Chennai Metro Update: Tender invited for design, supply & installation of telecommunication system for Corridor 3 & 5 of Phase-2 including Madhavaram Depot

Chennai Metro Rail Limited (CMRL) has invited digitally signed open e-tender through e-procurement portal for Design, manufacture, supply, installation, testing & commissioning of telecommunication system for Corridor-3 (Madhavaram Milk Colony to Sholinganallur) and Corridor 5 (Madhavaram Milk Colony to Koyambedu Metro) of CMRL Phase-2, including Depot at Madhavaram.

  • Tender Reference Number: CMRL/PHASE–II/SYS/CP21/ASA08/2023
  • Name of Work: Design, manufacture, supply, installation, testing & commissioning of telecommunication system for Corridor-3 (Madhavaram Milk Colony to Sholinganallur) and Corridor 5 (Madhavaram Milk Colony to Koyambedu Metro) of CMRL Phase-2, including Depot at Madhavaram.
  • EMD: INR 3,10,51,000 Crore
  • Duration of Contract: 1727 Days + DNP (730 Days)
  • Document Download / Sale Start Date: 02nd June, 2023
  • Document Download / Sale End Date: 31st July, 2023
  • Pre Bid Meeting Date: 16th June, 2023
  • Bid Submission Start Date: 24th July, 2023
  • Bid Submission End Date: 31st July, 2023
  • Bid Opening Date: 01st August, 2023

Objective:

  • The Phase-2 corridors of Chennai Metro drives the objective of providing the public of Chennai a safe, high-capacity, state of the art technology, reliable, accessible and environment friendly metro lines which drastically reduce the transit time.
  • The corridors aim to operate with a high frequency rail transit system, offering fast, comfortable, and efficient service at the highest level of reliability. The corridors will be equipped with both 3 car and 6 car trains to meet the peak hour demand.
  • The trains will be using the state-of the-art technology with highly aesthetic interiors with utmost comfort to the travelling passengers. The corridors will be using the advanced signalling system (CBTC) enabling a GOA-4 level for the first time in the city of Chennai. A complete automated system of trains working without human intervention.
  • In order to cater the peak hour traffic demand, all three corridors can operate with a minimum headway of 3 minutes. To ensure passenger safety, all the stations are equipped with platform screen doors apart from other general safety requirements.
  • All stations are accessible and user friendly for even the differently abled persons. Service patterns and headways will, however, be subject to change from time to time in accordance with the changes in demand / traffic load.
  • As per funding provision of CMRL phase II project. Telecommunication systems shall be  covered by Four different packages as mentioned below;
    • ASA 07 – Design, Manufacture, Supply, Installation, Testing and Commissioning of Telecommunication Radio System
    • ASA 05- Design, Manufacture, Supply, Installation, Testing and Commissioning of  Telecommunication System for CMRL Phase II- Corridor 4 (Lighthouse to Poonamalle Bypass) including Poonamalle Depot
    • ASA 06 – Design, Manufacture, Supply, Installation, Testing and Commissioning of  Telecommunication System for CMRL Phase II- – Corridor 3 (Sholinganallur to SIPCOT 2) & Corridor 5 (Koyembedu Market Metro to Sholinganallur) including OCC at Madhavaram Depot & BCC at Nandanam Metros.
    • ASA 08- Design, Manufacture, Supply, Installation, Testing and Commissioning of  Telecommunication System for CMRL Phase II- Corridor 3 (Madhavaram Milk colony to SIPCOT2) & Corridor 5 (Madhavaram depot metro to Koyambedu Metro) including Madhavaram Depot.
  • Telecommunication System shall be designed by the Contractor to smoothly interface with other Telecom Package for successful integration of station and Depot system with OCC & BCC Telecom system with mutual coordination among the stakeholders.
  • OCC & BCC shall be common for all three corridors of CMRL phase II i.e. Corridor 3,4 &  5. OCC shall be located at Madhavaram and BCC shall be located at Nandanam Metros.
  • Corridor 3 and Corridor 5 shall be partially divided into two different packages (ASA 06 &  ASA 08) apart from the Radio system which is covered in further additional packages.
  • C3 and C5 are meeting at Madhavaram and Okkiyam Thoraipakkam. Circular operation involving C3 and C5 is also envisaged apart from the typical linear operation of trains in the corridors.
  • In view of the above arrangement and operational requirement, telecommunication systems shall be covered by 4 different packages but still it is required the whole  telecommunication system to be integrated as one for physical and operational requirements.
  • For smooth interface and integration, Majority of OCC and BCC requirements including central system management solution requirement is planned to be in scope of ASA 06 for successful integration of security Management system (CCTV & ACIDS). PIS (PAS/PIDS),Telephone, OCC/BCC FOTS Core requirements,CDRS,Telecom SCADA etc.
  • ASA06 Contractor Telecommunication shall provide interface with above systems using open standards protocols for seamless operations. ASA 05 & ASA 08 scope is planned to  provide all Telecom systems at stations and depot of respective packages including part of the system required for successful interface with OCC,BCC for Central Core and management  solutions as defined in this TS document.
  • ASA-08 shall beforehand consider a split of sections within any stage in future and plan the  method of Telecommunication system shall be required for having interface by using open standards, protocols API’S and SDK’s for successful integration.
  • The attainment of the reliability, availability, maintainability, and safety requirements of the System will be verified by analysis, simulation, testing and commissioning, and system demonstrations as required in this Specification.

