wise tender 310510

335
CENTRE FOR RAILWAY INFORMATION SYSTEMS TENDER FOR WORKSHOP INFORMATION SYSTEM PHASE – II (WISE – II) Turn key work for supply, installation, commissioning, training and implementation with support of ERP based WORKSHOP INFORMATION SYSTEM - II at THIRTY- FOUR Workshops of Indian Railways. Tender No: 2010/CRIS/GM P-II/ WISE-II Tender/10-11 Dated 31/05/2010

Upload: moorthy-sylvester

Post on 03-Mar-2015

332 views

Category:

Documents


3 download

TRANSCRIPT

Page 1: Wise Tender 310510

CENTRE FOR RAILWAY INFORMATION SYSTEMS

TENDER FOR WORKSHOP INFORMATION SYSTEM PHASE – II (WISE – II)

Turn key work for supply, installation, commissioning, training and implementation

with support of ERP based WORKSHOP INFORMATION SYSTEM - II at THIRTY-FOUR Workshops of Indian Railways.

Tender No: 2010/CRIS/GM P-II/ WISE-II Tender/10-11 Dated 31/05/2010

Page 2: Wise Tender 310510

2

INDEX

S. No. DESCRIPTION PAGE NO.

FROM TO

1 TENDER DOCUMENT PART-I:

1.1 NOTICE FOR INVITATION OF TENDERS I-3 I-3

1.2 INSTRUCTIONS TO TENDERERS I-4 I-6

1.3 GENERAL CONDITION OF CONTRACT FOR CRIS I-7 I-21

1.4 ANNEXURES TO TENDER DOCUMENT PART –I I-22 I-32

1.5 CHECK LIST FOR TENDERERS (ANNEXURE-9) I-33 I-34

2 TENDER DOCUMENT PART- II

2.1 SPECIAL CONDITIONS OF CONTRACT II-3 II-67

2.1.12 SCHEDULE OF RATES II-68 II-86

2.1.13 CHECK LIST FOR DOCUMENTS TO BE SUBMITTED WITH THE TENDER

II-87 II-89

3 ANNEXURES TO TENDER DOCUMENT PART- II

3.1 ANNEXURE 2.I: TECHNICAL SPECIFICATIONS FOR HARDWARE

III-3 III-15

3.2 ANNEXURE 2.II: TECHNICAL SPECIFICATIONS AND INSPECTION PROCEDURE FOR NETWORK ITEMS.

III-16 III-41

3.3 ANNEXURE 2.III: WAN ARCHITECTURE III-42 III-42

3.4 ANNEXURE 2.IV: CENTRAL DATA CENTRE ARCHITECTURE SCHEMATIC

III-43 III-43

3.5 ANNEXURE 2.V: WORKSHOP NETWORK (LAN) SCHEMATICS

III-44 III-80

3.6 ANNEXURE 2.VI: LIST OF ADDRESSES OF CONSIGNEES AND OTHER PROJECT CONTACT PERSONS OF RAILWAYS

III-81 III-88

Page 3: Wise Tender 310510

3

S. No. DESCRIPTION PAGE NO.

FROM TO

3.7 ANNEXURE 2.VII: PROJECT MILESTONES FOR WISE-II

III-89 III-92

3.8 ANNEXURE 2.VIII: SYSTEM SOFTWARE: TECHNICAL REQUIREMENTS

III-93 III-101

3.9 ANNEXURE 2.IX: EXISTING ITEMS AT CRIS (TO BE USED IN WISE-II)

III-102 III-107

3.10 ANNEXURE 2.X: WISE-II APPLICATION (USER REQUIREMENTS) & BUSINESS PROCESSES.

III-108 III-176

3.11 ANNEXURE 2.XI: POC USE CASES FOR WISE-II APPLICATION

III-177 III-186

3.12 ANNEXURE 2.XII:SAMPLE WORKSHOP SCENARIO III-187 III-205

3.13 ANNEXURE 2.XIII: LIST OF ABBREVATIONS III-206 III-208

Page 4: Wise Tender 310510
Page 5: Wise Tender 310510

Tender for WISE-II

Tender Document Part-I

Centre for Railway Information Systems I-1 रेलवे सचूना ूाणाली कें ि

1. TENDER DOCUMENT PART-I

“INSTRUCTIONS TO TENDERERS & GENERAL CONDITIONS OF CONTRACT”

Page 6: Wise Tender 310510

Tender for WISE-II

Tender Document Part-I

Centre for Railway Information Systems I-2 रेलवे सचूना ूाणाली कें ि

INDEX 1.1 NOTICE FOR INVITATION OF TENDERS I-3 1.2 INSTRUCTIONS TO TENDERERS I-4

1.3 GENERAL CONDITIONS OF CONTRACT FOR CRIS I-7 1. DEFINITIONS AND INTERPRETATION I-7 2 AUTHORIZED SIGNATORY AND ADDRESS OF THE CONTRACTOR I-8 3. CONSORTIUM BIDDERS I-8 4. EARNEST MONEY DEPOSIT I-9 5. COMPLETION OF TENDER DOCUMENTS I-10 6. AMENDMENTS TO BID INVITATION I-10 7. CLARIFICATIONS, OMISSIONS AND DISCREPANCIES IN TENDER DOCUMENT I-10 8. PROCESS TO BE CONFIDENTIAL I-11 9. COPIES I-11 10. BID OPENING I-11 11. TECHNICAL CLARIFICATIONS I-11 12. VALIDITY I-12 13. RIGHT OF ACCEPTANCE I-12 14. INDEMNITIES AND LIABILITIES I-12 15. INSURANCE I-12 16. LOCAL CONDITIONS I-13 17. PRICES I-13 18. PRICE FALL I-13 19. ACCEPTANCE OF PURCHASE ORDER I-14 20. DELIVERY/ COMPLETION OF WORK I-14 21. LIQUIDATED DAMAGES FOR DELAY IN DELIVERY I-14 22. GENERAL REQUIREMENTS I-15 23 PERFORMANCE CUM WARRANTY GUARANTEE BOND I-16 24 TERMS AND CONDITIONS FOR PAYMENT I-16 25. WARRANTY I-17 26. INCOME-TAX I-17 27. ENHANCEMENT OR REDUCTION OF QUANTITIES I-18 28. TERMINATION FOR DEFAULT I-18 29 SETTLEMENT OF DISPUTES AND JURISDICTION I-18 30 FORCE MAJEURE I-20 31. EVALUATION OF OFFERS I-20

1.4 ANNEXURES TO TENDER DOCUMENT PART-I I-22 ANNEXURE - 1 I-23 ANNEXURE - 2 I-25 ANNEXURE - 3 I-26 ANNEXURE - 4 I-27 ANNEXURE - 5 I-28 ANNEXURE - 6 I-29 ANNEXURE - 7 I-30 ANNEXURE - 8 I-31

1.5 CHECK LIST FOR TENDERERS I-33 ANNEXURE - 9 I-34

Page 7: Wise Tender 310510

Tender for WISE-II

Tender Document Part-I

Centre for Railway Information Systems I-3 रेलवे सचूना ूाणाली कें ि

1.1 NOTICE FOR INVITATION OF TENDERS CRIS

Centre for Railway Information Systems 3rd Floor, Pragati Maidan Metro Campus,

Pragati Maidan, New Delhi.-110002 Tel: 23379918, 23379987, Fax No. 91-11-23379918

Sealed tenders are invited by Managing Director, Centre for Railway Information Systems (CRIS), 3rd Floor, Pragati Maidan Metro Campus, Pragati Maidan, New Delhi-110002 for the following work: S. No. Tender nomenclature 1 Turn key work for supply, installation, commissioning, training and

implementation with support of ERP based WORKSHOP INFORMATION SYSTEM - II at THIRTY-FOUR Workshops of Indian Railways.

Tender No: 2010/CRIS/GM P-II/ WISE-II Tender/10-11

Dt: 31/05/2010

Place of dropping tenders and venue for all tender related activities

CRIS, 3rd Floor, Pragati Maidan Metro Campus, Pragati Maidan, New Delhi.-110002

Mode of tendering Open (Advertised) tender Type of tender Two-bid packet. Estimated cost of work Rs. 42 Crores Time and date of Pre-Bid conference 1100 Hrs on 10/06/10 at Main conference

hall CRIS Last date for reply to Pre-Bid queries of Bidders

18/06/10

Last date and time for tender sale/downloading

1800 Hrs on 15/07/10

Last Date and time of submission of tender (tender box closing)

Upto 1500 Hrs. on 16/07/10

Date and time of opening of tender At 15.30 hrs on 16/07/10 Earnest money Rs. 8,00,000 (Rs. Eight Lakhs only) Cost of Tender Document Rs. 5000.00 (Rs. Five thousand only) (Non-

refundable The tender forms, conditions of contract including specifications and other information can be purchased from General Manager P-II during working hours on any working day upto one day before the date of submission of tender above on payment of Non refundable cost of tender document as mentioned above. The cost of tender document should be remitted by Demand Draft only in favour of CRIS payable at Delhi. Tender document can also be downloaded from CRIS Website www.cris.org.in. However, at the time of submission of Bid, the requisite Non-refundable cost of tender document must be submitted along with Bid, failing which tender will be summarily rejected.

General Manager P-II

Page 8: Wise Tender 310510

Tender for WISE-II

Tender Document Part-I

Centre for Railway Information Systems I-4 रेलवे सचूना ूाणाली कें ि

1.2 INSTRUCTIONS TO TENDERERS 1. The tender documents must be submitted duly completed in prescribed formats as per

Annexure-I of Tender Document Part-I. Bid should be submitted in sealed envelope boldly marked as “WISE-II PROJECT – TENDER NO. 2010/CRIS/GM P-II/ WISE-II Tender/10-11”. In case of two bid tender, each bid packet should be similarly marked and the type of bid contained in the envelope, i.e., Technical Bid or Commercial Bid, must also be marked on the respective envelope in bold letters.

2. Offers must be complete in all respects. Tenderers must offer compliance against each

item/ detail given in the Technical specifications. Commercial offer must be made strictly as per format given in rate schedule given in Part-II of tender document. Each page of the offer must be numbered, signed and offers must be in bound form. Offers must be accompanied with Earnest Money deposit (EMD) of correct amount and in specified form. Offers without EMD shall be treated as non-responsive and summarily rejected.

3. The bidder should quote prices in the Schedule of Quantities and Rates as per rate

schedule. All Prices shall be in Indian rupees and no foreign exchange/import license shall be provided for procurement of any spares required by the contractor. Prices should be quoted all-inclusive i.e. including freight, insurances, taxes etc.

4. Contracts made under this tender will be governed by General Conditions covered

under part-I and special condition covered under part-II of the contract. In case of any conflict, the latter shall prevail.

5. The tenderers are advised to study the tender document carefully. Submission of tender

shall be deemed to have been done after careful study and examination of the tender papers with full understanding of implications thereof.

6. Complete sealed offer should be submitted in a single envelope with two copies, i.e.,

one original and one photo copy of the bid for single bid tenders, duly marked. In case of a two-bid tender, the Technical bids and the commercial bids should each be submitted in two copies (one original and one photocopy, duly marked) in separate sealed covers. Sealed bids should be submitted to the General Manager P-II, Centre for Railway Information Systems (CRIS), 3rd Floor, Pragati Maidan Metro Campus, Pragati Maidan, New Delhi -110002 prior to tender box closing time mentioned in the notification. The tender box will be kept at the CRIS Reception and will be opened 30 minutes after the tender closing time on the same date at CRIS Office in the presence of tenderers or their representatives. In case a bid cannot be dropped inside the sealed box for any reason, it may be submitted to the General Manager P-II/CRIS and acknowledgement obtained of the date and time of submission. The date and time of submission should also be endorsed by the bidder on each sealed envelope and certified by General Manager P-II /CRIS on each sealed envelope. A record of such offers directly received will also be kept on the tender register maintained by the Project Office, P-II Group /CRIS. Such directly received offers will be treated at par with the offers dropped in the tender box.

7. In case of two bid tender, technical and commercial bids should also be submitted as

soft copy on a separate CD inside the sealed cover containing the respective bid and, in

Page 9: Wise Tender 310510

Tender for WISE-II

Tender Document Part-I

Centre for Railway Information Systems I-5 रेलवे सचूना ूाणाली कें ि

case of single bid tender, a single CD containing complete techno-commercial bid should be submitted as a part of the sealed offer.

8. In case of two bid tenders, the Commercial bid shall contain nothing other than prices as

per the Rate Schedule format given in Part II (2.1.12) of the tender document. Also, no commercial condition or rate should be offered/disclosed by the tenderer in the technical bid.

9. In case of two bid tenders, the technical bid shall be opened first on the prescribed

tender opening date and time and the commercial bid shall be opened later on a specified date which would be made known to eligible tenderers after technical evaluation has been completed. If on the basis of technical evaluation/ clarifications/ discussions with the tenderers price changes become necessary, bidders may be permitted to submit supplementary commercial bid only for such items which need revision of price on the basis of specific written advice to them by CRIS. In case a supplementary commercial bid is asked for, the same shall be taken into consideration for deciding inter-se position of the commercial bids at the time of evaluation.

10. Delays in mail shall not be accepted and bids received after the closing time shall not be

considered. Such late bids shall not be returned to the tenderer. Decision of CRIS in this respect will be final.

11. In case a Pre-bid conference is notified, bidders may attend the same at notified time

and date to discuss and clarify any and all Technical and Commercial aspects of the tender. Modifications/clarifications if required shall be issued on the basis of the discussions during the pre-bid conference, in writing, to all tenderers who have purchased the tender document. The last date for issuing post Pre-Bid clarifications will be as given in the Notice for Invitation of Tender.

12. This tender document is non transferable. 13. Tenderers may seek any clarification from General Manager P-II/CRIS in respect of any

technical or commercial condition. However, such clarifications must be submitted in writing to CRIS, New Delhi minimum seven days before the date of opening of tender. Tenderers are requested to carefully study these “Special Instructions to Tenderers” and the other documents forming part of the Tender Set.

14. Offers on original printed company stationary will only be considered. Offers submitted

by FAX or in any manner other than specified above shall not be considered. Modifications/rewording of formats shall not be acceptable. All corrections are required to be signed on the original copy. In case of any difference between two copies of the bid submitted by the tenderer, the original copy shall prevail. There should be no ink correction on the duplicate photocopy of the bid.

15. The authorized representative of the bidder must duly attest any alteration. Each page of

bid documents should be signed and stamped (company seal) by the bidder. Additional conditions/stipulations/deviations to the technical requirements and terms and conditions, if any, must be clearly brought out by the bidder in the deviation statement, CRIS reserves the right to consider or reject the same without assigning any reason.

16. If the bidder submits any false information, his bid is liable to be rejected.

Page 10: Wise Tender 310510

Tender for WISE-II

Tender Document Part-I

Centre for Railway Information Systems I-6 रेलवे सचूना ूाणाली कें ि

17. The submission of the bid will be deemed to imply that the bidder fully understands the

scope of work involved. 18. Incomplete or technically deviated bids will be summarily rejected, without assigning any

reason thereof. 19. The complete sealed bid must contain:-

1. EMD of 2% of the advertised estimated tender value subject to the maximum of

Rs. 8,00,000/- (Rs Eight Lakh Only) in the form of Demand Draft/ Bankers cheque drawn in favour of CRIS payable at New Delhi.

2. Declaration by the tenderer in the prescribed format.

3. Authority letters from OEM manufacturers, as applicable.

4. Commitment letter from principal manufacturers as required.

5. Point-by-point compliance to all the points, as per the attached format in:-

1. Terms and Conditions given in General Conditions of Contract Part-I of Tender Document.

2. Terms and Conditions given in Special Conditions of Contract, given in Part-II of the Tender Document.

3. Technical Specifications given in Part-II of the Tender Document.

4. Deviations, if any, should be clearly mentioned.

6. Technical information of the products being offered along with brochure etc.

7. Any other Terms & Conditions from tenderer (Please note that the terms may or not be acceptable to CRIS).

8. In case of a two bid tender, the technical bid packet should contain all documents and enclosures except commercial offer containing priced Rate Schedule but should include an un-priced Rate Schedule as per the Format given in Part-II of the Tender Document with Price Column left blank which should be submitted along with the technical offer. However, a Tick (√) mark should be indicated to verify that the tenderer has quoted for each item.

9. All documents listed under Qualification Criteria given in Part-II of the Tender Document.

10. Deviations Statement as per Tender Document Part-I. Please submit NIL statement in case of no deviations.

11. Any other document specifically asked for in the tender document Part-I or Part-II

12. Check list as per Annexure -9 of the Tender Document Part-I.

20. CRIS does not bind itself to accept lowest bid and reserves the right to accept any bid,

wholly or partly and/or split the orders in favour of different vendors.

General Manager P-II/CRIS

Page 11: Wise Tender 310510

Tender for WISE-II

Tender Document Part-I

Centre for Railway Information Systems I-7 रेलवे सचूना ूाणाली कें ि

1.3 GENERAL CONDITIONS OF CONTRACT FOR CRIS

1. DEFINITIONS AND INTERPRETATION

In the Contract, unless the context otherwise requires. 1.1. “CRIS” would mean the Centre for Railway Information Systems acting through its

Managing Director or any other representative authorized by him. 1.2. “Acceptance of Bid” means the letter/telex/telegram/fax or any memorandum

communicating to the bidder the acceptance of his bid and includes an advance acceptance of his bid.

1.3. “Contract” means and includes the invitation to bid, Instructions to Bidders,

Acceptance of Bid, Special Conditions of Contract and other conditions specified in the acceptance of bid and includes a repeat order which has been accepted or acted upon by the contractor and a formal agreement, if executed;

1.4. The “Contractor” means the person, firm, bidder or company with whom the purchase

order is placed and shall be deemed to include the contractor’s successors (approved by the Purchaser), representatives, heirs, executors, administrators and permitted assignees, as the case may be, unless excluded by the terms of the contract. The terms “Contractor” and “Successful Bidder” have been used interchangeably in this bid document.

1.5. “Purchasing Officer” means the officer signing the acceptance of bid and includes any

officer who has authority to execute the relevant contract on behalf of the Managing Director/CRIS.

1.6. The “Purchaser” means Managing Director/CRIS for and on behalf of CRIS or any

representative authorized by him. It also includes Managing Director/CRIS’s successors and assignees/transferees.

1.7. Bidder/ Tenderer: Shall mean a company/firm in its individual right or the lead member

of the consortia. 1.8. “CRIS Project Manager” means designated representative of CRIS authorized as

head of concerned project and is authorized to take decisions on behalf of CRIS in respect of project implementation.

1.9. “Bidder’s Project Manager” means a designated representative of Bidder, who is

empowered by the authorized signatory of Bidder for delivering the contractual obligations under this contract. He will be the one point interface with CRIS.

1.10. “Service” means: - a service to be given by contractor as stated in contract details

1. In relation to Hardware, including networking equipment and infrastructure and

office machines.

Page 12: Wise Tender 310510

Tender for WISE-II

Tender Document Part-I

Centre for Railway Information Systems I-8 रेलवे सचूना ूाणाली कें ि

2. In relation to manpower and Annual Maintenance Contract.

3. In relation to system/application software supplied by the bidder.

4. Training.

5. Development and support. 1.11. “Personnel” means staff, employees, agents, contractors and sub-contractors of either

party and also includes the staff, employees, agents and contractors of those subcontractors with qualification, experience and certification.

1.12. “Software” means system/ application software to be supplied by the contractor, as

stated in the contact details. 1.13. “Specifications” means all the functional, operational, performance or other

characteristics required of a Product or Service found in tender document part-II or any of the annexure or addendum to the tender document.

1.14. “Purchase” means purchase of itemized goods or execution of works & services as

indicated in the “Scope of work” given in Part-II of the tender document.

2 AUTHORIZED SIGNATORY AND ADDRESS OF THE CONTRACTOR The Signatory of the tenderer should attach an authorization certificate mentioning:

2.1 The proprietor in case of “Sole Proprietor” firm or constituted attorney of such sole proprietor.

2.2 One of the partners in the case of a “Partnership” firm, in which case he must have

authority to refer to arbitration disputes concerning the business of the partnership either by virtue of the partnership agreement or a power of attorney. In the absence of such authority all partners should sign the Tender.

2.3 A Director or the Regional Head in case of a Limited Company or an official of requisite

authority in the case of a government institution, duly authorized by a resolution of the board of directors.

2.4 For all purposes of the contract, including arbitration thereafter, the address of the

tenderer mentioned in the tender shall be the address to which all communications shall be addressed.

3. CONSORTIUM BIDDERS

3.1 Bids submitted by a Consortium shall be acceptable if specifically permitted in Part-II of the Tender Document. In such cases, the lead partner of the consortium should fulfill the qualifying criteria given in Part-II of tender document.

Page 13: Wise Tender 310510

Tender for WISE-II

Tender Document Part-I

Centre for Railway Information Systems I-9 रेलवे सचूना ूाणाली कें ि

3.2 A copy of the memorandum of formation of Consortium giving clear responsibilities of consortium members, duly signed by authorized signatories as defined in para -2 above for each constituent member of the consortium, must be submitted along with the offer.

3.3 No change in the composition of consortium shall be permitted up to finalization of the contract. However, after acceptance of purchase order, if for reasons to be explained by the lead partner to CRIS which CRIS will be at liberty to accept or reject, any member of the Consortium is changed, a modified memorandum of formation of consortium, duly signed by authorized signatories of constituents shall be submitted by the lead partner while announcing the change to CRIS.

3.4 Notwithstanding any change in the composition of Consortium at post purchase order stage, complete and total responsibility and liability for execution of the contract shall remain of the lead partner.

4. EARNEST MONEY DEPOSIT

4.1 The bidders shall submit along with the bid, earnest money deposit (EMD) of 2% the advertised estimated tender value subject to the maximum of Rs 8,00,000/- in the form of Demand Draft or Fixed Deposit Receipt issued by any Commercial/Nationalized Bank drawn in favour of “CRIS, New Delhi” valid for 180 days from the date of issue.

4.2 Deposit (EMD) is liable to be forfeited if the bidder withdraws or amends or impairs or derogates from the bid in any respect within the period of the bid and is open for acceptance whether originally fixed or extended.

4.3 EMD shall also be forfeited if bidder fails to execute performance guarantee bond within stipulated time after acceptance of bid is communicated to him. Any bid not accompanied by EMD is liable to be summarily rejected.

4.4 The EMD will be returned to the successful bidder only on submission of the performance guarantee bond in the prescribed format and of the requisite value.

4.5 No interest shall be payable by the Purchaser on the Earnest Money/Bid Guarantee to the tenderer.

4.6 The Earnest Money shall remain deposited with the Purchaser for the period of 180 days or validity period as mentioned, from the date of opening of Tender. If the validity of the offer is extended, the Earnest Money Deposit extension shall also be furnished failing which the offer after the expiry of the aforesaid period shall not be considered by the Purchaser.

4.7 The Earnest Money of all unsuccessful tenderers will be returned by the Purchaser on placement of purchase order.

Page 14: Wise Tender 310510

Tender for WISE-II

Tender Document Part-I

Centre for Railway Information Systems I-10 रेलवे सचूना ूाणाली कें ि

5. COMPLETION OF TENDER DOCUMENTS 5.1 All columns of the technical specifications compliance sheet must be filled. Any

deviations should be clearly indicated against individual items. All rates in the Financial Bids should be clearly filled. The rates must be in words and figures both. In case of any discrepancy unit rate in words will take precedence. Bids should be filled and signed in ink.

5.2 The Purchaser will accept internationally accepted alternative specifications which

ensure equal or higher quality than the specifications mentioned in the Technical Specification except where Make or Brand is specified in the technical specifications. However, the decision of the Purchaser in this regard shall be final. The Tenderer should also furnish “Statement of Deviations” from tender specifications as per proforma given in Annexure – 4 of tender document part-I along with the offer.

5.3 The authorized representative of the tenderer must duly attest any alteration.

5.4 Each page of the bid including enclosures, if any, is to be signed by the tenderer. Any unsigned page shall not be taken cognizance of.

5.5 Tenderer shall submit all technical information and product brochures along with the

techno-commercial bid. The language of these documents must be English. 5.6 The tenderer should submit self-details as per proforma given in Annexure 7.

5.7 Tender documents with non-compliance of the above clauses are liable to be rejected.

6. AMENDMENTS TO BID INVITATION 6.1 The purchaser reserves the right to make revisions or amendments to the bid

documents, when deemed necessary, prior to the closing date of the bid, through proper notification or web-site. The bidders must watch CRIS web site for any such amendments. The purchaser shall be at liberty to consider extending the date set for the bid opening by such a number of days as in the opinion of the purchaser will enable the bidders to revise their bids.

7. CLARIFICATIONS, OMISSIONS AND DISCREPANCIES IN TENDER DOCUMENT

7.1 In case any bidder finds any discrepancy or omission in any part of the tender

Document/or he has any doubt to their meaning, he should notify the Purchaser minimum 7 days prior to tender opening date who may clarify and send a written instruction to all bidders for correction, if necessary. It however, does not entitle the bidder to seek any extension of tender opening date.

Page 15: Wise Tender 310510

Tender for WISE-II

Tender Document Part-I

Centre for Railway Information Systems I-11 रेलवे सचूना ूाणाली कें ि

7.2 It shall be understood that every endeavor has been made to avoid any error which can materially affect the basis of the bid and successful bidder shall take upon himself and provide for the risk of any error which may subsequently be discovered and shall make no subsequent claim on account thereof.

7.3 The submission of the tender will be deemed to imply that the Tenderer fully

understands the scope of work involved and has read and understood all conditions of the tender document and his liabilities and responsibilities in respect of the tender.

8. PROCESS TO BE CONFIDENTIAL

8.1 After the public opening of bids, information relating to the examination, clarification, evaluation and comparison of bids, and recommendations concerning the award of the purchase order shall not be disclosed to the tenderers or other persons not officially concerned with such process.

8.2 Any effort by the tenderer to influence the purchaser in the process of examination,

clarification, evaluation and comparison of bids, and in the decision concerning the contract, may result in rejection of his bid.

9. COPIES 9.1 The bids shall be submitted in 2 (two) copies i.e. one original and one duplicate in

double envelopes and shall be sent by Registered Post, return receipt requested, or dropped in the tender box or handed over to the General Manager P-II/CRIS or person authorized and acknowledgement obtained with date and time of submission.

9.2 The bidder will clearly mark the original copy and duplicate copies. In case of any

discrepancies between the original and duplicate (s) the original will be considered as authentic. There should be no correction in ink on the duplicate photocopy of the original.

10. BID OPENING 10.1 The sealed bids shall be opened in the presence of such of the bidders or their

authorized representatives who may like to be present at the time and date fixed. However, the purchaser shall have a right to change the date and time of opening of the bid. The changed date and time shall be notified.

11. TECHNICAL CLARIFICATIONS 11.1 To assist in the examination, evaluation and comparison of bids, CRIS may ask the

tenderer individually for a clarification on his bid including breakdown of unit rates. The request for clarification and the responses shall be in writing/fax but no change in price or substance shall be sought, offered or permitted except as required to confirm the

Page 16: Wise Tender 310510

Tender for WISE-II

Tender Document Part-I

Centre for Railway Information Systems I-12 रेलवे सचूना ूाणाली कें ि

correction of arithmetical errors discovered by CRIS during the evaluation of bids. Such reply shall be given within the time limit mentioned in the intimation issued by CRIS, failing which CRIS will be at liberty to conclude that nothing further is to be submitted by the vendor on this matter.

11.2 The bidder should make available the offered products, if desired during evaluation of

bids for benchmarking of the application to ensure that there are no compatibility issues.

12. VALIDITY

12.1 The validity of the bid must be for a minimum of 180 days from the last day of bid

submission. Any subsequent extension of validity shall be for minimum 60 days.

13. RIGHT OF ACCEPTANCE 13.1 CRIS reserves the right to place order for a part item/combination of the quantity offered.

The unit rates offered by the tenderers shall be valid for any such part order. CRIS reserves the right to reject any or all tenders without assigning any reason to the tenderers. CRIS may call upon one or more tenderers for demonstration/testing of all or any quoted item at CRIS office.

14. INDEMNITIES AND LIABILITIES 14.1 The contractor shall indemnify and protect the purchaser from and against all actions,

suits, proceedings, losses, costs, damages, charges, claims and demands of every nature and description brought against or recovered from CRIS/Railways by reasons of any act or omission of the contractor, his agents or employees, in the execution of the works or in the guarding of the same.

14.2 Total financial liabilities of the bidder arising out of breach of contractual obligations shall

not exceed the value of contract and shall be limited to direct damages. However, any liabilities arising out of breach of any obligation(s) commonly applicable in Indian or International law or regulation or intellectual property right infringements etc shall not be limited by this agreement and the bidder shall be solely and completely responsible for any such violation on his part.

15. INSURANCE 15.1 The purchaser shall not arrange for any ‘Transit Insurance’ and the supplier will be

responsible till the entire goods contracted, arrive in good condition at destination site as mentioned in the delivery schedule and the tenderer shall, at his own cost, unconditionally replace/rectify the goods lost/damaged to the entire satisfaction of the consignee within 30 days from the date of receipt of intimation from the consignee.

Page 17: Wise Tender 310510

Tender for WISE-II

Tender Document Part-I

Centre for Railway Information Systems I-13 रेलवे सचूना ूाणाली कें ि

16. LOCAL CONDITIONS 16.1 It will be the sole responsibility of each bidder to fully acquaint himself with all the local

conditions and factors, which could have any effect on the performance of the contract and/or the cost.

17. PRICES

17.1 All Prices shall be in Indian Rupees and no foreign exchange/import license shall be provided. The prices should be inclusive of all taxes, duties, P&F Charges, freight insurance, levies applicable at the time of submission of bid. However, Firm should explicitly indicate these charges in their offer. If offer is silent about the above charges then it will be presumed that prices are inclusive of these charges. In this case bidder will have no right to demand charges/additions to such charges as may be levied, subsequent to opening of the bid.

17.2 In case of change in any duty or tax on account of change in rules/legislation by the

Government, the actual rates as applicable at the time of placement of order shall be payable only for taxes which are clearly stated as percentages in the offer.

17.3 Quoted prices shall remain firm for a period of minimum 180 days from the last day of bid submission.

17.4 CRIS reserves the right to place order for a part item/combination of the quantity offered.

The unit rates offered by the tenderers shall be valid for any such part order.

18. PRICE FALL 18.1 The prices charged for the goods supplied under the contract by the vendor shall at no

event exceed the lowest price at which the vendor sells the goods or offers to sell the goods of identical description to any person/ organization including the purchaser or any department of State/ Central Government, as the case may be during the currency of the contract.

18.2 If, at any time during the said period the vendor reduces the sale price, sells or offers to sell such goods to any person/organization including the purchaser or any department of State/Central Government as the case may be at a price lower than the price chargeable under the contract, the vendor shall forthwith notify such reduction or sale or offer to sell to the purchaser and the price payable under the order for supply of material after the date of coming into force of such reduction or sale or offer to sell shall stand correspondingly reduced.

18.3 The above clause is applicable for Rate Contract Tender only and not for fixed quantity

tenders.

Page 18: Wise Tender 310510

Tender for WISE-II

Tender Document Part-I

Centre for Railway Information Systems I-14 रेलवे सचूना ूाणाली कें ि

19. ACCEPTANCE OF PURCHASE ORDER 19.1 Prior to the expiry of bid validity, the successful bidder shall be notified by mail/fax.

Within one month of issue of LOA (letter of acceptance)/ PO (purchase order), the successful bidder shall send his/her acceptance of the LOA/PO along with the contract performance bank guarantee.

20. DELIVERY/ COMPLETION OF WORK 20.1 Delivery time to supply the goods to the consignees stated in Part-II of the Tender

Document shall 4 to 6 weeks from the date of purchase order or as per the schedule of delivery laid down in Tender Document part-II.

20.2 The time for and the date specified in the contract or as extended for the delivery of the material shall be deemed to be the essence of the contract and delivery must be completed not later than the date(s) so specified or extended.

20.3 In case of failure by firm to supply the goods within the delivery period stated in the purchase order, the Purchaser shall be at liberty to extend the delivery period on reasonable ground for extension of time. Any failure or delay on the part of Sub-Contractor shall be the sole responsibility of the bidder.

20.4 In respect of items of work/services, the dates of completion will be as per respective project milestone given in the tender document part-II. The quantum of each item as per works scope will be recorded in a measurement book maintained by CRIS and jointly signed by CRIS and the contractor on the date of completion of respective milestone.

21. LIQUIDATED DAMAGES FOR DELAY IN DELIVERY Any delay by the vendor in the performance of the delivery obligations in respect of supply of goods shall render him/her liable to any of the following penalties:

1. In the event of tenderer’s failure to supply the said items of acceptable quality and specifications within the original delivery period given in the purchase order, CRIS shall be at liberty to recover liquidated damages to be levied @ 0.5% of the order value for supply of goods per week or part thereof subject to a maximum of 10% of the total order value.

2. Forfeiture/encashment of the performance bank guarantee/earnest money.

3. Liquidated damages shall be calculated on the total contract value comprising of value of complete equipment and installation & commissioning charges for a site. The supply shall be taken as complete only after the last installment of supply has been made.

4. After a delay of more than 8 weeks, CRIS will be at a liberty to cancel the purchase order and buy the items from any other vendor, at bidder’s risk and cost. Any losses caused to CRIS on this account shall be recoverable from the bidder.

Page 19: Wise Tender 310510

Tender for WISE-II

Tender Document Part-I

Centre for Railway Information Systems I-15 रेलवे सचूना ूाणाली कें ि

5. In addition to the above penalties related to delay in supply of goods as per contract, penalties in respect of delays in execution of work /services specified under Scope of Work / Services as per Tender Document Part-II will be applicable as provided in Tender document Part-II.

22. GENERAL REQUIREMENTS 22.1 The tenderer must specify Item wise compliance to Technical specifications duly vetted

by the respective OEMs or supported by technical brochures, duly endorsed by OEMs, for the offered products. The Model and Make of the offered product should be clearly specified.

22.2 No change of make or brand will be permitted after issue of purchase order. However,

under extra-ordinary circumstances, viz, closure of supplier’s business, discontinuation of brand/product in market, statutory ban on such brand/product, or Government legislation, the contractor may request in writing to CRIS, a change in make/brand explaining the reasons in detail. The alternate brand should be at par or superior to the original offer and the contractor shall provide unequivocal evidence for “Nil adverse price implication to the purchaser”. CRIS shall be at liberty to accept or reject such request without any impact on the contract conditions.

22.3 The tenderer must pass on the standard OEMs’ warranty which comes bundled with the

purchased equipment wherever it is superior to the warranty specified in this tender document.

22.4 The tenderer shall ensure availability of spares and software updates/patches for a

period of at least 05 years from the date of purchase order. 22.5 The tenderer along with OEM should make available the offered products, if desired

during technical evaluation of bid for testing and benchmarking at CRIS, New Delhi. 22.6 Tenderer has to provide documentary evidence for back-to-back support agreement with

the respective OEM. 22.7 The installation of the ordered Systems shall be carried out without disturbing the

ongoing working of the existing system. 22.8 Detailed designs and drawings required for installation of equipment and the scheme of

layout and connections required shall be submitted by the tenderer along with his offer. 22.9 Obtaining of licenses in addition to the existing licenses or any other statutory

requirement for installation and working of all equipment shall be responsibility of the tenderer.

22.10 CRIS will have no responsibility or liability towards infringement of any IPR, anywhere,

on account of any product or technology supplied by the bidder or its use in the offered solution and all expenses arising out of any claim or damages from any agency on such account, at any time, shall be borne by the bidder. Complete ownership of the source code for custom developments done under the project shall remain with CRIS. The

Page 20: Wise Tender 310510

Tender for WISE-II

Tender Document Part-I

Centre for Railway Information Systems I-16 रेलवे सचूना ूाणाली कें ि

bidder shall not use any custom built solution as implemented under the contract at any other location without written permission from CRIS who shall be free to use the solution as they deem fit.

23. PERFORMANCE CUM WARRANTY GUARANTEE BOND 23.1 After receipt of purchase order the contractor shall furnish a Performance cum Warranty

Guarantee (PWG) Bond from a nationalized bank or from a Commercial Bank duly counter-signed by the Reserve Bank of India/ State Bank of India, New Delhi or by any Nationalized Indian Bank as per proforma attached (Annexure 8 of tender document Part-1) within 30 days of issue of purchase order for an amount equivalent to 10% of the value of the contract. The PWG Bond shall remain valid up to a period of 3 months beyond the last date of Warranty period for any goods supplied under the contract. In case of extension of delivery period, or the warranty period on any account, the contractor shall extend the period of PWG Bond by an equivalent period.

23.2 The purchaser shall be entitled and it shall be lawful on his part to forfeit the amount of

PWG Bond in whole or in part in the event of any default, failure or neglect on part of the contractor in fulfillment or performance of the contract under reference in all respects to the satisfaction of the purchaser. The purchaser shall be entitled to deduct from the amount of PWG Bond any loss or damage which the purchaser may suffer or be put by any reason of or due to any act or other default recoverable by the purchaser from the contract. The losses recoverable by the purchaser from the PWG Bond shall include all losses incurred by the purchaser during the warranty period on account of failure of equipment or delay in attending the equipment by the contractor during the warranty period as per stipulations of the contract.

23.3 The PWG Bond will be returned to the contractor without any interest on performance

and completion of the contract which shall include installation, commissioning of complete equipment to be supplied under the contract and fulfillment of warranty obligations for the complete equipment in terms of the contract.

24. TERMS AND CONDITIONS FOR PAYMENT 24.1 80% of the value of complete equipment supplied shall be paid by the purchaser on

receipt of material by consignee in good conditions and upon furnishing the following documents:

1. Certificate of receipt of complete equipment in good conditions by the consignees

in terms of the contract.

2. Pre-Inspection certificate by CRIS or as laid down in the purchase order.

3. Confirmation of the validity of PWG Bond of 10% of the value of contract for a period up to 3 months beyond the last date of warranty period.

Page 21: Wise Tender 310510

Tender for WISE-II

Tender Document Part-I

Centre for Railway Information Systems I-17 रेलवे सचूना ूाणाली कें ि

24.2 Balance 20% shall be paid after installation and commissioning of the equipment to the satisfaction of the consignee and upon furnishing the following documents:

1. Final Certificate of successful commissioning of complete equipment issued as

per the inspection and acceptance procedure given in the purchase order.

2. Confirmation of the validity of PWG Bond of 10% of the value of the contract for a period up to 3 months beyond the last date of warranty period.

3. In case of delay in final commissioning beyond 3 months from the date of delivery, on account of reasons not attributable to the Supplier to be certified by CRIS Project Manager, part payment may be claimed for the goods actually commissioned.

4. In case of delay in final commissioning at any location beyond 6 months from the date of delivery on account of reasons not attributable to the Supplier, the balance of the 20 % of the cost of equipment remaining uncommissioned may be paid to the supplier against submission of an additional Bank Guarantee of an equal amount valid for minimum 12 months which shall be returned on completion of commissioning of the remaining equipment. The supplier will also be required to submit along with the bills, a commitment to complete installation and commissioning at such remaining locations on receiving a call from the consignee.

5. Any installation and commissioning charges and after-sales services will only be paid on delivery of actual services or at the end of after sales-service period, or, as defined in tender document part-II.

24.3 Payment in respect of execution of works / services shall be based on achievement of

miles stones as detailed in Tender Document Part-II.

25. WARRANTY

25.1 Tenderer shall provide comprehensive warranty against all manufacturing defects for a period of 12 months from the date of complete commissioning or 18 months from the date of completion of supply of material, which ever is minimum, on all hardware & system software, Networking Equipment from the date of acceptance of equipment. The format for offering warranty by the tenderer is enclosed Annexure 5 given in Tender Document part -I.

25.2 In case of warranty period stated in Tender Document Part-II is longer than 12 months,

warranty shall be applicable for stated period from the date of complete commissioning or stated warranty period plus 6 months from the date of completion of supply of material.

26. INCOME-TAX 26.1 Income tax shall be deducted at source by CRIS from all the payments made to bidder

according to the Income tax Act, unless bidder prior to release of payment submits valid and complete documents for Income tax exemption.

Page 22: Wise Tender 310510

Tender for WISE-II

Tender Document Part-I

Centre for Railway Information Systems I-18 रेलवे सचूना ूाणाली कें ि

26.2 A certificate shall be provided by CRIS to the bidder for any tax deducted at source.

27. ENHANCEMENT OR REDUCTION OF QUANTITIES 27.1 The Purchaser shall be at liberty to enhance or reduce the quantity of supplied

mentioned in the purchase order up to a maximum extent of 30 % without assigning any reasons. In case of items of works scope, based on actual measurement/ quantities, the Purchaser shall be at liberty to enhance or reduce the total quantity of work in respect of items of work mentioned in the purchase order without assigning any reasons. The bidder shall comply to such modifications unconditionally provided these are made before completion of the deliveries under the purchase order. Any such change in quantity shall have no impact on the rates mentioned in the purchase order for any such item.

28. TERMINATION FOR DEFAULT

CRIS may, without prejudice, to any other remedy for breach of contract, by written notice of default sent to the vendor terminate the contract in whole or part thereof if: 1. The vendor fails to deliver any or all of the obligations within the time period(s)

specified in the contract, or any extension thereof granted by the client.

2. The vendor fails to perform any other obligation(s) under the contract. 3. The vendor is proved to have submitted any false information or document during

the bid evaluation process which amounts to a fraud or misrepresentation or the bidder is indicted by any Government agency for any Public fraud.

29. SETTLEMENT OF DISPUTES AND JURISDICTION 29.1 The contractor shall not be entitled to make any claim whatsoever against the Purchaser

under or by virtue of or arising out of this contract, nor shall the Purchaser entertain or consider any such claim if made by the Contractor, after he shall have signed a “No Claim” certificate in favour of the Purchaser, after the works are finally completed. The contractor shall be debarred from disputing the correctness of the items covered by “No claim” Certificate or demanding a reference of Arbitration in respect thereof.

29.2 Matters finally determined by the Purchaser: All disputes and differences of any kind

whatsoever arising out of or in connection with the contract, whether during the progress of the works or after their completion and whether before or after the termination of the contract, shall be referred by the Contractor to the purchaser and the purchaser shall within a reasonable time period after their presentation make and notify decisions thereon in writing. The decisions, directions, classification, measurements, drawings and certificates with respect to any matter the decision of which is specifically provided for by these or other special conditions, given and made by the purchaser, or by the officer on behalf of the purchaser, are matters which are referred to hereinafter as “Excepted Matters” and shall be final and binding upon the contractor and shall not be set aside on

Page 23: Wise Tender 310510

Tender for WISE-II

Tender Document Part-I

Centre for Railway Information Systems I-19 रेलवे सचूना ूाणाली कें ि

account of any informality, omission, delay of error in proceeding in or about the same for any other ground or for any other reason and shall be without Appeal.

29.3 Demand for arbitration: In the event of any dispute or difference or differences between the parties hereto as to the construction or operation of this contract, or the respective rights and liabilities of the parties, on any matter in question, dispute or differences on any account, or as to the withholding by the purchaser of any certificate to which the contractor may claim to be entitled to, or if the purchaser fails to make a decision within a reasonable time, then and in any such case, the contractor, till 90 days of presenting his final claim on disputed matters may demand in writing that the dispute or difference be referred to arbitration. Such demand for arbitration shall specify the matters, which are in question, dispute or the difference, and only such dispute, or difference of which the demand has been made and no other shall be referred to arbitration.

29.4 On a demand for arbitration being received, the disputed matters shall be referred to the two member arbitration panel- one appointment by the purchaser and the other from the panel submitted by the bidder – duly appointed by MD/CRIS. Umpire will be appointed as per Arbitration and Reconciliation Act 1996. It will be of no objection that the arbitrator is a Government Servant/ Officer and that he had to deal with the matters to which the contact relates or that in the course of his duties as a Government Servant/Officer he has expressed views on all or any of the matter in dispute or difference. The award of the arbitrations shall be final and binding on the parties to this contract. In the event of the arbitrator dying, neglecting or refusing to act or resigning or being unable to act for any reason or his award being set aside by the court for any reason, shall be lawful for the Managing Director, CRIS to appoint another arbitrator in place of the outgoing arbitrator in the manner aforesaid.

29.5 The arbitrator may from time to time with the consent of all the parties to the contract

enlarge the time for making the award. 29.6 If the value of the claim in a reference exceed Rs. Four lakhs, the arbitrator shall give

reasoned award. 29.7 The venue of arbitration shall be the place from which the acceptance of bid is issued or

such other place as the Managing Director, CRIS at his discretion, may determine. 29.8 Upon every and any such reference, the assessment of costs incidental to the reference

and award respectively shall be in the discretion of the arbitrator. 29.9 If the Contractor does not prefer his specific and final claims in writing, within a period of

60 days of receiving the intimation from the purchaser that the final bill is ready for payment, he will be deemed to have waived his claim(s) and the purchaser shall be discharged and released of all liabilities under the contract in respect of those claims.

29.10 Obligation during pendency of arbitration: Work under the contract unless otherwise

directed by the purchaser will continue during the arbitration proceedings and no payment due or payable by the purchaser shall be withheld, except payments involved in the dispute, on account of such proceedings provided, however, it shall be open for arbitrator or arbitrators to consider and decide whether or not such work should continue during arbitration proceedings.

Page 24: Wise Tender 310510

Tender for WISE-II

Tender Document Part-I

Centre for Railway Information Systems I-20 रेलवे सचूना ूाणाली कें ि

29.11 The Arbitrator shall have power to call for such evidence by way of affidavits or otherwise as the Arbitrator shall think proper and it shall be the duty of the parties here to be or cause to be done all things as may be necessary to enable the Arbitrator to make the award without any delay.

29.12 Subject to as aforesaid, Arbitration and Conciliation Act 1996 and the Rules there under any statutory modification thereof shall apply to the Arbitration proceedings under this Article.

29.13 The jurisdiction for settlement of any disputes through Court under this contract shall be at Delhi.

30. FORCE MAJEURE 30.1 If at any time, during the continuance of this contract, the performance in whole or in part

by either party or any obligation under this contract shall be prevented or delayed by reason of any war, or hostility, acts of the public enemy, civil commotion, sabotage, fires, floods, explosions, epidemics, quarantine restriction, strikes, lockouts or act of God (hereinafter referred to as events) provided notice of happenings of any such eventuality is given by either party to the other within 21 days from the date of occurrence thereof, neither party shall by reason of such event be entitled to terminate this contract nor shall either party have any such claim for damages against the other in respect of such non-performance or delay in performance, and deliveries under the contract shall be resumed as soon as practicable after such event may come to an end or cease to exist and the decision of the purchaser as to whether the deliveries have been so resumed or not shall be final and conclusive provided further that if the performance in whole or part of any obligation under this contract is prevented or delayed by reason of any such event for a period exceeding 60 days either party may at his option, terminate the contract provided also that if the contract is terminated under this clause, the Purchaser shall be at liberty to take over from the Successful tenderer at a price to be fixed by the purchaser with mutual consent which shall be final. All unused, undamaged and acceptable materials bought out components and stores in course of manufacture in possession of the Successful tenderer at the time of such termination of such portions thereof as the purchaser may deem fit excepting such materials bought out components and goods as the Successful tenderer may with the concurrence of the Purchaser select to retain.

31. EVALUATION OF OFFERS 31.1 Single bid tenders:

1 Final selection will be made on the basis of lowest cost from amongst the technically suitable tenders from the bidders meeting the qualifying criteria. For the purpose of relative commercial ranking of offers, all inclusive price for entire scope of project and offered prices in the Rate Schedule as per the Tender Document Part-II, as well as any other costs seen to be arising as a part of the offer due to taxes or duties based on the offer.

Page 25: Wise Tender 310510

Tender for WISE-II

Tender Document Part-I

Centre for Railway Information Systems I-21 रेलवे सचूना ूाणाली कें ि

2 Additional features/ enhancements offered by the tenderer over and above the ones asked for in the tender documents shall not be considered for evaluation of bids.

31.2 Two bid tenders: 1. The Technical bids shall be opened first on the prescribed tender opening date

and price bid shall be opened later, on a specified date which would be made known to the technically suitable tendering firms after technical evaluation has been completed so as to ensure that all offers are evaluated technically without bias. The criteria of technical evaluation will be as laid down in the Tender Document part-II.

2. For deciding inter-se position at the time of commercial evaluation, the prices of original price bid shall normally be considered. However, supplementary commercial bid prices shall also be taken into consideration for deciding the inter-se position in case of revised/upgraded specification/items whose revised prices have been called for from bidders. Final selection will be made on the basis of lowest cost from amongst the technically suitable bids for which the commercial bids are opened.

Page 26: Wise Tender 310510

Tender for WISE-II

Tender Document Part-I

Centre for Railway Information Systems I-22 रेलवे सचूना ूाणाली कें ि

1.4 ANNEXURES TO TENDER DOCUMENT PART-I

Page 27: Wise Tender 310510

Tender for WISE-II

Tender Document Part-I

Centre for Railway Information Systems I-23 रेलवे सचूना ूाणाली कें ि

ANNEXURE - 1

FORMAT FOR SUBMISSION OF OFFER To, The Managing Director, CRIS, 3rd Floor, Metro Station, Pragati Maidan, New Delhi, Pin- 110002

REFERENCE: Tender No......................................... Date of Opening.......................

