Delhi Metro Update: Tender invited for instrumentation & monitoring for raising speed of existing operational Airport Express line

Delhi Metro Rail Corporation Ltd. (DMRC) has invited open e-tenders from eligible applicants, who fulfil qualification criteria for Instrumentation & monitoring for raising speed for existing operational Airport Express line.

  • Tender Reference Number: CT-41R
  • Name of Work: Instrumentation & monitoring for raising speed for existing operational Airport Express line.
  • Approximate Cost of work: INR 1.42 Crore
  • EMD: INR 1.42 lakhs
  • Period Of Work: 12 Months
  • Document Download / Sale Start Date: 15th December, 2022
  • Document Download / Sale End Date: 04th January, 2023
  • Pre Bid Meeting Date: 22nd December, 2022
  • Bid Submission Start Date: 28th December, 2022
  • Bid Submission End Date: 04th January, 2023
  • Tender Opening Date: 05th January, 2023

Scope Of Work:

  • This specification establishes the requirements for the “Instrumentation and Monitoring for raising speed for Existing Operational Airport Express Line”. The current sanctioned speed of the Airport Express Line is 90 Kmph but the operations are done at a maximum speed of 80 Kmph.
  • The reduction in the sanctioned speed was as a result of tension clamp failures along the line. Intensive study to understand the causes of clamp failure has already been carried out and the conclusion drawn as per the reports of M/s ARTS are as follows:
  • Replacement of existing tension clamps with SKL HF15 tension clamps supplied by M/s VFSI (is already undertaken by M/s United Rail and work of replacement of clamps is likely to be completed by end of December, 2022).
  • Installation of continuous monitoring unit for a period of 6 months (starting 3 weeks after replacement of tension clamps and so measurement team and vibration monitoring instruments are to be deployed not beyond third week of January, 2023).

Increase train speed:

1st step: increase train speed from 80 kph to 100 kph:

  • Visual inspections daily at least for 1 month after train speed increase (To be done by DMRC Team).

2nd step: increase train speed from 100 kph to 110 kph:

  • Visual inspections daily at least for 1 month after train speed increase (To be done by DMRC Team).
  • Track clearance by DMRC including external verification by ARTS after 1 month from train speed increase

3rd step: increase train speed from 110 kph to 120 kph:

  • Visual inspections daily at least for 1 month after train speed increase (To be done by DMRC Team).
  • Track clearance by DMRC including external verification by ARTS after 1 month from train speed increase

Verification Measuremnts:

  • The target here is to gradually increase the train speed from 80 Kmph to 120 Kmph along with the montoring and measurements as described below as per the measurement scheme 1 and measurement scheme 2.
  • The schedule for monitoring and measurement of vibrations is from January 2023 to July 2023. 

The scope of work for the contractor shall include but not limited to the following: 

Measurement Scheme 1:

Continuous monitoring unit for a period of 6 months: 

  • Installation of continuous monitoring unit for a period of 6 months to record vibration induced by passing trains. The aim of the continuous monitoring is to detect trains with bad maintenance conditions such as worn wheels.
  • After detection of such a train, maintenance can be done. Forces and stresses acting at the track will be in the desired range and do not exceed the limit. Therefore, the lifetime of the track and its components will be increased.

The steps in monitoring are as follows:

  • Installation of a continuous monitoring unit in the track section of new tension clamps SKL 15HF.
  • Continuous monitoring for a period of 6 months starting 3 weeks after replacement of the tension clamps. Measurement Team and vibration monitoring instruments are to be deployed within 10 days from the date of award of work.
  • Monitoring measurement cross section.
  • Measurement cross section on 1 track (Up line or Down line) – total rolling stock fleet will pass the cross section continuously.
  • Measurement set up will consist of 20 numbers of strain gauges (16 numbers on tension clamp and 04 numbers on rail foot), 02 numbers of 1D/3D accelerometers, 02 numbers of 3D accelerometers.

