the tender to present their solution and demonstrate POC. One full working day will be provided to each bidder for this purpose. POC shall be demonstrated as per Para -5.9 of Special Conditions of Contract - Tender Document Part-II.

A sample shed and depot scenario is given in Annexure – 2.XII and Annexure – 2.XIII for guidance. Any parameters not given may be assumed suitably. 4. Demonstration of 5 Use Cases

given in Annexure 2.XI

60 Minimum qualifying marks for

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.

Total Marks 100

Page 70: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/34 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Tender Document Part-II

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

Minimum total score required for final short-listing of any bid as a Technically Suitable bid

75

Page 71: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/35 रेलवे 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.

Page 72: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/36 रेलवे 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.

Page 73: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/37 रेलवे 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.

Page 74: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/38 रेलवे 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.

Page 75: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/39 रेलवे 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.

Page 76: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/40 रेलवे 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.

Page 77: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/41 रेलवे 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.

Page 78: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/42 रेलवे 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 named Users (Concurrency: 70%)

BI / DMS- concurrent users For both LMS and FMM

Concurrent Portal Users ROAMS (LMS) & ROAMS (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 Freight/Wagon Depots

1000 1000 120 200 600

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

Page 79: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/43 रेलवे 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.

Page 80: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/44 रेलवे 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

Page 81: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/45 रेलवे 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

Page 82: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/46 रेलवे 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.

Page 83: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/47 रेलवे 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 Requirements

Intermediate Payment Milestone

Final Payment 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

Page 84: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/48 रेलवे 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 Requirements

Intermediate Payment Milestone

Final Payment 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 Requirements

Intermediate Payment Milestone

Final Payment Milestone

1. 2.1.1.1.2 (Item A & B) for Tuglakabad Wagon Depot

FW2 FS14

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

Page 85: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/49 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Tender Document Part-II

Wagon Depot

3. 2.1.1.1.2 (Item A & B) for Dhandari kalan Wagon Depot

FW4 FS14

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 Requirements

Intermediate Payment Milestone

Final Payment Milestone

1. 2.2.1.1.2 (Item A, B &C) for Tuglakabad Diesel Shed

LW2 LS14

2. 2.2.1.1.2 (Item A, B &C) for Ludhiana Diesel Shed

LW3 LS14

3. 2.2.1.1.2 (Item A, B &C) for Lucknow Diesel Shed

LW4 LS14

Page 86: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/50 रेलवे 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)

S. No (1)

Item description (2)

Units (3)

FMM Quantit

y (4)

LMS (Quanti

ty (5)

Total Quantity

(6)= (4)+(5)

Basic Unit Rate (7)

Taxes as % (8)

Taxes as

Amount (9)

Other charges

including freight/

insurance etc. as %

(10)

Other charges including freight/

insurance etc. as Amount

(11)

Discount

(12)

Total (13)

=[(6)*(7)] +(9)+(11)-

(12)

A. Hardware For Central Data Centre 1. DB server -

Server Type A (as per Tender Doc part 2 Annexure 2.I item 3.11)

Nos.

1 1 2

2. Portal/ web server - Server Type B (as per Tender Doc part 2 Annexure 2.I item 3.12)

Nos.

1 1 2

3. DMS server/BI/Reporting - Server Type B (as per Tender Doc part 2 Annexure 2.I item 3.12)

Nos.

0 1 1

4. Application server - Server Type B (as per Tender Doc part 2

Nos. 1 1 2

Page 87: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/51 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Tender Document Part-II

S. No (1)

Item description (2)

Units (3)

FMM Quantit

y (4)

LMS (Quanti

ty (5)

Total Quantity

(6)= (4)+(5)

Basic Unit Rate (7)

Taxes as % (8)

Taxes as

Amount (9)

Other charges

including freight/

insurance etc. as %

(10)

Other charges including freight/

insurance etc. as Amount

(11)

Discount

(12)

Total (13)

=[(6)*(7)] +(9)+(11)-

(12)

Annexure 2.I item 3.12) 5. Backup/Antivirus Server

- Server Type C (as per Tender Doc part 2 Annexure 2.I item 3.13)

Nos.

0 2 2

6. Tape Library with necessary cables and accessories

Set 0 1 1

7. Server Racks and accessories (36 U)

Nos. 0 1 1

8. External FC Storage with fibre 8 port SAN switch and connecting cable set (as per Tender Doc part 2 Annexure 2.I item 3.1.20)

Set

0 1 1

9. IP enabled KVM switch with console

Nos. 0 1 1

10. Development server - Server Type B (as per Tender Doc part 2 Annexure 2.I item 2)

Nos.

1 0 1

11. Testing /Training Server -Server Type B (as per Tender Doc part 2 Annexure 2.I item 2)

Nos.

1 0 1

12. Laptops Nos. 0 3 3

13. Desktops Nos. 25 50 75

Page 88: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/52 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Tender Document Part-II

S. No (1)

Item description (2)

Units (3)

FMM Quantit

y (4)

LMS (Quanti

ty (5)

Total Quantity

(6)= (4)+(5)

Basic Unit Rate (7)

Taxes as % (8)

Taxes as

Amount (9)

Other charges

including freight/

insurance etc. as %

(10)

Other charges including freight/

insurance etc. as Amount

(11)

Discount

(12)

Total (13)

=[(6)*(7)] +(9)+(11)-

(12)

14. E-pen Nos. 7 13 20

15. Smart camera with lights and mountings

Nos. 0 3 3

16. Hand held PDA with RF-ID reader

Nos. 7 9 16

17. Hand held PDA without RF-ID reader

Nos. 13 16 29

18. Touch screen kiosk with fixed RF-ID reader

Nos. 6 19 25

19. Printers -Multifunction device

Nos. 0 7 7

20. Laser Printers Nos. 3 0 3

21. High speed scanner Nos. 3 2 5

22. Shed/Depot Anti Virus PC

Nos. 3 3 6

23. RF-ID Employee Tags (set of 100)

Sets 10 36 46

24. RF-ID Assembly Tag (set of 100)

Sets 12 15 27

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

100 concurrent session Nos. 1 0 1

2. Layer-3 Switch ( 24 - 10/100/1000 Ports)

Nos. 2 0 2

Page 89: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/53 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Tender Document Part-II

S. No (1)

Item description (2)

Units (3)

FMM Quantit

y (4)

LMS (Quanti

ty (5)

Total Quantity

(6)= (4)+(5)

Basic Unit Rate (7)

Taxes as % (8)

Taxes as

Amount (9)

Other charges

including freight/

insurance etc. as %

(10)

Other charges including freight/

insurance etc. as Amount

(11)

Discount

(12)

Total (13)

=[(6)*(7)] +(9)+(11)-

(12)

3. Layer 2 Switch (Type-II)24 Ports

Nos. 2 4 6

4. Layer 2 Switch (Type-III) 24 Ports Gigabit Nos. 4 0 4

5. 2 MBPS Modem pair( G.703+V.35) Nos. 7 4 11

6. Patch Cords (STRAIGHT)

Nos. 100 0 100

7. Patch Cords(CROSS) Nos. 50 0 50

8. Supply and Installation of 36U Rack including all accessories as per specifications

Nos.

1 0 1

9. Layer 2 Switch Type- I (24 10/100 + 2 x 1000 GB Fiber Ports)

Nos. 0 16 16

10. Layer 2 Switch (24 Ports 10\100 Mbps + 2 OFC Port) Type-IV

Nos. 10 0 10

11. Media Converter (MM )10/100 (in Pair) Nos. 0 14 14

12. Router (4 WAN Port +2 LAN Port +1 ISDN)

Nos. 1 4 4

13. UPS online (1 KVA) Nos. 1 4 5

14. UPS online (500 VA) Nos. 9 19 28

15. Category-6 1 meter UTP Patch Cord, with tangle free plug, TIA/EIA-568-B.2-1

Nos.

17 124 141

Page 90: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/54 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Tender Document Part-II

S. No (1)

Item description (2)

Units (3)

FMM Quantit

y (4)

LMS (Quanti

ty (5)

Total Quantity

(6)= (4)+(5)

Basic Unit Rate (7)

Taxes as % (8)

Taxes as

Amount (9)

Other charges

including freight/

insurance etc. as %

(10)

Other charges including freight/

insurance etc. as Amount

(11)

Discount

(12)

Total (13)

=[(6)*(7)] +(9)+(11)-

(12)

16. Category-6 2 meters UTP Patch Cord, with tangle free plug,TIA/EIA-568-B.2-1

Nos.

17 124 141

17. SC-SC Style Multimode50/125 micron Duplex Patch Cord, 3 Meter

Nos.

0 22 22

18. SC-LC Style Multimode 50/125 micron Duplex Patch Cord, 3 Meter

Nos. 0 26 26

19. LAN Extender ( Pairs) 4 Port

Nos. 4 0 4

20. Wireless Bridge Device Point to Point (Outdoor)

Nos. 3 10 13

21. Wireless Bridge Device Point to Multi Point ( Outdoor)

Nos. 1 0 1

22. Wire Guided Mast ( At Least 15 meter )

Nos. 8 8 16

23. Wireless Access Point Nos. 11 15 26

C System Software licenses

1 Data base server licenses - production with clustering for use with ERP application

CPU- based license

2 2 4

2 Data base server licenses - production with clustering for use

CPU- based 1 1 2

Page 91: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/55 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Tender Document Part-II

S. No (1)

Item description (2)

Units (3)

FMM Quantit

y (4)

LMS (Quanti

ty (5)

Total Quantity

(6)= (4)+(5)

Basic Unit Rate (7)

Taxes as % (8)

Taxes as

Amount (9)

Other charges

including freight/

insurance etc. as %

(10)

Other charges including freight/

insurance etc. as Amount

(11)

Discount

(12)

Total (13)

=[(6)*(7)] +(9)+(11)-

(12)

with Central application license

3 App / web server licenses -Production for use with ERP application

CPU- based licenses

2 2 4

4 Portal server licenses- Production

CPU- based licenses

1 1 2

5 App & web Server licenses- development

CALs 5 0 5

6 App & web Server licenses-Testing & Training

CALs 5 0 5

7 BI user licenses Named user licenses

25 35 60

8 DMS User licenses Named User licenses

140 90 230

9 Database server licenses for Development

CALs 5 0 5

10 Database server licenses for training/testing

CALs 5 0 5

11 Storage Management ware with agents for 2 data base servers

Sets 0 1 1

Page 92: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/56 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Tender Document Part-II

S. No (1)

Item description (2)

Units (3)

FMM Quantit

y (4)

LMS (Quanti

ty (5)

Total Quantity

(6)= (4)+(5)

Basic Unit Rate (7)

Taxes as % (8)

Taxes as

Amount (9)

Other charges

including freight/

insurance etc. as %

(10)

Other charges including freight/

insurance etc. as Amount

(11)

Discount

(12)

Total (13)

=[(6)*(7)] +(9)+(11)-

(12)

12 Anti virus licenses (existing E-trust)

CALs 28 60 88

13 OS licenses for server Server license 5 6 11

D. ERP/EAM Shed/Depot Application licenses ( supply scope)

1 Users Based Licensing Depot/Shed application (ERP users)/ CRIS (development users)

Named user licenses

25 75 100

Page 93: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/57 रेलवे 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)

S. No (1)

Item description (2)

Units (3)

FMM Quanti

ty (4)

LMS Quanti

ty (5)

Total Quantity

(6)= (4)+(5)

Basic Unit Rate (7)

Taxes as % (8)

Taxes as

Amount (9)

Other charges

including freight/

insurance etc. as %

(10)

Other charges including freight/

insurance etc. as Amount

(11)

Discount

(12)

Total (13)=[(6)*(7)]

+(9)+(11)-(12)

A. UTP Laying Works 1. Laying and supply of

Category-6 UTP Cable as per specifications

Mtrs 1200 6710 7910

2. Laying and supply of STP Cable as per specifications

Mtrs 150 0 150

3. Installation, termination and supply of Category-6 Wall I/O with modular Face Plate and PVC Gang Box as per specifications.

Nos.

17 124 141

4. Installation, termination and supply of Category-6 UTP I/O for Patch Panel with toolless termination as per specifications

Nos.

35 165 200

5. Installation and supply of Modular 24-slot Patch Panel with removable snap-in Face Plates and labels as per specifications

Nos.

9 14 23

6. Laying and supply of 1" PVC Conduit with all necessary accessories

Mtrs 500 800 1300

Page 94: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/58 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Tender Document Part-II

S. No (1)

Item description (2)

Units (3)

FMM Quanti

ty (4)

LMS Quanti

ty (5)

Total Quantity

(6)= (4)+(5)

Basic Unit Rate (7)

Taxes as % (8)

Taxes as

Amount (9)

Other charges

including freight/

insurance etc. as %

(10)

Other charges including freight/

insurance etc. as Amount

(11)

Discount

(12)

Total (13)=[(6)*(7)]

+(9)+(11)-(12)

7. Laying and supply of 2" PVC Conduit with all necessary accessories

Mtrs 0 800 800

8. Laying and supply of 0.5" PVC Channel with all necessary accessories

Mtrs

200 600 800

9. Laying and supply of 1" PVC Channel with all necessary accessories

Mtrs 200 600 800

10. Laying and supply of 1” PVC Flexible Pipe with all necessary accessories

Mtrs

20 260 280

11. Feruling & Labeling (per node)

Nos. 17 124 141

12. Certification of UTP Nodes

Nos. 17 124 141

B. Fiber- LAN laying Works 1. Supply of 6Core Multi

Mode Fiber Optic Cable (armored) (50/125um) as per specifications

Mtrs 0 6350 6350

2. Installation and supply of 19-inch rack mount fiber patch panel with couplers as per specifications

Nos.

0 24 24

3. Installation and supply of Multimode adapter

Nos. 0 46 46

Page 95: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/59 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Tender Document Part-II

S. No (1)

Item description (2)

Units (3)

FMM Quanti

ty (4)

LMS Quanti

ty (5)

Total Quantity

(6)= (4)+(5)

Basic Unit Rate (7)

Taxes as % (8)

Taxes as

Amount (9)

Other charges

including freight/

insurance etc. as %

(10)

Other charges including freight/

insurance etc. as Amount

(11)

Discount

(12)

Total (13)=[(6)*(7)]

+(9)+(11)-(12)

plate as per specification

4. Installation and Supply of Blank adapter plate as per specification

Nos. 0 50 50

5. Installation and supply of SC-Style Pigtail, 50/125 , Multimode, 1.5 meter as per specifications

Nos.

0 276 276

6.

Splicing/Termination of Optical Fiber Cable(per Core)

Nos.

0 276

276

7. Certification of Fiber Optic (per core)

Nos. 0 276 276

8. Supply of 32mm HDPE Pipe as per specifications

Mtrs 0 5600 5600

9. Supply of G.I. Pipe (32mm) as per specifications

Mtrs 0 1150 1150

10. Trenching, refilling soft soil and laying of OFC with GI pipe

Mtrs 0 3500 3500

11. Trenching across Road, hard soil, RCC flooring concrete etc. and restoration to original state as per specification

Mtrs

0 1800 1800

12. Trenchless Digging and Mtrs 0 1150 1150

Page 96: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/60 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Tender Document Part-II

S. No (1)

Item description (2)

Units (3)

FMM Quanti

ty (4)

LMS Quanti

ty (5)

Total Quantity

(6)= (4)+(5)

Basic Unit Rate (7)

Taxes as % (8)

Taxes as

Amount (9)

Other charges

including freight/

insurance etc. as %

(10)

Other charges including freight/

insurance etc. as Amount

(11)

Discount

(12)

Total (13)=[(6)*(7)]

+(9)+(11)-(12)

laying of OFC with HDPE pipe with all Accessories

13. Cable Pits made up of reinforced concrete and brick walls with removable covers (Concrete slab)

Nos.

0 12 12

14. OFC route marker made up of concrete of (1’X4”X6”)

Nos. 0 23 23

C. Racks installation works 1 Installation and supply

of 24U Rack (600*800) including all accessories as per specifications

Nos.

0

3 3

2 Installation and supply of Rack 12U Wall mount including all accessories as per specifications

Nos.

1 11 12

3 Installation and supply of Rack 9U Wall mount including all accessories as per specifications

Nos.

8 10 18

Page 97: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/61 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Tender Document Part-II

12.3 Services Scope 12.3.1 Service Scope for FMM (Scope-A)

S.No

(1) Item Description

(2) Units

(3)

Quantity (4)

Basic Rate (5)

Taxes as % (6)

Taxes as Amount

(7)

Other charges

including freight/

insurance etc. as %

(8)

Other charges

including freight/

insurance etc. as

Amount (9)

Discount (10)

Total (11)=(5)+(7)+

(9)-(10)

A. Application Customization/Development/Implementation

1. Preparation of final user requirements and system requirements. Documentation, gap analysis, customization, development. Lab testing of ERP/EAM based Depot application modules.

LUMP SUM

1

2 Complete Depot specific customization and implementation of Depot application package upto commissioning & Go – Live at each Depot

LUMP SUM/ Depot 3

3 ROAMS-FMM: 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

LUMP SUM

1

Page 98: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/62 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Tender Document Part-II

S.No

(1) Item Description

(2) Units

(3)

Quantity (4)

Basic Rate (5)

Taxes as % (6)

Taxes as Amount

(7)

Other charges

including freight/

insurance etc. as %

(8)

Other charges

including freight/

insurance etc. as

Amount (9)

Discount (10)

Total (11)=(5)+(7)+

(9)-(10)

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 implementation of respective Central Modules at different pilot locations upto commissioning & Go – Live at each location.

LUMP SUM/ location 10

5 Lab Load testing to ensure scalability of 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.

LUMP SUM

1

B. Training and Workshops 1 FMM Depot Application

Core Team Training (Max. Batch Size-15)

Trainee Man-days 120

2 Central Application Core Team Training (Max. Batch size – 20)

Trainee Man-days 85

Page 99: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/63 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Tender Document Part-II

S.No

(1) Item Description

(2) Units

(3)

Quantity (4)

Basic Rate (5)

Taxes as % (6)

Taxes as Amount

(7)

Other charges

including freight/

insurance etc. as %

(8)

Other charges

including freight/

insurance etc. as

Amount (9)

Discount (10)

Total (11)=(5)+(7)+

(9)-(10)

4 End user Training for Depot Application users at Depots (Batch of 15)

Trainee Man-days 60

5 End user Training for Central Application at CRIS (Batch of 15)

Trainee Man-days 70

6 Officers Familiarization and Training - one day Workshop (Batch size – 50)

Event 3

7 Network Training (Batch Size – 10)

Trainee Man-days 20

C. Annual Technical Support for OS and other System Software in no. of years after project commissioning 1 Annual Technical Support

for Production , Development and testing environments - OS, Database Server, Application/ Portal server, BI and DMS

YRS

1

2 ATS on ERP/EAM package licenses

YRS 1

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 ROAMS Portal Support at Zonal and Div. HQ

Man-days50

3 Central Application and ROAMS Portal Support at all other project locations

Man-days20

Page 100: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/64 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Tender Document Part-II

12.3.2 Services Scope for LMS (Scope-B)

S.No

(1) Item Description

(2) Units

(3)

Quantity (4)

Basic Rate (5)

Taxes as % (6)

Taxes as Amount

(7)

Other charges

including freight/

insurance etc. as %

(8)

Other charges

including freight/

insurance etc. as

Amount (9)

Discount (10)

Total (11)=(5)+(7)+

(9)-(10)

A. Application Customization/Development/Implementation

1 Preparation of final user requirements and system requirements. Documentation, gap analysis, customization, development. Lab testing of ERP/EAM based shed application modules.

LUMP SUM

1

2 Complete shed specific customization and implementation of shed application package upto commissioning & Go – Live at each shed.

LUMP SUM/shed

3

3 Preparation of final user requirements and 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

LUMP SUM

1

Page 101: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/65 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Tender Document Part-II

S.No

(1) Item Description

(2) Units

(3)

Quantity (4)

Basic Rate (5)

Taxes as % (6)

Taxes as Amount

(7)

Other charges

including freight/

insurance etc. as %

(8)

Other charges

including freight/

insurance etc. as

Amount (9)

Discount (10)

Total (11)=(5)+(7)+

(9)-(10)

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 and implementation of respective Central Modules at different pilot locations upto commissioning & Go – Live at each location

LUMP SUM/ location 11

5 Lab Load testing to ensure scalability of 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.

LUMP SUM

1

B. Training and Workshops

Page 102: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/66 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Tender Document Part-II

S.No

(1) Item Description

(2) Units

(3)

Quantity (4)

Basic Rate (5)

Taxes as % (6)

Taxes as Amount

(7)

Other charges

including freight/

insurance etc. as %

(8)

Other charges

including freight/

insurance etc. as

Amount (9)

Discount (10)

Total (11)=(5)+(7)+

(9)-(10)

1 Shed Application Core Team Training (Max. Batch Size-15

Trainee Man-days

270

2 Central Application Core Team Training (Max. Batch size – 15)

TraineeMan-days

95

3 End user Training for Shed Application users at Sheds (Batch of 15)

TraineeMan-days

180

4 End user Training for Central Application at CRIS (Batch of 15)

TraineeMan-days

90

5 Officers Familiarization and Training - one day Workshop (Batch size – 50)

Event

3

6 Network Training (Batch Size – 10)

TraineeMan-days

70

C. Annual Technical Support for OS and other System Software in no. of years after project commissioning for Diesel Sheds 1 Annual Technical

Support for Production , Development and testing environments - OS, Database Server, Application/ Portal server, BI and DMS

Yrs

1

2 ATS on ERP/EAM package licenses

Yrs 1

Page 103: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 2/67 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Tender Document Part-II

S.No

(1) Item Description

(2) Units

(3)

Quantity (4)

Basic Rate (5)

Taxes as % (6)

Taxes as Amount

(7)

Other charges

including freight/

insurance etc. as %

(8)

Other charges

including freight/

insurance etc. as

Amount (9)

Discount (10)

Total (11)=(5)+(7)+

(9)-(10)

D. Additional On site Application hand holding Support after each site commissioning for LMS

1 Shed Application Support

Man-days 135

2 Central Application and ROAMS Portal Support at Zonal and Divisional Headquarters

Man-days

60

3 Central Application Support and ROAMS Portal Support at all other project locations.

Man-days

40

Page 104: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/1 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

3.

ANNEXURES TO TENDER DOCUMENT PART- II

Page 105: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/2 रेलवे 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 Kiosk)

3/10

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 monitor)

3/12

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

Page 106: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/3 रेलवे 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

1 Server 2 CPU Latest 64 bit RISC processor ,OR Intel Itanium2 , EPIC 64 bit

2 Clock Speed 1.4 GHz or above for RISC/ EPIC. This should be highest/latest commercially available for the category/series of servers offered.

3 Number of CORES 4 Cores extendable to 8 Cores

4 Memory 8 GB DDR2 SDRAM with ECC or equivalent expandable to at least 32 GB RAM or more.

5 Hard Disk Drive 2 * 146/72 GB FC-AL/SAS (15K RPM or above)/SFF SAS (2.5” ,10K RPM or above) Hot Swappable disk bays

6 Console Management Console for centralized administration of connected servers over LAN.

7 HBA for External Storage 2 Nos. of 4Gbps fiber channel HBA ports for connectivity to the external SAN storage

8 RAID Raid level 0, 1, 1+0, must be available through internal Raid controller with battery backed cache.

9 Operating Systems Supported

Server must have certification to support Latest OEM Versions of the following OS: 64 bit Enterprise Linux OR 64 bit Enterprise Unix.

10 Internal I/O Interface Min. 4 PCI slots with 1 slot left free after full system 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

1 High Availability & Redundancy

The system should be configured with dual redundant power supplies and fans. Pre failure warning and isolation 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

4 External I/O Interfaces 1 Nos. Ultra 320 SCSI/ SAS 1 Nos. Serial Port 3 Nos. USB Port

5 Connectors and Cables

All necessary cables & connectors of OEM make only, are to be provided

6 Form Factor Standard Rack Mountable

Page 107: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/4 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

3.1.2 Server Type B

S. No. ITEM INTEL AMD

A Major Parameters

1 Processor

2 Processor Rack optimized 64 bit Processor machine having latest Intel Xeon with Quad core 3 GHz clock speed , FSB of at least 1333 MHz or higher with 5400 series or latest.

2 processor Rack optimized 64 bit Processor machine having 2300 series or latest Opteron with Quad core and 2.3 or more GHz clock speed .

2 MEMORY

Configured with 8 GB DDR2 RAM @667MHz with ECC capability, using at least 2GB capacity DIMMs. Upgradeable to 32 GB or more.

Configured with 8 GB DDR2 RAM @667MHz with ECC capability, using at least 2GB capacity DIMMs. Upgradeable to 32 GB or more.

3 Hard Disk Drive

2 * 146/72 GB FC-AL/SAS (15K RPM or above)/SFF SAS ( 10K RPM or above) Hot Swappable disk bays

2 * 146/72 GB FC-AL/SAS (15K RPM or above)/SFF SAS ( 10K RPM or above) Hot Swappable disk bays

4 Console Offered Solution should be configured to work with IP KVM.

Offered Solution should be configured to work with IP KVM

5 RAID Raid level 0, 1, 5 must be available through internal Raid controller with battery backed cache of at least 256 MB.

Raid level 0, 1, 5 must be available through internal Raid controller with battery backed cache of at least 256 MB.

6 Operating Systems Supported

Server must have certification to support Latest OEM Versions of the following OS: 64 bit Enterprise Linux/Unix.

Server must have certification to support Latest OEM Versions of the following OS: 64 bit Enterprise Linux/Unix.

7 Internal I/O INTERFACES At Least 3 PCI slots At Least 3 PCI slots

8 LAN cards 4 Nos.10/100/1000 LAN ports

4 Nos.10/100/1000 LAN ports

9 DVD Combo Drive DVD–ROM, 8X DVD–ROM, 8X

Page 108: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/5 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

B. Other Parameters

1 High Availability & Redundancy

The system should be configured with dual redundant power supplies and fans. Pre failure warning and isolation of the failing components with no single point of failure at any level

The system should be configured with dual redundant power supplies and fans. Pre failure warning and isolation of the failing components with no single point of failure at any level

2 External I/O Interfaces

1 Nos. Ultra 320 SCSI/SAS 1 Nos. Serial Port 3 Nos. USB Port PS/2/USB for keyboard & mouse

1 Nos. Ultra 320 SCSI/SAS 1 Nos. Serial Port 3 Nos. USB Port PS/2/USB for keyboard & mouse

3 FORM FACTOR Rack Mountable, not more than 4U. Rack Mountable, not more than 4U.

4 Connectors and Cables

All necessary cables & connectors of OEM make only, are to be provided

All necessary cables & connectors of OEM make only, are to be provided

Page 109: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/6 रेलवे 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 optimized 64 bit Processor machine having latest Intel Xeon with Quad core 3 GHz clock speed , FSB of at least 1333 MHz or higher with 5400 series or latest.

Single Processor Rack optimized 64 bit Processor machine having latest 2300 series Opteron with Quad core and 2.3 or more GHz clock speed

2 MEMORY Configured with 4 GB DDR2 RAM @667MHz with ECC capability, using at least 2GB capacity DIMMs. Upgradeable to 16 GB or more.

Configured with 4GB DDR2 RAM @667MHz with ECC capability, using at least 2GB capacity DIMMs. Upgradeable to 16 GB or more.

3 Hard Disk Drive

2 * 146/72 GB FC-AL/SAS (15K RPM or above)/SFF SAS ,10K RPM or above, Hot Swappable disk bays

2 * 146/72 GB FC-AL/SAS (15K RPM or above)/SFF SAS ,10K RPM or above, Hot Swappable disk bays

4 DVD Combo Drive

DVD–ROM, 8X DVD–ROM, 8X

5 RAID Raid level 0, 1, must be available through internal Raid controller with battery backed cache

Raid level 0, 1, must be available through internal Raid controller with battery backed cache

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

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

2 ports of 10/100/1000 mbps.