Scope of Works:

  • The ‘Detailed design for Telecommunication systems’ for Corridor 3&5 stations, including Depot involves substantially the obligations and ongoing activities including but not limited  to the following:
    • Complete functional specifications for various sub-systems such as FOTS, PAS/PIDS, CCTV, ACIDS, OAIT, Telephone, Clock system, Telephone etc for complete Contract, for the entire Corridor 3&5.
    • Final design for Telecommunication Systems, FOTS, PAS/PIDS, CCTV, ACIDS, Telephone, etc.,
    • Final drawings for the accepted Final designs submitted by the Contractor including Station equipment, Wayside equipment and OCC equipment including HMI details.
    • Complete specification of cables, power supply, line side connections, terminations, etc for complete Contract.
    • Delivery Schedules for Materials.
    • Installation drawings and complete configuration data and all related software.
    • 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.
  • The ‘installation And Site Testing For Telecommunication Systems’ for all the stages of Corridor 3&5 involves substantially the obligations and ongoing activities including but not limited to the following;

Indoor Equipment:

  • Delivery to Site from Contractor’s premises in Chennai, installation and testing of all Stations & Depot equipment including back-bone network items.
  • Submission of Construction Plan, method statements, installation drawings, circuit diagrams for construction and all applicable method statements.
  • Receipt of equipment at Site, pre-installation tests, inspection of equipment and Site preparations;
  • Complete fixing and wiring of indoor equipment in accordance with circuit and installation diagrams;
  • Inspection test plans, Post installation tests including: Pre-power up checking, power up, customization and configuration of equipment;

Outdoor Equipment:

  • Delivery to Site from Contractor’s premises in Chennai, installation and testing of all outdoor equipment
  • Submission of Construction Plan, method statements, installation drawings, circuit diagrams for construction and all applicable method statements
  • Receipt of equipment at Site, pre-installation tests, inspection of equipment and Site preparations.
  • Complete fixing and wiring of outdoor equipment in accordance with circuit and installation diagrams.
  • Inspection test plan, Post installation tests including: Pre-power up checking, power up, customization and configuration of equipment.

DCC – Indoor Equipment:

  • Delivery to Site from Contractor’s premises in Chennai, installation and testing of all equipment, wiring and associated accessories:
    • Submission of Construction Plan, method statements, installation drawings, and circuit diagrams for construction and all applicable method statements.
    • Receipt of equipment at Site, pre-installation tests, inspection of equipment and Site preparations.
    • Complete fixing and wiring of indoor equipment in accordance with circuit and installation diagrams.
    • Inspection test plan, Post installation tests including: Pre-power up checking, power up, customisation and configuration of equipment.
    • Partial Acceptance test plans, Perform Partial Acceptance Tests in accordance with the accepted Telecommunication/ PAT Plan.
    • Any other item(s) considered necessary to comply with the Scope of Works.

Eligibility:

Average Annual Turnover:

  • Minimum average annual turnover of INR 131.25 crores calculated as total certified payments received for Contracts in progress and/or completed, within the last FIVE (5) years divided by FIVE (5) years.
  • The financial year as applicable in the country of origin of the bidders would be considered. The “last financial year‟ will be the latest financial year that ended before the date of issue of NIT for this tender.

Experience:

  • Experience in the capacity of Telecom System Integrator (without Specialist subcontractor) either as Single entity or JV member(iv), or
  • Experience in the capacity of Telecom System Integrator as SpecialistSubcontractor(i) must have been substantially(iii) completed in the last 10 (ten) years, prior to the ‘last date for bid submission.’
  • A minimum number of;
    • One Telecommunication work involving Design, Supply, Installation, Testing and commissioning in Metro Rail / MonoRail/ Mainline Railway projects/Large infra Projects; of value INR 186 Cr, (ii, v,vi) or above; with at least 4 (four) subsystems out of FOTS/MAN, Tetra, PABX, CCTV, PAS, PIDS, ACIDS, Master Clock in the scope of the work, or
    • Two Telecommunication works involving Design, Supply, Installation, Testing and commissioning in Metro Rail / MonoRail/ Mainline Railway projects/ Large Infra Projects; each of value INR 124 Cr. (ii,v,vi) or above; with at least 4 (four) subsystems out of FOTS/MAN, Tetra, PABX, CCTV, PAS, PIDS, ACIDS, Master Clock in the scope of the work, or
    • Three Telecommunication works involving Design, Supply, Installation, Testing and commissioning in Metro Rail / MonoRail/ Mainline Railway projects/ Large Infra Projects; each of value INR 93 Cr. (ii,v,vi) or above; with at least 4 (four) subsystems out of FOTS/MAN, Tetra, PABX, CCTV, PAS, PIDS, ACIDS, Master Clock in the scope of the work.
  • All documentary evidence shall be from the client in case of Single entity/JV; or from the Project integrator (except satisfactory performance for 6 months after the time of commissioning) in case of Specialist Subcontractor.

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


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