1. We ........................................ hereby certify that we are established firm of manufacturer/ authorized agents* of M/s ....................................................................................................... with factories at............................. Which are fitted with modern equipment and where the production methods, quality control and testing of all materials and parts manufactured or used by us are open to inspection by the representative of CRIS. We hereby offer to supply the following items and complete the following works at the prices and within the period of delivery/ execution as indicated below: (A list may be enclosed wherever required)

1. Item description

2. Work description

3. Specification (to be referred from the offer)

4. Unit

5. Quantity

6. Prices per item of supply/service/ work with carriage insurance paid till destination (in Indian Rupees)

7. Terms of Payment

8. Delivery Period / Work Mile stones completion dates (to be referred from the offer)

9. Gross weight(s) and dimensions of packages(s), per unit (for Goods to be supplied.)

10. Break up of total price based on Sr. No. 6.

a. Ex-factory price (including cost of all accessories) for Goods to be supplied

b. Excise duty

c. Other levies

d. Sales (VAT) / Service Tax/Composition tax for works

e. Packing charges

f. Forwarding charges

g. Freight to destination

h. Insurance charges (if any)

i. Other charges, if any (should be specified)

Page 28: Wise Tender 310510

Tender for WISE-II

Tender Document Part-I

Centre for Railway Information Systems I-24 रेलवे सचूना ूाणाली कें ि

j. CIP Destination Price (a)+(b)+(c)+(d)+(e)+(f)+(g)+(h)+(i)

k. Discount, if any

l. Net total price after discount.

2. It is hereby certified that we have understood the Instructions to Tenderers and also the General Conditions of Contract attached to the tender and have thoroughly examined specifications, drawings and/or pattern, given in the tender document part-II. We agree to abide solely by the General Conditions of Contract and other conditions of the tender in accordance with the tender documents if the contract is awarded to us.

3. We hereby offer to supply/ execute the goods/Works/services detailed above or such portion thereof, as you may specify in the acceptance of tender at the price quoted and agree to hold this offer open for acceptance for a period of 180 days from the date of opening of tender. We shall be bound by the communication of acceptance dispatched with in the prescribed time.

4. Earnest Money/Bid Guarantee for an amount equal to.................... is enclosed in the prescribed form...

5. We posses the necessary Industrial License from the Government of India for manufacturing and marketing the items/ works / services offered.

Dated ......................... 20

...............................................................

Signature and Seal of Manufacturer/Tenderer

Note: 1. The offer must be submitted as per this covering proforma. The tenderer may use

his letter head to submit his offer. 2. In case of two bid tenders, prices/rates (item (6) and (10) above) may be kept blank

in the copy submitted along with the technical offer and indicated only in the copy submitted with the commercial offer.

Page 29: Wise Tender 310510

Tender for WISE-II

Tender Document Part-I

Centre for Railway Information Systems I-25 रेलवे सचूना ूाणाली कें ि

ANNEXURE - 2

PERFORMANCE DETAILS (Please note that for turnkey projects, these details may be

submitted as required in Tender document part-II) List of similar works/supplies completed (installed and commissioned) in previous 3 CALENDER YEARS including current year.

Client Name Purchase order no. & date

Items supplied and date completed

Contact person & Tel. No.

Date:

Signature:

Name:

Company:

Seal:

Page 30: Wise Tender 310510

Tender for WISE-II

Tender Document Part-I

Centre for Railway Information Systems I-26 रेलवे सचूना ूाणाली कें ि

ANNEXURE - 3

AFTER SALES SERVICE CENTRES The service centers listed below are fully functional and equipped with spares and skilled manpower for providing satisfactory after sales services within a radius of consignee locations for the equipment supplied by us under this contract.

Consignee name tender document part-II

Consignee site locations Nearest service centre address

Service Contact person & Tel. No.

Date:

Signature:

Name:

Company:

Seal:

Page 31: Wise Tender 310510

Tender for WISE-II

Tender Document Part-I

Centre for Railway Information Systems I-27 रेलवे सचूना ूाणाली कें ि

ANNEXURE - 4

PROFORMA FOR STATEMENT OF DEVIATIONS FROM TENDER CONDITIONS

The following are the particulars of deviations from the requirements of the Instructions to Tenderers & General Conditions of Contract given in part-I of tender document and Special conditions given in part-II of tender document: -

CLAUSE DEVIATION REMARKS (Including Justification)

Page 32: Wise Tender 310510

Tender for WISE-II

Tender Document Part-I

Centre for Railway Information Systems I-28 रेलवे सचूना ूाणाली कें ि

ANNEXURE - 5

WARRANTY We warrant that the equipment to be supplied by us hereunder shall be brand new, free from all encumbrances, defects and faults in material workmanship and manufacture and shall be of the highest grade and equally consistent with the established and generally accepted standards for material of the type ordered shall be in full conformity with the specifications, drawings or samples, if any, and shall operate properly. We shall be fully responsible for its efficient and effective operation. This warranty shall survive inspection of and payment for and acceptance of the goods, but shall expire ----------- months (to be called warranty period) from after their successful installation and acceptance by the purchaser or warranty period plus 6 months from the date of completion of supply of material. We also warrant that the function contained in the system software and application software, if any, will meet the manufacturer's specification together with any clarifications given by us and that the operation of these firmware will be uninterrupted and error free and all software defects, if any, will be corrected by us. The obligations under the warranty expressed above shall include all costs and taxes relating to labour, spares, maintenance (preventive and unscheduled) and transport charges from site to manufacturers works and back and for repair/adjustment or replacement at site of any part of equipment which under normal care and proper use and maintenance proves defective in design, material or workmanship or falls to operate effectively and efficiently or conform to the specifications and for which notice is promptly given by the purchaser to the supplier. --------------------------- ----------------------------- Signature of the Witness Signature of the Tenderer Date:

------------------------- Seal of the company

Page 33: Wise Tender 310510

Tender for WISE-II

Tender Document Part-I

Centre for Railway Information Systems I-29 रेलवे सचूना ूाणाली कें ि

ANNEXURE - 6

PROFORMA FOR AUTHORITY FROM OEMs (Original Equipment Manufacturers)

(To be submitted by bidder as tender specific authorization from OEM for items stated in the tender document part-II in case of Turnkey Works Tenders)

No..................................................................... Dated...........................................................

To,

The Managing Director, CRIS, 3rd Floor, Metro Station, Pragati Maidan, New Delhi, Pin- 110002

Dear Sir,

Sub:- CRIS, New Delhi’s Tender No.....................

We ................................................................................, an established and reputable manufacturer of............................................................................................... having factories at .......................................... and offices at .............................................. do herby authorize M/s................................................................... (Name and address of Agents) to represent us, to bid, negotiate and conclude the contract on our behalf with you against Tender No. ....................

We as OEMs commit ourselves to unconditionally provide backend support and spares / upgrades for the supplied products to M/s …………………………………………….., our authorized agents, for a period of 5 years from the date of opening of this tender.

Yours faithfully,

(Name)

for & on behalf of M/s...............

(Name of Manufactures)

Note: This letter of authority should be on the Letter-Head of the manufacturing concern and should be signed by a person competent and having the power of attorney to bind the manufacturer.

Page 34: Wise Tender 310510

Tender for WISE-II

Tender Document Part-I

Centre for Railway Information Systems I-30 रेलवे सचूना ूाणाली कें ि

ANNEXURE - 7 BIDDER’S SELF INFORMATION: (In case of consortium, for all constituent members)

1. Bidder’s Proposal number and date:

2. Name and address of the Bidder:

3. Address of the bidder:

4. Turnover of last 3 financial years:

5. Collaboration , if any:

6. Name and address of the officer to whom all references shall be made regarding this tender enquiry. His/her telephone, mobile, fax and email.

7. Any other point tenderer may like to specify.

Signature: Name/designation: Company name/address: Seal: Signature: Date:

Page 35: Wise Tender 310510

Tender for WISE-II

Tender Document Part-I

Centre for Railway Information Systems I-31 रेलवे सचूना ूाणाली कें ि

ANNEXURE - 8

PROFORMA OF BANK GUARANTEE FOR 10% OF CONTRACT VALUE FOR CONTRACT PERFORMANCE CUM WARRANTY GUARANTEE BOND

Ref…………….. Date …………….. Bank Guarantee No…………………

………………………………………

To

Managing Director, Centre for Railway Information Systems, 3rd Floor, Metro Station, Pragati Maidan, New Delhi – 110002. 1. Against contract vide Advance Acceptance of the Tender No………………………….. dated ……………………….covering supply of ………………………………………(hereinafter called the ‘Contract’), entered into between the MD/CRIS (hereinafter called the CRIS) and……………………………(hereinafter called the ‘Contractor’) this is to certify that at the request of the Contractor we …………………………………………Bank Ltd.,(herein after refer to as the Bank) are holding in trust in favour of the MD/CRIS, the amount of ………………………………….(write the sum here in words) to indemnify and keep indemnified the MD/CRIS against any loss or damage that may be caused or likely to be caused to or suffered by MD/CRIS by reason of any breach by the Contractor of any of the terms and conditions of the said contract and/or the performance thereof whether any breach of any of the terms and conditions of the said contract and/or in the performance thereof has been committed by the Contractor and amount of loss or damage that has been caused or suffered by MD/CRIS shall be final and binding on us and the amount of the said loss or damage shall be paid by us forth with on demand and without demur to MD/CRIS. 2. We, …………………Bank Ltd., further agree that the guarantee herein contained shall remain in full force and effect during the period that would be taken for satisfactory performance and fulfillment in all respects of the said contract by the Contractor i.e. till …………………………(viz. the date upto 3 months after the last date of warranty on goods/services/works supplied/executed under the contract) hereinafter called the “said date” and that if any claim accrues or arises against us, …………………….Bank Ltd., by virtue of this guarantee before the said date, the same shall be enforceable against us ……………………………………………Bank Ltd., notwithstanding the fact that the same is enforced within six months after the said date. Payment under this letter of guarantee shall be made promptly upon our receipt of notice to that effect from CRIS. 3. It is fully understood that this guarantee is effective from the date of the said contract and that we,……………………………………Bank Ltd., undertake not to revoke this guarantee during its currency without the consent in writing of CRIS.

Page 36: Wise Tender 310510

Tender for WISE-II

Tender Document Part-I

Centre for Railway Information Systems I-32 रेलवे सचूना ूाणाली कें ि

4. We …………………………………..Bank Ltd., further agree that the CRIS shall have the fullest liberty, without affecting in any manner our obligations hereunder to vary any of the terms and conditions of the said contract or to extend time of performance by the Contractor from time to time or to postpone for any time or from time to time any of the powers exercisable by CRIS against the said Contractor and to forbear or enforce any of the terms and conditions relating to the said contract and We ……………………….Bank Ltd., shall not be released from our liability under this guarantee by reason of any such variation or extension being granted to the said Contractor or for any forbearance and/or omission on the part of CRIS or any indulgence by CRIS to the said Contractor or by any other matter the effect of so releasing us from our liability under this guarantee. 5. We ……………………………………….Bank Ltd., further agree that the guarantee herein contained shall not be affected by any change in the constitution of the said Contractor. Date……………… Signature …………………. Place ………………. Printed Name…………….. Witness ……………… ……………………………. (Designation) ………………………………………. (Bank’s Common Seal)

Page 37: Wise Tender 310510

Tender for WISE-II

Tender Document Part-I

Centre for Railway Information Systems I-33 रेलवे सचूना ूाणाली कें ि

1.5 CHECK LIST FOR TENDERERS

Page 38: Wise Tender 310510

Tender for WISE-II

Tender Document Part-I

Centre for Railway Information Systems I-34 रेलवे सचूना ूाणाली कें ि

ANNEXURE - 9

IMPORTANT NOTICE The following check list is intended to help the tenderers in submitting offer which are complete. An incomplete offer is liable to be rejected. Tenderers are advised to go through the list carefully and take necessary action.

CHECK LIST 1. Have you submitted a complete offer? It should consist of following: 1.1. EMD as required Submitted/Not Submitted vide para 4. of Bid Documents Part – I

1.2. Quotation in prescribed Proforma-Annexure 1 Submitted/Not Submitted of Bid Documents Part- I 1.3 Performance statement as per. - Submitted/Not Submitted Annexure - 2 of Bid Documents Part - I 1.4 After sales centers information Submitted/Not Submitted As per annexure 3 of Bid Documents Part - I, 1.5 Statement of Deviations from Tender Conditions- Submitted/Not Submitted Annexure - 4 of Bid Documents Part – I

1.6 Warranty offer proforma - Submitted/Not Submitted Annexure - 5of Bid Documents Part - I 1.7 Letter of Authority if required- Submitted/Not Submitted Annexure - 6 of Bid Documents Part - I 1.8 Contractors self information- Submitted/Not Submitted Annexure - 7 of Bid Documents Part - I 2. Have you submitted other supporting documents to establish your eligibility? It may, interalia, consist of the followings: 2.1 Purchase order copy and completion certificate copy Submitted/Not Submitted as per para 3 of Bid Documents Part - II

2.2 Audited Annual Financial reports for last 3 financial Submitted/Not Submitted years ‘excluding current year as per para – 3 of Bid Documents Part – II 3. Have you quoted the prices in Quoted/Not Quoted the words as well as in figures .................................... Signature & Seal of the Manufacturer/Tenderer

Page 39: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-1 रेलवे सचूना ूाणाली कें ि

2. TENDER DOCUMENT PART-II

Page 40: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-2 रेलवे सचूना ूाणाली कें ि

INDEX

2.1 SPECIAL CONDITIONS OF THE CONTRACT II-3

1 PROJECT BACK GROUND AND INTRODUCTION: II-3 1.2 AN OVERVIEW OF WORKSHOP FACILITIES: II-5 1.3 VISION OF THE PROJECT: II-6 1.4 EXPECTED BENEFITS OF THE PROJECT: II-6

2 DESCRIPTION OF TURNKEY WORK. II-7 2.1 Phasing of the Project Scope: II-9 2.2 Scope-B (Roll Out): II-24

3. PREQUALIFICATION CONDITIONS: II-42

4. PROCEDURE FOR EVALUATION OF BIDS II-45

5. TECHNICAL REQUIREMENTS: II-47 5.1 Environment and Power supply conditions: II-47 5.2 General requirements for WISE-II application: II-48 5.3 ERP solution requirements: II-52 5.4 Solution architecture II-54 5.5 Hardware requirements: II-55 5.6 Network requirements: II-56 5.7 User Matrix: II-57 5.8 Project management: II-57 5.9 Proof of concept (POC): II-59 5.10 Documentation and media: II-59 5.11 Training: II-59

6. WARRANTY & SUPPORT: II-60

7. SERVICE LEVELS REQUIRED: II-61 7.1 Performance: II-61 7.2 Availability: II-61

8. INSPECTIONS AND ACCEPTANCE TESTING: II-61

9. DELIVERY, INSTALLATION AND COMMISSIONING / COMPLETION OF WORKS: II-63

10. PENALTIES FOR WORKS & SERVICES: II-63

11. PAYMENT CONDITIONS FOR SERVICES & WORKS: II-64 11.1 Intermediate payment: II-64 11.2 Final Payment: II-64 11.3 Payment Milestone Table services and works scope items: II-65

12. SCHEDULE OF RATES: II-68 12.1 Supply Scope of Items: II-68 12.2 Works Scope of Items: II-74 12.3 Service Scope of Items: II-79

13 Check list for documents to be submitted with the tender II-87

Page 41: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-3 रेलवे सचूना ूाणाली कें ि

CRIS Centre for Railway Information Systems 3rd Floor, Pragati Maidan Metro Campus,

Pragati Maidan, New Delhi.-110002 Tel: 23379918, 23379987, Fax No. 91-11-23379918

2.1 SPECIAL CONDITIONS OF THE CONTRACT 1 PROJECT BACK GROUND AND INTRODUCTION: The Workshop Information System (WISE-II) project covers complete Customization & Development of centralized ERP based application package for management of 34 Railway Workshops that are to be executed in two phases. The Pilot phase (phase-I) will cover 5 workshops and upon successful completion, the balance 29 workshops will be taken up under Roll Out phase (phase-II) immediately thereafter. The 5 workshops of phase-I are:

One Workshop of Eastern Railway, i.e. Carriage and Wagon Workshop, Lilluah (KOLKATA). One Workshop of Northern Railway, i.e. Loco shop Charbagh (Lucknow) One Workshop of South Central Railway, i.e. Lallaguda Workshop, Secunderabad (AP). One Workshop of South East Central Railway, i.e. Wagon Repair Shop, Raipur (CHH). One Workshop of Western Railway, i.e. Carriage Workshop, Lower Parel (Mumbai).

In addition, it aims to provide a portal based Custom built application module for providing specified functionalities to outside users including Railway Board, Zonal Headquarters, Divisional Headquarters, Research Design and Standards Organization (RDSO) Lucknow, Diesel Locomotive Works (DLW) Varanasi, Diesel Loco Modernization Works (DMW) Patiala, ICF/Chennai, RCF/Kapurthala and CLW/CRJ. The work includes establishing central data centre infrastructure, providing LAN at workshops, supply, installation & commissioning of hardware and networking equipment, training, AMC and ATS for the workshop based systems and for the central data centre for specified period. It will also include application support for a period of one year from the date of commissioning. Bandwidth hiring for each workshop, wherever applicable, and the central location at CRIS will be provided by CRIS. The WISE-II package will also be required to interact with other centralized available packages, viz, FMM, ICMS, LMS, and MMIS to provide an overall control on rolling stock repair management.

Page 42: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-4 रेलवे सचूना ूाणाली कें ि

1.1 BRIEF OVERVIEW OF INDIAN RAILWAYS’ WORKSHOPS ORGANIZATION: Periodic Overhauling (POH) Workshops form the backbone of Indian Railways that keep rolling assets in good fettle and carryout structural and technological rehabilitation. Workshops work under a local management headed by CWM who needs to be supported by the workshop Application for the day-to-day work and decision taking. Workshops carryout all types of repairs and reconditioning of rolling stock and of plant and machinery, and the manufacture of spare parts for the repairs thereof. The “Chief Workshop Engineer” who is the administrative head of the department for workshops exercises the direct control on the affairs of the workshop. The Chief Mechanical Engineer acts as the overall coordinating officer for ensuring effective working of the department. As such in all matters relating to policy formulation that concerns the Mechanical Department, the Chief Workshop Engineer issues instructions in consultation with the Chief Mechanical Engineer who is the Principal head of the Department. Responsibility for budgetary controls in the workshop rests with Chief Workshop Engineer. On Zonal Railway workshops the Shops are either Process Shops, i.e. Manufacturing Shops or Job Shops, i.e. Repair shops. Amongst the Process Shops are the foundries, saw mills, rolling mills and the like. The term may be extended to include the Forge, welding, Smithies etc. All the other shops are job shops. Rolling Stock POH is monitored at apex level at the Railway Board by Executive Director (Workshops), assisted by DME (Production-1) at the Board Level and Chief Mechanical Engineers & Chief Electrical Engineers at the Zonal Railways level. Production Directorate of Board requires monthly feedback on performance parameters from all the zonal headquarters and it also sends policy directives to the workshops through their respective zonal management. Executive Director (Workshops), assisted by DME (Production-1), also issues allotments of new rolling stocks to different Zonal Railways and their base workshop. Research Design and Standards Organization (RDSO) is located at Lucknow and various Directorates of RDSO like Motive Power Directorate, Carriage Directorate, Wagon Directorate etc are the controlling agencies for all maintenance instructions, technical design matters, trials and vendor approvals for major, critical and safety components and assemblies. RDSO has to send technical instructions to all Zonal Railways and the workshops on a regular basis and also collects feedback from the workshops in respect of trial components/ maintenance instructions. RDSO also maintains the central repository of drawings and specifications for use by all Zonal Railways and Railway Manufacturing Units (Production Units). Diesel Locomotives Works (DLW) Varanasi is an in-house production unit of Indian Railways that manufactures all types of Diesel Locomotives used on Indian Railways. DLW is also the centralized agency for supply of high value workshops spares and assemblies to all workshops against demands raised by them. DMW (Diesel Modernization Works), Patiala is another production unit of Indian Railways which is dedicated to mid life rehabilitation and technological up-gradation of in service Locomotives and bringing them at par to those built currently. They also supply spares

Page 43: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-5 रेलवे सचूना ूाणाली कें ि

to Indian Railways against demands raised by workshops on DLW. DLW also maintains a vendor directory which is used by all Zonal Railways. Similarly, ICF/Chennai and RCF/Kapurthala are in-house production units of Indian Railways which manufacture all types of Coaches. They also maintain vendor directories for coach spares and materials which are used by all Zonal Railways. They also supply spares to Indian Railways workshops as assistance against demands raised by workshops on them. Similarly, CLW/CRJ is an in-house production unit of Indian Railways which manufactures all types Electric Locomotives. Workshops also book warranty claims on new rolling stocks received by them from Production units. It is also necessary for the recipient Railway/ Workshops to monitor maintenance of new Rolling stocks allotted to them from Production units. Workshops have been a focus of IT enablement from the very beginning and initially UNIX-COBOL based application packages were implemented in Workshops in the years 1986 to 1988. The core of the package, i.e. Rolling Stock Maintenance System, Machinery & Plant Maintenance System and Production Planning and Control were redeveloped on Oracle - D2K platform by GOC workshop which were customized by CRIS and implemented at 16 workshops in WISE-I.

1.2 AN OVERVIEW OF WORKSHOP FACILITIES:

The Rolling Stock i.e. locomotives, carriages & wagons etc. are subjected to Periodic Overhauling (POH) for improving their reliability and increasing their life span. Workshops handle all maintenance activities related to POH of rolling stock. The Rolling Stock i.e. locomotives, carriages & wagons etc. are periodically examined, repaired and overhauled in a workshop before being placed back on the line. Each Workshop has allocated Rolling stock, each of which is identified by a unique Identification no. Rolling stock is assigned to a particular workshop where its POH takes place. Mostly POH of rolling stock are undertaken at their base Workshops. However, rolling stock or motive power operates on territories far away from their base workshops and sometimes it may be necessary to carry out POH at other nearby Workshops. Rolling stock visits workshop for Periodic overhauling i.e. heavy repairs, reconstruction etc. at specified periodicity in terms of either period (Time-based) or usage (Kms-based), whichever is earlier and sometimes even condition based. Whenever the Rolling Stock becomes due for POH, it is withdrawn from service and is marked for dispatch to shops. The same may be sent to shops in single, multi or in rake (train) formation.

1. The activities being carried out in a workshop would normally include Production Planning, Production scheduling and Progress monitoring, Material Planning, limited Procurement of Materials, Receipt & Inventory management, Manufacturing, Inspection and testing, Plant Maintenance and Costing for POH as well as manufacturing.

2. There are many distinct shops in a workshop that carry out specialized tasks. Shops may be further divided into sections for ease of work. Designated tasks may include activities such as Paint, Smithy, Carpentry, Bogie Repair, wheel,

Page 44: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-6 रेलवे सचूना ूाणाली कें ि

roller bearing, Corrosion, A/C shop, Axle, transformer (loco), Train Lighting, Trimming, fans, lights paneling work, brake fitment etc.

3. Workshops may follow Batch Order System for manufacturing of items/ components/ sub-assemblies/ assemblies etc. Production documents such as Job Card, Route Card, Raw Materials Card etc. are generated and are released by Process Planning Organization as per the Batch Order Schedule. Process Planning Organization also plans the various jigs, fixtures, forging dies etc. to be manufactured in Tool Room. Drawl of materials and processing of these materials are done as per the above documents; stage wise inspection and Final inspection are followed during the manufacturing process.

4. Workshops may normally follow squad Incentive System with certain variations in some Other Workshops. Certain shops in the workshop may not be covered under incentive scheme.

5. Tool Room is available in most workshops to manufacture and maintain all jigs, fixtures, forging dies etc. required.

6. Plant Organization and electrical maintenance organization maintains the Machinery and Plant items in the workshops.

7. A technical laboratory fully equipped is usually attached to all major workshops to carry out all the necessary chemical and metallurgical tests. It is responsible for quality control on manufacturing and other operations in the workshops including analytical work as may be required by the Railway.

8. Modifications are done on Rolling Stock based on RDSO/ HQ modification information/ advice. Respective performance is recorded in subsequent visits and monitored. Performance Feed backs may also be obtained from divisions/ sheds/ depots.

9. The Base Workshop normally maintains complete maintenance history of Rolling stocks.

1.3 VISION OF THE PROJECT:

To establish an effective, reliable and user-friendly IT system for Workshops for overhauling of Rolling Stocks, with data entry automation to provide secure & correct information anywhere, on demand through the use of a World Class ERP based application package.

1.4 EXPECTED BENEFITS OF THE PROJECT:

1. Minimum paper work and delays in production document preparation,

2. Advance identification of production target constraints and ease in formulating mitigation strategies.

3. Effective utilization of assets for production through efficient scheduling.

Page 45: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-7 रेलवे सचूना ूाणाली कें ि

4. Tight monitoring of production schedules with full view and monitoring of WIP.

5. Optimization of shop floor inventory.

6. Visibility of detailed inventory data including multi locational inventory.

7. Ready and Total accessibility of maintenance history.

8. Efficient feedback and interaction mechanism with the Customers.

9. Effective vendor performance monitoring mechanism with efficient warranty management.

10. Easy job traceability to men and machine.

11. Better staff comfort through efficient self-help information system covering Leave record, pass record, D&AR, PF record, Tool issue record, job allocation record, grievance handling etc. Also, access to e-library and self-learning portal.

12. Online MCDO of all workshops and information to Superior management.

13. Easy M&P asset utilization and efficiency analysis.

14. Efficient inventory monitoring and integration with production to achieve minimal production loss or WIP carrying cost due to stock outs.

15. Advance appropriate alarms and alerts to nominated/ key functionaries in case of scarcity of resources or any abnormality.

16. On line accessibility to Documents, Drawings, Specifications, technical standing orders modification advice and vendor directory etc for consultation.

2 DESCRIPTION OF TURNKEY WORK.

This is a turnkey work for providing a fully functional Workshop Information System at 34 workshops of Indian Railways, which will cover complete Customization, Development & Implementation of ERP based application for workshop users, a custom built, portal based central Rolling Assets Management System (ROAMS WISE) application module for outside users like Railway Board, All Zonal Headquarters, All Divisions Headquarters, RDSO, Production Units etc. Supply, installation & commissioning of hardware & system software for central data centre at CRIS, Chanakyapuri, workshops and other specified locations. Supply, installation & commissioning of networking equipment and LAN for Central data centre at CRIS and workshops. Training, warranty and ATS for a period of 1 year after Final project commissioning for both workshops based systems and the Central Data Centre at CRIS. The scope however, will not include bandwidth hiring charges for workshops and the central location which will be arranged by CRIS. CRIS will be at liberty to order for the scope of work either fully or partly at their discretion.

Page 46: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-8 रेलवे सचूना ूाणाली कें ि

1. Details may please be seen else where in the document under appropriate heading. Summary of work proposed to be done is given below for a quick understanding: System design and finalization of hardware architecture for central data centre and workshops and supply, installation and commissioning of complete hardware for WISE II Project with 1-year warranty from the date of project commissioning.

2. User requirement survey and documentation for both ERP based Overhauling-Repairs/ Manufacturing application and Custom built ROAMS Portal based Central application WISE II Module, Functionality mapping and preparation of business blue print for offered ERP product and finalization of customization/ development requirement covering the functional areas of Production planning, Material management without purchase function, Product Costing, Quality control and Plant maintenance.

3. Customization, development, testing and implementation of the ERP based Overhauling-Repairs/ Manufacturing application and integration with the Custom built ROAMS Portal based Central application- WISE II Module.

4. Development and testing of custom built Central application for General Management and implementation of the same on existing ROAMS Portal, with data level integration of the same with other specified legacy applications. Supply, installation and commissioning of system software, database and other necessary software for the development and production environment at CRIS with ATS for 1 year after commissioning of the system.

5. Finalization of design of network architecture, networking of 34 workshops and offices and central data centre at CRIS.

6. User training covering networking, system software and application software. 7. On Site Hand holding support to workshops for a period of 1 month after

commissioning of the system and application technical support at CRIS for a period of 1 year from date of project commissioning.

Bidders may please note that the quantities of hardware, software and other equipment given below under various sub-scopes of Turn-Key Work are the minimum requirements which must be complied with irrespective of any specific system design or architecture selected by the bidder. Requirement of items may vary from Shop to Shop based on actual field surveys. Deliveries will be made Shop wise as per actual requirements. Since the solution is required to be architected and designed by Bidders, they may quote additional items or superior products or offer any of the required items as Free Bundled items with any offered item, as may be considered necessary by them duly indicating the details of the bundling. In case, any of the specified items is exploded further by the bidder for any technical reason, the rates for sub-items must be given along with the total for the main item.

Page 47: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-9 रेलवे सचूना ूाणाली कें ि

Additional items must be quoted at the end of the respective sub-scope item . Please note that no item of the tendered scope can be deleted by the bidder otherwise their bid may be treated as incomplete and rejected summarily. In case, no rates are mentioned in the commercial bid against any of the items, the same shall be deemed to have been offered free of cost by the bidder as per tender specification. The cost of any additional items offered by the bidder will be taken into account in addition to the cost of items as per the scope of work for assessment of total offer value and commercial ranking of the offer. In case, the bidder offers multiple options for any item, the technically suitable option with highest cost will be considered for commercial ranking of the offer. Bidders may please note that the final offered value stated in the bid shall be taken as the basis for commercial ranking of the bids irrespective of any calculation errors in the bid in arriving at the final offered value.

Bidders may also note that they are required to submit samples of active network equipment through the OEM for technical testing / verification at CRIS within 30 days of tender opening date. In case CRIS has already tested any such equipment model in past, CRIS may exempt such equipment from retesting. In any case, bidders may be further required to submit any other offered equipment for testing as required by CRIS during the technical evaluation.

2.1 Phasing of the Project Scope:

The total turnkey scope of work has been subdivided into two phase based scopes for the convenience of implementation, viz, phase-A for Pilot phase and Scope –B for Rollout phase. The total cost of the bid including Scope A and Scope B will form the basis commercial evaluation and ranking of the bids. The bidder has to quote for both the phases failing which the bid will be treated as incomplete and rejected summarily.

2.1.1 SCOPE-A (PILOT PHASE) DETAILS: Scope A covers turnkey provision of a fully functional Workshop Information System at 5 Workshops of Northern, Eastern, South Central, South East Central & Western Railway, viz, Charbagh, Liluah, Lallaguda, Raipur and Lower Parel along with creation of infrastructure at CRIS data centre. A summary of Scope A is given below:

The following items will be covered under the Scope-A (pilot phase) of work. The descriptions given are indicative and detailed technical specifications for these items are given in Para 5: Technical Requirements.

i) Supply, installation and commissioning of Hardware items as per para 2.1.1.1.1A below for the central Data Centre and development environment at CRIS with comprehensive warranty for a period of 1 year from the date of Project commissioning.

Page 48: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-10 रेलवे सचूना ूाणाली कें ि

ii) Supply, installation and commissioning of hardware, & special automation equipment as per Para 2.1.1.1.1B below at Five Workshops with comprehensive technical support / warranty for a period of 1 year from the date of Project commissioning. iii) Supply, installation and commissioning of Network equipment at CRIS data centre as per Para 2.1.1.1.1C below with warranty for 1 year after Project commissioning. iv) Supply, installation and commissioning of system software, database and other necessary software as per Para 2.1.1.1.1D below for the development and production environment at CRIS with comprehensive technical support / warranty for a period of 1 year from the date of Project commissioning. v) Supply of ERP application software user licenses for the development and production environment to be established at CRIS with comprehensive technical support / warranty for a period of 1 year from the date of project commissioning as per para 2.1.1.1.1E. vi) Supply, installation and commissioning of Network equipment and execution of Network related works at Five Workshops as per para 2.1.1.1.1F & para 2.1.1.1.2 below with warranty for 1 year after project commissioning. vii) Implementation of Custom built, portal based, Central application WISE II module at CRIS data-centre to be implemented on existing ROAMS Portal infrastructure as per Annexure-2.IX of ANNEXURES TO TENDER DOCUMENT PART- II along with training, post commissioning hand holding support and 1 year ATS after project commissioning as per Para 2.1.1.1.3 below. Viii) Implementation of ERP Application at five pilot workshops, associated 6 divisions, (on the infrastructure to be provided by CRIS), along with training, post commissioning hand holding support and 1 year ATS after project commissioning as per Para 2.1.1.1.3 below. 2.1.1.1 Detailed Schedule of Requirements for Scope-A:

Detailed Schedule of requirements for complete scope of work giving details of quantities required along with location wise covered under scope of work are given below. Item descriptions in the table given below are generally indicative. Detailed technical specifications for these items are given in ANNEXURES TO TENDER DOCUMENT PART- II. 2.1.1.1.1 Items under Supply Scope (Scope-A)

S. No. Item Description Unit Quantity /Location

Location of installation

Total Locations

Total Quantity

A Hardware for Central Data Centre sub-scope 1. Server Type A along with

OEM racks and KVM adaptors to work with existing IP-KVM (as per Tender Doc part 2 Annexure 2.I item 3.1.1) to be used as database

Nos. 2

CRIS

1

2

Page 49: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-11 रेलवे सचूना ूाणाली कें ि

S. No. Item Description Unit Quantity /Location

Location of installation

Total Locations

Total Quantity

server, ERP application server, BI and Portal server for the offered ERP application for production, Testing/ Training and Development purpose.

2. Laptops Nos. 5 CRIS 1 5 1 RB 1 1 Total 6

3. Desktops Nos. 10 CRIS 1 10 2 RB 1 2 2 Zonal HQs 16 32 2 Division 67 134 2 RDSO 1 2 Total 180

4. E-pen Nos. 1 CRIS 1 1 5. Hand held PDA without

RF-ID reader Nos. 1 CRIS 1 1

6. Hand held PDA with RF-ID reader

Nos. 1 CRIS 1 1

7. Touch screen with fixed RF-ID Reader

Nos. 1 CRIS 1 1

8. Printers - Multifunction device

Nos. 5 CRIS 1 5 1 RB 1 1 1 Zonal HQs 16 16 1 Division 67 67 2 RDSO 1 2 Total 91

9. High speed scanner Nos. 1 CRIS 1 1 1 Zonal HQs 16 16 1 RDSO 1 1 Total 18

10. UPS 500VA Nos. 2 RB 1 2 2 Zonal HQs 16 32 2 Division 67 134

Page 50: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-12 रेलवे सचूना ूाणाली कें ि

S. No. Item Description Unit Quantity /Location

Location of installation

Total Locations

Total Quantity

2 RDSO 1 2 Total 170

B Shop Hardware and automation equipment 1 Kiosk with Touch screen

Terminal and fixed RF-ID Readers

Nos. 20 Charbagh 1 20 35 Lilluah 1 35 20 Lower

Parel 1 20

20 Raipur 1 20 20 Lallaguda 1 20 Total 5 115

2 Thin Client Terminals Nos. 20 Charbagh 1 20 35 Lilluah 1 35 20 Lower

Parel 1 20

20 Raipur 1 20 20 Lallaguda 1 20 Total 5 115

3 Hand held PDA without RF-ID reader

Nos. 6 Charbagh 1 6 6 Lilluah 1 6 6 Lower

Parel 1 6

4 Raipur 1 4 6 Lallaguda 1 6 Total 5 28

4 Hand held PDA with RF-ID readers

Nos. 8 Charbagh 1 8 8 Lilluah 1 8 8 Lower

Parel 1 8

6 Raipur 1 6 8 Lallaguda 1 8 Total 5 38

5 RF-ID Employee Tags (sets of100)

Sets 85 Charbagh 1 85 120 Lilluah 1 120 42 Lower

Parel 1 42

20 Raipur 1 20 45 Lallaguda 1 45 Total 5 312

Page 51: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-13 रेलवे सचूना ूाणाली कें ि

S. No. Item Description Unit Quantity /Location

Location of installation

Total Locations

Total Quantity

6 RF-ID Assembly Tag (sets of 100)

Sets 35 Charbagh 1 35 35 Lilluah 1 35 20 Lower

Parel 1 20

10 Raipur 1 10 20 Lallaguda 1 20 Total 5 120

7 Printer - Multifunction device

Nos. 3 Charbagh 1 3 4 Lilluah 1 4 3 Lower

Parel 1 3

3 Raipur 1 3 3 Lallaguda 1 3 Total 5 16

8 DeskJet printers Nos. 20 Charbagh 1 20 35 Liluah 1 35 20 Lower

Parel 1 20

20 Raipur 1 20 20 Lallaguda 1 20 Total 5 115

9 E-pen Nos. 25 Charbagh 1 25 25 Lilluah 1 25 25 Lower

Parel 1 25

20 Raipur 1 20 25 Lallaguda 1 25 Total 5 120

10 High Speed Scanner Nos. 1 Charbagh 1 1 1 Lilluah 1 1 1 Lower

Parel 1 1

1 Raipur 1 1 1 Lallaguda 1 1 Total 5 5

11 UPS 500VA Nos. 40 Charbagh 1 40

Page 52: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-14 रेलवे सचूना ूाणाली कें ि

S. No. Item Description Unit Quantity /Location

Location of installation

Total Locations

Total Quantity

70 Lilluah 1 70 40 Lower

Parel 1 40

40 Raipur 1 40 40 Lallaguda 1 40 Total 5 230

C Central Network Equipment sub-scope 1 Router (4 Port 2 Mbps +

2 Fast Ethernet) Type I Nos. 4 CRIS

(spare) 1 4

2 Router (8 Port 2 Mbps + 2 Fast Ethernet) for existing FOIS Locations Type II

Nos. 3 CRIS (spare)

1 3

3 Layer 2 Switch (24 Port + 2 OFC port) Type I

Nos. 10 CRIS (Spare)

1 10

4 Layer 2 Switch Type II

Nos. 4 CRIS 1 4

5 Supply of Cat-6 UTP Cable, TIA/EIA-568-B.2-1 (305 meters)

Nos. 2 CRIS (Spare)

1 2

6 Supply of 24 Port Modular Patch Panel

Nos. 4 CRIS (Spare)

1 4

7 Supply of 3 meters Single Mode duplex Patch Cord

Nos. 50 CRIS (Spare)

1 50

8 2 mbps Modem Pair (G.703+V.35)

Nos. 10 CRIS(Spare)

1 10

D System Software licenses/ CALs without Annual Technical Support sub-scope

1 Data base server client access licenses – for production, Development and Testing/ training with clustering for use with ERP application

ERP Named User linked license

225 CRIS 1 225

2 App / web server client access licenses -Production, Development and Testing/ training for use with ERP application

ERP Named User linked license

225 CRIS 1 225

Page 53: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-15 रेलवे सचूना ूाणाली कें ि

S. No. Item Description Unit Quantity /Location

Location of installation

Total Locations

Total Quantity

3 Portal server client access licenses - Production, Development and Testing/ Training for use with ERP application

ERP Named User linked license

225 CRIS 1 225

4 Database server client access licenses for use with the above Portal

ERP Named User linked license

225 CRIS 1 225

5 BI user licenses along with requisite database user licenses (Only for ERP Application users)

Named user licenses

30 5 Pilot Workshops

5 150

1 CRIS/ Dev 1 1 Total 6 151

6 OS licenses for servers Server license

2 CRIS 1 2

E ERP Workshop Application licenses 1 Users Based Licenses

for Workshop application (ERP professional users) / CRIS (development users)

Named user licenses

40 Charbagh 1 40 60 Lilluah 1 60 40 Lower

Parel 1 40

40 Raipur 1 40 40 Lallaguda 1 40 5 CRIS 1 5 Total 6 225

F Shop Network Items 1 Router (4 WAN Port + 2

LAN Port) Type I Nos. 1 Charbagh 1 1

1 Lilluah 1 1 1 Lower

Parel 1 1

1 Raipur 1 1 1 Lallaguda 1 1 Total 5 5

2 Router (8 WAN Port + 2 LAN Port) Type II

Nos. 0 Charbagh 1 0 1 Lilluah 1 1

Page 54: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-16 रेलवे सचूना ूाणाली कें ि

S. No. Item Description Unit Quantity /Location

Location of installation

Total Locations

Total Quantity

0 Lower Parel

1 0

0 Raipur 1 0 1 Lallaguda 1 1 Total 5 2

3 Layer 3 Switch Nos. 2 Charbagh 1 2 2 Lilluah 1 2 2 Lower

Parel 1 2

2 Raipur 1 2 2 Lallaguda 1 2 Total 5 10

4 Layer 2 Switch (24 Port + 2 OFC port) Type I

Nos. 3 Charbagh 1 3 11 Lilluah 1 11 8 Lower

Parel 1 8

9 Raipur 1 9 7 Lallaguda 1 7 Total 5 38

5 LAN Extender 4 Port (Pairs) * - Shop Spare Qty

Nos. 0 Charbagh 1 0

7+2* Lilluah 1 9

1 Lower Parel

1 1

1 Raipur 1 1 1 Lallaguda 1 1 Total 5 12

6 Media Converter (Pairs) * - Shop Spare Qty

Nos. 1* Charbagh 1 1 2+1* Lilluah 1 3 1 Lower

Parel 1 1

3+1* Raipur 1 4 1+1* Lallaguda 1 2 Total 5 11

7 Online UPS 1 KVA Nos. 4 Charbagh 1 4

Page 55: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-17 रेलवे सचूना ूाणाली कें ि

S. No. Item Description Unit Quantity /Location

Location of installation

Total Locations

Total Quantity

13 Lilluah 1 13 9 Lower

Parel 1 9

10 Raipur 1 10 8 Lallaguda 1 8 Total 5 44

8 2 mbps Modem Pair (G.703+V.35)

Nos. 4 Charbagh 1 4 4 Lilluah 1 4 3 Lower Parel 1 3 4 Raipur 1 4 3 Lallaguda 1 3 Total 5 18

9 Wireless Access Point Nos. 4 Charbagh 1 4 4 Lilluah 1 4 3 Lower

Parel 1 3

2 Raipur 1 2 2 Lallaguda 1 2 Total 5 15

Note: Requirement of network supply and works items may vary from Shop to Shop based on actual field surveys to be undertaken after award of contract to the successful bidder. Actual quantities required to be delivered shall be finalized by CRIS within the limits for quantity variation for the project given in Tender Document part-I

2.1.1.1.2 Items under Works Scope (Scope-A): The item-wise quantities indicated below are guiding quantities that will be used for calculation of the commercial value of the offer: S.N. Item Description Unit CB

(Qty) LLH (Qty)

LPL (Qty)

Raipur (Qty)

LGD (Qty)

Total

A UTP Laying Works sub-scope 1 Supply and Laying

of Cat-6 UTP Cable, TIA/EIA-568-B.2-1

Mtrs. 2135 2440 2440 2135 2440 11590

Page 56: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-18 रेलवे सचूना ूाणाली कें ि

S.N. Item Description Unit CB (Qty)

LLH (Qty)

LPL (Qty)

Raipur (Qty)

LGD (Qty)

Total

2 Supply, Installation and termination of Cat-6 Wall I/O, Modular Face Plate and gang Box at Work Station end.

Each 40 60 50 40 50 240

3 Supply, Installation and termination of Cat-6 I/O for Patch Panel

Each 50 70 60 50 60 290

4 Supply and Installation of Cat-6 1 meter Patch cord with tangle free plug, TIA/EIA-568-B.2-1

Each 40 60 50 40 50 240

5 Supply and Installation of Cat-6 2 meter Patch cord with tangle free plug, TIA/EIA-568-B.2-1

Each 40 60 50 40 50 240

6 Feruling and Labeling of Cat-6 UTP cable

Each 40 60 50 40 50 240

7 Certification of UTP Cat-6 Cable

Each 40 60 50 40 50 240

8. Supply and installation of 24 Port Modular Patch Panel in Rack with removable snap-in-Face Plates and labels

Each 4 12 9 10 8 43

9. Supply and laying of 4 pair Copper wire

Mtrs. 0 950 350 500 250 2050

B OFC Laying Works sub-scope 1 Supply of Optical

Fibre Cable - 6 core Single mode

Mtrs. 2000 3850 2200 4630 3150 15830

2 Supply, Installation and termination of Single Mode Fibre

No. 36 132 96 144 108 516

Page 57: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-19 रेलवे सचूना ूाणाली कें ि

S.N. Item Description Unit CB (Qty)

LLH (Qty)

LPL (Qty)

Raipur (Qty)

LGD (Qty)

Total

Optic connector with Pre-assembled inner housing, TIA/EIA-568-B.3

3 Supply and Installation of Fibre Adaptor Plates with Coupler for termination of 6 Core OFC

No. 12 40 32 40 32 156

4 Supply and Installation of Fibre Enclouser Rack Mount

No. 3 10 8 10 8 39

5 Supply and Installation of 3 mtrs Single Mode duplex Fiber Patch Cord

No. 6 22 16 24 18 86

6 Certification of Fiber Optic with Ferruling & labeling

Cores 36 132 96 144 108 516

7 Trenchless Digging and laying of OFC, Copper Wire and HDPE pipe

Mtrs. 300 500 500 600 400 2300

8 Trenching Refilling of soil and laying of OFC, Copper Wire with HDPE pipe

Mtrs. 1400 3200 1700 3800 2300 12400

9 Trenching across Roads RCC/ Concrete etc and laying of OFC, Copper Wire with GI pipe and restoration to original state

Mtrs. 100 150 100 150 100 600

10 Supply and Installation of OFC Route Markers Made up of Concrete of 1’ X 4’’

No. 20 39 22 46 32 159

Page 58: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-20 रेलवे सचूना ूाणाली कें ि

S.N. Item Description Unit CB (Qty)

LLH (Qty)

LPL (Qty)

Raipur (Qty)

LGD (Qty)

Total

X 6’’ 11 Construction of

Cable Maintenance pit as per specifications

No. 5 12 10 12 10 49

C Supply/ Laying of Conduits and pipes related items sub-scope 1 Supply and

Laying/Installation of 1” PVC Conduit with Accessories

Mtrs 800 1300 1100 800 1100 5100

2 Supply and Laying/Installation of 0.5” PVC Channel with Accessories

Mtrs 120 180 150 120 150 720

3 Supply and Laying/Installation of 1” PVC Channel with Accessories

Mtrs 1000 1500 1300 1000 1300 6100

4 Supply and Laying/Installation of 1” PVC flexible pipe

Mtrs 80 120 100 80 100 480

5. Supply of GI Pipe as per specifications

Mtrs. 100 150 100 150 100 600

6. Supply of HDPE Pipe as per specifications

Mtrs. 1700 3700 2200 4400 2700 14700

D Racks installation works sub-scope 1 Supply and

Installation of 24 U Rack

Nos. 1 1 1 1 1 5

2 Supply and Installation of 12 U Racks.

Nos. 3 11 8 9 7 38

3 Supply and Installation of cable manager for structure cabling.

Nos. 4 12 9 10 8 42

2.1.1.1.3 Items under Services Scope (Scope-A):

Page 59: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-21 रेलवे सचूना ूाणाली कें ि

A: Application Customization/Development/Implementation sub-scope S.N. Item Description Loc of installation Total Locations 1 Survey of specified locations and

Preparation of final user requirements and system requirements. Documentation of As Is and To Be processes, gap analysis, customization, development. Test bed launch of ERP based Workshop application package.

CRIS 1

2 Location-wise specific customization and implementation of ERP based Workshop application package up to commissioning & Go – Live at each Workshop, Development of batch reports/ on-line reports/ executive dash boards using BI tools for the ERP application.

5 Workshops: LLH, CB, WRS, LPL, LGD

5

3 Preparation of final user requirements and system requirements. Documentation, development of Central Application module for WISE (ROAMS-WISE), HR module for Shops, Module for document handling system with e-library, and development and Deployment and implementation of all central application modules on existing ROAMS (Rolling Asset Management System) Portal. Integration of ROAMS- WISE application with ERP based Workshop Application, with single sign-on for all users. Integration with existing applications viz, MMIS, FMM, LMS and ICMS using existing integration infrastructure to be provided by CRIS as stated elsewhere in this document.

CRIS 1

Page 60: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-22 रेलवे सचूना ूाणाली कें ि

S.N. Item Description Loc of installation Total Locations 4 Lab testing of Complete WISE-II

application for scalability testing for stated full user load.

CRIS 1

5 Customization and implementation of respective Central Modules at different pilot locations for Scope-A upto commissioning & Go – Live at each location.

CRIS 5 Workshops: LLH, CB, WRS, LPL, LGD and 5 6 Divisions : Howrah/ER, Lucknow/NR, Bilaspur and Raipur/SECR, Secunderabad/SCR , BCT/WR 5 Headquarters: ER, SECR, SCR, NR and WR Railway Board. RDSO

19

B: Training and Workshops sub-scope S. No.

Item Descriptions Unit

Qty/ Loc.

Location Covered

Tot Loc.

Tot Qty

1

Shop Application Core Team Training (Max. Batch Size-15)

Trainee Man-days

100 CRIS 1 100 75 5 Workshops:

LLH, CB, WRS, LPL, LGD

5 375

Total 6 475 2

Central Application Core Team Training (Max. Batch size – 15)

Trainee Man-days

100 CRIS 1 100 10 All Pilot

locations for ROAMS-WISE application excluding workshops and CRIS

13 130

Total 27 230

Page 61: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-23 रेलवे सचूना ूाणाली कें ि

S. No.

Item Descriptions Unit

Qty/ Loc.

Location Covered

Tot Loc.

Tot Qty

3 End user Training for Shop Application users at Shops (Batch of 25)

Trainee Man-days

100 5 Workshops: LLH, CB, WRS, LPL, LGD

5 500

4 End user Training for Central Application at CRIS (Batch of 15)

Trainee Man-days

5 All pilot locations of WISE-II other than Workshops and CRIS

13 65

5 Officers Familiarization and Training - one day Workshop (Batch size – 150)

Events 150 CRIS 3

6

Network Training (Batch Size-15)

Trainee Man-days

75 CRIS 1 75 15 Shops 5 75 Total 6 150

C: Annual Technical Support sub-scope S. No.

Item Descriptions Unit

No. Of Years

Location Covered

1 Annual Technical Support for OS and other System Software (in no. of years after final project commissioning)

Years 1 CRIS

2 ATS on ERP package licenses (in no. of years after final project commissioning)

Years 1 5 workshops

D: Additional On site Application hand holding Support after each site

commissioning sub-scope S. No.

Item Descriptions Unit

Qty/ Loc.

Location Covered

Tot Loc.

Tot Qty

1 Workshop Application on site Support (working days)

Man-days

28 5 Workshops 5 140

2 Central Application and ROAMS Portal on site Support at all pilot locations (working days )

Man-days

5 Railway Board, 5 connected Zonal Railway

13 65

Page 62: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-24 रेलवे सचूना ूाणाली कें ि

S. No.

Item Descriptions Unit

Qty/ Loc.