8 Operating Systems Supported

Server must have certification to support Latest OEM Versions of the following OS : 64 bit Enterprise linux /Unix

Server must have certification to support Latest OEM Versions of the following OS : 64 bit Enterprise linux /Unix

Page 110: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/7 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

B. Other Parameters

1 I/O Interfaces

1 Nos. Serial Port 3 Nos. USB Port PS/2/USB for keyboard & mouse

1 Nos. Serial Port 3 Nos. USB Port PS/2/USB for keyboard & mouse

2 Console Offered Solution should be configured to work with IP KVM.

Offered Solution should be configured to work with IP KVM

3 High Availability & Redundancy

The system should be configured with dual redundant power supplies and fans. Pre failure warning and isolation of the failing components with no single point of failure at any level

The system should be configured with dual redundant power supplies and fans. Pre failure warning and isolation of the failing components with no single point of failure at any level

4 Connectors and Cables

All necessary cables & connectors of OEM make only, are to be provided

All necessary cables & connectors of OEM make only, are to be provided

5 FORM FACTOR

Rack Mountable, not more than 2U.

Rack Mountable, not more than 2U.

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.

Page 111: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/8 रेलवे 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

1 Rack Size (Width x Depth) 600 mm x 1000 mm

2 Power Supply Redundant power distribution.

3 Fan Redundant Fan

B. Other Parameters

1 Connectors and cables Connectors and cables as per 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

1 IP KVM SWITCH

One number of 16 port IP based KVM switch for centralized monitoring of servers along with 16 cables, converter and connectors for server connectivity. 17” TFT- LCD collapsible flat panel monitor console kit with keyboard and mouse including cables (1U).

2 No. of users 1 Local, 4 Remote with necessary user licenses

3 LAN connectivity 10/100 Mbps

B. Other Parameters

1 Computer connectivity PS2/USB

Page 112: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/9 रेलवे 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

2 Frequency Range UHF, 865 - 867 MHz as permitted license free band for use in RFID by WPC, Ministry of Communication and Information Technology, Government of India.

3 Read range for both Assembly card and Man card

0.3m with hand held and upto 1.5 m with fixed readers within a reasonable angle of spread of about +/- 50 degrees

4 Tag Sealing conditions

Rugged and light weight, Oil proof, water proof, Non brittle material with good wear resistance. Light colored to minimize passive heating in sun exposed condition.

B. Other parameters

1 Temperature range - 10° to +55°C

2 Mounting and card Dimensions

Standard credit card size is preferable Mechanical Easy solution like Velcro strap for assembly tags Clip and fibre strap for man cards. 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.

Page 113: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/10 रेलवे 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

1 Frequency UHF, 865 - 867 MHz as permitted license free band for use in RFID by WPC, Ministry of Communication and Information Technology, Government of India.

2 Supported RFID TAG PROTOCOL EPC Class1 Gen2 OR ISO 18000-6 C 2004 compliant

3 Memory 100 tags data(Minimum) 4 Read Distance 1.5 m within +/- 50 degrees , simultaneous reading

B. Other parameters

1 Connectivity

Suitable Serial/ Ethernet/USB port to Kiosk PC 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

5 Software SDK/HDK for JAVA compatible development with local windows PC

Page 114: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/11 रेलवे 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. No.

Item Description

A. Major parameters

1. Processor PXA 270, 520 MHz or PXA 3xx, 624 MHz or better

2. Wireless connectivity Bluetooth/IEEE 802.11b With provision for GSM/GPRS

3 RFID reader attachment to the PDA (only for PDA with RFID reader)

EPC Class1 Gen2 OR ISO 18000-6 C 2004 compliant, 865-867 MHz (De-licensed frequencies permitted in India as per rules & regulations of, WPC, Ministry Of Communication and Information Technology. Read distance- 300 mm or higher

4. Battery Lithium Ion High capacity- 3000 mAh or better

5.

Environmental and ruggedness conditions

Shock proof to minimum 3 Feet drop on concrete surface Fit for out door use IP 54 rating or better

6. Operating system

Windows mobile 6.0 / Windows CE 6.0 based or better. With internet explorer mobile and outlook mobile Compatibility with JAVA platform.

B. Other Parameters

1. Input Device Type

Touch-screen, passive stylus / finger operated. Simple alphanumeric key board ergonomically designed for repeated operation in outdoor conditions.

2. Display Full VGA or better, TFT, minimum 2.8 inches in diagonal size or better.

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

4. Accessories 1. Heavy Duty Charger 2. Headphone with mike

Page 115: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/12 रेलवे 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

1 Network Interface Network Interface 10/100 Mbps Ethernet (auto Sensing) NIC, RJ45 connector.

2 Ports / Slots 1 Serial Port, 1 Parallel port, 6 USB Ports version 2.0, Hardware support for RFID Reader

3 Local Operating System Embedded Windows OS/ Linux , browser support. To suit the solution.

4 Server OS Support Unix + Derivatives, Linux

5 Networking Protocols TCP/IP with DNS and DHCP, Wake on LAN. DHCP support for automatic upgrades and unit configuration and PPP

6 Power Supply

50 Watts or less External Power Supply, No moving 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

2 Touch screen Glass- Capacitive

3 Glass Thickness 3.1 mm

4 Response Time 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

3 Mounting To be integrated with the monitor with preferably IP54 rating

Page 116: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/13 रेलवे 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

1 Other Capabilities OCR to MS-Word, Scan to PDF format

2 Drivers drivers for O.S. on media 3 Interface USB 2.0 port

4 Automatic Document Feeder(ADF) 50 sheet capacity

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)

5 Mounting conditions Out door pole mount with anti pilferage design with no loose parts or cable , safe from monkey / bird attacks etc.

6 Text recognition

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 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

1 Ethernet 100Base-TX/10Base-T (Network protocols: 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

9 Illumination Suitable automatic illumination arrangement for all weather, 24 hrs. reading of locomotive numbers

Page 117: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/14 रेलवे 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

1. Resolution Black Print: Up to 1200 x 1200 rendered dpi 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 Speed 25ppm/20ppm for Black/Colour Printer

Size A4 Speed 3 sec per page Memory Suitable memory Fax Speed Dialing, Max Minimum 50 numbers Speed 25ppm/20ppm for Black/Colour Resolution 600 x 600 dpi Copier Reduce/Enlarge 25-400% Resolution 1200 x 1200 dpi Color Depth 48-bit Scanning area (maximum) A4 Scanner

Gray Depth 8-bit (256 gray levels) Other parameters

Automatic Document Feeder 50 Sheets

Memory, Std Suitable Drivers drivers for O.S.

Interface USB 2.0 port

Page 118: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/15 रेलवे 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 .

2 Motherboard & Chipset:

Intel 3 series/n Vidia GeForce 7 series or better on OEM 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

2 Bus Architecture Integrated Graphics, 2 PCI,1 PCI Express x 1 and 1 PCI Express x 16.

3 Bays 4 Nos.(2 Nos. 5.25 inches for Optical Media Drives and 2 Nos. 3.5 inches for Hard Disk Drives).

4 Ports 6 USB Ports (with at least 2 in front), 1 Serial Port, 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.

6 Networking Facility 10/100/1000 on board integrated Network Port with remote booting facility remote system installation, remote wake up.

7 Operating System Windows Vista Business preloaded with Media and Documentation and Certificate of Authenticity.

8 OS Certifications Win Logo Vista Business OS and Linux Certifications.

9 Power management Screen Blanking, Hard Disk and System Idle Mode in Power On, Set up Password, Power supply SMPS Surge protected.

10 Cabinet Mini Tower

Page 119: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/16 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

3.1.17. LAPTOP

S.No. Item Description

A. Major parameters

1 Processor Mobile Intel Core 2 Duo Processor T9300, 2.5GHZ with 6 MB L2 cache 800 MHZ FSB or higher.

2 Motherboard & Chipset:

Mobile Intel PM 965 or PM 45 or higher chipset on OEM Motherboard.

3 Memory 4 GB DDR2 RAM 4 HDD 250 GB 5400 rpm (minimum)

5 Video controller Integrated Graphics with 256 MB dedicated memory.

6 Display 39.1cm(15.4")(TFT)/35.5 cm(14") active Matrix wide 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 PackComprising of Li-Ion Batteries suitable for approx.4 hours operation complete with batterycharger/adaptor (voltage and capacity of battery packto be indicated in the offer)

7 Carry trolley case To be Provided

Page 120: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/17 रेलवे 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

3. Input Specifications Voltage Range: 150V AC to 275V AC Frequency : 50Hz +/-6%

4. Output Specifications Voltage (Inverter Mode): 220V AC Nominal Frequency (Inverter Mode): 50Hz +/-2% Voltage (Main AVR Mode): 220V +/-12%

5. Transfer Time <=3 ms or Better B. Other Parameters

1. Protection Protection against surge or noise or overload or short circuit or battery low

2. Battery Sealed Maintenance Free 3. Charging Charging when UPS is off but Connected to Mains

4. Indications Display Indicators for AC normal, Battery Charging, System on Backup, AC power failure etc.

5. Alarms On battery mode: Beeps every 30 sec. 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

1 Capture & storage

Handwrite the notes/memos/sketches on any plain paper to A4 size or on any surface and capture instantly to the PC. Mobile Storage device should store up to 50 pages at a time and should be connected to the PC through a USB port.

2 Writing Handwriting is converted to PC text. No special pad or ink or medium should be necessary.

3 Resolution Minimum 100 dpi 4 Immunity Electro-Magnetic, Ultra sonic 5 Accuracy At least 0.2 mm

6 Editing Notes may be edited in the midst of writing or even if previously Written and saved.

7 Pen Battery life About 120 hours of pen down. About 4 months in normal Use.

9 Functions Functions as a mouse- can draw with e-pen in Word, Paint, Corel draw, Photoshop etc.

B. Other Parameters 1 Pen refill Standard ball point pen

2 Power supply- pen and storage device

Lithium battery / Rechargeable battery ( charger to be supplied with the unit if required)

3 Compatibility It should be Windows vista/ XP, Linux compatible. SDK required for developing linkages with J2EE / ERP application

Page 121: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/18 रेलवे 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

1 Controller Dual controller with 2 GB or higher cache per controller

2 End to End(front end-controller-Back end) Bandwidth 4 Gbps or better

3 Total usable Storage capacity 2TB expandable to 6 TB or Better

4 Cache with Back Up Cache Battery Back Up: 24 Hrs or higher. OR Protection of Cache data through De-staging to disks.

5 Host Ports Per Controller

FC ports per controller: 2 no / 4Gbps or higher. Total iSCSI ports available on the storage (directly or through separate engine) : 2 nos./ 1 Gbps or higher.

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

7 SAN Switches and FC cables 4Gbps X 8 FC ports populated, upgradeable to 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

8 O. S. certifications Server must have certification to support Latest Versions of the following OS: Red Hat 64 bit RHEL AS/ES, 64 bit Enterprise Unix.

Page 122: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/19 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

3.1.21. Schematic Diagram for the Touch Screen Kiosk 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

Stainless Steel Body

TFT Monitor with angular adjustments

Monitor cover of suitable material resistant to diesel and grease with smooth exterior finish

SIDE VIEW ISOMETRIC VIEW

Lockable burglar proof glass front cover (to drop vertically)

Page 123: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/20 रेलवे 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

1. Resolution Black Print: Up to 600 x 600 dpi 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

Page 124: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/21 रेलवे 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

Ports) 3/23-3/25

3.2.2 Specifications of Layer - 2 Switch with 24 Ethernet ports and 02 Fiber Ports (Type-I)

3/25-3/26

3.2.3 Specifications of 24 ports Layer-2 Switch (Type-II) 3/27-3/283.2.4 Specifications of 24 ports Gigabit Layer-2 Switch (Type-III) 3/28-3/303.2.5 Technical Specifications of Layer-2 Switch (24 port- 10/100

Mbps + 2 OFC port) (Type – IV) 3/30-3/32

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

3/32-3/33

3.2.7 Technical Specifications of Wireless Access Point 3/33 3.2.8 Technical Specifications of SSL VPN Device 3/33-3/363.2.9 Technical Specifications of UPS (On-Line) 500 VA 3/36-3/373.2.10 Technical Specifications of UPS On-line (Stand Alone Type)

1KVA 3/37-3/38

3.2.11 Technical Specifications of Router (02 LAN / 4 x 02 Mbps WANPorts; 90 Kpps)

3/38-3/41

3.2.12 Technical Specifications of Media Converter 3/42 3.2.13 Technical Specifications of Structured LAN Cabling

components, UTP, Fiber, Racks and conduits etc 3/42-3/44

3.2.14 Technical Specifications for LAN Extender 3/45 3.2.15 Technical Specifications of 02 Mbps Modems (V.35 & G.703) 3/45-3/463.2.16 36U Floor Standing 19''standard 600mm (W) x 800mm (D)

Network Equipment Rack:- APW / RITTAL / VALRAC 3/47

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

3/47

3.2.18 12U Wall Mount 19” Closed Frame Network Equipment Rack:- APW , RITTAL,HCL

3/48

3.2.19. 9U Wall Mount 19” Closed Frame Network Equipment Rack:- APW , RITTAL, VALRACK

3/48

3.2.20 Specifications for Conduits, PVC Channel, HDPE Pipe, G.I Pipe and UTP/Fiber Cable Installation Laying etc.

3/49-3/50

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 3/50-3/513.2.24 ACCEPTANCE TEST PROCEDURE FOR DIFFERENT

NETWORKING EQUIPMENTS 3/51-3/54

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

Page 125: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/22 रेलवे 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

KVA 3/53

3.2.24.13 Acceptance Test Procedure For Structured cabling components

3/53-3/54

Page 126: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/23 रेलवे 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.

Page 127: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/24 रेलवे 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

Page 128: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/25 रेलवे 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,

Page 129: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/26 रेलवे 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.

Page 130: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/27 रेलवे 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.

Page 131: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/28 रेलवे 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.

Page 132: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/29 रेलवे 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.

Page 133: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/30 रेलवे 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

Page 134: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/31 रेलवे 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.

Page 135: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/32 रेलवे 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.

Page 136: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/33 रेलवे 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 Certification

Should be EAL2 or FIPS 1401-1 level 2 ( or higher) certified

(3) No of 10/100/1000 ports 2 Nos

(4) Concurrent Users Minimum 100 RADIUS, including Challenge/Response LDAP Windows NT Domain Native local user database RSA SecurID (RADIUS)

(5) Authentication

Microsoft Active Directory (RADIUS or LDAP) SSL v2.0, 3.0 TLS 1.0 (RFC 2246)

(6) Encryption

IPsec (AES)

Page 137: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/34 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

(7) Granular Auditing and logging

• User sign-in and sign-out • 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 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

(8) End point security

End point Security policy enforcement The SSL VPN should permit access to a user based 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)

(9) Access Privilege Management

3. Role based management and multiple level access for users and administrators.

(10) Performance, High Availability and Scalability

• The SSL VPN solution should support software based compression for all traffic (HTTP, file, client/server application) enabling rapid

Page 138: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/35 रेलवे 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 HTML/DHTML JavaScript/Java Applets/XML/ActiveX and Flash

(12)Web Protocols Support

HTTP/HTTPS Windows – SMB/CIFS (13) File share protocols

Generic – FTP Microsoft Exchange (MAPI) IBM/Lotus Domino/ Notes

(14) Email/messaging protocols

IMAP, SMTP, and POP3 Terminal access protocols Telnet (15) Terminal access

protocols SSH Citrix ICA (16)Remote desktop

protocols RDP

• Secure administrative Web GUI (HTTPS) • 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

(17) Management and Monitoring

Local logging, external Syslog 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

Browser Support

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

Page 139: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/36 रेलवे 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.

Clientless –Browser based Client : For client server access

(19) Modes of operation

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% d) Harmonic Distortion

3% (Max.) with linear loads and 5% (Max.)with Non-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.

5) Indications UPS on Mains/Battery, UPS trip, Battery Charging, Battery Low, Over load, LOAD bypass ON

6) Standards : a) EMI / EMC b) Safety

EN 50091-2 or equivalent, UPS shall not interfere with Network equipments by generating noise EN 50091-1 or equivalent

Page 140: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/37 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

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

7) Generator Compatibility UPS should be compatible with portable/non-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 Battery bank

Min. 400 VAH required for 30 mins.

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% d) Harmonic Distortion

3% (Max.) with linear loads and 5% (Max.)with Non-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.

5) Indications UPS on Mains/Battery, UPS trip, Battery Charging, Battery Low, Over load, LOAD bypass ON

6) Standards : a) EMI / EMC b) Safety

EN 50091-2, UPS shall not interfere with Network equipments by generating noise EN 50091-1

7) Generator Compatibility UPS should be compatible with portable/non-portable generator

Page 141: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/38 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

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.

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 Battery bank

Min. 800 VAH required for 30 mins.

Page 142: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/39 रेलवे 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.

Page 143: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/40 रेलवे 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.

Page 144: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/41 रेलवे 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.

Page 145: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/42 रेलवे 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

Page 146: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/43 रेलवे 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

d. Adapters can be used with multimode or single mode connectors and patch cords

e. Zirconia ceramic split sleeves

Page 147: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/44 रेलवे 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

13.13 Fiber Optic Patch Cords (SC-SC and SC-LC) - Multimode 50/125µm :- -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

f. SC Duplex Patch Cords to include LC Duplex Clips to maintain polarity incase of SC -LC patch cords

g. Highest quality flame retardant Fiber optic cable with tight-buffered coating on each Optical Fiber

Page 148: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/45 रेलवे 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

Page 149: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/46 रेलवे 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.

Page 150: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/47 रेलवे 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

h. Horizontal AC mains power distribution box with Five 5-amp sockets, 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

h. Horizontal AC mains power distribution box with Five 5-amp sockets, 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

Page 151: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/48 रेलवे 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

Page 152: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/49 रेलवे 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.

Page 153: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/50 रेलवे 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

Page 154: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/51 रेलवे 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.

Page 155: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/52 रेलवे 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.

Page 156: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/53 रेलवे 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.

Page 157: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/54 रेलवे 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

Page 158: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/55 रेलवे 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

Existing Router

LKO Shed TKD Shed

LDH Shed

DER Depot

Internet

S1 S2

Existing Layer 2 Switches

FOIS WAN

S7 S8 S9

S5 S3 S4

SW2SW1

S6

SAN1 SAN2

External Storage

LMS/Admin/DEV/TRG/CLIENTS

SW6

SW3

Existing Firewall

Existing IPS

Internet Gateway

Svd

S10 SW4

Existing Switch

ISDN Channel

Heart Beat

SAN connectivity

WAN Channel

Router

Layer 2 Switch

Layer 3 Switch

LMS and FMM Users at Div/HQ

Existing Div/HQ FOIS

S11

Tape Library

Existing DDL Depot FOIS Existing TKD

Depot FOIS

Item code Description S1, S2 (Type A)

Database Servers: Working in High Availability mode(Active –passive) (LMS/FMM)

S3,S4 (Type B)

Portal/Web Server (LMS/FMM)

S5.S6 (Type B)

Application Server (LMS/FMM)

S7 (Type B) Testing / Training Server S8 (Type B) Development Server S9 (Type B) DMS/BI/Reporting Server S10 (Type C) Anti-Virus Servers S11 (Type C) Backup Server SW1,SW2,SW3, SW4

Layer 2 Switch

SW6 Layer 3 switch Svd SSL VPN Device for 100

concurrent users to terminate the remote users who want to access the internal application of the CRIS Network after authentication.

Page 159: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/56 रेलवे 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 (DSL)

3/59

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

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

3/61

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

Page 160: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/57 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

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

Page 161: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/58 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

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

Page 162: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/59 रेलवे 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)

Light repair bay-2

Light repair bay-1

Control Room

Shift Lab SW-2

Heavy repair bay

CFS room Router & SW-1

Yearly mech. Section

Bogie Section SW-3

Diesel Store Depot Ward HUB

Fuel Section

Main Lab SW-4

Time office SW-5

Wheel pit lathe

RDI Sec.

Radiator

Lubritorium Load Box

Training Sch. HUB

Entry Exit point

mc mc

mc mc

mc mc

mc

mc

mc mc

Consumable store

UTP FIBRE OPTIC

mc

MEDIA CONVERTOR SW SWITCH WIRELESS

Diesel Store Depot office

Page 163: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/60 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

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

BLC Building

AMM Store

Admin Office(CYM)

Train DutyOffice

(Station)

ICD

TKD Container Depot

1Switch24

1000 mtr

600 mtr 800 mtr

LAN Extender

Copper Cable

1Switch24

1Switch24

1Switch24

TKD Depot

Wireless

Layer 2 Switch1Switch 24

Wireless Outdoor Bridge

Wireless Access Point

FBD END

DLI END

Page 164: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/61 रेलवे 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

ADME OFFICE DDR

Dadri Container Depot

1Switch 24

CONCOR

Examination/Loading & unloading lines

1Switch 24

2000 mtrs

Railway lines

Wireless

Layer 2 Switch1Switch 24

Wireless Outdoor Bridge

Wireless Access Point

Page 165: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/62 रेलवे 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

Wireless

Layer 2 Switch1Switch 24

Copper Wire

Store SE Office

ICD/CONCOR

Examination/Loading & unloading lines

Tool Room

1Switch 24

300 mtrs

Railway Lines

Wireless Access Point

LAN Extender

Wireless Outdoor Bridge

DDL Station

500 mtrs

Page 166: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/63 रेलवे 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 No

Address Telephone (O)

1 Advisor, Mechanical Engineering (W), Room No. 314, Rail Bhavan, New Delhi-110001

011-23382741

2 EDME(Traction) Railway Board, Room No.323, Rail Bhavan, New Delhi-110001

011-23383167

2 EDME(Freight) Railway Board, Room No. 317, Rail Bhavan, New Delhi-110001

011-23384199

3 Director Mechanical Engineer/ Traction, Railway Board, Room No.315, Rail Bhavan, New Delhi-110001.

011-23386285

3 Director Mechanical Engineer/ Freight, Railway Board, Room No.321, Rail Bhavan, New Delhi-110001.

011-23386335

2. RDSO Sl No Address Telephone (O) 1 Executive Director (Motive Power), RDSO,

Manak Nagar, Lucknow-226011 (UP).

0522- 2450123

Executive Director/Wagon RDSO, Manak Nagar, Lucknow-226011 (UP).

0522- 2456165

3. Production Units: Sl No Address Telephone (O) 1 Chief Mechanical Engineer ,

Diesel Locomotive Workshops, Varanasi ( UP)-221004

0542-2270358

2 Chief Mechanical Engineer , Diesel Component Workshops, Patiala (Punjab)-147001

0175-2306680

Page 167: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/64 रेलवे 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, N. Rly Hd Qrs Office, Baroda House, New Delhi-110001.

011-23387114

2. Chief Mechanical Engineer /North Central Railway, N.C. Railway HQs Office, Allahabad, U.P.

011-2560148

3. Chief Rolling Stock Engineer/Freight, N. Rly Hd Qrs Office, Baroda House, New Delhi-110001.

011-23383899

4. Chief Motive Power Engineer / Diesel, N. Rly Hd Qrs Office, Baroda House, New Delhi-110001.

011-23387207

5. Chief Rolling Stock Engineer/Freight, Westren Rly Hd Qrs Office, Churchgate, Mumbai – 400 020.

022-22016339, 022-22016339

6. Chief Rolling Stock Engineer (Freight)/ North Central Railway N.C. Railway HQs Office, Allahabad, U.P.

0532-2230221, 0532-2560006

7. Dy. Chief Mechanical Engineer/ Freight, Northern Railway, N. Rly Hd Qrs Office, Baroda House, New Delhi-110001.

011-23385202

5. Diesel LOCO Sheds: Sl No Address Telephone (O) 1 Sr DME(Diesel), N.Rly,

Diesel Shed, Tuglakabad (TKD), New Delhi-110044

011-26362552 CONSIGNEE- LMS

2 Sr DME Diesel), N.Rly, Diesel Shed, Ludhiana (LDH), (Punjab)

0161-2442365 CONSIGNEE- LMS

3 Sr DME (Diesel), N.Rly, Diesel Shed, Alambagh, Lucknow (UP)

0522-2451067 CONSIGNEE- LMS

4 Sr DME / Diesel, Diesel Loco Shed, WC Railway, New Katni, Katni (MP)

07622-255479

5 Sr DME / Diesel, Diesel Loco Shed, Eastern Railway, Howrah, Kolkata (WB)

033-26605243

6 Sr DME / Diesel, Diesel Loco Shed, Southern Railway, ERODE, (TN)

0424-2275319

Page 168: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/65 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

6. Depots: Sl No Address Telephone (O)

1 Divisional Mechanical Engineer, Wagon Care Centre Tuglakabad (TKD), New Delhi-110044

011-26367547 CONSIGNEE- FMM

2 SSE/Carriage & Wagon, (Railway Office) Container Corporation of India, Near Dadri Railway Station Gautam Budhha Nagar, UP,

0120-2930697 0120-2352866 CONSIGNEE- FMM

3 SSE/Carriage & Wagon, Northern Railway, C&W Depot, ICD/DDL, Ludhiana, Punjab.

53874 (Rly. Phone) CONSIGNEE- FMM

7. Divisional Headquarters: Sl No Address Telephone (O) 1 Sr DME , N. Railway, DRM Office,

Ferozepur (Punjab) 01632-244501

2 Sr DME (P) , N. Railway, DRM Office, State Entry Road, New Delhi-110001.

011-23742890

3 Sr DME, N. Railway, DRM Office, Hazratganj, Lucknow-226005 (UP).

522-2451825

Page 169: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/66 रेलवे 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 completion date

Mile Stone Number

A. SERVICES MILESTONES

1. Submission of Final System study with Business process mapping and User requirement assessment document with gap analysis for Depot application to CRIS for approval.

D + 3 FS1

2. Submission of Final User requirement and System 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.

D+3 FS2

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

and Depot application, testing and test bed implementation at CRIS with off line data.

D+8 FS6

7. Completion of customization/development of ROAMS-FMM application, testing and test bed implementation at CRIS with off line data.

D+12 FS7

8. Lab Load Testing of complete application including depot application and Central ROAMS-FMM for full scale load.

D+13 FS8

9. Depot application implementation at 3 depot up to Go live D+14 FS9 10. ROAMS-FMM application implementation at Board, NR

HQ, NCR HQ, RDSO and three divisions – Delhi/NR, Firozpur/NR and Allahabad/NCR. Up to Go Live.

D+16 FS11

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

project locations D+18 FS13

14. Completion of On site Handholding support period after Project commissioning

D+19 FS14

Page 170: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/67 रेलवे 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

Depot D+4 FW2

3 Shed network installation and commissioning at DDL Depot

D+5 FW3

4 Shed network installation and commissioning at DER Depot

D+6 FW4

Page 171: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/68 रेलवे 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 completion date

Mile Stone Number

A. SERVICES MILESTONES

1. Submission of Final System study and User requirement document with gap analysis for Shed application to CRIS for approval.

D + 3 LS1

2. Submission of Final User requirement and System 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

D+3 LS2

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

and shed application, testing and test bed implementation at CRIS with off line data.

D+8 LS6

7. Completion of customization/development of ROAMS-LMS application, testing and test bed implementation at CRIS with off line data.

D+12 LS7

8. Lab Load Testing of complete application including shed application and Central ROAMS-LMS for full scale load.

D+13 LS8

9. Shed application implementation at 3 sheds up to Go live D+14 LS9 10. ROAMS-LMS application implementation at Board, NR

HQ, RDSO, DLW, DMW and three divisions - Delhi, Lucknow/NR and Firozpur. Up to Go Live.

D+16 LS11

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

project locations D+18 LS13

14. Completion of On site Handholding support period after Project commissioning

D+19 LS14

15. Warranty and Maintenance ends D+30 LS15

Page 172: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/69 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S.N. Mile stone description Mile stone completion date

Mile Stone Number

B. WORKS MILESTONES

1 Shed Network Installation and commissioning at TKD Shed

D+4 LW2

2 Shed network installation and commissioning at LDH shed

D+5 LW3

3 Shed network installation and commissioning at LKO shed

D+6 LW4

Page 173: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/70 रेलवे 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.

1. DATABASE SERVER 1 & 2 3/71

2. APPLICATION SERVER 1, 2 & 3 3/72-3/75

3. PORTAL SERVER 1 & 2 3/76-3/77

4. BI SERVER 1 & 2 3/78

5. DMS 1 & 2 3/79-3/80

6. ANTIVIRUS SERVER 3/80

7. ONLINE BACKUP MANAGEMENT SERVER 3/81-3/82

Page 174: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/71 रेलवे 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 in cluster mode.)

(Latest version with 64 bit support)

Oracle 11g Enterprise Edition Or IBM DB2 9.5 Enterprise Edition

2. Basis of licensing CPU based

3. Operating system - UNIX( Any OEM Version) - Linux

4. Database Size - Unlimited

5. Maximum no. of CPUs supported

No limitation

6. Database Clustering Required

2. DEV/TESTING/OFFLINE

Sr. No. Item Description

1. Database (Latest version with 64 bit support)

Oracle database 11g Standard Edition/ 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

Page 175: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/72 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

3.8.2. APPLICATION SERVER for:

1. PRODUCTION

Sr. No.

