Delhi Metro update: Tenders invited for supply of Train Control and Signalling System for Line-1

The Delhi Metro Rail Corporation Ltd. (DMRC) has invited open e-Tenders for the work “Design, Manufacture, Supply, Installation, Configuration/customisation, Testing and Commissioning of Train Control and Signalling system for short looping train movement along with Virtual signal implementation, 6 Car to 8 Car Trains conversion along with Head stopping at all platforms of Line-1 and Integration of Train Control and Signalling system of Line-1 with Third Party ATS system“.

  • Contract No.: CS56
  • Approximate cost of work: INR 90.27 Crores 
  • Completion period of the Work: 15 Months
  • Pre Bid Meeting Date: 09-Apr-2021
  • Document Download / Sale Start Date: 23-Mar-2021 
  • Document Download / Sale End Date: 03-May-2021
  • Bid Submission Start Date: 23-Apr-2021 
  • Bid Submission End Date: 03-May-2021 
  • Bid Opening Date: 04-May-2021

General Description of the work:

  • Delhi Metro Rail Corporation Ltd. Intends to invite suitably qualified bidders, who has adequate experience in relevant field and well proven product, to submit open e-tender for the “Contract CS56 : Design, Manufacture, Supply, Installation, Configuration/Customisation, Testing and Commissioning of Train Control and Signaling System for short looping train movement along with Virtual signal implementation, Six car to eight car trains conversion along with Head stopping at all platforms of Line-1 and integration of Train Control and Signalling system of Line-1 with Third Party ATS system “. The brief scope of work is as follows:
    • Design, Manufacture, Supply, Installation, Configuration/Customisation, Testing and Commissioning of Train Control and Signalling System for Short Looping along with Virtual Signal implementation at designated locations of Line-1, Six car to eight car conversion of 39 nos. Train sets along with Head stopping at all platforms, test track, sidings, stabling lines etc. of Line-1 and integration of Train Control and Signalling system of Line-1 with Third Party ATS system.
  • The tender will be a lump sum and on design and built basis.
  • The work will also include but not limited to design, manufacture, supply, inspection, packing, shipping, transportation, storage, delivery, handling, insurance, installation, interfacing, integration, testing and commissioning, supply of spares, test equipment, documentation and providing Defect Liability support for the Signalling System and associated Interface system with existing Signalling system and other designated systems. The nature of work will have the same design as the existing line and as described in Employers’ Requirements. The detailed scope of work for the contractor is described in the Employer’s Requirements-Particular Specifications.
  • The Contractor shall also carry out effective interface and coordination with Designated Contractors and others parties appointed by the Employer from time to time, during the Contract Period.
  • The stabling lines & other lines utilize 25KV 50 Hz overhead for traction power.
  • Trains are Electrical Multiple Unit (EMU). Currently 39 nos. Trains (6 cars) are running on Line-1.
  • The successful Tenderer will also be required to provide sufficient technical data (dimensions, weight and mounting details) including maintenance schedules, inspection/ repair procedures and machinery/plant required of all equipment for all sub-systems and cabling/ earthing details etc., to enable other project contractors/agencies, if any, to proceed in parallel with their design and development.
  • Safety worthiness of the Signalling system will be evaluated by the Commissioner of Metro Railway Safety under the Ministry of Civil Aviation, Government of India. The Contractor should be in a position to provide necessary support (having experts with adequate knowledge and experience, qualification, assessment, and to submit such documentation as required) to assist DMRC for effective interaction with Indian authorities viz. Ministry of Railways, RDSO and Commissioner of Metro Railway Safety & any other agencies. The Contractor shall submit the safety certificate for each sub-systems in the approved format after completion of commissioning tests, certifying that the Signalling System is safe for Public/Revenue operation along with the assessment report / certificate of ISA from the firms as per approved panel of RDSO (RDSO letter reference no. STS/E/ISA-Vol.-IV, dated 08.01.2018 and RDSO-SIG0 MISC(ISA)/1/2020 dated 22.01.2021 , or as amended time to time).
  • The work is to be completed as per the schedule of key dates given as Appendix V of Particular Specifications (PS).
  • The Contractor shall also carry out Integrated Testing and Commissioning of Signalling system in co-ordination with Designated Contractors, under supervision of Employer’s Engineer. He shall also carry out all statutory tests and trials necessary for obtaining sanction of the Competent Authority for opening the Signalling system for train operation and provide assistance, necessary documents and information as required by the appropriate statutory authorities in India.
  • The Contractor shall be required to provide and guarantee supply of spares.

Source of Funds:

This work shall be done under Non-JICA and shall be financed through appropriate means of Delhi Metro Rail Corporation Ltd.

Interface Requirements Between Signalling and Train Control and Rs15 Contractors:

  • Signalling and Train Control and Rolling Stock systems contractors for 6 car to 8 car train set conversion along with head stopping at all platforms of line-1 shall ensure backwards integration of their respective equipment with the interface requirements among these systems that have already been identified and finalized in Phase I for Line-1. For example RS-15 shall ensure that the train designated for Line-1 operations are compatible with the Signalling and Train Control systems provided/modified by Signalling and Train Control contractors. Similar Signalling Contractor shall ensure compatibility with Rolling stock provided on Line-1 during this contract.
  • It is expected that the Signalling & Train Control and Rolling Stock systems contractors for 6 car to 8 car train set conversion along with head stopping at all platform of line-1 shall adopt the existing interfaces among these systems for Line-1 except modification related to proposed activities and not seek any modifications to the equipment, subsystem and systems supplied by the existing phase-I contractors for these systems i.e. RS1 and SYS1. All the costs, including design identification and implementation costs, to adopt the existing interfaces shall be borne by the respective contractors. For example RS-15 shall bear any such costs to make the trains compatible with modified signalling system (due to 6 car to 8 car train set conversion along with head stopping at all platforms of Line-1).
  • While the existing interface requirements (for Phase-I) as finalized, generally meet the requirements of Signalling & Train Control system and Rolling Stock systems, Detailed Interface Documents have already been developed for these interfaces for Line-1, which shall be used as baseline documents. 
  • It is an essential condition that all the Contractors shall meet the interface requirements, as a part of their respective contracts. The identities of the Contractors shall be advised to various Contractors as and when known.
  • The existing design principle of Line-1 shall be followed and functionality will remain the same as provided/achieved in the SYS1/BS01/GS01 contract.
  • For any other information required by the Signalling and Train Control contractor, he shall coordinate with the Rolling Stock Contractor. In case of any dispute the contractor shall immediately inform the Employer’s Engineer to resolve the issue.

Testing:

  • The RS15 Contractor will be responsible for installing wiring and equipment, as applicable and its testing on each car to the functioning standard agreed with the Signalling and Train Control contractor.
  • Testing of each car shall comply with the accepted international standards agreed between the two Contractors as agreed with the Employer’s Representative. Initial integration tests (static and dynamic) shall be done at the site Delhi and carried out by the test personnel of both Contractors jointly. Mainline integration tests will be required to be carried out to ensure all the train control functions between OCC and train which will be required to be done jointly by the RS15 and Signalling & Train Control contractors at site Delhi. The test certificate subsequently shall be issued jointly by RS15 and signalling contractors, as applicable.
  • Should the need arise for modifications in the configurations of respective equipment or systems as a result of integration test or otherwise, the scope of work and division of responsibility shall be jointly agreed amongst the contractors and detailed procedure shall be developed. RS-15 shall provide the requisite manpower to monitor and/or implement the modifications on the Rolling Stock for work involving scope as identified in clause 1.3.1 above.

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


Source: DMRC-Tender | Image Credit: DMRC