Location Covered

Tot Loc.

Tot Qty

HQs, RDSO and 6 Divisional HQs

2.2 Scope-B (Roll Out): This is a turnkey work for providing a fully functional Workshop Information System at balance 29 Workshops immediately upon successful completion of Pilot phase 2.2.1 DETAILS OF SCOPE-B (ROLL OUT SCOPE): The following items will be covered under the Scope of work. The descriptions given are indicative and detailed technical specifications for these items are given in Para 5: Technical Requirements. i) Supply, installation and commissioning of hardware items as per para 2.2.1.1.1A below for the central data centre and development environment at CRIS with comprehensive warranty for a period of 1 year from the date of project commissioning. ii) Supply, installation and commissioning of system software, database and other necessary software as per para 2.2.1.1.1C below for the development and production environment at CRIS with comprehensive technical support / warranty for a period of 1 year from the date of project commissioning. iii) Supply, installation and commissioning of hardware & special automation equipment & solutions as per para 2.2.1.1.1B below at balance 29 Workshops with comprehensive technical support / warranty for a period of 1 year from the date of project commissioning. iv) Supply of ERP application software user licenses for the development and production environment to be established at CRIS with comprehensive technical support / warranty for a period of 1 year from the date of project commissioning as per para 2.2.1.1.1D. v) Supply, installation and commissioning of Network equipment and Network related works at balance 29 Workshops as per para 2.2.1.1.1E & para 2.2.1.1.2 below with warranty for 1 year after project commissioning. vi) Rollout /customization/ testing/ implementation of ERP Workshop application and custom built application for WISE-II, portal based Central –Rolling Asset Management System (ROAMS WISE) application module with training, post commissioning hand holding support and ATS for 1 year after project commissioning as per para 2.2.1.1.3 below. 2.2.1.1 Schedule of Requirements for Scope-B (Roll Out):

Page 63: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-25 रेलवे सचूना ूाणाली कें ि

Detailed Schedule of requirements for complete scope of work giving details of quantities required along with location of installation covered under scope of work is given below: 2.2.1.1.1 Items under Supply Scope (Scope-B) S. No. Item Description Unit Quantity

/LocationLocation of installation

Total Locations

Total Quantity

A Hardware for Central Data Centre sub-scope 1 Up-gradation of Server

Type A to Rollout configuration as per Tender Doc part 2 Annexure 2.I item 3.1.2

Nos. 2 CRIS 1 2

Page 64: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-26 रेलवे सचूना ूाणाली कें ि

B Shop Hardware and automation equipment sub-scope

S. N

o.

Wor

ksho

p

Kio

sks

with

Tou

ch

Scre

en T

erm

inal

an

d fix

ed R

FID

R

eade

rTh

in C

lient

Te

rmin

als

Han

d he

ld P

DA

w

ithou

t RF-

ID re

ader

Han

d he

ld P

DA

w

ith R

F-ID

read

er

RF-

ID A

ssem

bly

Tag

(set

of 1

00)

Prin

ter -

M

ultif

unct

ion

Des

kJet

Prin

ters

Hig

h Sp

eed

Scan

ner

E Pe

n

RF-

ID E

mpl

oyee

Ta

gs (s

ets

of10

0)

UPS

500

VA

1. JUDW 25 25 6 8 27 3 20 1 30 68 50 2. KTT 15 15 6 8 12 3 15 1 20 31 30 3. KGP 50 50 12 12 58 4 35 1 50 145 100 4. AII 35 35 12 12 29 3 30 1 25 73 70 5. JMP 35 35 6 8 38 3 25 1 40 95 70 6. JHS 25 25 6 8 26 3 25 1 25 65 50 7. PRL 25 25 6 8 22 3 20 1 25 55 50 8. MTN 25 25 6 8 36 3 20 1 35 90 50 9. KPA 35 35 6 8 46 4 25 1 45 115 70 10. BSL 15 15 6 8 7 3 15 1 20 18 30 11. GOC 35 35 6 8 26 3 35 1 30 65 70 12. BPL 20 20 6 8 10 3 20 1 25 25 40 13. NASIK 5 5 2 3 1 1 5 1 5 4 10 14. MCWS 20 20 4 6 8 3 20 1 20 21 40

Page 65: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-27 रेलवे सचूना ूाणाली कें ि

S. N

o.

Wor

ksho

p

Kio

sks

with

Tou

ch

Scre

en T

erm

inal

an

d fix

ed R

FID

R

eade

rTh

in C

lient

Te

rmin

als

Han

d he

ld P

DA

w

ithou

t RF-

ID re

ader

Han

d he

ld P

DA

w

ith R

F-ID

read

er

RF-

ID A

ssem

bly

Tag

(set

of 1

00)

Prin

ter -

M

ultif

unct

ion

Des

kJet

Prin

ters

Hig

h Sp

eed

Scan

ner

E Pe

n

RF-

ID E

mpl

oyee

Ta

gs (s

ets

of10

0)

UPS

500

VA

15. AMV 20 20 6 8 21 3 25 1 25 52 40 16. CNB 5 5 2 3 2 1 5 1 5 4 10 17. GKP 25 25 6 8 28 3 25 1 30 70 50 18. ASR 15 15 4 6 10 3 15 1 20 25 30 19. IZN 20 20 4 6 13 3 20 1 20 32 40 20. NBQS 20 20 4 6 13 3 20 1 20 32 40 21. DBWS 15 15 4 6 9 3 15 1 20 22 30 22. JU 20 20 4 6 12 3 20 1 20 31 40 23. PWP(C) 25 25 6 8 28 3 20 1 20 70 50 24. PWP(L) 20 20 6 8 14 3 20 1 20 35 40 25. RYN 15 15 4 6 12 3 15 1 20 31 30 26. UBL 25 25 6 8 18 3 20 1 25 45 50 27. MYS 15 15 4 6 10 3 15 1 20 25 30 28. DAHOD 20 20 6 8 14 3 15 1 20 34 40 29. MX 10 10 4 6 4 2 10 1 15 10 20

Total 635 635 160 212 554 84 570 29 695 1388 1270

Page 66: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-28 रेलवे सचूना ूाणाली कें ि

S. No.

Item Description Unit Quantity /Location

Location of installation

Total Locations

Total Quantity

C System Software licenses/ CALs without Annual Technical Support sub-scope 1 Data base server client

access licenses – for production, Development and Testing/ training with clustering for use with ERP application

ERP Named User linked license

1305 CRIS 1 1305

2 App / web server client access licenses -Production, Development and Testing/ training for use with ERP application

ERP Named User linked license

1305 CRIS 1 1305

3 Portal server client access licenses - Production, Development and Testing/ Training for use with ERP application

ERP Named User linked license

1305 CRIS 1 1305

4 Database server client access licenses for use with the above Portal at S.N. (3)

ERP Named User linked license

1305 CRIS 1 1305

5. BI user licenses along with requisite database licenses (Only for ERP Application users)

Named user licenses

30 29 workshops

29 870

D ERP Workshop Application licenses sub-scope 1 Users Based Licenses

for Workshop application (ERP Professional users)

Named user licenses

45 (average/ workshop)

29 Workshop

29 1305

Page 67: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-29 रेलवे सचूना ूाणाली कें ि

E Shop Network Items sub-scope Requirement of the following items varies from Shop to Shop based on actual field survey. Hence the quantities are given Shop wise.

S. NO.

Location Router (4 Port 2

Mbps + 2 Fast

Ethernet)

Router (8 Port 2

Mbps + 2 Fast

Ethernet) for

existing FOIS

Locations

Layer 3 Switch

Switch (24 Port + 2 OFC port) Type I

LAN Extender (Pairs) 4

Port

Media Converter (in pairs)

Online UPS (1 KVA)

2 Mbps Modem (Pair)

Wireless Access Point

1. GMC 1 1 2 3 0 0 5 4 1 2. GKP 1 0 2 11 1 2 12 3 4 3. AMV 1 1 2 12 3 3+1* 14 4 4 4. IZN 1 1 2 11 11+2* 1 13 4 1 5. ASR 1 1 2 9 3+1* 0 11 5 2 6. BPL 1 1 2 9 4+1* 0 11 4 2 7. JU 1 1 2 8 1 0 10 4 2 8. NASIK 1 1 2 3 1 0 5 5 1 9. MX 1 1 2 7 0 1 9 4 2 10. DHD 1 1 2 7 7+1* 0 9 5 2 11. MAS-C 1 1 2 13 1 4+1* 15 4 3 12. MAS-L 1 0 2 8 6+1* 2+1* 9 5 3

Page 68: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-30 रेलवे सचूना ूाणाली कें ि

S. NO.

Location Router (4 Port 2

Mbps + 2 Fast

Ethernet)

Router (8 Port 2

Mbps + 2 Fast

Ethernet) for

existing FOIS

Locations

Layer 3 Switch

Switch (24 Port + 2 OFC port) Type I

LAN Extender (Pairs) 4

Port

Media Converter (in pairs)

Online UPS (1 KVA)

2 Mbps Modem (Pair)

Wireless Access Point

13. RYP 1 0 2 6 3 2 7 4 2 14. UBL 1 0 2 6 4+1* 1 7 5 2 15. MYS 1 1 2 8 3+1* 1 10 4 2 16. MCS 1 1 2 14 8+2* 2+1* 16 4 4 17. NBQ 1 1 2 7 5+1* 0 9 4 2 18. DBWS 1 0 2 5 0 0 6 3 2 19. KTT 1 0 2 9 4+1* 2 10 3 3 20. JUDW 1 0 2 5 3+1* 2 6 3 3 21. PR 1 0 2 8 4+1* 1+2* 9 3 2 22. MTN 1 0 2 11 2 2 12 3 3 23. KGP 1 1 2 11 0 1+2* 13 4 4 24. AII 1 1 2 9 10+2* 1+1* 11 4 2 25. BSL 1 1 2 9 7+1* 1+2* 11 4 2 26. KPA 1 0 2 11 1 2+2* 12 5 4 27. JMP 1 0 2 7 1 1+1* 8 3 2 28. JHS 1 0 2 11 7+1* 2 12 3 2 29. GOC 1 0 2 11 5+1* 1+1* 12 3 4

Page 69: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-31 रेलवे सचूना ूाणाली कें ि

S. NO.

Location Router (4 Port 2

Mbps + 2 Fast

Ethernet)

Router (8 Port 2

Mbps + 2 Fast

Ethernet) for

existing FOIS

Locations

Layer 3 Switch

Switch (24 Port + 2 OFC port) Type I

LAN Extender (Pairs) 4

Port

Media Converter (in pairs)

Online UPS (1 KVA)

2 Mbps Modem (Pair)

Wireless Access Point

Total 29 16 58 249 123 50 294 113 72 * - spare quantity 2.2.1.1.2 Items under Works Scope (Scope-B):

1. UTP Laying Works:

S. No.

Location Supply and Laying of Cat-6 UTP Cable, TIA/EIA-568-B.2-1

Supply, Installation and termination of Cat-6 Wall I/O, Modular Face Plate and gang Box at Work Station end.

Supply, Installation and termination of Cat-6 I/O for Patch Panel

Supply and Installation of Cat-6, 1 meter Patch cord with tangle free plug, TIA/EIA-568-B.2-1

Supply and Installation of Cat-6, 2 meter Patch cord with tangle free plug, TIA/EIA-568-B.2-1

Feruling and Labelling of Cat-6 UTP cable

Certification of UTP Cat-6 Cable

Supply and installation of 24 Port Modular Patch Panel in Rack with removable snap-in-Face Plates and labels

Supply and laying of 04 pair Copper Wire

1. GMC 915 21 31 21 21 21 21 3 Nil 2. GKP 3660 74 84 74 74 74 74 12 470 3. AMV 3050 55 65 55 55 55 55 17 870 4. IZN 4255 81 91 81 81 81 81 10 2730

Page 70: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-32 रेलवे सचूना ूाणाली कें ि

S. No.

Location Supply and Laying of Cat-6 UTP Cable, TIA/EIA-568-B.2-1

Supply, Installation and termination of Cat-6 Wall I/O, Modular Face Plate and gang Box at Work Station end.

Supply, Installation and termination of Cat-6 I/O for Patch Panel

Supply and Installation of Cat-6, 1 meter Patch cord with tangle free plug, TIA/EIA-568-B.2-1

Supply and Installation of Cat-6, 2 meter Patch cord with tangle free plug, TIA/EIA-568-B.2-1

Feruling and Labelling of Cat-6 UTP cable

Certification of UTP Cat-6 Cable

Supply and installation of 24 Port Modular Patch Panel in Rack with removable snap-in-Face Plates and labels

Supply and laying of 04 pair Copper Wire

5. ASR 4575 85 95 85 85 85 85 10 800 6. BPL 4575 76 86 76 76 76 76 11 1250 7. JU 5795 97 107 97 97 97 97 10 150 8. NASIK 1830 48 58 48 48 48 48 4 110 9. MX 3660 99 109 99 99 99 99 8 Nil

10. DHD 4270 104 114 104 104 104 104 8 900 11. MAS-C 3355 100 110 100 100 100 100 15 300 12. MAS-L 3965 100 110 100 100 100 100 10 1320 13. RYP 3355 65 75 65 65 65 65 7 1740 14. UBL 2440 60 70 60 60 60 60 7 1000 15. MYS 3050 60 70 60 60 60 60 9 750 16. MCS 2440 67 77 67 67 67 67 16 1625 17. NBQ 3965 85 95 85 85 85 85 8 1000 18. DBWS 2135 40 50 40 40 40 40 7 Nil 19. KTT 2440 50 60 50 50 50 50 11 650 20. JUDW 2440 60 70 60 60 60 60 7 1200 21. PR 2440 60 70 60 60 60 60 10 2050 22. MTN 2440 60 70 60 60 60 60 13 550

Page 71: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-33 रेलवे सचूना ूाणाली कें ि

S. No.

Location Supply and Laying of Cat-6 UTP Cable, TIA/EIA-568-B.2-1

Supply, Installation and termination of Cat-6 Wall I/O, Modular Face Plate and gang Box at Work Station end.

Supply, Installation and termination of Cat-6 I/O for Patch Panel

Supply and Installation of Cat-6, 1 meter Patch cord with tangle free plug, TIA/EIA-568-B.2-1

Supply and Installation of Cat-6, 2 meter Patch cord with tangle free plug, TIA/EIA-568-B.2-1

Feruling and Labelling of Cat-6 UTP cable

Certification of UTP Cat-6 Cable

Supply and installation of 24 Port Modular Patch Panel in Rack with removable snap-in-Face Plates and labels

Supply and laying of 04 pair Copper Wire

23. KGP 3965 90 100 90 90 90 90 13 Nil 24. AII 2135 40 50 40 40 40 40 11 2250 25. BSL 2135 40 50 40 40 40 40 11 1450 26. KPA 2440 50 60 50 50 50 50 13 300 27. JMP 2440 60 70 60 60 60 60 9 500 28. JHS 2440 60 70 60 60 60 60 13 1280 29. GOC 3660 80 90 80 80 80 80 13 1850

Total 90265 1967 2257 1967 1967 1967 1967 296 27095

Page 72: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-34 रेलवे सचूना ूाणाली कें ि

2. OFC Laying Works:

S. No. Location

Supply of Optical Fibre Cable - 6 core Single mode

Supply, Installation and termination of Single Mode Fibre Optic connector with Pre-assembled inner housing, TIA/EIA-568-B.3

Supply and Installation of Fibre Adaptor Plates with Coupler for termination of 6 Core OFC

Supply and Installation of Fibre Enclosure Rack Mount

Supply and Installation of 3 mtrs Single Mode duplex Patch Cord

Certificat-ion of Fibre Optic with Ferulling & labeling

Trenchless Digging and laying of OFC, Copper Wire and HDPE pipe

Trenching Refilling of soil and laying of OFC, Copper wire with HDPE pipe

Trenching cross

Roads RCC/ oncrete etc nd laying of

OFC, Copper Wire with GI

ipe and estoration o original tate

Supply and Installation of OFC Route Markers Made up of Concrete of 1’ X 4’’ X 6’’

Construction of Cable Maintenance pit as per specifications

1. GMC 270 24 12 3 4 24 Nil 200 50 3 5 2. GKP 2860 120 36 9 20 120 600 2100 100 30 15 3. AMV 4000 120 40 10 20 120 700 3000 200 40 20 4. IZN 2040 108 36 9 18 108 500 3800 150 20 10 5. ASR 3525 96 32 8 16 96 600 3700 150 35 10 6. BPL 5800 96 32 8 16 96 700 5400 200 58 10 7. JU 1910 108 36 9 18 108 400 1400 100 19 10 8. NASIK 250 12 8 2 2 12 Nil 200 50 3 5 9. MX 1280 72 24 6 12 72 300 800 200 13 7 10. DHD 2480 72 24 6 12 72 600 2450 150 25 8 11. MAS-C 4100 156 48 12 26 156 700 2900 200 41 17 12. MAS-L 2070 108 32 8 18 108 500 2350 150 20 10 13. RYP 3650 84 24 6 14 84 800 3800 250 37 8 14. UBL 2350 72 24 6 12 72 700 2100 180 24 8

Page 73: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-35 रेलवे सचूना ूाणाली कें ि

S. No. Location

Supply of Optical Fibre Cable - 6 core Single mode

Supply, Installation and termination of Single Mode Fibre Optic connector with Pre-assembled inner housing, TIA/EIA-568-B.3

Supply and Installation of Fibre Adaptor Plates with Coupler for termination of 6 Core OFC

Supply and Installation of Fibre Enclosure Rack Mount

Supply and Installation of 3 mtrs Single Mode duplex Patch Cord

Certificat-ion of Fibre Optic with Ferulling & labeling

Trenchless Digging and laying of OFC, Copper Wire and HDPE pipe

Trenching Refilling of soil and laying of OFC, Copper wire with HDPE pipe

Trenching cross

Roads RCC/ oncrete etc nd laying of

OFC, Copper Wire with GI

ipe and estoration o original tate

Supply and Installation of OFC Route Markers Made up of Concrete of 1’ X 4’’ X 6’’

Construction of Cable Maintenance pit as per specifications

15. MYS 3040 108 36 9 18 108 800 2700 160 30 10 16. MCS 5080 156 48 12 26 156 1200 4800 180 51 17 17. NBQ 1990 84 28 7 14 84 600 2050 150 20 10 18. DBWS 1405 72 24 6 12 72 400 900 100 14 8 19. KTT 4450 120 40 10 20 120 1000 3300 200 45 12 20. JUDW 2400 72 24 6 12 72 300 2600 100 24 8 21. PR 4450 120 36 9 20 120 1000 3300 150 45 11 22. MTN 7200 132 44 11 22 132 1500 5400 200 72 13 23. KGP 4900 144 44 11 24 144 800 3400 150 49 13 24. AII 6600 120 40 10 20 120 1000 6000 150 66 12 25. BSL 3500 120 40 10 20 120 500 3700 100 35 12 26. KPA 4000 156 48 12 26 156 700 3100 150 40 14 27. JMP 3300 84 28 7 14 84 450 2700 100 33 9 28. JHS 4500 144 48 12 24 144 800 4100 150 45 14

Page 74: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-36 रेलवे सचूना ूाणाली कें ि

S. No. Location

Supply of Optical Fibre Cable - 6 core Single mode

Supply, Installation and termination of Single Mode Fibre Optic connector with Pre-assembled inner housing, TIA/EIA-568-B.3

Supply and Installation of Fibre Adaptor Plates with Coupler for termination of 6 Core OFC

Supply and Installation of Fibre Enclosure Rack Mount

Supply and Installation of 3 mtrs Single Mode duplex Patch Cord

Certificat-ion of Fibre Optic with Ferulling & labeling

Trenchless Digging and laying of OFC, Copper Wire and HDPE pipe

Trenching Refilling of soil and laying of OFC, Copper wire with HDPE pipe

Trenching cross

Roads RCC/ oncrete etc nd laying of

OFC, Copper Wire with GI

ipe and estoration o original tate

Supply and Installation of OFC Route Markers Made up of Concrete of 1’ X 4’’ X 6’’

Construction of Cable Maintenance pit as per specifications

29. GOC 6300 120 40 10 20 120 1000 6200 200 63 14 Total 99700 3000 976 244 500 3000 19150 88450 4370 1000 320

3. Supply/ Laying of Conduits and pipes related items sub-scope:

S. No. Location Supply and Laying/

Installation of 1” PVC

Conduit with Accessories

Supply and Laying/

Installation of 0.5” PVC

Channel with Accessories

Supply and Laying/Installation of 1” PVC Channel with Accessories

Supply and Laying/Installation of 1” PVC flexible

pipe

Supply of GI Pipe as per

specifications

Supply of HDPE Pipe as per

specifications

1. GMC 650 63 300 42 50 200 2. GKP 1800 222 1500 148 100 2700 3. AMV 1900 165 1400 110 200 4550 4. IZN Nil 120 1000 80 150 4300

Page 75: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-37 रेलवे सचूना ूाणाली कें ि

S. No. Location Supply and Laying/

Installation of 1” PVC

Conduit with Accessories

Supply and Laying/

Installation of 0.5” PVC

Channel with Accessories

Supply and Laying/Installation of 1” PVC Channel with Accessories

Supply and Laying/Installation of 1” PVC flexible

pipe

Supply of GI Pipe as per

specifications

Supply of HDPE Pipe as per

specifications

5. ASR 1550 255 1000 170 150 4300 6. BPL 2650 228 1800 152 200 6100 7. JU 3600 291 1000 194 100 1800 8. NASIK 885 144 400 96 50 200 9. MX 570 297 1485 198 200 1100 10. DHD 950 312 1040 208 150 3050 11. MAS-C 1450 300 1400 200 200 3600 12. MAS-L 750 300 1300 200 150 2850 13. RYP 750 195 900 130 250 4600 14. UBL 850 180 900 120 180 2800 15. MYS 900 180 900 120 160 3500 16. MCS 1400 201 1200 134 180 6000 17. NBQ 800 255 750 170 150 2650 18. DBWS 1000 120 900 80 100 1300 19. KTT 1300 150 400 100 200 5300 20. JUDW 900 180 900 120 100 2900 21. PR 1050 180 900 120 150 4300 22. MTN 1100 180 900 120 200 6900 23. KGP 1900 270 1500 180 150 4200 24. AII 1400 120 1000 80 150 7000

Page 76: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-38 रेलवे सचूना ूाणाली कें ि

S. No. Location Supply and Laying/

Installation of 1” PVC

Conduit with Accessories

Supply and Laying/

Installation of 0.5” PVC

Channel with Accessories

Supply and Laying/Installation of 1” PVC Channel with Accessories

Supply and Laying/Installation of 1” PVC flexible

pipe

Supply of GI Pipe as per

specifications

Supply of HDPE Pipe as per

specifications

25. BSL 1600 120 1000 80 100 4200 26. KPA 1200 150 1000 100 150 3800 27. JMP 900 180 900 120 100 3150 28. JHS 1200 180 900 120 150 4900 29. GOC 2000 240 1100 160 200 8700

Total 37005 5778 29675 3852 4370 110950

4. Rack Installation Works sub-scope:

S. No. Location Supply and

Installation of 24 U Rack

Supply and Installation of 12 U Racks.

Supply and Installation of cable manager for structure cabling.

1. GMC 1 2 3 2. GKP 1 8 9 3. AMV 1 10 11 4. IZN 1 10 11 5. ASR 1 9 10 6. BPL 1 9 10 7. JU 1 8 9 8. NASIK 1 2 3

Page 77: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-39 रेलवे सचूना ूाणाली कें ि

S. No. Location Supply and Installation of 24 U Rack

Supply and Installation of 12 U Racks.

Supply and Installation of cable manager for structure cabling.

9. MX 1 7 8 10. DHD 1 7 8 11. MAS-C 1 13 14 12. MAS-L 1 8 9 13. RYP 1 6 7 14. UBL 1 6 7 15. MYS 1 8 9 16. MCS 1 13 14 17. NBQ 1 7 8 18. DBWS 1 6 7 19. KTT 1 9 10 20. JUDW 1 5 6 21. PR 1 8 9 22. MTN 1 11 12 23. KGP 1 10 11 24. AII 1 9 10 25. BSL 1 9 10 26. KPA 1 11 12 27. JMP 1 6 7 28. JHS 1 11 12 29. GOC 1 12 13

Total 29 240 269

Page 78: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-40 रेलवे सचूना ूाणाली कें ि

2.2.1.1.3 Services Scope (Scope-B):

A: Application Customization/Development/Implementation sub-scope

S.N. Item Description Loc of installation Total Locations

1 Lab Load testing of final developed/customized WISE-II - ERP based workshop application on data centre hardware supplied under the contract to demonstrate scalability of application and for confirmation of data center hardware and network sizing for full Rollout professional user load for 34 workshops as per para 5.7 for ERP based Workshop application. This should be done under the supervision of the ERP OEM and the test results should be certified by them.

CRIS 1

2 Lab Load testing of custom built ROAMS-WISE application module at CRIS for full ROAMS-WISE portal user load as per para 5.7 to be done by a third party appointed by the bidder with the approval of CRIS.

Third Party Location

1

3 User requirement verification and Preparation customization requirement for each rollout location, development of Workshop specific customization and location wise implementation of Workshop application package up to commissioning & Go – Live at each of the 29 specified rollout workshops.

Balance 29 Workshops

29

4 User requirement verification and Preparation customization requirement document for all remaining rollout location for the Central Application module and location wise implementation including development/ customization of reports and integration of MMIS.

Balance HQs, W/Shops, Div., Prod Units.

80

Page 79: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-41 रेलवे सचूना ूाणाली कें ि

B: Training and Workshops S. No.

Item Descriptions Unit

Qty/ Loc.

Location Covered

Tot Loc.

Tot Qty

1

Shop Application Core Team Training (Max. Batch Size-15)

Trainee Man-days

75 Balance 29 Workshops:

29 2175

2

Central Application Core Team Training (Max. Batch size – 15)

Trainee Man-days

5 Balance 80 locations

80 400

3 End user Training for Shop Application users at Shops (Batch of 25)

Trainee Man-days

100 Balance 29 Workshops:

29 2900

4 End user Training for Central Application at CRIS (Batch of 15)

Trainee Man-days

20 All locations of WISE-II other than Shops (HQs, CRIS)

16 320

5 Network Training (Batch Size-15)

Trainee Man-days

15 Balance 29 Workshops

29 435

C: Annual Technical Support

S. No.

Item Descriptions Unit

Qty/ Loc.

Location Covered

1 Annual Technical Support for OS and other System Software (in no. Of years after project commissioning)

Years 1 CRIS

2 ATS on ERP package licenses (in no. of years after final project commissioning)

Years 1 29 workshops

Page 80: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-42 रेलवे सचूना ूाणाली कें ि

D: Additional On site Application hand holding Support after each site commissioning

S. No.

Item Descriptions Unit

Qty/ Loc.

Location Covered

Tot Loc.

Tot Qty

1 Workshop Application Support Working Man-days

28 Balance 29 Workshops

29 870

2 Central Application Support and ROAMS Portal Support at all other project locations.

Working Man-days

5 Balance HQs, W/Shops, Div., Prod Units.

80 400

3. PREQUALIFICATION CONDITIONS:

3.1 In this tender, sole bidders with authorization from OEMs as per tender conditions or Consortiums of not more than three constituent members are permitted to participate.

3.2 The following pre-qualification conditions are mandatory requirements required to be fulfilled by the Sole bidder / Lead member of the consortium or by specific product OEM as indicated below. Bidder may please note that no second opportunity will be given to them for either submission of any clarification, additional information or support document in support of pre-qualification after opening of tender. Any bid not found to be in conformance with any of the pre-qualifying conditions will be summarily rejected and not considered for further evaluation. Please note that all details supplied against this clause in respect of the bidder or any third party shall be kept confidential by CRIS and not disclosed to any outsider.

S.N.

Pre-qualification Parameter Qualification Criteria Supporting documents to be

Submitted

A Eligibility criteria to be fulfilled by the single bidder or lead member of the Consortium.

1 Annual Turnover for each of last three completed financial years

Not below Rs. 840 Crores per annum

1. Copy of Audited Annual Financial results for last three completed financial years.

2 No. of Purchase Orders/contracts for One time Development/

Minimum 2 Nos. in last 5 completed financial years or during the current

1. Copy of Purchase Order/ Contract Agreement. 2. Copy of Customers work

Page 81: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-43 रेलवे सचूना ूाणाली कें ि

S.N.

Pre-qualification Parameter Qualification Criteria Supporting documents to be

Submitted implementation & Support OR long term contracts for provision of IT Services under PPP/BOOT model or otherwise for centralized IT applications, of value not below Rs. 63 Crores per order.

financial year up to the date of tender opening. Out of these, at least one PO should have been awarded to the bidder during this period and at least one PO, which could be an older order, should have been completed during this period. (In case of long term PPP/BOOT or otherwise contracts including services contracts, with terms of 8 years or more, customer’s certificate of satisfaction and commencement of application services will be sufficient. proof of completion)

completion and satisfaction report.3. Customer certified statement of payments received during current and last financial year in case of long-term contract under PPP/BOOT model etc. 4. For long-term contract under PPP/BOOT model or otherwise , customer satisfaction certificate should not be older than 12 months prior the date of opening of tender and it should clearly state the milestone achieved and customers’ satisfaction.

3

The bidder must be an OEM certified implementer for the offered ERP solution. With specified No. of 150 users implementations which cover at least three of the modules asked for in this tender.

Minimum 10 implementations Worldwide that should have been completed by the bidder prior to the date of tender opening.

1. List of implementations with details of Contact person, telephone no. and address of the organization, total no. of users, modules covered. Status of implementation.

4

SEI – CMMi Certification (Applicable for bidders other than ERP OEMs)

Level 5 1. Copy of current certificate. 2. In case of expiry of certification, a copy of certificate from SEI accredited auditor to confirm that reassessment for CMMi level 5 has commenced for the bidder.

B Eligibility Criteria for ERP OEM

1

The ERP product offered should be of world repute. Number of independent, working implementations with minimum 150 users using at least three of the modules asked for in the tender.

Minimum 20 implementations completed across the World including at least 2 implementations for manufacture of Railway Rolling Stock (Locomotives/Coaches/ Wagons/ Train sets).

1. List of implementations with Name of organizations where implemented with contact person, telephone / e-mail ID and modules covered, no. of users and Date of project Commissioning. CRIS shall be at liberty to contact any of the cited customers for verification.

2 Total ERP users base Worldwide

Not below 30,000 users 1. List of implementation with total no. of users, Name of

Page 82: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-44 रेलवे सचूना ूाणाली कें ि

S.N.

Pre-qualification Parameter Qualification Criteria Supporting documents to be

Submitted organizations where implemented with contact person, telephone / e-mail ID. The number of users stated should not include employee users for HR purpose.

C Eligibility Criteria for Server OEM

1

Manufacturer should be of world repute for the offered category of servers

1. Presence in international server market for last 4 calendar years (including the current year). 2. Sales in at least 10 countries.

List of important customers to support the claim with details of class of servers sold.

D Eligibility Criteria for Router/Switches OEM

1

Manufacturer should be world repute for the offered class of network products.

1. Presence in international market for last 4 calendar years (including the current year). 2. Sales in at least 10 countries.

List of important customers to support the claim with details of class of network equipment sold.

E

Wherever the bidder is not the OEM, he must submit an authorization from the OEM with written commitment of back to back technical support and availability of spares for the following specific products only: 1. Servers, 2. Desktops/Thin Clients 3. PDA’s 4. Network active components: Routers, Switches, Security devices, Media Converters, Wireless Equipments, Lease line Modems and LAN extenders and OFC LAN equipment. 5. Offered ERP.

1. Unconditional letters of authorization and commitment of back to back support from OEMs specific to this project for each indicated item as per Annexure 6 of Tender Doc part I) 2. In case of the ERP product, the back-to-back commitment by OEM should be on a Rs. 100 stamp paper, duly registered. It must include the following unconditional clause in addition to the Performa given in Annexure 6 of Tender Doc part I: “In the event of failure of the SI/Implementer to resolve any technical issue relating to customization/ integration/ development of the ERP

Page 83: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-45 रेलवे सचूना ूाणाली कें ि

S.N.

Pre-qualification Parameter Qualification Criteria Supporting documents to be

Submitted product, we as OEM undertake to resolve the issue on behalf of the SI/ Implementer at anytime during currency of the contract”.

4. PROCEDURE FOR EVALUATION OF BIDS 4.1 This is a two bid tender which will be opened as described in Tender Document Part-I, Para 9 and Para 10 (Instructions to Tenderers). The technical bids will be opened first and evaluated as described below. 4.2 EVALUATION OF TECHNICAL BIDS: 4.2.1 All opened bids will be scrutinized for responsiveness. Any bid submitted without the prescribed EMD and/or the cost of the tender document will be treated as non responsiveness. Bids with any ambiguity and/or any significant deviation from the general terms & conditions of the Tender Document are also liable to be treated as non-responsive at the discretion of CRIS. All non-responsive bids shall be rejected summarily and shall not be evaluated further. 4.2.2 All responsive bids shall be subjected to a three stage detailed technical scrutiny by a Tender Committee appointed by CRIS with inter-stage eliminations as described below. Bidders whose offers are eliminated during the process of evaluation shall not be informed. CRIS will inform only the short-listed bidders as considered necessary. The decision of CRIS shall be final in this respect.

Stage No.

Detailed Technical Scrutiny Stage description

Criteria for short listing

1 Pre-qualification/Eligibility stage: All bids found responsive shall be subjected to detailed scrutiny in respect of conformance to pre-qualification/eligibility criteria laid down in the Tender Document. Documents furnished in the offer will form

Any bid which fails to meet the pre-qualification/ eligibility criteria will be summarily rejected and not considered for further technical scrutiny. The decision of CRIS shall be final in this respect

Page 84: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-46 रेलवे सचूना ूाणाली कें ि

Stage No.

Detailed Technical Scrutiny Stage description

Criteria for short listing

the basis of this evaluation. The bidders shall be solely responsible for any errors of commission or omission, which may result in their disqualification.

2.

Detailed Technical examination Stage: Detailed technical examination of bids short-listed from Stage (1) to establish conformance to technical specifications and other terms & conditions in respect of the scope items. Technical clarifications, if considered necessary, may be asked from the respective bidders at this stage.

1. Conformance to tender conditions and specifications is required. 2. Bids which are not considered to be in conformance to technical specifications and terms & conditions of the Tender will be rejected at this stage and shall not be invited for the next stage of technical evaluation comprising of Technical presentation including demonstration of ERP solution and POC.

3. POC Stage comprising of technical presentation including demonstration of ERP solution and Proof of Concept (POC) at CRIS: A notice of one week will be given to the bidders whose bids are found in conformance to Technical specifications and Terms & Conditions of the tender to present their solution and demonstrate POC. One full working day will be provided to each bidder for this purpose. The bidders may carryout set up of their POC environment at CRIS one day before their assigned POC demonstration Day. The

Item

Maximum marks

1. Offered ERP in use on any other Railway system in similar format. (To be shown as a part of technical presentation.)

5

2. Conformance of offered ERP product to Workshop Application Functional requirements to be demonstrated for each listed function in Annexure 2.X (to be shown as a part of ERP Solution Demonstration). i) Zero marks for up to 65% conformance ii) Additional 1 marks for every additional 1% compliance or part thereof subject to a maximum of 25 marks.

25

Page 85: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-47 रेलवे सचूना ूाणाली कें ि

Stage No.

Detailed Technical Scrutiny Stage description

Criteria for short listing

demonstration shall be carried out as per Para -5.9 of Special Conditions of Contract - Tender Document Part-II. A sample Workshop data is given in Annexure – 2.XII for guidance. Any parameters not given may be assumed suitably to configure the offered ERP for demonstration of functionalities/ POC.

3. Flexibility and configurability (to be shown as a part of ERP-Solution Demonstration).

10

4. Demonstration of 5 Use Cases given in Annexure 2.XI

60

4. Minimum qualifying marks for any bidder to be short-listed as technically suitable will be 75%. However, CRIS reserves the right to accept or reject any bid without assigning any reasons.

Total Marks 100

Minimum total score required for final short-listing of any bid as a Technically Suitable bid

75

4.2.3 Technically suitable, short-listed bidders shall be given an opportunity to submit a supplementary commercial bid in terms of Para 9 of Instructions to Tenderers. CRIS shall be at liberty to add any other additional item as considered necessary for completing the purpose of the project at this stage and seek revised bids in respect of such additional items from all the short-listed bidders.

4.3 COMMERCIAL EVALUATION OF BIDS:

The original/ revised commercial bids, as applicable, will be opened in presence of bidders/their representatives who choose to be present at declared commercial bids opening place at pre-informed date and time. The commercial ranking and evaluation of bids shall be done in accordance with Clause 31.2.2 of the Tender Document part-I.

5. TECHNICAL REQUIREMENTS:

5.1 Environment and Power supply conditions:

Page 86: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-48 रेलवे सचूना ूाणाली कें ि

5.1.1 Electrical power shall made available for all equipment requiring to be connected to the mains in conformance to Indian Electricity Act. a) In case of 3-phase power supply: 415+/- 10% V, 3 phases, 50 +/- 3% Hz. b) In case of single-phase power supply: 230 +/- 10% V, single phase, 50 +/- 3% Hz. 5.1.2 All equipment supplied will normally be suitable for operation in ambient temperature ranging from -50C to + 500C with RH up to 95%. The outdoor atmosphere should be expected to be dusty. Any equipment, which requires special ambient conditions for its normal operation, must be clearly identified in the offer along with details of required ambient condition.

5.2 General requirements for WISE-II application:

1. The Application should be a browser based centralized application with minimal client end requirement of processing resources to enable use of a disk less PC / appropriate thin client. This application will comprise of two elements: ERP based application for Shop based Users and a Custom built, portal based Central application for users outside Workshops including Zonal HQs, Divisions, RDSO, Production Units and Railway Board etc. Both the ERP application and the central application along with databases will be deployed at central location at CRIS, Delhi.

2. The applications should be highly parameterized and customizable to enable quick rollouts at other workshops of Indian Railways, if required in future.

3. The applications should be well optimized to use minimum processing and networking resources and should be highly scalable. The number of users in WISE-II application may increase in future up to 3000 ERP Users after other major applications integrated with WISE-II application like ICMS, LMS and FMM application etc., are fully rolled out. Total custom built, portal based Central application user base may increase in future up to of 10000 for users located outside the Workshops. The number of employees who eventually use HR module may go up to 200,000 in future. The workshop maintain coaches, wagons, locomotives, EMUs etc. The offered product should be capable of providing such multi asset customization and high degree of scalability. Owing to large size of Indian Railways system, there are likely to be differences in capability of different maintenance units to absorb and implement the application to different functional granularity. There will be a need for the application to run at different maintenance units for the same asset at different levels of functional granularity. The offered product should be fully capable of functioning faultlessly, in a robust manner, under such conditions and permit users to learn and move towards more complex application features at a pace of their convenience.

4. The WISE-II application will comprise of the following components:

Page 87: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-49 रेलवे सचूना ूाणाली कें ि

4.1 ERP based Workshop Application: This will be an ERP based workshop application which will be used by users in workshops who are directly involved in Rolling Stock Periodic Overhauling (POH) or production activities. Shop application will be integrated with the ROAMS-WISE application to share specific information necessary to achieve the functions specified in Annexure 2.X. The ERP and Central users shall be segregated and Central application users will not be users of ERP. However, ERP users may use Central application based on permissions..

4.2 Custom built, portal based, Central application (ROAMS-WISE Application): This will be a custom built, J2EE based application that will be nomenclatured as ROAMS-WISE module. Modules other than HR module will be used by users located outside shop including, Divisional Controllers, HQ Controllers, Headquarters, Production Units, RDSO and the Ministry of Railways. The HR module will be a part of this custom built application that will be used by the employees of shops for self-service purpose. ROAMS-WISE will be deployed on the Rolling Asset Management System (ROAMS) portal to be provided by CRIS outside the scope of this project as per details given in Annexure 2.IX. Detailed functions to be covered under ROAMS-WISE application are specified in Annexure 2.X Central Application Requirement.

4.3 Business Intelligence solution: BI solution should be capable of detailed analysis and provide Self Customizable dashboards, batch reports, historic report and online- Reports as per Annexure 2.X for ERP application. It should have rich reporting facility with graphics. The offered solution should serve as the reporting ware for the application. This component may be a part of the ERP offerings or a separate component integrated with the application to achieve the purpose of the Application. It should meet the requirements given in Annexure-2.X ERP Application requirement. Central application Reporting /BI requirements will be met by the existing BI production/ development server of FMM-LMS infrastructure available at CRIS as per Annexure-2.IX which will be made available to the bidder for development and implementation of ROAMS-WISE reports and analytics.

4.4 DMS component: The component provided should be capable of meeting the documentation requirements of the ERP application. This component may be a part of the ERP offerings or a separate component integrated with the application to achieve the purpose of the Application. It should meet the requirements given in Annexure-2.X ERP application Requirements. The Central application Document Handling and e-Library system will be built on a existing common infrastructure provided by CRIS as per Annexure-2.IX.

Page 88: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-50 रेलवे सचूना ूाणाली कें ि

4.5 Integration of RFID readers and E-Pen with application at the client end at transaction forms level. This is required to be done to achieve functions given in Annexure 2.X.

4.6 Customization of front-end to provide a user-friendly GUI for use of touch screen kiosks in maintenance areas.

4.7 Integration with existing Material Management Information system (MMIS), ICMS, FMM,LMS etc at CRIS is required to collect the required information like the status of purchase and consumption of components, personal/Leave information of an employee etc. This integration is required at database level in batch mode. This will involve exchange of predefined data between two interacting databases. The integration will be done by bidder using existing CRIS infrastructure as per Annexure-2.IX.

5. The bidder will provide details of the development model & methodology to be followed for development of application package. Also, the measures taken for quality control must be brought out with clarity.

6. The bidder shall provide well-trained and experienced manpower to form teams for implementation within the targets. Bidder will submit a detailed implementation strategy which should indicate the steps involved up to Go-Live, Manpower deployment plan indicating requirement of manpower for forming teams from CRIS/Railway.

7. The work of collection of master data will be done by CRIS/Railway. However, preparation of data and migration to ERP package will be done by the bidder.

8. Test data will be provided by CRIS/Railway as defined by the bidder during implementation process. The manpower for entering data and testing will be arranged by the bidder.

9. The application should be manageable and maintainable from remote location. 10. The bidder should spell out mechanism for handling and implementing change

requests after Go-live at the site. Each change request will be properly documented and supported by Industry standard change management practices.

11. The application should be accessible through Internet in a secure manner by using VPN over Internet. The SSL VPN device shall be provided by CRIS along with the Portal infrastructure at the time of implementation.

12. The application should take into account local laws and taxation rules prevailing in India at the time of implementation. Any changes necessary during the support period will be attended by the bidder by permitted users.

13. A suitable development tool should be used for development of the Custom built Central application with proper change management practices. Any software license required for this purpose will be arranged by the bidder.

Page 89: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-51 रेलवे सचूना ूाणाली कें ि

14. The Central application being arranged by CRIS outside the scope of this project, will be built on J2EE platform and shall be compliant to SOA and Web services standards e.g. SOAP, XML etc.

15. Source code for customizations of ERP and custom built parts of the application developed under this Work will be handed over to CRIS on completion of project and will remain a property of CRIS. The bidder will not use the same for any purpose for any other client.

16. CRIS will provide limited space for accommodating the development team of bidder along with CRIS’s own team. However, necessary IT equipment & furniture required for his development team and any extra accommodation as required shall be arranged by the bidder at his own expense. The bidder may place the development team at any location of his choice provided it is acceptable to CRIS and does not impose any limitation on the progress of the project.

17. No accommodation, boarding, transportation or any other charge will be payable to Bidders implementation teams by CRIS. All expenses of any nature for the bidders’ teams will be paid by the bidder.

18. Bidder will issue identity cards to their team members who enter Railway premises for the purpose of the project. Railway’s procedures and rule will be followed strictly in this respect.

19. NO photography or video filming will be done in railway premises except with explicit permission of CRIS.

20. The bidder will be responsible for following all labour laws and safety procedures in respect of men employed by them in Railway premises for the purpose of this project.

21. The user requirements given in Annexure 2.X provides a fairly detailed picture of actual requirements. These will however be verified and finalized by the bidder after a detailed “As Is” study including conducting survey of user requirements and Business processes at eight workshops, viz, Charbagh workshop, Lilluah, Lower Parel, Wagon Repair shop Raipur, Lallaguda workshop (Secunderabad), Coach Mid-life Rehabilitation Works/ Bhopal, SER Workshops, Kharagpur and Locomotive Workshop/Perambur/Chennai to ensure completeness. A detailed User requirement and Business process study document with Business process mapping and gap analysis for the offered ERP solution will be prepared by the bidder and submitted to CRIS for approval. The document should cover all the components of the WISE-II ERP application. The document should also clearly state the performance parameters and service level requirements. The approved document will form the basis of customization and application development.

22. A one member CRIS team for outstation/site will associate with the survey teams deputed by bidder to facilitate their movement inside the selected railway premises.

Page 90: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-52 रेलवे सचूना ूाणाली कें ि

23. The bidder will give item wise man-month requirement breakup for application customization, development, implementation and testing items covered under the Services scope.

24. The Bidder must submit conformance to the functions listed in Annexure 2.X in the following format: 1) For ERP based Shop application:

Bidders should indicate the following details against each function/ sub function listed in:

i) Offered ERP Module Name

ii) Offered ERP Functionality Name iii) The Level of functional conformance should be indicated as given below against

each function/ sub-function –

“1” for direct compliance/compliance with configuration, “2” for low level customization required, and “3” for deep customization/ fresh development required.

Bidders may note that for the purpose of technical assessment response “1” and “2” will be treated as “Conformance” while response “3” will be treated as Non-Conformance.

2) For Custom built applications portal based Central application (ROAMS-WISE module): Bidders to indicate their response for each function as “Y” for conformance and “N” for non-conformance.

25 Hosting of the application

1. WISE-II - ERP based workshop application will be completely hosted at the centralized environment created at CRIS, New Delhi under this work. The BI and portal offered to work with the offered ERP solution will also be hosted on the same environment .The bidder should ensure that the proposed solution takes into account any additional requirements necessary for the purpose of the project in addition to those stated under the scope to ensure completeness of the infrastructure. These additional requirements should be adequately justified in the technical bid.

2. ROAMS-WISE custom built module along with its BI and DMS components

will be deployed on existing FMM-LMS portal infrastructure provided by CRIS. The details of existing infrastructure are given in Annexure 2.IX. Any upgradation of existing infrastructure required for the purpose of hosting

Page 91: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-53 रेलवे सचूना ूाणाली कें ि

ROAMS-WISE application will be done by CRIS on need basis. The work of development, testing, customization & implementation and integration of this module will form a part of the scope of this work.

3. WISE-II central hardware will be installed inside CRIS data centre and

integrated with the existing LMS-FMM infrastructure as indicated in Annexure 2.IV. Existing SSL VPN device will be used for providing secure access to WISE-II users over internet. Existing antivirus software will be used and any licenses necessary will be arranged by CRIS. Existing SAN infrastructure will be used along with the existing back up infrastructure for this work. Any upgradation considered necessary will be provided by CRIS at their own cost.

5.3 ERP solution requirements:

The Shop Application is required to be an ERP based application. An off the shelf ERP package is required to be configured and customized to achieve the functions stated under Workshop Application requirements. The ERP solution should be a World class and reputed product which should inter-alia fulfill the following requirements:

1. Should support SOA architecture and should be easily integrated with industry standard middleware technology.

2. Should be highly parameterized and configurable to minimize the extent of code changes in customization.

3. Should support ITIL best practices. 4. Should consume less network resources. 5. Should have integrated rich, graphic reporting and dashboard based monitoring

capability. 6. The application should be Unicode Compliant with support for Indian languages. 7. Should have capability to integrate easily with pervasive devices like RFID and IP

based assets/equipment on a common infrastructure. 8. Should permit easy integration with legacy applications and databases. 9. Should have a user friendly GUI which should be easily adaptable for use of

touch screen. 10. Should be a WEB based, 3-Tier application which should integrate well with an

industry standard Portal-ware. 11. Should provide transaction logs and audit trails by date time and user ID for all

functions covered within the application. 12. Should be robust and without any limitations on scalability. 13. Should be completely secure with provision of single sign on, easily configurable

user access permission hierarchy. 14. Should have seamless integration between various modules with no duplication

of data entry for any purpose.

Page 92: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-54 रेलवे सचूना ूाणाली कें ि

15. Should have modules for, inter alia, Rolling Stock Maintenance, Material Control, production Planning and Control, Machinery and Plant Maintenance, Quality management.

16. Should permit phase implementation of additional modules in future. 17. Should have minimum third party ware. Any third party ware use should be fully

supported by ERP vendor and should be seamlessly integrated in the application. There should be complete compatibility between different technologies used in the solution.

18. The solution should be built using open standard like SOAP, XML, WEB services, XSL, XSLT etc.

5.4 Solution architecture

1) The solution is required to help end users and groups improve their productivity through enhanced collaboration, optimized knowledge management, and personalized access to critical applications and data using Web-based portals and mobile interfaces. The bidder should give a complete proposed application architecture giving details of various software technologies proposed to be used. The proposed deployment of various software licenses with exact numbers should be indicated for each server proposed in the hardware architecture.

2) The bidder should also provide complete details of offered data centre Hardware architecture and network architecture proposed. The data-center architecture given in Annexure – 2.IV is the basis of minimum hardware requirement and network requirement for the project. Proposed architecture must use this specified minimum equipment or any additional items as considered necessary to meet the requirement of the application and to achieve the targeted performance as given in Para—7 below. The cost of any additional equipment or increased number of items proposed by the bidder will be included in the total cost of offer.

