Chennai Metro Update: Tender invited for design, installation, maintenance, commissioning & integration of back office for Automatic Fare Collection (AFC) system for CMRL Phase II

Chennai Metro Rail Limited (CMRL) has invited digitally signed open e-tender through e-procurement portal for Design, manufacture, supply, installation, testing, commissioning & integration of back office for Automatic Fare Collection (AFC) system for CMRL Phase II–Corridor 4.

  • Tender Reference Number: CMRL/PHASE–II/SYS/C4-AFA03b/2023
  • Name of Work: Design, manufacture, supply, installation, testing, commissioning & maintenance of station level equipment for Automatic Fare Collection (AFC) System for CMRL Phase-II, Corridor 4.
  • EMD: INR 83 Lakh
  • Duration of Contract: 1140 Days + DLP (730 Days)
  • Document Download / Sale Start Date: 22nd February, 2023
  • Document Download / Sale End Date: 20th May, 2023
  • Pre-Bid Meeting: 23rd March, 2023
  • Bid Submission Start Date: 13th May, 2023
  • Bid Submission End Date: 20th May, 2023
  • Bid Opening Date: 22nd May, 2023

General:

  • The Price Schedules shall be read in conjunction with NIT, Instructions to Bidders and all bidding documents, General conditions of contract, Particular Conditions of Contract and the Employer’s Requirement etc., as listed in the contents of the Bidding documents.
  • The Schedules may not generally give a full description of the works to be performed and the plant or equipment to be supplied under each item. Bidders shall be deemed to have read the Employer’s Requirements and other sections of the Bidding Documents and reviewed the Drawings to ascertain the full scope of the requirements included in each item to fill the rates and prices.
  • The item descriptions given, are general summaries only, therefore no omission from, or error in item descriptions within this Pricing Document shall warrant an adjustment of the Contract Price nor entitle the Contractor to seek an extension of time under the Contract.
  • This is a lump sum price Contract for “Design, Manufacture, Supply, Installation, Testing, Commissioning & Maintenance of Station Level Equipment For Automatic Fare Collection (AFC) System.”
  • Bidder shall quote its lump sum price against individual Price centres inclusive of all taxes, levies, duties and other charges, including taxes to be deducted at source, leviable and payable to the authorities.
  • The whole Works including design, are divided into Price Centers. Each of these Price Centres represent a major item associated with the Works.
  • A rate or price shall be entered against each item in the priced Price Schedules, whether quantities are stated or not. The cost of items against which the Bidder has failed to enter a rate or price shall be deemed to be covered by other rates and prices entered in the Price Schedules.
  • Payment of the Contract Price shall be made in the currency or currencies in which the Bid Price is expressed in the Bid of the successful Bidder.

Scope of Works:

General Requirements:

  • Monthly progress report, 
  • Project management information system,
  • Procurement Plan,
  • Environmental management plan,
  • Contractor’s manufacturing management plan,
  • Design Submission Program;
  • Quality Assurance Plan;
  • System Safety Program Plan;
  • Method statements,
  • Factory test plans,
  • Inspection and Test Plans,
  • Partial acceptance test plans,
  • System acceptance test plans,
  • Maintenance support plans,
  • Software support plan,
  • Back-up copies of the software submission,
  • Initial works programme,
  • Three month rolling programme,
  • Detailed works programme,
  • Comprehensive testing programme,
  • Installation plan and programme,
  • Comprehensive testing and commissioning programme,
  • Provision, construction, maintenance and removal of the site office(s) for the Engineer/the Employer,
  • Occupational Safety, Health & Environmental Plan,
  • OHS&E Manual requirements submission,
  • Interface management plan,
  • Contractor’s staff organization plan,
  • All other items included in the Part 2 – Employer’s Requirements
  • Project office/ Site office construction

Preliminary Design:

  • System Architecture for AFA03b.
  • Preliminary System design for AFC Station Level Equipment for AFA03b.
  • Preliminary design of system Integration with Back Office System.
  • Interface definitions with the designated contractors and internal interface definitions, including Interface matrix and specific contract interface sheets, and all interfacing works within the project and other interfacing contractors.
  • Specifications for the station equipment for all stations and SDC including the requirement of power, space and mounting details for respective stages.
  • Equipment and Cable Layout Plans in Station & SDC for complete Contract.
  • Software & System verification and validation standards with complete verification and validation documents.
  • All applicable standards for the AFC System.