Set is described as follows: 

  • 2 strain gauges on each rail (total 4 strain gauges), centered in between two consecutive fastenings (distance between two strain gauges on each rail = 4 fastenings). Direction of strain to be measured in longitudinal direction (direction of rails). Range of strain +- 0.0025.
  • 1 acceleration sensor on each rail foot (total 2 acceleration sensors, 1-dimensional/3-dimensional), centered in between two consecutive fastenings. Measurement range: 2000m/s², sampling frequency min. 2400Hz.
  • 2 acceleration sensors (total 2 acceleration sensors, 3-dimensional) on the track slab. Measurement range: 50 m/s², sampling frequency min. 2400Hz.
  • 04 strain gauges on each tension clamp placed longitudinally and laterally (total 16 numbers in a cross section) for measurement of longitudinal and lateral strain on tension clamp. Range of strain shall be +-0.0025.

Data evaluation and record unit:

  • Agency should have additional strain gauges and sensors to ensure a continuous monitoring system for 06 months without any break. No break in the monitoring system will be permissible unless until suggested by DMRC/ARTS.
  • Record vibrations and stresses induced by passing trains.
  • In time evaluation of vibrations and stresses, referenced to the passing train and verification against limit criteria to be set 2 weeks after start of monitoring unit). The limit criteria to be set everytime when the speed is increased.i.e at 100 Kmph, 110 Kmph and 120 Kmph.
  • Online alarm if the vibrations exceed the limit criteria.
  • Wheel maintenance if the vibrations exceed the limit criteria. The contractor needs to coordinate with the DMRC track ,RS and O&M department so as to ensure the maintenance of the wheel of the Rolling Stock.
  • Submission of weekly report of the measurements from accelerometers and strain gauges along with all the data.
  • The contractor will provide the output data such as max acceleration values per bogie for each train passing, max./min. stresses per bogie for each train passing Data to be included in data , train to be identified with correct time (time to be set by the contractor in accordance to operational time of DMRC).
  • The contractor will also help the Engineer in getiing necessary approvals from CMRS for raising speed as per the Metro Railways Act 2002 by providing relevant reports and records for submission to CMRS and preparation of the necessary documents so as to achieve the target speed of 120 Kmph.
  • The contractor needs to help the track department during co-ordination with the rolling stock department and O&M department of DMRC for wheel maintenance. The target is the monitoring of Vibration Impacts from trains (whether vibration  impacts increase with time or remain constant – important to verify the dynamic forces on the fastening systems).
  • The contractor needs to submit a weekly report and a combined report for the six months of continuous monitoring not later than 20 days from the last day of monitoring. The report will be thoroughly reviewed by the Engineer and the Consultant. The approval of the Engineer is necessary to certify the completion of work.

Measurement Scheme 2:

  • Verification Measurements to verify the Dynamic loads on SKL HF15 Clamps:
  • The aim of this measurement campaign is to identify and verify the dynamic loads on the tension clamps.
  • 3 measurement cross sections with a certain distance to each other. At least 100m distance in between the measurement sections are recommended. The measurement sections shall be located at track sections with max. speed.
  • Installation of sensors 3 months after final train speed increase
  • Exact locations of measurement cross sections shall be chosen together with DMRC representatives prior to installation.
  • Measurement set up will consist 11 3D accelerometers, 4 displacement sensors described as follows:
  • 8 Accelerometers (3-dimensional, x-, y-, z-direction) fixed on tension clamp. Range: 1000m/s² sampling frequency min. 2400 Hz.
  • 2 Accelerometers (3-dimensional, x-, y-, z-direction) fixed axial on the rail foot. Range: 2000m/s² sampling frequency min. 2400 Hz.
  • 1 Accelerometer (3-dimensional, x-, y-, z-direction) fixed on track slab. Range: 50m/s² sampling frequency min. 2400 Hz.
  • 4 Displacement Sensors (relative vertical displacement between rail foot and track slab). Range: +-3mm.
  • Record vibrations and displacements induced by passing trains for 3 days.
  • Evaluation of dynamic loads at each measurement cross section, analysis, assessment and comparison of results in a final measurement report
  • In this measurement scheme, the target is the identification and verification of the dynamic loads on the SKL15HF tension clamps.
  • The contractor will submit a comprehensive report of all three verification measurements no later than 15 days from the measurement. The report will be thoroughly reviewed by the Engineer and the Consultant. The approval of the Engineer is necessary to certify the completion of work.