3) CRIS will provide a dedicated 2 Mbps connectivity between shops and CRIS data-centre over leased line/ FOISNET. The responsibility for maintenance of leased line will be that of CRIS. Also, CRIS will provide an alternate connectivity at each Workshop to provide degraded service in event of failure of the main connectivity. CRIS will also provide a dedicated 2Mbps bandwidth for Internet connectivity through an ISP at CRIS data-centre to facilitate access of system by Central application users.

4) In case the solution of the bidder is accepted, the responsibility for providing the

targeted performance with the proposed solution will remain entirely with the bidder and any augmentation of network band width up to the end of warranty period or hardware capacity will be done by the bidder at no additional cost to CRIS and within the obligations of this contract.

Page 93: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-55 रेलवे सचूना ूाणाली कें ि

5.5 Hardware requirements:

1. Detailed hardware specifications and requirements are given in Annexure2.I. These are minimum requirements which must be met by all bidders. Any failure to comply with the requirements indicated as “Major Parameters” will be treated as a major deviation and may result in technical disqualification of the bid at the discretion of CRIS. Requirements indicated as “Other parameters” are also required but acceptable alternatives may be considered for acceptance at the discretion of CRIS. Offered equipments must be guaranteed against commercial discontinuation due to obsolescence for period of at least three years after the date of order.

2. The central hardware specified in Scope A (Pilot Phase) is aimed to cater to the

requirements of pilot phase of WISE-II project. The central hardware should be scalable to cater to rollout phase to cover all 34 workshops. The augmentation of central hardware from phase-A to Phase B is to be done on the basis of users load and performance parameters as specified in para 5.7 and para 7.1 respectively. The final scalability requirement specified is to keep the infrastructure usable for creating a common infrastructure for other major rolling stock application rollouts like FMM-LMS application etc.

3. LTO-4 tape library will be used for backups along with a backup server both being arranged by CRIS outside the scope of this project.

4. Existing two FMM-LMS portal servers available at CRIS will be used to host the ROAMS-WISE central application along with existing ROAMS FMM-LMS application. The BI and DMS server of the existing infrastructure will be used to cater to ROAMS-WISE central application requirements. All report development will need to be done on this environment. The development environment for the Portal and BI will be provided by CRIS. Any augmentation of existing infrastructure required for maintaining performance for ROAMS-WISE and ROAMS FMM-LMS applications will be done by CRIS at their own cost as and when required.

5. The bidder will setup the WISE-II data-centre. The proposed CRIS data centre Architecture schematic given in Annexure -2.IV prominently indicates the existing elements of infrastructure which are being provided by CRIS for WISE-II project.

6. In order to simplify maintenance and support issues, all the offered servers should be from the same OEM and other equipment supplied must also be suitable for mounting in the OEM racks.

7. The kiosk forms an important part of user end automation scheme. It must be ergonomically designed with material selection suitable for heavy-duty industrial use. A general, sketch with broad requirements is given in Annexure 2.I, item 20 of tender document Part- II.

Page 94: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-56 रेलवे सचूना ूाणाली कें ि

8. The bidder must submit a list of makes and models for all offered items.

5.6 Network requirements:

1. The existing Central FOIS (Freight Operations Information System) router at CRIS will be used to provide necessary ports required for WISE-II system at central data-centre.

2. WISE-II application will be an ERP based application with around 45 users at each Workshop on an average. Thus, each Workshop will need to be connected to CRIS through minimum 2 MBPS leased lines/ FOISNET to provide the necessary performance. Installation and configuration of Leased line/ FOISNET Modems will be done by bidder but it will be the responsibility of CRIS to hire lease lines of required bandwidth and provide the same in time according to the accepted project plan for providing connectivity to the project workshops.

3. The structured LAN cabling work at CRIS data centre will be done by CRIS but

Patch cords etc required for server interconnections shall be provided under the WISE-II project as per scope.

4. Custom Built WISE-II Portal based central application will be accessed by authorized users from RDSO, Production Units, Zonal HQ’s, Divisional HQ’s, other workshops and Railway Board using internet with VPN or through FOIS intranet. In order to provide internet access to WISE-II system, the existing infrastructure of Internet Gateway at CRIS for FOIS project is proposed to be utilized. An additional dedicated bandwidth of 2-MBPS will be hired by CRIS on the common CRIS Gateway and made available for this project in time.

5. Existing firewall and IPS will be used for this project. Existing anti-virus servers will be used for WISE-II clients at CRIS.

6. Fibre optic backbone will be provided at each WORKSHOP in ring topology. Schematics of workshop LANs for each workshop are given in Annexure-2.V. Quantities of items of work given in the Scope of works, Para 2.1.1.1.2 and para 2.2.1.1.2 above are guiding quantities which may vary according to actual site conditions to accommodate any changes approved by CRIS in course of execution of work. However, the bidders must offer according to the quantities indicated in the tender document and variations, if any will be accounted for after actual execution of the work as per terms and conditions given elsewhere in this document.

7. The bidder will completely integrate the network at workshops level and also at CRIS to complete the purpose of this project. Any item omitted or not mentioned explicitly in the offer at this stage but necessary to complete the work at execution stage will be deemed to be included and shall be provided by the bidder at no extra cost. The bidder may familiarize himself with actual locations if considered necessary.

Page 95: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-57 रेलवे सचूना ूाणाली कें ि

8. The bidder will be provided permission to work in railway premises on request. He shall be provided electricity and water at site free of charge within a reasonable distance from actual work place.

9. The bidder will be provided site space to store his equipment and material necessary for carrying out the work without any charge. The bidder may also be permitted to construct a temporary enclosure for this purpose which will be demolished and the site handed over to railways in original form on completion of work. In case it is considered necessary by railways, the bidder will have to unconditionally vacate the site space within 7 days with no claim for any compensation on any account.

10. Bidder will extend power supply to active equipment from the nearest point identified by railways as a part of installation of the respective equipment. Necessary permission will be provided by railways through CRIS.

11. Bidder will properly protect the digging and working sites to avoid any injury to workshop staff and take due care to preserve cleanliness and aesthetics of surroundings during the course of the work.

12. The bidder will remove all waste material, debris or scrap from workshop at the end of the work. Commissioning of work will not be considered complete without ensuring this project end clean up.

13. Detailed network specifications and acceptance test procedures for both items of supply and works will comply with provisions of Tender Document part-II, Annexure -2.II.

5.7 Application testing and Server sizing: 1. The following matrix is given to define total professional users load at pilot phase and at rollout phase with concurrency expectations. These pertain only to the ERP based workshop application.

ERP named Users /ERP portal users (Concurrency: 70%)

BI users for ERP application ( concurrency 30% )

ROAMS-WISE Central - Application Portal Users ( concurrent )

Pilot Phase User load for 5 workshops 225 150

250

Roll out phase user loads for all 34 Workshops

1530 1020 2500

Page 96: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-58 रेलवे सचूना ूाणाली कें ि

2. The sizing for server upgradation for rollout phase will be based and tested on Enhanced Total professional user load at rollout phase with an additional load factor of 100% over the above concurrent user load to account for CPU utilization factor and peak load contingencies. The enhanced user load for ERP application shall be treated as transaction load and divided equally between relevant modules for required functional areas i.e., Production Planning/ Scheduling and manufacturing, Inspection & Testing, Plant maintenance, Material Inventory Management, Controlling & Monitoring , Costing of repair and manufacture for the purpose of server upgradation sizing verification/testing. The transaction user load should be generated artificially using a suitable testing tool to be arranged by the successful bidder at the time of application testing at their expense. The fully developed /customized ERP based workshop application will be tested under the supervision of the respective ERP OEM and the results of testing indicating adequacy of the upgraded server configuration supplied shall also be certified by the ERP OEM. The application performance should meet service levels specified under para 7.1. 3. In case of custom built ROAMS-WISE module, load testing will be carried out by a third party at CRIS to prove scalability of the developed application under artificial transaction user load as given above for ROAMS-WISE application. The application performance should meet service levels specified under para 7.1.

5.8 Project management:

1. The bidder will provide an effective project management in place for fast execution and quick resolution of any conflicting issues. There will be nominated incharge for each site of work. The bidder will give details of teams formed for different elements of work/services involved in the turnkey project with definitions. Also, any role expected of CRIS/Railways should be clearly brought out.

2. CRIS will deploy a Core team comprising of Workshop and CRIS personnel/ Engineers for application and network purpose on full time basis for WISE-II implementation. The core team will also facilitate user requirement surveys outside CRIS @1 CRIS Engineer/ survey site.

3. Time is the essence of this turnkey project. The project is required to be completed in a time bound manner and Milestones, given in Annexure-2.VII, must be achieved by the bidder. Bidders may submit any readjustment of milestones to suit their implementation strategy in their bid without altering the last Milestone of Pilot project completion which cannot be extended further.

4. Successful bidder will have to submit a pert chart for the project giving details of resources required for different activities and identify the critical path. Risks anticipated in achieving the targets must be defined along with mitigation strategy. The project schedule will be approved by CRIS along with the application blue print. The approved schedule will be referenced for all project implementation matters.

5. A Project Kick-Off conference will be organized by the bidder to announce formal commencement of project within 30 days after finalization of contract to ensure

Page 97: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-59 रेलवे सचूना ूाणाली कें ि

highest level of involvement of stakeholders and User groups. Similarly a project sign-off meeting will be held to announce completion of the project as per project completion milestone.

6. The bidder will also organize six monthly project review sessions in which senior Railway Management will be involved to ensure continued field support and focus on the project achievements.

7. There will be a joint project review meeting between CRIS and bidders project leader on monthly basis to monitor milestone achievement and resolution of any long pending issues.

5.9 Proof of concept (POC):

1. The bidder is required to demonstrate their solution on invitation by CRIS before a committee appointed by CRIS. The solution demonstration will comprise of Technical presentation of solution and its existing similar implementation, demonstration of sample use cases as per Annexure 2.XI of tender document part-II and demonstration of flexibility and configurability of the solution.

2. The bidders will be required to set up necessary complete environment at CRIS one day before their POC date at their expense. Each bidder will be given one full day for this demonstration. Third stage technical assessment will be done by CRIS on the basis of the POC.

3. Sample Shop scenario has been given in Annexure 2.XII for information of the bidders and to help them in configuration of their POC. Bidders may assume any additional suitable information as necessary to build the POC.

5.10 Documentation and media:

Tenderers shall supply standard user/ operational manuals/documentation pertaining to all equipment, system software and ERP package. All software including all equipment drivers will also be supplied in original media copies in addition to any preloaded software. Any patches or upgradation will also be supplied as media copies from time to time as necessary.

5.11 Training: The training for core team (EDP centre and CRIS personnel) should be arranged in such a way that, the team should be in a position to maintain the ERP application/ Central application beyond the handholding support. The team should be imparted training, inter-alia, on the following topics:

• Architecture of the ERP product • Working with Software Tools of the ERP product • Data structure and organization (Schema)

Page 98: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-60 रेलवे सचूना ूाणाली कें ि

• Configurable parameters, their linkage to modules and how to configure. • Customization of ERP processes, user interfaces and reports. • Interfacing with external modules. • Working knowledge of ERP platform. • Development of applications in J2EE, etc.

6. WARRANTY & SUPPORT:

1. Warranty/ATS will become effective for all equipment/items after Project commissioning date as given in the mile stone chart.

2. The warranty support for hardware and network equipment at Central Data centre will be 24X7 support with any time call registration and call attention time of less than 12 hours for all servers, external storage with SAN components, tape library and active network components.

3. The warranty support for all other hardware and network at CRIS/Shops/other locations will be 7 days a week, standard day shift support with any time call registration and call attention time of less than 24 working hours for all items.

4. Technical support for ERP and all system ware will be 7 days a week standard day shift support with call resolution time of less than 24 hours.

5. ATS support cost for system software and ERP application software must be mentioned separately for each item in the commercial offer and should not be included in the basic cost of item.

6. CRIS will be at liberty to extend the support for an additional period of up to three years after completion of warranty for all items or selected items as considered necessary. The rates payable for such support will not exceed the rates charged in the offer for warranty support.

7. Warranty performance quality will be assessed on quarterly basis. Any failure to attend a call within the time limit stipulated above in any Quarter starting from the date of commencement of warranty will result in extension of warranty period by a period of 1 month for all such items supplied for the complete project at no extra cost.

8. Any failure to provide the availability levels prescribed in Para-7 below will result in extension of warranty period by 1 month for the complete affected installation. Each workshop and central data centre facility will be counted as different separate installations for this purpose. This penalty will be applicable in addition to the item 7 above.

9. A helpdesk facility will be provided by the bidder as a part of WISE-II application for providing application support to users, directly logging warranty calls and accountal of the availability parameters. Staffing of the helpdesk will be done by CRIS/Railways.

Page 99: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-61 रेलवे सचूना ूाणाली कें ि

7. SERVICE LEVELS REQUIRED:

As the applications are centralized applications, user experience is extremely important. It is therefore necessary to provide the following minimum performance levels which should be measured under test as well as actual use conditions in specified load conditions:

7.1 Performance: 7.1.1 Application response time for ERP based Workshop application accessed directly or through portal over WAN:

1. Below 2 seconds for 80% cases. 2. Not beyond 5 seconds for any case. 7.1.2 Response time for ROAMS-WISE application over internet : 1. Below 5 seconds for 80% cases. 2. Not beyond 10 seconds for any case.

7.2 Availability: 1. Availability of hardware of the central data-centre installation (down time on

bidders account to be calculated for call registration to call resolution time in hours) should not be below 97%, calculated on quarterly basis. For this purpose any supplied server down or external storage down will be treated as installation down.

2. Availability of network installation at Shops (down time on bidders account to be

calculated for call registration to call resolution time in hours.) should not be below 98% calculated on quarterly basis. For this purpose more than 4 nodes down at any shop will be treated as installation down for the workshops. In case of central data-centre at CRIS, failure of any supplied active network component resulting in interruption of work will be treated as installation down.

8. INSPECTIONS AND ACCEPTANCE TESTING: 1. All network items of supply will be inspected according to acceptance procedure

given in Annexure2.II.

Page 100: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-62 रेलवे सचूना ूाणाली कें ि

2. All network related works will be inspected by CRIS in accordance with the following procedure:

1. Work completing inspection will be performed by CRIS in presence of bidder’s representative and Consignee’s representative at site on completion of each project Works milestone.

2. Items of check will be as specified in Tender Document Part-II, Annexure -2.II.

3. All hardware item and System software/ERP Licenses will be inspected in accordance with the following procedure: 3.1 Preliminary Inspection (Pre-inspection): (To be carried out by CRIS

representative in the presence of bidders representative, at Consignee site for all shop equipment and at CRIS for all other consignees.)

1. Physical verification of receipt in good condition after unpacking at site 2. Matching of serial numbers of equipment against delivery documents. 3. Verification of model numbers against PO. 4. Power on check of all equipment to identify dead on arrival for other than

software items. NOTE: Material at site will be received by representative of consignee in packed condition on the basis of delivery documents. Receipt will not constitute preliminary inspection.

3.2 Final Inspection: (To be carried out by CRIS in presence of Bidders representative and consignee’s representative)

1. In case of hardware, complete installation and commissioning of equipment and its configuration for running the application to be conducted after completion of Project Mile Stone no. S22 for WISE-II.

2. In case of system-ware & ERP software, this will constitute a check to ensure that the application is working satisfactorily. This will be conducted after completion of Project Milestone no S22 for WISE-II.

4. Acceptance procedure for Application software:

4.1 Preliminary Acceptance: (To be carried out by CRIS in presence of Bidders representative)

1. Application will be tested for full functional conformance with accepted User Requirement Document, at test bed implementation stage for both ERP based workshop application and ROAMS-WISE application.

Page 101: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-63 रेलवे सचूना ूाणाली कें ि

2. Service performance levels will be demonstrated under test conditions with artificial User load on the supplied infrastructure at CRIS as given in Para 5.7 above.

4.2 Final Acceptance testing: (To be carried out by CRIS at each workshop

location in the presence of Railway representative and the bidders representative after Milestone S22 for WISE-II)

1. Selected features of application modules will be tested at each project location after project commissioning.

2. Performance levels will be demonstrated at each implementation location under actual use conditions with supplied infrastructure installed at CRIS.

5. Any special testing equipment or software or expertise shall be arranged by the

bidder for the purpose of above tests. 9. DELIVERY, INSTALLATION AND COMMISSIONING / COMPLETION OF

WORKS: 9.1 All items of supply for location other than Workshops will be consigned to GM P-

II/CRIS, Pragati Maidan Metro Campus, Pragati Maidan, New Delhi-110002. These items will be sent to respective location by CRIS and installed and commissioned by the bidder at respective locations on receiving intimation from CRIS.

9.2 All items of supply for 34 Workshops will be delivered to respective Workshops. 9.3 Addresses of consignees for workshops and all other project locations are given

in Annexure- 2.VI. 9.4 Delivery Period: All items of supply scope will be delivered within 8 weeks

after the placement of purchase order/LOA. 9.5 Installation and commissioning: All supply items will normally be installed and

commissioned within 3 months from the date of placement of PO/ LOA at CRIS and within 6 months from the date of placement of PO at workshop locations.

9.6 The dates for completion of items of services and works scope will be in accordance with accepted Milestones given in Annexure -2.VII.

10. PENALTIES FOR WORKS & SERVICES: 10.1 Milestone wise penalties: Any delays in achieving any milestone associated

with a payment as per Para-11 below will result in a penalty of 0.5% of the value payable on that milestone for every week of delay or part thereof subject to a maximum of 10% of milestone payment.

Page 102: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-64 रेलवे सचूना ूाणाली कें ि

10.2 Penalty for overall delay in project execution: Time is the essence of this project and early completion of work is important. In the event of any delay in completing project completion mile stone, a penalty equal to 0.5% of the total value of contract as per PO/LOA on for every week of delay or part thereof subject to a maximum of 10% of total contract value will be deducted from balance payments after adjusting any milestone wise penalty already imposed so as to avoid double penalty. In event of excessive delays, CRIS reserves the right to cancel the contract.

11. PAYMENT CONDITIONS FOR SERVICES & WORKS: Payment for both services and works items given in the schedule of requirements will be paid as given below:

11.1 Intermediate payment:

All payments made before the date of completion of project (Project completion mile stone S22) will be called intermediate payments. These payments will be made against submission of Bank Guarantee for an equal amount issued by such banks as applicable for PWG Bond given in Para 23 of Tender Document part-I. This BG will be valid for a period of 18 months from the date of issue. This BG may be forfeited in whole or part, as deemed reasonable, by CRIS in event of failure of the bidder to complete the project. These BGs will be returned on completion of Project Completion milestone. The amount of intermediate payment will be 80% of the value of items linked to an intermediate payment mile stone, as given in the table below at Para 11.3, based on actual physical measurements certified by CRIS in case of works items. The following documents are required to be submitted for release of intermediate payments: 1. Bank Guarantee of an amount equal to amount claimed valid for a period of 18

months 2. Work/ Services Completion Certificate incorporating physical measurements for

completed works issued by CRIS for the respective payment Milestone.

11.2 Final Payment:

Final payment will include payments due for the Final Payment Milestone as per the table given below and the balance 20% payment for all intermediate payment milestones. It will also include payment for ATS support. 1. Confirmation of validity of PWG Bond for a period of 3 months beyond the last

date of warranty / ATS Support period for any item covered under this contract. 2. Work completion certificate issued by CRIS for project completion up the final

payment milestone given in Para 11.3.

Page 103: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-65 रेलवे सचूना ूाणाली कें ि

3. Confirmation of network and hardware equipment supplied and commissioned to be in working order at all locations.

11.3 Payment Milestone Table services and works scope items: 11.3.1 Services Items S.N. Item No. of Schedule of

Requirements Intermediate Payment Milestone

Final Payment Milestone

1. 2.1.1.1.3. Item A 1 S6 S12

2. 2.1.1.1.3 Item A 2 S8 S12

3. 2.1.1.1.3 Item A 3 & A5 S7 S12

4. 2.1.1.1.3 Item A 4 S10 S12

5. 2.1.1.1.3 Item B1, B2 & B6 S4 S12

6. 2.1.1.1.3 Item B3 & B4 S11 S12

7. 2.1.1.1.3 Item C1 & C2 -- S12

8. 2.1.1.1.3 Item D1& D2 -- S12

9. 2.1.1.1.3. Item B5 -- S12

10. 2.2.1.1.3. Item A 1 S20 S25

11. 2.2.1.1.3 Item A 2 S20 S25

12. 2.2.1.1.3 Item A 3 S20 S25

13. 2.2.1.1.3 Item A 4 S20 S25

14. 2.2.1.1.3 Item B1, B2 & B5 S18 S25

15. 2.2.1.1.3 Item B3 & B4 S19 S25

16. 2.2.1.1.3 Item C1 & C2 - S25

17. 2.2.1.1.3 Item D1& D2 - S25 s

11.3.2 Works Items

The payment for works will be made against actual quantities physically measured and certified by CRIS for each Workshop

S.N. Item No. of Schedule of Requirements

Intermediate Payment Milestone

Final Payment Milestone

1.

2.1.1.1.2 (Item A, B, C & D) for Charbagh Workshop

W2 S14

2. 2.1.1.1.2 (Item A, B, C & D) for Lilluah Workshop

W2 S14

Page 104: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-66 रेलवे सचूना ूाणाली कें ि

S.N. Item No. of Schedule of Requirements

Intermediate Payment Milestone

Final Payment Milestone

3. 2.1.1.1.2 (Item A, B, C & D) for Lower Parel Workshop

W2 S14

4. 2.1.1.1.2 (Item A, B, C & D) for Raipur Workshop

W2 S14

5. 2.1.1.1.2 (Item A, B, C & D) for Lallaguda Workshop

W2 S14

6. 2.2.1.1.2 (Item A, B, C & D) for Kanpur Workshop

W3 S25

7 2.2.1.1.2 (Item A, B, C & D) for Gorakhpur Workshop

W4 S25

8 2.2.1.1.2 (Item A, B, C & D) for Alambagh Workshop

W5 S25

9 2.2.1.1.2 (Item A, B, C & D) for Izzatnagar Workshop

W6 S25

10 2.2.1.1.2 (Item A, B, C & D) for Amritsar Workshop

W7 S25

11 2.2.1.1.2 (Item A, B, C & D) for Bhopal Workshop

W8 S25

12 2.2.1.1.2 (Item A, B, C & D) for Jodhpur Workshop

W9 S25

13 2.2.1.1.2 (Item A, B, C & D) for Nasik Workshop

W10 S25

14 2.2.1.1.2 (Item A, B, C & D) for Mahalaxmi Workshop

W11 S25

15 2.2.1.1.2 (Item A, B, C & D) for Dahod Workshop

W12 S25

16 2.2.1.1.2 (Item A, B, C & D) for Perumbur – Carriage Workshop

W13 S25

17 2.2.1.1.2 (Item A, B, C & D) for Perumbur – Loco Workshop

W14 S25

18 2.2.1.1.2 (Item A, B, C & D) for Rayanapadu Workshop

W15 S25

19 2.2.1.1.2 (Item A, B, C & D) for Hubli Workshop

W16 S25

20 2.2.1.1.2 (Item A, B, C & D) for Mysore Workshop

W17 S25

21 2.2.1.1.2 (Item A, B, C & D) for Mancheswar Workshop

W18 S25

22 2.2.1.1.2 (Item A, B, C & D) for W19 S25

Page 105: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-67 रेलवे सचूना ूाणाली कें ि

S.N. Item No. of Schedule of Requirements

Intermediate Payment Milestone

Final Payment Milestone

New Bongaigaon Workshop 23 2.2.1.1.2 (Item A, B, C & D) for

Dibrugarh Workshop W20 S25

24 2.2.1.1.2 (Item A, B, C & D) for Kota Workshop

W21 S25

25 2.2.1.1.2 (Item A, B, C & D) for Jagadhari Workshop

W22 S25

26 2.2.1.1.2 (Item A, B, C & D) for Parel Workshop

W23 S25

27 2.2.1.1.2 (Item A, B, C & D) for Matunga Workshop

W24 S25

28 2.2.1.1.2 (Item A, B, C & D) for Kharagpur Workshop

W25 S25

29 2.2.1.1.2 (Item A, B, C & D) for Ajmer Workshop

W26 S25

30 2.2.1.1.2 (Item A, B, C & D) for Bhusawal Workshop

W27 S25

31 2.2.1.1.2 (Item A, B, C & D) for Kanchrapara Workshop

W28 S25

32 2.2.1.1.2 (Item A, B, C & D) for Jamalpur Workshop

W29 S25

33 2.2.1.1.2 (Item A, B, C & D) for Jhansi Workshop

W30 S25

34 2.2.1.1.2 (Item A, B, C & D) for Golden Rock Workshop

W31 S25

Page 106: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-68 रेलवे सचूना ूाणाली कें ि

12. SCHEDULE OF RATES: Rates for all items must be quoted in the following Performa. The description of taxes quoted should be given clearly along

with the percentage and amount. NOTE: 1. All rates should be in Indian Rupees.

2. The total value of bid should be given in figures as well as words. In case of any discrepancy between the two values, the amount given in words will be taken as correct.

3. Technical bid (bid packet-1) should contain an un-priced copy of the schedule of rates with each item checked to indicate completeness. Quantities given in the Schedule of rates should be same as the given in technical offer. Offered total quantity should not be less than minimum specified in the schedule.

4. Any additional item must be given at the end of each sub-heading.

12.1 Supply Scope of Items:

S. No Item description Units

Pilot Phase

Roll out

Total Quantity

Basic Unit Rate

Taxes as %

Taxes as

Amount

Other charges

including freight/

insurance etc. as %

Other charges

including freight/

insurance etc. as

Amount

Discount

Total

(1) (2) (3) (4) (5) (6)=(4)+(5) (7) (8) (9) (10) (11) (12) (13) =[(6)*(7)] +(9)+(11)-(12)

A. Hardware For WISE-II Data Centre (Supply scope)

1.

A) Server Type A along with OEM racks and KVM adaptors to work with existing IP-KVM (as per Tender Doc part 2 Annexure 2.I item 3.1.1) to be used as database server, application server, BI and Portal

Nos. 2 0 2

Page 107: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-69 रेलवे सचूना ूाणाली कें ि

S. No Item description Units

Pilot Phase

Roll out

Total Quantity

Basic Unit Rate

Taxes as %

Taxes as

Amount

Other charges

including freight/

insurance etc. as %

Other charges

including freight/

insurance etc. as

Amount

Discount

Total

(1) (2) (3) (4) (5) (6)=(4)+(5) (7) (8) (9) (10) (11) (12) (13) =[(6)*(7)] +(9)+(11)-(12)

server for the ERP application for production, Testing/ Training and Development purpose.

B) Up-gradation of Server Type A to Rollout configuration as per Tender Doc part 2 Annexure 2.I item 3.1.2

Nos. - 2 2

2. Laptops Nos. 6 - 6

3. Desktops Nos. 180 - 180

4. E-pen Nos. 1 - 1

5. Hand held PDA without RF-ID reader Nos. 1 - 1

6. Hand held PDA with RF-ID reader Nos. 1 - 1

7. Touch screen with fixed RF-ID Reader Nos. 1 - 1

8. Printers - Multifunction device Nos. 91 - 91

9. High speed scanner Nos. 18 - 18

10. UPS 500VA Nos. 170 - 170

B Shop Hardware

Page 108: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-70 रेलवे सचूना ूाणाली कें ि

S. No Item description Units

Pilot Phase

Roll out

Total Quantity

Basic Unit Rate

Taxes as %

Taxes as

Amount

Other charges

including freight/

insurance etc. as %

Other charges

including freight/

insurance etc. as

Amount

Discount

Total

(1) (2) (3) (4) (5) (6)=(4)+(5) (7) (8) (9) (10) (11) (12) (13) =[(6)*(7)] +(9)+(11)-(12)

1 Kiosks with Touch screen Terminal and fixed RF-ID Readers

Nos. 115 635 750

2 Thin Client Terminals Nos. 115 635 750

3 Hand held PDA without RF-ID reader Nos. 28 160 188

4 Hand held PDA with RF-ID readers Nos. 38 212 250

5 RF-ID Employee Tags (sets of100) Nos. 312 1388 1700

6 RF-ID Assembly Tag (sets of 100) Nos. 120 554 674

7 Printer- Multifunction device Nos. 16 84 100

8 DeskJet printers Nos. 115 570 685

9 E-pen Nos. 120 695 815

10 High Speed Scanner Nos. 5 29 34

11 UPS 500VA Nos. 230 1270 1500

C Network Equipment for Central and Workshops

1 Router (4 Port 2 Mbps + 2 Fast Ethernet) Type I

Nos. 9 29 38

2

Router (8 Port 2 Mbps + 2 Fast Ethernet) for existing FOIS Locations Type II

Nos. 5 16 21

Page 109: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-71 रेलवे सचूना ूाणाली कें ि

S. No Item description Units

Pilot Phase

Roll out

Total Quantity

Basic Unit Rate

Taxes as %

Taxes as

Amount

Other charges

including freight/

insurance etc. as %

Other charges

including freight/

insurance etc. as

Amount

Discount

Total

(1) (2) (3) (4) (5) (6)=(4)+(5) (7) (8) (9) (10) (11) (12) (13) =[(6)*(7)] +(9)+(11)-(12)

3 Layer 3 Switch Nos. 10 58 68

4 Layer 2 Switch (24 Port + 2 OFC Port) Type I

Nos. 48 249 297

5 LAN Extender 4 Port (Pairs) Nos. 12 123 135

6 Media Converter (Pairs) Nos. 11 50 61

7 Online UPS (1 KVA) Nos. 44 294 338

8 2 Mbps Modem (Pair) Nos. 28 113 141

9 Wireless Access Point Nos. 15 72 87

10 Layer 2 Switch Type II Nos. 4 - 4

11 24 Port Modular Patch Panel Nos. 4 - 4

12 Supply of Cat-6 UTP Cable, TIA/EIA-568-B.2-1 (305 mtrs)

Nos. 2 - 2

13 Supply of 3 mtrs Single Mode duplex Patch Cord

Nos. 50 - 50

D System Software licenses/ CALs without Annual Technical Support

1

Data base server client access licenses – for production, Development and

ERP Named User linked license

225 1305 1530

Page 110: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-72 रेलवे सचूना ूाणाली कें ि

S. No Item description Units

Pilot Phase

Roll out

Total Quantity

Basic Unit Rate

Taxes as %

Taxes as

Amount

Other charges

including freight/

insurance etc. as %

Other charges

including freight/

insurance etc. as

Amount

Discount

Total

(1) (2) (3) (4) (5) (6)=(4)+(5) (7) (8) (9) (10) (11) (12) (13) =[(6)*(7)] +(9)+(11)-(12)

Testing/ training with clustering for use with ERP application

2

App / web server client access licenses -Production, Development and Testing/ training for use with ERP application

ERP Named User linked license

225 1305 1530

3

Portal server client access licenses - Production, Development and Testing/ Training for use with ERP application

ERP Named User linked license

225 1305 1530

4

Database server client access licenses for use with the above Portal

ERP Named User linked license

225 1305 1530

5

BI user licenses along with requisite database licenses (Only for ERP Application users)

Named user

licenses151 870 1021

6 OS licenses for servers

Server license 2 0 2

Page 111: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-73 रेलवे सचूना ूाणाली कें ि

S. No Item description Units

Pilot Phase

Roll out

Total Quantity

Basic Unit Rate

Taxes as %

Taxes as

Amount

Other charges

including freight/

insurance etc. as %

Other charges

including freight/

insurance etc. as

Amount

Discount

Total

(1) (2) (3) (4) (5) (6)=(4)+(5) (7) (8) (9) (10) (11) (12) (13) =[(6)*(7)] +(9)+(11)-(12)

E ERP Workshop Application licenses

1

Users Based Licenses for Workshop application (ERP professional users) / CRIS (development users)

Named user

licenses225 1305 1530

Page 112: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-74 रेलवे सचूना ूाणाली कें ि

12.2 Works Scope of Items:

S. No Item description Units

Pilot Phase

Roll Out

Total Quantity

Basic Unit Rate

Taxes as %

Taxes as

Amount

Other charges

including freight/

insurance etc. as %

Other charges

including freight/

insurance etc. as

Amount

Discount

Total

(1) (2) (3) (4) (5) (6)=(4)+(5) (7) (8) (9) (10) (11) (12) (13) =[(6)*(7)]

+(9)+(11)-(12)

A UTP Laying Works

1 Supply and Laying of Cat-6 UTP Cable, TIA/EIA-568-B.2-1

Mtrs. 11590 90265 101855

2

Supply, Installation and termination of Cat-6 Wall I/O, Modular Face Plate and gang Box at Work Station end.

Nos. 240 1967 2207

3

Supply, Installation and termination of Cat-6 I/O for Patch Panel

Nos. 290 2257 2547

4

Supply and Installation of Cat-6 1 meter Patch cord with tangle free plug, TIA/EIA-568-B.2-1

Nos. 240 1967 2207

5

Supply and Installation of Cat-6 2 meter Patch cord with tangle free plug, TIA/EIA-568-

Nos. 240 1967 2207

Page 113: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-75 रेलवे सचूना ूाणाली कें ि

S. No Item description Units

Pilot Phase

Roll Out

Total Quantity

Basic Unit Rate

Taxes as %

Taxes as

Amount

Other charges

including freight/

insurance etc. as %

Other charges

including freight/

insurance etc. as

Amount

Discount

Total

(1) (2) (3) (4) (5) (6)=(4)+(5) (7) (8) (9) (10) (11) (12) (13) =[(6)*(7)]

+(9)+(11)-(12) B.2-1

6 Feruling and Labelling of Cat-6 UTP cable

Nos. 240 1967 2207

7 Certification of UTP Cat-6 Cable Nos. 240 1967 2207

8

Supply and installation of 24 Port Modular Patch Panel in Rack with removable snap-in-Face Plates and labels

Nos. 43 296 339

9 Supply and laying of 4 pair Copper wire Mtrs 2050 27095 29145

B OFC Laying Works

1 Supply of Optical Fibre Cable - 6 core Single mode

Mtrs 15830 99700 115530

2

Supply, Installation and termination of Single Mode Fibre Optic connector with Pre-assembled inner housing, TIA/EIA-568-B.3

Nos. 516 3000 3516

3

Supply and Installation of Fibre Adaptor Plates with Coupler for

Nos 156 976 1132

Page 114: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-76 रेलवे सचूना ूाणाली कें ि

S. No Item description Units

Pilot Phase

Roll Out

Total Quantity

Basic Unit Rate

Taxes as %

Taxes as

Amount

Other charges

including freight/

insurance etc. as %

Other charges

including freight/

insurance etc. as

Amount

Discount

Total

(1) (2) (3) (4) (5) (6)=(4)+(5) (7) (8) (9) (10) (11) (12) (13) =[(6)*(7)]

+(9)+(11)-(12) termination of 6 Core OFC

4

Supply and Installation of Fibre Enclouser Rack Mount

Nos. 39 244 283

5

Supply and Installation of 3 mtrs Single Mode duplex Patch Cord

Nos 86 500 586

6 Certification of Fibre Optic with Ferulling & labeling

Cores 516 3000 3516

7

Trenchless Digging and laying of OFC, Copper Wire and HDPE pipe.

Mtrs. 2300 19150 21450

8

Trenching Refilling of soil and laying of OFC, Copper Wire with HDPE pipe

Mtrs. 12400 88450 100850

9

Trenching across Roads RCC/ Concrete etc and laying of OFC, Copper Wire with GI pipe and restoration to original state

Mtrs. 600 4370 4970

Page 115: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-77 रेलवे सचूना ूाणाली कें ि

S. No Item description Units

Pilot Phase

Roll Out

Total Quantity

Basic Unit Rate

Taxes as %

Taxes as

Amount

Other charges

including freight/

insurance etc. as %

Other charges

including freight/

insurance etc. as

Amount

Discount

Total

(1) (2) (3) (4) (5) (6)=(4)+(5) (7) (8) (9) (10) (11) (12) (13) =[(6)*(7)]

+(9)+(11)-(12)

10

Supply and Installation of OFC Route Markers Made up of Concrete of 1’ X 4’’ X 6’’

Nos. 159 1000 1159

11

Construction of Cable Maintenance pit as per specifications

Nos. 49 320 369

C Supply/ Laying of Conduits and pipes related items

1

Supply and Laying/Installation of 1” PVC Conduit with Accessories

Mtrs. 5100 37005 42105

2

Supply and Laying/Installation of 0.5” PVC Channel with Accessories

Mtrs. 720 5778 6498

3

Supply and Laying/Installation of 1” PVC Channel with Accessories

Mtrs. 6100 29675 35775

4

Supply and Laying/Installation of 1” PVC flexible pipe

Mtrs. 480 3852 4332

5 Supply of GI Pipe as per specifications Mtrs. 600 4370 4970

Page 116: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-78 रेलवे सचूना ूाणाली कें ि

S. No Item description Units

Pilot Phase

Roll Out

Total Quantity

Basic Unit Rate

Taxes as %

Taxes as

Amount

Other charges

including freight/

insurance etc. as %

Other charges

including freight/

insurance etc. as

Amount

Discount

Total

(1) (2) (3) (4) (5) (6)=(4)+(5) (7) (8) (9) (10) (11) (12) (13) =[(6)*(7)]

+(9)+(11)-(12)

6 Supply of HDPE Pipe as per specifications

Mtrs. 14700 110950 125650

D Racks installation works

1 Supply and Installation of 24 U Rack

Nos. 5 29 34

2 Supply and Installation of 12 U Rack.

Nos. 38 240 278

3

Supply and Installation of cable manager for structure cabling.

Nos. 42 269 311

Page 117: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-79 रेलवे सचूना ूाणाली कें ि

12.3 Service Scope of Items:

S. No Item description Units

Pilot Phase

Roll out

Total Quantity

Basic Unit Rate

Taxes as %

Taxes as

Amount

Other charges

including freight/

insurance etc. as %

Other charges

including freight/

insurance etc. as

Amount

Discount

Total

(1) (2) (3) (4) (5) (6)=(4)+(5) (7) (8) (9) (10) (11) (12) (13) =[(6)*(7)]

+(9)+(11)-(12) A Application Customization/Development/Implementation

1

Survey of specified locations and Preparation of final user requirements and system requirements. Documentation of As Is and To Be processes, gap analysis, customization, development. Test bed launch of ERP based Workshop application package.

Lump

Sum 1 1

2

Location-wise specific customization and implementation of ERP based Workshop application package up to commissioning & Go – Live at each

Lump

Sum 5 5

Page 118: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-80 रेलवे सचूना ूाणाली कें ि

S. No Item description Units

Pilot Phase

Roll out

Total Quantity

Basic Unit Rate

Taxes as %

Taxes as

Amount

Other charges

including freight/

insurance etc. as %

Other charges

including freight/

insurance etc. as

Amount

Discount

Total

(1) (2) (3) (4) (5) (6)=(4)+(5) (7) (8) (9) (10) (11) (12) (13) =[(6)*(7)]

+(9)+(11)-(12) Workshop, Development of batch reports/ on-line reports/ executive dash boards using BI tools for the ERP application.

3

Preparation of final user requirements and system requirements. Documentation, development of Central Application module for WISE (ROAMS-WISE), HR module for Shops, Module for document handling system with e-library, and development and Deployment and implementation of all central application modules on existing ROAMS (Rolling Asset Management

Lump

Sum 1 1

Page 119: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-81 रेलवे सचूना ूाणाली कें ि

S. No Item description Units

Pilot Phase

Roll out

Total Quantity

Basic Unit Rate

Taxes as %

Taxes as

Amount

Other charges

including freight/

insurance etc. as %

Other charges

including freight/

insurance etc. as

Amount

Discount

Total

(1) (2) (3) (4) (5) (6)=(4)+(5) (7) (8) (9) (10) (11) (12) (13) =[(6)*(7)]

+(9)+(11)-(12) System) Portal. Integration of ROAMS- WISE application with ERP based Workshop Application, with single sign-on for all users. Integration with existing application viz, MMIS, FMM, LMS and ICMS using existing integration infrastructure to be provided by CRIS as stated elsewhere in this document.

4

Lab testing of Complete WISE-II application for scalability testing for stated full user load.

Lump Sum 1 1

5

Customization and implementation of respective Central Modules at different pilot locations for Scope-A upto

Lump Sum 19 19

Page 120: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-82 रेलवे सचूना ूाणाली कें ि

S. No Item description Units

Pilot Phase

Roll out

Total Quantity

Basic Unit Rate

Taxes as %

Taxes as

Amount

Other charges

including freight/

insurance etc. as %

Other charges

including freight/

insurance etc. as

Amount

Discount

Total

(1) (2) (3) (4) (5) (6)=(4)+(5) (7) (8) (9) (10) (11) (12) (13) =[(6)*(7)]

+(9)+(11)-(12) commissioning & Go – Live at each location.

6

Lab Load testing of WISE-II - ERP based workshop application on data centre hardware supplied under the contract to demonstrate scalability of application and for confirmation of data center hardware and network sizing for full Rollout professional user load for 34 workshops as per para 5.7 for ERP based Workshop application. This should done under the supervision of the ERP OEM and the test results should be certified by them

Lump Sum 1 1

7 Lab Load testing of Lump 1 1

Page 121: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-83 रेलवे सचूना ूाणाली कें ि

S. No Item description Units

Pilot Phase

Roll out

Total Quantity

Basic Unit Rate

Taxes as %

Taxes as

Amount

Other charges

including freight/

insurance etc. as %

Other charges

including freight/

insurance etc. as

Amount

Discount

Total

(1) (2) (3) (4) (5) (6)=(4)+(5) (7) (8) (9) (10) (11) (12) (13) =[(6)*(7)]

+(9)+(11)-(12) custom built ROAMS-WISE application module at CRIS for full ROAMS-WISE portal user load as per para 5.7 to be done by a third party appointed by the bidder with the approval of CRIS.

Sum

8

User requirement verification and Preparation customization requirement for each rollout location, development of Workshop specific customization and location wise implementation of Workshop application package up to commissioning & Go – Live at each of the 29 specified rollout workshops.

Lump Sum 29 29

Page 122: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-84 रेलवे सचूना ूाणाली कें ि

S. No Item description Units

Pilot Phase

Roll out

Total Quantity

Basic Unit Rate

Taxes as %

Taxes as

Amount

Other charges

including freight/

insurance etc. as %

Other charges

including freight/

insurance etc. as

Amount

Discount

Total

(1) (2) (3) (4) (5) (6)=(4)+(5) (7) (8) (9) (10) (11) (12) (13) =[(6)*(7)]

+(9)+(11)-(12)

9

User requirement verification and Preparation customization requirement document for all remaining rollout location for the Central Application module and location wise implementation including development/ customization of reports and integration of MMIS.

Lump Sum 80 80

B Training and Workshops

1 Shop Application Core Team Training (Max. Batch Size-15)

Trainee –Man-days

475 2175 2650

2

Central Application Core Team Training (Max. Batch size – 15)

Trainee –Man-days

230 400 630

3 End user Training for Shop Application users at Shops

Trainee –Man-days

500 2900 3400

Page 123: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-85 रेलवे सचूना ूाणाली कें ि

S. No Item description Units

Pilot Phase

Roll out

Total Quantity

Basic Unit Rate

Taxes as %

Taxes as

Amount

Other charges

including freight/

insurance etc. as %

Other charges

including freight/

insurance etc. as

Amount

Discount

Total

(1) (2) (3) (4) (5) (6)=(4)+(5) (7) (8) (9) (10) (11) (12) (13) =[(6)*(7)]

+(9)+(11)-(12) (Batch of 25)

4

End user Training for Central Application at CRIS (Batch of 15)

Trainee –Man-days

65 320 385

5

Officers Familiarization and Training - one day Workshop (Batch size – 150)

Event 3 0 3

6 Network Training (Batch Size-15)

Trainee –Man-days

150 435 585

C Annual Technical Support

1

Annual Technical Support for OS and other System Software (in no. of years after project commissioning )

Yrs 1 1 2

2

ATS on ERP package licenses (in no. of years after final project commissioning)

Yrs 1 1 2

D Additional On site Application hand holding Support after each site commissioning

1 Workshop Application on site

Man-days 140 870 1010

Page 124: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-86 रेलवे सचूना ूाणाली कें ि

S. No Item description Units

Pilot Phase

Roll out

Total Quantity

Basic Unit Rate

Taxes as %

Taxes as

Amount

Other charges

including freight/

insurance etc. as %

Other charges

including freight/

insurance etc. as

Amount

Discount

Total

(1) (2) (3) (4) (5) (6)=(4)+(5) (7) (8) (9) (10) (11) (12) (13) =[(6)*(7)]

+(9)+(11)-(12) Support (working days)

2

Central Application and ROAMS Portal on site Support (working days )

Man-days 65 400 465

Page 125: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-87 रेलवे सचूना ूाणाली कें ि

13 Check list for documents to be submitted with the tender

IMPORTANT NOTICE

The following Documents check list is intended to help the tenderers ensure completeness of their bids. An incomplete offer is liable to be rejected. Tenderers are advised to ensure that all required documents are submitted in correct formats and details.

CHECK LIST List of Documents to be attached

S No Tender Document Brief Details Folder No and page reference

Clause Reference

Page Reference

1. 1.1.1 1-3 Cost of Tender Document, as applicable

2. 1.3.4.1 1-9 EMD

3. Part 1 Annexure 1 Quotation in prescribed Proforma

4. 1.3.5.2 Part 1

1-10 Annexure – 4

Statement of Deviations as per proforma given in Annexure – 4, Tender Document Part-I

5. Part 1 Annexure 5 Warranty offer proforma

6. 1.2.19.3 Part 1

1-6 Annexure – 6

Authority letters from OEM manufacturers, as applicable

7. 1.3.5.6 Part 1

1-10 Annexure – 7

Self-details as per proforma given in Annexure 7

8. 1.2.19.4 1-6 Commitment letter from principal manufacturers as required

9. 1.3.2 1-8 Authorization Certificate

10. 1.3.3.2 1-9 A copy of the memorandum of formation of Consortium, as applicable

11. 1.3.5.5 1-10 Technical information of the products being offered along with brochures

Page 126: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-88 रेलवे सचूना ूाणाली कें ि

S No Tender Document Brief Details Folder No and page reference

Clause Reference

Page Reference

12. 1.3.22.8 1-16 Detailed designs and drawings required for installation of equipment and the scheme of layout and connections required

13. 2.3.2.A1 2/39 Copies of Audited Annual Financial results for the last three completed Financial Years.

14. 2.3.2.A2 2/39 Copies of Purchase Orders/ Contracts Nos/ Details of requisite value, minimum two, out of which at least one should have been completed.

15. 2.3.2.A3 2/40 List of implementations with requisite details

16. 2.3.2.A4 2/40 Copy of current SEI – CMMi Certificate

17. 2.3.2.B1 2/40 List of implementations (min 20) with requisite details (ERP OEM).

18. 2.3.2.B2 2/40 List of implementations (min 30000) with requisite details (ERP OEM World wide users).

19. 2.3.2.C 2/41 List of important customers with requisite details (Server OEM).

20. 2.3.2.D 2/41 List of important customers with requisite details (Router/ Switches OEM).

21. 2.3.2.E 2/41 All relevant documents listed under this Qualification Criteria as applicable.

22. 2.5.2.6 2/46 Detailed implementation strategy indicating steps involved up to Go-Live

23. 2.5.2.24 2/48 Level of functional conformance

24. 2.5.5.9 2/51 List of makes and models for all offered hardware items, select network equipment and system softwares.

Page 127: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems II-89 रेलवे सचूना ूाणाली कें ि

S No Tender Document Brief Details Folder No and page reference

Clause Reference

Page Reference

25. 2.5.8.3 2/53 Any readjustment of mile stones by bidder to suit their implementation strategy

26. 2.12.1, 2 & 3

2/63 SCHEDULE OF RATES

Page 128: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-1 रेलवे सचूना ूाणाली कें ि

3. ANEXURES TO TENDER DOCUMENT PART- II

Page 129: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-2 रेलवे सचूना ूाणाली कें ि

INDEX

ANNEXURE 2.I ..................................................................................................................................III-3

ANNEXURE 2.II ...............................................................................................................................III-16

ANNEXURE: 2.III .............................................................................................................................III-42

ANNEXURE: 2.IV ............................................................................................................................III-43

ANNEXURE 2.V ..............................................................................................................................III-44

ANNEXURE: 2.VI ............................................................................................................................III-81

ANNEXURE: 2.VII ...........................................................................................................................III-89

ANNEXURE 2.VIII ...........................................................................................................................III-93

ANNEXURE-2.IX ...........................................................................................................................III-102

ANNEXURE 2.X ............................................................................................................................III-108

ANNEXURE 2.XI ...........................................................................................................................III-177

ANNEXURE 2.XII ..........................................................................................................................III-187

ANNEXURE 2.XIII .........................................................................................................................III-206

Page 130: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-3 रेलवे सचूना ूाणाली कें ि

ANNEXURE 2.I

3.1 TECHNICAL SPECIFICATION FOR HARDWARE

INDEX

3.1.1. SERVER TYPE A - CONFIGURATION FOR PILOT PHASE- A III-4

3.1.2. SERVER TYPE- A CAPACITY UPGRADATION REQUIREMENTS FOR ROLLOUT PHASE- B III-6

3.1.3. RF-ID TAGS III-7

3.1.4. RF-ID TAGS READER (FIXED READER TO BE INTEGRATED WITH THE KIOSK) III-7

3.1.5. HAND HELD PDA WITH RFID READER III-8

3.1.6. HAND HELD PDA WITHOUT RFID READER III-9

3.1.7. THIN CLIENT (TO BE INTEGRATED WITH KIOSK) III-10

3.1.8. TOUCH SCREEN PANEL III-10

3.1.9. HIGH SPEED SCANNER III-11

3.1.10. DESKJET PRINTER III-11

3.1.11. PRINTERS MULTIFUNCTION DEVICE (PRINT, SCAN, COPY, FAX) III-11

3.1.12. DESKTOP PC III-12

3.1.13. LAPTOP III-13

3.1.14. UPS 500VA OFF-LINE (STAND ALONE TYPE) III-14

3.1.15. MOBILE E-PEN WITH STORAGE DEVICE III-14

3.1.16. SCHEMATIC DIAGRAM FOR THE TOUCH SCREEN KIOSK III-15

Page 131: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-4 रेलवे सचूना ूाणाली कें ि

3.1.1. SERVER TYPE A - CONFIGURATION FOR PILOT PHASE- A S.No. Item Description

A. Major Parameters

1. Server/CPU Latest processor 64 bit RISC OR Intel Itanium2 , EPIC 64 bit

2. Processor Clock Speed 1.6 GHz or above. This should be highest commercially available speed for the offered series /model of servers .