Item Description

1. Acceptable products (Minimum Edition/ version requirement)

-IBM Websphere Network Deployment V 7 - Oracle WebLogic Server® 10.3 - 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 (Minimum Edition/ version requirement)

-IBM Websphere Network Deployment V 7 - Oracle WebLogic Server® 10.3 - 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)

Page 176: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/73 रेलवे 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.

Page 177: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/74 रेलवे 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.

Page 178: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/75 रेलवे 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 .

Page 179: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/76 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

3.8.3 PORTAL SERVER FOR: 1. PRODUCTION/DEVELOPMENT/TESTING

Sr. No.

Item Description

1. Portal servers Acceptable products (Minimum Edition/ version requirement)

- IBM WebSphere Portal Enable 6.1

- 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 Severs(minimum)

- IBM WebSphere Application Server V 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

Page 180: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/77 रेलवे 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 Software

- IBM Workplace Web Content 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.

Page 181: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/78 रेलवे 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 Edition

- SAP NetWeaver 7.0 BI/ Oracle BI Enterprise 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 approaches

- Compatibility with ERP/EAM offered/ J2EE frame work

- Ability to pull or push data and import /export to Excel

- Effective conflict resolution - Common Metadata - Consistent User Interface - Seamless Navigation - OS independent

Page 182: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/79 रेलवे 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.

Page 183: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/80 रेलवे 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.

Page 184: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/81 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

3.8.7. ONLINE BACKUP MANAGEMENT SERVER

Sr. No. Item Description

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.

Page 185: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/82 रेलवे 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.

Page 186: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/83 रेलवे 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

Page 187: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/84 रेलवे 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 2. Sickline/ROH Preventive Maintenance 3. Material Control 4. Depot Performance Monitoring 5. BPC Management Module

3/86-3/99 3/100-3/110 3/111-3/117 3/118-3/120 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 2 Divisional Module – CCR 3 Railway Board Module 4 HQ CCR & CRSE’s module 5 RDSO Module

3/127 3/128-3/133 3/134-3/140 3/141-3/142 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

Page 188: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/85 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

3.9.1

Depot Application Requirements

Page 189: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/86 रेलवे 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 required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

1.

CC Rake Examination Schedule planning

1.1 Kilometerage / Days based

The examination schedules for CC rakes are carried out according to maintenance schedule planning either on Kilometerage or no of Days (periodicity) basis, which ever is earlier. Types of CC rake (BLC wagons) wise schedule sets are defined. Example: 7500km/30 days, 6000km/30 days, 4500km/Round-trip. Ist ROH after 24 months. Subsequent ROH after 18 months. Ist POH after 72 months. Subsequent POH after 54

Wagons received from production units/ trade (New arrival), are allotted to respective zonal railways and entered accordingly. BLC wagons received from production units/ trade (New arrival), are allotted to respective base depots for maintenance purposes and entered accordingly, irrespective of the ownership.

The yard C&W section incharge receives the periodicity of preventive maintenance schedule in line with policy directives.

The yard C&W section incharge receives the advice from Divisional Control through CYM for undertaking

CC Rake’s no and Wagons details therein. Date and time of offering of CC Rake for schedule. Estimated time of completion. Wagon wise history, irregularities on line, if any, work left out during last schedule, if any, details of last schedule carried out, PRO particulars etc.

Wagon no Updation i.e. detachment, attachment etc Type of schedules set selection Repairs attended Next schedule due date

CCR/Division CYM SSE/C&W

Page 190: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/87 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO. Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

months. prescribed preventive maintenance schedule.

1.2 Condition /Parameter based.

Its condition based maintenance. If the condition of the Rake/wagon based on fixed parameters or adverse reports from line is not found suitable then on arrival in yard, it may be prematurely stopped and advised for suitable actions. Example: Spring/ Distributive Valve broken. Sickline/ROH/POH/NPOH repair advice

Based on Rake/wagon history, adverse reports on performance from line, failure condition or damage due to accident, the same may be stopped for certain maintenance. Parameters should be definable to prompt such a repair scheduling based on rake/wagon condition. Alerts generation for decision support.

Defined parameters status. Test report history. Adverse reports on performance from line. Failures records. Kilometerage / Days schedule status

Authorization for repair schedule to be undertaken at nominated Yard. In case repairs are found beyond their scope, Yard marks the stock DVS. At Sickline, either the required repairs are undertaken or the stock may be further marked for pre mature ROH/ POH/NPOH.

CCR/Division CYM SSE/C&W, SSE/Sickline, SSE/ROH, DME, DyCME/Fr

Page 191: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/88 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO. Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

2. Rake arrival forecast at yard:- End-to-end Rake

For advance planning of maintenance and better utilization of resources, forecast along with load status/details is required by maintenance organisation. CCR gives forecast (Rake no.) of CC/Other Rake to be sent to yard based on his arrival forecast on last visited station or last 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.

Arrival forecast of rake becomes available to CYM/Yard through information provided by FOIS based on Train no., Station name and abnormality recorded by CCR. This information will be provided through integration with FOIS. Integration with FOIS required.

Rake no., Train no., Train name, Wagon details, expected and actual Time of arrival in yard, and placement therein. Rake load status: loaded/empty

Updation of Rake/ stock Information.

CCR(Division) CYM(Yard) SSE/ C&W

Page 192: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/89 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO. Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

3. Rake Rolling-in examination

All terminating rakes entering the yard are subjected to Rolling-in examination irrespective of whether any advice is given or otherwise. As the rake is under arrival or even passing through in the yard, it is examined for any strange sound, hanging parts, flat tyre and signs of hot boxes etc under rolling in when the rake is in motion. NOTE: - No OPRS/BPC/Offering Memo is considered.

Information from CYM about rake arrival is provided to C&W/Depot with appropriate alert system. C&W will assign the job to the nominated gang and advise for undertaking Rolling-in examination. Any abnormalities observed are noted by the gang on the hand held PDAs and marked in DDR register with the C&W office.

Rake number., Rake Status, (includes expected time of arrival, actual departure from last station etc)

Abnormalities found in the Rolling in examination in the rake wagon-wise are recorded.

SSE /JE C&W

4. Rake Placement.

Based on incoming rake information, the likely time of arrival and the available line infrastructure, CYM will arrange placement of the rake on nominated line.

The Yard Masters/Cabins of the yard provide the information regarding actual arrival time of rake to CYM. The CYM will issue Shunting advise/order to YM depending upon the maintenance need of rake and availability of line and maintenance infrastructure available in the yard.

Status of Time of arrival in yard, and placement therein with line details.

Modification status of Rakes under maintenance in yard. Available Staff and resources (e.g. Locos available for the purpose of Shunting)

CYM, YM, SSE/ C&W

Page 193: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/90 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO. Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

5. Offering Memo Generation

Based on the information given by operating department, CYM prepares an Offering memo, (currently known as C&W-61) to the TXR. The repairs/ examination are normally undertaken on the First-come First-serve (FIFO) basis in case more than one rake is under maintenance. Nominated authority may authorize allocation of priority in which case FIFO may not be adhered to.

After the arrival of Rake in yard, the guard with the rake provides BPC (Brake Power Certificate) to CYM. Based On the status of BPC, CYM prepares an Offering memo to the TXR in three copies which contains the type of examination to be carried out on the rake. i.e. Intensive Care, Safe to run or Premium examination etc. First-come First-serve (FIFO) order must be followed in case more than one rake is under maintenance or revised priority allocation is authorized by the Nominated authority.

Maintenance history of rake, Rake information and history. Different Rake arrival and incoming order.

Type of Examination carried out on the rake and repairs undertaken, Time stamp.

CYM SSE/ C&W

6. Work Distribution to Gang for examination depending upon requisite C&W skills

As and when the Rake is placed at appropriate place for Examination, C&W allocates pre defined gangs (which specialize in certain operations on the wagons) to the various types of offered examination.

The gangs approach the predefined place for performing the examination and depending upon the type of examination, perform the examination and repair activities in specified amount

Gang deployment information details. Any previous history of work

Job allocation with Attendance of personnel including technical skills etc. Repairs attended.

JE and SE C&W.

Page 194: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/91 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO. Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

available in yard

SSE/C&W maintains TXR Diary that contains work allocation for shift, material issue and material handover for shift. Daily Work Diary is updated of all booking details done daily, Daily damage register is also updated for every wagon and irregularities observed.

of time. The recorders along with gang will record the Damages that need repairs in PDAs instead of currently operational DDRs (Daily Damage Register). Appropriate records are kept.

left out or any abnormality observed during run. Job details of the current examination being undertaken.

Repairs left out, to be attended during next schedule etc.

7. Rake Examination

All freight trains are to be subjected to examination in empty condition. The following are the types of Examination which are offered to rakes/wagons (A) BLC wagons:- Premium Rakes: (BPC valid for 12+3 days (multiple loading, unloading possible). Intensive Examination: (Validity of OPRS for 30 days or 6000 Kms, whichever is earlier.)

STR (Safe to Run

Information obtained from CYM about rake placement is given as an offering memo to C&W/Depot with alert system.

The offering memo will consist of the type of examination advised to the C&W/TXR to be carried upon the Rake.

C&W will do the job allocation in gang form and attend repairs. After Intensive examination they maintain the Intensive Examination history.

BPC status, Rake number, Rake history including maintenance history, Rake/wagon kilometerage.

Offering memo information e.g. Type of examination, Time Stamp of issuing authority offering memo.

SSE/ C&W, CYM.

Page 195: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/92 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO. Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

Examination): General 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,

Appropriate records are kept.

Page 196: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/93 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO. Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

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

Page 197: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/94 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO. Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

attention to Wagon(s)

immediate attention on line due to accidents, derailments, train parting, part failure etc. is attended on site by the concerned C&W depot staff.

conveyed through FOIS and divisional Control to C&W depot for attention Enroute. Appropriate alert is generated for concerned staff. C&W depot staff is detailed to attend the same. Repairs attended are provided to the system on return.

no., Train name, Wagon details, BPC details, section, location, last attended details, stock availability of concerned component etc. Responsibility individual, supervisor, department etc

repairs attended Enroute and responsibility assigned in terms of joint note or otherwise

SSE/ C&W, C&W depot concerned officials, concerned officials of other departments

9. Material consumption for Examination.

The C&W Section in yard has a sub store with some material pool. C&W Staff records the wagon no and repairs attended with the material consumption on rake/wagon. Staff attends to the repairs according to chalk marking with available/ being carried tools/ materials. If additional material is required the same is withdrawn from sub-

The material for wagon/rake maintenance is taken from sub store. The off line PDA will capture the material consumption on particular rake/wagon attended. On synchronizing the PDA, the requisition is generated automatically to main store. Because of the requisition, the material is replenished in the sub store. Appropriate records are kept.

Sub store and main store stock positions against selected material requirements. Rake/Wagon-wise repair type.

Material consumption with each rake/wagon. Material Requisition particulars.

SSE/C&W. Material Incharge.

Page 198: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/95 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO. Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

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 indent to stores for yard maintenance

SSE/C&W maintains material register for yard sub store that contains material issued and material handed over to staff in shift.

Based on shift diary, indent of material is done.

SSE/C&W checks the Shift register and fills the requisition and issue slip(C-117) and sends to main store. Appropriate records are kept.

Yard sub store material position,

Quantity demanded, Material Description, Category, Date, Requisition no.

SSE/C&W, Yard material Incharge

11. POH, ROH booking.

During wagon examination at the yard, if SSE/C&W finds any wagon due for its POH/ROH activities, then wagon(s) are marked overdue POH/ ROH for detachment from rake and

During the examination if SSE/C&W finds any wagon ROH/ POH due, alert will be given to ROH depot, POH workshop, and division. Detached wagon(s) from rake is sent to Depot for ROH.

POH and ROH Schedule particulars. Kilometrage of Wagon. BPC details.

Unfit memo is generated for all such wagons with wagon details including wagon history. Owning Railway

SSE/C&W CCR(Division) SSE/ Depot SSE/Workshop CYM

Page 199: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/96 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO. Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

marked as DVS.

SSE/C&W marked DVS for overdue POH/ ROH are dispatched to nominated work shop or ROH Depot. TXR prepares the UNFIT/FIT Memo for such wagons.

In case overdue POH/ ROH stock does not fall within the purview of the depot concerned, then the overdue POH/ ROH stock is marked “Unfit for loading” and “booked for nearest POH/ ROH Shop/ Depot”.

The POH marked wagons are formed into rake and advised for despatch to work shop. For all detachment CYM is informed. TXR prepares the UNFIT/FIT Memo for such wagons in two copies for advice to CYM. The Unfit Memo covers the wagon no and maintenance/repair to be done on the wagon e.g. NPOH, POH, and ROH.

is advised through appropriate alerts to the designated and nominated authority including workshop where last POH .was attended.

12. NPOH Booking.

During wagon examination at yard, if any repair is found that can be undertaken only at the workshop, such damages are termed NPOH. Nominated NPOH marked by the depot are informed to CCR/Div and offered to operating department for onward movement to workshop. TXR prepares the

The depot initiates proposal to division which after scrutiny recommends to HQ for approval of NPOH. Depot Division HQ That takes the decision for NPOH (Nominates the workshop).

This wagon requires attention at Workshop and that wagon

NPOH wagon details including history. Reasons for NPOH Marking.

Unfit memo is prepared with the NPOH marked wagon details to be forwarded to division.

SSE/C&W CYM CCR/Div. Division HQ Workshop

Page 200: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/97 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO. Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

UNFIT/FIT Memo for such wagons. These also include ineffective or accidental damaged wagons.

is booked for NPOH.

TXR prepares the UNFIT/FIT Memo for such wagons in two copies for advice to CYM. 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 and Sick wagons.

If the gang is not able to perform the repair work / or due to insufficient infrastructure as required, then the wagon is marked as DVS (Damaged Vehicle for Sick line) and the wagon is marked sick for detachment from the rake and movement to wagon depot for further repair activities.

Wagons that are not attended in yard as of the case, due to insufficient infrastructure facility, etc., is marked sick for detachment from rake and taken in to depot for sick line maintenance.

The depot is intimated with any alert system of the sick marked wagon(s) and the reasons thereon for sick marking.

Alert is generated to CYM for Sickline placement of wagon.

Wagon wise reasons for sick marking, BPC status, Rake number, Rake maintenance history, Rake/wagon kilometerage.

Sick marked Wagon details including wagon history.

SSE/C&W. SSE/ Sickline SSE/Inch.

Page 201: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/98 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO. Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

14. UNFIT/FIT Memo to CYM.

Post examination, the SSE/C&W will give the UNFIT/FIT Memo to CYM.

CYM arranges the placement of the wagons according to UNFIT/ FIT memo and system obtains appropriate alerts from FOIS/ RMS. All concerned are suitably alerted.

Sickline layout diagram. Wagon no(s) placed in respective line for repairs.

Placement details. Wagon details, including wagon history, reasons for sick marking and likely repairs to be attended.

SSE/C&W SSE/Sickline CYM

15. Missing Wagon’s parts Compliance

In some cases, the wagon at the yard may be met with theft in which wagon parts are taken away by some unknown, and then that wagon is unable for its safe running. During examination, required material is fitted thereon and made fit for running and memo is sent to RPF for required action.

After the C&W-61 is offered to C&W/SSE, if he finds some missing wagon parts more then prescribed level, memo is generated and sends to security/RPF for further enquiry/actions. Material is also indented for the particular wagon for fitment.

Joint report prepared finally in consultation with RPF/Security and depot officials.

Wagon details with attached materials. Parts missing details on last examinations.

Materials details to be fitted. Reasons for material fitment. Unusual material consumption is updated wagon wise.

Depot Officials, SSE/C&W Security/RPF

Page 202: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/99 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO. Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

16. Wagon re-offering for examination

Reoffering for Examination cases:-

(1)Wagon after fitment from sickline by depot is reoffered for examination at Yard.

(2) On attending rake examination, if the same is stabled in yard for more than 24 hours.

(3)After issuing BPC at yard if more than 10 units are 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.

CYM finds the rake/wagon/consists with invalid parameters for its safe running. CYM issues C&W-61 to SSE/C&W for its intensive examination. Alert to be generated for CCR/division, CYM, SSE/C&W.

Yard placement timing details of rake/wagon/consists. Wagon/consists details attached within the rake.

Memo generation for Intensive examination of rake.

CCR/Division, CYM/Yard SSE/C&W

Page 203: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/100 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

2. Sickline/ROH Preventive Maintenance Module:

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

1. Wagon history

The wagons attached within a rake are to be maintained for its preventive maintenance (ROH) regularly and to be brought to the wagon depot. The under repair wagon must be available with its wagon history viz., last ROH/POH details, DVS attention, attached Component/assemblies history before the wagon is to be attended for any repair.

Depot staff must be available with the wagon history details to analyze the failure occurred, if any, in the past. This wagon history is required for attending any unattended scheduled task left in its last repair, due to some reason. Integration with WISE database

Past POH/ ROH/DVS repair details, wagons details

Current repairs attended on the wagons with timestamp, staff attended, major assemblies fitted for tracking etc.

SSE/ROH, NTXR

2. ROH schedule forecasting

Before attending the repair work on wagon, the scheduling details must be available in advance.

Scheduling forecasting will help the depot management to handle the workload in more efficient manner. This include the gang/job allotment task, material planning for the incoming

Scheduling forecasting will give the depot shop/section planning in advance about information/alert along with the rake/wagon current position. Depending upon the forecast, the SSE/In charge will prepare the workforce as well as the infrastructure to do the repair efficiently.

Current Rake position details, wagon/rake details, material status, staff availability, Sickline occupancy

N/A All depot management

Page 204: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/101 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

wagons/rake, scheduling planning

3. Consist/Wagon reception at depot

SSE/C&W yard gives information about incoming rake/wagon based on his rolling-in examination done at yard to depot.

Depot gets forecast alert and plans for maintenance against the SSE/C&W yard information.

SSE/SE/JE/TNC gives intimation to depot about DVS-stock, due POH, due ROH wagons after Intensive/STR examination.

Arrival forecast to CYM becomes available to Depot, through FOIS integration. And alert is generated to depot Based on actual arrival at depot, which alerts SSE/Inch. for accepting and facilitates for appropriate line allocation with maintenance facilities. Alert is generated to CYM/depot about the wagon(s) not arriving at depot.

List of expected arriving Rake/wagons

Dispatch forecast from yard

Wagon details including repair history.

CCR messages

Tabular/Graphic view of depot lines on selection.

Acceptance of forecast by depot, ,or, Rejection of forecast with reason Selection of line on tabular/graphic berthing view by drag /drop.

SSE/C&W, SSE/Inch. SSE/Sickline, SSE/ROH CYM

4. Incoming Consist/wagon check.

Incoming Consist/wagon check/pre-billing is done by initial checker/Section Incharge/NTXR after consist/wagon comes to appropriate line.

Section supervisor assigns technician for initial checking along with NTXR. Initial checkers records repairs and makes summery of booked repairs his records.

Wagon details including repair history,

Messages of CCR & SSE/C&W,

Reports of other

Repairs recorded by initial checker.

Wheel sizes.

Components/assemblies checking is updated.

Break power

Initial checker and Section supervisor, NTXR

Page 205: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/102 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

To check the parameters and condition of consist/wagon items.

NTXR also updates his record.

depots.

Last repairs done & date

Repeated repairs

Items left unattended in last schedule.

Last wheels sizes

check

5. Job Allotment by Gang in charge/Contractor

Sectional attendance taken by Section In-charges by men card. The Section supervisor form gangs by attaching present staff & assigns a particular job to a gang based on staff skill/training etc. The section incharge also requisitions materials, tools and assigns it to staffs-concerned for collection. Work starts after gathering is complete- requirement as

Every staffs will be provided with the RFID man card. The employee’s id card is scanned on kiosk for sectional physical attendance and list of present staff is made ready. Section supervisor nominates gangs and allots jobs available on the system. Drag & drop on touch screen. Material list associated with each job allocation and checks for indent on touch screen for items needed. Repair items may be indented

Allotted Gang/ Supervisor

Wagon details including repair history.

Test/examination reports.

Messages from SSE/C&W and CCR.

Rake/wagon wise pending job list

Job allotment changes. Job allocation card printing option. RFID man card , Wagon wise/ assembly Selection of material/tool Entry of custom indents

Record room clerk, Sectional Incharges. Material/Tool issuer

Page 206: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/103 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

one. Testing/Examination/Investigation requests will also be generated from job allocation screen. This testing may be done in-house or may be in assistance with other sources

at by one touch. For custom material indent, a material indent wizard will provide a user friendly system. Similarly, tools needed will be displayed for each job card and selection made by touch. A staff from concerned supervisor’s area can go to shift store, tool room or main tool room to collect items based on area wise logic. Testing/Examination/Investigation request sent to lab and sample sent to lab.

Complete list of present/absent employees with name, token no and designation

Material & tool required for respective schedules or job card jobs with

Availability status

Tool /material indent wizard for custom generation of indent.

6. Assembly overhauling and repair

Wagon assemblies are stripped-off from the Wagon during specified maintenance schedules/ failure.

Assembly repair section allots an assembly to section staff for dismantling and overhauling.

The section staff will attend the specified defects as per the check sheet for every

Original dimensions and parameters of under repair assembly. Wagon no.

Assembly. No. Detail of work done. Testing parameter.

Concerned Section Incharge

Page 207: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/104 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

dismantled sub-assembly/ assembly.

Critical dimensions are noted.

Old and worn out components may have to be replaced by new components during assembling. Dimensions and compatibility details of the same are ensured including traceability.

Parameters are transferred from notepad to the system 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.

Date of removal Actual defect noticed Last O/H & fitted during. Date of commission and fitment. Assembly failure history

Fitted Wagon and date. Overhauled by and date Present dimension and parameters.

Page 208: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/105 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

7. Assemblies/ Components history

The Assemblies/Components attached with a wagon/rake are to be maintained for the wagon to be running on tracks trouble free. The under repaired wagon must be available with the component history before the wagon is to be attended for any repair. Any assembly/Component if fails regularly must be taken its past details for failure analysis

The components history must be taken into account by the SSEs of the depot sections for the failure analysis.

Materials’ planning is possible with the component history.

The attached components must be traceable using the attached RFID tags.

Warranty claims/follow-up will be feasible with the vendors details/data taken from MMIS

Trial monitoring data collected at yards during examination of components will be observed by depot officials

Material details – link with MMIS, POH history- integration with WISE, Material TSO specifications -RDSO manuals

Warranty alert along with the vendor details, Critical material status and follow-up

All SSEs, Depot administration, Material Depot.

8. Unit exchange and assemblies monitoring

A unit or an assembly is exchanged with the repaired or spared one to compensate for the time loss (if the unit is repaired and the wagon/consist is then dispatched).

Identified critical Items/components critical

SSE/sections will give their spare or repaired unit information to DME. DME will plan for the unit exchange with these spares Repairing unit/assembly will then be handed to respective sections for its repair and

Unit/assemblies details, section stock details,

Unit wise stock is updated, spares stock is updated

Section Incharge

Page 209: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/106 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

level for stocking must be consistently observed.

stock is updated

9.

Ultra Sonic testing

The wagon’s wheel, axle and bearing are specially taken care of any breakage, size distortion, etc.

Preformatted screen is opened and updated with the wheel/axle parameter details

SE/JE/SSE (UST) will be responsible for covering wheel/axle/bearing testing. Appropriate screen will be filled Yes/No type data and updated thereon.

Wagon details. Axle details along with repair history Wheel details along with repair history

Updated Wheel/axle details with Time stamping.

Lab/test report is prepared thereon.

SSE / SE / JE(UST)

10. Wheel turning Wheel Lathe section at depot is responsible for wagon wheel turning. Turning is done to re-profile the wheel diameter size uniformly.

SSE/WL is responsible for this job based on ultra sonic test report of wheel. CTRB (bearing) are also checked of any strange sound.

SSE/WL will compare the wheel diameter size with the parameter. Wheel turning data is updated to specified screen with authorization by SSE/WL.

Any CTRB withdrawn during wheel turning is sent for testing at the suitable testing sources

Wagon no., Ultra sonic lab/test details.

Wheel details with repair history.

Updated Wheel details.

Time stamping along with authorization.

SSE/WL

11. Water-Proofing attention

Wagon depot that are covering the ROH of

The JE/SE/MCM is responsible for the water-

Wagons details, Wagons section

Patches attention is recorded with

JE/SE/MCM, NTXR

Page 210: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/107 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

covered wagons, e.g. BCN wagon, meant esp. for carrying perishable items, must be attended for wagon’s body water-proofing.

proofing attention of the covered wagons.

Pre-check list is available with MCM

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

listings, Patches availability in the depot stock

the dimensions.

12. Advice to NTXR Post all needed repair according to procedure, SSE/Inch. or SSE/Sickline or SSE/ROH will invites the NTXR for its approval through Call Memo.

NTXR based on specified parameter may fit or unfit the rake/wagon and will indicate this on UNFIT/FIT memo.

If any wagon declared

System Alert will be provided to NTXR through Call Memo for its final checking. NTXR will check the repair done on rake/wagon and will issue fit/unfit remarks. If fit, UNFIT/FIT memo will be set to fit status. If unfit, UNFIT/FIT memo will be set to unfit status with remarks/comments on the incomplete/improper Work. SSE will be alerted with the

Wagon details with recent repair attempted. UNFIT/FIT memo parameters.

UNFIT/FIT memo is generated with remarks, if any. DVP (Damage Vehicle waiting for Parts) Alert is generated to Depot authority.

NTXR SSE/Inch., SSE/ROH SSE/Sickline

Page 211: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/108 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

UNFIT then it may be locally passed by depot concerns or may be offered for DVP (Damage Vehicle waiting for Parts) on 3rd day.

UNFIT/FIT status. System Alert is also generated to Depot Officials about any wagon kept unattended at depot with time span exceeded. Locally passing wagon details to NTXR.

13. Advice to CYM On successful UNFIT/FIT memo generation, the SSE/Inch. will advice CYM for appropriate placements for dispatch/rework.

CYM will be alerted with advice message from SSE for placement. Alert for wagon-wise UNFIT/FIT memo to CYM. CYM must also be updated about the outstanding wagon/consist at depot.

Wagon/Rake details. NTXR report/remarks.

NA CYM SSE/Inch.

14. NPOH advice During ROH/DVS inspection, SSE/C&W finds heavy repairs that require attention at Workshop than the wagon is booked for NPOH and offered to CYM/Traffic. SSE/C&W prepares conditional report in concerned with depot

SSE/C&W prepares the UNFIT/FIT Memo and forwarded this Unfit Memo and remaining two copies of train examination advice to CYM .In Unfit Memo the wagon no and work to be attended on the wagon is mentioned e.g. NPOH

Wagon details, Alert will goes to CYM/Traffic

Depot officers, CYM/Traffic

Page 212: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/109 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

authority and send to Division for NPOH with workshop nomination.

For all detachment CYM issued the shunting order The NPOH wagons are formed as a rake by CYM.

15. Failure Analysis Whenever a wagon failure is noticed the CCR/Div. of that Division issues appropriate order for the nearest depot to undertake the examination of the failure cause and submit the report. Appropriate record keeping is done for failure analysis.

CCR is informed about the wagon failure occurred under his Division, he issues an order to nearest wagon Depot to perform an examination regarding the extent and causes of failure. The online report should contain details of all past ROH, POH and other activities attended on that wagon along with failure details.

Last POH Dates/Details, Last ROH History, BPC certificate, OPRS Details, Kilometerage of Wagon, etc. Staff last worked on.

Failure analysis report is submitted to the concerned CCR/Division

CCR/Division Sr. DME

16. Wagon Modification History

Modification is attended on a wagon based on RDSO/HQ modification information. Its performance is recorded in subsequent visit at depots.

Modification order is received from RDSO/HQ with all required specification/ information including technical documents. Modification is attended on Wagon as per the specifications. Its progress is recorded in

Modification Id and technical information. Modification performance related data captured at Yards.

Wagon modification is updated.

Wagon status in case of subsequent visits to depot is updated.

Concerned section in-charge

Page 213: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/110 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

terms of advantages/ disadvantages.