Detailed Design for Station Level Equipment:

  • Final design of AFC Station Level Equipment including SDC for AFA03b.
  • Final design of system Integration with Back Office System.
  • Complete specification of cables, power supply, Earthing, etc. for complete Contract.
  • Completion of Final Interface document definitions with other designated interfacing contractors.
  • Delivery Schedules for Materials.
  • Submission of Construction Plan, installation drawings, Power & Data diagrams, Cable Schedule, etc,.
  • The testing and commissioning documentation, including test procedures.
  • The Lists of contract spares – This should include 10% of the working population of each Line Replaceable unit (LRU) as per finally approved detailed design. The quantities of total working population, quantity of spares at 10%, unit rate of the LRU, source/sources of supply should be included for each LRU and submitted to the Engineer for his notice of no-objection.
  • The unit rate of each LRU has to be such that the total value of all spares proposed for all LRUs put together, based on the above principle, does not exceed the amount quoted under Price Centre ‘Spares’, in the Price Bid.
  • The list of special tools – This should include the required quantity of all maintenance tools, special tools, test & measuring instruments including software, required by the Employer to perform all adjustments, measurements, troubleshooting, preventive maintenance activities, as per the O&M Manual.
  • This list should be submitted to the Engineer for his notice of no-objection. The unit rate of each item of tool, testing & measuring instrument has to be such that total value of all tools,  test & measuring instruments proposed for that stage, based on the above principle, does not exceed the amount quoted under Price Centre Tools, Special instruments, in the Price Bid.
  • Complete configuration data and all related software.
  • Any other item(s) considered necessary to comply with Scope of Work.

Manufacturing and Delivery of AFC:

  • Receipt/delivery of following equipment for the respective stages after type test, factory acceptance test and proof of insurance:
  • Delivery of all types of cables, connectors, racks at Contractor’s premises.
  • Delivery of automatic gates including wide bidirectional gates at Contractor’s premises
  • Delivery of TOM, TVM and TR at Contractor’s premises.
  • Delivery of Station Computer, and switches at Contractor’s premises
  • Delivery of PTD with all accessories at Contractor’s premises
  • Delivery of Fare Media Validator at Contractor’s premises
  • Delivery consumables at Contractor’s premises.
  • Any other item(s) considered necessary to comply with Scope of Work.

Installation and Site Testing of AFC System:

  • Delivery to Site from Contractor’s premises in Chennai, for installation and testing of all equipment including SDC, Station computer, Automatic Gates, Ticket Office Machine, TVM, TR, Fare Media Validator and associated accessories.
  • Receipt of equipment at Site, pre-installation tests, inspection of equipment and Site preparations.
  • Complete fixing and wiring of equipment in accordance with circuit and installation diagrams.
  • Post installation tests including Pre-power ON and configuration of equipment.
  • Perform Partial Acceptance Tests in accordance with the accepted PAT Plan for Automatic Fare Collection system.
  • Any other item(s) considered necessary to comply with the Scope of Works

System Acceptance Tests:

  • System Acceptance Tests in accordance with the accepted System Acceptance Plan.
  • Integrated Testing and Commissioning includes the Central Back Office System.
  • Service Trials.
  • Conducting RDT.
  • Safety Certification, in the approved format, for opening Corridor 4 station for Revenue Operation.
  • Detailed report on security standards of software for Automatic Fare Collection System
  • Guarantee test to obtain operational acceptance certificate
  • Any other item(s) considered necessary to comply with the Scope of Work.

Training, Operation & Maintenance Manuals:

  • Providing and arranging Instructors/trainers for training on operation and maintenance to the Employer’s personnel in India.
  • Training on Operation and maintenance for Employer’s personnel at Contractor’s facilities at offshore and in CMRL premises.
  • Providing on-line training on equipment and software systems.
  • Furnishing of training manuals, video tutorials and associated materials.
  • The training is to be organized as per requirements specified under the heading Training in Part 2 – Employer’s Requirement. The Bidder shall quote the cost of training per instructor week under the categories of courses listed.
  • The cost per instructor week of all the categories of courses for the operating and maintenance personnel of the Employer will be summed up to work out the cost of this price centre.
  • Based on the per instructor week rate quoted for different categories of courses, the Employer will decide, during the detailed design stage, the exact number of courses in each category as well as their contents and duration.
  • The Contractor will be reimbursed by the Employer for the actual number of weeks (or pro-rata the number of weeks) incurred by the instructors as per instructor week rates quoted by the bidder.
  • Providing of Operating Manuals – (hard copies and electronic format)
  • Providing of Maintenance Manuals – (hard copies and in electronic format)
  • Providing of sub-systems/systems and spare parts catalogue – hard copies and electronic forma).

About Chennai Metro Phase-2:

  • Phase II expansion has been planned for a length of 118.9 Km network with 128 nos. Of Stations. It consists of three Corridors i.e. Corridor -3 – From Madhavaram to SIPCOT (45.8 Km), Corridor -4 – From Lighthouse to Poonamalle Bypass (26.1 Km), Corridor-5- From Madhavaram to Sholinganallur (47 Km).
  • The estimated cost of the project is Rs. 63246/- Cr (Rupees Sixty three thousand two hundred and forty six only) (including IDC). The project is proposed to be completed by the end of 2026.

The complete documents can be downloaded from http://eprocure.gov.in/eprocure/app


Source: CMRL- Tender | Image Credit (representational): CMRL