3. Number of Available sockets {cores}

2 { 14 }

4.

Maximum Sockets {Cores} capability on the same server for vertical scalability

A t least 8 { 64 }

5. Memory available / expandable to 112 GB / expandable to minimum 512 GB RAM

6. Partitioning requirement

• Each server shall be partitioned into at least four partitions with future expansion scope to at least 6 partitions on each server • Each partition shall be configurable with independent OS images associated with its dedicated & independent CPU, memory & I/O resources, for running different applications modules. • Each partition should be capable of being brought down without affecting the other partitions. • Capability for virtual partitioning to suit deployment of multiple applications with optimal utilization of server resources.

7. Console Management Console for centralized administration of connected servers over LAN.

8. HBA for External Storage 2 4Gbps FC HBA ports on separate cards per partition for connectivity to the external SAN storage system

9. PCI Slots Minimum 24 PCI slots , with future expansion @ min 4 slots per partition .

10. Internal Hard Drive At least 4 Hard 146 GB FC-AL/SAS/SFF-SAS (15K RPM or above) Hot Swappable disk bays

Page 132: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-5 रेलवे सचूना ूाणाली कें ि

11. RAID Raid level 0, 1, 1+0 must be available through Raid controller

12. Operating Systems Supported

Server must have certification to support Latest OEM Versions of the following OS: 64 bit Enterprise Linux OR 64 bit Enterprise Unix.

13. Integrated I/O Ethernet Ports

Four Gigabit Ethernet ports per partition. These ports are required to have RJ45 interface.

14. DVD Combo Drive 8 x DVD ROM

B. Other Parameters

1 High Availability & Redundancy

1.The system should be configured with dual redundant power supplies and fans. Pre failure warning and isolation of the failing components with no single point of failure at any level. 2. Capability of the system for real time monitoring, error detection and notification. 3. Hot SWAP Disk Drives 4. Hot plug PCI slots. 5. CPU boards should be removable online without shutting down the server to enable easy upgradation of server. 6. DIMM address parity protection / Bit Steering. 7. Dynamic Processor resilience and de-allocation of CPU without server reboot. 8. Dynamic memory resilience.

2 Power Supply Hot swap & Redundant

3 Cooling Fan

Hot swap & Redundant . The cooling shall follow Hot Aisle/Cold Aisle concept with air flow from front to rear. Front panel and rear panel of the server racks should be perforated. Blanking Panel should be provided wherever necessary to avoid mixing of hot and cold air.

4 Connectors and Cables

All necessary cables & connectors of OEM make only, are to be provided

5 Form Factor OEM Rack mount up to 42 U high

Page 133: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-6 रेलवे सचूना ूाणाली कें ि

3.1.2. SERVER TYPE- A CAPACITY UPGRADATION REQUIREMENTS FOR ROLLOUT PHASE- B

S.No. Item Description

A. Major Parameters

1 Minimum Number of additional Cores to be provided in the upgraded Server

6 Cores

2 Minimum additional Memory to be provided in the upgraded server

48 GB

3 Confirmation of server sizing provided for rollout phase-B and Bidders liability for correctness of offered server sizing for rollout phase-B

Required upgradation should be decided by the bidder as per offered solution design which cannot be less than the minimum upgradation requirement given in item 1) and 2) above. The upgraded server should be of adequate capacity to achieve specified performance parameters given in Para No 7.1 of Tender Document Part II for running full rollout user load for ERP based workshop application for the offered ERP as per para 5.7. The server will be subjected to testing under ERP OEM supervision and test results will be ERP OEM certified as per para 5.7 of the Tender Document part II by running fully developed and customized ERP based workshop application approved by CRIS. In case server capacity is found inadequate to achieve the desired performance level during ERP OEM supervised testing, the server capacity including , inter-alia, CPUs/Cores, RAM , partition , redundancy etc will have to be upgraded by bidder at his own cost. The bidder will also be responsible for any drop in performance of the server below level specified in para 7.1 during the warranty period for any reason other than increase in user load beyond the levels stated in para 5.7 of tender document part-II. The bidder would improve and upgrade the server further at his cost to achieve the specified performance level.

Page 134: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-7 रेलवे सचूना ूाणाली कें ि

3.1.3. RF-ID TAGS

S.No. Item Description

A. Major parameters

1 Communication Protocol EPC Class1 Gen2 OR ISO 18000-6 C 2004 compliant

2 Frequency Range UHF, 865 - 867 MHz as permitted license free band for use in RFID by WPC, Ministry of Communication and Information Technology, Government of India.

3 Read range for both Assembly card and Man card

0.3 m with hand held and upto 1.5 m with fixed readers within a reasonable angle of spread of about +/- 50 degrees

4 Tag Sealing conditions

Rugged and light weight, Oil proof, water proof, Non brittle material with good wear resistance. Light colored to minimize passive heating in sun exposed condition.

B. Other parameters

1 Temperature range - 10° to +55°C

2 Mounting and card Dimensions

Standard credit card size is preferable, Mechanical Easy solution like Velcro strap for assembly tags Clip and fibre strap for man cards. Man cards to be printed with identity details with photograph of holder. Printing arrangement to be made by the bidder.

3 Relative humidity range from 5% (desert conditions) to 100% (rain)

4 Data on the tag Globally unique identification code. 3.1.4. RF-ID TAGS READER (Fixed Reader to be fitted inside the Kiosk)

A. Major parameters

1 Frequency UHF, 865 - 867 MHz as permitted license free band for use in RFID by WPC, Ministry of Communication and Information Technology, Government of India.

2 Supported RFID TAG PROTOCOL EPC Class1 Gen2 OR ISO 18000-6 C 2004 compliant

3 Memory 100 tags data(Minimum) 4 Read Distance 1.5 m within +/- 50 degrees , simultaneous reading

B. Other parameters

Page 135: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-8 रेलवे सचूना ूाणाली कें ि

1 Connectivity Suitable Serial/ Ethernet/USB port to Kiosk PC

2 Operating Temperature - 10° to +55°C

3 Environmental and Humidity range requirements

Fit for working in dusty environment with humidity from 5% (desert conditions) to 100% (rain)

4 Software SDK/HDK for JAVA compatible development with local windows PC

3.1.5. HAND HELD PDA WITH RFID READER

S. No.

Item Description

A. Major parameters

1. Processor PXA 270, 520 MHz or PXA 3xx, 624 MHz or better

2. Wireless connectivity Bluetooth/IEEE 802.11b/g, GSM/GPRS

3 RFID reader attachment to the PDA (only for PDA with RFID reader)

EPC Class1 Gen2 OR ISO 18000-6 C 2004 compliant, 865-867 MHz (De-licensed frequencies permitted in India as per rules & regulations of, WPC, Ministry Of Communication and Information Technology. Read distance- 300 mm or higher

4. Battery Lithium Ion High capacity- 3000 mAh or better

5.

Environmental and ruggedness conditions

Shock proof to minimum 3 Feet drop on concrete surface Fit for out door use IP 54 rating or better

6. Operating system

Windows mobile 6.0 / Windows CE 6.0 based or better. With internet explorer mobile and outlook mobile Compatibility with JAVA platform.

B. Other Parameters

1. Input Device Type

Touch-screen, passive stylus / finger operated. Simple alphanumeric key board ergonomically designed for repeated operation in outdoor conditions.

2. Display Full QVGA or better, TFT, minimum 2.8 inches in diagonal size or better.

Page 136: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-9 रेलवे सचूना ूाणाली कें ि

S. No.

Item Description

3. Ports/Connectors Headphone cum mike Jack: 1 USB.

4. Accessories 1. Heavy Duty Charger 2. Headphone with mike

3.1.6. HAND HELD PDA WITHOUT RFID READER

S. No.

Item Description

A. Major parameters

1. Processor PXA 270, 520 MHz or PXA 3xx, 624 MHz or better

2. Wireless connectivity Bluetooth/IEEE 802.11b/g, GSM/GPRS 3. Battery Lithium Ion High capacity- 1900mAH or better

4.

Environmental and ruggedness conditions

Fit for out door use IP 54 rating or better

5. Operating system

Windows mobile 6.0 / Windows CE 6.0 based or better. With internet explorer mobile and outlook mobile Compatibility with JAVA platform.

B. Other Parameters

1. Input Device Type

Touch-screen, passive stylus / finger operated. Simple alphanumeric key board ergonomically designed for repeated operation in outdoor conditions.

2. Display Full QVGA or better, TFT, minimum 2.8 inches in diagonal size or better.

3. Ports/Connectors Headphone cum mike Jack: 1 USB.

4. Accessories 1 Heavy Duty Charger 2 Headphone with mike

Page 137: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-10 रेलवे सचूना ूाणाली कें ि

3.1.7. Thin Client (to be integrated with Kiosk) S.No. Features Description A. Major parameters

1 Processor 1 GHz or above AMD/Intel/VIA Mobile processor 2 Flash Memory Self powered 2 GB Flash expandable up to 4 GB 3 Main Memory 1 GB DDR2/SDRAM Expandable up to 2 GB 4 Monitor 15” TFT TCO 03 Compliant monitor(1024x768)

B. Other Parameters

1 Network Interface 10/100 Mbps Ethernet (auto Sensing) NIC, RJ45 connector.

2 Ports / Slots 1 Serial Port, 1 Parallel port, 4 USB Ports version 2.0, Hardware support for RFID Reader

3 Local Operating System Embedded Windows OS/ Linux, browser support. To suit the solution.

4 Server OS Support Unix + Derivatives, Linux

5 Networking Protocols TCP/IP with DNS and DHCP, Wake on LAN. DHCP support for automatic upgrades and unit configuration and PPP

6 Power Supply

100 to 240 VAC, 50 Hz energy-saving automatic power down

7 Physical Characteristics Connection cooled fan less design, no moving part 3.1.8. Touch Screen Panel (To be integrated with the thin client monitor) S.No. Item Description A. Major parameters

1 Size 15” Panel Touch

2 Touch screen Glass- Capacitive

3 Glass Thickness 3.1 mm 4 Response Time Less than 3 ms 5 Durability Greater than 225 million touches 6 Viewing angle H +/- 65: V +50/-60 degrees B. Other Parameters 1 Activation Bare Finger 2 Operating Temp. Touch screen 0 to 70 deg C

3 Mounting To be integrated with the monitor with preferably IP54 rating

Page 138: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-11 रेलवे सचूना ूाणाली कें ि

3.1.9. High Speed Scanner S.No. Features Description A. Major parameters 1 Resolution 600 x 600dpi optical resolution 2 Sample Color Depth 48-bit 3 Sample Gray Scale Level 256 gray levels 4 Scanning Paper size A-4 5 Speed in ppm(min) 8 ppm or Better 6 Scanning Mode Duplex ,Color, Sheet fed B. Other Parameters

1 Other Capabilities OCR to MS-Word, Scan to PDF format

2 Drivers drivers for O.S. on media 3 Interface USB 2.0 port

4 Automatic Document Feeder(ADF) 50 sheet capacity

3.1.10. DESKJET PRINTER S.No. Features DescriptionA. Major Parameter

1. Resolution Black Print: Up to 1200 x 1200 rendered dpi Color Print: Up to 4800 optimized dpi color and 1200 input dpi

2. Print Speed Black/Color: 30/25 ppm 3. Duplex Printing Automatic 4. Paper Size A4 5. Networking Standard (built-in Ethernet) B. Other Parameters 1. Connectivity 1 USB, 1 Ethernet 2. Paper handling 150-sheet input tray 3. Monthly Volume Up to 5000 pages 4. Media To be Supplied 3.1.11. Printers Multifunction device (Print, Scan, Copy, Fax) Major Parameters

Printer

Resolution 1200 x 1200 dpi Print Technology Inkjet Speed 25ppm/20ppm for Black/Colour Size A4

Fax Speed 3 sec per page Memory Suitable memory Speed Dialing Nos. Minimum 50 numbers

Copier Speed 25ppm/20ppm for Black/Colour

Page 139: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-12 रेलवे सचूना ूाणाली कें ि

Resolution 600 x 600 dpi Reduce/Enlarge 25-400%

Scanner

Resolution 1200 x 1200 dpi Color Depth 48-bit Scanning area (maximum) A4 Gray Depth 8-bit (256 gray levels)

Other parameters

Automatic Document Feeder 20 Sheets

Memory, Std Suitable Drivers drivers for O.S. Interface USB 2.0 port

3.1.12. DESKTOP PC

S.No. Item Description

A. Major parameters

1 Processor Intel Core 2 Duo E7400, 2.8 GHz, 3 MB L2 cache and 1066 MHz FSB or better.

2 Motherboard & Chipset:

Intel 3 series/n Vidia GeForce 7 series or better on OEM Motherboard

3 Memory 2 GB DDR3 1033 MHz RAM with minimum 4 total DIMM slots.

4 HDD 160 GB 7200 rpm Serial ATA HDD. 5 Monitor 43.2 cm TFT SVGA Colour Digital Monitor or better 6 Mouse Optical with USB

7 DVD Writer DVD writer 8X

B. Other Parameters 1 Key Board 104 keys , with USB

2 Bus Architecture Integrated Graphics, 2 PCI,1 PCI Express x 1 and 1 PCI Express x 16.

3 Bays 4 Nos.(2 Nos. 5.25 inches for Optical Media Drives and 2 Nos. 3.5 inches for Hard Disk Drives).

4 Ports 6 USB Ports (with at least 2 in front), 1 Serial Port, 1 Parallel port, 1 PS/2 Keyboard and 1 PS2 Mouse Port, audio ports for microphone and headphone in front.

5 DMI DMI 2.0 Compliance and Support.

6 Networking Facility 10/100/1000 on board integrated Network Port with remote booting facility remote system installation, remote wake up.

7 Operating System Windows 7 Business preloaded with Media and Documentation and Certificate of Authenticity.

8 Power management Screen Blanking, Hard Disk and System Idle Mode in Power On, Set up Password, Power supply SMPS Surge protected.

Page 140: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-13 रेलवे सचूना ूाणाली कें ि

S.No. Item Description

9 Cabinet Mini Tower 3.1.13. LAPTOP

S.No. Item Description

A. Major parameters

1 Processor Mobile Intel Core 2 Duo Processor P9600/T9550, 2.6GHz with 6MB L2 cache 1066 MHZ FSB or higher.

2 Motherboard & Chipset: Mobile Intel PM 45 or higher chipset on OEM motherboard.

3 Memory 4 GB DDR2 RAM 4 HDD 320 GB 5400 rpm (minimum)

5 Video controller Integrated Graphics with 256 MB dedicated memory.

6 Display 35.5 cm(14")or above active Matrix wide screen Display. (1280x768 WXGA Resolution)

7 Key Board Keyboard with Touch Pad 8 Graphics Card NVidia GeForce 512 MB DDR2 B. Other Parameters 1 Mouse USB Optical Mouse of OEM Make

2 DVD Writer Integrated 8X DVD writer and integrated stereo speaker

3 Wireless Connectivity Integrated wireless Intel 802.11 a/g/n, Integrated Blue tooth

4 Expansion Port 2 USB,10/100/1000 Gigabit Ethernet card, VGA, PCMCIA/ PCI Express slot, connector for Docking Station/Port Replicator, Microphone, stereo head phone and other standard features

5

Power Supply 230V, 50 Hz AC Supply with Rechargeable Battery PackComprising of Li-Ion Batteries suitable for approx.4 hours operation complete with batterycharger/adaptor (voltage and capacity of battery packto be indicated in the offer)

6 Operating system Microsoft Windows 7 Business (preinstalled) & Antivirus Software latest Version with 60 days license

7 Carry trolley case To be Provided

Page 141: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-14 रेलवे सचूना ूाणाली कें ि

3.1.14. UPS 500VA Off-line (Stand Alone Type) S.No. Features Description A. Major Parameter 1. Power Rating 500 VA (With minimum 15 minutes backup time) 2. Operating Mode Stand Alone

3. Input Specifications Voltage Range: 150V AC to 275V AC Frequency : 50Hz +/-6%

4. Output Specifications Voltage (Inverter Mode): 220V AC Nominal Frequency (Inverter Mode): 50Hz +/-2% Voltage (Main AVR Mode): 220V +/-12%

5. Transfer Time <=5 ms or Better B. Other Parameters

1. Protection Protection against surge or noise or overload or short circuit or battery low

2. Battery Sealed Maintenance Free 3. Charging Charging when UPS is off but Connected to Mains

4. Indications Display Indicators for AC normal, Battery Charging, System on Backup, AC power failure etc.

5. Alarms On battery mode: Beeps every 30 sec. Low Battery Pre-alarm: Two Beeps Every 3 Sec

3.1.15. Mobile E-Pen with storage device

S.No. Item Description A. Major Parameter

1 Capture & storage

Handwrite the notes/memos/sketches on any plain paper to A4 size or on any surface and capture instantly to the PC. Mobile Storage device should store up to 50 pages at a time and should be connected to the PC through a USB port.

2 Writing Handwriting is converted to PC text. No special pad or ink or medium should be necessary.

3 Resolution Minimum 100 dpi 4 Immunity Electro-Magnetic, Ultra sonic 5 Accuracy At least 0.2 mm

6 Editing Notes may be edited in the midst of writing or even if previously Written and saved.

7 Pen Battery life About 120 hours of pen down. About 4 months in normal Use.

8 Functions Functions as a mouse- can draw with e-pen in Word, Paint, Corel draw, Photoshop etc.

B. Other Parameters 1 Pen refill Standard ball point pen

2 Power supply- pen and storage device

Lithium battery / Rechargeable battery (charger to be supplied with the unit if required)

3 Compatibility It should be Windows vista/ XP, Linux compatible. SDK required for developing linkages with J2EE / ERP application

Page 142: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-15 रेलवे सचूना ूाणाली कें ि

3.1.16. Schematic Diagram for the Touch Screen Kiosk A. Material Requirements: 1 General Construction Material Stainless steel 2 Monitor hood, Table top Mouldings, Racks GRP resistant to grease, coolant &

Diesel 3 Front Cover of Monitor cover: Laminated, Theft proof Glass B. Other Requirements: 1 Aesthetic Appearance. 2 Ergonomic Design for working in standing position. 3 Tabletop to be capable of taking 50 KG concentrated load at the centre of side table

spaces and the central armrest. 4 Rugged and rigid construction for use in factory environment. 5 Water proof enclosure for the monitor and terminal CPU/UPS

Stainless Steel Body

TFT Monitor with angular adjustments

Monitor cover of suitable material resistant to diesel and grease with smooth exterior finish

SIDE VIEW ISOMETRIC VIEW

Lockable burglar proof glass front cover (to drop vertically)

Page 143: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-16 रेलवे सचूना ूाणाली कें ि

ANNEXURE 2.II

3.2 TECHNICAL SPECIFICATIONS AND INSPECTION PROCEDURE FOR NETWORK

ITEMS

INDEX

1. Technical Specifications for Router (02 LAN / 08 x 02 Mbps WAN Ports; 100 Kpps) III-17

2. Technical Specifications for Router (02 LAN / 04 x 02 Mbps WAN Ports; 50 Kpps) III-19

3. Technical Specifications for Layer-3 Switch: III-22

4. Technical Specifications for Layer-2 Switch with 24 Ethernet ports & 02 Fiber Ports (Type-I) III-24

5. Specifications of 24 ports Gigabit Layer-2 Switch (Type-II) III-26

6. Technical Specifications for LAN Extender: III-27

7. Technical Specifications for Media Converter III-28

8. Technical Specifications of Wireless Access Point III-28

9. Technical Specifications for G.SHDSL 2 Mbps (nx64 Kbps) 2 wire Leased Line Modems ( V.35 & G.703 ) III-28

10. Technical Specifications for UPS On-line (Stand Alone Type) 1KVA III-30

11. Technical Specifications of Structured LAN Cabling components III-31

12. Technical Specifications of Fiber cabling components III-32

13. Technical Specifications of 12 U Network Equipment Rack III-33

14. Technical Specifications of 24 U Network Equipment Rack III-33

15. Specifications for Conduits, PVC Channel, HDPE Pipe, G.I Pipe and UTP/Fiber Cable Installation Laying etc. III-34

16. Other requirements for LAN work : III-35

17. Feruling and labeling requirements III-35

18. Documentation III-35

19. ATP (ACCEPTANCE TEST PROCEDURE) For all Network Items of Supply Scope III-36

Page 144: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-17 रेलवे सचूना ूाणाली कें ि

1. Technical Specifications for Router (02 LAN / 08 x 02 Mbps WAN Ports; 100 Kpps)

General Requirements

1. The Router shall be designed for continuous operation. The bidder shall furnish the MTBF (Mean Time Between Failure) and MTRR (Mean Time to Restore) predicted and observed values along with calculations by the manufacturer.

2. In case of full system failure, Router shall maintain a trace area in the NVRAM / FLASH which would be used for analysis / diagnosis of the problem.

3. Router shall have built in power-on diagnostics system to detect hardware failures. 4. Router shall have suitable Visual Indicators for diagnostics and healthy / unhealthy

status of Ports & modules. 5. The design of Router shall not allow plugging of a module in the wrong slot or upside

down.

Hardware Details 6. Router shall have modular configuration. 7. Router shall have 02 No. 10/100 Base Tx LAN Ports as per IEEE 802.3u

specification. The Fast Ethernet ports shall support full duplex capabilities. 8. Router shall have 08 No. WAN ports supporting V.35 interface natively or through an

appropriate converter. These ports shall be operable up to speed of 02 Mbps. 9. Router shall support aggregate packet forwarding rate greater than or equal to

1,00,000 packets per second for a packet length of 64 bytes. 10. The Router shall have enough CPU capacity and Memory so as to efficiently meet all

the functionalities laid down in the specifications. The bidder should specify the offered CPU and memory model.

11. Router shall support 19” rack mountings. 12. Router shall support Upgrade of Software through Flash Memory. 13. Router shall support on-line software reconfiguration to implement changes without

rebooting. 14. Routers shall be capable of working with 170 – 240 Volts AC nominal at frequency 50

+/- 2 Hz. 15. Router shall support a console port with RS-232 Interface for configuration and

diagnostic purposes.

Software Details 16. The router shall support following protocols:

i) TCP/IP with support for IP ver. 4 ii) Support for IP Ver 6 in future. iii) ARP, RARP, ICMP, DHCP, TFTP and DNS iv) Network address translation (NAT) and Port Address Translation (PAT) as per RFC

3022 v) Network Time Protocol (NTP) Version 3 based on RFC 1305. vi) Support for both TCP and UDP at layer 4 vii) Sub networking viii) Classless Inter Domain Routing (CIDR) ix) Variable Length Subnet Masking (VLSM) x) IEEE 802.1Q based VLAN tagging

Page 145: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-18 रेलवे सचूना ूाणाली कें ि

xi) VRRP as per RFC 3768 17. The router shall support following WAN protocols:

i) PPP as per RFC 1661 ii) Multi-link PPP as per RFC 1717 iii) HDLC iv) Frame Relay

18. The router shall support static as well as dynamic routing with support for following IP routing protocols: i) RIP Version 2 ii) OSPF Version 2 as per RFC 1583 iii) BGP Version 4 as per RFC 1771

19. The Router shall support following IP Routing features: i) Bidirectional Forwarding Detection (BFD) for Static and OSPF Routing. ii) Option to define a Router as Designated Router (DR) in OSPF Domain. iii) Option to define “Point to Point” and “Point to Multi-point” links in OSPF Domain. iv) Option to change the LSA and SPF timers as well as other timers / counters in OSPF. v) Router shall support tracking the reachability to remote destination which is not directly

connected and thereby deciding the validity of static routes etc. 20. The router shall support following quality of service (QoS) features:

i) Weighted Fair Queuing (WFQ) ii) IP Precedence i.e. Priority based on TOS field of IP ver. 4 iii) Differentiated Services (Diff Serve) i.e. Priority based on DS Field of the IP ver. 4. iv) Weighted Random Early Detection for congestion avoidance.

21. The router shall support following WAN optimization features: i) Load Balancing on LAN Ports for outgoing traffic ii) Load Balancing on WAN Ports for outgoing traffic

22. The router shall support following Security features: i) PAP and CHAP as per RFC 1994 ii) Data Encryption as per DES and 3DES Standards iii) Generic Routing Encapsulation as per RFC 2784 iv) IPSec based Point to Point secure tunnels v) Access lists based on Network Address vi) Access lists based on Network Address, Mask, Protocol Type and Socket Type vii) Access list violation Logging & Accounting viii) MD5 Route Authentication as per RFC 1321 ix) Controlled SNMP Access through the use of SNMP with MD5 Authentication. x) Multiple Privilege levels to provide different levels of access xi) Remote Authentication Dial in User Service (RADIUS) as per RFC 2138

23. Router shall support Network Management through: i) SNMP V-1, V-2 & V-3 ii) RMON support iii) MIB I and MIB II iv) Router shall support all standard MIBs based on OSPF, BGP etc. v) Software Upgrade through FTP or TFTP vi) TELNET Client and Server vii) SSH Version-2

24. Router shall support following in the user level of access i.e. the user with minimum privileges: i) Ping ii) Telnet iii) Traceroute

Page 146: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-19 रेलवे सचूना ूाणाली कें ि

iv) Display of pre-configured description / label on each interface. v) Display of physical layer line status signals (DCD, DSR, DTR, RTS, CTS) on all serial

interfaces. vi) Display of Input and Output error statistics on all interfaces. vii) Display of Input and Output data rate statistics on all interfaces. viii) Display of Dynamic ARP table.

25. Router shall support System & Event logging functions as well as forwarding of these logs onto a separate Server for log management.

26. The Hardware / Software of Router shall not pose any problem due to change in date and time caused by events such as changeover of millennium / century, leap year etc. in the normal functioning of the system.

27. Router shall have Debugging features to display and analyze various types of packets.

Regulatory Compliance

28. Router shall conform to UL 60950 or IEC 60950 or CSA 60950 or EN 60950 Standards for Safety requirements of Information Technology Equipment.

29. Router shall conform to EN 55022 Class A/B or CISPR22 Class A/B or CE Class A/B or FCC Class A/B Standards for EMC (Electro Magnetic Compatibility) requirements.

30. Router shall be manufactured in accordance with the international quality standards ISO 9001:2000 for which the manufacturer should be duly accredited.

31. Router / Router’s Operating System should be tested and certified for EAL 2 or above under Common Criteria Program for security related functions.

2. Technical Specifications for Router (02 LAN / 04 x 02 Mbps WAN Ports; 50 Kpps)

General Requirements

1. The Router shall be designed for continuous operation. The bidder shall furnish the MTBF (Mean Time Between Failure) and MTRR (Mean Time to Restore) predicted and observed values along with calculations by the manufacturer.

2. In case of full system failure, Router shall maintain a trace area in the NVRAM / FLASH which would be used for analysis / diagnosis of the problem.

3. Router shall have built in power-on diagnostics system to detect hardware failures. 4. Router shall have suitable Visual Indicators for diagnostics and healthy /unhealthy

status of Ports & modules. 5. The design of Router shall not allow plugging of a module in the wrong slot or upside

down.

Hardware Details

6. Router shall have modular configuration. 7. Router shall have 02 No. 10/100 Base Tx LAN Ports as per IEEE 802.3u

specification. The Fast Ethernet ports shall support full duplex capabilities. 8. Router shall have 04 No. WAN ports supporting V.35 interface natively or through an

appropriate converter. These ports shall be operable up to speed of 02 Mbps. 9. Router shall support aggregate packet forwarding rate greater than or equal to 50,000

packets per second for a packet length of 64 bytes.

Page 147: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-20 रेलवे सचूना ूाणाली कें ि

10. The Router shall have enough CPU capacity and Memory so as to efficiently meet all the functionalities laid down in the specifications. The bidder should specify the offered CPU and memory model.

11. Router shall support 19” rack mountings. 12. Router shall support Upgrade of Software through Flash Memory. 13. Router shall support on-line software reconfiguration to implement changes without

rebooting. 14. Routers shall be capable of working with 170 – 240 Volts AC nominal at frequency 50

+/- 2 Hz. 15. Router shall support a console port with RS-232 Interface for configuration and

diagnostic purposes.

Software Details 16. The router shall support following protocols:

i) TCP/IP with support for IP ver. 4 ii) Support for IP Ver 6 in future. iii) ARP, RARP, ICMP, DHCP, TFTP and DNS iv) Network address translation (NAT) and Port Address Translation (PAT) as per RFC

3022 v) Network Time Protocol (NTP) Version 3 based on RFC 1305. vi) Support for both TCP and UDP at layer 4 vii) Sub networking viii) Classless Inter Domain Routing (CIDR) ix) Variable Length Subnet Masking (VLSM) x) IEEE 802.1Q based VLAN tagging xi) VRRP as per RFC 3768

17. The router shall support following WAN protocols: i) PPP as per RFC 1661 ii) Multi-link PPP as per RFC 1717 iii) HDLC iv) Frame Relay

18. The router shall support static as well as dynamic routing with support for following IP routing protocols: i) RIP Version 2 ii) OSPF Version 2 as per RFC 1583 iii) BGP Version 4 as per RFC 1771

19. The Router shall support following IP Routing features: i) Bidirectional Forwarding Detection (BFD) for Static and OSPF Routing. ii) Option to define a Router as Designated Router (DR) in OSPF Domain. iii) Option to define “Point to Point” and “Point to Multi-point” links in OSPF Domain. iv) Option to change the LSA and SPF timers as well as other timers /counters in

OSPF. v) Router shall support tracking the reachability to remote destination which is not directly

connected and thereby deciding the validity of static routes etc. 20. The router shall support following quality of service (QoS) features:

i) Weighted Fair Queuing (WFQ) ii) IP Precedence i.e. Priority based on TOS field of IP ver. 4 iii) Differentiated Services (Diff Serve) i.e. Priority based on DS Field of the IP ver. 4. iv) Weighted Random Early Detection for congestion avoidance.

Page 148: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-21 रेलवे सचूना ूाणाली कें ि

21. The router shall support following WAN optimization features: i) Load Balancing on LAN Ports for outgoing traffic ii) Load Balancing on WAN Ports for outgoing traffic

22. The router shall support following Security features: i) PAP and CHAP as per RFC 1994 ii) Data Encryption as per DES and 3DES Standards iii) Generic Routing Encapsulation as per RFC 2784 iv) IPSec based Point to Point secure tunnels v) Access lists based on Network Address vi) Access lists based on Network Address, Mask, Protocol Type and Socket Type vii) Access list violation Logging & Accounting viii) MD5 Route Authentication as per RFC 1321 ix) Controlled SNMP Access through the use of SNMP with MD5

Authentication. x) Multiple Privilege levels to provide different levels of access xi) Remote Authentication Dial in User Service (RADIUS) as per RFC 2138

23. Router shall support Network Management through: i) SNMP V-1, V-2 & V-3 ii) RMON support iii) MIB I and MIB II iv) Router shall support all standard MIBs based on OSPF, BGP etc. v) Software Upgrade through FTP or TFTP vi) TELNET Client and Server vii) SSH Version-2

24. Router shall support following in the user level of access i.e. the user with minimum privileges:

i) Ping ii) Telnet iii) Traceroute iv) Display of pre-configured description / label on each interface. v) Display of physical layer line status signals (DCD, DSR, DTR, RTS, CTS) on all serial

interfaces. vi) Display of Input and Output error statistics on all interfaces. vii) Display of Input and Output data rate statistics on all interfaces. viii) Display of Dynamic ARP table.

25. Router shall support System & Event logging functions as well as forwarding of these

logs onto a separate Server for log management. 26. The Hardware / Software of Router shall not pose any problem due to change in date

and time caused by events such as changeover of millennium / century, leap year etc. in the normal functioning of the system.

27. Router shall have Debugging features to display and analyze various types of packets.

Regulatory Compliance 28. Router shall conform to UL 60950 or IEC 60950 or CSA 60950 or EN 60950

Standards for Safety requirements of Information Technology Equipment. 29. Router shall conform to EN 55022 Class A/B or CISPR22 Class A/B or CE Class A/B

or FCC Class A/B Standards for EMC (Electro Magnetic Compatibility) requirements.

Page 149: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-22 रेलवे सचूना ूाणाली कें ि

30. Router shall be manufactured in accordance with the international quality standards ISO 9001:2000 for which the manufacturer should be duly accredited.

31. Router / Router’s Operating System should be tested and certified for EAL 2 or above under Common Criteria Program for security related functions

3. Technical Specifications for Layer-3 Switch:

General Requirements:

1. The Switch shall be designed for continuous operations. The bidder shall furnish the MTBF (Mean Time Between Failure) and MTRR (Mean Time to Restore) predicted and observed values along with calculations by the manufacturer.

2. In case of full system failure, Switch shall maintain a trace area in the NVRAM / Flash which would be used for analysis / diagnosis of the problem.

3. Switch shall have built in power-on diagnostics system to detect hardware failures. 4. Switch shall have suitable Visual Indicators for diagnostics and healthy / unhealthy

status of Ports & modules.

Hardware Capabilities:

5. Switch shall have 24 Nos. 10Base-T/100Base-Tx/1000Base-T auto sensing ports complying to IEEE 802.3, IEEE 802.3u and 802.3ab standard, supporting half duplex mode, full duplex mode and auto negotiation on each port to optimize bandwidth. Switch shall also have 2 No Fiber port to operate Single mode OFC cable up to 02 km at 100 Mbps speed.

6. Switch shall have minimum of 30 Gbps forwarding bandwidth at layer 2 and layer 3 switching fabric.

7. Switch shall have minimum 32 Million packets (64 Byte packet) per second forwarding rate.

8. Switch shall support minimum support of 10,000 MAC addresses. 9. Switch shall be capable of working with AC Power supply with a Voltage varying from

170 – 240 Volts at 50 +/- 2 Hz. 10. Switch shall support for 19 Inch rack mountings.

Functional Requirements:

11. Switch shall support Link Aggregation Control Protocol (LACP) as per IEEE 802.3ad. 12. Switch shall support 802. 1Q VLAN all ports with support for minimum 256 VLANs. 13. Switch shall support for IEEE 802.1D spanning tree protocol. 14. Switch shall support Dynamic Host Configuration Protocol (DHCP). 15. Switch shall support classification and scheduling as per IEEE 802.1P on all ports. 16. Switch shall support self learning of active MAC addresses and associated VLANs. 17. Switch shall support “Port Spanning” functionality for measurements using a network

analyzer. 18. Switch shall support IEEE 802.1Q VLAN tagging. 19. Switch shall support Auto-MDIX (Media Dependent Interface Crossover). 20. Support for basic IP unicast routing protocols (static, RIPv1, RIPv2, OSPF).

Page 150: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-23 रेलवे सचूना ूाणाली कें ि

21. Switch shall support Inter-VLAN IP routing for full layer 3 routing between two or more VLANs.

22. Switch shall support IGMP snooping. 23. Switch shall support per port broadcast, multicast and unicast storm control to prevent

degradation of overall system performance occurred due to faulty end stations. 24. Switch shall support DNS, TFTP and NTP / SNTP based on RFC 1305/ 2030 for

synchronization of date and time from central NTP Server. 25. Switch shall support for IEEE 802.1x port based authentication with VLAN

assignment, Port Security and ACL (Access control List) assignment. 26. Switch shall have support for IPv6 routing in future. 27. Switch shall support Multiple Spanning-Tree Protocol as per IEEE 802.1s. 28. Switch shall support Strict Priority Queuing. 29. Switch shall support MAC address based port level security using which forwarding

on a port is restricted to a defined group of addresses. 30. Support for Switches to be stacked or clustered and manageable using a single IP

address. 31. Switch shall support System & Event logging functions as well as forwarding of these

logs onto a separate Server for log management. 32. Switch shall support on-line software reconfiguration to implement changes without

rebooting. 33. Switch shall have comprehensive debugging features required for software &

hardware fault diagnosis. 34. Switch shall be configurable in high availability mode so that two L-3 Switches will

work in 1:1 cluster mode and in case of a switch failure, the other switch will provide connectivity seamlessly.

Management Features

35. Switch shall have a console port with RS-232 Interface for configuration and diagnostic purposes.

36. Switch shall be SNMP manageable with support for SNMP Version 1, 2 and 3. 37. Switch shall support all the standard MIBs (MIB-I & II). 38. Switch shall have Embedded Web based Network Management Software for

configuration and management. 39. Switch shall support TELNET and SSH Version-2 for Command Line Management. 40. Switch shall support 4 groups of embedded RMON (history, statistics, alarm and

events). 41. Switch shall support Multiple privilege levels to provide different levels of access on

console port and telnet sessions. 42. Switch shall support RADIUS for console access restriction and authentication as per

RFC 2138. 43. Switch shall support following in the user level of access i.e. the user with minimum

privileges: i) Display of Input and Output error statistics on all interfaces. ii) Display of Input and Output data rate statistics on all interfaces. iii) Display of Dynamic ARP table. iv) Display of MAC Address table. v) Display of Routing Table.

Page 151: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-24 रेलवे सचूना ूाणाली कें ि

Regulatory Compliance

44. Switch shall conform to UL 60950 or IEC 60950 or CSA 60950 or EN 60950 Standards for Safety requirements of Information Technology Equipment.

45. Switch shall conform to EN 55022 Class A/B or CISPR22 Class A/B or CE Class A/B or FCC Class A/B Standards for EMC (Electro Magnetic Compatibility) requirements.

46. Switch shall be manufactured in accordance with the international quality standards ISO 9001:2000 for which the manufacturer should be duly accredited.

4. Technical Specifications for Layer-2 Switch with 24 Ethernet ports & 02 Fiber Ports (Type-I)

General Requirements:

1. The Switch shall be designed for continuous operation. The bidder shall furnish the MTBF (Mean Time Between Failure) and MTRR (Mean Time to Restore) predicted and observed values along with calculations by the manufacturer.

2. In case of full system failure, Switch shall maintain a trace area in the NVRAM / Flash which would be used for analysis / diagnosis of the problem.

3. Switch shall have built in power-on diagnostics system to detect hardware failures. 4. Switch shall have suitable Visual Indicators for diagnostics and healthy / unhealthy

status of Ports & modules.

Hardware Capabilities:

5. Switch shall have 24 No. 10Base-T/100Base-Tx auto-sensing ports complying to IEEE 802.3 and IEEE 802.3u standard, supporting half duplex mode, full duplex mode and auto-negotiation on each port. Switch shall also have 2 No Fiber port to operate Single mode OFC cable upto 02 km at 100 Mbps speed.

6. Switch shall have non blocking switching capacity of at least 08 Gbps. 7. Switch shall have minimum packet forwarding rate of 06 Million packets per second at

64 bytes packet length. 8. Switch shall support minimum 6000 MAC addresses. 9. Switch shall be 19 Inch rack mountable. 10. Switch shall be capable of working with AC Power supply with a Voltage varying from

170 – 240 Volts at 50 +/- 2 Hz.

Functional Requirements:

11. Switch shall support 802.1q VLAN on all ports. 12. Switch shall support Spanning Tree Protocol (STP) as per IEEE 802.1d. 13. Switch shall support Multiple Spanning Tree Protocol (MSTP) as per IEEE 802.1s. 14. Switch shall support classification and scheduling as per IEEE 802.1p on all ports. 15. Switch shall support self learning of active MAC addresses and associated VLANs. 16. Switch shall support “Port Spanning” functionality for measurements using a network

analyzer.

Page 152: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-25 रेलवे सचूना ूाणाली कें ि

17. Switch shall support IEEE 802.1q VLAN tagging. 18. Switch shall support IEEE 802.1x port based authentication. 19. Switch shall support MAC address based port level security using which forwarding

on a port is restricted to a defined group of addresses. 20. Switch shall support Network Time Protocol (NTP) / Simple Network Time Protocol

(SNTP) based on RFC 1305 / 2030 for synchronization of date & time from the Central NTP Server.

21. Switch shall support per port Broadcast, Multicast & Unicast Storm suppression to prevent degradation of overall system performance occurred due to faulty end stations.

22. Switch shall support aggregation of more than one port as per IEEE 802.3ad. 23. Switch shall support Auto-MDIX (Media Dependent Interface Cross-over) on all ports. 24. Switch shall support System & Event logging functions as well as forwarding of these

logs onto a separate Server for log management. 25. Switch shall support on-line software reconfiguration to implement changes without

rebooting. 26. Switch shall have comprehensive debugging features required for software &

hardware fault diagnosis.

Management Features

27. Switch shall have a console port with RS-232 Interface for configuration and diagnostic purposes.

28. Switch shall be SNMP manageable with support for SNMP Version 1, 2 and 3. 29. Switch shall support all the standard MIBs (MIB-I & II). 30. Switch shall have Embedded Web based Network Management Software for

configuration and management. 31. Switch shall support TELNET and SSH Version-2 for Command Line Management. 32. Switch shall support 4 groups of embedded RMON (history, statistics, alarm and

events). 33. Switch shall support Multiple privilege levels to provide different levels of access on

console port and telnet sessions. 34. Switch shall support RADIUS for console access restriction and authentication as per

RFC 2138. 35. Switch shall support following in the user level of access i.e. the user with minimum

privileges: vi) Display of Input and Output error statistics on all interfaces. vii) Display of Input and Output data rate statistics on all interfaces. viii) Display of Dynamic ARP table. ix) Display of MAC Address table.

Regulatory Compliance

36. Switch shall conform to UL 60950 or IEC 60950 or CSA 60950 or EN 60950 Standards for Safety requirements of Information Technology Equipment.

37. Switch shall conform to EN 55022 Class A/B or CISPR22 Class A/B or CE Class A/B or FCC Class A/B Standards for EMC (Electro Magnetic Compatibility) requirements.

38. Switch shall be manufactured in accordance with the international quality standards ISO 9001:2000 for which the manufacturer should be duly accredited.

Page 153: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-26 रेलवे सचूना ूाणाली कें ि

5. Specifications of 24 ports Gigabit Layer-2 Switch (Type-II)

General Requirements: 1. The Switch shall be designed for continuous operations. The bidder shall furnish

the MTBF (Mean Time Between Failure) and MTRR (Mean Time to Restore) predicted and observed values along with calculations by the manufacturer.

2. In case of full system failure, Switch shall maintain a trace area in the NVRAM/ Flash which would be used for analysis / diagnosis of the problem.

3. Switch shall have built in power-on diagnostics system to detect hardware failures. 4. Switch shall have suitable Visual Indicators for diagnostics and healthy / unhealthy

status of Ports & modules.

Hardware Capabilities: 5. Switch shall have 24 Nos. 10Base-T/100Base-Tx/1000Base-T auto-sensing ports complying

to IEEE 802.3, IEEE 802.3u and 802.3ab standard, supporting half duplex mode, full duplex mode and auto negotiation on each port to optimize bandwidth.

6. Switch shall have minimum of 30 Gbps forwarding bandwidth at layer 2 switching fabric. 7. Switch shall have minimum 32 Million packets (64 Byte packet) per second forwarding rate. 9. Switch shall support minimum support of 8,000 MAC addresses. 10. Switch shall be capable of working with AC Power supply with a Voltage varying from 170 –

240 Volts at 50 +/- 2 Hz. 10. Switch shall support for 19 Inch rack mountings.

Functional Requirements: 11. Switch shall support Link Aggregation Control Protocol (LACP) as per IEEE 802.3ad. 12. Switch shall support 802. 1Q VLAN all ports with support for minimum 255 VLANs. 13. Switch shall support for IEEE 802.1D spanning tree protocol. 14. Switch shall support Dynamic Host Configuration Protocol (DHCP). 15. Switch shall support classification and scheduling as per IEEE 802.1P on all ports. 16. Switch shall support self learning of active MAC addresses and associated VLANs. 17. Switch shall support “Port Spanning” functionality for measurements using a network analyzer. 18. Switch shall support IEEE 802.1Q VLAN tagging. 19. Switch shall support Auto-MDIX (Media Dependent Interface Cross- over). 20. Switch shall support IGMP snooping. 21. Switch shall support per port broadcast, multicast and unicast storm control to prevent

degradation of overall system performance occurred due to faulty end stations. 22. Switch shall support DNS, TFTP and NTP / SNTP based on RFC 1305/ 2030 for

synchronization of date and time from central NTP Server. 23. Switch shall support for IEEE 802.1x port based authentication with VLAN assignment, Port

Security and ACL (Access control List) assignment. 24. Switch shall support Multiple Spanning-Tree Protocol as per IEEE 802.1s. 25. Switch shall support Strict Priority Queuing. 26. Switch shall support MAC address based port level security using which forwarding on a port

is restricted to a defined group of addresses. 27. Support for Switches to be stacked or clustered and manageable using a single IP address.

Page 154: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-27 रेलवे सचूना ूाणाली कें ि

28. Switch shall support System & Event logging functions as well as forwarding of these logs onto a separate Server for log management.

29. Switch shall support on-line software reconfiguration to implement changes without rebooting.

30. Switch shall have comprehensive debugging features required for software & hardware fault diagnosis.

Management Features 31. Switch shall have a console port with RS-232 Interface for configuration and diagnostic

purposes. 32. Switch shall be SNMP manageable with support for SNMP Version 1, 2 and 3. 33. Switch shall support all the standard MIBs (MIB-I & II). 34. Switch shall have Embedded Web based Network Management Software for configuration

and management. 35. Switch shall support TELNET and SSH Version-2 for Command Line Management. 36. Switch shall support 4 groups of embedded RMON (history, statistics, alarm and events). 37. Switch shall support multiple privilege levels to provide different levels of access on console

port and telnet sessions. 38. Switch shall support RADIUS for console access restriction and authentication as per RFC

2138. 39. Switch shall support following in the user level of access i.e. the user with minimum privileges:

i) Display of Input and Output error statistics on all interfaces. ii) Display of Input and Output data rate statistics on all interfaces. iii) Display of Dynamic ARP table. iv) Display of MAC Address table.

Regulatory Compliance 40. Switch shall conform to UL 60950 or IEC 60950 or CSA 60950 or EN 60950 Standards for

Safety requirements of Information Technology Equipment. 41. Switch shall conform to EN 55022 Class A/B or CISPR22 Class A/B or CE Class A/B or FCC

Class A/B Standards for EMC (Electro Magnetic Compatibility) requirements. 42. Switch shall be manufactured in accordance with the international quality standards ISO

9001:2000 for which the manufacturer should be duly accredited.

6. Technical Specifications for LAN Extender: The LAN extender is required for interconnecting two LAN’s using conventional Under-ground telecom copper cable pair without degradation in the LAN performance as per the following specifications:

1. Support speed up to 2 MBPS for distance coverage up to 5 km. on 0.5 mm dia single pair cable.

2. Support speed up to 144 KBPS for distance coverage up to 8 km. on 0.5 mm dia single pair cable.

3. Should operate in half/full duplex mode with minimum 4 nos. of 10/100 base T Ethernet port (IEEE 802.3 compliance).

Page 155: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-28 रेलवे सचूना ूाणाली कें ि

4. Support RJ 11 for connecting Copper cable pair. 5. Support RJ 45 for connecting Ethernet port. 6. Support SNMP based management. 7. Auto adjustment of operational speed, depending upon line condition. 8. Configurable through console, telnet or http (web browser). 9. Visual indications to know the status of Line, Ethernet and Power. 10.Temperature range (0-45 degree C). 11. Protection against lightening and accidental power on cable pair. 12. Power supply - 230 V AC +/- 10%., 50 Hz.

7. Technical Specifications for Media Converter

1. The media converter shall provide Fast Ethernet signal conversion from twisted pair copper to optical fiber and vice-a-versa. It should have LED indications for power, linkage and data transmission.

2. The media converter shall have 01 No. RJ-45 10Base-T / 100Base-Tx port and 01 No. SC 100 Base-Fx port.

3. The media converter shall support Single Mode Fiber cable up to a distance of at least 02 kilometer.

4. The media converter shall comply to IEEE 802.3u 100 Base Tx / Fx standard.

8. Technical Specifications of Wireless Access Point 1. Should support IEEE 802.11b/g at 11 Mbps / 54 Mbps for Wireless LAN and IEEE 802.3 u

10/100 Base TX for Ethernet LAN. 2. Should support 2.4 GHz frequency 3. Should support 64/ 128-bit WEP encryption. 4. Should support authentication (MAC Level Control). 5. Should operate minimum 100 M range (indoor). 6. Equipment should have an antenna to cover the given range. 7. Should have Dynamic data rate switching with auto fallback capability. 8. Should support SNMP, Telnet, and TFTP. 9. Should support IP and DHCP protocols. 10. Should support bridging. 11. Should support the rejection of RF and noise interference. 12. Should support 802.1x standard. 13. Powers supply 220 +/- 10% and should support power over Ethernet (POE). 14. LED indications for Power, LAN & Wireless activity. 15. Operating Temperature range 0 – 50 degree C.

9. Technical Specifications for G.SHDSL 2 Mbps (nx64 Kbps) 2 wire Leased Line Modems ( V.35 & G.703 )

The modems should conform to TEC Specifications no. IR/DCA – 18/04, Oct 2005 (TEC Specifications no. IR/DCA – 18/03, Feb 2002 - Re-affirmed in Oct 2005 also valid) with the following qualifications/addendum. The specifications pertaining to IEEE 802.3 Ethernet 10/100

Page 156: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-29 रेलवे सचूना ूाणाली कें ि

Base Tx Interface viz. Clauses no. 1.1.1(vi), 1.5(v) respectively, mentioned in the Interface requirements of the above TEC specification nos. are not applicable. 1) Clause no. 1.1 : Digital Interface :

a) Item 1.1.1 (v) is not applicable. b) Item 1.1.2 : Speed Support

The speed/s supported at Digital Interface/s shall be with any combination of 64 Kbps between 64 Kbps to 2048 Kbps. 2) Clause no.1.5: Items to be specified in the Interface Approval Certification:

a) Item 1.5(i): Digital Interface/s supported in the equipment V.35 via 34-pin Female Connector with one modem G.703 interface with other modem in modem pair

b) Item 1.5(ii): Whether single pair, 2 pair or multi pair working 2W unloaded twisted pair working

c) Item 1.5(iii): Highest bit rates of the digital interfaces supported The highest bit rate of digital interface supported shall be up to 2048 (nx64 Kbps, n = 1 to 32)

d) Item 1.5(iv): Maximum distance coverage On 0.5 mm diameter underground cable (unloaded), the modem should work upto a minimum of 5.0 kms of distance for 2048 Kbps data rate.