Work Experience:

The tenderers will be qualified if they meet the following criteria:

  • The tenderers will be qualified only if they have successfully completed work(s)**, completion date(s) of which falling during last seven years ending last day of the month previous to the month of tender submission as given below:
    • At least One “similar work” *of value INR 0.38 Crores or more, or
    • At least Two “similar work” *of value INR 0.24 Crores or more, or
    • At least Three “similar work” *of value INR 0.19 Crores or more
  • If the tenderer is a JV/Consortium having foreign partner(s) and above work(s) have been executed by the foreign partner of JV and the work(s) were done in the country of the foreign partner, then in addition to this the foreign partner must have executed works (which need not to be similar in nature) of total put together of value INR 0.19 Crore or more outside the country of the foreign partner.
  • The Tenderer should have experience of instrumentation and vibration monitoring using accelerometers, strain gauges and displacement sensors along with real time updation of vibrations on database in train systems like metro projects, light rail or monorail or others in the last 7 years.
  • Tenderers should have completed at least two projects related to instrumentation and vibration monitoring using accelerometers, strain gauges and displacement sensors along with real time updation of vibrations on database.
  • Similar works shall be experience of instrumentation and vibration monitoring using accelerometers, strain gauges and displacement sensors along with real time updation of vibrations on database in train systems like metro projects or other systems.

Notes:

  • Work experience of only substantial partners (partner with a share of 26% or more in the JV / Consortium) shall be considered for evaluating the JV/Consortium.
  • The tenderer shall submit details of works executed by them in the Performa of Appendix-17 & 17Aof FOT for the works to be considered for qualification of work experience criteria.
  • Documentary proof such as completion certificates from clients clearly indicating the nature/scope of work, actual completion cost and actual date of completion for such work should be submitted.
  • The offers submitted without this documentary proof shall not be evaluated. In case the work is executed for private client, copy of work order, bill of quantities, bill wise details of payment received certified by C.A., T.D.S certificates for all payments received and a copy of the final/last bill paid by the client shall also be submitted.
  • All the documents or certifications which are provided by CA after 1st July, 2019, must contain UDIN thereon and the particulars of certifications must be the same as mentioned on  document/certification and submitted to ICAI on its website which can be verified online.
  • Only fully completed works shall be taken into consideration for meeting work experience criteria. However, Value of successfully completed portion of similar work in any on-going composite work (work involving other than similar work also) up to last day of the month previous to the month of tender submission will also be considered for qualification of Work experience Criteria subject to completion of entire scope of similar work in a composite work.
  • For completed works, value of work done shall be updated to the last day of the month previous to the month of tender submission price level assuming 5% inflation for Indian Rupees every year and 2% for foreign currency portions per year. The exchange rate of foreign currency shall be applicable 28 days before the submission date of tender.
  • In case of joint venture / Consortium, full value of the work, if done by the same joint venture shall be considered. However, if the qualifying work(s) were done by them in a JV/Consortium having different constituents, then the value of work as per their percentage participation in such JV/Consortium shall be considered. 
  • If the above work(s) i.e., “Similar work” comprise other works, then client’s certificate clearly indicating the amount of work done in respect of the “similar work” shall be furnished by the tenderer in support of work experience along-with their tender submissions.
  • Only work experience certificate having stamp of Name and Designation of officer along with the Name of client shall be considered for evaluation. However, if any work experience certificate has been issued prior to 01.07.2019, the same shall be considered for evaluation even if it is not stamped.
  • After opening of financial bids, the work experience credentials (work experience certificate along with other documents if any) of L-1 bidder shall be sent for verification and certification to the concerned client(s).
  • In case of any concealment or misrepresentation of facts, appropriate action(s) in accordance with Tender Conditions and “Suspension/Banning Policy, August 2019” of DMRC shall be taken. The copy of “Suspension/Banning Policy, August 2019” of DMRC can be downloaded from the tender section of DMRC website.

Tender document can only be obtained after registration of tenderer on the website https://eprocure.gov.in/eprocure/app


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