Chennai Metro Update: Tenders invited for Supply, Testing & Commissioning of Telecommunication Radio System

Chennai Metro Rail Limited (CMRL) has invited e-Tender 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 National Competitive Bidding (NCB) under Single Stage two Envelope (Technical & Financial) system for the works as detailed below.

  • Tender No.: ASA07
  • Name of work: Design, Manufacture, Supply, Installation, Testing & Commissioning of Telecommunication Radio System.
  • EMD: INR 90,00,000/-
  • Pre Bid Meeting Date: 11-Dec-2021
  • Bid Opening Date: 25-Jan-2021 12:08 PM
  • Document Download / Sale Start Date: 27-Oct-2021    
  • Document Download / Sale End Date: 24-Jan-2022   
  • Bid Submission Start Date : 14-Jan-2022     
  • Bid Submission End Date: 24-Jan-2022 

Scope of Supply:

  • This is a design and build contract and the contractor is responsible for supplying all equipments (hardware and software), cables, materials, interfaces, accessories, fixtures, mounting arrangements etc and undertake the installation, testing, commissioning and maintenance (if required) in such a way that all the functional, technical and performance specifications of the Tetra Radio System, are fulfilled. Scope of supply includes a dedicated voice recording system for Tetra Radio. All the requirements of The Metro Railway General Rules 2020 shall be implemented as a part of this contract.
  • Prior to the design of the Radio network, the Contractor shall assess the traffic load requirements and level of usage of each individual group of users that the Radio network is required to support, and shall estimate the total loading and submit such details as frequency plan, traffic calculation, number of RF carriers, number of Radio base stations, as well as related masts or towers required, number of Radio repeaters, predicted coverage map at RF level and adequacy of system to meet the expected levels of traffic, for issue of Notice of “No objection“ by Employer’s Representative. The spectrum cost depends on certain parameters stipulated by the Wireless Planning and Coordination (WPC) Wing of Govt. of India. 
  • The indicative parameters are range of the radio, frequencies 380-400 Mhz.These parameters have to be considered and optimized for spectrum cost for various design options. For details, the contractor has to coordinate with WPC Wing.
  • Based on radio propagation study, the contractor shall submit the proposed locations of antennas and Leaky Co-Axial Cables (LCX) to provide the specified area coverage throughout the sub-surface and elevated portions of CMRL network including full indoor coverage.
  • The Contractor shall prepare a “radio network traffic report” after completion of stage 3 elevated section and second report after completion of stage 7 of under- ground section. This is necessary to assess the adequacy of the design for the actual demands of voice and data traffic on the network. 
  • In case of rejection by the Employer’s representative, the Contractor shall be responsible where necessary for re-configuring the Train Radio System (TRS) and providing additional hardware at no extra cost to the Employer, to ensure that the specified normal and emergency grades of service levels are achieved. The Grade of Service to be provided is 3%.
  • It would be preferable that the System is supplied with an Inter-Operability at Air interface, DMO Interface, Peripheral Equipment Interface and Inter System Interface (ISI) as defined by ETSI’s TETRA Standards for interfacing with different manufacturer’s TETRA systems. 
  • The inter-operability certificates with different OEM are mandatory for Air interface, DMO Interface and Peripheral Equipment Interface. The ISI offered, as a preferred requirement, should have been tested for Inter-Operability with systems of other manufacturers and an IOP Certificate issued by TETRA Accredited Test House.
  • Supply of TETRA switching Infrastructure, Base Station, Train Borne equipment and Subscriber mobile radios should be from a single OEM or if above said equipment are from different OEM, Inter-Operability Certificate by TETRA Accredited Test House shall be submitted for validation.
  • The Contractor shall liaise with all concerned authorities including WPC, Civil Aviation authorities and other local authorities and obtain necessary clearances/licences/sanctions for installation and commissioning of the Radio system. This shall include liaising for obtaining the frequency and site clearance also.
  • In addition to the general requirements, CMRL:
    • The Contractor shall co-ordinate with Civil Works Project Contractors in order to provide comments or recommendation on station and depot building materials, finishes, architectural layouts, installation requirements for antenna supports, availability of proper cable duct, mounting arrangements for Leaky Co-Axial Cables (LCX) and other cables in the tunnels and elsewhere. 
    • This shall, wherever required, also include necessary co-ordination with the civil works contractor for the erection of towers on the roof/over the lift shafts/ at ground level to support the TETRA antennae at the required heights to meet the coverage objectives. 
    • Majority of the stations are designed to cater to 12 meter roof top tower (20 + 12 meters above ground level). Based on the coverage study, contractor has to coordinate for final locations.
    • Concerning the interface with the rolling stock, the contractor shall refer to relevant interface sheets as part of interface control plan. The Contractor shall also coordinate and supervise installation of the Train-borne Radio equipment at the premises of the Rolling stock supplier, as required under the applicable interface sheets.
    • To enable Public Cellular Operators to offer multi-media services to the travelling public in CMRL premises, CMRL may, in future, enter into a revenue-sharing arrangement with them, to permit them to utilise space inside CMRL premises for installing their active as well as passive equipments, to share band-width on CMRL’s CBN Network and to draw power from CMRL’s power supply system; the public operators shall be responsible for the operation and maintenance of all the equipments installed by them. 
    • In the sub-surface sections, as part of this contract, the contractor shall install additional cable hangers in every 0.5 mtr in each tunnel for supporting the radiating cables (One Leaky Cable per tunnel is envisaged for the Public Cellular Operator); these additional cable hangers (meant for use by Public Cellular Operators) shall be located sufficiently away from the leaky co-axial cable of the Tetra Radio System, in order to eliminate chances of interference between different radio systems and shall space the LCX no less than 100mm from the tunnel wall.
    • Furthermore, the Contractor will be required to co-ordinate and interface to any subsystem contractors where input is required.
    • The Contractor shall be fully responsible for the application and interfacing with the Telecommunication Licensing Authority, and for providing such design data or other information as may be needed to obtain authorization and type approval for operation on the required CMRL Radio channels. 
    • In addition, the Contractor shall liaise with the WPC Wing on the procedure for applying for licenses after the Contract award. 
    • This will include preparation of application forms etc and maintaining continuous liaison and furnishing necessary technical details, calculations, clarifications etc, as required by the licensing authority. All costs involved shall be borne by the Contractor.
  • Tunnel RF Infrastructure:
    • The Radio Contractor shall coordinate with other works in the tunnel to provide a well-coordinated cable layout on tunnel walls and avoid physical interference from and physical interference to cable works of other CMRL contractors in the tunnel.
    • To optimize reception from a handheld radio in a train, The Contractor shall install the Leaky Co-axial cable (LCX) on the tunnel wall at a height approximating line-of-site to passenger area inside the train.
    • The Contractor shall provide and install the Tunnel RF Infrastructure specified in the Final Design to comply with the coverage requirements to cover Ramp / Stations.
    • The tunnel RF infrastructure installation shall include health monitoring devices of bi-directional amplifiers (wherever used) and other electronic devices.
    • The Contractor shall install the leaky coax (LCX) on the tunnel walls using nonmetallic cable fixtures of structural plastic to space the LCX no less than 100mm from the tunnel wall.
    • The Contractor shall install only LCX coax connectors specifically recommended by the LCX manufacturer using only installation tools specifically recommended by the coax connector or LCX manufacturer.

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


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