3) References:

ITU – T recommendations K.20, K.21, G.703 and V.35 are applicable in this case. 4) The modem shall support following management / diagnostic features:

a) Front Panel indications for PWR (Power), DATA (Transmit/Receive Data), TEST (To indicate test mode), SYNC (Status of DSL line / E1), AIS, ALARM / Error.

b) System status, configuration, diagnostics using LCD Display & push buttons or using a Ethernet management interface through Web, Telnet & SNMP.

c) ITU–T V.54 compliant loopback diagnostics : i) Local Analog Loop Test (for self test of modem) ii) Local Digital Loop Test (to provide Loop test to the remote modem on local loop) iii) Remote Digital Loop Test (to take Loop test from the remote modem on local loop) without requiring the manual assistance of any personnel at remote end. d) Built in BERT for test pattern generation & detection. e) Embedded Operation Channel (EOC) for controlling and monitoring the remote unit, without interfering with the data transmission in compliance with ITU-T G.991.2 requirements. f) E1 and SHDSL Line performance monitoring and statistics.

5) In a modem pair, the modem with V.35 interface shall be operable on normal AC supply

whereas the G.703 modem unit shall be operable with both AC and DC power supply, with AC or DC supply being used at any given point of time.

6) Certification :

Page 157: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-30 रेलवे सचूना ूाणाली कें ि

Valid and duly attested copy of TEC approval certificate issued to the offered modem product for both V.35 & G.703 interface units.

10. Technical Specifications for UPS On-line (Stand Alone Type) 1KVA

1 ) Inverter Technology Double Conversion Online UPS, High Frequency PWM ,IGBT Based, Built-in Charger

2) Operating Mode Stand Alone 3) Input Specifications a) Single Phase AC Input 165 Volts to 275 Volts on full load b) Input Frequency 50 Hz +/- 5 % c) Input Power Factor > 0.9 at full load 4) Output Specifications a) AC Output Voltage Single Phase 230 Volts +/- 2% b) Wave Form Pure Sine Wave c) Overall Efficiency (AC to AC) Better than 85%

d) Harmonic Distortion 3% (Max.) with linear loads and 5% (Max.) with Non-linear loads

e) Output Frequency 50 Hz +/- 0.5% (Constant Frequency ) f) Output Power Factor >= 0.7 at full load g) Crest Factor 3:01 h) Overload Capacity 125% for 1 min.

5) Indications UPS on Mains/Battery, UPS trip, Battery Charging,Battery Low, Over load, LOAD bypass ON

6) Standards

a) EMI / EMC EN 50091-2 , UPS shall not interfere with Network equipments by generating noise

b) Safety EN 50091-1

7) Generator Compatibility UPS should be compatible with portable/non-portable generator

8) Protection and Filtering Input AC over / under voltage & Short circuit protection, Spike/Surge/Noise Protection, Battery Overcharge

9) Certifications

Manufacturing facility should be ISO 9001 certified Test certificate from any one of the reputed Govt. agencies viz. ETDC, ERTL, SAMEER for the UPS model quoted.

10) Operating Temperature 0 degree – 40 degree Celsius 11) Relative Humidity 90% max. 12) Backup a) Sealed Maintenance Free Battery Bank Min. 800 VAH required for 30 mins.

Page 158: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-31 रेलवे सचूना ूाणाली कें ि

11. Technical Specifications of Structured LAN Cabling components

(i) Category-6 UTP Cable

1. Meet all TIA/EIA-568-B.2-1 Cat 6 or ISO/IEC 11801 Class E Standards 2. Low Smoke zero Halogens Cable 3. Component complaint for Category-6 4. ETL verified 5. 24 AWG or better Solid Bare Copper

(ii) Category-6 Wall UTP I/O

1 Meet all TIA/EIA-568-B.2-1 Cat 6 standards 2 Capable of re-termination 3 Minimum 6 colors 4 Component compliance for Category-6 5 Single Cat 6 Wall Mounting Outlet 6 UL Listed

(iii) Modular Face Plate

1. British/American Style slope or angled shuttered faceplate 2. Modular Design

(iv) Category-6 Patch Cord (1m & 2m)

1. Meet all TIA/EIA-568-B.2-1 Cat 6 standards 2. Factory Crimped 3. 24 AWG or better Copper Conductors 4. Tangle free plug design 5. Minimum 5 colors 6. Component complaint for Category-6. 7. RoHS Compliance

(v) Modular Patch Panel

1. Fit Modular design 2. Fit in standard 19" rack occupying 1U space 3. Accept 24 individual colored I/O Jacks 4. Lables with lable-holders 5. UL listed

(vi) PVC Gang BOX

1. Single Gang Box accepts Modular Face Plate 2. Preferably ISI marked, heavy duty and rugged construction

Page 159: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-32 रेलवे सचूना ूाणाली कें ि

(vii) Cable Manager

1 Single -sided Plastic horizontal cable manager with Duct fingers and covers (1U)

2 RoHS Compliance

12. Technical Specifications of Fiber cabling components

(i) Optical Fiber Cable

1. Standards FOCIS-3 TIA/EIA-568-B.3 Complied 2. Single Mode 9/125 or 50/125 µm 3. 6 Core Armored/ Outdoor

(ii) SC Fibre Optic Connectors

1. FOCIS-3 TIA/EIA-568-B.3 compliant connector 2. Ferrule type: 2.5mm zirconia ceramic 3. Each connector includes inner housing assembly, outer housing, crimp

sleeve, one boot for 900µm buffered fiber

(iii) Fiber Adapter plate

1. Standards FOCIS-3 TIA/EIA-568-B.3 complied 2. Adapters can be used with single mode or multi mode connectors and patch

cords 3. Integrated retention clip to create a snug fit to reduce rattles 4. Protective cap to fully surrounds split sleeves opening 5. Zirconia ceramic split sleeves

(iv) Optic Fiber Distribution Unit

1. Slides out Drawer for easy front access 2. 19” rack mountable 3. Removable rear tray cover for easy access to splices and cable storage 4. Include fiber optic cable routing accessory kit 5. Side and rear cable entry 6. Unused slots should be covered with blank adapter plates

(v) Fiber optic patch cords(SC-SC and SC-LC) single mode 9/125 or 50/125 µm

1. Complied all TIA/EIA-568-B.3 performance requirements 2. 100 % factory tested for insertion loss 3. Insertion loss data recorded for every Single Mode patch cord

Page 160: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-33 रेलवे सचूना ूाणाली कें ि

4. SC Duplex patch cords to include SC Duplex Clips to maintain polarity incase of SC -SC patch cords

5. SC Duplex Patch Cords to include LC Duplex Clips to maintain polarity incase of SC -LC patch cords

6. Highest quality flame retardant Fiber optic Cable with tight buffered coating on each optical fiber.

13. Technical Specifications of 12 U Network Equipment Rack 12U Wall Mount 19” Closed Frame Network Equipment Rack :-

APW / RITTAL / Vallrack 1. Front Glass Door with Lock (1nos) 2. Ventilated Top cover and Bottom cover with cable entry facility

3. Hardware Front Panel (Equipment mounting Fasteners) in pkts of 10 (2nos)

4. 19’’ equipment mounting shelf with a depth of 400mm and 1U height (2nos)

5. 19’’ cooling fan tray (2 fan provision) (1nos) 6. 19’’ horizontal cable manager 1U + Hardwoare (5nos) 7. AC mains power distribution box upto 5 sockets.(2nos) 8. Earth continuity kit comprising of earthing bar and earthing straps (1nos) 9. Conforming to industry standard practices

14. Technical Specifications of 24 U Network Equipment Rack

24 U Floor Standing 19''standard 600mm (W) x 800mm (D) Network Equipment Rack:- APW / RITTAL / VALRACK

1. Front Glass Door with Lock 2. Rear Door with Lock & vented at bottom 3. Side Panels with Latches & vented at bottom 4. Ventilated Top cover and Bottom cover with cable entry facility 5. Castors with front brakes (Set of 4 Nos.) 6. 19'' mountable equipment shelf with a depth of 475mm and 1U/2U height 7. Hardware Mounting Screws packet of 10

8.

Horizontal AC mains power distribution box with 5 sockets 5/15 Amp, with individual on/ off switch per socket, MOV Protection, Recoverable overpower protection, Should be able to take 20 kinds of Plugs ( min), safety protective gate, High Grade – Flame retardant and insulated plastic & In built lightning surge protector, overload circuit breaker. indicative main switch and fuse for overload protection

9. 19" Sliding self with a min. depth of 475mm and 1U height

Page 161: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-34 रेलवे सचूना ूाणाली कें ि

10. 19'' cooling fan tray with 4 fans mounted ( ≥90 CFM ) 11. Equipment Support angles (in pairs) 12. 19'' horizontal cable manager 1U + Hardware 13. Earth continuity kit comprising of earthing bar and earthing straps 14. Conforming to DIN 41494 - and industry standard practices

15. Specifications for Conduits, PVC Channel, HDPE Pipe, G.I Pipe and UTP/Fiber Cable Installation Laying etc.

(a) PVC Conduit (pipe) Heavy duty PVC Conduit (pipe) with 1 inches or 2 inches diameter. The Thickness of Conduit should be at least 2.5 mm. The conduit should be ISI mark and having IS-9537 Part-3 Standards AKG/ Modi /Flex / Diplast / Prakash).

(b) PVC Channel Heavy duty PVC Channel with 0.5 inches or 1 inches. The Channel should preferably be ISI mark. (AKG / Modi / Flex / Diplast / Prakash )

(c ) GI Pipes GI pipes ( Jindal / Prakash / Tata) Class-B ISI mark, 32 mm For Fiber Laying on Hard Surface.

(d) HDPE Pipe Pre-lubricated HDPE (High Density Polyethylene) pipes 32mm TEC approved.

(e) Cable Pits Cable Pits made up of reinforced concrete and brick walls with removable covers ( Reinforced concrete slab). Maintenance pits with internal area of 1m*1m*1m would be constructed for future maintenance.

(f) Trenching

1. Cables should be ducted and directly buried at a minimum depth of 1m below the ground level. The cable shall be covered by semi-circular concrete shells/bricks. Soil shall be filled up to a height of 250mm above the cable and covered with warning tape. The remaining height of the trench shall be filled back with extracted material from the trench.

2. The fiber cable should be laid down in Pre-lubricated High Density Polyethylene

(HDPE) pipe for soil cut and GI pipe should be used for road cut. HDPE Air-tight couplers would be used at all the joints. The fiber cable crossing the road additional safety measure should be made with the consent of CRIS Network Engineer.

Page 162: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-35 रेलवे सचूना ूाणाली कें ि

3. Cable bend radius should be as per the norms and OFC cable markers made up of concrete of (1’ X 4’’ X 6’’) should be provided every 100 meters or at bends which ever is less.

(g) Trench less

Trench less digging (Moiling/HDD) is to be used for Road / Concrete level crossings, Railway Track Crossings and RCC Flooring within the sheds with at a depth of at least 8-10ft. HDPE Pipe TEC Approved would be laid.

16. Other requirements for LAN work :

1. Cables shall be laid and terminated in accordance with the recommendations made in the TIA/EIA document, manufacturer’s recommendations and/or best industry practices.

2. Removal of Armored core at the termination enclosure/ shelf should not be more than the required length for terminations of Fiber cores.

3. Bend radius of the cable in the termination area shall not be less than 20 times the outside diameter of the cable.

4. Buffer Tubing should be used before the terminations or splicing at the enclosure end. 5. Cables shall be neatly clamped on the walls near the terminations boxes or shelves in

the racks. 6. Each cable shall be clearly labeled at the enclosure end. Cables labeled within the

shelf or wall mount enclosures, where the label is obscured from view shall not be acceptable.

7. Additional OFC of at least 3m of length should be left at the enclosure end on both sides for future shifting of Rack/Wall enclosures.

8. It will be the responsibility of the vendor to take necessary permissions for Road digging outside railway premises and the roads should be concreted after the cabling has been done. It is advisable to carry the digging work during night hours.

9. The contractor should provide with a sample of the patch cables, I/O points etc to be used in advance for approval.

17. Feruling and labeling requirements 1. Lettering and numbering shall be black, longitudinal to cables, shall be typed in

readable format, permanent and smudge-proof. Cable labels shall have a white background unless specified elsewhere in this specification. Labels shall have waterproof jackets. Hand-written labels will only be acceptable on a temporary basis during installation.

2. Labels at the Communications rack or cabinet should identify the location, e.g. office number, of workplace outlet and to cable number. Labels at workplace outlet should identify the Communication cabinet and cable number.

3. Fiber cables should be labeled at each end with a unique Circuit Number. The fiber termination panel must also be labeled with the circuit number at both ends.

18. Documentation

Page 163: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-36 रेलवे सचूना ूाणाली कें ि

The installer must prepare diagrams showing the locations and layout of the concentration points and the routes taken by the major trunking and uplink cables. These diagrams should be submitted in electronic AutoCAD format, and on paper. These diagrams should include floor plans, including room numbers, of the buildings with additional layers containing both data and fiber cable routes. They should also contain the cable numbers in relation to room numbers. In addition to the test results for the premises cables, the installer should submit a document identifying the relationship between each cable number used in the installation and the corresponding patch panel numbers and workplace outlet room numbers. It should be trivial to correlate the cable numbers used in this document with the individual cable test results. This document should be submitted in electronic, Excel, format. A paper copy should be available on demand. Each data point marked on a drawing will individually indicate the port/wire number (at the actual label) in close proximity without being obscured by other information.

19. ATP (ACCEPTANCE TEST PROCEDURE) For all Network Items of Supply Scope Acceptance testing shall be done jointly at site by Network Engineers of CRIS and vendor representative and will comprise of the following:

19.1 Preliminary test procedure: 1.1 Physical Inspection and preliminary testing of the product/s shall be done at Site in the

presence of representatives of the supplier and will comprise of the following: 1. Physical verification of equipment as per the supply contract. 2. Physical inspection of the equipment for any physical damage. 3. “Power on self test” to ascertain that no product/s is dead on arrival. 4. Physical verification of software media and documentation as per purchase order. 5. A preliminary test certificate as per Performa given in Annexure – C1 will be prepared in 3 copies out of which one copy shall be handed over to the supplier and one copy each shall be sent to Manger/Purchase and General Manager /P-II, GM / WISE, CRIS.

1.2 After physical inspection & preliminary testing, the supplier shall prepare a detailed

plan for Installation of equipment at CRIS. The plan shall include information related to amount of downtime required, changes required if any. The installation of the equipment shall be done as a planned activity on a date & time decided by CRIS.

1. The procedure for Acceptance Testing (ATP) is given in Annexure B. 2. The Final Acceptance Certified as per Annexure – C2 shall be issued by the consignee only after continuous satisfactory performance of the installed product/s for 15 days.

19.2 Final acceptance test procedure:

Page 164: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-37 रेलवे सचूना ूाणाली कें ि

The Final Acceptance test will be conducted at site within 30 days after completion of respective site network commissioning. The Final acceptance test procedure for equipment shall comprise the tests given below. All test equipment, measuring devices etc. shall be arranged by the supplier for Acceptance testing.

19.2.1 Acceptance Test Procedure (ATP) for Router (02 LAN / 8 x 02 Mbps WAN Ports; 100 Kpps) and Router (02 LAN / 4 x 02 Mbps WAN Ports; 50 Kpps) 1. Physical inspection for verification of compliance to item No. 4 to 7, 10, 11 & 15 of

technical specifications. 2. Verification by conducting tests or on the basis of manufacturer’s certificate for

item No. 8, 9 & 14 of technical specifications. 3. Tests to verify compliance to item No. 13, 24 & 25 of technical specifications. 4. Manufacturer’s certificate to verify compliance to item No. 1 to 3, 12, 16 to 23, 26 to 29 of

technical specifications. 5. Certificate from respective regulatory agency to verify compliance for item no. 30 & 31 of

the technical specifications.

19.2.2 Acceptance Test Procedure (ATP) for Layer 3 Switch:

1. Physical inspection for verification of compliance to item No. 4, 5 & 10 of technical

specifications. 2 Verification by conducting tests or on the basis of manufacturer’s certificate for item No. 9

of technical specifications. 3. Tests to verify compliance to item No. 30 to 43 of technical specifications. 4. Manufacturer’s certificate to verify compliance to item No. 1 to 3, 6 to 8, 11 to 30, 44 & 45

of technical specifications. 5. Certificate from respective regulatory agency to verify compliance for item no. 46 of the

technical specifications

19.2.3 Acceptance Test Procedure (ATP) for L-2 Switches (Type-I)

1. Physical inspection for verification of compliance to item No. 4, 5 & 9 of technical

specifications. 2. Verification by conducting tests or on the basis of manufacturer’s certificate for item No.10 of technical specifications. 3. Tests to verify compliance to item No. 23 to 35 of technical specifications. 4. Manufacturer’s certificate to verify compliance to item No. 1 to 3, 6 to 8, 11 to 22, 36 & 37

of technical specifications. 5. Certificate from respective regulatory agency to verify compliance for item no. 38 of the

technical specifications.

19.2.4 Acceptance Testing for LAN Switch (Type-II): 1. Physical inspection for verification of compliance to item No. 4, 5 & 10 of technical

Page 165: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-38 रेलवे सचूना ूाणाली कें ि

specifications. 2. Verification by conducting tests or on the basis of Manufacturer’s certificate for item No. 9

of technical specifications. 3. Tests to verify compliance to item No. 28 to 39 of technical specifications. 4. Manufacturer’s certificate to verify compliance to item No. 1 to 3, 6 to 8, 11 to 27, 40 & 41

of technical specifications. 5. Certificate from respective regulatory agency to verify compliance for item no. 42 of the

technical specification.

19.2.5 Acceptance Test Procedure for LAN Extender

1. Physical inspection for verification of compliance to item No 4, 5 and 9 of technical specification.

2. Tests to verify compliance to item No. 3, 6 & 8 of technical specification. 3. Manufacturer’s certificate to verify compliance to item No. 1, 2, 7, 10, 11 and 12 of

technical specification.

19.2.6 Acceptance Test Procedure for Media Converter

1. Verification by conducting tests or on the basis of manufacturer’s certificate for item No.1, 2, 3 and 4 of technical specification.

19.2.7 Acceptance Test Procedure for Wireless Access Point

1. Physical inspection for verification of compliance to item No. 14 of technical specification 2. Verification by conducting tests or on the basis of manufacturer’s certificate for item No.

1, 4 to 7 and 11 of technical specification. 3. Tests to verify compliance to item No. 8, 9 to 10 of technical specification. 4. Manufacturer’s certificate to verify compliance to item No. 2, 3, 12, 13 and 15 of technical

specification.

19.2.8 Acceptance Test Procedure for Modems: 1 Physical Inspection and Testing for compliance to Item nos. 2, 4 & 5 of the technical

specifications except Item 2(c) & 2(d). 2 TEC approval certificate to verify compliance to Item nos. 1, 2(c), 2(d), 3 & 6 of the

technical specifications.

19.2.9 Acceptance Test Procedure For UPS The Acceptance Test shall be conducted at the site of installation by the authorized representative of CRIS in the presence of the suppliers representatives. The acceptance test shall involve physical inspection, verifying compliance to all the technical specifications specified in the tender document and trouble free operation of the system for 07 working days. No malfunction, partial or complete failure of any part of the equipment is expected to occur.

Page 166: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-39 रेलवे सचूना ूाणाली कें ि

The supplier shall obtain the necessary Installation/Acceptance test report to establish the successful completion

19.2.10 Acceptance Test Procedure For Structured cabling and Fiber cabling components Inspection & Acceptance testing for the entire Structured LAN Cabling and Fiber cabling work shall be done on the basis of Physical Inspection, Conducting Tests/Certification, and Manufacturer’s certificate as and where applicable. This will be done prior to site network commissioning milestone. All test Equipment Measuring Devices etc. shall be arranged by the supplier for acceptance testing. The key areas for the inspection and testing would be conducted as given below:

1) Each Fiber Optic Link installed should be tested for Attenuation, Propagation Delay, Continuity and appropriate cable length as per the ANSI/TIA/EIA-568-B.3 or latest ANSI/TIA/EIA Standard for Single mode Fiber. Cable run length should be obtained using OTDR testing. 2) Certification Test result for Fiber links. The test result for fiber is to be provided at the time of acceptance.

3) The various components required for this structured cabling shall be tested by using Industry standard testing / measurement instruments (such as Fluke Meter or Penta Scanner) to verify applicable performance parameters. These parameters shall include Impedance (in Ohms), Propagation Delay, Delay Skew, Resistance (in Ohms), NEXT (Near End Cross Talk), FEXT (Far End Cross Talk), Return Loss, ACR (Attenuation to Cross Talk Ratio), Pairs, Attenuation, Power Sum Next etc.

4) The structured cabling components shall be certified to meet the prescribed mechanical and transmission specifications for such products as described in ISO / IEC 1801 or TIA 1005 based on ANSI / TIA / EIA – 568 B Series.

5) Diagram of Workshops Network depicting building and floor wise distribution of users and connectivity is to be provided.

Page 167: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-40 रेलवे सचूना ूाणाली कें ि

Annexure – C1 20. PRELIMINARY TEST CERTIFICATE SUB: INSPECTION DEMAND NOTE – (for release of 80% payments) PURCHASE ORDER NO: DATED Against the above mentioned purchase order. The items detailed below have been received on __________.

Equipment Description

Sl. No. Physical Check Power On Test

Ports Firmware/ Software

Remarks

Vendor /Representative CRIS/New Delhi (sign) ____________ ____________ Name _____________ _____________ Design. ____________ _______________ Date _____________ ______________

Page 168: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-41 रेलवे सचूना ूाणाली कें ि

Annexure – C2 21. FINAL COMMISSIONING CERTIFICATE Purchase Order No. __________________________________ dated_____________ Name of site ________________________ Name of Project____________________________ Name of Item___________________ Name of Vendor_________________ Against the above mentioned Purchase Order, the items detailed below have been successfully commissioned after installation and tested. The training as required has been also provided by the vendor as per specification in the PO. S.NO ITEM DESCRIPTION QTY.

Page 169: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-42 रेलवे सचूना ूाणाली कें ि

ANNEXURE: 2.III

3.3 WAN ARCHITECTURE

CRIS

MTNAIIBPLJHS

JU

Lower Parel

MX

KTT

Nasik

Parel

MAS-LOCO

MAS-CARRIAGE

UBL

MYS

CHARBAG-LKO

GKP

GMC

IZN

JMP

LLHDBWS

KGP

NBQ

GOC/ TPJ

2 Mbps Link (55)

MCS

BSL

JUDW

Phase I (16)

Phase II (18)

WISE II WAN Architecture

BPLAII

BCT

DHD

CSTMBSL

ASR

JUASR

IZN

LKO

HWH

NBQ

KGP

RAIPUR

BBS

MAS

MYS

LGD

SC

GMC

CCG

FOIS Backbone Network

Existing FOIS Location

ALAMBAG-LKO

RYP

KPALayer 3 Switch

Page 170: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-43 रेलवे सचूना ूाणाली कें ि

ANNEXURE: 2.IV 3.4 CENTRAL DATA CENTRE ARCHITECTURE SCHEMATIC FOR WISE-II PROJECT

Item code Description

S1, S2 (Type A)

WISE ERP SERVERS (Database Servers, Application Server, Portal/Web Server, BI, Development, Testing / Training Server)

SW1,SW2,SW3, SW4

Layer 2 Switch

SW6 Existing Layer 3 switch

E1, E2 Existing ROAMS FMM-LMS portal/Web Servers

E3, E4 Existing ROAMS FMM-LMS Testing/Training & Development Server

E5 Existing ROAMS FMM-LMS DMS/BI/Reporting Server

Svd Existing SSL VPN Device for 100 concurrent users

S10 Existing Anti-Virus server

Page 171: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-44 रेलवे सचूना ूाणाली कें ि

ANNEXURE 2.V

3.5 SHOP NETWORK (LAN) SCHEMATICS

INDEX Scope A (pilot phase)

3.5.1. PROPOSED NETWORK TOPOLOGY FOR CHARBAGH WORKSHOP, LUCKNOW (LKO) III-46

3.5.2. PROP OSED NETWORK TOPOLOGY FOR LILLUAH WORKSHOP (LLH) III-47

3.5.3. PROPOSED NETWORK TOPOLOGY FOR RAIPUR WORKSHOP III-48

3.5.4. PROPOSED NETWORK TOPOLOGY FOR LOWER PAREL WORKSHOP (LPL) III-49

3.5.5. PROPOSED NETWORK TOPOLOGY FOR LALLAGUDA III-50 Scope B (Roll Out Phase)

3.5.6. PROPOSED NETWORK TOPOLOGY FOR BHOPAL WORKSHOP (BPL) III-51

3.5.7. PROPOSED NETWORK TOPOLOGY FOR PREAMBUR WORKSHOP-LOCO (PWP) III-52

3.5.8. PROPOSED NETWORK TOPOLOGY FOR KHARAGPUR WORKSHOP (KGP) III-52

3.5.9. PROPOSED NETWORK TOPOLOGY FOR KOTA WORKSHOP (KTT) III-54

3.5.10. PROPOSED NETWORK TOPOLOGY FOR RAYANPADU WORKSHOP (RYP) III-55

3.5.11 PROPOSED NETWORK TOPOLOGY FOR PAREL WORKSHOP III-56

3.5.12 PROPOSED NETWORK TOPOLOGY FOR MATUNGA WORKSHOP III-57

3.5.13 PROPOSED NETWORK TOPOLOGY FOR KACHRAPARA WORKSHOP III-58

3.5.14 PROPOSED NETWORK TOPOLOGY FOR JHANSI WORKSHOP III-59

Page 172: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-45 रेलवे सचूना ूाणाली कें ि

3.5.15 PROPOSED NETWORK TOPOLOGY FOR JAMALPUR WORKSHOP III-60

3.5.16 PROPOSED NETWORK TOPOLOGY FOR JAGADHARI WORKSHOP III-61

3.5.17 PROPOSED NETWORK TOPOLOGY FOR BHUSAWAL WORKSHOP III-62

3.5.18 PROPOSED NETWORK TOPOLOGY FOR AJMER CARRIAGE & LOCO WORKSHOP III-63

3.5.19 PROPOSED NETWORK TOPOLOGY FOR GOC WORKSHOP III-64

3.5.20 PROPOSED NETWORK TOPOLOGY FOR ALAMBAGH LUCKNOW WORKSHOP III-65

3.5.21 PROPOSED NETWORK TOPOLOGY FOR MAHALAXMI WORKSHOP III-66

3.5.22 PROPOSED NETWORK TOPOLOGY FOR AMRITSAR WORKSHOP III-67

3.5.23 PROPOSED NETWORK TOPOLOGY FOR JODHPUR WORKSHOP III-68

3.5.24 PROPOSED NETWORK TOPOLOGY FOR DAHOD WORKSHOP III-69

3.5.25 PROPOSED NETWORK TOPOLOGY FOR DIBRUGARH WORKSHOP III-70

3.5.26 PROPOSED NETWORK TOPOLOGY FOR HUBLI WORKSHOP III-71

3.2.27 PROPOSED NETWORK TOPOLOGY FOR GORAKHPUR WORKSHOP III-72

3.2.28 PROPOSED NETWORK TOPOLOGY FOR IZZATNAGAR WORKSHOP III-73

3.2.29 PROPOSED NETWORK TOPOLOGY FOR KANPUR WORKSHOP III-74

3.2.30 PROPOSED NETWORK TOPOLOGY FOR MANCHESWAR WORKSHOP III-75

3.2.31 PROPOSED NETWORK TOPOLOGY FOR MYSORE WORKSHOP III-77

3.2.32 PROPOSED NETWORK TOPOLOGY FOR NASIK WORKSHOP III-78

3.2.33 PROPOSED NETWORK TOPOLOGY FOR NEW BONGAIGAON WORKSHOP III-79

3.2.34 PROPOSED NETWORK TOPOLOGY FOR MADRAS CARRIAGE WORKSHOP III-80

Page 173: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-46 रेलवे सचूना ूाणाली कें ि

3.5.1. PROPOSED NETWORK TOPOLOGY FOR CHARBAGH WORKSHOP, LUCKNOW (LKO)

Diesel Workshop Store Office

EDP Center

700 m

300 m

LUCKNOW-Charbagh

OFC

Switch

Switch

Layer 2 Switch

Switch

Switch

1000 m

Page 174: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-47 रेलवे सचूना ूाणाली कें ि

3.5.2. PROP OSED NETWORK TOPOLOGY FOR LILLUAH WORKSHOP (LLH)

SCR

Lif ting Bay

Switch

Switch

LILUAH

200 m

Switch

EDP C enter

Metallurgical Lab

BTC

Power House

Tin Smith

SSE / Material

Train light

AMM /Store

Switch

Switch

Switch

Switch

Switch

Switch

Switch

100 m

500 m

300 m

300 m

150 m

150 m

200 m

500 m

250 m

Yard (Node 69)

MR-G Sec tion

M Shop

Wheel K ShopWheel Inspection

HT Shop

100 m

150 m

150 m

150 m

100 m

150 m

150 m

Air break C oach

SwitchSwitch

1200 m

OFC

Lan Extender

Switch Layer 2 Switch

Copper wire

Page 175: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-48 रेलवे सचूना ूाणाली कें ि

3.5.3. PROPOSED NETWORK TOPOLOGY FOR RAIPUR WORKSHOP

Time Office

RWSS

W heel Shop

EDPCenter

Mill Wright

Switch

Switch

Pass Off ice

RAIPUR

500 m

Switch

230 m

Switch400 m

CTR B

Switch300 m

Switch

360 m

220 m

PCOSwitch 120 m

Boogie Shop

Switch

100 m Air Break

Switch100 m

200 m

SSE Office

Sw itch

1200 m600 m

800 m

OFC

Lan Extender

Switch Layer 2 Switch

Copper wire

Page 176: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-49 रेलवे सचूना ूाणाली कें ि

3.5.4. PROPOSED NETWORK TOPOLOGY FOR LOWER PAREL WORKSHOP (LPL)

TrimmingShopPaint Shop

EDP CenterAccounts

BUF- ll

T L

R AC

Fit ting Sect ion

DV Room

P-Schedule& WM(R)

Accounts

Lower Parel

Switch

Switch

Switch

Switch

Switch

Switch

Switch

Switch

Switch

150 m

450 m

200 m

400 m350 m

150 m

200 m

300 m

350 m

OFC

Lan Extender

Switch Layer 2 Switch

Copper wire

Page 177: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-50 रेलवे सचूना ूाणाली कें ि

3.5.5. PROPOSED NETWORK TOPOLOGY FOR LALLAGUDA

Planning Switch

Progress

Electrical Maintenance

Tin Smith

Air Break Carriage Store

Machine Shop

Computer sec tion

SwitchSwitch

Switch

Switch

Switch

Switch

Switch

Machine Shop

500 m

200 m

400 m

300 m

150 m

250 m

150 m300 m

250 mLALLGUDA

900 m

OFC

Copper wire

Lan Extender

Switch Layer 2 Switch

Page 178: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-51 रेलवे सचूना ूाणाली कें ि

3.5.6. PROPOSED NETWORK TOPOLOGY FOR BHOPAL WORKSHOP (BPL)

TTC

SubStation

switch

switch

EDP Center

Tool Room

TransportShell

Component

Body RepairShop

CarpentryShop

Bogie

Meeting Hall

Account Office

switch

switch

switch

Furnishing

Bhopal

Paint Shop

M/W Shop

Personal Office

300 m

200 m Wheel shop

switch 500 m

500 m

switch

400 m

500 m

1500m

20 m

switch250 m

switch

250 m

60 m

LAN Extender

UTP

Copper Wire

OFC

switch

switch Layer 2 Switch

1000 m450 m

1200 m

Page 179: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-52 रेलवे सचूना ूाणाली कें ि

3.5.7. PROPOSED NETWORK TOPOLOGY FOR PREAMBUR WORKSHOP-LOCO (PWP)

Admin Building

MW Office

BTC

MW shedChain testing

BTC Shop ERC-Bay

Tool Room

(60 m)

E1-Section

CR Office

Safety (50 m)

ACL ShedCR Office Stores

CR Train light Compress & Lp cutting

Wheel & Tier Office

AC Loco (40 m)

CTMS Stores

IOW

BRI

BIO Diesel

Hardness & load testingIC Base

RPF

Time Office

Yard & Transport

Weightment Bridge

Foundry / Smith

Electrical

Tape Changer

Weldin g (80 m)

UTP

120 m

170 m

100 m

500 m

400 m

250 m

250 m

100 m

200 m

Madras-Loco

LAN Extender

Copper Wire

switch Layer 2 Switch

switch

Switch

switch

switch

switch

switch

switch

80 m

40 m 350 m

200 m

200 m

250 m

200 m

40 m40 m

OFC

switch

100 m

CMT Office

Switch

Page 180: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-53 रेलवे सचूना ूाणाली कें ि

3.5.8. PROPOSED NETWORK TOPOLOGY FOR KHARAGPUR WORKSHOP (KGP)

EDP Centre

Dy.CEE

Power House

Dy.CEE Officer

CarriageIncentive

Store

CW M Office

Dy.CME Carriage

D y.C ME , M&P

Dy.CME Diesel

Switch

SwitchSwitch

Switch

Switch

Switch

Switch

Switch

Switch

Switch

CMTSwitch

250 m500 m

100 m

100 m

450 m

150 m

400 m250 m

KHARAGPUR

OFC

Switch Layer 2 SwitchSwitch

500 m

500 m

200 m

1500 m

Page 181: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-54 रेलवे सचूना ूाणाली कें ि

3.5.9. PROPOSED NETWORK TOPOLOGY FOR KOTA WORKSHOP (KTT)

KOTA

Lifting Shop

BOX Shop

Roller BearingMillwright Machine Shop

EDP

Switch

Switch

Switch

Switch

Tool room

Air Break

Body Repair

Time off ice

BTC

SwitchSwitch

Switch

LPG Tank Repair Sect ion

Switch

Wheel ShopSwitch

Paint ShopSwitch

200 m

150 m

200 m

150 m

250 m

300 m750 m

1400 m

300 m

200 m

400 m

150 m

150 m

OFC

Lan Extender

Switch Layer 2 Switch

500 m

Copper wire

Page 182: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-55 रेलवे सचूना ूाणाली कें ि

3.5.10. PROPOSED NETWORK TOPOLOGY FOR RAYANPADU WORKSHOP (RYP)

Admin Building

Time Of fice

BTC

Str ipping

MMWM achine Shop

Safe ty

Sm ithy

Pla tting

Bay 1 & 2Way Bridge

Air Break Sec .

Bay 5,6 & 7

Bay 3 & 4

UT -La b

Paint Shop

NTXR

RAYNAPADU

Wagon Stores

150 m

500 m

800 m

750 m

500 m

350 m

1500 m

120 m

120 m

LAN Extender

U TP

Copper Wire

OFC

switch Layer 2 Switch

switch

switch

switch

switch

switch

switch

90 m

70 m

50 m

60 m

70 m

50 m

120 m

600 m

switch

Page 183: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-56 रेलवे सचूना ूाणाली कें ि

3.5.11 PROPOSED NETWORK TOPOLOGY FOR PAREL WORKSHOP

MW Shop

SmithyCorrosion

EDP CenterAccounts

WDM2WDM4Fitting

Electrical LocoCoil mfg Shop

Welding Shop

Time Office

PAREL

SwitchSwitchSwitchSwitch

Switch Switch

Switch

Switch Switch

1000 m

250 m 400 m 250 m

500 m

350 m

200 m

400 m200 m

Wheel Shop

TMS Office

Machine Shop

200 m

150 m

200 m

900 m

OFC

LAN Extender

Switch Layer 2 Switch

BTC1500 mCopper wire

Page 184: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-57 रेलवे सचूना ूाणाली कें ि

3.5.12 PROPOSED NETWORK TOPOLOGY FOR MATUNGA WORKSHOP

EDP CenterAccounts

BNR Store

HCR

LVB / Welding

Paint

Tool Room

Smith Shop

MillwrightFitting Section

CF-6

Trimming

Machine Shop

SwitchSwitch

Switch

Switch

Switch Switch Switch

Switch

Switch

Switch

Switch

Switch

MATUNGA

500 m

500 m

500 m

700 m

400 m

300 m

1000 m

1000 m

1500 m

500 m

300 m

300 m

OFC

Lan Extender

Switch Layer 2 Switch

BTC

250 m

Copper wire

Page 185: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-58 रेलवे सचूना ूाणाली कें ि

3.5.13 PROPOSED NETWORK TOPOLOGY FOR KACHRAPARA WORKSHOP

Shop 9

Store KPA

Loco PPO

ADM BLDGDy CME

HLR ADM BLD G

350 m

KACHRAPARA

Switch

100 m

EDP Centre

Shop 5

Tim e Off ice

Switch

Switch

Switch

Switch

Switch

Switch

Switch

Shop 19

Shop 18

Shop 26

Switch

Switch

Switch

Switch

300 m

100 m

200 m

100 m

250 m150 m

400 mtrs

150 m

150 m

250 m

300 m

1500 m

OFC

Lan Extender

Switch Layer 2 Switch

Shop 31

Copper wire

Page 186: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-59 रेलवे सचूना ूाणाली कें ि

3.5.14 PROPOSED NETWORK TOPOLOGY FOR JHANSI WORKSHOP

SPO

Modernization cell

Switch

EDP Center

Switch

Switch

Paint shop

Machine Shop

Air C ompressor

Inspection

Progress Field

Mill Wr ight

200 m

BNR-I

Air Break Lab

Accounts

Dy CMM(Store)

Yard

BWRTank WagonSwitch

Switch

Switch

Switch

Switch

SwitchPower H ouse

BTC

Switch

750 m

400 m

800 m

380 m

150 m

400 m

120 m

200 m

300 m

Wheel shopSwitch

250 m

300 m

130 m

150 m

180 m

120 m250 m

400 m

300 mSwitch

LAN Extender

OFC

Switch Layer 2 Switch

JHANSI

Copper wire

Page 187: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-60 रेलवे सचूना ूाणाली कें ि

3.5.15 PROPOSED NETWORK TOPOLOGY FOR JAMALPUR WORKSHOP

TK6

DPSWagon Shop

TOW ERCrane

G IFDy CEE

MT S

EDP

JAMALPUR

Switch

Switch

Switch Switch

Switch

Switch

Switch

400 m

400 m

900 m

350 m

500 m

250 m

500 m

500 m

O FC

Lan Extender

Switch Layer 2 Switch

Copper wire

Page 188: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-61 रेलवे सचूना ूाणाली कें ि

3.5.16 PROPOSED NETWORK TOPOLOGY FOR JAGADHARI WORKSHOP

500 m

400 m 300 m

400 m

500 m

JAGADHARI

WR W heel/ Roller

AC Mechanical

Carriage Shop

Lif ting

Switch

Millwright

D-Wheel Shop

Switch

Switch

EDP Center

Wagon Shop

CR(L)250 m

250 m

250 mSwitch

Switch

Switch

750 m

OFC

Lan Extender

Switch Layer 2 Switch

Copper wire

Page 189: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-62 रेलवे सचूना ूाणाली कें ि

3.5.17 PROPOSED NETWORK TOPOLOGY FOR BHUSAWAL WORKSHOP

LAN Extender

OFC

SSE MovementAntistatic Lab (New Building)

Pass Section (Old Building)

Switch

SwitchSwitch

LAB (Old Building)

MCO Section

BA Panel SectionEDP

Switch

Switch

Switch

SSE MW

Rewinding Section

Driver Desk Section

Battery Section

RSI Section

AUX Section

Wheel Section BWheel Section A

Light Fitting Room

ELW Bhusawal Workshop

Switch

150 m

Switch

300 m

Switch

200 m

Switch

350 m500 m

250 m

200 m

500 m

500 m

150 m

150 m200 m

250 m

Switch

500 m

250 m

Layer 2 Switch

500 m

Copper wire

Page 190: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-63 रेलवे सचूना ूाणाली कें ि

3.5.18 PROPOSED NETWORK TOPOLOGY FOR AJMER CARRIAGE & LOCO WORKSHOP

Store Admin Building

Roller Bearing Wheel Shop

RAC Section

Air Break

Machine Shop

Smithy Shop

BTC

SwitchSwitch

Sw

itchSwitch

AJMER CARRIAGE & LOCO

Switch

Switch

SwitchSwitch

Switch

Foundry

Wagon Modification

Mill Wright Loco motor

Loco Store

Wheel Shop

Inspection

Diesel

CWM

Tech Cell Wagon Repair

OFC

Lan Extender

Switch Layer 2 Switch

Switch

AJMER CARRIAGE

AJMER LOCO

400 m

500 m

900 m

500 m

2000 m 1500 m

150 m

250 m150 m

200 m

200 m

350 m300 m

150 m

200 m

300 m

150 m

250 m

200 m

BTC

200 m

Copper wire

Page 191: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-64 रेलवे सचूना ूाणाली कें ि

3.5.19 PROPOSED NETWORK TOPOLOGY FOR GOC WORKSHOP

Switch Switch Switch

Switch

Switch

Switch

Switch

SwitchSwitch

Switch

Switch

Switch

Switch

Time Section

Weighing Bridge

WRS

Foundry

Planning

Accounts Office

Drawing Office

MMW DSL Store DSL POH

GM Loco POH

CRS

CMS

GOC / TPJ

Wagon final inspection

BTC

Cylinder line plating shop

Switch Layer 2 Switch

OFC

Lan Extender

CWM Office Computer Centre

2000 m

150 m

100 m250 m

400 m

150 m

600 m

600 m

2000 m

250 m

200 m

400 m

150 m

500 m

400 m

Copper wire

Page 192: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-65 रेलवे सचूना ूाणाली कें ि

3.5.20 PROPOSED NETWORK TOPOLOGY FOR ALAMBAGH LUCKNOW WORKSHOP

Time Office

CorrosionRepair (B)

AWM

EDP

MetallurgicalChem Lab

Lucknow-Alambagh

Mill WrightCorrosion Repair (A)

Machine Shop

SMDC

WeldingShop

Wheel

Inspection550 m 350 m

170

m

120

m40

0 m

Train Lighting

110 m

Lifting

250 m

Bahr Line

GeneralStore

150 m

150 m

500 m

300 m

900 m

switch

switch

switchswitchswitch

switch

switch

switch switch

switch

switch160 m

110 m

LAN Extender

UTP

Copper Wire

OFC

switch Layer 2 Switch

650 m

Page 193: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-66 रेलवे सचूना ूाणाली कें ि

3.5.21 PROPOSED NETWORK TOPOLOGY FOR MAHALAXMI WORKSHOP

Admin Building

Service Building

Rewiring

Paint Shop

SSE BLOS/BL CR ICR III

POH JF Trimming JE/RC Brake outCR II

SSE CR Sub Store

SSE Paint

Brg Sec

Conditioning &Motoring Shop

SSE MW(Mech)

Alstom

DMO

SSE Machine

shop

Yard

SSE

Switch

MAHALAXMI

Switch

Switch

Switch

Switch

Switch

140 m

Switch

LAN Extender

UTP

Copper Wire

OFC

switch Layer 2 Switch

Switch130 m

55 m

180 m

80 m

80 m

40 m

40 m

50 m

60 m

Page 194: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-67 रेलवे सचूना ूाणाली कें ि

3.5.22 PROPOSED NETWORK TOPOLOGY FOR AMRITSAR WORKSHOP

Admin Building

Store

RCF

Tool Room

HMS LMS

TR Time

BTC

Welding ShopWS

Mill Wright

Smithy Shop

Electric Shop

Switch

Switch

Switch

Switch

Time

Crane Shop

Wagon Shop

AMRITSAR

Heat TreatmentDiesel Shop

Switch Switch Switch Planning Office Accounts OfficePersonal Office 90 m

Time Office (Main)90 m

Switch

70 m 90 m

80 mSwitch

90 m95 m

Switch

200 m

50 m

70 m

600 m

500 m

300 m

700 m

450 m

325 m

LAB

325 m

250 m

450 m

95 m

70 mCWM Office

AMM

90 m

225 m

LAN Extender

UTP

Copper Wire

OFC

switch Layer 2 Switch

Page 195: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-68 रेलवे सचूना ूाणाली कें ि

3.5.23 PROPOSED NETWORK TOPOLOGY FOR JODHPUR WORKSHOP

Alt Section

Battery Section

Fan Sect. EDP Centre+

Body Repair

Mill WrightTime Office

Water Tank

Tool Room

Electroplating

NTXR

Computer Cell (Personnel)

Confidential Astt to Dy CME

Paint Shop

RMPU

Heavy Machine Shop

Fitting ShopCBCR

Air Brake

Lifting

Roller Section+ Wheel Shop

JODHPUR175 m

500 m

Switch

Switch

Switch

Switch

Switch

Switch70 m

40 m

60 m

50 m

40 m

160

mSw

itch

150 m Switch

Computer Cell (Mechanical)

Black Smith

Laboratory

Yard and Transport

BTC

Switch

40 m

60 m

100 m

EDP

Fabrication Inspection

50 m 60 m

70 m

100 m

125 m

200 m

80 m 50 m

50 m

300 m

200 m

150 m

LAN Extender

UTP

Copper Wire

OFC

switch Layer 2 Switch

Page 196: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-69 रेलवे सचूना ूाणाली कें ि

3.5.24 PROPOSED NETWORK TOPOLOGY FOR DAHOD WORKSHOP

Admin Building

Progress

Iron wardSmithy Shop

WeldingOffice

Electrical Main.

ISO

Store1

Yard

BTCWagon Office

TXR

MW Office

Time officeFabrication Shop

Scrap YardWeigh Bridge

switch

Switch

Switch

Switch

Switch

Dahod

Inspection (80 m)

Tool Room

CMR

Wheel Office

640 m

160 m

80 m

140 m

170 m

120 m

80 m130 m

45 m

90 m

Switch

80m

50 m(70 m)

120 m

100 m

Store2Switch

LAN Extender

UTP

Copper Wire

OFC

switch Layer 2 Switch

800 m

80 m 120 m200 m

600 m

BRS (50 m)

switch

Page 197: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-70 रेलवे सचूना ूाणाली कें ि

3.5.25 PROPOSED NETWORK TOPOLOGY FOR DIBRUGARH WORKSHOP

PRG Shop

BRS Shop

CBS Shop

Office

EDP Center

TL (Train lighting)

Dibrugarh

COMP

Layer 2 Switch

UTP

OFC

180 m

400 m

200 m

switch

switch

switch

switch

switch

switch

switch

switch

150 m

300 m

175 m

40 m

Page 198: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-71 रेलवे सचूना ूाणाली कें ि

3.5.26 PROPOSED NETWORK TOPOLOGY FOR HUBLI WORKSHOP

Admin Building

Incentive

IPF

Welding

NTXR

Component C

Machine & Wheel

Com

pone

nt B

Air break

MW

BVZI

AC/TLWPaint

MSD

Development

ACMT

CarriageTime Office

Lab

BTC

Budget

Inspection

Component A

HUBLI

250 m250 m

250 m

500

m

800 m

400

m

300 m

500 m

100 mSwitch

Switch

Switc

h

Switc

h Sw

itch

Switc

h

LAN Extender

UTP

Copper Wire

OFC

switch Layer 2 SwitchSwitch

60 m60 m

60 m

70 m

50 m

70 m

80 m

50 m 50 m

80 m

(80 m)

Page 199: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-72 रेलवे सचूना ूाणाली कें ि

3.2.27 PROPOSED NETWORK TOPOLOGY FOR GORAKHPUR WORKSHOP

GORAKHPUR

UTP

Adm

in B

uild

ing

BTC

Lab

PCO

Time Office

Yard

Electrical

MW

Machine Smith

HTS Power Main. Tool

Room

CCSBoggie Repair

Coil Spring

Roller Bearing

Wheel Shop

WT/WS

Inco

mm

ing

BG

Sto

re

Saw Mill

Paint Shop

TL G.E.R.

Furnishing-1

AC Coach Repair

Battery Ch. Sec.