17. Tippler damage management

Loaded Wagons may be tippled for unloading of consignments at bulk users like Power Plants, Steel Plants etc. Some of these wagons may suffer physical damages and deficiencies during the tippling process. The cost of repairs to such wagons and making good the deficiencies is to be made good by the client.

A damage/ deficiency list is prepared in respect of wagons which have suffered physical damages and/ or deficiencies by C&W, jointly signed by the SE/JE (C&W), YM and RPF Representative. It may be countersigned by respective departmental officers. This joint list is sent to the division for raising necessary and due debits.

Wagon details, major components likely to suffer physical damages and/ or deficiencies, wagon wise etc.

Wagon wise physical damages and/ or deficiencies of components etc detected during examination

Concerned Depot officials, Concerned CYM/Traffic officials, Concerned Divisional officials,

Page 214: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/111 रेलवे 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 required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

1. Preparation of Material requirement or Imprest of material. Indents for certain Stock items requirement which are non-imprest items for the wagon depot concerned.

Each wagon depot has a fixed quota or imprest with each of its associated General Material Stores Depot or attached store depot. The material through imprest is issued quarterly or once every three months. The material store situated in the wagon depot draws material from general store or other sources including procurement. The preparation of Imprest of all stock items and review periodically based on the past consumption, including impact of changed fleet size, type etc.

For Stock items, average consumption pattern is provided by the Stores depot by way of BRs (Balance Returns) which incorporate last three years consumption pattern in addition to other information and is examined by AMM. AMM reviews the imprest based on actual consumption, stock out periods, technical changes, workload changes, etc in consultation with wagon depot officials.

Reviewed lists are sent back to Stores Depot for further action including dispatch to HQs for purchase action. Wagon Depot Store In-charge may also prepare Material Schedule for new/ additional stock items which have not been covered in BR.

PL number, Description, Existing imprest, Workload, size for the relevant type of wagon etc. Average life of component based on past consumption pattern or the standard life Summary of stock out periods

Workload size/pattern changes, Quantity required per unit wagon (depending upon the type of wagon)

AMM/Wagon Depot Store Incharge,

Page 215: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/112 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO. Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

2. Non-Stock Indent Generation

Non stock items are not stocked in stores. They are indented as and when required. The indent of these items is prepared by the SSE/JE/In-charge of repair activities and sent to the Stores for certification that the material being proposed for purchase is indeed non stock and that no other available material shall suit the requirements. Stores depot after scrutiny endorses the non stock indent. The material is purchased by purchase organisation from the market/vendors. Every wagon depot store has fixed budget allotment for each year for non-stock purchases. Every indent made has to be debited against budget on the basis of approximate value indicated on the indent.

Any requirement of non stock material by SSE/JE is sent to wagon depot Store Incharge for necessary endorsement after preparation of non-stock indent. wagon depot Store Incharge will make necessary endorsements in the liability (budget funds) register and send the certified requisition form with the following certificates: a) Essentiality certificate. b) Urgency Certificate. c) Proprietary certificate, if any (for original equipment manufacturer)

For other than new items, Past Consumption, Past purchase details, Specifications/ drawings linkages and related details are to be provided.

Likely vendor list

(Indent details Past 3 years consumption Last PO history Supplier list Rate as per last available order) Fund balance under budget head.

NS indent no, Repairs/ section wise Quantity, details of specifications/drawings.

Supervisor Incharge SSE/ Store

Page 216: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/113 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO. Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

3. Generation of Requisition of material from Depot/Sick line to Store.

Indent is to be generated by the section SSE/JE with respect to the item needed for wagon attention.

SSE/JE will register the material required in the repair activity of the wagon along with wagon type on an offline PDA. On synchronization of 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.

Stock of item in store/SUB-STORE and Consumption pattern

Quantity required by the SSE for the purpose of repair activity.

SSE/JE.

4. Material issued from Store Depot to Gang/SSE.

Material is issued from store to a gang as requested by a SSE/JE Sub store within the wagon depot may have certain pre-charged inventory in respect of certain items in which case the indented quantity is issued against material requisition.

Material Requisition duly initiated by section SSE/JE, recommended and approved by competent authority is forwarded in specified no of copies to stores representatives for issue of material. Material is physically collected from depot.

Description of Item including PL NO. Status of pending Sectional slips, Requisition details, Previous consumption pattern, Wagon type wise.

Authentication of user requisition Quantity issued Collecting staff card to be read into system

SSE/Store

Page 217: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/114 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO. Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

5 Sickline/sub-store accountal of material

Whenever any material is issued from Store to SSE/JE for sickline or sub-store, its accountal has to be maintained by that particular sub-store or SSE and excess material has to be returned to the main store after undertaking necessary repairs.

Sub- store maintains stock accountal /Inventory. The excess material is returned to the main store within the wagon depot after undertaking necessary repairs.

Material description Threshold/Re-order level Date of last indent Receipt, O/Bal., Issues, C/ Bal. Consumption pattern. Shelf life items; their expiry, monitoring and disposal. Similarly identification, monitoring and disposal of non-moving, inactive or surplus items.

Issue quantity, make, allocation

SSE/Store

6. Inspection Call against purchase order from Stores Depot

The material received from vendor against POs is delivered in stores depot. The Store Incharge sends advice to depot for undertaking inspection of incoming material received.

On receipt of Inspection Call, the material is drawn from stores depot and checked for its conformance to stated requirements contained in the PO including ‘as per sample’.

Material receipt details and PO details. Quality parameters of Drawing and Specifications contained in

Status of pre defined parameters contained in Quality Plan (QPL) and entry in fields for respective

Inspecting officials of the wagon depot.

Page 218: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/115 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO. Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

Wagon Depot undertakes inspections and submits report for conformance of material or otherwise.

Material is sent to stocking ward after clearance by Wagon depot.

Non-conforming material is transferred to rejection ward/returned to the vendor by the stores depot under due intimation to all concerned.

Quality Plan (QPL) or otherwise or approved sample. Entry fields for respective items in QPL. Details of inspection of previous such consignments by same and different vendors.

items in QPL. Deviations, if any, therein Final Decision of Competent Authority whether Accepted or partially accepted or Rejected and respective quantities therein. Reasons for rejection of the material are to be recorded.

7. Material issued from Store Depot (AMM) to wagon depot inventory.

Material is issued from a particular ward of stores depot to the wagon depot store as requested by wagon depot store in charge.

Store depot may have certain pre-charged inventory in respect of certain items in which case the indented quantity is

Wagon depot store staff collects Material Requisition from SSE Material In charge, recommended and approved by competent authority in specified no of copies and hands them over to stores depot representatives for issue of material. Material is physically collected from depot.

Description Of Item. PL NO. Status of pending wagon depot store slips. Requisition details AAC Previous supply

Authentication of requisition Quantity issued Collecting staff card to be read into system

AMM, SSE Material In charge wagon depot, Stores clerk Material issuer

Page 219: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/116 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO. Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

issued against wagon depot material requisition.

details

8. Material Failure In service/ maintenance

Material may fail enroute or may be detected failed during maintenance. Such premature failure would invite claims during warranty period. Proper accountal is to be kept for all such premature failures till the claims are settled.

Premature failures reported from line either about the defective material detected during maintenance or line failure or after investigation of a failure by Division or depot which is attributable to material quality, are logged after checking the admissibility of warranty claim.

Similarly, Premature failures detected during wagon maintenance are logged after ascertaining the admissibility of warranty claim.

Material fitment and receipt details PO details

Date of Failure and details therein including location, report of inspecting official etc.

Controller. Concerned officials of Division/ Depot

9. Surplus material Exchange for facilitating inter depot transfer.

Surplus material should be clearly visible to every depot so that whichever depot is in need of that material would be able to request for that material.

Depot should maintain a list of surplus material that needs to be made available to other depot that may require that material. The criteria upon which the material is considered surplus in a depot is to be clearly specified.

Material details and respective surplus quantity there in. Concerned authority who can issue that material with

Material details and respective surplus quantity there in. Info of concerned authority who can issue that material with contact

Respective depot incharge and Planning

Page 220: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/117 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO. Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

contact details. details.

10. Accountal of Scrap Material

Accountal of Scrap material needs to be maintained category wise. There should be separate account for each type of scrap i.e. Ferrous, non-ferrous, tools and other kind of special scrap.

Material scrapped by wagon depot is sent to workshops where it is auctioned or disposed off.

In case of turnings, borings or similar work-place generated scrap to be auctioned at site, accountal of Scrap material needs is to be similarly maintained category wise

The store in-charge in the wagon depot prepares an account for all the scrap generated or available with them.

The scrap available is conveyed to associate stores depot for collection and bulking at stores depot. In some cases, wagon depot may have to advise stores depot for disposal.

In some other cases, stores depot advises the wagon depot for grant of delivery to specified vendor at specified time intervals.

Wagon depot grants delivery and maintains proper accountal there on.

The respective types and quantities of each scrap along with the dispatch particulars/ delivery particulars and stock available on hand with that wagon depot.

Similar other details.

The details of scrap generated on Wagon depot, Depot O/Bal, added during the past period, dispatch during the past period and C/ Bal.

Integration with MMIS required.

Concerned Stores depot and Wagon depot officials.

Page 221: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/118 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

4. Depot Performance Monitoring Module

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

1. ROH / Repair Scheduling

(1)In case of CC rake:- Wagons are scheduled by Depot for their next ROH repair activities on the basis of previous ROH date and advice is sent to division for directing due wagon stock to Depot. Efforts are made to minimize bunching at Depot and loss of 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.

SSE/C&W identifies the CC Rake for ROH. Monthly advice from Depot to division. Depot Administration directs wagon(s) to Depot for ROH/Repair attention.

Month wise Wagon ROH due list with details, wagon details including its repair history, Concerned owning railway, homing depot.

Next ROH return month/date is updated, Type of repair is recorded accordingly.

CCR/Div. Concerned Depot Officials.

2. Wagon Condemnation

Wagon motives which have outlived their codal life and /or

Wagon will be identified for condemnation after taking HQ

Wagon performance

Condemnation form to be filled.

CCR/Division

Page 222: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/119 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

proposal generation

are in poor condition due to damages/accident etc. are required to be removed from holding and condemned therein.

A proposal for condemnation is required to be generated in prescribed format.

It is approved by headquarters under overage wagon category but needs to be approved by the ministry/Rly. Board for under aged Wagons.

Movement to Ministry is by documents which require finance vetting.

Module is aimed at generating the proposal and following up the same.

approval. Proposal will be generated from the system giving authority for condemnation. A preformatted check sheet will be filled and supporting documents / photos may be attached. Cost of reclaimable assemblies will be assessed. Material wise weights and cost based on scrap costs will be assessed on the system by respective auctioning sources.

details, Wagon Details Wagon critical parameters Wagon age Justification for pre-mature condemnation.

Progress of movement of proposal

Concerned Depot Officials

3. Material Delivery follow-up

POs are issued against material by purchase wing at suppliers located at different locations and dispatched against PO’s in one or multiple consignment. Supplier will be able to see list

Purchase order details will be received from MMIS directly uploading by Material wing. Registered suppliers will receive an email alert. Suppliers can update delivery details to depot by access

PO details and delivery entry screen

Delivery status of material is intimated to vender.

Depot Material Cell Vender

Page 223: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/120 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

of purchase order and update consignment delivery details to help follow up by Depot.

through Internet.

4. Generation of Daily Wagon Holding/ Outturn status

Details of holding and outturn of wagons at Depot:- This report is very vast in its statistics. It covers the date/month/year-wise outturn status for the Depot for all type repairs for all wagon types.

Details Holding and outturn of wagons will be entered by every depot on the system on daily basis. The previous day list will be available for editing to save data entry.

Previous days wagon holding and outturn details

Current Holding and outturn against wagon

Concerned Depot officials

5. Generation of Warranty Claims

A fix number of assemblies will be identified for warranty claim from suppliers. Make/purchase order /Delivery /Fitment date details will be captured by depot during ROH. 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.

PO details from MMIS/Local uploading Delivery details from depot module Fitment date captured based on material issue/usage confirmation by section

List of material under warranty with indication of validity under warranty.

Selection of options for reporting warranty

Divisional users, Depots Officials, AMM store Officials

Page 224: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/121 रेलवे 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 required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

1. Issue/Revalidation of BPC

BPC Issue/Revalidation is authorized by the SSE/C&W at Yard. BPC covers the rake description with its source & destination, wagons’ sequence from the engine, guard/driver of the train, etc. Each examination yard takes this on priority and checks the kilometrage parameters for its validity/Invalidity.

CYM completes the Rake formation and intimates EOT (Engine on Train) to SSE/C&W for arranging BPC. SSE/C&W nominates the staff to check the Brake Power, and continuity and Issue BPC according to the type of rake

Rake details, BPC advice memo/ intimation, Current BPC details (in case of revalidation) Destination, Route details.

BPC No, Destination, Date, Train no, Loco no, Load & stock, Total no of Brake Cylinder, Brake power %, No of operating cycle, Air Pressure on departure on loco(KG/CM) and similar other data capture

SSE/C&W, CYM

2. Exception Reporting

During Issue/Revalidation of BPC, SSE/C&W monitors if there is any exception reported with the rake.

During Issue of BPC process if JE/staff found any abnormality they inform this to concerned SSE/C&W. JE forwards this message to SSE/C&W.

Rake details, BPC details

Exception marking is updated in Remark

SSE/C&W, JE

3. Brake Power Analysis

During Issue/Revalidation of BPC, JE monitors the Brake Power of the train.

During Issue of BPC, JE does the Brake power analysis and if any abnormalities are observed, SSE/C&W is apprised.

Rake details, BPC details

Brake Power %age, Remark

SSE/C&W, JE

Page 225: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/122 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

3.9.2

Depot Application Reports

Page 226: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/123 रेलवे 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

Maintenance Details of freight trains running on invalid BPCs Overdue POH/ROH Wagons not detached by the own/others railways during last intensive examination Open lines examination. CC rakes formed and lost during the month Rake examination-train wise work done. Detention to train in yard from arrival to departure. Sick marking with sick wagon details.

Examination of rakes in loaded condition Staff for freight activity points Loss of distributor valve Shortfall of Stock of critical items Details of freight trains running on invalid BPCs Examination of rakes in loaded condition

Performance of Premium Rakes (Excluding revalidation / Safe to run examination) Performance of Rolling in Examination on through passing trains Performance of Intensive Examination Points

2. ROH Preventive Maintenance

ROH calendar for CC rake. list of wagon detached on parameter based repair Dead wagon arrival for a period. Shunting order to depot/yard placements Daily job done summary- section wise. Status of modification and drives. Periodic Failure reports Failure-wise detailed report. Items left unattended at the end of last repair. Tools outstanding on gang/ staff. Out of range exception List of tested parameter – assembly wise/ wagon/rake wise. Periodic system wise -wagon-wise failure and assembly failure reports and summaries. Vendor wise history of inspections.

Wagon with stated condition of wheels and other critical parts including repeated attention/ repairs. Job card Material cost for repair. Parameter wise maintenance history. Out of course repair attended item list and summary – rake/wagon wise, area wise, part wise etc. Periodic Out of course cost and Rake time lost statement Failure wise detailed report in RDSO Performa to be available on the system Component Fit Dimension- Failure correlation/ trends analysis Material consumed on rake/wagon wise with cost.

Rake run kilometer etc. Daily/Special Nomination rake/wagon particulars report. Arrival forecast Failure and Rake By-passed report for a period. Daily schedule and Over due list. Un-complied Shunting orders. Safety item issue/return list. Initial checking report Rake/wagon wise. Section wise Staff attendance list. Out of stock lists section wise. Additional work assigned to staff rake-

Page 227: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/124 रेलवे 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 materials. Assembly history with fitment /test data. Monthly/ weekly material consumption section wise to assess the annual consumption. Section wise assembly pool availability report. Monthly ferrous/non-ferrous scrap / reclamation report. Machine down time monthly summaries. Daily Sickline Outturn reports. Examination of rakes in loaded conditions. CC Rakes Formed And Lost During the Month

Rake time lost due to material shortage- summary Vendor wise - wear rate /component life analysis. System wise Failure analysis. Freight trains running on invalid BPCs Training performance

wise (with staff name and work, rake wise). Shift left over tasks to be handed over. Wagon wise assembly list with critical parameters. Machine break down advice Machine rectification advice. Position of Wagons Attended for Patch Repairs at depot

3. Material Control Module

Issue -slip Compliance percentage Out of stock items / below 3 months stock. Section wise consumption summary Codal life expired list POs issued list Outstanding deliveries list. Non stock Fund balance Items indented section wise Items reclaimed per month. Items Condemnation summary. Monthly tests (new materials). Depot wise items released in a month with MTO details and cost (unverified & verified). Out standing returnable gate passes

1. Procurement plan with AAC. Warranty claims- materialized- cost impact. Vendor performance report. - Item wise/ vendor wise. Average life of reclaimed versus new- item wise. Failures due to material shortages – use of spares beyond life

Daily issue summary Daily items requisitioned section wise. Pending warranty claims vendor wise. Lab report for new material. Fitment report for new material. Material Assistance request made- item qty- agency and Outstanding request status. Items outstanding for repairs – agency wise. NS requisition compliance percentage. Status of condemnation in process and condemnation proposals. Material received in store & delivery dispatches status- items delayed in transit

Page 228: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/125 रेलवे 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. Monthly gate pass requisition report. Truck movements for the month- truck number wise. Proposal for condemnation of a wagon. Summary of wagons condemned over a period.

Deliver Period expired – items not yet Dispatched Work-Order wise compliance by workshop through WISE integration.

4. Tool Room Management module

Overdue calibration list of tools. Monthly/ yearly condemned tools list. Out of stock statement(other than tool)

Tools out of stock. Tools not returned. Type wise tools available

5. Performance Monitoring and Miscellaneous module

Rake/Wagon Failure report. Periodic Rake Outage Daily Rake ineffective hours report. Rake ineffective percentage –daily, monthly. Daily Sick/ Sickline position. .

Comparative reports for last Month/year/ last three years comparison of monthly outage summaries- graphic representations.Rake ineffective hours -Cumulative for the month with comparison with 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.

Hourly snap shots and current snap shot. Instant outage – in the same hour. Current snap shot (ineffective hour). Enroute detachment of wagons to trains due to wagon defects. Enroute details due to wagon defects.

Page 229: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/126 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

3.9.3

Central Application Requirements

Page 230: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/127 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

1 Sr. DME MODULE:

S. NO.

Function List Brief Description Workflow Data to be displayed on the screen

Data to be transacted

Responsible Person

1. Wagon Condemnation proposal generation

Wagon motives which have outlived their codal life and /or are in poor condition due to damages/accident etc. are required to be removed from holding and condemned. A proposal for condemnation is required to be generated in prescribed format. SSE/Incharge and NTXR advice the SR. DME for wagon condemnation

Wagon will be identified for condemnation after taking thorough inspection by SSE/Incharge SSE/Incharge offers the wagon to NTXR for report Sr. DME is given the report Sr. DME prepares the wagon condemnation advice and forwards this to CRSE/HQ for approval. .

Wagon performance details, Wagon critical parameters Wagon age

Condemnation form to be filled. Progress of movement of proposal Condemnation advice is generated.

SSE/Incharge NTXR Sr. DME Div./CCR

Page 231: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/128 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

2 Divisional Module - CCR

S. NO.

Function List Brief Description Workflow Data to be displayed on the screen

Data to be transacted Responsible Person

1. Monitoring the stock utilization on traffic

The rake/wagon becomes available for running goods train services at the discretion of the Operating branch. The utilization of the Goods train is closely watched by the carriage controller (CCR) who also provides technical support (failure rectification) to the trains on the line and constantly monitors usage 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.

Information for preparing this is collected by CCR from the sectional controllers on hourly or half hourly basis and recorded. At the end of the day, this information is collated to prepare wagon stock utilization

Rake arrival information from interchange point, POH/ROH schedules, Under repair / Working status. Examination particulars report

Failure details, Loco pilot change, station/time

CCR

2. Compliant logging and monitoring Unusual occurrence (Train parting

Divisional CCR obtain the information from traffic control and corrective action taken by division, by informing depot in charge. Any message from open line for any compliant

If any abnormalities Section controller gives the call to CCR.

The CCR office staffs will go and collect the abnormality detail from section controller.

Then CCR will give the message to C&W nearest

Rake running details Station staff details Maintenance history. Rake/wagon kilometrage

Abnormality details Station, depot details. Date, Time & place Remarks.

CCR

Page 232: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/129 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Data to be displayed on the screen

Data to be transacted Responsible Person

Poor brake power Hot box Wheel flat)

about wagon/rake, the CCR logging the compliant against the wagon/rake.

station staffs or depot in charge.

The station C&W staffs are not able to rectify the repair then 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.

OPRS details

3. Way side repair

The rake fails to run due to some failure of wagon or power break power, etc.

The information passed through to CCR from Station master to Sectional Controller and to CCR

First inspect the failure reported by loco representative, Wagon representative and neutral person then the fine the responsibility.

Station Train No. Loco No. Wagon No. POH/ROH due. OPRS No. From Time. To Time. Reported by.

Representative’s details. Checked by.

CCR

4. Arrangement of staffs to attend any abnormalities

CCR must make a train to run uninterrupted. If in any case, rake is unable to move thus blocking the traffic of other train also must be the priority of CCR to handle this situation. C&W staffs arranged by

The failure reported to CCR by station master/ loco pilot to sectional controller. Then sectional controller pass the message top CCR. CCR gives the necessary instruction to station C&W staffs, but if they do not have the resources then the message

Station C&W staffs attendance, Depot daily staff strength Area line diagram.

Repair particulars, Job allocation details,

CCR C&W

Page 233: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/130 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Data to be displayed on the screen

Data to be transacted Responsible Person

CCR to way side repairs like train parting, poor air break, etc.

again pass to CCR. This message may be in form of system alert. In that case the work allocation to depot C&W staffs the CCR has some certain procedure (place wise responsible).

5. Failure investigation

Wagons may fail on run or may be detected during maintenance. Such premature failure would invite claims during warranty period. Proper accountal is to be kept for all such premature failures till the claims are settled.

Premature failures reported from line either about the defective material detected during maintenance or line failure or after investigation of a failure by Division or depot which is attributable to material quality, are logged after checking the admissibility of warranty claim. Similarly, Premature failures detected during depot/yard maintenance, failures are logged after ascertaining the admissibility of warranty claim.

Material fitment and receipt details PO details

Date of Failure and specification of material.

Controller. Concerned officials of Division/ depot.

6. Morning positions and Preparation of MCDO.

Wagon Depot sends the morning position, 17.00 hours position to Division on every day.

Nominated JE/Tech. forward the morning and 17.00 hour position on telephone to CCR. Division prepares the MCDO for every month and sent to HQ.

GT of P/day, Yard position , Sick line/ROH positions, Release stock, Balance, sick mark wagons, Yard performance,

Date and Time, Remark

CCR,

Page 234: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/131 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Data to be displayed on the screen

Data to be transacted Responsible Person

placement details, NPOH,POH,ROH booking, ROH status.

7. PRO particulars and examination particulars

CCR monitors the PRO and Examination particulars of running wagons in division.

CCR monitors the PRO and Examination particulars of running wagons by collecting information from Stations Masters, Depots and Interchange points.

Rake arrival information from interchange point, POH details, ROH details,

Date and Time, Remark

CCR

8. POH / NPOH rake movement & wheel wagon movement

CCR monitors the POH/NPOH/wheel wagon rake movement of running wagons in division.

CCR monitors the POH/NPOH /wheel wagon rake movement of running wagons collecting information from Stations Masters, Depots and Interchange points.

POH/NPOH/ wheel wagon Rake details, Current position(station and time),

Date and time, Remark

CCR

9. Wagon waiting for POH/ROH

Divisional CCR monitors the wagon which is waiting for POH/ROH.

Details of wagon waiting for dispatch to POH Workshop/ROH depot is given by depot/yard in charge to divisional CCR. CCR forwards the position to HQ CCR.

POH/ROH Wagon details. Current position (station and time).

Reason for waiting.

CCR

Page 235: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/132 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Data to be displayed on the screen

Data to be transacted Responsible Person

10

Monitoring the depot/ Yard performance

Wagon Depot sends the Monthly performance reports to CCR for performance monitoring.

Nominated JE/clerk prepares the performance report and forward periodically to CCR.

Yard position , Sick line/ROH positions, Release stock, Balance, sick mark wagons, Yard performance, placement details, NPOH,POH,ROH booking, ROH status

Date and Time, Remark

CCR

11 Monitoring of BPC

CCR monitors the BPC details of rake running in division.

CCR monitors the BPC details of rake running, he collects the information from Stations Masters, Depots and Interchange points.

BPC details(collected from FOIS or Station master), Station, Date & time,

Abnormality in BPC, Remark

CCR

12 Wagon waiting for material & Requirements of wheel and other shop manufacture/ repaired items.

CCR collect the information regarding wagons waiting for materials

Depot in charge gives the information to divisional CCR/DCWI about wagon waiting for the material. Divisional CCR advise this to HQ CCR on daily basis.

Wagon nos. Material specification.

Items remarks

CCR

Page 236: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/133 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Data to be displayed on the screen

Data to be transacted Responsible Person

13 Material short under supply

CCR collect the information from depot regarding materials short supply.

Depot in charge gives the information to divisional CCR/DCWI about material shortage or under short supply. Also Sr.DME sent monthly position(wagon waiting for the material) to HQ

Material specification.

Items remarks

CCR

14 Executive dash boards with alerts

Online reports and executive dashboards will be available for monitoring officers at different levels to view aspects of depots performance as given in list of reports

Page 237: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/134 रेलवे 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 Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

1. Monitoring of performance parameter.

Railway board monitors the performance parameter based on the PCDO, Ad-hoc report given by the zonal railways.

Every month or certain period once the zonal railway sends the periodic report to board. Also board asks for certain requirement to zonal railways. A zonal railway prepares the PCDO or MCDO base on standing instruction given by Railway board.

PCDO/MCDO Daily Average Intensive Examination. Total Trains Examined Average per Day for the month. Ineffective Freight Stock for the month Enroute Detachments ROH of four wheeler tank wagons Equipment Failures 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.

PCDO, MCDO Railway wise

AEME

Page 238: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/135 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO. Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

2. Allotment of new wagon

Demand for new wagons arises in two ways: Traffic put the demand based on the need. By HQ’s through RSP. For allotment of wagon, multi level of authorization is needed so need good DMS.

Based on these demands a consolidated proposal is prepared by mechanical dept. and put up to Board committee (consisting of board members and CRB). Once the sanction (known as blanket sanction) is given, information is passed to concerned railways and Store directorate. 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

RSP, HQ special demand. Traffic demand Sanction, Availability of wagon in manufacturing unit.

Traffic requirements

DME(Frt.), Traffic department

Page 239: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/136 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO. Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

in consultation with traffic directorate.

3. Accident information

Whenever an accident takes place, Zonal railway control office (CCR) informs the mechanical freight in RB.

Detailed report is prepared by Safety Directorate and a copy is sent to mechanical Freight.

Date & time of Accident

Division

Section

Block Section

Gauge/ track/ traction/ route

Train no. & load.

Engine no.

Brief particulars

Casualty

Relief arrangements

Officers visiting site

Prima facie cause

On which account

Restoration

Other information

If any policies and remarks is formulated that are transacted to concern places. A yearly month wise accident report.

DME

Page 240: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/137 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO. Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

State/distt.

4. Infrastructural information

Railway Board collects the infrastructural information from all zonal railways.

Railway Board set the criterion for categorizing the Examination points, ROH Depots and Sick lines.

Railway Board sends a letter to all the railways asking them if there is any up gradation of depots and yard under them. Zonal railways send the report by PCDO or authorized by CME letter to the Railway Board for 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

Depot/yard wise infrastructural details.

PCDO.

Infrastructure up gradation request.

Change in infrastructural category.

AEME

5. Monitoring of POH rake movement

Railway Board monitors and coordinates the POH rake movement to work shops.

The POH wagon arises in the yard. The work shop is fixed for the yard/depot.

weekly load report capacity of work shop Work shop load types

Transferred load details.

DME AEME

Page 241: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/138 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO. Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

According to the railway board standing instruction the particular type of wagon or particular repair the wagon goes to a 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.

Request for load balancing Utilization of capacity

Page 242: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/139 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO. Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

6. Monitoring of RSP items

Railway board monitors the RSP (freight) progress.

Zonal railway given the particulars of over aged wagon details.

Traffic department given the requirement based on the freight loading of next 3 years.

Board monitors the work in process of RSP items.

Pink book details. Actual and balance provision.

