Chennai Metro Update: Tenders invited for Supply of Signalling & Train Control System and Video Management System for Corridor-3 of Phase-2

Chennai Metro Rail Limited (CMRL) has invited digitally signed open e-tender through e-procurement portal from reputed, experienced, financially sound, eligible applicants, who  fulfill the qualification criteria  as mentioned in the tender through International Competitive  Bidding (ICB) under Single Stage two Envelope (Technical & Financial) system for the works as detailed below which is funded partly by Government of Tamilnadu (GoTN) and partly under loan disbursement of Japan International Cooperation Agency (JICA):

  • Tender Reference Number: CMRL/PH_II/SYS/CP22/ASA04/2021
  • Name of work: Design, Manufacture, Supply, Installation, Testing & Commissioning of Signalling & Train Control System and Video Management System.
  • Bid Security Amount: INR 10.75 Crore
  • Completion period of the work: 1640days + DNP (730days)
  • Document Download / Sale Start Date: 17-Aug-2021
  • Document Download / Sale End Date: 11-Oct-2021
  • Pre Bid Meeting Date: 08-Sep-2021
  • Bid Submission Start Date: 01-Oct-2021
  • Bid Submission End Date: 11-Oct-2021
  • Bid Opening Date: 12-Oct-2021 03

General Requirements:

  • This Specification describes the general requirements for the S&TC.
  • The Signalling and Train Control System and Video Management System (VMS) for the entire Chennai Metro Rail Phase 2 project (120 km line length spanning over 3 corridors and total 138 rolling stocks (from three different supplier) comprising of design, manufacture, verification, supply, installation, testing, integration, and commissioning by the Contractor including provision of training and Maintenance.
  • Contractor shall comply to follow the latest standards / functionality that would be published at design stage, Decision of Employer’s Engineer shall be final for both S&TC and VMS system.

Scope of Supply:

  • System and Equipment.
  • The scope of supply shall cover the requirements of Signalling and Train Control System along with VMS completely.
  • The Contractor shall supply all equipment and facilities necessary to meet the requirements of this PS, including, but not limited:
  • Control equipment, including:
    • Servers, Workstations including LAN, routers/switches and Optical Fiber Cable Links, Input output devices at OCC, BCC, stations, depots and other locations.
    • RPS for Signalling, VMS (CCTV videos of Train-borne), Power SCADA and CCTV system (CCTV videos of stations/tracks/depot) at OCC and other locations.
  • Trackside Signalling equipment (mainline and Depot).
  • Train borne Signalling and Train Control equipment.
  • Data communication systems for CBTC and non-CBTC communication in mainline and Depot.
  • Station/ Depot equipments in:
    • Station control room and depot control centers
    • Signaling equipment rooms and signaling control rooms.
    • Crank Handle keys, Staff protection keys, Emergency stop plungers.
    • Audio visual alarms and buzzers as applicable.
    • Concrete or metallic base fixture, pedestal, support for indoor and trackside equipment.
  • All cables including optical fibre cables, cable terminations and cabling support, protection pipes, accessories necessary for the work except those specifically excluded from scope of supply.
  • All workstations, servers and other equipment for OCC and BOCC. Optical fibre link from the line to the OCC and BOCC.
  • All spur cable containments, cable trays under False flooring inside the equipment rooms and Control rooms, track crossing pipes, concealed conduits etc. shall be provided except the main cable trays at Viaduct, Tunnels, Depots and Stations
  • Enclosures and supporting brackets for housing and fixing equipment.
  • All equipment associated with any interfaces required to ensure operation within the performance requirements.
  • All equipment necessary to allow the installation, testing, and introduction of the various stages of the project without disruption to already commissioned stages of Phase 1 and Phase 2. Fulfilment of temporary arrangements for safety as stipulated by relevant authorities during commissioning of various stages.
  • All special test equipment and special tools.
  • Maintenance tools and utilities.
  • Spare parts including those for the Testing and commissioning period, Defect Liability Period (DLP) and warranty period.
  • All software & hardware, appropriately safety validated verified, and certified to meet the requirements of the Specification.
  • All software and hardware required for data logging and fault diagnostics and rectification.
  • License of Software, if not otherwise mentioned in these specifications.
  • Power Supply Distribution panel, Circuit-Breakers, Earth Leakage Detectors, and Isolators for the AC and DC for the Signalling system, Data communication systems, RPS systems, other equipments supplied as a part of this package.
  • Supply of Training documentation, System manuals, CBTS and video tutorials.
  • All equipment necessary to carry out and on-site testing and commissioning including stage wise commissioning.
  • All softwares required for project execution namely Requirement capturing software (DOORS), FRACAS, Material management software etc.
  • Integrated Testing Platform, Hardware testing platform as applicable.
  • Training tools and equipment including all tools required for trackside, depot and train equipment, and traffic controller simulator training equipment.
  • Operation Modes and Principles Document (OMPD).
  • Display of On-board CCTV video from Train to control centres.
  • Consoles and chairs for OCC theatre, BOCC, furniture for SER of all station, SMR of stations with points and crossing, DCC, LAB/Repair Centre, Operational Planning Room in OCC and BOCC buildings, Signalling Maintenance Management Room in OCC and BOCC buildings and other rooms where Signal workstations/equipments are proposed to be supplied by Contractor.
  • Demonstration of contract compliance and traceability against all contractual technical and functional requirements using a formal requirements management and traceability tool. For tools that are compatible with IBM Rational DOORS latest version, electronic copies of the database shall be submitted to the Employer’s Engineer each month, starting from the beginning of the System Design phase until the end of the project for the Employers Engineers information. 
  • For tools that are not compatible to IBM Rational DOORS an alternative export mechanism shall be proposed for the monthly submission for the acceptance of the Employer’s Engineer. The contractor shall supply the latest IBM Rational DOORS software and necessary license for the Engineer and Employer to operate the software for the period till completion of DLP of last stage.
  • Provision of Signalling equipment for depot areas designated as non-ATP areas.
  • Any other apparatus needed to provide a complete Signalling & Train Control System, Services.
  • The Services to be performed by the Contractor shall include, but not be limited to, the following:
    • Design, manufacture, supply, system assurance, installation, testing and commissioning of the Signalling and Train Control System.
    • Design, Supply, system assurance, installation, testing and commissioning of Data communication systems for CBTC communication and non-vital communication.
    • Design, Supply, system assurance, installation, testing and commissioning of Video Management system.
    • Presentations, reviews and audit support as specified in the Specification.
    • Assist and provide all information, documents, clarifications required by Independent Safety Assessor (ISA) appointed by the Employer.
    • Interface management as specified in the Particular Specification and the General Specification and achieve efficient and safe UTO (GOA 4) Train Operation.

The Tender documents can be downloaded from the CPP PORTAL http://eprocure.gov.in/eprocure/app.


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