Furnishing-2

OFC

250 m

400 m

500 m

450 m

350 m

200

m

300

m

Layer 2 Switch switch

switc

h

switc

h

switc

h

switc

h

switc

hsw

itch

switch

switc

h

switch

Copper Wire

150 m

LAN Extender

200 m

120 m

200 m

Page 200: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-73 रेलवे सचूना ूाणाली कें ि

3.2.28 PROPOSED NETWORK TOPOLOGY FOR IZZATNAGAR WORKSHOP

Admin Building(EDP)

Outgoing Gate

Incoming GateBTC

1Switch24

Wheel Shop BG

Canteen

Lifting/Lowering BG

MG Lifting Furnishing

Smithy Shop / Heat Treatment

Fabrication

Electrical MFG

Power Maintenance

Neutral TXR / Paint

Mill Wright / Road

Transport

Tool Room

Final Inspection BG

Power Repair / Electrical PCO

1Switch24

1Switch24

1Switch241Switch24

1Switch24 1Switch24

1Switch24

1Switch24

650 m550 m

200 m

400 m

150 m

170 m

180 m

180 m360 m

200m

200 m

120m

160 m260 m

200 m

170 m

120 m

Coach Cleaning Shop

180m

1Switch241Switch24

150 mWorkshop Main Gate

(RPF)170 m

IZZATNAGAR

OFC

Copper Wire

LAN Extender

Switch Layer 2 Switch

Page 201: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-74 रेलवे सचूना ूाणाली कें ि

3.2.29 PROPOSED NETWORK TOPOLOGY FOR KANPUR WORKSHOP

labArmature Section

Stator Section

Time Office

Auxiliary Section

Coil Section

Admin Building

SSEGeneral Testing

AMM Store Custody Store

KANPUR

UTP

70 m

90 m

200 m

50 m80 m

60 m

OFC

Layer 2 Switch

switch

switch

switch

switch

Page 202: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-75 रेलवे सचूना ूाणाली कें ि

3.2.30 PROPOSED NETWORK TOPOLOGY FOR MANCHESWAR WORKSHOP

SERVER ROOM(FF) 80

TIME OFFICE(GF)CMS(GF)50

RPF (GF) 95

CORROSSION(FF)

CBR (FF)

NTXR(GF)

PAINT SHOP (FF)

TRIMMING 0FFICE (GF)

DISPENSARY

M/S

BTC

MAIN RX STATION

STAFF CANTEEN (GF) 90

MV (GF)

MATL LAB(GF) 90

BOGIE SHOP (GF)

SSC WHEEL (FF)

ROLLER BEARING 90(GF)

M/W MILL (GF) 80

PDMS (FF)

TL(FF)AC SHOP (GF)

(FF) 80

STORE AMM(GF)

CF(FF) 80

AIR BREAK SEC(GF)

switch

switch

switch

MANCHESWAR

400 m

630 m

450 m

500 m

140 m

150 m

switch

switch

switch

switch

switch

switch

switch

LAN Extender

UTP

Copper Wire

OFC

switch Layer 2 Switch

switch

300 m

200 m

150 m

110 m

120 m

150 m180 m

100 m

95 m

200 m

250 m

330 m

650 m600 m

Page 203: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-76 रेलवे सचूना ूाणाली कें ि

DY.CME (WS)

IED (TECH)

SYS.ADMINACMT AWM PE WM CWM

PAELECTRICAL OFFICE

WEEIED (Q/S)

ACCOUNTS

Sr. AFA

ADENCOURT CELL (PERS)

PASS SECTION

HINDI SECTION

SETTLEMENT (PERS)

WEL FARE (PERS)

WPO

DRAWING

OFFICE

IED (MM)STORE

Dy.CMM

45

35

50

15253545

5565

7510

60

4540

65

40 35 30 20

20

75

5545

55

TOTAL-36 NODES

UTP

2ND-FLOOR(9 NODES+2NODES EXTRA)

IST-FLOOR(17 NODES+1NODES EXTRA)

GR-FLOOR(4 NODES+3 NODES EXTRA)

ADMIN BUILDING

SERVER ROOM

1 KM

S&BUD./RTI85

switch

switch

switch

switch Layer 2 Switch

OFC

Page 204: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-77 रेलवे सचूना ूाणाली कें ि

3.2.31 PROPOSED NETWORK TOPOLOGY FOR MYSORE WORKSHOP

Admin Building

Meeting Hall

Computer Section

Time Office

InspectionProgress & Planning

AC Shop

CL Shop

BRS

Power SectionTL

NTXR TRG MW

CR Shop Paint Shop

WeldingCMT Lab

Smithy

HCR

RT

MC Shop

Wheel Shop

CBB Shop

Stores

Accounts

MYSORE

Copper Wire

OFC

UTP

800 m

500 m 250 m

350 m

250 m

200 m

300 m400 m

250 m

140 m

150 m

LAN Extender200 m

Switch

Switch

Switch

Switch

Switch

Switch Switch

Switch

Switch

switch Layer 2 Switch

60 m50 m

90 m

80 m

70 m

80 m

70 m

(80 m)

(90 m)

30 m

50 m

50 m

Page 205: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-78 रेलवे सचूना ूाणाली कें ि

3.2.32 PROPOSED NETWORK TOPOLOGY FOR NASIK WORKSHOP

NASIK

UTP

Adm

in B

uild

ing

BTC

Time Office

AC-I

1. DSK Office 6. SSE P-I/II/Mech.

2. Inward Store 7. SSE/QC

3. MI 8. Meeting Room

4. MW 9. Field Coil

5. Tool Room

3 Phase

Movement Section

1

2

3 4 5 6 7 8 9

110

m

250 m

70 m

60 m

80 m

80 m

45 mswitch

4 6 8switch

LAN Extender

Copper Wire

OFC

switch Layer 2 Switch

switch

3 7

Page 206: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-79 रेलवे सचूना ूाणाली कें ि

3.2.33 PROPOSED NETWORK TOPOLOGY FOR NEW BONGAIGAON WORKSHOP

Time office

CBS

WRS

BG STORES

MS

TL

Admin Building

UTP

New Bongaigaon

CBS Stores

CLS,BG

R.B Section

CLS,MG

CMTBSS/FDY

WRS Stores

HCR

Ward no 1

Ward no 9

CDMA

Receive

WTS

AC POH

EMWS

MWS

TR

NTXR

270 m

200 m

200 m

150 m

300 m

500 m

370 m 120 m

180 m

320 m

130 m

250 m

Switc

h Sw

itch

Switc

h Sw

itch

Switch

Switc

h Sw

itch

LAN Extender

Copper Wire

OFC

switch Layer 2 Switch

80 m

90 m

75 m

80 m

70 m

70 m

Switch

90 m

40 m

80 m

(60 m)

(40 m)

(80 m)

(60 m)

Page 207: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-80 रेलवे सचूना ूाणाली कें ि

3.2.34 PROPOSED NETWORK TOPOLOGY FOR MADRAS CARRIAGE WORKSHOP

BTC

CWM RT

CR Complex

Time Office

CB Shop

Paint & TrimmingHSAR

Air Break

CTRB

CR Planning

Inspection -2& Safety

WR Complex

MW

Madras Carriage

500 m

200 m150 m

500 m

200 m

500 m

150 m

600 m

500 m

200 m

UTP

OFC

switch Layer 2 Switch

switch

switch

switch

switch

switch

switchswitch

switch

switch

switch

switch

switch

200 m

switch

switch

80 m

200 m

200 mLAN Extender

Copper Wire

300 m

Page 208: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-81 रेलवे सचूना ूाणाली कें ि

ANNEXURE: 2.VI

3.6 LIST OF ADDRESSES OF CONSIGNEES AND OTHER PROJECT CONTACT PERSONS OF RAILWAYS

1. Railway Board 2. RDSO

Sl No

Address Telephone (O)

1 Director Mech Engineer/ Production, Railway Board, Room No.308, Rail Bhavan, New Delhi-110001.

011-23382649

Sl No

Address Telephone (O)

1 EDS (MP), RDSO, Manak Nagar, Lucknow-226011 (UP).

0522-2451200

2 EDS (Carriage), RDSO, Manak Nagar, Lucknow-226011 (UP).

0522-2451200

3 EDS (Wagon), RDSO, Manak Nagar, Lucknow-226011 (UP).

0522-2451200

4 EDS (Elec Loco), RDSO, Manak Nagar, Lucknow-226011 (UP).

0522-2451200

5 EDS (PS & EMU), RDSO, Manak Nagar, Lucknow-226011 (UP).

0522-2451200

Page 209: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-82 रेलवे सचूना ूाणाली कें ि

3. Production Units: 4. Railway Headquarters:

Sl No

Address Telephone (O)

1. Chief Mechanical Engineer Central Railway, C. Rly Hd Qrs Office, CST, Mumbai-400001.

022-22620210

2. Chief Workshop Engineer Central Railway, C. Rly Hd Qrs Office, CST, Mumbai-400001.

022-22620368

3. Chief Mechanical Engineer Eastern Railway, E. Rly Hd Qrs Office, Fairlie Place, Kolkata-110001.

033-22300439

4. Chief Workshop Engineer Eastern Railway, E. Rly Hd Qrs Office, Fairlie Place, Kolkata-110001.

033-22305415

5. Chief Mechanical Engineer East Central Railway, E. C. Rly Hd Qrs Office, Dighi Kala, Hajipur. (Bihar)

06224-274755

S. No

Address Telephone (O)

1 CME, Diesel Locomotive Works, Varanasi ( UP)-221004

0542-2270545

2 CME, Chittaranjan Locomotive Workshops, Chittaranjan (WB)-

0341- 2525508

3 CME, Integral Coach Factory, Perambur, Chennai (TN)-

044- 26263507

4 CME, Rail Coach Factory, Kapurthala (Punjab)-

01822- 228964

5 CME, Diesel Locomotive Modernization Works, Patiala (Punjab)-147001

0175-2306680

Page 210: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-83 रेलवे सचूना ूाणाली कें ि

Sl No

Address Telephone (O)

6. Chief Mechanical Engineer (Planning) East Central Railway, E. C. Rly Hd Qrs Office, Dighi Kala, Hajipur. (Bihar)

06224-271455

7. Chief Mechanical Engineer East Coast Railway, E. Co. Rly Hd Qrs Office, ECOR Sadan, Chandrasekharpur, Bhubaneswar. (Orissa)

0674-2303370

8. Chief Workshop Engineer East Coast Railway, E. Co. Rly Hd Qrs Office, ECOR Sadan, Chandrasekharpur, Bhubaneswar. (Orissa)

0674-2303041

9. Chief Mechanical Engineer Northern Railway, N. Rly Hd Qrs Office, Baroda House, New Delhi-110001.

011-23387114

10. Chief Workshop Engineer, Northern Railway, N. Rly Hd Qrs Office, Baroda House, New Delhi-110001.

011-23386864

11. Chief Mechanical Engineer Northern Central Railway, N. C. Rly Hd Qrs Office, Subedarganj, Allahabad. (UP)

0532-2230219

12. Chief Workshop Engineer, Northern Central Railway, N. C. Rly Hd Qrs Office, Subedarganj, Allahabad. (UP)

0532-2230220

13. Chief Mechanical Engineer, North Eastern Railway, N. E. Rly Hd Qrs Office, Gorakhpur. (UP)

0551-2200033

14. Chief Workshop Engineer, North Eastern Railway, N. E. Rly Hd Qrs Office, Gorakhpur. (UP)

0551-2200034

15. Chief Mechanical Engineer, Northeast Frontier Railway, N. F Rly Hd Qrs Office, Maligaon, Guwahati.

0361-

16. Chief Workshop Engineer, Northeast Frontier Railway,

0361-

Page 211: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-84 रेलवे सचूना ूाणाली कें ि

Sl No

Address Telephone (O)

N. F Rly Hd Qrs Office, Maligaon, Guwahati.

17. Chief Mechanical Engineer, North Western Railway, N. W. Rly Hd Qrs Office, Jaipur. (Rajasthan)

0141-2229231

18. Chief Workshop Engineer, North Western Railway, N. W. Rly Hd Qrs Office, Jaipur. (Rajasthan)

0141-2229221

19. Chief Mechanical Engineer Southern Railway, S. Rly Hd Qrs Office, Chennai-600001.

044-25353582

20. Chief Workshop Engineer, Southern Railway, S. Rly Hd Qrs Office, Chennai-600001.

044-25355448

21. Chief Mechanical Engineer South Central Railway, S.C. Rly Hd Qrs Office, Rail Nilayam, Secunderabad

040-

22. Chief Workshop Engineer South Central Railway, S.C. Rly Hd Qrs Office, Rail Nilayam, Secunderabad

040-

23. Chief Mechanical Engineer South Eastern Railway, S. E. Rly Hd Qrs Office, Garden Reach Road, Kolkata.

033-22300439

24. Chief Workshop Engineer South Eastern Railway, S. E. Rly Hd Qrs Office, Garden Reach Road, Kolkata.

033-22305415

25. Chief Mechanical Engineer South East Central Railway, S. E. C. Rly Hd Qrs Office, Baroda House, Bilaspur. (Chhatisgarh)

07752-97524-75400

26. Chief Workshop Engineer, South East Central Railway, S. E. C. Rly Hd Qrs Office, Baroda House, Bilaspur. (Chhatisgarh)

07752-97524-75401

Page 212: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-85 रेलवे सचूना ूाणाली कें ि

Sl No

Address Telephone (O)

27. Chief Mechanical Engineer South Western Railway, S. W. Rly Hd Qrs Office, Baroda House, Hubli. (Karnataka)

0836-

28. Chief Workshop Engineer, South Western Railway, S. W. Rly Hd Qrs Office, Baroda House, Hubli. (Karnataka)

0836-

29. Chief Mechanical Engineer Western Railway, W. Rly Hd Qrs Office, Churchgate, Mumbai. (Maharashtra)

022-22015963

30. Chief Workshop Engineer, Western Railway, W. Rly Hd Qrs Office, Churchgate, Mumbai. (Maharashtra)

022-22017211

31. Chief Mechanical Engineer West Central Railway, W. C. Rly Hd Qrs Office, Jabalpur. (MP)

0761-2677076

32. Chief Workshop Engineer, West Central Railway, W. C. Rly Hd Qrs Office, Jabalpur. (MP)

0761-2677622

5. Work Shops:

Sl No Address Telephone (O)

1. Chief Workshop Manager, Railway Workshop, Central Railway, Matunga, Mumbai-400013

99876 40050

2. Chief Workshop Manager, Railway Workshop, Central Railway, Parel, Mumbai-400013

3. Chief Workshop Manager, Traction Rewinding Shop, Central Railway, Nasik (Mah)

4. Chief Workshop Manager, Railway Workshop, Central Railway, Bhusawal (Mah)

Page 213: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-86 रेलवे सचूना ूाणाली कें ि

Sl No Address Telephone (O)

5. Chief Workshop Manager, Railway Workshop, Eastern Railway, Jamalpur (Bihar)

6. Chief Workshop Manager, Railway Workshop, Eastern Railway, Kanchrapara (West Bengal)

7. Chief Workshop Manager, Railway Workshop, Eastern Railway, Lilluah Howrah (West Bengal)

8. Chief Workshop Manager, Carriage Workshop, East Coast Railway, Bhubaneswar (Orissa)

9. Chief Workshop Manager, Railway Workshop, Northern Railway, Alambagh, Lucknow (UP)

10. Chief Workshop Manager, Locomotive Workshop, Northern Railway, Charbagh, Lucknow-226005. (UP)

0522-2451261

11. Chief Workshop Manager, Railway Workshop, Northern Railway, Station Road Amritsar (Punjab)

12. Chief Workshop Manager, Railway Workshop, Northern Railway, Jagadhari Workshop Jagadhari (Haryana)

13. Chief Workshop Manager, Wagon Repair Workshop, NC Railway, Jhansi (UP)-284003

0510-2440581

14. Senior Divisional Electrical Engineer, Electrical Repair Workshop, NC Railway, Kanpur (UP)

15. Chief Workshop Manager, Railway Workshop, Northern Eastern Railway, Gorakhpur (UP)

16. Chief Workshop Manager, Railway Workshop, Northern Eastern Railway, Izzatnagar (UP)

17. Chief Workshop Manager, Railway Workshop, North East Frontier Railway,

Page 214: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-87 रेलवे सचूना ूाणाली कें ि

Sl No Address Telephone (O)

New Bongaigaon (Assam)

18. Chief Workshop Manager, Railway Workshop, North East Frontier Railway, Dibrugarh (Assam)

19. Chief Workshop Manager, Railway Workshop, Northern Western Railway, Jodhpur (Rajasthan)

20. Chief Workshop Manager, Railway Workshop, Northern Eastern Railway, Ajmer (Rajasthan)

21. Chief Workshop Manager, Loco Workshop, Southern Railway, Perambur, Chennai-600023

044-26262116

22. Chief Workshop Manager, Carriage Workshop, Southern Railway, Perambur, Chennai-600023

23. Chief Workshop Manager, Railway Workshop, Southern Railway, Ponmalai, Tiruchirapalli (TN)

24. Chief Workshop Manager, Railway Workshop, South Central Railway, Rayanapadu, Vijayawada (AP)

25. Chief Workshop Manager, Railway Workshop, South Central Railway, Lallaguda, Secunderabad (AP)

26. Chief Workshop Manager, Railway Workshop, South Eastern Railway, Kharagpur (WB)

27. Chief Workshop Manager, Railway Workshop, South East Central Railway, Raipur (Chhatisgarh)

28. Chief Workshop Manager, Railway Workshop, South Western Railway, Hubli (Karnataka)

29. Chief Workshop Manager, Railway Workshop, South Western Railway, Mysore (Karnataka)

30. Chief Workshop Manager, Carriage Workshop, Western Railway, Lower Parel, Mumbai-400013

022-24228525

31. Chief Workshop Manager, Railway Workshop, Western Railway, Dahod (Gujarat)

Page 215: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-88 रेलवे सचूना ूाणाली कें ि

Sl No Address Telephone (O)

32. Chief Workshop Manager, EMU Workshop, Western Railway, Mahalaxmi, Mumbai-400013

33. Chief Workshop Manager, Carriage Workshop, West Central Railway, Nishatpura, Bhopal (MP)

34. Chief Workshop Manager, Railway Workshop, West Central Railway, Kota (Rajasthan)

Page 216: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-89 रेलवे सचूना ूाणाली कें ि

ANNEXURE: 2.VII

3.7 PROJECT MILE STONES FOR WISE-II

“D” is the date of placement of order.

All milestones are indicated as Months from “D” S.N. Milestone description Milestone

completion date

Milestone Number

A. SERVICES MILESTONES

1 Submission of Final System study with Business process mapping and User requirement assessment document with gap analysis for Workshop application to CRIS for approval.

D+4 S1

2 Submission of Final User requirement and System requirement document for Central (ROAMS-WISE) application covering Document Handling System, E-Library, Reports & dash Boards, Shop HR, Portal development etc, to CRIS for approval. This will include integration with FOIS at CRIS, MMIS/NR and Shop application.

D+4 S2

3 Shop Application CORE team training completion Pilot Phase

D+5 S3

4 Central Application CORE team training completion Pilot Phase

D+5 S4

5 Network training completion Pilot Phase D+6 S5

6 Completion of customization/development of Shop application, testing and test bed implementation at CRIS with off line data.

D+10 S6

7 Completion of customization/development of ROAMS-WISE-II application, testing and test bed implementation at CRIS with off line data.

D+12 S7

8 End user training completion at Shops Pilot Phase D+13 S8

9 End User Training completion for ROAMS-WISE users Pilot Phase

D+14 S9

Page 217: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-90 रेलवे सचूना ूाणाली कें ि

S.N. Milestone description Milestone completion date

Milestone Number

10 Shop application implementation at 5 Workshops up to Go live

D+14 S10

11 ROAMS-WISE application implementation at Board, 5 HQs, RDSO, and 6 divisions Up to Go Live.

D+15 S11

12 Final commissioning of WISE-II Project at all Pilot Phase project locations

D+18 S12

13 Completion of On site Handholding support period after Project commissioning Pilot Phase

D+19 S13

14 ATS for application and system ware at all Pilot Phase 05 Shops after Project commissioning

D+31 S14

15 Shop Application CORE team training completion Roll Out Phase

D+28 S15

16 Central Application CORE team training completion Roll Out Phase

D+29 S16

17 Network training completion Roll Out Phase D+30 S17

18 End user training completion at Shops Roll Out Phase

D+32 S18

19 End User Training completion for ROAMS-WISE users Roll Out Phase

D+32 S19

20 Shop application implementation at all remaining 29 Workshops up to Go live Roll Out Phase

D+34 S20

21 ROAMS-WISE application implementation at remaining locations other than workshops Up to Go Live.

D+35 S21

22 Final commissioning of WISE-II Project at all remaining 29 project locations

D+35 S22

23 Completion of On site Handholding support period after Project commissioning Roll Out Phase

D+36 S23

24 ATS for application and system ware at all D+48 S24

Page 218: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-91 रेलवे सचूना ूाणाली कें ि

S.N. Milestone description Milestone completion date

Milestone Number

remaining 29 Shops after Project commissioning

25 ATS for application and system ware at CRIS after Project commissioning

D+ 48 S25

B. WORKS MILESTONES

1 Central network integration and commissioning D+8 W1

2 Shop Network Installation and commissioning at all 5 locations of Pilot Phase

D+10 W2

3 Shop network installation and commissioning at Kanpur Workshop of Roll Out Phase

Shop n/w final commissioning date

W3

4 Shop network installation and commissioning at Gorakhpur Workshop of Roll Out Phase

Shop n/w final commissioning date

W4

5 Shop network installation and commissioning at Alambagh Workshop of Roll Out Phase

Shop n/w final commissioning date

W5

6 Shop network installation and commissioning at Izzatnagar Workshop of Roll Out Phase

Shop n/w final commissioning date

W6

7 Shop network installation and commissioning at Amritsar Workshop of Roll Out Phase

Shop n/w final commissioning date

W7

8 Shop network installation and commissioning at Bhopal Workshop of Roll Out Phase

Shop n/w final commissioning date

W8

9 Shop network installation and commissioning at Jodhpur Workshop of Roll Out Phase

Shop n/w final commissioning date

W9

10 Shop network installation and commissioning at Nasik Workshop of Roll Out Phase

Shop n/w final commissioning date

W10

11 Shop network installation and commissioning at Mahalaxmi Workshop of Roll Out Phase

Shop n/w final commissioning date

W11

12 Shop network installation and commissioning at Dahod Workshop of Roll Out Phase

Shop n/w final commissioning date

W12

13 Shop network installation and commissioning at Perumbur – Carriage Workshop of Roll Out Phase

Shop n/w final commissioning date

W13

14 Shop network installation and commissioning at Perumbur – Loco Workshop of Roll Out Phase

Shop n/w final commissioning date

W14

15 Shop network installation and commissioning at Rayanapadu Workshop of Roll Out Phase

Shop n/w final commissioning date

W15

Page 219: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-92 रेलवे सचूना ूाणाली कें ि

S.N. Milestone description Milestone completion date

Milestone Number

16 Shop network installation and commissioning at Hubli Workshop of Roll Out Phase

Shop n/w final commissioning date

W16

17 Shop network installation and commissioning at Mysore Workshop of Roll Out Phase

Shop n/w final commissioning date

W17

18 Shop network installation and commissioning at Mancheswar Workshop of Roll Out Phase

Shop n/w final commissioning date

W18

19 Shop network installation and commissioning at New Bongaigaon Workshop of Roll Out Phase

Shop n/w final commissioning date

W19

20 Shop network installation and commissioning at Dibrugarh Workshop of Roll Out Phase

Shop n/w final commissioning date

W20

21 Shop network installation and commissioning at Kota Workshop of Roll Out Phase

Shop n/w final commissioning date

W21

22 Shop network installation and commissioning at Jagadhari Workshop of Roll Out Phase

Shop n/w final commissioning date

W22

23 Shop network installation and commissioning at Parel Workshop of Roll Out Phase

Shop n/w final commissioning date

W23

24 Shop network installation and commissioning at Matunga Workshop of Roll Out Phase

Shop n/w final commissioning date

W24

25 Shop network installation and commissioning at Kharagpur Workshop of Roll Out Phase

Shop n/w final commissioning date

W25

26 Shop network installation and commissioning at Ajmer Workshop of Roll Out Phase

Shop n/w final commissioning date

W26

27 Shop network installation and commissioning at Bhusawal Workshop of Roll Out Phase

Shop n/w final commissioning date

W27

28 Shop network installation and commissioning at Kanchrapara Workshop of Roll Out Phase

Shop n/w final commissioning date

W28

29 Shop network installation and commissioning at Jamalpur Workshop of Roll Out Phase

Shop n/w final commissioning date

W29

30 Shop network installation and commissioning at Jhansi Workshop of Roll Out Phase

Shop n/w final commissioning date

W30

31 Shop network installation and commissioning at Golden Rock Workshop of Roll Out Phase

Shop n/w final commissioning date

W31

Page 220: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-93 रेलवे सचूना ूाणाली कें ि

ANNEXURE 2.VIII

3.8 SYSTEM SOFTWARE: TECHNICAL REQUIREMENTS

INDEX

3.8.1 DATABASE SERVER III-94

3.8.2. APPLICATION SERVER III-95

3.8.3 BUSINESS INTELLIGENCE (BI) SERVER FOR III-98

3.8.4 PORTAL SERVER III-99

3.8.5 OPERATING SYSTEM III-101

Page 221: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-94 रेलवे सचूना ूाणाली कें ि

3.8.1 DATABASE SERVER

1. PRODUCTION

S. No. Item Description

1. Database server (To work in cluster mode with 64 bit support)

-IBM DB2 (9 or Latest Version) Enterprise Edition

Or -Oracle (10g or Latest Version) Enterprise Edition

2. Basis of licensing ERP Named User linked License

3. Operating system - UNIX (Any OEM Version) - Linux

4. Database Size - Unlimited

5. Maximum no. of CPUs supported

No limitation

6. Database Clustering Required

2. DEV/TESTING/OFFLINE

Sr. No. Item Description

1. Database (Latest version with 64 bit support)

- DB2 9 Database Workgroup Edition or better.

- Oracle database 10g Standard Edition or better.

Production and development environment should be compatible for testing/release purposes.

2. Basis of licensing CALs based

3. Maximum no. of CPUs supported At least 4

4.

Operating System

- UNIX (Any OEM Version) - Linux

Page 222: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-95 रेलवे सचूना ूाणाली कें ि

3.8.2. APPLICATION SERVER 1. PRODUCTION

Sr. No.

Item Description

1. Acceptable products (Minimum Edition/ version requirement)

- SAP NetWeaver (7.0 WAS or Latest Version) - IBM Websphere Network Deployment (V 7 or Latest Version) - Oracle WebLogic Server (10.3 or Latest

Version) OR Any other OEM supported, established product which is proven with the offered ERP/EAM product comparable to the above acceptable products and meeting the technical requirements given at 3.8.2.3.

2. Licensing ERP Named User linked license

3. Operating System - Linux/UNIX (Any OEM Version)

2 DEVELOPMENT/TESTING/OFFLINE

Sr. No. Item Description

1. Acceptable products (Minimum Edition/ version requirement)

-IBM Websphere Network Deployment (V 7 or Latest) - Oracle WebLogic Server (10.3 or Latest) - SAP NetWeaver (7.0 WAS or Latest) OR Any other OEM supported, established product which is proven with the offered ERP/EAM product comparable to the above acceptable products and meeting the technical requirements given at 3.8.2.3.

2. Licensing CALs based

3. Operating System - Linux/UNIX (Any OEM Version)

Page 223: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-96 रेलवे सचूना ूाणाली कें ि

3. Technical Requirements for Application Server The Application server software to be on open-standards based platform. It is essential that it is highly secure, scalable and reliable and guarantee timely response to the users. Current release of Web Application Server should be certified for J2EE 1.6 or latest version, supporting latest industry standards for communication, security, web services and XML. It should be in production version while adhering to the following specifications.

1 J2EE 1.6 compatibility and certification in production version: It must conform to: 1. Enterprise Java Beans (EJB) Version 3.0 or latest specification. 2. JDBC 4.0/latest specifications. Also, additional support for database connection

pooling and multi pooling to be provided. 3. Java Servlet Version 2.5 or latest specifications including support for Servlet Version

2.2. 4. Java Server Pages (JSP) Version 2.1 or latest specifications including support for JSP

Version 1.1. 5. Java Messaging Service (JMS) Version 1.1 or latest specifications. 6. Java Naming and Directory Interface (JNDI) Version 1.2 or latest specifications. 7. Remote Method Invocation (RMI)/IIOP Version 1.0 or latest specifications. 8. Java Transaction API (JTA/JTS) Version 1.2 or latest specifications. 9. Java Connector Architecture (JCA) Version 1.5. or latest specifications. 10. Java Management Extension (JMX Version 1.4) or latest specifications. 11. Java Mail Service Version 1.4 or latest specifications. 12. Java Authentication and Administration Service (JAAS) Version 1.0 or latest

specifications. 2. It should support following standards for communication and security:

1. Secure Socket Layer (SSL) Version 3.0 or latest specifications. 2. Digital certificate x.509 or latest specifications. 3. Hypertext Text Transfer Protocol Version 1.0 and 1.1 or latest specifications. 4. Simple Network Management Protocol Version 2.0 or latest specifications. 5. Support for 128 bit and 256-bit encryption or latest specifications. 6. Open Security Service Provider framework to allow integration with existing security

solutions. 7. Policy-based security to provide an easy-to-administer solution to centrally manages

security based on definable user attributes, business rules and security policies. 8. Mechanism to prevent Denial of Service attacks. 9. Ability to manage users, groups, roles, and policies for all the resources within the

Web App Server. 10. Real-time auditing features to allow system administrators to review all resource

transactions, including both failed and passed as well as administrative actions. 11. Role-based security to define policies based on organizational structure and roles so

that any access policy can be applied to a whole group of users through their association with a particular role participating in the rule.

3 It should support standards for Web Services and XML: 1. Extensible Markup Language(XML) Version 1.0 or latest specifications

Page 224: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-97 रेलवे सचूना ूाणाली कें ि

2. Simple Object Access Protocol (SOAP) Version 1.1 and 1.2 or latest specifications. 3. Web Services Definition Language (WSDL) Version 1.1 or latest specifications. 4. Universal Description, Discovery and Integration (UDDI) Version 1.0 or latest

specifications. 5. DOM Version 2.0 or latest specifications. 6. SAX Version 2.0 or latest specifications.

4 It should provide other standard functionalities: 1. Web Server functionality and plug-ins for other standard Web Server like Netscape,

IIS, and Apache. 2. Support for Windows COM clients like (Visual Basic) to access JAVA objects residing

in the application server. 3. Interoperability with .NET & J2EE 4. Facilities to setup and manage user and group accounts and associated access rights

etc. 5. Should support Operating Systems Platforms: Windows, AIX, LINUX, SUN

SOLARIS,HP-UX etc. 6. Support for SOAP client. 7. Support for Distributed Transactions including 2PC protocol. 8. Browser based Remote monitoring of Resources. 9. Object pooling and JSP caching for high performance.

5 It should provide these functionalities for fail-over and load balancing:

1. Many options and algorithms for load balancing amongst servers. 2. Should have built in support for maintaining the client state between successive client

calls. 3. Should have built in support for replication of Http Session object. 4. Should have built in support for replication of EJB state. 5. Should provide facility for Stateful EJB fail-over. 6. Should provide capability of clustering of Application Servers both vertical as well as

horizontal. 7. Should provide capability of clustering Application Servers running on different

operating systems as platform. Essentially allow for Mixed Clusters. 8. Should have built in capability to cluster Java Message Server destinations and

connection factories for Messaging System Fail-over. 9. Should have reference for having demonstrated these technologies in actual

production environment. 10. Should have support for hardware load balancers.

6. It should provide these functionalities for interoperability with other systems:

1. Should provide facility to plug-in standard web servers.

Page 225: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-98 रेलवे सचूना ूाणाली कें ि

2. Should provide facility to plug-in standard security systems for managing the resources.

3. Should provide facility to plug-in standard LDAP server. 4. Should provide facility to plug-in standard Messaging Systems.

7. Native support for Messaging Infrastructure. 8. Support for RFID infrastructure. 3.8.3 BUSINESS INTELLIGENCE (BI) SERVER 1. PRODUCTION/DEVELOPMENT/TESTING

S. No. Item Description

1. BI Product with Edition

- SAP NetWeaver 7.0 BI or latest. - Oracle BI Enterprise Edition (10g R3 or latest version).

OR Any other OEM supported, established product which is proven with the offered ERP/EAM product comparable to the above acceptable products and meeting the technical requirements given at 3.8.3.2.

2. Licensing CALs based

3. Operating system - Linux, Unix(Any OEM version)

4. Middleware support SAP NetWeaver, IBM Websphere, Oracle WebLogic or to match with any suitable middleware used in the solution.

2. GENERAL TECHNICAL REQUIREMENTS FOR BI SERVER

S. No. Item Description

1 Database Oracle, DB2, Sybase 2 BI Tools - OLAP

- AD Hoc Query - Spreadsheets - Dashboards & Scorecards - Interactive Reports - Production Reports - Offline analysis - Trend Analysis - Online reports

3 General Features - Portal & Collaboration. - Enhancements & Compliments. - Warehouse builder. - Rich Graphic reporting features.

4 Integration Issues and approaches

- Compatibility with ERP/EAM offered/J2EE frame work

Page 226: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-99 रेलवे सचूना ूाणाली कें ि

- Ability to pull or push data and import /export to Excel

- Effective conflict resolution - Common Metadata - Consistent User Interface - Seamless Navigation - OS independent

3.8.4 PORTAL SERVER

1. FOR PRODUCTION/DEVELOPMENT/TESTING

Sr. No.

Item Description

1. Portal servers Acceptable products (Minimum Edition/ version requirement)

- IBM WebSphere Portal Enable 6.1 or latest

- Oracle WebLogic Portal 10.3 or latest

- SAP NetWeaver 7.0 E P latest

OR Any other OEM supported, established product that is proven with the offered ERP/EAM product comparable to the above acceptable products and meeting the technical requirements given at 3.8.7.2.

2. Licensing ERP Named User linked license for production environment

CAL based for Development/ training/ offline environment

2 TECHNICAL REQUIREMENTS FOR PORTAL SERVER

S. No. Item Description

A Major features

1. Supported Web browsers (min) Internet Explorer6.0, Netscape Communicator v 8.0, Firefox v 1.5, Mozilla v2.0.0.14 (or latest versions)

Page 227: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-100 रेलवे सचूना ूाणाली कें ि

2.

Supported Application Severs (minimum)

- IBM Websphere Application Server V 7 - IBM Websphere Application Server Network Deployment V 7

- IBM Websphere Process Server V7 - Oracle WebLogic Application server - JBoss AS 5.0.1 - SAP NetWeaver v 7.0 WAS OR any other acceptable product supplied as a part of the solution.

3. Supported Databases in cluster mode - IBM DB2 9.5 - Oracle 10g - MySQL 5.1 And also open source databases

4. Supported Web Servers - Apache Server V2.0.49, V2.0.52 and Later

- Sun Java™ System Web Server V6.0 SP9, 6.1 service pack 3 or latest

5. Information System Support - ERP /EAM supplied as a part of solution

6. Supported Content Publishing Software

- IBM Workplace Web Content Management V6.0.1

- Oracle CM - or any other suitable product

supplied with ERP/EAM 7. Support to provide run time services Major application server support to

provide run time services for the portal.

B Other Features

1. J2EE standards compliant.

2. Messaging and collaboration applications support.

3. Support for mobile devices by generating portal pages in three markup languages: HTML for desktops, WML for WAP devices, and cHTML for mobile devices in the NTT DoCoMo iMode network

4. Presentation services to create the user interface for portal with a graphic appearance.

5. Ability to configure portal to present content on following device types Laptops, PDA/i-mate and mobile phones.

6. Web Content Management with development tool

7. Web 2.0 features

Page 228: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-101 रेलवे सचूना ूाणाली कें ि

8. Load balancing

9. Unicode compliant with support for Indian languages

10. Web services and internet standards support like J2EE,Java, LDAP,WSDL,WSRP, SOAP,XML

11. Localization for India

12. Support for data encryption for secure working

13. Single sign on feature

14. Permit collaborative working across multiple OS platforms, ability to access all collaborative services

15. Powerful search for portal search on both data and text of any format.

16. BPM support based on BPEL standards

17. Complete interoperable for third party component integration.

3.8.5 OPERATING SYSTEM

S. No. Item Description

1. Operating System - Red Hat Linux (latest version)

- Unix (Any latest OEM version)

2. License Server based

Page 229: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-102 रेलवे सचूना ूाणाली कें ि

ANNEXURE-2.IX 3.9 Existing Items at CRIS (to be used in WISE-II)

3.9.1 Hardware items 1. Technical Specification of Portal Server

Make & Model: - HP DL385 G6

S. No. Features Description

1 Processor AMD Opteron™ Model 2431 (6 cores, 2.4 GHz, 6MB L3, 75W)

2 MEMORY 8 GB DDR2 RAM @667MHz with ECC capability. 16 DIMM slots.

3 Hard Disk Drive

2 * 146 GB SFF SAS (10K RPM) Hot Swappable disk bays

4 Console Configured to work with IP KVM

5 RAID

Raid level 0, 1, 5 must be available through internal Raid controller with battery backed cache of at least 256 MB.

6 Operating Systems Supported

64 bit Enterprise Linux (RHEL)

7 Internal I/O INTERFACES 3 PCI slots

8 LAN cards 4 Nos. 10/100/1000 LAN ports

9 External I/O Interfaces

1 Nos. Serial Port 3 Nos. USB Port PS/2/USB for keyboard & mouse

Page 230: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-103 रेलवे सचूना ूाणाली कें ि

2. Technical Specification of External FC Storage Make & Model:- HP EVA 4400

External FC Storage

S.No. Features Description

1 Controller Dual controller with 2 GB cache per controller

2 End to End (front end-controller-Back end) Bandwidth 4 Gbps

3 Total usable Storage capacity 2TB usable

4 Cache with Back Up Cache Battery Back Up: 24 Hrs

5 Host Ports Per Controller

FC ports per controller: 2 no / 4Gbps.

Total iSCSI ports available on the storage

: 2 nos./ 1 Gbps

6 Device ports per controller 1no. 4Gbps FC-AL ports per controller

7 SAN Switches and FC cables

4Gbps X 8 FC ports populated, upgradeable to minimum 16-port capacity

with FC cables to connect to minimum 4 servers.

8 Form Factor Rack mountable

9 Management LAN port 2 X 10/100/1000 Mbps

10 RAID Levels supported 0,1, 0+1, 5

11 Disks 146 GB, 15 K RPM

12 Redundant Power Supply YES

13 Fail Over Support YES

14 Redundant Fan/Blower YES 4. Technical Specification of Tape Library System

Make & Model: HP MSL 2024 (HP MSL2024 1 LTO-4 Ultrium 184O FC TP Lib)

S.No. Features Description 1. Capacity One LTO4 FC tape drive 2. Cartridge Slots 24 slots

Page 231: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-104 रेलवे सचूना ूाणाली कें ि

3. Connectivity 4Gbps native FC connectivity to SAN switches.

4. Management Tape Library provides web based remote management.

5. Technical Specification of IP ENABLED KVM SWITCH WITH CONSOLE

Make & Model: HP AF602A

S.No Item Description

1 IP KVM SWITCH 4x1x16 lP Console Switch with Virtual Media, PS/2 Interface Adapter, KVM UTP CAT5e Cable 12', HP TFT T6OO RKM INTL

2 No. of users Licenses for 1 Local, 4 Remote users 6. Technical Specification of SSL VPN Device

Make & Model: CISCO ASA 5510-SSC100K-9

ITEM REQUIREMENT (1) Product Hardware Should be an appliance based solution. (2) Common Criteria Certification

Should be EAL2 or FIPS 1401-1 level 2 ( or higher) certified

(3) No of 10/100/1000 ports 2 Nos

(4) Concurrent Users 100 (5) Authentication RADIUS, including Challenge/Response

LDAP Windows NT Domain Native local user database RSA SecurID (RADIUS) Microsoft Active Directory (RADIUS or LDAP)

(6) Encryption SSL v2.0, 3.0 TLS 1.0 (RFC 2246) IPsec (AES)

(7) Granular Auditing and logging

• User sign-in and sign-out • Session timeouts, including idle and maximum length session timeouts • User file requests, uploads, downloads, etc. • User connects and disconnects via clientless telnet/SSH function • Web requests, every HTML request. Java Applet socket commands, etc. • Bytes transferred for client/server application

Page 232: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-105 रेलवे सचूना ूाणाली कें ि

requests The SSL VPN box should log for : User/admin authentication success/failure, access• Number of simultaneous users at each one hour interval (logged on the hour), gateway address, session ID, session time, and cause of termination, Any changes to the system, Session timeouts, including idle and maximum length session timeouts

(8) End point security Host check before permitting access to the resources including without having any preloaded agent on the end point PC:

• Pre-Specified checks such as Antivirus update, Malware, Spyware, Ports check, process check, File check, Registry check, Software version check like antivirus version and custom checks based on user flexibility.

• Authentication parameter including username password, digital certificates, RSA token.

Auto-logoff with countdown prompt Rewriting to no-cache/no-store headers Cache cleansing of files and history Dynamic access policies End point Security policy enforcement

(9) Access Privilege Management

The SSL VPN should permit access to a user based on:

1. Dynamic Authentication: Source IP, Network Interface (internal/external), Digital certificate, Endpoint Security - Host Checker/Cache Cleaner, User Agent (Browser), Sign-in URL• SSL version and cipher strength (global)

2. Role Definition: The following can be used to determine the identity of the user: • User name • User attribute(s) • Certificate attribute(s) • Groups (static, dynamic)

3. Role based management and multiple level accesses for users and administrators.

(10) Performance, High Availability and Scalability

• The SSL VPN solution should support software based compression for all traffic (HTTP, file, client/server application) enabling rapid response times even at very high concurrent user loads

• Support for High Availability of SSL VPN

Page 233: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-106 रेलवे सचूना ूाणाली कें ि

appliance • The SSL VPN units that are part of a

cluster communicate session and database information among them for stateful failover. Stateful synchronization should be done for configuration, policy, profile, and session.

(11) Session persistence Source IP, SSL session ID, cookie information (12)Web Protocols Support HTML/DHTML

JavaScript/Java Applets/XML/ActiveX and Flash HTTP/HTTPS

(13) File share protocols Windows – SMB/CIFS

Generic – FTP (14) Email/messaging protocols

Microsoft Exchange (MAPI) IBM/Lotus Domino/ Notes IMAP, SMTP, and POP3 Terminal access protocols

(15) Terminal access protocols

Telnet

SSH (16)Remote desktop protocols

Citrix ICA RDP

(17) Management and Monitoring

• Secure administrative Web GUI (HTTPS) • Local Backup and Restore • Ability to set up a single IP, IP address

range or multiple ranges that are able to log in as an administrator.

Support for SNMP Local logging, external Syslog

Browser Support Windows based: Windows XP: Internet Explorer 6.0, • Windows XP SP2: Internet Explorer 6.0, Firefox 1.0 • Windows 2000: Internet Explorer 5.5 SP2, Internet Explorer 6.0, Netscape 7.1, Netscape 8.0, Firefox 1.0 • Windows 98: Internet Explorer 5.5 SP2, Internet Explorer 6.0 and Netscape 4.79 Unix Based: Red Hat Linux 9.0: Mozilla 1.6, Netscape 7.1, Firefox 1.0 • SuSe Linux 9.3: Firefox 1.0 • Solaris 8.0: Mozilla 1.4 • Solaris 9.0: Mozilla 1.4

Page 234: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-107 रेलवे सचूना ूाणाली कें ि

(18) Single Sign-on • Standards-based interface for extensive integration with password policies in directory stores (LDAP, Microsoft Active Directory, NT, etc.)

• Ability to pass user name, credential and other customer defined attributes to the authentication forms of other products (HTTP POST)

• Ability to pass user name, credential and other customer defined attributes as header variables

• Cookie Based, Basic Auth (W3C), NTLM-Based (Microsoft)

• Support for multiple host names from the same appliance, as well as support for multiple customizable sign-in pages.

(19) Modes of operation Clientless –Browser based Client: For client server access Full Network access should also be supported with end point security.

3.9.2 EXISTING SYSTEM SOFTWARE AND VERSIONS AVAILABLE AT CRIS TO BE USED IN THE WISE-II PROJECT

S. No. System Software Item Description

1. Portal Server SAP Netweaver 7.0 EP

2. Storage Managementware with agents for 2 database servers

HP Command View

3. Backup Software HP Data Protector v6.1

4. OS Portal server RHEL 5

5. OS Database server RHEL 5

Page 235: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-108 रेलवे सचूना ूाणाली कें ि

ANNEXURE 2.X

3.10: WISE-II APPLICATION (USER REQUIREMENTS) & BUSINESS PROCESSES.

INDEX

3.10.1 ERP APPLICATION REQUIREMENTS III-109 1. MATERIAL CONTROL MODULE III-109 2 ROLLING STOCK MAINTENANCE MODULE III-116 3 MACHINE & PLANT MAINTENANCE MODULE III-125 4 TOOL & JIG FIXTURE MODULE III-129 5 PRODUCTION MODULE III-131 6 IT AUTOMATION TOOLS III-136 7. ERP APPLICATION REPORTS III-139

3.10.2 CENTRAL APPLICATION REQUIREMENTS III-144 1 HR/ ESS MODULE III-144 2 WORKSHOP ADMINSTRATION MODULE III-154 3 ZONAL HEADQUARTER MODULE III-160 4 RAILWAY BOARD MODULE III-162 5 DIVISION MODULE III-163 6 PRODUCTION UNIT MODULE III-165 7 RDSO MODULE III-167 8 DOCUMENTS & LIBRARY MODULE III-170 9. EXTERNAL INTERFACES (INTEGRATION) III-172 10 CENTRAL APPLICATION REPORTS III-173

Page 236: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-109 रेलवे सचूना ूाणाली कें ि

3.10.1 ERP APPLICATION REQUIREMENTS

1. MATERIAL CONTROL MODULE

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

1 Preparation of Material requirement Note

The preparation of Average Annual Requirement ( AAR) of all stock items and review periodically based on the past consumption, including impact of changed fleet size etc.

For Stock items, average consumption pattern is provided by the Stores depot by way of BRs (Balance Returns) which incorporate last three years consumption pattern in addition to other information and is examined by Material cell in planning section. Material cell reviewed AAC based on actual consumption, stock out periods, technical changes, workload changes, etc. Reviewed lists are sent back to Stores Depot for further action including dispatch to HQs for purchase action. Planning Section may also prepare Material Schedule for new/ additional stock

PL number Description Existing AAC Workload size for the relevant type of RSM. Average life of component based on past consumption pattern or the standard life Summary of stock out periods

Workload size changes, Quantity required per unit rolling stock (depending upon the type of rolling stock)

SSE/ spares cell, Planning Cell, SMM (stores)

Page 237: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-110 रेलवे सचूना ूाणाली कें ि

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

items which have not been covered in BR.

2 Non-Stock Indent Generation

The spare cell prepares a formal material requisition for purchase of material by Stores. Non-stock items are not stocked in stores. They are indented as and when required. These items are directly charged to the indenter and not to the Stores which carry a Suspense account for charging inventories till used by consumer. Every workshop has fixed budget allotment for each year for non-stock purchases. Every indent made has to be debited against budget on the basis of approximate value indicated on the indent.

Any requirement of non-stock material by shops is sent to spares cell. Spares cell incharge may confirm if same or similar material is required by other shops/ sections. All the requirements are then clubbed together and the material indent is prepared and forwarded to stores depot who certifies if the item is non stock or otherwise. Spare Cell will make necessary endorsements in the liability (budget funds) register and send the certified requisition form with the following certificates: a) Essentiality certificate. b) Urgency Certificate.

Past Consumption, Past purchase details, Specifications/ drawings linkages. Likely vendor list (Indent details Past 3 years consumption Last PO history Supplier list Rate as per last available order) Fund balance under budget

NS indent no, shop wise Quantity, details of specifications/ drawings.

Supervisor Incharge SSE/ spares cell

Page 238: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-111 रेलवे सचूना ूाणाली कें ि

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

c)Proprietary certificate (for original equipment manufacture)

head.

3. Generation of indents from shop floor to store for drawl of material

Indent is to be generated by the Section Incharge with respect to the item needed.

Section Incharge will generate indents on the system using a user-friendly material indenting wizard. Authorization by competent authority (ies). Section staff takes Material Requisition from spares cell, duly initiated by sectional incharge, recommended and approved by competent authority in specified no of copies and hands them over to stores depot representatives for issue of material

Stock of item in shop / store and Consumption pattern becomes visible to section.

Quantity required by the workshop for the purpose of requisition.

Section Incharge of each workshop.

4. Material issued from Store Depot to shop floor inventory.

Material is issued from a particular ward of depot to a section/workshop as requested by a section./workshop Shop floor store may have

Section staff takes Material Requisition from spares cell, duly initiated by sectional incharge, recommended and approved by competent authority in specified no of

Description Of Item. PL NO. Status of pending

Authentication of requisition Quantity issued

Spare cell Stores clerk Material issuer

Page 239: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-112 रेलवे सचूना ूाणाली कें ि

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

certain pre-charged inventory in respect of certain items in which case the indented quantity is issued against sectional material requisition.

copies and hands them over to stores depot representatives for issue of material. Material is physically collected from depot.

Sectional slips. Requisition details AAC Previous supply details

Collecting staff card to be read into system

5 Management of shop floor inventory.

Whenever any material is issued from Depot to any sectional store, its accountal is maintained by that particular store. Material is allocated to specific work order / Rolling Stock for accountal.

Sectional store maintains stock account.

Material description Threshold level Date of indent Receipt O/Bal, Receipts, Issues, C/ Bal. Consumption pattern. Shelf life items; their expiry and monitoring

Issue quantity, make, allocation

Shop material issuer/incharge

Page 240: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-113 रेलवे सचूना ूाणाली कें ि

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

6. Inspection Call from Stores Depot

The material received from vendor against POs is delivered in receipt ward of stores depot. The R- ward incharge send advice to inspection wing for sampling and inspecting the consignment. Material is sent to stocking ward after clearance by inspection. Rejected material is transferred to rejection ward and intimation sent to vendor.

On receipt of Inspection Call, the material is drawn from the R Ward of stores depot and checked for quality in terms stated requirements contained in the PO.

Material receipt details and PO details. Quality parameters of Drawing and Specifications contained in Quality Plan (QPL). Entry fields for respective items in QPL. Details of inspection of previous such consignments by same and different vendors.

Status of pre defined parameters contained in Quality Plan (QPL) and entry in fields for respective items in QPL. Deviations, if any, therein Final Decision of Competent Authority whether Accepted or partially accepted or Rejected and respective quantities therein. Reasons for rejection of the material are to be recorded.

Inspecting officials

Page 241: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-114 रेलवे सचूना ूाणाली कें ि

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

7. Material Failure in service/ maintenance

Material may fail on line or may be detected during maintenance. Such premature failure would invite claims during warranty period. Proper accountal is to be kept for all such premature failures till the claims are settled.