Status of RSP Remarks if any.

DME

7. Man power data monitoring sanction Vs vacancy.

The zonal railways send their man power details to board every month. It includes staff sanction and availability.

Staff shall be normally provided to the Depot/yard as per the yard stick.

In every depot/yard require a monthly planning of staff allotment to different task at different level of jobs.

PCDO

Sanction strength.

On roll strength.

Short fall.

8. Policy formulation.

Freight directives formulate/review the policy for their scope.

Through CRSE, CME meeting Railway board collects the problem. Ex: Condemnation, Movement of wagon, repair & maintenance.

Railway board officials collect the problematic data and analysis the data

Problem faced. Problematic statistical data. Feed back

New policy. Reviewed policy

EDME DME

Page 243: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/140 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO. Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

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 Progress for works program & LAW (Locally Approved works ) items

Railway Board allots items of work for construction /up gradation of infrastructural facilities to Zonal railways. Also, Zonal GMs sanction some lower value works under their local powers which are called LAW works. Wagon depot and the construction agency reports the financial and physical progress of work periodically.

Wagon depot enters sanctioned work and updates progress on a monthly basis. .

Number and name of items allocated to various wagon depots and respective progress made by wagon depots against each of the sanctioned work with works budget, physical and financial progress, planned and actual. .

Updation of sanctioned works progress and budget.

Concerned officials of wagon depot, Divisional officers concerned, Zonal HQ and Railway Board.

Page 244: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/141 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

4 Head Quarter Module (HQ CCR & CRSE):

S. NO.

Function List

Brief Description Workflow Data to be displayed on the screen

Data to be transact

Responsible Person

1. Divisional performance Report

Online reports and executive dashboards will be available for monitoring officers at different levels to view aspects of depots performance as given in list of reports

Narrative reports from different Divisions are sent to their respective HQ. These reports are the 0800, 1700 and 00.00 hours reports sent to the HQ on regular basis.

Daily Average Intensive Examination.

Total Train Examined Average per Day fro the month.

Ineffective Freight Stock for the month

PCDO, MCDO division wise

HQ CCR

2. Depot wise Key statistics

Every month different Divisions send their PCDO or Narrative reports to the HQ. HQ compiles these PCDO/narrative reports to summarized report and prepares their own PCDO to be sent to the Railway Board. Details include:- Freight performance Ultrasonic Testing.

Comprehensive report(Depot)-> Narrative report(Division)-> PCDO(HQ)->Compiled report(Railway Board) At each level, the detailed report data is analyzed and then summarized, and forwarded to its upper hierarchy.

Depot/yard wise infrastructural details. Freight performance Infrastructure up gradation request Sanction strength.

On roll strength.

Short fall.

Change in infrastructural category.

HQ CCR

Page 245: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/142 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List

Brief Description Workflow Data to be displayed on the screen

Data to be transact

Responsible Person

3 Wagon details in case of unusual (train partings Punctuality Loss Cases Accidental wagons)

Divisional CCR obtain the information from traffic control and corrective action taken by division, by informing depot in charge and HQ.

If any abnormalities Section controller gives the call to divisional CCR. The divisional CCR will pass the information to HQ CCR Also HQ CCR monitors the job activities.

Abnormality details Station, depot details. Date, Time & place Wagon details.

Remarks. CCR

4 Wagon holding master

Details are kept regarding the wagon allotment

5 Trial Monitoring

Modifications done in a wagon stock based on RDSO/HQ modification information are monitored.

The performance of such wagon stock is recorded in each subsequent visit/ specified period during which the wagon is attended by the wagon depot.

Modifications incorporated information is received from Workshop/ROH Depot/ Other Depots/ HQ and the details of parameters to be monitored in the wagon depot with periodicity thereon. Its progress is recorded by the wagon depot in each subsequent visit/ specified period during which the wagon is attended by the wagon depot.

Wagon No, type & other details, Modification Id and technical information. Details of parameters to be monitored in the wagon depot with periodicity thereon and the relevant format on which the performance is to be conveyed.

Status in case of each subsequent visits of the wagon stock and recording of parameters thereon.

Concerned section in charge

Page 246: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/143 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

5 RDSO MODULE:

S. NO.

Function List

Brief Description Workflow Data to be displayed on the screen

Data to be transact

Responsible Person

1. Performance on Wagon Modification

Modification is attended on a wagon by the nominated depot, based on RDSO/HQ modification information. Its performance is recorded in subsequent visit at depots.

Modification order is received from RDSO/HQ with all required specification/ information including technical documents. Modification is attended on Wagon as per the specifications by the nominated depot. Depots update the modification progress in terms of advantages/ disadvantages.

Modification Id and technical information. Modification performance related data captured at Yards.

Wagon modification is updated.

RDSO Officials. Concerned HQ Officials. Depot Officials.

2. Performance of trial items

New item or existing items from new sources are required to be put on controlled trial in a depot before deciding on their regular use. A particular depot will be nominated by CRSE for placing indents in respect of the developmental items and monitoring performance for a specified period. Trials are ordered by RDSO also but these

Trial items list is entered by HQ. Target dates, frequency of reporting, are indicated. Depots submit a monthly progress about fitment and performance of trial items. Trial is marked as closed by HQ when sufficient data becomes available. Reporting by depots is in descriptive monthly comments, numbers fitted during month, failed during month, reason for failure.

Existing trial items list according to owner of trail – RDSO, HQ, BOARD.

Trial name, No. of Wagons to be fitted, Ordering authority Date of commencement Date of completion Nominated depot. Item particular.

Concerned RDSO officials. CRSE/HQ Sr.DME/depot CYM/depot

Page 247: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/144 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List

Brief Description Workflow Data to be displayed on the screen

Data to be transact

Responsible Person

are also channeled through HQ as new items. Depots have to report performance to headquarters on regular basis.

Vendor Type of wagon to be fitted on Monthly progress.

Page 248: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/145 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

3.9.4

Central Application Reports

Page 249: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/146 रेलवे 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

Controller Module

Rake utilization report. Daily failure and responsibility wise failure report Sick line performance of goods stock on division during the month. Stalling report- with cause wise summary over reported period. Territorial and Depot outage report - Daily and monthly day wise/ cumulative. Monthly summary- category wise. Exception reporting based on selection. List of messages sent to Depots – Depot wise Monthly work done.

Online utilization report. Hourly Rake use distribution report. Daily issue status. Depot wise daily ineffective / under repair hours report. Accident information sheet. Daily over due list. Morning position Type-wise wagons available within division

2. Headquarter / Railway Board Module

Rake/Wagon holding and Ineffective List of cases dropped in reconciliation- monthly - wise. Items under trial. List of completed trials, wagon system wise. RSP items progress statement - monthly, yearly etc. Current CC Rake holding of Depots. New Wagon/Rake allotted zone/ Depot wise. Overdue POH/ROH wagons not detached by OWN/other Rly. during last Intensive

Depot/Wagon wise ROH outturn statement Yard/Sickline/Depot Performance Performance of Rolling-in-examination on through trains Time analysis for intensive examination of End-to-End rakes Ineffective %age Total detachments occurred in rake Train parting suffered in rake enroute Spring breakage, Hot axle failure analysis Rake wise list of defects with hours lost & cost of repairs Pending warranty claims & failures

DME Morning position. Rake/Wagon allotment advice Trial progress report Depot indent statement Zonal distribution statement HQ purchase15 day’s status of highlighted items. Vendor directories online. With item wise searches, vendor wise searches. New Rake/Wagons awaiting commissioning.

Page 250: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/147 रेलवे 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 Workshop Module

1. POH history report.

Calling In programmer with compliance Wagon/Rake running overdue POH

Page 251: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/148 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

3.9.5

Depot HR Module

Page 252: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/149 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

Employee self service module:

S. NO.

Function List

Brief Description Workflow Data to be displayed on the screen

Data to be transact

Responsible Person

1. Marking of Gate & sectional Attendance/ absence

On arrival at Wagon Depot the attendance of each employee should be recorded by Time Office. Every Wagon depot staff will be assigned a unique Multipurpose card.

Every Depot personnel will be provided with a RFID based ID card. This card is a multi-utility card for attendance, material/tool issue etc. In Time office there is a board in which all the tokens/punch card are placed.

When a staff enters in the Depot in his particular shift, he will have to visit the Time office first. He will punch this card on punching machine, punching machine print the time of entry or will give his attendance in Sub-Muster.

The attendance criterion for the workmen is followed accordingly to the Depot/Yard attendance policies.

Also marked attendance on attendance register manually. Section 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.

Section details. Absent Employees’ Names Present employees’ names Shift details Card numbers Selection for –status- present, leave, absent –reason etc. *Note: DATA of employee will come from PRIME

Attendance status for each Employee to be entered along with time.

Time office Clerk Sectional Incharge Sectional supervisor Account office

Page 253: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/150 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List

Brief Description Workflow Data to be displayed on the screen

Data to be transact

Responsible Person

Pre-sanctioned leave is automatically reflected.

2. Initial Marking of special entries by sectional supervisor on sectional attendance.

If in case of emergency, a staff works for odd hrs then it comes under the category of compensation for his double duty in the form of CR. The duty hours should be according to HOER (Hours Of Employment Regulation) policies. Outstation Duties or Training Work during meal hour and on Sundays

Odd hours duty information, if any, is transmitted to Time Office through Section Incharge in the form of sectional attendance.

The duty hours should be undertaken according to HOER (Hours Of Employment Regulation) policies and allowances is also paid accordingly.

If a staff is working in the shift 0030 – 0830 hrs then it comes under the category of Night Duty. For this, he will get Night Duty Allowance (NDA).

If a staff works on NH (National Holiday) then he will get the compensation

If a staff is going for outstation duties or training then he will get Traveling Allowance (TA/DA), etc.

Employee Details, Shift Details, Special functions/allowances

Employee Odd hour details Night Duty details National Holiday details hurt on duty (HOD) details Outstation Duties details Sick ness entry Leave entry

Time office Clerk/ Account office Sectional Incharge.

Page 254: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/151 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List

Brief Description Workflow Data to be displayed on the screen

Data to be transact

Responsible Person

3. Leave application and sanctioning

The leave record of each employee is maintained in the Depot/Yard for different types of leave. Leave records are updated on receipt of the sanctioned leave applications by the leave section. CAUSES OF ABSENCE A —Absent without intimation LHP—Leave on Half Pay LFP—Leave on Full Pay SCL—Special Casual Leave S-Sick Leave H.L—Hospital Leave LWP—Leave Without Pay R—Rest under the Factory Act. C.L—Casual Leave.

Whenever a staff wants to request for leave he will have to apply for desired leave on the system. The Leave Application is sanctioned by two or three level work flows. Status of leave available to account is visible to sanctioning officer at each stage. Sanctioned leave is reconciled by system on employee attendance record and initial remarks of the sectional supervisors. A workman absenting himself without leave or medical certificate will be liable to disciplinary action. In case of absence of less than three days' duration, the section incharge will decide the action to be taken. For absence between 3 and 6 days the SSE/Incharge and for absence over 6 days the senior officer concerned will 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

Leave Applicant’s Details Leave details. Due leaves status.

Applicants Token no Nature & Period of Leave. Purpose of Leave. Address while on Leave. Date Authentication by section in charge

Section Incharge, SSE/Inc. Time Off. Clerk

Page 255: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/152 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List

Brief Description Workflow Data to be displayed on the screen

Data to be transact

Responsible Person

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 application generation

Every Depot/Yard staff is assigned a set of Privilege/School/Complimentary passes yearly.

The pass record of each employee is also maintained by the pass section.

Every staff has to give family declaration needs to be given which is used for referencing for pass issue.

When a staff wants to request for pass, he will have to fill the form named ‘Application For Passes’ on the system kiosk.

The application should reach the Pass Issuing Office before the passes are required for use.

After filling the above details he has to manually submit that to the Pass section. Some entries which are left blank in the Pass Application form are filled by Pass section. Then it is forwarded to SSE/Inc. for getting it sanctioned.

Employee details, Concerned sectional Incharge, Number of passes taken till date.

Employee Token no. Type of pass Onward journey details. Return journey details. Break journey Persons for whom pass is required for onward

Pass Section Clerk SSE/SE

Page 256: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/153 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List

Brief Description Workflow Data to be displayed on the screen

Data to be transact

Responsible Person

Also children’s education declaration is needed to be captured for issue of school pass

Pass section will keep a system generated request on record in hard copy and give a confirmation on system about readiness of pass. 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

journey. Persons for whom pass is required for return journey.

5. Booking of Grievance

Workers working in any shift need to communicate their problems to the management. At present they write their grievance in the registers or seek meetings with the higher

If any staff wants to register complaints opens his employee page and selects grievance or interview or suggestion option. He then gets a chance to enter his desired choice by a user friendly touch screen. Information is sent as to do item to the

Name, Designation,

Department, etc.

Selection of choice Nature of Complaint Action taken Target Date of final Disposal of Complaint.

Staff,

SSE/G,

Concerned manager

Page 257: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/154 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List

Brief Description Workflow Data to be displayed on the screen

Data to be transact

Responsible Person

management of the Wagon Depot. This functional feature is aim at providing staff a means voicing their grievances, seeking interviews with managers through their employee self service screen.

A selection of grievances from a pull down list is intended to provide them a convenient method of this interaction.

concerned manager as per role definition or to senior management as marked. Every complaint has a last date on which it should be redressed (solved). Acknowledgement of receipt and action summary will be made available to the staff on their employee Screen as an alert.

6. Staff bio- data for pass application

Staff’s Bio data are maintained. this information used in pass preparation

Every year employee will have to submit the details of his dependents through a preprinted application form. It is duly signed by the employee and should be approved by OS(Gen.) & SSE(Gen.) Then that application is entered into Pass section requires these details for making passes.

Name. Designation. Date of Appointment. Basic Pay. Residential Address.

Staff Ticket No. Name of dependents. Relationship with the staff. Age.

Date of Birth of dependents.

Clerk/Bill

Section

Page 258: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/155 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List

Brief Description Workflow Data to be displayed on the screen

Data to be transact

Responsible Person

7. Staff Training Management

Staff Training details, total training, available training, employee completed due training/ employee over due training should be maintained

In Each Wagon Depot Training programs are run from time to time to enhance and refresh the skills of employees. We may also have Training programs outside the shop in Railway institutions as well as non railway institutions. OS/Administrator can see the Training availability as well as the training requirements of employees. 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.

Name./ Staff Ticket No. Designation. Training Attended Training Required Reason Current Skill Level

Staff Ticket No. Skill of Employee is updated accordingly.

Admin./Staff

8. Employee Service and Personal Records related

Employee may be able to see his service record, payroll, Leave, seniority lists and such employee self service

User can see his/her service record, personal details, Leave Balance and next promotion details etc. Visibility of notification in case of

Name/ Staff Ticket No. PF No.

Name/ Staff Ticket No. Section Name/Number

Staff

Page 259: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/156 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List

Brief Description Workflow Data to be displayed on the screen

Data to be transact

Responsible Person

Information Connectivity

(ESS) details online. Transfer, Promotion, seniority Retirement with appropriate alert and letter. All workers have an employee details Page, employee can see the details of leave/shift duties/attendance/absence/ Grievance/Training etc. Data on Employee page will come from relevant employee database.

Designation. Training Attended Grievance Basic Salary Next Promotion Leave Details Attendance Summary

9. D&AR (Discipline & Appeal Rules)

Depot follows two types of DAR cases.

Major Penalty Cases (Standard form 5)

Minor Penalty Cases (Standard form 11)

Every case is registered at Administrative section in a DAR register.

If a section staff breaks disciplinary rules then his/her Section Inc. report it to SSE/Inc.

SF-5 or SF-11 form is

Section Engineer can register anti-disciplinary case against a section staff through the kiosk. That information is automatically forwarded to either SSE/Inc. based on whether the case is illegal absenteeism or careless working.

Employee details, Date of Absent/ Careless Working. Date of Issue of SF5 or SF11. Date of enquiry by officer. Date of completion of enquiry. Date of communication to charge officer along with finding enquiry.

The D&AR details are updated by token/ticket no. wise. Status to Disciplinary Authority/Appellate Authority. Action taken against employee.

SSE/Inc

Sectional Inc.

O.S.

Page 260: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/157 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List

Brief Description Workflow Data to be displayed on the screen

Data to be transact

Responsible Person

filled by the concerned department clerk.

If the case is related to absentees then it will be reported to SSE/Inc.

Then the case is further forwarded to Administrative section to take necessary actions against it.

The Office Superintendent (OS) maintains the DAR register

Final status. Past D&AR action report.

Disciplinary Authority/Appellate Authority.

10. Staff Quarter & staff Uniform

Quarters are allocated to staff based on there job entitlement and as well as priority. Uniform:- Every staff is allotted uniform according to the job entitlement and environmental condition periodically.

Employee can themselves check the status of quarter pool type- wise. Vacant quarter and occupancy status is available online to user and allotment is on first-come first serve order (FIFO). Online priority is also captured for new allotment as well as better accommodations. Staff uniform allotment details is available to them on there employee page/account.

Staff quarter occupancy details. Employee allotted the quarters. Requisition for quarter change with priority. Uniform details.

Uniform allocation/ distribution criteria.

Staff quarter occupancy is updated accordingly. Staff wise uniform distribution is updated.

Staff.

Page 261: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/158 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

3.9.6

Depot HR Reports

Page 262: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/159 रेलवे 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 Marking of Gate & sectional Attendance

Attendance- Daily Shift wise Defined period wise Monthly

2 Initial Marking of special entries by sectional supervisor on sectional attendance.

Summaries for pay period for all categories.

Status visible to each staff on his staff page. Exception report of absenting staff whose absence is not covered by appropriate sanction to cover initial indication by sectional supervisors

3 Leave application and sanctioning

Leave report – Monthly

Daily

4 Pass application generation

Monthly / half yearly /annual summary, individual wise for those who have taken a pass.

Pass application with sanction for each case.

5 Generation of Muster Roll

Monthly Absentee statement/ Muster roll for pay bill preparation.

Section wise staff expenditure- monthly

6 Booking of Grievance

Monthly grievances summary section wise.

Exception list for delayed grievances.

Page 263: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/160 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

3.9.7

Documents & Library Module

Page 264: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/161 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List

Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

1 Letter & circular management

Railway Board, HQ, Division & RDSO send letters to depots which take considerable time to reach. Also, letters are filed as hard copies which are difficult to retrieve.

This feature aims at providing:

1. An easy method of scanning hardcopies directly to a repository with provision of building meta data for intelligent searches.

2. Send letters from one to many with a user friendly address book.

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.

Letter originated from any office – on computer as word doc. Or scanned matter. Sender to select receivers from a address list by checking Letters to move to respective letter boxes on single click. Each receiver to be capable of resending the letter to more in a similar manner with comments. Each user to be able to search his own repository.

User name Circular management screen with address book, search, self repository status and arrival alerts. Scan to repository screen with metadata capture feature.

Addresses Metadata in case of new documents

Each assigned user

Page 265: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/162 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List

Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

2. E-Library for drawings and documents

RDSO maintains repository of standard drawings and technical instruction circulars on the system. Each document will have a metadata associated for quick searches.

Each zone also maintains their own repository of drawings and technical manuals.

All these documents and drawings will be accessible to shed users based on permissions. These drawings are used for procurement and technical support for maintenance.

Each e- library section will be maintained by respective agency. System will provide version tracking and control of each drawing/ document.

Up loading of document will be simple and user friendly.

Down loading will be simple with provision of printability at user end.

Neither drawings nor documents will be editable.

Users will simple search, select and down load the documents for viewing or printing at their end.

View of the contents of the library for user friendly selection. User friendly screen for uploading.

Selection of down load Meta data for uploads

Permitted users

3. On line directory of all users.

An online user directory giving details of name, Designation, telephones, address, e-Mail id is needed to facilitate easy communication in the system.

Each user should have the permission to modify his own details Search by any user.

Self information screen Search screen

Self information Updation

Search for name & addresses.

All users

Page 266: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/163 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

3.9.8

Documents & Library Module Reports

Page 267: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/164 रेलवे 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 management

1. List of letter sent monthly

2. List of letters received monthly.

1. On-line status of repository boxes and new arrival alerts

2. E-Library for drawings and documents & manuals

1. List of drawings zone wise 1. New arrivals alerts

2. Version change alerts

3. On line directory of all users.

1. Directory – zone wise- unit wise

1. On-line search based related document lists.

2. Search based lists of addresses.

Page 268: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/165 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

3.9.9

IT Automation Devices

Page 269: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/166 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

USE OF IT AUTOMATION DEVICES AT CLIENT INTERFACE:

S. NO.

Function List

Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

1. Use of RFID based employee cards

RFID based employee cards with employee particular printed on each card will be issued to each employee by each depot. The master list will be maintained locally by depot. The card will bear no data other than unique identifier.

Card will be used to mark employee attendance in the working section.

Card will be used to identify employee on the system and for capturing his name on depot application forms wherever needed.

Card will be used for opening employees self service (ESS) application on the kiosk with provision of a four digit PIN for added security.

Supervisor will open the attendance screen on HR module.

Card of each employee present will be read at kiosk in presence of the supervisor to build a list of workers to be allocated work against job cards by touch selection.

Card will be read on to tool issue and material issue forms of depot application to identify and enter the name of employee on transaction screen.

If employee card if presented to a reader without any active application screen, it will open ESS page by default after seeking four digits PIN from employee to permit him to carry out HR function.

Cards read with names and ticket number & photos of each employee.

Employee name to appear in relevant field in the transaction screen. To be accepted by supervisor.

Employee self service screen menu.

Card to be read.

Name of employee to be confirmed by issuer/ supervisor

Desired choices by employee on ESS menu.

Employee,

Supervisor,

Tool/Material issuers

Page 270: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/167 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List

Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

2. Use of RFID based assembly/Component (ASSY)cards

RFID based reusable assembly cards will be used to ensure traceability of assemblies within Depot. The card will bear no data other than unique identifier.

The assembly card will be attached to an assembly after it is removed from the wagon. The assembly will be removed from the wagon on the system and shifted to a card by reading and associating a fresh card from reused cards bin. The card will be tied to the assembly by suitable easy means.

Thus whenever record of an 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 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.

Supervisor will decide about removal of an assy. from wagon Removed assy will be removed from wagon on the system and system will prompt for shifting it to a card.

A free card will be read and associated with the assy.

Card will remain with assembly till it remains as a spare – under repair or in repaired condition.

Reference data of ASSY cards will be kept and maintained locally at the Depot.

Cards read on kiosk to open ASSY screen

Appropriate option to be exercised on the application for

Repair Supervisor,

Page 271: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/168 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List

Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

3. Use of touch screens

Touch screen kiosks will be used in the repair areas as key board and mouse are not practical options.

Application screens to be used in repair are will need to be modified at the front end to suit touch screen use.

ESS will be touch screen based.

Repair platform , control room, Assembly sections related , tool issue, material issue related screens should be touch screen enabled

Respective touch enabled interface screens

Touch choices with minimal data entry through on screen simplified key board.

As per role defined in respective application function.

4. E-pen E pen will be used to fill up the preprinted schedule formats for heavy assembly repair and heavy schedule areas.

Pre printed schedule forma are filled with special e-pen

Captured OCR data is down loaded to the application input form through suitable client end interface with option to edit the form

---

Selected schedule data forms.

---

5. PDAs Personal Digital Assistants will be used in open areas where lots of field work is demanded along with little data entry.

Application screens to be used in examination will covers wagons/material entry, parameter marking with Yes/No type, etc.

If feasible wagon/assembly

SSE/C&W will use the alphanumeric keypad of PDA for wagon entry.

Preformatted parameter checking screens will be filled with Yes/No examination details.

PDA specified application screen for yard.

Rake/wagon/assembly details.

Appropriate Updation will be done to system on synchronization.

SSE/C&W

Page 272: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/169 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List

Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

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.

Page 273: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/170 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

3.9.10

Glossary

Page 274: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/171 रेलवे 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

Page 275: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/172 रेलवे 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

Page 276: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/173 रेलवे 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

Page 277: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/174 रेलवे 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

Page 278: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/175 रेलवे 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

Page 279: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/176 रेलवे 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

Page 280: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/177 रेलवे 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

Page 281: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/178 रेलवे 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

Page 282: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/179 रेलवे 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 2 Tool Room Management 3 Material Control 4 Performance Monitoring

3/181-3/202 3/203-3/205 3/206-3/214 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 2. Railway Board/ Headquarter 3. POH Workshop

3/231-3/242 3/243-3/252 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

Page 283: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/180 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

3.10.1

Shed Application Requirements

Page 284: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/181 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

1. Preventive Maintenance Module:

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

1. Preparation of Service wise Nomination of Locos.

Shed nominates loco according to the fitness to different Service categories - Goods, Passenger, Mail express etc. Special Nomination like : Time to time on need basis, Testing train and inspection train etc.

Monthly nomination by viewing the exhaustive list of shed locos. Special nomination by calling Type wise/ service category wise/ operating speed / Horse Power performance wise lists.

Effective locos & type. Existing service Nomination of locos in tabular form. Special nomination list byLOV selection of parameters like, Traction type –DC or AC/DC locos, Wheel Diameter wise, Brake type, Schedule due wise etc.

Loco nomination modification on exhaustive list. Special nomination Modification.

SSE/Running CTA

2.

Schedule planning –

Page 285: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/182 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

2.1 Calendar based

The schedules are carried out according to maintenance schedule planning month/year wise. Types of loco wise schedule sets are defined. Example: 10 days, monthly, 4-monthly, 8 monthly, yearly, 2-yearly and 4-yearly. POH after 8 years.

Loco received from DLW (New arrival) / after POH / rebuilding from DMW, and then the shed CTA section incharge decides of its schedule. Calendar wise - Yearly / Monthly planning.

Date of receipt of loco in shed , Type of loco and no., Technical details of the locos.

Loco no, Link assigned in case of passenger loco, Date of commissioning, Type of schedules set selection. First schedule due date.

CTA

2.2

Condition /Parameter based.

Its condition based maintenance. If the condition of the loco based on fixed parameters or reports is not found suitable then on arrival in shed, it may be prematurely stopped for the next schedule.

Based on loco history, failure condition or damage due to accident, a loco may be stopped for certain maintenance. Parameters should be definable to prompt such a scheduling based on loco condition. Alerts generation for decision support.

Defined parameters status Lab report history Failures record Calendar schedule status

Authorization for premature schedule.

SSE incharge, AME

Page 286: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/183 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

3. Loco reception at shed

DPC gives forecast (time & loco no.) of locos to be sent to shed based on his arrival forecast on station. Shed gets forecast alert and plans for maintenance against this forecast. All forecast locos do not arrive.

Arrival forecast of DPC becomes available in shed application and alert is generated. Based on actual arrival shed event sensed at shed gate, loco arrival screen is opened at Shed Control (FOR) which alerts SSE (Running) for accepting and berth allocation. Loco bypass approval by Sr.DME

List of expected arriving locos Dispatch forecast Locos arrival Screen giving : Loco number/type Type of service. Arriving Train , Schedule due DPC messages Tabular/Graphic view of loco maintenance berths on selection.

Acceptance of forecast by shed, ,or, Rejection of forecast with reason Selection of loco berth on tabular/graphic berthing view by drag /drop.

FOR Sr. DME SSE/ Run,

4 Loco berthing

Page 287: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/184 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

4.1

Loco berthing/ shunting order issue.

Based on berth selection by SSE (Running) Loco placed on an appropriate bay by shunter through self power of loco or by a shunting loco for dead locos.

Loco driver places the loco on the incoming pit. Driver reports to FOR. Shunter receives the shunting order from the FOR to place the loco at maintenance berthing place. The shunter gets the shunting order countersigned by loco receiving section incharge. Then shunter gives complied order back that to FOR. For entry.

Schedule and berth allocation approved by SSE(Running) Shunters / Shunting porters available in the shed. Visibility on selection of complete Maintenance berth diagram with occupancy.

Shunter deputed Time of placement. Berth placed at. Shunting loco no.

FOR, Shunter.

4.2 Return/issue of drivers safety items.

There are prescribed safety items which are issued with any out going loco to the outgoing driver/shunter. On return of loco to shed for maintenance, safety items are deposited by driver in tool room (main tool room or shift tool room) Item like: Wooden wedge, safety clamps, PCP(portable control phone) set, fire extinguisher, screw

Loco comes to shed for maintenance, incoming driver take the safety items to main tool room or shift tool room. The returnable safety items are recorded in ME-175(repair book) and tool room register. The items are interchangeable. Missing items are notified under drivers name and loco no based on loco repair book records.

List of safety items last issued. Loco no and date & time of last exit and current visit. Name of driver for last loco exit.

Arriving driver’s name, Checking items collected back against issued list. Hand over take over record of safety fittings since last home shed arrival based on repair book.

Driver / Shunter, Record room, Tool room shift clerk.

Page 288: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/185 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

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.

Trip card and repair book is an important history of the loco. Open line repairs are entered in repair book. Journey details, safety items handover and receipt, Fuel, lube oil filling and consumptions are entered in trip card.

Loco driver will deposit trip card and repair book to FOR. Who send it to record room for entry.

Loco no, Schedule and type of loco. Current arrival train, date & time

Arriving Loco pilot’s name and base. Repair book and trip card details to be captured in the system by record room.

FOR, Record room

4.4 Incoming loco check.

Incoming loco check done by initial checker after loco comes to appropriate bay. To check the parameters and condition of loco items.

Shift supervisor assigns technician for initial checking. Both electrical and mechanical. Initial checkers records repairs and makes summery of booked repairs reported in ME-175 (Repair book).

Loco no. , type, Messages of PCR, Reports of other sheds. Last schedules done & date

Repairs recorded by initial checker. Wheel sizes if needed

Initial checker and shift supervisor.

Page 289: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/186 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

Repeated repairs Items left unattended in last schedule. Last wheels sizes

5. Repair Job Card Generation

5.1 Repair Job Card Generation

Job card is generated according to the schedule, out of course repairs seen in incoming inspection and last visit unattended bookings. DPC Messages/bookings, also shown on the job card. Booked repairs reported in ME-175. Schedules cards will be preprinted and attached to job card by record room. While these cards will also be available on system for direct

After arrival of Loco in shed the Loco have been thoroughly checked by Incoming inspector nominated by shift incharge in reference to available reports and bookings including. out shed repair booking, entries in loco repair book ( ME 175), Confirmed bookings or additional items as seen fit are advised by inspector to record room for generating repair job card. There are separate repair job cards is for Mech. and Elec.

Allotted Gang/ Supervisor Loco no., Type, service. Schedule details. Repair/ lab reports history. Messages from Out shed and DPC. ME-175 remarks. Initial checkers

Job allotment change Job card printing option. Job card collecting Employee name and ID

Record room clerk, FOR SSE, JE

Page 290: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/187 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

entry from field terminals. repairs. reported out of course repairs.

5.2

Adding drives and modifications to job card

Modification advised by RDSO for improvements in a loco. Special drives (campaigns) are organized by shed for improving locos to suit seasonal / special working conditions. The section incharge ensures modification and special drive along with normal maintenance

Special drives and modifications section receives the instruction from CTA and carried out according to loco. The CTA issue drives instructions. Record Room edits drive lists for the loco in hand and merges with the job card.

Standard drive list. Standard modification list.

Add / delete modification or special drives details to standard list. Edit selection list for loco in hand.

CTA,

6 Job Allotment

Page 291: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/188 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

6.1 Job Allotment by Gang in charge

Sectional attendance taken by shift In-charges by men card. The shift supervisor form gangs by attaching present staff & assigns a particular job to a gang. The section incharge also requisitions materials, tools and assigns it to staffs-concerned for collection. Work starts after gathering is complete- requirement as one. Lab requests will also be generated from job card screen

Every staffs will be provided with the RFID man card. The employee’s id card is scanned on kiosk for sectional physical attendance and list of present staff is made ready. Shift supervisor - he nominates gangs and allots jobs available on the system. Drag & drop on touch screen. Opens material list associated with each job card and checks for indent on touch screen for items needed. Schedule items may be indented at by one touch. For custom material indent, a material indent wizard will provide a user friendly system. Similarly, tools needed will be displayed for each job card and selection made by touch. A staff from concerned supervisor’s area can go to shift store, tool room or main tool room to collect items based on area wise logic.

Loco wise pending job list Complete list of present/absent employees with name, token no and designation Material & tool required for respective schedules or job card jobs with Availability status Tool /material indent wizard for custom generation of indent.

RFID man card , Job allotment , loco wise/ assembly Selection of material/tool Entry of custom indents

Supervisor, Material issuer, Tool issuer

Page 292: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/189 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

Lab request sent to lab and sample sent to lab.

6.2 Additional job booking by gang incharge

Sections supervisors can find additional job over and above job card assignment after detailed inspection of loco/assembly. This may be added to the job list and submitted to SSE concerned for information/post approval.

Sectional incharge will inspect the loco along with assigned gangs. Additional tasks reported by gangs will be indicated. Loco turn out target may be modified and alert sent to SSE & AME of area.

System wise task selection wizard. Names of staff present in section. Material and tool selection for additional indent Lab report selection.

Loco no. Additional job/incomplete job in last shift. Name of the employee. Lab task selection Material & Tool selection

Shift supervisor

6.3 Entry of main parameter only Option for full schedule activity entry.

After completing the schedule to check the performance of loco/ assemblies. Some parameters / readings are recorded as per schedule Performa

After compilation of schedule, the staff is deputed for final checking. In case of assemblies, standard repair data and material consumption is captured.

Loco wise Schedule Performa with standard readings. Assembly/ Sub- assembly - wise

Loco no/ type, date, schedule, actual parameters. Assembly number from assembly card / pending jobs on the system

Shift supervisor

Page 293: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/190 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

Locos are available on the system from initial arrival –assignment. Assemblies are read form the assembly cards.

In final checking the staff checks the main parameter of the assembly/ loco before certifies the loco fit to run. The loco parameters are stored in loco history. Some sheds maintain a signed record copy of dimension/ schedule record.

Performa of dimensions/ data to be recorded Full schedule form will be visible if opted by shed.

Name of staff from sectional list booked against jobs to confirm completion.

7. Loco / Assembly Failure investigation

On line loco Failures are reported by DPCs in the Central– ROAMs module and replicated in shed application with an alert. Failed loco is taken in for repairs by SSE/ running who send the defective assembly to respective repair section. Failures are analyzed Investigation may require lab tests, or test bench testing of assemblies. History of loco and assembly

On arrival of loco at hone shed, the failure is attended as out of course repair and failed assembly is investigated in details to establish root cause and responsibility. CTA is responsible for coordination of failure investigation. Final cause is advised to DPC of division, HQ and CMPE. In case of any mishandling by loco pilot/ incorrect report of failure, shed reports to Head quarter and division concerned

Loco number, Date , Place, Train , Station of failure, Initial cause as relayed by DPC concerned.

Statistical categorization of failure as per Railway practice Failed assembly history. Loco failure

After loco arrival procedure up to allocation – FOR to send alert to selected Managers Lab report request entry. Assembly failure cause entry. Final analyzed cause entry.

Section supervisor, SSE concerned & CTA

Page 294: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/191 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

updated. history since last yearly schedule. Drawing/ Specifications of the affected items

8.

Out of course repairs

When technician carried out the allotted job, while he found some repair other then the allotted work, it’s called out of course repair. Failed loco repair is also categorized as out of course repair if it is not covered under any schedule due. This is unplanned work so according to the repair may be re berthing need for that loco. Shunting order generation and confirmation. Attention to loco and loco history updation.

During schedule or job card repair working the technician finds unexpected defect and reports to the supervisor. If it requires attention from another section, an out of course repair order is generated by Sectional supervisor, approved by SSE and alert is sent to SSE of the concerned repair area. A request may be sent for lab tests. The section incharge inform FOR to re berthing the loco according to the repair. Repairing supervisor allots men, material & tools as needed on the loco or supplies replacement assembly.

Loco number, Repair time chronology and target New found repairs or OOC repairs list for selection. Out of course lab test request form Drawing of the affected items to be tested. Out of course repair request form.

OOC repair. Repair request to another section entry. Shunter deputed and name Time of placement. Shunting loco no. For lab test: Loco no, date, time, schedule, Items to tested, PL no of material Work done detail by the repair section.

Section incharge FOR. Shunter. Repair section incharge Lab incharge FOR

Page 295: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/192 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

9 Load test

9.1 Auto generation of request related to schedules.

Load test carry out as per schedule. The indent is generated when the loco comes in shed for a schedule. The load box test will carried out after completion of schedule. The respective section incharge planning the date, time and shift for load box testing. Slot reservation is required to be graphically assisted. Load test involves recording Currents and voltages generated by the loco system, measurements of temperatures and pressures of engine, RPMs etc of some items. The engine is subjected to artificial load by a resistive arrangement of air cooled

The load box test carried out in major schedule like multiple of M12, M24 and other major schedule. The shift incharge generates the load box request as per actual arrival of loco and schedule completion. Sectional supervisor gives shunting request. Loco is connected on the load box by concerned section and test is carried out. Test may be successful or the loco may be re-shunted to repair area. Results of test are recorded in the history.

Loco no, schedule, shift and date and time of load box carried out. Load test facility engagement chart-calendar for scheduling. Load box test chart Performa. Last load box results, Standard values of tests

Schedule, date and time. Employees and shift supervisor names for carried out for test. Results of load test

Section incharge and shift supervisor

Page 296: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/193 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

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 request.

Apart from the schedule the load box is carried out for some purpose

For ex. Any booked repair in ME 175 or any message form out shed for poor hauling power.

It consumes repair time and increases costs. Hence its frequency is regulated closely.

If loco problem is not discovered by simple investigations then also load box test is carried out to determine the actual problem. The special messages entered in job card. The shift incharge generates the request for load box test.

Loco repairs Job card Date and time of the load box to be carried out Load box test Performa

Load box request Load test Parameters capture.

Shift supervisor FOR

10. Lab functioning

10.1

Regular / out of course Sectional

The lab draws samples of lube oil, fuel oil, water from loco on arrival or again as needed by maintenance SSE.

Regular samples are collected by lab staff from each arriving loco. Any special test request is sent

Loco number, Sampling screen for different test types

Type wise test parameters, Confirmation by lab incharge

ACMT CMS

Page 297: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/194 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

investigation request.

Also, if the maintenance supervisor finds any defect/ deficiency in any loco component, it may be sent to lab with a test requisition for investigation.

by maintenance section incharge to lab with sample. Test reports are advised to section incharge or to SSE/Running

Standard value of parameters PL no, loco no, schedule, DOC of component, reason for test.

SSE

10.2

Failure investigation related testing.

If the loco components have failed on line, the CTA will give the request to lab material test.

FOR receives the Online failure message. The message will pass to CTA and DME/D. On arrival of loco the CTA official checks the broken / damaged component, and being decided to need for chemical analysis. Along with material the requisition sent by CTA to CMS. After completing the lab analysis the report is sent to CTA.

Loco history. Failure report details Part no / drg. no and name of the component. Last date of schedule.

Date and time of loco arrival to shed. Found on examination. Location of fitment. Reason for testing. Lab case no. CMS remarks.

CTA CMS

Page 298: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/195 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

10.3

Receipt ward inspection related testing

Material is received in Receipt -ward from vendors is subjected to inspection at the shed. Inspector sends samples for testing of material to Lab and clears the lot after physical checking, test stand check or lab test, as required.

As soon as the material is arrived in Receipt ward, an advice will be sent to inspection for an acceptance test and to lab for Metallurgical/ other lab tests. A Lab technician (CMT) is attaching with R-ward for facilitating sample management. After analysis the report is sent to store with ACMT and DME approval.

Material inspection requests PL No, Description. Vendor, Quantity under inspection, PO number, Sample number, Specification of material link, Pending inspection cases, List of Test to be carried out.

Number of samples taken. Lab letter no. Selection of test Allocation of lab technician by Lab incharge. Capture of data for respective tests for each sample.

ACMT CMS DME Store Clerk

10.4

Spectrograph test records.

Samples are tested at least once in a month as per RDSO norms and guide lines. Samples are collected on locomotive arrival. Any wide deviations lead to alerts in the system for detailed investigation of loco for likely defects.

FOR communicates loco arrival to CMS( lab incharge ) As soon the loco berthing gets completed a shift lab technician draws small quantity of lube oil sample and processed in spectrographic test in main lab.

If they find any abnormalities in oil they will convey that to concern. The system should generate alert in case of define

Loco no, Last schedule, Last lab test results, Date of sample taken. Normal limits

Date of lab testing, lab test no, Test person name. Remarks of test result (metal concentration in oil). Abnormality or critical.

Lab Spectrograph Incharge

Page 299: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/196 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

abnormal detection.

11 Assembly overhauling and repair

11.1

Assembly overhauling and repair

Loco assemblies are stripped from the loco during specified maintenance schedules/ failure. The assembly is tagged with a RFID assembly card. The assembly is stripped in the section and sub-assemblies are tagged and taken for maintenance /testing.

Assembly repair section allots an assembly to a technician to dismantle and overhaul. The technician will prepare the check sheet for every dismantled sub-assembly. Critical dimensions are taken. New components are assembled after detailed dimensioning and recoding the same. The technician re-measures the parameters to ensure that they are within satisfactory limits; Parameters are transferred from rough pad to the system by data entry or by use of E-pen Repaired assembly is tested and kept ready for issue to a loco.

Assemblies available in the section remain tagged. Tag is

Original dimensions and parameters of assembly. Component manufacturer no. Loco no Date of removal Actual defect noticed Last O/H & fitted during. Date of commission and fitment. Assembly failure history

Assembly. No. Detail of work done. Testing parameter. Fitted loco and date. Overhauled by and date Present dimension and parameters.

SSE/Technician

Page 300: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/197 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

taken off only after assembly is fitted to a loco and transferred from tag to loco on the system.

11.2 Assembly failure data capture.

Apart from schedule, the information about assembly failures is recorded in sections and record room for loco history.

In the record room the person deputed for receiving the failure data from the respective section incharge, it may be in lab or any other section and recorded in respective loco files. It information may be in assembly sections or from message book.

Loco wise , component wise failure, Investigation report, Investigating person, Previous sub-assembly failure information

Failure message, Investigation and conclusion message, Action taken.

SSE/Respective Section & Record Room Person

11.3 Sectional material /tool issue against auto intent.

The material will be indented on schedule planning for a week/month.

Generation of Indent for material needed for a particular week for minor schedule, monthly basis for major schedule and for sub assembly sections.

CTA will plan for quarterly schedule basis and updated monthly. SSE/Section incharge indents the material for monthly/weekly basis. Materials are indented to spare cell. The spare cell sends indent requisitions to respective section and stores. The shift supervisor will issue the requisition/material collection slips to the sectional

Material required for respective section and assembly overhauling.

Stock Availability of indented material in the stores - PL wise.

Section , Indenter Selection of part/tool to be indented.

Section incharge, Spare cell supervisor .

Page 301: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/198 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

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 overhaul system Sectional spare pool management

Assembly wise spare pool is authorized which needs to be maintained by repair section by overhauling and keeping ready.

Repair sections are committed to keep required number of assemblies in pool for ready replacement. Any shortfall is kept under watch. Spare shortage resulting in pool shortage is also kept under watch.

Assembly list, Authorized numbers for each type, Subassembly pools arising from assembly pools

Assembly issue to loco, New assembly accepted from purchase, New assembly parameters.

JE, Technician.

12 Shed fuel point Management

Page 302: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/199 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

12.1 Shed fuel point Management

A shed fuel point ledger should be maintained for each tank of fuel oil installed at the consuming shed for receipts, issues and shortage account.

On arrival of HSD tank wagons at the destination. Fuel section incharge take delivery seals will be check in presence of RPF. Dip measurements and damage deficiencies also checked. Placement memo is prepared for placement of Wagon. The shed will maintain an issue register which contain the details of issues. The shed will maintain a Shortage account register which contain the details of Shortage.

Date of receipt Home shed locos Out shed locos. Total receipt during month Total issue during month Book balance at the end of month a)Mail and passenger b) Goods c)Shunting d) LOMS (Loco on misc. service)

Invoice or index no & date, Invoiced quantity Total daily receipt liters, Date of issue Particulars of issue Quantity issued liters, Total issued daily liters, Tank No Content as per invoice of issue Notes, Miscellaneous consumption (if any), Consumption for testing, Shed consumption, HSD oil issued for homing shed as well as out shed locos, date wise Usage service wise: Quantity issued in

Fuel section clerk

Page 303: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/200 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

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 issue Management.

When loco enters in the shed for maintenance or for re-fuelling, first its fuel balance is determined. Foreign locos can also come to shed for re-fuelling. Shed consumption is the amount of fuel consumed inside the shed before turn out.

When loco entered in shed the existing lube oil and fuel oil balance of the loco is recorded in register.

Under the supervision of Fuel clerk records the Flow meter reading of the pipeline

Then shed consumption record is also maintained.

Type of shed ( home, foreign) Type of Loco Effective Holding

Loco No., Balance, Added, Shed consumption home shed foreign shed Variation from budgeted target Out shed issue

Fuel section clerk Loco inspector FOR

12.3 Fuel / Lube consumption

Loco Fuel/lube consumption is recorded in Trip card for a

When Loco arrived at shed Loco driver hand over Trip Card to

Loco type, Loco No, Loco Pilot Filling point

Page 304: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/201 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

entry from trip cards

particular trip. every time when loco visit home shed these consumption details picked from Trip Card.

Control room. Then Fuel/Lube oil consumption details taken from trip card.

Date of trip, Train No, Type of Service, Engine Weight, Vehicle Load, Arrival Date, Arrival Time

Fuel Taken Over(in Liters), Fuel Added(in Liters), Fuel Adding Point, Fuel Handed Over, Lube oil Taken over (in Liters), Lube Added qty, Lube oil Handed over.

operator Power Controllers

12.4 Lube oil and Fuel oil Management. Lube oil reclamation records

The contaminated lube oil can be re-used by reclamation.

The existing lube oil present inside the loco is tested in laboratory. If it is found that lube oil is contaminated, then it is sent to Store Depot as scrap. Some sheds reclaim lube oil for alternate use. They have to maintain receipt issue record.

Type of oil being scrapped, Loco number, Sender, Scrap/ reclamation use, Monthly balances

Consignor, Controlling Officer. Depot, Allocation, Consignee code, Advice Note No, Ward. Voucher no, Description, Rate demanded, Receiving Depot

OS/Fuel Section

13. Critical Machines monitoring

Critical machines are identified on the system. Machine down time is monitored.

Machine spares are received by MWT section and stored. Some items are stock items which are

Machine list with Days since the last break down

Appropriate selection of choice, .

MWT supervisor,

Page 305: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/202 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

Machine down event is reported by the user section incharge and when it’s put back into order, it’s reported by Mill Wright Mech. or electrical wings. User section needs to confirm. It is necessary to have visibility of spares for each machine which are stocked by Mill Wright section. Indenting system is same as for non-stock indents. Some machines are under AMC and some require calibration. This information needs to be visible.

stored in main Store like loco spares.

MWT incharge requisitions material through Spare Cell.

Material from shed MWT store is requisitioned by a E- slip originated from system and collected by staff attached by supervisor for repairs to that machine. User Supervisor report machine down from kiosk.

MWT incharge and concerned manager receive alert. After correction, MWT incharge changes the status of machine to working.

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.

and

Break down hours in last one month.

Job card for machine repair based on bookings, Spare/ tool indenting facility

Man booking, Spares consumed booking, Machine repaired entry, Locos affected entry.

Repair section supervisor

Page 306: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/203 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

2. Tool Room Management module:

S. NO.

Function List Brief Description Workflow Information required on screen to carry out the function

Data to be transacted to carry out the function

Responsible Person

1. Requisition and issue of tools from Main/ Shift Tool room by section.

Main Tool Room keeps all the necessary tools required for the maintenance of locomotives. Shift tool room keeps normally used tools for regular issue and gets its feed from the main tool room. Issues from kiosks against Man-Cards.

Section supervisor moves a tool requisition on the system. Availability becomes visible to section Main/shift tool room will get request of tool on system and get a demand alert. Staff from section goes to tool room to collect against man card.

Loco No, Tool No. with description, Tools Availability

Tool No, Name and ID of requesting staff through Man Card interface.

Section Incharge clerk/Tool Room

Page 307: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/204 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on screen to carry out the function

Data to be transacted to carry out the function

Responsible Person

2. Calibration data collection by Tool Room

Some of the tools available in the tool room have to be calibrated on predefined frequencies to restore its accuracy. A colour tape code is followed to mark tools correctly calibrated.

The tools are sent to calibration on predefined frequencies by the tool room staff duly approved by concerned SE/JE.

They are keeping register to keep track of last calibration date and its due date.

The tool room staff automatically sends those tools for calibration.

On the arrival of tool after calibration, its history is maintained on system.

Tools list for which calibration is due, Tools list for which calibration over due

Calibration Date, Observation, Current Color code

SSE/Tool Room

3. Tool Condemnation

Tools are subjected to wear and tear on normal use. Whenever they reach the saturation point it will condemned properly through the predefined process.

Tool Room issues the request for condemnation for those tools that are unusable. Those tools will be dispatched to the Main Stores after the approval of tool room in-charges.

Broken Tool information from section

Tool No. Tool Name Reason for condemnation.

SSE/Tool Room

Page 308: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/205 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on screen to carry out the function

Data to be transacted to carry out the function

Responsible Person

4. Tool request from Shift Tool room to Main Tool room

Main Tool Room remains open for a particular time period. Shift Tool Room has many shifts so it remains open 24*7. Shift tool rooms are associated with running sections which can need tool anytime.

Shift tool room staff visits Main tool room and enter his requisition in register. Tool room issues tool and keeps its record in Issue/ receipt register.

Shift Tool Room requests Tool Availability

Tool No. Issue Quantity

SSE/Tool Room

5. Issue of protective cloth by Tool Room.

Tool Room is responsible to issue safety clothing like hand gloves, ear plugs, goggles, mask etc. Most of the items in this category are generally consumable items.

The users of the safety clothing have to give the requisition letter duly approved by his in-charge. Tools room staff will check for availability. If available, the items will be issued and ledger is updated

Safety cloth requisition from section Availability

Issue Quantity

Clerk/Tool Room

Page 309: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/206 रेलवे 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 required on screen to carry out the function

Data to be transacted to carry out the function

Responsible Person

1. Average Annual Requirement (AAR/AAC) preparation

The AAR of all stock items is reviewed periodically based on the past consumption , including impact of changed fleet size etc.

For new item, spares cell determines the average consumption of stock items on the basis of schedule requirements and fleet size. For existing items, average consumption pattern is provided by the Stores depot which is examined by Material cell. Any technical changes in loco or maintenance practices are taken into account. Spare cell prepares statement of material AAC for stock item and submits it for approvals to head quarters. Approved AAC is incorporated in the procurement items master maintained by Stores Branch.

PL number Description, Existing AAC, Fleet size for the relevant type of locos, Average life of component based on past consumption pattern or the standard life, Summary of stock out periods

Fleet size changes, Quantity required per loco, Reason for any changes in consumption rates other than fleet size.

SSE/ spares cell SMM (stores)

2. E-slip Indent generation

Indent is to be generated by the section incharge with respect to the item needed. The spare cell prepares a formal material requisition to draw material from Stores

Technician will report to the section incharge for demand of any item. Section Incharge will have to generate an indent on the system using a user friendly material

PL Number, Details/ description

Stock in store,

Stock on shed floor store,

Section/ Loco, Required Quantity,

Supervisor incharge

Page 310: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/207 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on screen to carry out the function

Data to be transacted to carry out the function

Responsible Person

stock. indenting wizard. Stock of item becomes visible to section. That e-slip is sent to spares cell. Then spares cell incharge confirm the material indent and forward it to stores.

Consumption pattern Cost

Purpose of requisition

3. Material issue from Main Store Shed floor store

Material is issued from a particular ward of depot to a section as requested by a section. Shed floor store is pre-charged inventory which is issued against sectional material requisition. These are to be made on the system as explained in Preventive maintenance module

Section staff takes Material Requisition from spares cell printed from system in required 6 copies to store for issue of material. Sectional supervisor makes a requisition on the system or its automatically generated for preventive maintenance schedules. A staff goes from section to store to collect against his identity.

Description Of Item. PL NO. Status of Sectional slips. Requisition details

Confirm generation of requisition. Authentication of requisition Quantity issued, Collecting staff card to be read into system

Spare cell Stores clerk Material issuer

4. Stock accountal in stores

Whenever any material is issued from Depot to any sectional store, its accountal is maintained both by Depot and that particular store. LMS will get the data through suitable manual or automated integrations with the MMIS

Depot manages stock accountal through bin card. Sectional store maintain stock accountal through register.

Material description Threshold level Date of indent receipt Codal life - indication of

Issue quantity DSKP

Page 311: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/208 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on screen to carry out the function

Data to be transacted to carry out the function

Responsible Person

stock master. Purchase progress/ PO data will also be available through the MMIS stock master.

expired items, Required quantity, Balance quantity

5. Non-stock item requisition

Non stock items are not stocked in stores. They are indented as and when required. These items are directly charged to the indenter and not to the Stores which carry a Suspense account for charging inventories till used by consumer.

Section engineer will have to report to spares cell for any non-stock indent. Spare cell prepare the requisition form and attach the following certificate a) Essentiality certificate. b) Urgency Certificate. c) Proprietary certificate (for original equipment manufacture) The above Performa to be generated from the system.

Indent details, Past 3 years Consumption, Last PO history, Supplier list, Rate as per last available order/ market survey, Fund balance under budget head.

Allocation unit Estimated value of Item Indenting section, Total value of requisition. Commitment

SSE/ spares cell

6. Warranty Claims

Components purchased by Railways are under warranty against manufacturing defects for 12 months from the date of commissioning / 18months from the date of supply. CTA makes warranty claims on the firm. Warranty claims monitored

Technician first report to his section engineer (SE) about particular material failure. SE then reports that failure with make details to CTA. CTA makes a warranty claim on the system. System Generates a claim only after checking validity based on

Material failure details Claimant Section. PO details Validity of warranty Cost of item

Date of Failure Reason of failure Loco no. Claim type- replacement/ repair

Section supervisor, CTA

Page 312: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/209 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on screen to carry out the function

Data to be transacted to carry out the function

Responsible Person

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 of bin history sheet and assignment of Daily receipt register no. (DRR No.) to an incoming material.

When material is received in R-ward it is assigned a DRR number.

Material comes to receipt section along with Challan and bill. A DRR number is assigned to that item. Then the material is sent for inspection.

PO details Material description Date received Supplier name Quantity supplied Mode of Transportation details

Receipt Order no. DRR number

DSKP Inspection supervisors

8. Material inspection requisition and test report generation.

Material is received in R-ward and then inspected in Drawing office/ Lab whether its quality is in accordance to a standard or not.

As soon as the material is arrived in Receipt ward of stores they will be sent for inspection for acceptance test to check whether it meets the drawing specifications or not. If the material meets the drawing

Tender Number PO number Material description

Number of samples taken Drawing number.

ACMT

Page 313: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/210 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on screen to carry out the function

Data to be transacted to carry out the function

Responsible Person

specifications the lab will give the result as Accepted otherwise it will be Rejected Lab will have to send the test & report form to Inspection ward. 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.

Nature of PO (regular/developmental) Inspection result

9. Material receipt and transfers to other sheds or workshop.

Material assistance is given to other sheds /shops/DLW/DMW and the same is also taken from there against material transfer orders. These are formatted documents which are required to move on the system for ensuring charging of cost.

Items are requisitioned or release by Spare cell against DME’s approval. Items released to a shed against a material transfer order. A gate pass is issued for these items for movement with bearer or a truck.

Item description Stock available Consumption trend Orders in pipe line Pending demand on stores. Pending MTO unverified against

Quantity released Quantity requested

Spare cell DME

Page 314: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/211 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on screen to carry out the function

Data to be transacted to carry out the function

Responsible Person

Shed/unit borrowing needs to verify MTO to accept charges. Some items are sent to POH shops or DMW for reclamation/ repair. These are repaired /overhauled against 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.

the borrower shed/unit. List of items and possible sources of assistance where material is above threshold for assistance.

10. Gate pass requisition and generation

Gate pass is needed by section to send material out of shed. Gate pass is issued against the name of the staff that is going out with material from

If a section desires to send out any material for repair, to out shed or disposal of scrap then it will have to send a requisition letter to spares cell to issue gate pass against them and authorized by Time office.

Material description Gate pass request, PL number Quantity

Gate pass request PL number, Quantity, Amount,

SSE SSE/ spares cell Store clerk

Page 315: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/212 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on screen to carry out the function

Data to be transacted to carry out the function

Responsible Person

Truck movement

shed. Gate pass can be of two types: 1. Returnable Gate pass- when gate pass is issued for repair, loan-basis. 2. Non-returnable gate pass- when gate pass is issued for material rejection, disposal of scrap. Movement record of sheds own trucks

Then spares cell will have to forward this requisition to custodial store. Custodial store then prepares gate pass, sign on it and again pass it back to spares cell.

Then the gate pass is signed by SSE/spares cell.

When the material is taken out from gate, the gate personnel marks the entry of gate pass in his register. It is generally made by RPF person at shed gate.

If an out-side firm is called inside shed to repair a particular item in 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.

Amount Reason Token number (of the person who is going to take the material out of the shed). Truck no.

Reason Token number (of the person who is going to take the material out of the shed). Truck driver To and Fro truck journey details with time schedule.

Page 316: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/213 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on screen to carry out the function

Data to be transacted to carry out the function

Responsible Person

11. Locomotive condemnation proposal generation

Locomotives which have outlived their codal life and /or are in poor condition due to damages/accident etc. are required to be removed from holding and condemned. A proposal for condemnation is required to be generated in prescribed format. It is approved by headquarters for over aged locos but needs to be approved by the ministry for under aged locos. Movement to Ministry is by documents which require finance vetting. Module is aimed at generating the proposal and following up the same.

Loco will be identified for condemnation after taking HQ approval. Proposal will be generated from the system giving authority for condemnation. A preformatted check sheet will be filled and documents / photos may be attached. Cost of reclaimable assemblies will be assessed. Material wise weights and cost based on scrap costs will be assessed on the system.

Loco performance details, Loco critical parameters Loco age Fleet holding summary.

Fleet change Condemnation form to be filled. Progress of movement of proposal

CTA

Page 317: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/214 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on screen to carry out the function

Data to be transacted to carry out the function

Responsible Person

12. Delivery status updation by vendors

Vendors who have confirmed POs will get a temporary user and password to up date the status of delivery on the system. Vendor user registration will expire after complete quantity delivery and acceptance in the shed. Vendors will get intimation on status of lots under inspection at shed on this module

Vendors will be advised user name and password by e-mail They will update the delivery status- PO - lot wise dispatch dates, mode, quantity Targets for next supply - qty.

PO Total qty Shed wise distribution. Qty already dispatched Delivery date of PO.

QTY dispatched Date of dispatch Truck/R R particulars Next supply qty Target date for dispatch.

Vendor, Spare cell

Page 318: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/215 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

4. Performance Monitoring Module:

S. NO.

Function List Brief Description Workflow Information required on screen to carry out the function

Data to be transacted to carry out the function

Responsible Person

1. Shed outage Calculation

Shed Outage means the number of locos based at shed which is in use by the operator on a particular day. Outage can also be hourly/2 hourly. Daily outage is averaged to arrive at average monthly outage. A calculation involves assessment of loco hours of locos working / available to Operator. Target for outage is calculated to fixed formulae based on the current effective holding of the shed after making allowances for decommissioned /under commissioning locos.

Target outages for different categories of loco are periodically sent by H.Q to the shed. Control Room (FOR) has to monitor and record the actual outages for all types of locos. The Non-commissioned (NC) loco and locos used on special account e.g. For RDSO testing train etc are also recorded. Shed outage is recorded date wise in the shed and monthly report is sent to HQ & Railway Board. Formula:- Ineffective Loco’s = {Goods loco in shed +Mail locos attending Major Schedule(>M20) + POH. Loco in Work-Shop + Loco Under Repair on-line+ Home Shed Loco in Foreign

Outage Target Day wise outage upto the previous day, Different loco hour categories with values as per system data with provision of editing by shed : Running Repairs,( less than 24hrs per loco), Other shed running repair hours Ineffective/Heavy repair,( Full 24 hours per loco) Dead locos outage- other shed/ on line, Dead outage / traffic account (delay in shed arrival beyond 24 hrs.) Stored on traffic account

Loco wise Actual category wise hours confirmation

SSE/R

Page 319: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/216 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on screen to carry out the function

Data to be transacted to carry out the function

Responsible Person

shed} Shed Outage = Total holding- Ineffective Loco’s

Decommissioned Under commissioning etc.

2. Loco ineffective hours Calculation

Loco ineffective hours refer to the number of hours the loco stays in the shed. , or dead on line ( only for first 24 hours) or under repair on line, or under repair in another shed, These are divided into two categories: Ineffective Hours(full days) Light hours ( part of day)

Control room is maintaining a register to track the number of hours the loco retains in the shed. Outside shed ineffective hours are logged by DPCs ( to be available from Central-ROAMS Application)

For locos in shed: Loco No., Schedule done, Arrival date, Arrival Time. For locos outside shed: Loco number, Ineffective from: To (time): Reason, Station, Shed/out shed

Schedule off time.

SSE/R

3. Loco Ineffective Percentage Calculation

Loco ineffective percentage determine how many loco available the shed for full day, i.e., which remained completely unavailable to operator.

Shed Control room calculate loco ineffective percentage = (Locos in home shed +Home shed Loco in foreign shed) divided by (Effective Holding of shed )

Number of locos inside the home shed, Number of locos at other sheds, Reasons for stay, Target for turn out, Allotted Holding of shed Decommissioned / under commissioning locos

Target updation, Reason updation

SSE/R

Page 320: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/217 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on screen to carry out the function

Data to be transacted to carry out the function

Responsible Person

4. Loco failure data and Punctually lost data generation

There are two types of Loco Failures: 1. Reported. - Further divided as statistical and non-statistical. These are monitored by every one in the railway system 2. Non-reported- which are events important to Maintainers but are do not have impact on operation. Also called Unusuals Loco failures may cause delay in passenger trains. Delays caused by failure of train loco are called Direct Punctualities and those which are result of repercussions e.g., delays due to blockage of section / line by failed loco during restoration time are called indirect. These are called punctuality delays and are rigorously monitored in Indian Railway system.

If failure occurs on line then the section control informs the Division DPC, Foreign Division DPC records failure details progressively as they become available. Div. DPC informs to home shed division PRC. Than Div. PRC inform to control section in home shed. Shed investigates and enters investigated causes. An enquiry may be ordered into the event at divisional level.

Failed Loco No. Train No. Home shed, Loco type and service category Link detail Schedule particulars List of locos on division of type wise – service wise for selecting relief. Location to be checked from Section control till an integration is done with FOIS & COIS systems Investigated cause entry at Shed.

Driver Name HQ Relief Engine Section & Detention Actual cause of Failure Failed Sub-assembly, Responsibility Trains affected: Direct – From : To Indirect - From: To Details of enquiry ordering- Inspector Base If completed Summary of findings.

Div PRC(DPC) SSE/Running

Page 321: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/218 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on screen to carry out the function

Data to be transacted to carry out the function

Responsible Person

5. Specific fuel / Lube oil consumption

Loco sheds monitor the fuel consumption of each locomotive. A poor consumption record indicates need for engine attention. Locomotives are categorized onto four band based on average SFC measured as Lts of HSD/1000 GTKM. GTKM are measure of load hauled and are Gross Tonne Kilometers hauled by loco over consumption period. GTKM record is captured by shed from the trip card / Repair book. This record is also used to identify high consuming Loco Pilots as well as section. Similarly lube oil consumption is measured in Lts /100 Engine Kilometers. EKM is the actual distance moved by locomotive.

Fuel oil consumption details captured from TRIP CARD which was maintained along with loco and the data was duly filled by the Loco driver. Each shed has at least one fuelling point. The fuelling points also keeping the separate records of Fuel filling. Fuel section and record room capture this record.

Loco No Type of Service Arrival Date Arrival Time Schedule

Trip card format: Fuel Taken Over(in Ltrs) Fuel Added(in Ltrs) Fuel Adding Point Fuel Handed Over Lube oil issue record. Pilots name, Base station Journey-load & km details

Fuel section incahrge

Page 322: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/219 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on screen to carry out the function

Data to be transacted to carry out the function

Responsible Person

6 Schedule wise time taken and cost calculations

Whenever any locos are in schedule maintenance or any repair and the shed will calculate the cost for that work and time taken for that repair. Efforts are made to minimize cost as well as time taken by identifying specific factors causing the increase.

Material consumed is to be captured from schedule job card completion. Men hours cost is also to be associated based on books on job card. Some indirect costs like facility/infrastructure, Overall management costs are added as percentages.

Screens for: Schedule selection, Loco selection Assembly selection Job selection

Appropriate selection

CTA

Page 323: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/220 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

3.10.2

IT Automation Devices

Page 324: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/221 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

USE OF IT AUTOMATION DEVICES AT CLIENT INTERFACE:

S. NO.

Function List

Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

1 Use of RFID based employee cards

RFID based employee cards with employee particular printed on each card will be issued to each employee by each shed. The master list will be maintained locally by shed. The card will bear no data other than unique identifier. Card will be used to mark employee attendance in the working section. Card will be used to identify employee on the system and for capturing his name on shed application forms wherever needed. Card will be used for opening employees self service (ESS) application on the kiosk with provision of a four digit PIN for added security.

Supervisor will open the attendance screen on HR module. Card of each employee present will be read at kiosk in presence of the supervisor to build a list of workers to be allocated work against job cards by touch selection. Card will be read on to tool issue and material issue forms of shed application to identify and enter the name of employee on transaction screen. If employee card if presented to a reader without any active application screen, it will open ESS page by default after seeking four digits PIN from employee to permit him to carry out HR function.

Cards read with names and ticket number & photos of each employee. Employee name to appear in relevant field in the transaction screen. To be accepted by supervisor. Employee self service screen menu.

Card to be read. Name of employee to be confirmed by issuer/ supervisor Desired choices by employee on ESS menu.

Employee, Supervisor, Tool/Material issuers

Page 325: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/222 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List

Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

2 Use of RFID based assembly (ASSY)cards

RFID based reusable assembly cards will be used to ensure traceability of assemblies within shed. The card will bear no data other than unique identifier. The assembly card will be attached to an assembly after it is removed from the locomotive. The assembly will be removed from the loco on the system and shifted to a card by reading and associating a fresh card from reused cards bin. The card will be tied to the assembly by suitable easy means. Thus whenever record of an 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.

Supervisor will decide about removal of an assy. from loco. Removed assy will be removed from loco on the system and system will prompt for shifting it to a card. A free card will be read and associated with the assy. Card will remain with assembly till it remains as a spare – under repair or in repaired condition. Reference data of ASSY cards will be kept and maintained locally at the shed.

Cards read on kiosk to open ASSY screen

Appropriate option to be exercised on the application for

Repair Supervisor,

Page 326: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/223 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List

Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

3. Use of touch screens

Touch screen kiosks will be used in the repair areas as key board and mouse are not practical options. Application screens to be used in repair are will need to be modified at the front end to suit touch screen use.

ESS will be touch screen based. Repair platform , control room, Assembly sections related , tool issue, material issue related screens should be touch screen enabled

Respective touch enabled interface screens

Touch choices with minimal data entry through on screen simplified key board.

As per role defined in respective application function.

4. Use of smart camera

Smart cameras will be provided at the shed entry gate to capture incoming and out going loco with date, time and number details. This information will be resolved on the camera and the data will be pushes to the application to trigger pop up of loco arrival screen before the FOR

Images taken by camera Number data read from image and resolved data pushes to the application Shed Application launches a loco arrival screen on the FOR terminal Lights are controlled by camera activation system for night application.

-- -- No human intervention.

5. E pen E pen will be used to fill up the preprinted schedule formats for heavy assembly repair and heavy schedule areas.

Pre printed schedule forma are filled with special e-pen Captured OCR data is down loaded to the application input form through suitable client end interface with option to edit the form

---

Selected schedule data forms.

---

Page 327: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/224 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

3.10.3

Shed Application Reports

Page 328: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/225 रेलवे 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 Preventive Maintenance

Link wise Miss-link occurrence report. Loco Service Nomination list. Schedule calendar for loco/ fleet or part list of locos stopped on parameter based schedules Dead loco arrival for a period. Shunting order to shed placements Stock summary of safety items type-wise and loco-wise. Safety items shortage status – loco wise with name of loco pilot/assistant pilot responsible, base and date of trip details for the loss & Missing numbers item wise, month wise. Daily job done summary- section wise. Status of modification and drives. Loco load box test report and performance comparison with last schedule particulars Periodic Failure reports Failure-wise detailed report. Lube and fuel oil consumption loco-wise (Also, graphic view and categorized list of locos according to consumption band into A, B, C, D etc.)

List of locos called on condition based maintenance over a period of time with cause wise analysis. Loco history report since last POH /yearly/half yearly schedule with lab history, failure history, load box history, lube/fuel oil consumption history, schedules done history. Locos with stated condition of wheels and other critical parts including repeated attention/ repairs. Job card Material cost for repair. Parameter wise maintenance history including lab report for a particular loco/ loco fleet. Out of course repair attended item list and summary - loco wise, area wise, part wise etc. Periodic Out of course cost and loco time lost statement Failure wise detailed report in RDSO Performa to be available on the system Spectrographic trend in fleet.

1. Component Fit Dimension- Failure correlation/ trends analysis

Loco link Plan, shed-wise including lie-over time, loco run kilometer etc.

1. Daily/Special Nomination loco particulars report.

2. Arrival forecast Failure and Loco By-passed report for a period.

3. Daily schedule and Over due list. 4. Un-complied Shunting orders. 5. Safety item issue/return list. 6. Initial checking report loco-wise. 7. Section wise Staff attendance list. 8. Out of stock lists section wise. 9. Lab report for a loco 10. Additional work assigned to staff

loco-wise (with staff name and work, loco wise).

11. Tested parameter – assembly wise/

loco wise. 12. Shift left over tasks to be handed

over.

Page 329: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/226 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Module Name Batch/ Historic reports Analytical reports Online reports

Items left unattended at the end of last schedule Tools outstanding on gang/ staff. Out of range exception List of tested parameter – assembly wise/ loco wise.Periodic system wise -Loco-wise failure and assembly failure reports and summaries. Special load box requests summary with costs (monthly). 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.

2. Material consumed loco wise

with cost. 3. Loco time lost due to material

shortage- summary Vendor wise - wear rate /component life analysis. System wise Failure analysis.

13. Spectrograph test report- Loco

wise Critical report or abnormality report

14. Loco wise assembly list with critical

parameters. 15. Machine break down advice 16. Machine rectification advice.

Page 330: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/227 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Module Name Batch/ Historic reports Analytical reports Online reports

Machine down time monthly summaries,, Pending M&P spare indents.

2. Material Control Module

Issue -slip Compliance percentage Out of stock items / below 3 months stock. Section wise consumption summary Codal life expired list POs issued list Outstanding deliveries list. Non stock Fund balance Items indented section wise Items reclaimed per month. Items Condemnation summary. Monthly tests (new materials). Shed wise items released in a month with MTO details and cost (unverified & verified). Out standing returnable gate passes in a period. Monthly gate pass requisition report. Truck movements for the month- truck number wise.

1. Procurement plan with AAC. Warranty claims- materialized- cost impact. Vendor performance report. - Item wise/ vendor wise. Average life of reclaimed versus new- item wise. Failures due to material shortages – use of spares beyond life

Daily issue summary Daily items requisitioned section wise. Pending warranty claims vendor wise. Lab report for new material. Fitment report for new material. Material Assistance request made- item qty- agency and Outstanding request status. Items outstanding for repairs – agency wise. NS requisition compliance percentage. Status of condemnation in process and condemnation proposals. Material Delivery Dispatches status- items delayed in transit Deliver Period expired – items not yet Dispatched

Page 331: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/228 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Module Name Batch/ Historic reports Analytical reports Online reports

Proposal for condemnation of a loco. Summary of locos condemned over a period.

3. Tool Room Management module

Overdue calibration list of tools. Monthly/ yearly condemned tools list. Out of stock statement(other than tool)

Tools out of stock. Tools not returned. Type wise tools available

4. Performance Monitoring and Miscellaneous module

Loco Failure report. Periodic Loco Outage Daily loco ineffective hours report. Loco failures categorized 10 days/ month/ annual summaries. Similar positions for Punctuality losses. Specific fuel oil /Lube oil consumption reports–Loco wise, loco categorization, Loco pilot categorization. Loco ineffective percentage –daily, monthly. .

Comparative reports for last Month/year/ last three years comparison of monthly outage summaries- graphic representations.Loco ineffective hours -Cumulative for the month with comparison with last month/ last year/ last three years. Loco ineffective percentage comparison with - last month/ last year/ last three years. - Graphic representation. Type wise loco costing and time. 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

2 hourly snap shots and current snap shot. Instant outage – in the same hour. Current snap shot (ineffective hour).

Page 332: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/229 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Module Name Batch/ Historic reports Analytical reports Online reports

for the month.

Page 333: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/230 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

3.10.4

Central Application Requirements

Page 334: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/231 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

1. Divisional Power Controller Module:

S. NO.

Function List

Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

1. Giving loco arrival forecast to shed And interchange forecast to adjoining division.

1. The DPC identifies loco to be sent to shed from time to time on the basis of: A. Schedule overdue. B. Link change. C. Messages from crew/ maintenance shed. D. Notice from Home shed.(forecast based on schedule calendar) 2. He gives forecast (time & loco no.) of locos to be sent to 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.

Traffic Controller provides train arrival information to DPC. Station arrival time forecast and shed arrival forecast to be fed by DPC becomes available to Shed through shed application. DPC collects forecast for interchange point from traffic controller and enters the data on the system.

Type wise Locos working in the division with interchange wise forecast details. Schedule arrival time at base station in case of Passenger Trains.

Loco / Train arrival forecast for interchange points Actual base station arrival time Expected shed arrival time. Reason for Shed visit.

DPC

Page 335: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/232 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List

Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

2. Loco hourly chart and loco utilization preparation

This is an important function which becomes a source of most of the data in respect of loco operation. Loco Hourly Chart is mainly used to record loco utilization details, i.e., type of services, Dead hours, Idle time, under repair time, light Runs, GTKMs for loaded runs. Information for preparing this chart is collected by PCR from the sectional controllers on hourly or half hourly basis and recorded in a tabular form. At the end of the day, this information is collated to prepare Loco hourly chart. This is used to calculate service type wise, shed wise, loco type wise loco utilization. This Hourly Chart prepared separately for goods and passenger locos. Loco utilization is measured in Ave. Engine KM/ day but its can be recalculated at any

The loco movement information collected by PCR clerk from Sectional controller on half/ hourly basis. Loco status is captured at the time of such check and any change in load or status of use of loco is recorded with time and station of occurrence details. Information to be updated by PCR on the system. System to be able to calculate inter-station distances and time of run based on data entered. System to calculate utilization parameters after each updation.

List of locos in the division with following details: Forecast of loco arrival time at interchange point, Train no. , Link no., Loco pilot name/ base HR/FR, Service type, Schedules, last station & time Loco failed/ Under repair / Working status.

Changes in respect of : i) Loco status – [dead, idle, running] ii) Load status – [light, loaded] iii) Type of service – [Shunting, mail, passenger, goods , special] iv) Loco pilot change, station/time v) Link change [ From: train/station/time , To: train/station/time]

Divisional Power Controller

Page 336: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/233 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List

Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

periodicity, e.g. hourly etc.

3. Loco failure / Unusual occurrence details capture.

Loco motives may fail on line while working trains. PCRs are required to manage the crisis by providing a suitable replacement and also inform the divisional and shed management about the failure. PCR also provides assistance to loco pilot by arranging guidance through maintenance or arrange for on site maintenance. In case the defect is repaired in time by crew or through assistance the occurrence is termed as loco unusual both failures and loco unusuals are reported to the management and home shed on daily basis. Usually, advance information is also given based on the level of crisis.

Loco pilot Station master Section controller Div Power controller Shed [and in case Foreign loco, PCR needs to communicate to the respective HQ PCR/ home div PCR] Reporting PCR records loco particular and details of occurrence and action taken.

Brief loco history like: Loco running km, Link information, Schedules, Home shed, List of locos of the same class available in his division or vicinity( adjoining divisions) A loco failure diagnostic help on line for PCR to provide assistance to loco crew.

Basic information of failure/unusual: Place, Time, Date, Train no. and division, Record of crew/station masters report Action taken summary Driver’s name and HQ. Replacement loco arranged, Train ready & departure timings. Punctuality loss: Number of hauled rain or any other train as indirect repercussion.

Divisional Power Controller

Page 337: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/234 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List

Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

4. Recording train stalling cases

When a train gets stuck in the section and the locomotive is unable to haul it on account of any loco defect, overload or track gradient/curvature, signal defect related problems or any operational reason, the train is said to have stalled. PCR arranges help for the stuck up train by arranging a helping loco or by coordinating push back and restart. These events are important for the system as they lead to loss of operations. Hence these are reviewed regularly by management.

Loco Driver Station Master sectional controller Divisional PRC.

PCR will arrange the banker loco to move the stalled loco or arrange a pushback with the help of section controller and station master of affected stations.

Loco no, Link information, Loco hauling power- gradient-chart Track gradient information for the section. Load details of train ( if available on the system)

Place where the stalling occurred. Date and Time of stalling. Affected other trains- Direct & Indirect Reason of the stalling. Enquiry / joint check ordering: Name of Inspector/ s Date for submission of report. Ordering authority. Updation of inspection/joint check summary.

Divisional power controller.

5. Recording train punctuality loss cases due to loco defects.

Passenger carrying trains are run to pre-set time tables and any delay w.r.t. time table schedule is termed as punctuality loss.

Station Master Sectional controller Div. PRC.

Train, Loco no. Home shed,

Actual time of departure, Time loss categorization Class of loss-

Divisional power controller.

Page 338: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/235 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List

Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

A Direct punctuality loss is loss of time by train hauled by a loco and Indirect punctuality loss means time loss on other trains as repercussion of delay to the direct train in the vicinity date.

PCR takes details of punctuality losses from traffic /section controller and carries out investigation and coordination of corrective action based on management directions. He records details of the 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.

Railway, Type of failure Type, Link details. Train category Schedule time of arrival/departure.

Direct/In-direct Action taken Findings and cause information Enquiry / joint check ordering: Name of Inspector/ s Date for submission of report. Ordering authority. Updation of inspection/joint check summary.

Page 339: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/236 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List

Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

PCR informs divisional management and shed management/ HQ PCR of such losses on daily/ occurrence basis.

6. Capturing Fuel stock and issue-receipt status of Railway Fuel Points in the division.

PCR keeps a watch on the availability of fuel at different fueling points within division. Information is colleted from each point about morning stock, last days issue/ receipts and alarms are generated based on stock level. Divisional fuel inspector coordinates dispatches from the vendors I case of shortage. Also, PCR develops alternate strategy for fuelling in case of crisis at any point. Fuel inspector needs to record loco-wise /railway wise issues made at Fuel points in their jurisdiction for raising inter-railway debits. Also, stock book entries are kept in check to assess losses on monthly /10 days basis.

Fuel point issuer send information on phone or may fill in directly about loco-wise daily issues, Wagon/tank-wise total receipts Shift end Ground balance. Ground balance as number of days based on recent average consumption. In case, information is received on phone, it is entered by PRC at divisional control. Status becomes available to PCR for fuelling planning Divisional status is collated for

Stock balance- storage tank wise Cumulative issues for the month Loco no. ( selectable form divisional list of current loco holding)

Morning Ground balance- tank wise, Fuel point receipt details Issue details – loco no. , Crew name, Base, Incoming balance, Out going qty issued. Non-traction issue (for other than loco use).

Power controller Fuel point issuer ( if facility available to access the system)

Page 340: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/237 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List

Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

headquarter PCR by the system.

7. Planning Link change and Miss link loco entry

Attachment/ detachment of loco in Planned manner or unplanned manner (other than as indicated in the link diagram) is called miss-link which occurs Due to failure, delayed arrivals or any other reason. The division PCR plans it and advises Traffic Controller for movement.

PCR requires a list of ready locos in the division/ shed categorized according to fitness / type categories /sheds/railways PCR enters the replacement loco from divisional holding of locos or from shed and advises the traffic controller for movement.

Link tabular and graphic presentation. Locos working on that link on that instant list of ready locos in the division Locos offered by shed

Incoming-outgoing loco numbers, Place, date and time with reason of the link change.

Div. PRC.

8. Preparation of Loco ineffective/ under repair hour’s status

Ineffective is calculated for full day. Locos which remain under repair for full day are called ineffective while those which remain under repair for part of the day are called -under/repair.

Hourly chart information recorded by PCR And Shed ineffective hours status taken from shed

Ineffective/ under repair hours shed wise. Ineffective hours are only assessed after completion of

Shed wise ineffective/ under repair loco list In shed (for home shed) Out station shed

Hourly chart entry for ineffective/ under repair hours- loco wise with reasons .

Shed control Div PRC

Page 341: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/238 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List

Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

Ineffective position of a shed is calculated daily by the HOME 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.

one full day- as on 2400Hrs. of a date.

Online

9. Calculation of Loco outage - territorial and home shed

Outage means average number of locos available to operator for running trains. Each shed is required to make minimum target outage available for both passenger and goods locos.

PCR enters the details of loco usage hours in his division for goods locos in use. A four-hourly loco availability is calculated using standard rules to arrive at 4 hourly

Divisional outage : Locos available in division

Confirmation of locos on division, Loco usage hours details. .

Div PRC,

Page 342: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/239 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List

Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

The outage target for passenger trains is calculated from the loco link based requirement and for goods services it is calculated from the following formula : [(Shed holding – out of commission locos)] = Y 10% ineffective of Y + No. of passenger link locos] = X Target Goods outage = [Y-X]. (0.9) The actual daily territorial outage of any division is worked out by taking the average of the number of locomotives (total loco hours/24) available to Traffic/Operator calculated on 4 hourly basis. Every division calculates territorial outage - shed wise, railway wise for the locos operating on it during the previous day. This figure is bulked up at HQ to arrive at

outage. The Outage of diesel locos: [Total goods locos hours - (Dead loco hours+ loco under repair hours out side shed) ] / 4 = 4 hourly outage. Locos given to a home shed are not counted towards territorial outage of the division. Locos offered but not used by traffic are taken as available- Stored on Traffic Account. Locos out of commission but offered for use after attentions on trial basis are added as additional outage. Shed outage is calculated by home division PCR every morning for the previous day on daily basis taking into account loco ineffective/ under repair hours received from

Page 343: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/240 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List

Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

Zonal outage figures and again, zonal figures are bulked up to give Railway board level outage figures. Outage is also maintained type of loco wise.

shed, other sheds and other division.

10. Maintaining Loco / train accident details and relief management.

The accident information is received in control; PCR is given information for arranging accident relief train. Also, PCR keeps minute to minute record of progress at accident site relief work/ accident relief train movement. PCR informs all concerned loco management about the accident.

Accident informationStation master Section controller Div. controller PCR,

PCR gathers immediate details about crew of accidental train, loco and captures detailed event wise timings of different actions taken for relief and rescue. He needs a status of locos available in the vicinity for working relief train. He needs to keep engagement of relief train and crane and view it for facilitating relief

Loco schedule history Ownership & commissioning details Wheel sizes Loco Type details Availability of Relief train in his jurisdiction and adjoining divisions. Names & contact numbers of Relief train incharges.

- Place, Date & time of accident. Accident category - Loco no & Train no. - Driver and Name of HQ - No of coaches /wagons damaged. - Time of first train passed on the affected line/lines. Relief progress - Coach wise recovery progress – time log - Casualties details - cost of damage to Railway assets. - Names of Officers at site. Details of joint

PCR

Page 344: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/241 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List

Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

decisions.

check. Remarks.

11. Management of Overdue schedule locos

Overdue locomotives are high lighted by PCR to management. Home sheds also call for over due locos back & message on the system. Based on standard instructions, messages are sent to Traffic to direct the loco back to shed for preventive maintenance.

Div. PRC. regularly monitors the list of overdue locomotives in his territory and messages to traffic controller to move them towards home shed Messages from home shed are also linked with this.

Over due loco list Schedule details Messages from home sheds

Message Officer informed

Shed control Div. DPC

12. Flagging of special notices to locomotives for general attention

Div. PRC will attach attention messages to the locomotive for shed’s attention based on messages received on phone from loco pilot / station masters. These messages to become available to shed while making job card on arrival at shed.

Message from loco pilot station Master / Traffic

Controller Div. PRC home shed

List of locos in division, Crew name.

Message. Div. PRC.

Page 345: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/242 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List

Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

13. Out shed maintenance work entry

Locos are maintained at small maintenance points and out shed which may not have access to LMS. Limited work done at such locations is to be captured by PCR.

Out shed informs PCR on phone PCR enters data on the system

Locos sent for maintenance to Out shed.

Schedule carried out, Loco shed -in /out timings, Out of course defects noticed, Messages to home shed, Lube oil issue Fuel oil issue Assemblies changed. Man hours

Out shed incharge, Div. PRC

Page 346: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/243 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

2. Railway Board /Headquarters Module:

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

1 Reconciliation of daily loco failures

Daily Loco failures are finalized at each division on territorial basis and the cause along with category of the failure is Zonal H.Q. and Railway Board.

Loco failure information is captured by PCR. Shed and Sr. DME/division examines the failure details and it may become necessary to propose cancellation of reported failure or its 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

Failure detail Reconciliation comments screen.

Reconciliation comments at div/ HQ level- as applicable.

Div PCR H.Q PCR, SrDME/D/Shed SrDME/Division CMPE/HQ

Page 347: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/244 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

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 Preparation and Updation.

Link is a sequence of predefined runs of passenger trains which are to be run by a locomotive to achieve optimization of utilization and minimization of lie-over time. Links are prepared by HQ in shed-wise manner. The links

Creation of new link. Modification of link.

Link – leg wise start finish- graphic presentation.

New trains in a link, Change of link (graphic drag drop) Journey

HQ

Page 348: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/245 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

are to be prepared by HQ on Central application which should be available for loco bookings / status check on the shed application.

termination points or timings

2.2

Link modification/ making new links

Passenger locomotives are used to run trains in time/day wise sequence of journeys of different trains in such a manner that the loco is lie-over( unproductive ) time is minimized and loco km per day are maximized. A loco comes back to home shed after the number of days planned on the link and restarts the link. Effectively, for daily trains, a fresh loco picks up a link each day. Thus, if the link is spread over 7 days, there are 7 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.

Link approved entered on the system Sheds to book locos on the links. Any changes in links due to any reason are similarly up dated by HQ and followed by sheds & Divs.

Link list shed wise. Links edit view. Graphic view of link.

Links no. Train no., Station to: from , Time to: from Date to : from Journey KM Schedule planned in any lie-over.

HQ

Page 349: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/246 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

3. New loco allotment / Transfer of locos

New locos are manufactured at DLW and are sent to zones on Board’s orders. Also, shed to shed – intra zone and inter zone transfers are needed to suit operational needs. Loco holding of receiving and sending sheds are modified with consequent changes in material/ manpower requirements.

New locomotives are allotted by Board to a zone and by CMPE/D to a shed within zone. Also, inter-zone transfers of locos are ordered by Board and complied by CMPE. CMPE may also change inter shed transfers within the same zone to suit changed working patterns. Compliance indicated by sender and receiver sheds as date of dispatch & date of receipt

New loco no./Type Expected date of dispatch by DLW. Existing loco list of sender and receiver sheds with age, service type, and failure summary history.

Allotted zone Date of dispatch from DLW Allotted shed Sender shed Receiver shed Date of dispatch from sender shed Date of receipt by receiver shed

DME/T/ Railway Board, DLW CMPE Shed CTA

4. Performance of trial items

New item or existing items from new sources for are required to be put on controlled trial in a shed before deciding on their regular use. A particular shed will be nominated by CMPE for placing indents in respect of the developmental items and monitoring performance for a specified period.

Trial items list is entered by HQ. Target dates, frequency of reporting, are indicated. Sheds submit a monthly progress about fitment and performance of trial items. Trial is marked as closed by HQ when sufficient data becomes available.

Existing trial items list according to owner of trail – RDSO, DLW, HQ, BOARD.

Trial name, No. of locos to be fitted, Ordering authority Date of commencement Date of completion

DyCME/D/HQ Sr.DME/D/shed CTA/shed

Page 350: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/247 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

Trials may be ordered by DLW or RDSO also but these are also channeled through HQ as new items. Sheds have to report performance to headquarters on regular basis.

Reporting by sheds is in descriptive monthly comments, numbers fitted during month, failed during month, reason for failure.

Nominated shed. Item particular. Vendor Type of loco to be fitted on Monthly progress.

5 Head quarters Material Functions

5.1 Head quarters Material Functions DLW indent Bulking: i) Bulking of shed indents for DLW/DMW ii) Entering progress of

Vetted indents are received from sheds. These are bulked together and wherever authorizations are needed at HQ level, same are provided and bulked up indent is sent to DLW through stores. Paper process will continue but indent bulking will be done on system. Similarly, at DLW level,

Indent from sheds are added to produce a statement of total zonal demand. Demand is cross checked and verified by HQ. Final modified demand is used to generate bulked demand. DLW will receive manual demand but planning can be done on the

List of DLW /DMW indent item Previous two years demand and supply Current consumption

Quantities for current cycle Correction of Shed quantities at HQ level Purchase case detail at DLW

DyCME/D/HQ Material Control/ Shed

Page 351: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/248 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

purchase by DLW iii) Distribution of purchased material by DLW followed by Zonal distribution to shed. iv) Material collection from DLW by sheds

bulking will be done on the system. Progress of procurement and distribution of quantities will also be advised on the system by DLW and distributed between sheds by HQ. System will used to generate bulked. LMS will assist manual system to speed itself up.

basis of the bulked zonal demand available on the system. DLW will generate bulked statement for planning procurement. DLW will give progress of purchase and show zone wise allotment of material – demand cycle wise. Zone will enter shed wise distribution Shed will monitor actual availability at DLW and arrange collection based on DLW advice.

Progress of purchase at DLW. Quantity received and distribution by DLW- accountal against vetted indents of zones Quantity distribution by HQ - accountal against shed indent.

DyCME/Spares /DLW

5.2 RSP item allocation to sheds

Major inputs into rolling stock are planned through a special sanction in the form of annual RSP by the Railway Board. Rolling stock programme (RSP) sanction to each zone is communicated by Board. Zones convey quotas to each shed for

Board to convey sanction/allocated numbers to zone CMPE to distribute numbers to sheds. Sheds to indent material for purchase at zonal or DLW level –

List of existing RSP items

Existing sanction of RSP items

New RSP items Type of loco Targets – zone wise & distribution by Board

Page 352: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/249 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

completing these sanctioned works/modifications on their locos. Progress of indent/procurement is kept on the system. Progress of actual expenditure is kept on the basis of physical progress.

special indents. Sheds to enter progress in numbers of locos fitted and in terms of expenditure based on item cost - against each RSP item.

Shed wise distribution by HQ. Entry of progress by sheds. Indents by sheds and followup. Monitoring by HQ

5.3 HQ purchase Progress on shed highlighted items.

Most of the material is purchased at Headquarter procurement wing- COS( Controller of Stores) CMPE coordinates supply of material to sheds with COS organization. CMPE’s Material team update PO status for highlighted items and responds to the requests from Sheds by following up with COS and vendors.

Highlighted items list sent by sheds. COS office indicates status. CMPE discusses the list item by item and clears any procedural problems or vendor related technical issues. Status is updated on the list for sheds to follow up.

List of items highlighted by shed, Procurement status

Narrative current progress.

Material Control/ Shed, CMPE’s Material team

Page 353: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/250 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

6 Maintenance of vendor directory & Warranty claims

6.1 Maintenance of vendor directory

Sheds use vendor directories of three types for different items: DLW vendor directory, RDSO vendor directory and, zonal vendor directory. CMPE’s cell needs to keep all these directories updated to ensure purchase from correct sources. These directories are periodically updated. Also, there are additions and deletions from these directories from time to time on the basis of special advice.

All changes in vendor directory are received by HQ and circulated to sheds and workshops for compliance.

Existing vendor directory information Existing vendor and items supplied by them List of items and existing vendor for these.

Addition/ deletion Of full details, part details or addition of items to any vendor.

HQ material incharge/ DyCME/D

6.2 Warranty claims on new locos

Warranty claims on new locos are channeled through HQ. Sheds raise claims which after approval are sent to DLW. DLW confirms compliance of these claims.

Shed makes a warranty claim on a new loco. Headquarter forwards it to DLW DLW takes action including directing vendor to attend & posts progress on the system.

Loco number Date of manufacture Date of commissioning List of pending/ attended warranty claims on that loco.

Nature of claim. Date loco under repair. Date loco put back to service

CTA/shed, DYCME/D/HQ

Page 354: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/251 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

7. Collection of status from sheds/ zones to a flexible proforma.

HQ / Board/RDSO some times need to collect specific feed back/ data from sheds to a proforma. Sheds fill it up periodically and collated information is used by HQ/Board.

There is a need for providing a fixed number of flexible forms with associated table structure to provide different types of fields which may be selected by Manager users and configured for a specific purpose. They may modify headings to suit any specific requirement. Such selected format should be released on system by Manager user for filling up by selected sheds. It should become visible to targeted users as alert on their screens. The Manager user should be able to build report from the collated data to suit his requirement. There should also be a possibility to take a excel copy of data from

List of Standard formats with brief description.

Selection of format Screen for renaming of columns. Selecting target sheds/ HQ Releasing the form. Closing the form after fulfillment of purpose.

CMPE DyCME/D DME/TR Board EDME/TR Board Dir/RDSO EDSMP/ RDSO

Page 355: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/252 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

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.

Page 356: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/253 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

5. POH Workshop Module:

S. NO.

Function List

Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

1 Generation of loco Calling in programme

Overhauling Workshop generates a statement showing month wise list of locos scheduled for undertaking periodic overhauling (POH) in a year. Sheds follow this programme to send their locos. Changes are possible in schedule to suit operational needs through mutual agreement

Workshop makes a Calling in programme which is approved by CWE at HQ. The approved calling in programme is circulated to sheds. .

List of locos due POH in a year with details of : Type, Date of commissioned. Date of last POH & POH shop. Date of last yearly schedule. Age of loco Mandatory modifications status of loco.

Month selection for POH Scheduling for each due loco, Remarks for any special reason for scheduling any loco out of turn

Dy. CME /Workshop CWE/HQ CTA/Shed

2 Progress of POH and Dispatch programme of locos from shed

Sheds need to know the status of loco under POH at a workshop for their outage planning. Workshops need to indicate the stage of progress on periodic basis

Loco wise daily status to be fed by workshop in the form of pre-selected POH stages. Status to be viewed by Sheds

Loco number/Type Calling in scheduled month. Loco dispatch from shed date Shed Railway

Type of POH Date receipt Date of start of POH Stages completed

Workshop Dy. CME CTA

Page 357: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/254 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List

Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

Current stage Target for loco turn out.

3. Uploading critical work done history information on POH loco

Locomotive and all subassemblies are attended / overhauled during POH. Assemblies are also interchanged or new ones are fitted. It is essential to capture summarized essential vendor, quality control, and test parameter etc information for each loco for use in the shed for subsequent 8 years.

Section wise history of work done and equipment fitted/ readings and values of essential parameters is recorded in hard form. This information comes to Diesel Progress fro forming the POH history data sheet. A summarized format from this information needs to be entered on the system at the workshop. This information will become readily viewable by sheds and HQ.

Loco number/Type Calling in scheduled month Loco dispatch from shed date Shed Railway Date of POH completion.

Assembly wise details of parameters make, PO reference for warranty etc.

Workshop diesel progress office CTA Shed.

Page 358: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/255 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

3.10.5

Central Application Reports

Page 359: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/256 रेलवे 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 Power Controller Module

Loco utilization report. Daily failure and responsibility wise failure report. Train wise detailed time loss report. Stalling report- with cause wise summary over reported period. Detailed case wise statement categorized as D/ ID. Monthly fuel issues and receipts report Miss links date-wise with reasons. Cumulative under repair hours, shed ineffective report for home shed for every month. Territorial and home shed outage report - 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.

Monthly fuel handling shortage report.

Online utilization report. Hourly Loco use distribution report. Daily Punctuality performance summary Daily issue status. Actual links run report. Shed wise daily ineffective / under repair hours report. Accident information sheet. Daily over due list. Morning position Type-wise locos available within division In coming loco interchange forecast Outgoing loco interchange forecast.

Page 360: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/257 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Module Name Batch/ Historic reports Analytical reports Online reports

2. Headquarter / Railway Board Module

1. List of cases dropped in reconciliation- monthly - shed wise.

Loco links. – shed wise. Modified/ New link. Items under trial. List of completed trials, loco system wise.

2. RSP items progress statement - monthly, yearly etc.

3. Current loco holding of sheds.

New locos allotted zone/ shed wise.

Bulked HQ indent statement for DLW items Loco wise list of defects with hours lost & cost of repairs Pending warranty claims & failures vendor wise

CMPE Morning position. Loco allotment advice Loco Transfer advice. Trial progress report Shed indent statement DLW Bulked indents statement. DLW Distribution statement Zonal distribution statement HQ purchase15 day’s status of highlighted items. Vendor directories online. With item wise searches, vendor wise searches. New locos awaiting commissioning.

3. POH Workshop Module

1. POH history report.

1. Failures within 100 days report- loco-wise & monthly summary.

Calling In programmer with compliance Loco running overdue POH Loco overhauled status – over a period. POH progress status – loco wise.

Page 361: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/258 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

3.10.6

Shed HR Module

Page 362: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/259 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List

Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

1 Marking of Gate & sectional Attendance

On arrival at shed the attendance of each employee is recorded by Time Office. Every staff is assigned a shift by his incharge supervisor. Every shed staff is assigned a unique Token Number

In Time office there is a board in which all the tokens are placed. When a staff enters in the shed in his particular shift, he will have to visit the Time office first. Then he will have to unhook his token. Time office mark attendance based on unhooks Token. Then the staff visits his particular section and Section in charge send Sectional attendance to Time office. This will be captured by using Man- RF-ID cards read on kiosks in 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

Section. Absent Employees Name Present employees name Shift details Ticket numbers Selection for –status- present, leave, absent –reason etc.

Attendance status for each Employee to be entered. Particulars of documents to absent employee If available out of system.

Time office Clerk SSE/G Sectional supervisor

Page 363: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/260 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List

Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

highlighted to the GFO in charge of the attendance.

2 Initial Marking of special entries by sectional supervisor on sectional attendance.

If a staff works for 8+8 hrs then it comes under the category of DD (Double Duty). He can take the compensation for his double duty in the form of CR Night Duty National Holiday hurt on duty (HOD)

Staff is allowed to take a rest within 30 days from the date of double duty (DD). Double duty information is transmitted to Time Office through Section Engineer in the form of sectional attendance. If a staff is working in the shift 2200 – 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 Holiday) then he will get the compensation If a staff gets hurt on duty (HOD) and if DMO (Divisional Medical Officer) suggests him to take rest then he will get full salary for the rest period except the conveyance allowance.

Employee Name Shift Details

Double Duty details Night Duty details National Holiday details hurt on duty (HOD) details

Time office clerk

Page 364: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/261 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List

Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

Outstation Duties or Training Sick intimation Leave intimation

If a staff is going for outstation duties or training then he will get Traveling Allowance (TA/DA). Sick intimation is to be followed by application for sick leave sanction. Entry to be followed by sanction of leave

Outstation Duties details Sick ness entry Leave entry

3 Leave application and sanctioning

The leave record of each employee is maintained in the shed for different types of leave. Leave records are updated on receipt of the sanctioned leave applications by the leave section.

Whenever a staff wants to request for leave he will have to apply for desired leave on the system. The Leave Application is sanctioned by two or three level work flows Status of leave available to account is visible to sanctioning officer at each stage. Sanctioned leave is reconciled by system on employee attendance record and initial remarks of the sectional supervisors.

Applicant’s Name. Applicant’s Designation Type of leave wise : Leave taken from (date). Leave taken to (date). Due leaves.

Applicants Token no Nature & Period of Leave. Purpose of Leave. Address while on Leave. Date Authentication by section in charge

O.S. / Bill section SSE/SE

Page 365: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/262 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List

Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

4 Pass application generation

Every shed staff is assigned a set of Privilege/School/Complimentary passes yearly. The pass record of each employee is also maintained by the pass section. Every staff has to give family declaration needs to be given which is used for referencing for pass issue. Also children’s education declaration is needed to be captured for issue of school pass

When a staff wants to request for pass, he will have to fill the form named ‘Application For Passes’ on the system kiosk. The application should reach the Pass Issuing Office at least 7 days before the passes are required for use. After filling the above details he has to manually submit that to the Pass section. Some entries which are left blank in the Pass Application form are filled by Pass section. Then it is forwarded to S.S.E (Gen.) for getting it sanctioned. Pass section will keep a system generated request on record in hard copy and give a confirmation on system about readiness of pass. 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.

Name. Designation. Department. Office. Basic Pay. Number of local passes taken till date. Number of foreign passes taken till date

Employee Token no. Type of pass Onward journey details. Return journey details. Break journey Persons for whom pass is required for onward journey. Persons for whom pass is required for return journey.

Pass Section Clerk SSE/SE

Page 366: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/263 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List

Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

5 Generation of Muster Roll

Muster roll contains all the attendance, leave record of shed staff and With the help of Muster roll Allowances for each staff in every month is computed.

Daily Attendance is maintained by the Time Office in the Muster roll. Time Office fills the various entries in the Muster Roll and at the month end forward the muster roll to Bill section. On every month Bill section prepares Absentee statement for preparation of Muster roll and forward to divisional pay office for pay bill generation.

Token Number

Name.

Father’s Name.

Designation.

Date of

Appointment.

P.F. Account No.

Rest Day.

Daily attendance.

City comp.

Allowance

From Date.

City comp.

Allowance To

Date.

Time office

Incharge

O.S / Bill Section

6 Booking of Grievance

Workers working in any shift need to communicate their problems to the management. At present they write their grievance in the registers or seek meetings with the higher management of the shed. This functional feature is aim at providing staff a means voicing their grievances, seeking

If any staff wants to register complaints opens his employee page and selects grievance or interview or suggestion option. He then gets a chance to enter his desired choice by a user friendly touch screen. Information is sent as to do item to the concerned manager as per role definition or to senior management as marked. Every complaint has a last date on which it should be redressed (solved).

Name.

Designation.

Department

Selection screens

for touch operation.

Selection of choice Nature of Complaint Action taken Target Date of final Disposal of Complaint.

Staff,

SSE/G,

Concerned manager

Page 367: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/264 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List

Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

interviews with managers through their employee self service screen. A selection of grievances from a pull down list is intended to provide them a convenient method of this interaction.

Acknowledgement of receipt and action summary will be made available to the staff on their employee Screen as an alert.

7 Staff bio- data for pass application

Staff’s Bio data are maintained. this information used in pass preparation

Every year employee will have to submit the details of his dependents through a preprinted application form. It is duly signed by the employee and should be approved by OS(Gen.) & SSE(Gen.) Then that application is entered into Pass section requires these details for making passes.

Name. Designation. Date of Appointment. Basic Pay. Residential Address.

Staff Ticket No. Name of dependents. Relationship with the staff. Age. Date of Birth of dependents.

Clerk/Bill

Section

Page 368: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/265 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

3.10.7

Shed HR Reports

Page 369: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/266 रेलवे 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 Marking of Gate & sectional Attendance

Attendance- Daily Shift wise Defined period wise Monthly

2 Initial Marking of special entries by sectional supervisor on sectional attendance.

Summaries for pay period for all categories.

Status visible to each staff on his staff page.

Exception report of absenting staff whose absence is not covered by appropriate sanction to cover initial indication by sectional supervisors

3 Leave application and sanctioning

Leave report – Monthly

Daily

5 Pass application generation

Monthly / half yearly /annual summary, individual wise for those who have taken a pass.

Pass application with sanction for each case.

6 Generation of Muster Roll

Monthly Absentee statement/ Muster roll for pay bill preparation.

Section wise staff expenditure- monthly

7 Booking of Grievance

Monthly grievances summary section wise.

Exception list for delayed grievances.

Page 370: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/267 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

3.10.8

Documents & Library Module

Page 371: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/268 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List

Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

1 Letter & circular management

Railway Board, HQ, RDSO and DLW send letters to sheds which take considerable time to reach. Also, letters are filed as hard copies which are difficult to retrieve. This feature aims at providing: 1. An easy method of scanning hardcopies directly to a repository with provision of building meta data for intelligent searches. 2. Send letters from one to many with a user friendly address book. 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.

Letter originated from any office – on computer as word doc. Or scanned matter. Sender to select receivers from a address list by checking Letters to move to respective letter boxes on single click. Each receiver to be capable of resending the letter to more in a similar manner with comments. Each user to be able to search his own repository.

User name Circular management screen with address book, search, self repository status and arrival alerts. Scan to repository screen with metadata capture feature.

Addresses Metadata in case of new documents

Each assigned user

Page 372: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/269 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List

Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

2. E-Library for drawings and documents

RDSO maintains repository of standard drawings and technical instruction circulars on the system. Each document will have a metadata associated for quick searches. DLW will also have a drawings/ manuals repository within the library for use by sheds. Each zone also maintains their own repository of drawings and technical manuals. All these documents and drawings will be accessible to shed users based on permissions. These drawings are used for procurement and technical support for maintenance.

Each e- library section will be maintained by respective agency. System will provide version tracking and control of each drawing/ document. Up loading of document will be simple and user friendly. Down loading will be simple with provision of printability at user end. Neither drawings nor documents will be editable. Users will simple search, select and down load the documents for viewing or printing at their end.

View of the contents of the library for user friendly selection. User friendly screen for uploading.

Selection of down load Meta data for uploads

Permitted users

Page 373: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/270 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

S. NO.

Function List

Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

3. On line directory of all users.

An online user directory giving details of name, Designation, telephones, address, e-mail id is needed to facilitate easy communication in the system.

Each user should have the permission to modify his own details Search by any user.

Self information screen Search screen

Self information Updation Search for name & addresses

All users

Page 374: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/271 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

3.10.9

Documents & Library Module Reports

Page 375: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/272 रेलवे 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 management

1. List of letter sent monthly 2. List of letters received monthly.

1. On-line status of repository boxes and new arrival alerts

2. E-Library for drawings and documents & manuals

1. List of drawings zone wise 1. New arrivals alerts 2. Version change alerts

3. On line directory of all users.

1. Directory – zone wise- unit wise 1. On-line search based related document lists. 2. Search based lists of addresses.

Page 376: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/273 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

3.10.10

Glossary

Page 377: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/274 रेलवे 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 /MechanicalAME – 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

Page 378: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/275 रेलवे 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

Page 379: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/276 रेलवे 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

Page 380: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/277 रेलवे 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 and schedule work completion (Common)

3/282-3/283

4. USE CASE 4 - Yard Examination (FMM) 3/284

5. USE CASE 5 - RFID tags and Sub-assembly Demonstration (Common)

3/285

Page 381: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/278 रेलवे 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.

Page 382: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/279 रेलवे 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.

Page 383: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/280 रेलवे 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.

4.1 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

4. Main Scenario: Maximum Marks : 10

Page 384: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/281 रेलवे 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.

Page 385: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/282 रेलवे 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.

Page 386: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/283 रेलवे 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.

Page 387: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/284 रेलवे 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.

Page 388: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/285 रेलवे 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.

Page 389: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/286 रेलवे 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.

1 Shed Scenario for Shed Configuration 3/288-3/289

2 Loco Holding/Type 3/289

3 Schedule Types 3/289

4 Berth 3/289-3/290

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

Page 390: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/287 रेलवे 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

Page 391: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/288 रेलवे 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

Page 392: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/289 रेलवे 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

Class Year Maker Wheels

Power(hp)

Speed(km/h)

Weight

(tones)

Starting TE

(kg force)

Qty

Serial No - Brake Type

WDM-2 1962 Alco /

DLW Co-Co

2600 (2400 net)

120 112.8 30450 4

16000 - Dual 17100 - Air 18040 - Air 18523 - Dual

WDM-3A

1994 DLW Co-Co

3100/3300 120 112.8 30450 3

14001 - Air 14080 - Dual 14144 - Dual

WDS-4

1968-1969

DLW C 600 65 / 27 (ML / S)

60 9500 / 18000 3

19062 - Air 19086 - Dual 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

Page 393: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/290 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

Light repair 2 231, 232

Heavy

repair

2 241, 242

5. Loco Component:

S. No Component Name S. No. 1. Turbo Charger 10212822 2. Governor 15815830001V003. Cylinder Head 10040067 4. Expresser 10120725 5. Tacho generator 35781230022V006. 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) 25781330002V0016. Axle Generator 15815830001V0017. EP Contactor 10040055 18. Electro Magnetic Contactor 10120579

Page 394: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/291 रेलवे 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 Room7. 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 Room12. 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 Room17. 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 Room22. 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 ROOM22 AIR BRAKE 23 LIGHT REPAIR 24 HEAVY REPAIR 25 MAIL/MECH 26 CONTROL ROOM

Page 395: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/292 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

8. Gang:

S. No. Gang-In charge

Total No. of persons in gang

Job Token no of Staff involved

1 2725 10 Under frame

1270,883,1955,1965,2041, 2150,2175,2176,2200

2 2675 10 Upper frame

2225, 2250,2275,2300,2325, 2350, 2375, 2400, 2425

3 2700 10 Engine room

2450, 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

Page 396: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/293 रेलवे 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

Page 397: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/294 रेलवे 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

Page 398: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/295 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

20 Assembly – Hierarchy:

Page 399: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/296 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

21. Schedule Activity for Trip/ Monthly/ 4monthly:

S. No.

Item to examined /overhaul Condition/Action Taken

Signature and T. No of DSL Machanic

Signature of JE/SE

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.

Page 400: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/297 रेलवे 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 bold loose.

12-01-2007 & 13.00

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

damage 13-01-2007 & 13.40

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

Skilled 329.44/day 8(1 shift) Un skilled 458.88/day 16(2 shift)

Trip

Supervisor 258.88 4 (1/2 shift) Skilled 329.44/day 16(2 shift) Un skilled 458.88/day 32(4 shift)

Monthly

Supervisor 517.76 8(1 shift) Skilled 329.44/day 32(4 shift) Un skilled 458.88/day 64(8 shift)

Quarterly

Supervisor 517.76 24(3 shift)

Page 401: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/298 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

25. Material cost: Type of Material

Type of Schedule

Cost

Trip 3722 Monthly 6684

Stocked items

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

auxiliary 18568

27. Tool cost: Type of schedule

Tool Cost

Trip 1190 Monthly 2256 Quarterly 4259

Page 402: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/299 रेलवे 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

Page 403: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/300 रेलवे 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/

Kilometerage types ( done at Yard)

3

Repair Type (done at Depot) ROH & DVS

Yard Lines numbers 11

Wagon Components

Critical Items/Components: 10

Others Items: 5

15

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

Page 404: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/301 रेलवे 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

Page 405: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/302 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

5.Schedule:-

Examination Name

Duration Wagon Type OPRS validity Task done

Intensive

2 Hr. and 30 Min. 2 Hr. and 30 Min.

BLC and all other wagons

After test completion 15 days or 6000 km which ever is earlier

Survey from both sides +Detection of heat points+ major repair

Premium

5 Hr. BOXN and BCN only

12 + 3 days (grace period in case the wagon is loaded and headed to some destination.)

Intensive examination + major repair

Terminal

4 Hr. and 30 Min.

Any wagon Source to Destination

more or less 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

Page 406: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/303 रेलवे 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

examination Yard

Line-3&4 Premium examination

Yard

Line-5&6 Terminal examination

Yard

Line-7,8&9 ROH Depot Line- 10,11 Sick line Depot 8. Wagon Details:- Type of Wagon

Railway Gauge Brake Type

Yr.Built

BOXN NR BG Air Brake 1999 BTPN NCR BG Air Brake 2002 BLCA/BLCB NR BG Air Brake 2006

Page 407: Tender No[1]. 2009crisgm P-II Lms-fmm Tender 08-09-29!05!09_

Centre for Railway Information Systems 3/304 रेलवे सूचना ूणाली केन्ि

Tender for FMM & LMS Annexure to Tender Document Part-II

Rake offered to SSE/C&W for Intensive Examination by Operating Dept. based on Offering Memo

Yard Placement

Goods Train/Rake

BPC Invalid BPC Valid

Attached Wagon’s parameter checking of Rake

ROH (Scheduled)

POH/NPOH Booking

Other (Non-Scheduled)

Offer to NTXR

FIT/UNFIT Memo generation

Rolling-In Examination

Arr. time/ Dept. time/ Line No. capture

Yard/Depot/Sickline placement of wagons by Operating Dept.

Repair Work Attended by Depot/Sickline

Sick Wagon

Rake Data from FOIS

Hot Box feeling

By pass

Fit Wagon offered to Operating Dept.

Based on Wagon specifications