Premature failures reported from line either about the defective material detected during maintenance or line failure or after investigation of a failure by Division or workshop which is attributable to material quality, are logged after checking the admissibility of warranty claim. Similarly, Premature failures detected during shop maintenance or shop failures are logged after ascertaining the admissibility of warranty claim.

Material fitment and receipt details PO details

Date of Failure and details therein,

Controller. Concerned officials of Division/ Workshop

8. Return of surplus items

Some items may go unused. These items are handed over to shop-stores which hand it over to main Stores.

1 The items unused are identified & quantity is identified/ weighed and handed over to shop-stores. 2 The store moves the unused materials to central Stores with proper justification/ authorization in a fixed format which has to be generated by the system.

Material Qty B.O. Shop no.

Disposal Form SSE Concerned DSK Concerned

9. Accountal of Scrap

Accountal of Scrap material needs to be maintained

The shops in the workshop prepare an account for all

The respective types and

The details of scrap

Concerned shop and

Page 242: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-115 रेलवे सचूना ूाणाली कें ि

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

Material category wise. There should be separate account for each type of scrap i.e. Ferrous, non-ferrous, tools and other kind of special scrap. Material scrapped by shops sent to stores depot where it is auctioned or disposed off.

the scrap generated or available with them. The scrap available is conveyed to Depot for collection and bulking at Depot. In some cases, shop may have to advise depot for disposal on as is where is basis in which case likely scrap arising are advised to stores depot for a contract period. Certain petty value scrap items advised by stores (item with rate) may be handled by the shop officials and delivery granted against payment made in cash office.

quantities of each scrap along with the dispatch particulars/ delivery particulars and stock available on hand with that particular shop.

generated on shop floor, O/Bal, added during the past period, dispatch. During the past period and C/ Bal.

depot officials.

Page 243: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-116 रेलवे सचूना ूाणाली कें ि

2 ROLLING STOCK MAINTENANCE MODULE

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

1. In/Out of rolling stock

Rolling Stock, received details. Generally rolling stock received in form of rake/single in workshop. Dispatch details of above in form of rake/single EMU/DMU/MEMU in/out in form of unit.(set)

Monthly POH load by viewing the exhaustive list of Rolling stocks. Back with dispatch details.

Rolling stock type of repair, last POH details

Effective date, repair type, PDC. Dispatch date, return date.

Planning/ Yard section

2 Rolling Stock reception at yard (workshop)

Control gives forecast (time & Rolling Stock nos.) of Rolling Stock being sent for workshop based on his arrival forecast on station. Workshop gets forecast alert and plans for maintenance against this forecast. All forecast Rolling Stock sometimes may not arrive.

Arrival forecast of Control becomes available in workshop application and alert is generated. Based on actual arrival workshop event sensed at workshop gate, Rolling Stock arrival screen is opened at Workshop which alerts SSE (Planning) for accepting and alerting all concerned for berthing, employing resources, etc

List of expected arriving Rolling Stocks. Previous POH history of Rolling Stock s.

Acceptance for repair/maintenance

Planning/yard, concerned workshop officials.

Page 244: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-117 रेलवे सचूना ूाणाली कें ि

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

3 Incoming Rolling Stock check and missing fitting.

Incoming Rolling Stock check done by inspector after Rolling Stock comes to appropriate bay. To check the parameters and condition of Rolling Stock items.

Concerned supervisors assign inspectors for incoming checking and inventory/ deficiency list for both electrical and mechanical including booked repairs reported, if any. In the proposed system, these booked repairs reported may be keyed in at the originating depots/ sheds.

Rolling Stock s details. Last POH done & date Repeated repairs

Repairs/ deficiencies recorded by initial inspectors

Initial inspector

4 Repair Job Card Generation

Job card is generated according to the schedule, out of course repairs seen in incoming inspection. Schedules cards will be pre-printed and attached to job card by record room. While these cards will also be available on system for direct entry from field terminals.

After arrival of Rolling Stock in workshop the Rolling Stock have been thoroughly checked by Incoming inspector nominated by Planning section in reference to Repairs/ deficiencies recorded including out workshop repair booking, entries in Rolling Stock repair book Confirmed bookings or additional items as seen fit

Allotted Gang/ Supervisor Rolling Stock no., Type, service. Schedule details. Repair/ lab reports history. Initial inspector

Job allotment change Job card printing option. Job card collecting Employee name and ID

Record Room clerk, SSE, JE

Page 245: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-118 रेलवे सचूना ूाणाली कें ि

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

are advised by inspector to record room for generating repair job card. There are separate repair job cards is for Mech. And Elec. repairs.

reported out of course repairs.

5 Pre-repair Inspection and during repair

Before starting repair, inspection of RS is being done to see any special repair attention by a particular section beyond the specified repair. Provision for additional defect-deficiency during repair.

Inspector (SSE) find out activity to be done in RS against inspection.

Previous POH Activity list against shop and Rolling Stock details

Addition of POH Activities

6 Corrosion Repair

During inspection some Corrosion detected.

Concerned section incharge enter data against detected corrosion through graphic selection of affected areas.

Corrosion chart/drawing visibility against each rolling stock type. Previous corrosion chart against particular

Marked Corrosion parts against particular Rolling stock

Corrosion section supervisor

Page 246: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-119 रेलवे सचूना ूाणाली कें ि

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

Rolling stock.

7 Job allotment to Squad/Single

Section incharge allot job to squad and single for completion of Job with respect to Rolling Stock.

When Section Incharge job received from planning Section against work order. Section incharge allot job to squad/ single.

Previous POH Activity list against section and Rolling stock, Current Activity list, and squad list.

Rolling stock details, and Squad booking against job

Concerned section supervisor

8 Stage movement

The Movement of Rolling Stock from one stage to another during POH. After completion of stage Message forward to next stage.

Capture Incoming/ Dispatch time against rolling stock and section by each section incharge.

Movement of Rolling stock details against each section Material shortage impacting the stage.

Incoming & dispatch time, PDC Reason for stage delays

Concerned section supervisor

9

Special repairs/ rework

When shop officials carry out the allotted job, if some repairs other than the allotted work are observed, it’s called special repair. In case during inspection, any work done is found wanting,

If during schedule or job card repair working the technician/ inspector finds unexpected defect, the same is reported to the supervisor. If it requires attention from

Defect observed, warranting rework. Lapses/ Responsibility therein, if any.

Defect observed, action taken, Responsibility, Linking of defect(s) history to

Concerned officials

Page 247: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-120 रेलवे सचूना ूाणाली कें ि

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

work will have to be done again; this is called rework. Work done on Rolling Stock touching workshop without due schedule falls under the special repair category. Attention to Rolling Stock and Rolling Stock history updation.

another section, a rework order is generated by Sectional supervisor, approved by SSE and alert is sent to SSE of the concerned repair area. Repairing supervisor allots men, material & tools as needed on the Rolling Stock or supplies replacement assembly. Similarly, any Rolling Stock touching workshop without due schedule will be attended by issue of appropriate Special Repairs work order.

Observance of such or similar defects in the past along with action taken therein. Rolling Stock details and history. Repair time chronology and target completion. Documents/ Drawing of the affected item(s) to be linked.

rolling stock Repair request to another section entry. Work done details by the repair section.

10 Inspection and Testing at stages, sub-assembly/ assembly and finally on the

Inspection and Testing is carried out at pre-defined stages and records maintained of parameters checked. Similarly, Inspection and Testing is carried out on sub

During pre-defined stages, the authorized personnel including the operator himself (if he has been so authorized) will check the parameters of the component as per the quality plan and record his

Quality Plan for respective pre defined stages, or sub assemblies and assemblies and also the

Recording of parameters observed against each specified item either at pre-defined stages, or sub

Concerned Shop Officials

Page 248: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-121 रेलवे सचूना ूाणाली कें ि

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

rolling stock prior to dispatch including Road Trial, if any.

assemblies and assemblies for parameters and their functioning, if any and appropriate records kept. Inspection and Testing is also carried out on the rolling stock as per the detailed quality plan and records maintained. In some cases, Rolling stock may also be sent for road trials on line. Data observed on such road trials is also to be recorded.

observations. Similarly for sub assemblies and assemblies and also the Rolling Stock.

Rolling Stock. Records of inspection of relevant previous stages or sub assemblies or assemblies or of the Rolling Stock (for previous shop visit etc)

assemblies or assemblies or of the Rolling Stock

11

Assembly overhauling and repair

Rolling Stock assemblies are stripped from the Rolling Stock during specified maintenance schedules/ failure.

Assembly repair section allots an assembly to shop officials for dismantling and overhauling. The shop floor officials will attend the defects as per the check sheet for every dismantled sub-assembly/ assembly. Critical dimensions are noted.

Original dimensions and parameters of incoming received assembly. Rolling Stock no Date of removal

Assembly. No.Detail of work done. Testing parameter. Fitted Rolling Stock and date. Overhauled by and date

Concerned Shop Officials

Page 249: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-122 रेलवे सचूना ूाणाली कें ि

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

Old and worn out components may have to be replaced by new components during assembling. Detailed dimensioning and recording of the same is ensured including traceability. Parameters are transferred from rough pad to the system by data entry or by use of E-pen Repaired assembly is tested (like Ultrasonic Test etc) and kept ready for issue to a Rolling Stock. Assemblies available in the section remain tagged. Tag is taken off only after assembly is fitted to a Rolling Stock and transferred from tag to Rolling Stock on the system.

Actual defect noticed Last O/H & fitted during. Date of commission and fitment. Assembly failure history

Present dimension and parameters.

12 Work Diary Daily Work Diary booking Section Incharge records the daily work details in

Current available

Record working hrs of

Each Concerned

Page 250: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-123 रेलवे सचूना ूाणाली कें ि

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

Booking details (hrs) against each rolling stock & work order in terms of men detailed.

section staff list, work order list, Rolling stock details list, remaining time. Assistance of drill down menu to assist in recording deployment

each employee against work orders & rolling stock etc.

section incharge

13 Material consumption on Rolling stock

Daily Entry of material consumption against each rolling stock

Section Incharge captures the material consumption against each rolling stock

Previous Material consumption details against each rolling stock.

Current Material consumption against each rolling stock

Concerned section incharge

14 RS Modificatio

n and History

Modifications done in a RS based on RDSO/HQ modification information. It performance is recorded in subsequent visits.

Modification is received from RDSO/HQ with all information required including technical documents. Modification is done on RS. It progress is recorded in terms of

Modification Id and technical information

RS where modification is done. Status in case of subsequent visits.

Concerned section incharge

Page 251: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-124 रेलवे सचूना ूाणाली कें ि

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

advantages/disadvantages.

15 Post-repair Inspection

Every repair in each shop/section, on completion, is followed by the shop level inspection before the RS is sent to the next shop.

Inspector (SSE) find out activity to be proper or not in RS against inspection. In case Not proper activity completed then again they assign the defective activity (Re-work)

Completed Activity list against shop and Rolling Stock details

Capture Re-work Activities

Inspection incharge

16 Neutral Inspection feed Back

In workshops, Rolling Stocks are subjected to independent inspection after POH.. This organization is called Neutral control organization (NCO) Before dispatching of rolling stock, Neutral inspection feedback shop wise with various alert.

After completion of POH activity, Neutral check the RS and if he give his/her Feed back; if feed back is positive then RS will go on track, other wise not. At times due to constraints, RS may have to be sent without Neutral clearance which is called Local Passing of RS (rarely done).

Repaired details of Rolling stock, Local Passing of RS details.

Inspection Parameter (R1, !2, L1, L2), Rework Details Capturing Local Passing of RS.

NTXR

Page 252: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-125 रेलवे सचूना ूाणाली कें ि

3 MACHINE & PLANT MAINTENANCE MODULE

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

1 Preventive maintenance of machines

The schedules are carried out according to machine maintenance schedule planning monthly/quarterly/half-yearly/yearly wise

1. Millwright section decides a schedule for preventive maintenance of critical machine. 2. Days wise, month-wise, quarter-wise, Half-yearly and Yearly planning.

1. Machine and its components information.

2. Type of preventive maintenance to be done along with the deadline.

3. Past history of preventive maintenance of that particular machine.

1. Preventive maintenance of Machine along with staff who worked on it.

2. Tentative future schedule of preventive maintenance of that machine.

MMW

EMW

2 Break Down reporting and attention

It is for the Reporting of breakdown of machines. The user of m/c should immediately fill-up this screen to get attention of appropriate concerned person for

1. Break down of machine recorded by concerned Staff.

2 List of agencies which can handle that break down should be available with

Machine break down info and reasons of break down. List of alternative

Machine id, type of failure, time of failure, Operator, Likely time of commissionin

Concerning shop users, Millwright

Page 253: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-126 रेलवे सचूना ूाणाली कें ि

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

maintenance of that machine. Alert regarding breakdown of certain machine along with machine id and the type of failure to concerned authority.

contact person. 3 Checking for any

alternatives for that machine’s work which can be given to other machines. All similar machines list should be visible.

4. Chasing of machine gone for break down. Keeping track of it’s getting repaired.

options available for carrying out that work. List of agencies which can handle that break down should be available with contact person. Break down history.

g,.

3. Machine spares management including indenting and inventory management

Spares management is the accountal of the available spares for the machines in inventory as well as accountal of required quantity of spares in each machine shop. Finding out the shortage or surplus spares and hence keeping spares, inventory monitoring and indenting accordingly.

1. Spares are divided into three categories depending upon its cost.

2. Spares having high cost are grouped as A class items and rest are in B class and C class depending upon its annual cost.

3. Monitoring of A class

Spare type along with their available quantity in stock and the future estimated requirement. Spare previous record of

Indent information. Spares data. Alerts in case of available quantity dropping below a certain level.

Concerned officer

Page 254: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-127 रेलवे सचूना ूाणाली कें ि

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

spares i.e. when they are needed, replaced and used, who uses it, what is its exhaustion period and if it is replaced before its exhaustion period, the cause of replacement.

4. When these A class spares are below some pre decided threshold levels, alerts are generated for indenting to concerned authorities.

usage by different shop and on machines. Spare type, PL no., cost, stock quantity, and quantity of spares needed in future. Indent and Inventory records. Likely suppliers list.

4. M & P condemnation processing.

Details related to condemnation of machine and plants are to be maintained and also when and where the condemnation takes place.

The millwright shop prepares a list of all the machinery that is too, old or too, dangerous to use or beyond economical repairs, such machines are condemned after approval of CWM/CME.

Machine id along with the cause of condemnation.List of machine condemn.

The cause, date of condemnation. After condemnation record of machine.

MMW EMW

Page 255: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-128 रेलवे सचूना ूाणाली कें ि

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

5. Surplus M & P Exchange for facilitating inter workshop transfer.

Surplus M & P should be clearly visible to every workshop so that whichever workshop is in need of that M & P would be able to request for that M & P.

Workshops should maintain a list of surplus M & P that needs to be made available to other workshops that may require that machinery.

Machine and no. of surplus quantity. Concerned authority who can issue that machine with contact.

Machine info and no. of surplus quantity. Info of concerned authority who can issue that machine with contact.

Respective shop incharge and Planning

6. AMC follow up

All machines which are not under warranty period are covered under AMC. So that early action to be taken after breakdown.

Against each machine its AMC information with date, term, address of vendor & contact person is stored.

Machine information. Vendor list.

AMC date, Term, vendor address and contact person.

Page 256: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-129 रेलवे सचूना ूाणाली कें ि

4 TOOL & JIG FIXTURE MODULE

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

1. Tools, Jigs & Fixture management including indenting, inventory management and calibration

Tools, Jigs & Fixture are to be managed from the available resources in the inventory. Accountal is to be maintained, records of receipts and issues is to be maintained, machine -wise, load-centre wise etc. Shortages and surpluses are to be highlighted for appropriate management intervention. Appropriate inventory is to be maintained through timely indenting and calibration. While deciding the process, jigs and tools required for operations are indented. The same may be manufactured in tool room with close coordination of tool room and Design wing. The tool after manufacture will be handed over to concerned shop to make use

1. Tools, Jigs & Fixture are divided into three categories depending upon its criticality, essentiality, availability, lead time for replacement, cost etc. 2. Monitoring of A class Tools, Jigs & Fixture including when they are needed/ required to be replaced. Reasons for premature replacement/ attention to be recorded for history and forecast. 4. When these A class Tools, Jigs & Fixture are below some pre decided threshold levels, alerts are generated for indenting to concerned authorities. Jigs and fixtures are requested by planning wing based on production plan for a period.

Tools, Jigs & Fixture type along with their available quantity in stock and the future estimated requirement. Tools, Jigs & Fixture previous record of usage by different shop and on machines. Tools, Jigs & Fixture type, PL no., cost, stock quantity, and quantity of spares needed in future.

Indent information. Tools, Jigs & Fixture data. Alerts in case of available quantity dropping below a certain level.

Concerned officer

Page 257: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-130 रेलवे सचूना ूाणाली कें ि

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

of it The request is entered in the TRR register. After thorough study, J&T design wing advised to prepare drawing. On receipt of drawing the feasibility usage is discussed with user shop, planning and Tool Room. The finalized drg. is issued by J&T design wing. Work order is authorized by planning to Tool Room for manufacture jig /tools

Indent and Inventory records. Likely suppliers list.

2. Issue of protective clothing by concerned officials.

Concerned officials are responsible to issue safety clothing like hand gloves, ear plugs, goggles, mask etc against authorizations. Most of the items in this category are generally consumable items.

The users of the safety clothing have to give the requisition letter duly approved by his in-charge. Concerned officials/ staff will check for availability. If available, the items will be issued and ledger is updated.

Safety cloth requisition from section against worker with related type of work. Authorizations. Availability

Issue Quantity

Concerned officials

Page 258: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-131 रेलवे सचूना ूाणाली कें ि

5 PRODUCTION MODULE

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

1 SRW generation

The Stores depot takes a make or buy decision and items to be manufactured in the associated workshop are ordered through SRW (store requisition work order) generated by Depot. SRW may also be Generated for critical items whose stock is less than four months. The schedule for SRW generation is normally distributed over the year for each specific month for some particular items Other Work order may be generated for Divisional /Inter- Workshop requirements. Production document generation is done by Planning Section based on production schedule associated with the SRW

There may be these requirements: I. Work Orders against Stores’ advance requisitions ii. Division/ HQ Work Order for their specific requirement. iii. Inter –Shop Work order when a job requirement can’t be met inside that particular workshop and hence the operations need to be carried out inside some other workshop.

Pending SRWs & Other work order, category wise. Stock availability of items against respective Special Work Orders: The job id & nature of urgency of the job.

SRW for Store Stock Orders is generated here with a SRW No, Work Order.

Stores Incharge Planning section

Page 259: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-132 रेलवे सचूना ूाणाली कें ि

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

2 Preparation of Estimate Work Order

Estimate work order may be generated for Material, Jig & Fixture, M& P, Small Tools etc. Material, Jig & Fixture, M & P, Small tools, Labour & Temporary Establishment for given demand can be entered. Estimation for a demand can be generated after completing all the above details. The estimate is further sent to CWM which forwards the estimate to Zonal HQ for compilation and Railway Board for approval

On receipt of approved requirement, the same shall be registered and scheduled.

Pending Estimate work order details against respective Work Orders: The job id & nature of urgency of the job.

Demand Registration details: Demand ID, demand type, demand desc receipt date, demand Qty, Rate, Work Order.

Planning Section

3 Preparation of Other work orders

Other Regular Work orders may be generated for Division/Inter-Shop. i. Division/ HQ Work Order for their specific requirement. ii. Part Group Repair (PGR) work order. ii. Inter –Shop Work order

On receipt of approved requirement, the same shall be registered and scheduled. Planning section does the documentation and allocation of different work orders to different shops for

Pending Regular work order details against respective Work Orders: The job id & nature of urgency of the

Consignee Demand ID, demand type, comp ID, receipt ID, Work Order.

Planning Section

Page 260: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-133 रेलवे सचूना ूाणाली कें ि

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

when a job requirement can’t be met inside that particular workshop and hence the operations need to be carried out inside some other workshop. These W/Os are direct by user to the concerned Workshop.

job scheduling. job.

.

4 Load centre planning and Job Scheduling

Total available work load in terms of operation is aggregated and matched with capacity available at different load centre. Work is required to be scheduled at different load centre to achieve best utilization and highest production rate.

Load centre capacity planning and job scheduling is done by planning section.

Load centre wise capacity total-available List of jobs with activity break-up-load centre wise.

Job/activity/load centre selection

Planning section

5 Work order Release

Work orders for PGR are generated through this form. Job cards are also generated here. Work orders for Divisions for Manufacturing Items only are generated through this form.

Allocation of different work orders to different shops for job scheduling.

Pending Regular work order details against respective Work Orders: The job id &

Selections for release/ printing of Job cards and directing the same to the concerned

Planning section

Page 261: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-134 रेलवे सचूना ूाणाली कें ि

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

Job cards are also generated here.(C order) Work Orders for Divisions which require 'Nature of Repair' like 'Light, Heavy, Normal' etc.(A order) Work orders for Inter-shops are generated through this form. Job cards are also generated here. Work Orders for the Repair / Manufacture of components which do not have pre determined process & raw material are generated here. Work orders for Estimate/Construction of wagons are generated through this form. Job cards are also generated here.

nature of urgency of the job. Details of demand registration. M/c Load, shop load on relevant load centre.

shops in route sequence..

6 Booking of Material and man on job card

Workers are assigned job cards by the supervisor. At the end of the day, material consumed is booked

Shop floor supervisor books men and authorizes issues of material for specific job

Jobs in hand Men available on duty Material

Assignment and quantity consumed

Shop floor supervisor

Page 262: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-135 रेलवे सचूना ूाणाली कें ि

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

to different job card. available

7 Job inspection

Every job completed against a job card is inspected by an assigned inspector that signifies closure of job card. The inspector may also order rework.

Completed jobs are offered by shop floor supervisor for inspection. Inspector accepts/rejects and make entry in the job card.

Completed jobs information

Inspection results

Shop floor supervisor Shop inspector

8 Output details and initiation of closure of work order.

After processing of job card, the finished product is conveyed for collection and onward dispatch, duly incorporating the details of resources consumed in processing of the same.

Details of job card, resources consumed, units produced/ repairs undertaken, made over from shop floor for further action.

Shop freezes the job with details, time taken, Workers’ particular, outturn, work inspection, rejection details, dispatch details etc. Daily updation is also required to account the quantity produced.

Job details including time taken, resources consumed, outturn, work inspection, rejection details, dispatch details etc.

Concerned shop officials

Page 263: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-136 रेलवे सचूना ूाणाली कें ि

6 IT AUTOMATION TOOLS

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

1. Use of touch screens

Touch screen kiosks will be used in the production areas as key board and mouse are not practical options.

Application screens to be used in production are will need to be modified at the front end to suit touch screen use.

Employees module will be touch screen based.

Shop floor production, maintenance related sections related, tool issue, material issue related screens should be touch screen enabled

Respective touch enabled interface screens

Touch choices with minimal data entry through on screen simplified key board.

As per role defined in respective application function.

2. PDAs Personal Digital Assistants will be used in long distance areas where lots of field work is demanded along with little data entry.

Application screens to be used in maintenance of machines will cover machine repair detail/ material entry, etc.

PDA will enable offline data entry. Later, this will be synchronized with system.

SSE/Maintenance will use the alphanumeric keypad of PDA for the status of machine.

PDA specified application screen.

Machine break down details.

Appropriate Updation will be done to system on synchronization.

SSE/Maint

3 E-Pen E pen will be used to fill up the preprinted schedule formats for heavy assembly repair and heavy schedule areas.

Pre printed schedule form are filled with special e-pen

Hand written data is converted to text and downloaded to the

---

Selected schedule data forms.

---

Page 264: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-137 रेलवे सचूना ूाणाली कें ि

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

application input form through suitable client end interface with option to edit the form

4 Use of RFID based employee cards/ Personal Tags

RFID based employee cards with employee particular printed on each card will be issued to each employee by each workshop. The master list will be maintained locally by workshop. The card will bear no data other than unique identifier. Card will be used to mark employee attendance in the working section. Card will be used to identify employee on the system and for capturing his name on workshop application forms wherever needed. Card will be used for opening employees self service (ESS) application on the kiosk with provision of a four digit PIN for added security.

Supervisor will open the attendance screen on HR module. Card of each employee present will be read at kiosk in presence of the supervisor to build a list of workers to be allocated work against job cards by touch selection. Card will be read on to tool issue and material issue forms of workshop application to identify and enter the name of employee on transaction screen. Employee card if presented to a reader without any active application screen, it will open ESS page by default after seeking four digits PIN from employee to permit him to carry out HR function.

Cards read with names and ticket number & photos of each employee.

Employee name to appear in relevant field in the transaction screen. To be accepted by supervisor.

Employee self service screen menu.

Card to be read.

Name of employee to be confirmed by issuer/ supervisor

Desired choices by employee on ESS menu.

Employee,

Supervisor,

Tool/Material issuers

5 Use of RFID based Assembly

RFID based reusable assembly cards will be used to ensure traceability of assemblies within

Supervisor will decide about removal of an assy. from Rolling Stock Removed assy

Cards read on kiosk to open ASSY screen

Appropriate option to be exercised on

Repair Supervisor,

Page 265: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-138 रेलवे सचूना ूाणाली कें ि

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

Tags workshop. The card will bear no data other than unique identifier.

The assembly card will be attached to an assembly after it is removed from the Rolling Stock. The assembly will be removed from the Rolling Stock on the system and shifted to a card by reading and associating a fresh card from reused cards bin. The card will be tied to the assembly by suitable easy means.

Thus whenever record of an assembly is to be recalled on the system, its card will be used. When any assembly is dismantled, major subassemblies will also be provided with an ASSY. Card.

The ASSY card will be freed for reuse after attaching a sub-assy to an assy and an assy to a Rolling Stock.

will be removed from Rolling Stock on the system and system will prompt for shifting it to a card.

A free card will be read and associated with the assy.

Card will remain with assembly till it remains as a spare – under repair or in repaired condition.

Reference data of ASSY cards will be kept and maintained locally at the workshop.

the application

Page 266: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-139 रेलवे सचूना ूाणाली कें ि

7. ERP APPLICATION REPORTS

S. No.

Module Name & Sub module Batch/ Historic reports Analytical reports Online reports

1 Material Control Module

Issue -slip Compliance percentageOut of stock items / below 3 months stock. Section wise consumption summary Codal life (Assemblies/ sub-assemblies/ components) expired list POs issued list Outstanding deliveries list. Non stock Fund balance Items indented section wise Items reclaimed per month. Items Condemnation summary. History of condemned rolling stock. Summary of Rolling Stock s condemned over a period. Average Annual Requirement (AAR/AAC) historical reports. E-slip Indent generation Material issue from Main Store Stock accountal in stores Non-stock item usage report for the purpose of requisition Warranty Claims Material inspection requisition and test report generation. Material receipt and transfers to other workshops Delivery status updation by vendors Workshop outage Calculation. EMC(Estimated monthly Consumption) report. Receipt ward Rejection

Warranty claims- materialized- cost impact. Vendor performance report. - Item wise/ vendor wise. Failures due to material shortages – use of spares beyond life

Daily Issue/Receipt summary Daily items requisitioned section wise. Pending warranty claims vendor wise. Items outstanding for repairs – agency wise. NS requisition compliance percentage.

Page 267: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-140 रेलवे सचूना ूाणाली कें ि

S. No.

Module Name & Sub module Batch/ Historic reports Analytical reports Online reports

2 Rolling Stock Maintenance

List of RS at Yard (reception)List of RS incoming Rake List of RS to building rake (dispatch) List of RS POH delay with specific reasons. List of defect deficiency (Check List) holding RS wise List of Rolling stock IN/OUT daily/monthly/yearly Rolling Stock POH history list. List of overdue Rolling stock month wise list of Rolling Stock s repair category wise and railway wise List of Dead Rolling Stock for POH List of Rolling stock Stage Progress Stock summary of safety items type-wise and Rolling Stock -wise. Safety items shortage status – Rolling Stock wise & Missing numbers item wise, month wise. List of Assembly overhauling and repair. Daily job done summary- section wise / RS wise/ Assembly/Sub-Assembly/Component List of Pre/Post repair Inspection RS wise/ Assembly/Sub-

List of Rolling Stocks called on condition based maintenance over a period of time with cause wise analysis. Rolling Stock s with stated condition of wheels and other critical parts including repeated attention/ repairs. Report on various Job cards issued Material cost for repair. Parameter wise maintenance history including lab report for a particular Rolling Stock / Rolling Stock fleet. Failure wise detailed report in RDSO Performa to be available on the system

Material consumed Rolling Stock wise with cost. Rolling Stock time lost due to material shortage- summary

Vendor wise - wear rate /component life analysis. System wise Failure analysis RS based work order

Daily Summary report. Arrival forecast Failure and Rolling Stock By-passed report for a period. Daily schedule and Over due list. Safety item issue/return list. Initial checking report Rolling Stock -wise. Section wise Staff attendance list. Out of stock lists section wise. Lab report for a Rolling Stock Additional work assigned to staff Rolling Stock -wise (with staff name and work, Rolling Stock wise). Tested parameter – assembly wise/ Rolling Stock wise. Shift left over tasks to

Page 268: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-141 रेलवे सचूना ूाणाली कें ि

S. No.

Module Name & Sub module Batch/ Historic reports Analytical reports Online reports

Assembly/ComponentStatus of modification and drives. Failure-wise detailed report. Items left unattended at the end of last schedule Out of range exception List of tested parameter – assembly wise/ Rolling Stock wise. Periodic system wise -Rolling Stock -wise failure and assembly failure reports and summaries. Lab report summary type of test wise. Monthly lab report summary for failure materials. Assembly history with fitment /test data.Monthly/ weekly material consumption section wise to assess the annual consumption. Section wise / Rolling stock wise assembly pool availability report. Rolling Stock wise critical material wise consumption reports

be handed over. Spectrograph test report- Rolling Stock wise Critical report or abnormality report Rolling Stock wise assembly list with critical parameters.

Cost of POH of Rolling Stock Hierarchy of vehicle

composition up to spare level

PCDO reports

Page 269: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-142 रेलवे सचूना ूाणाली कें ि

S. No.

Module Name & Sub module Batch/ Historic reports Analytical reports Online reports

3 Machine & Plant Maintenance

Machine down time monthly summaries. Pending M&P spare indents. Preventive maintenance of machines with tooling attachment Break Down reporting and attention Machine spares management including indenting and inventory management Machine Hour costing based on capital costs, recurring cost including consumables & maintenance. AMC follow up Vehicle fitness, road tax, registration record, insurance, monitoring. M & P condemnation processing Surplus M & P Exchange for facilitating inter workshop transfer Link to M & P portal for M & P proposals Spares below critical stock Post Preventive Maintenance Report AMC over due

Machine wise Failure analysis.Condemn Machine analysis component /part wise Machine Hour costing based on capital cost, recurring cost including consumable and maintenance

1. Machine handling during break down advice

2. Machine rectification advice.

Page 270: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-143 रेलवे सचूना ूाणाली कें ि

S. No.

Module Name & Sub module Batch/ Historic reports Analytical reports Online reports

4 Tool & Spare Inventory Maintenance

Monthly/ yearly condemned tools list. Out of stock statement (other than tool) Requisition and issue of tools from Main/ Shift Tool room by section Tool Condemnation Tool request from Shift Tool room to Main Tool room Issue of protective cloth by Tool Room.

Tools out of stock.Tools not returned.

Type wise tools available

5 Production List of incoming Load (Repair/manufacture). List of different type work order List of material consumption against work order List of progress status of current job card and urgency List of Route card List of Process sheet Yearly/Monthly Outturn listing

List of Pending work order

Daily Production progress list Manufacture/Repair cost against work order monthly/yearly

Page 271: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-144 रेलवे सचूना ूाणाली कें ि

3.10.2 CENTRAL APPLICATION REQUIREMENTS 1 HR/ ESS MODULE

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

1 Marking of sectional Attendance

On arrival at Work place, the attendance of each employee is recorded by Sectional Supervisor.

When a staff enters in the Workshop in his particular shift, he marks his attendance on the system with his Personal card/ Employee tag. The same is approved by the Sectional Supervisor.

Section. Absent Employees Name Present employees name Shift details Ticket/Token numbers Selection for –status- present, leave, absent –reason etc. *Note: DATA of employee will come from PRIME

Attendance status for each Employee to be entered.

Sectional supervisor

2 Initial Marking of

If a staff works for 8+8 hrs then it comes under the

Staff is allowed to take a rest within 30 days from the

Employee Name

Double Duty details

Time office Clark/

Page 272: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-145 रेलवे सचूना ूाणाली कें ि

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

special entries by sectional supervisor on sectional attendance.

category of DD (Double Duty). He can take the compensation for his double duty in the form of CR Night Duty National Holiday Hurt on duty (HOD) Outstation Duties or Training Work during meal hour and on Sundays

date of double duty (DD). Double duty information is transmitted to Time Office through Section Engineer in the form of sectional attendance. If a staff is working in the shift 2200 – 0600 hrs then it comes under the category of Night Duty. For this, he will get Night Duty Allowance (NDA). If a staff completes 6 hrs night duty then he will get 1 day salary If a staff works on NH (National Holiday) then he will get the compensation If a staff gets hurt on duty (HOD) and if DMO (Divisional Medical Officer) suggests him to take rest then he will get full salary for the rest period except the conveyance allowance. If a staff is going for outstation duties or training

Shift Details Special functions/allowances

Night Duty details National Holiday details hurt on duty (HOD) details Outstation Duties details Sick ness entry Leave entry

Account office

Page 273: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-146 रेलवे सचूना ूाणाली कें ि

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

then he will get Travelling Allowance (TA/DA). For incentive employee, incentive information is transmitted to OS through Section Engineer. Any worker works on Sunday and has had a holiday on one of the three days immediately before it, that Sunday for the purpose of calculating his weekly hours of work be included in the preceding week.

3 Leave application and sanctioning

The leave record of each employee is maintained in the Workshop for different types of leave. Leave records are updated on receipt of the sanctioned leave applications by the leave section. CAUSES OF ABSENCE A —Absent without intimation LHP—Leave on Half Pay

Whenever a staff wants to request for leave he will have to apply for desired leave on the system. The Leave Application is sanctioned by two or three level work flows Status of leave available to account is visible to sanctioning officer at each stage.

Applicant’s Name. Applicant’s Designation Type of leave wise : Leave taken from (date). Leave taken to (date).

Applicants Token no Nature & Period of Leave. Purpose of Leave. Address while on Leave. Date

O.S. / Bill section SSE/SE

Page 274: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-147 रेलवे सचूना ूाणाली कें ि

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

LFP—Leave on Full Pay SCL—Special Casual Leave S—Sick Leave H.L—Hospital Leave LWP—Leave Without Pay R—Rest under the Factory Act. C.L—Casual Leave.

Sanctioned leave is reconciled by system on employee attendance record and initial remarks of the sectional supervisors. A workman absenting himself without leave or medical certificate will be liable to disciplinary action. In case of absence of less than three days' duration, the shop Superintendent will decide the action to be taken. For absence between 3 and 6 days the Assistant Officer and for absence over 6 days the senior scale officer concerned will decide the action to be taken against the defaulter. The Shop Superintendent will be responsible to see that each case of unauthorized absence receives the attention at the appropriate level as stipulated above.

Due leaves. Authentication by section in charge

Page 275: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-148 रेलवे सचूना ूाणाली कें ि

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

The normal disciplinary procedure should be gone through before imposing a penalty. A railway doctor's certificate should be produced in all cases of absence on account of sickness, but in cases of men living at inconvenient distances from a railway doctor, a certificate from a recognized medical practitioner may be accepted provided that in the case of subordinate staff, it is countersigned by a railway doctor.

4 Pass /PTO application generation

Every Workshop staff is authorized certain set(s) of Privilege/School/ Complimentary passes each calendar year. The pass record of each employee is also maintained

When a staff wants to request for pass, he will have to fill the form named ‘Application For Passes’ on the system kiosk. The application should reach the Pass Issuing Office at least 7 days before

Name. Designation. Department. Office. Basic Pay. Number of

Employee Token no. Type of pass Onward journey details. Return

Pass Section Clerk SSE/SE

Page 276: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-149 रेलवे सचूना ूाणाली कें ि

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

by the pass section. Every staff has to give his family declaration at the beginning of the calendar year which is used as reference for issue of passes. Also children’s education declaration is needed to be captured for issue of school pass

the passes are required for use. After filling the above details he has to manually submit that to the Pass section. Some entries which are left blank in the Pass Application form are filled by Pass section. Then it is forwarded to S.S.E (Gen.) for getting it sanctioned. Pass section will keep a system-generated request on record in hard copy and give a confirmation on system about readiness of pass. Then the staff will check his account periodically to check whether his pass is ready or not. If ready, he will collect it from pass section. Sanctioned Pass/PTO is

passes taken till date.

journey details. Break journey Persons for whom pass is required for onward journey. Persons for whom pass is required for return journey.

Page 277: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-150 रेलवे सचूना ूाणाली कें ि

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

reconciled by system with previous Pass/PTO record Taken by employee and initial remarks of the sectional supervisors. Employee can update his Bio data including family declaration for Pass/PTO

5 Generation of Muster Roll

Muster roll contains all the attendance; leave record of Workshop staff and With the help of Muster roll Allowances for each staff in every month is computed.

Daily Attendance is maintained by the Time Office in the Muster roll. Time Office fills the various entries in the Muster Roll and at the month ends forward the muster roll to Bill section. On every month Bill section prepares Absentee statement for preparation of Muster roll and forward to divisional pay office for pay bill generation.

Token Number Name. Father’s Name. Designation. Date of Appointment. P.F. Account Number. Rest Day. Daily attendance

City comp. Allowance From Date. City comp. Allowance To Date.

Time office

In charge

O.S / Bill Section

6 Booking of Workers working in any shift If any staff wants to register Name. Selection of Staff,

Page 278: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-151 रेलवे सचूना ूाणाली कें ि

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

Grievance need to communicate their problems to the management.At present they write their grievance in the registers or seek meetings with the higher management of the Workshop. This functional feature is aim at providing staff a means voicing their grievances, seeking interviews with managers through their employee self service screen. A selection of grievances from a pull down list is intended to provide them a convenient method of this interaction.

complaints opens his employee page and selects grievance or interview or suggestion option. He then gets a chance to enter his desired choice by a user-friendly touch screen. Information is sent as to do item to the concerned manager as per role definition or to senior management as marked. Every complaint has a last date on which it should be redressed (solved). Acknowledgement of receipt and action summary will be made available to the staff on their employee Screen as an alert.

Designation. Department

choice Nature of Complaint Action taken Target Date of final Disposal of Complaint.

SSE/G, Concerned manager

7 Staff bio- data for pass application

Staff’s Bio data are maintained. this information used in pass preparation

Every year employee will have to submit the details of his dependents through a pre-printed application form.

Name. Designation. Date of

Staff Ticket No. Name of dependents.

Clerk/Bill Section

Page 279: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-152 रेलवे सचूना ूाणाली कें ि

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

It is duly signed by the employee and should be approved by OS (Gen.) & SSE (Gen.) Then that application is entered into Pass section requires these details for making passes.

Appointment. Basic Pay. Residential Address.

Relationship with the staff. Age. Date of Birth of dependents.

8. Staff Training Management

Staff Training details, total training, available training, employee completed due training/ employee over due training should be maintained

In Each work shop Training programs are run from time to time to enhance and refresh the skills of employees. We may also have Training programs outside the shop in Railway institutions as well as non railway institutions. OS/Administrator can see the Training availability as well as the training requirements of employees. Employees are nominated for training by authorized officials.

Name./ Staff Ticket No. Designation. Training Attended Training Required Reason

Staff Ticket No. Skill of Employee

Admin./Staff

Page 280: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-153 रेलवे सचूना ूाणाली कें ि

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

Suitable alerts for nomination, poor attendance in training courses, performance of employees as well as staff overdue training.

9. PRIME Connectivity

Employee can see his service record, payroll, Leave, seniority lists and such employee self service (ESS) facts online.

User can see his/her service record, personal details, Leave Balance and next promotion detail. Visibility of notification in case of Transfer, Promotion seniority Retirement with appropriate alert and letter. All workers have an employee details Page, employee can see the details of leave/shift duties/attendance/absence/ Grievance/Training etc. Data on Employee page will come from PRIME

Name./ Staff Ticket No. PF No. Designation. Training Attended Grievance Basic Salary Next Promotion Leave Details Attendance summary

Shop name/Number etc

Name/ Staff Ticket No. Shop name/Number

Concerned officials Staff Users

Page 281: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-154 रेलवे सचूना ूाणाली कें ि

2 WORKSHOP ADMINSTRATION MODULE

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

1 Preparation of Annual Production Plan

Annual production plan is initiated by respective Workshop in charges taking into account the availability of Labour, machinery, plant and other infrastructure facilities in the workshop. Production plan will include: - no. and type of each Rolling Stock to be overhauled, no. and type of each item/ component /sub-assembly/assembly to be produced, whether to be consumed in-house or to be supplied to actual departmental users outside through stores depot or otherwise.

CWM of workshop consults concerned officers and proposes to HQ an annual production plan for the coming financial year.

i. History of previous years’ production plans and the relevant productions against each of the items. ii. Shop wise – activity wise capacity vs load status for current level of production.

Proposed production plan entry

Concerned officials

2 POH/Repair Scheduling

Rolling Stock are schedule by workshop for next POH/Repair on the basis of previous POH date and advice a sent to division for directing due stock to workshop. Efforts are made

Monthly advice from workshop to division. Division direct RS to workshop for POH/Repair.

Month wise RS POH due list with details of type, last POH date, last POH shop, owning

Calling in month/date. Type of repair.

Planning Section

Page 282: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-155 रेलवे सचूना ूाणाली कें ि

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

to minimize bunching at workshop and loss of capacity.

railway, homing depot/shed

3 Entry of RSP work Progress

Railway Board allots items of work for rolling stock upgradation/modification to Zonal railways. Zonal HQ allots this sanction further to workshops. Workshop completes the sanctioned work and report progress to HQ to monthly basis.

The items sanctioned under RS Program are monitored at various levels including by zonal HQs as well as Railway Board. .

Number and name of items allocated to various workshops and respective progress made by workshops against each. works budget, physical and financial progress.

Updation of RSP works progress and budget.

Concerned officials of Workshop, Zonal HQ and Railway Board.

4 Entry of Progress for works program & LAW (Locally Approved works )

Railway Board allots items of work for construction /upgradation of infrastructural facilities to Zonal railways. Also, Zonal GM sanction some lower value works under their local powers which are called LAW works.

Workshop enters sanction work and update progress on monthly basis.

Number and name of items allocated to various workshops and respective progress made by

Updation of works progress and budget.

Concerned officials of Workshop, Zonal HQ and Railway Board.

Page 283: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-156 रेलवे सचूना ूाणाली कें ि

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

items Workshop and the construction agency reports the financial and physical progress of work periodically.

workshops against each. Works budget, physical and financial progress.

5. Rolling Stock condemnation proposal generation

Rolling Stock motives which have outlived their codal life and /or are in poor condition due to damages/accident etc. are required to be removed from holding and condemned.A proposal for condemnation is required to be generated in prescribed format. It is approved by headquarters for over aged Rolling Stock s but needs to be approved by the ministry for under aged Rolling Stock s. Movement to Ministry is by documents which require finance vetting. Module is aimed at

Rolling Stock will be identified for condemnation after taking HQ approval. Proposal will be generated from the system giving authority for condemnation. A preformatted check sheet will be filled and documents / photos may be attached. Cost of reclaimable assemblies will be assessed. Material wise weights and cost based on scrap costs will be assessed on the system.

Rolling Stock performance details, Rolling Stock critical parameters Rolling Stock age Fleet holding summary.

Fleet change Condemnation form to be filled. Progress of movement of proposal

CTA

Page 284: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-157 रेलवे सचूना ूाणाली कें ि

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

generating the proposal and following up the same.

6. Material Delivery follow-up

POs are issued for material by purchase wing to suppliers located at different locations. Suppliers despatch material against the POs in one or multiple consignment(s). Supplier will be able to see list of purchase orders and update consignment delivery details in the MMIS package which will be suitably integrated with WISE Package to give visibility to workshop officials to help them follow up and plan further.

Purchase order details will be received from MMIS directly or by uploading by Material wing.

Visibility of items in short supply / out of stock with PO details.

Depot officials/ Registered Suppliers will receive an email alert in case of short supply of material/ material out of stock.

Shop Material Cell Concerned depot officials

7. Generation of Daily Rolling Stock Holding/ Outurn status

Details of holding and outturn of rolling stock at workshop. This entry will be done by all workshops whether covered under WISE-II implementation or not For workshop where WISE-II

Details Holding and outturn of rolling stock will be entered by every workshop on the system on daily basis. The previous day list will be available for editing to save

Previous days Rolling Stock holding and outturn details

Current Holding and outturn against rolling stock

Concerned officials

Page 285: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-158 रेलवे सचूना ूाणाली कें ि

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

has been implemented, this information will be generated by the system with permission for editing.

data entry.

8. Feedback of Premature (100 days) Failure and cause wise analysis

Failures on account of workshop will be entered by divisional office along with initial cause/local investigated cause. Respective workshop will get an alert if on WISE-II or by email. The workshop can then update workshop investigated cause on the system.

Failure entry by division Alert/email to concerned workshop Updation of cause and corrective action by workshop

i) RS POH history. ii)RS failure data

Investigate cause Corrective action

Workshop

9. Generation of Warranty Claim

A fix number of assemblies will be identified for warranty claim from suppliers. Make/purchase order /Delivery /Fitment date details will be captured by workshop during POH. Any user can generate a Warranty claim which will be

PO details from MMIS/Local uploading Delivery details from depot module Fitment date captured based on material issue/usage confirmation by section

List of material under warranty with indication of validity under warranty.

Selection of options for reporting warranty

Divisional users Depots/Sheds Workshop

Page 286: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-159 रेलवे सचूना ूाणाली कें ि

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

emailed to respective vendor and purchase officer. Validity of warranty period will be judged by system based on rules.

10 Generation of MCDO

WORKSHOP prepares MCDO statement for every month/ specific period which contains performance measurement.

1. The particulars like out-turn, holding, incentive percentage, load lifted, Idle booking etc as per Railway Board format are entered in the statement and communicated to Railway Board.

Shop no Out-turn type-wise Load lifted Manpower available etc as per Railway Board format (History)

Shop no Out-turn type-wise Load lifted Manpower available etc as per Railway Board format (Current)

Concerned Workshop official

Page 287: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-160 रेलवे सचूना ूाणाली कें ि

3 ZONAL HEADQUARTER MODULE

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

1 Approval of Annual Production Plan

(Annual production plans received from workshop for further approval and scrutiny.)

Scrutiny and compilation of Zonal Production Plan at HQs: - HQs after getting Production Plan proposal from each of its Workshops and also according to the instructions given to it by Railway Board, scrutinizes and compiles the production plan and forwards it to Railway Board.

At Zonal HQs, production plans of various Workshops in that zone are scrutinized and compiled in to single zonal production plan.

Zonal production plans are forwarded by each Zonal Railway to Railway Board for further scrutiny and Approval.

I. Workshop wise previous years’ production vis a vis the annual production plan for respective years.

ii. Workshop wise capacity and proposed production plan for next year.

i. Workshop wise Capacity and production plans for next year.

ii. Flow of information must pass through appropriate authorization.

Concerned officials in the

Zonal HQs.

2 Preparation of MCDO/ PCDO

Receive PCDO/MCDO statement from concerned workshop and club it. Prepare

PCDO/MCDO statement for every month/ specific period which contain performance measurement and forward to Railway Board.

1. The particulars like out-turn, incentive percentage, load lifted, Idle booking etc are entered in the statement and communicated to Railway Board

View PCDO statement workshop wise

Shop no

Out-turn type-wise

Load lifted

Manpower available

Idle

Make any change if necessary with Approved flag

Zonal railway official

Page 288: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-161 रेलवे सचूना ूाणाली कें ि

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

3 Premature Failure – within 100 days from POH.

Workshop monitors premature failures of RS. Overhauled by them. The management monitors the failure-taking place within 100 days of the POH to judge the quality of overhaul.

The division reports failure to HQ and concerned workshop. Number of such failures is monitored by Railway Board with cause wise analysis.

i) RS POH history. ii) RS failure data iii) RS failure history

RS No., reported cause of Failure, place, date & time, train. Analyzed cause Responsible shop

Division

Page 289: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-162 रेलवे सचूना ूाणाली कें ि

4 RAILWAY BOARD MODULE

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

1 Approval of Annual Production Plan

(Annual production plans are forwarded to Railway Board for further approval and scrutiny.)

Approval by Railway Board: - The Railway Board will then examine the proposals sent to it by all the Zonal HQs. After scrutiny and matching with the requirements and funds availability, Board would finally approve the Production plan and send it to each Zonal HQ for execution.

Zonal production plans are forwarded by each Zonal Railway to Railway Board for further scrutiny and Approval.

I. Zone wise previous years’ production vis a vis the annual production plan for respective years.

ii. Workshop wise capacity and proposed production plan for next year.

iii. Zone wise capacity and proposed zonal production plan for next year.

i. Workshop wise Capacity and production plans for next year.

ii. Zone wise capacity and zonal production plan for next year.

iii. Flow of information must pass through appropriate authorization.

Concerned officials

Railway Board.

2 Premature Failure – within 100 days from POH.

Workshop monitors premature failures of RS. Overhauled by them. The management monitors the failure-taking place within 100 days of the POH to judge the quality of overhaul.

The division reports failure to HQ and concerned workshop. Number of such failures is monitored by Railway Board with cause wise analysis.

i) RS POH history. ii) RS failure data iii) RS failure history

RS No., reported cause of Failure, place, date & time, train. Analyzed cause

Division

Page 290: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-163 रेलवे सचूना ूाणाली कें ि

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

Responsible shop

5 DIVISION MODULE

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

1 Load Booking for POH/ Repair

Sheds, Coaching depots and wagon depots mark and book stock for POH. Movement advice is given to divisional controller who plans movement through a train or a separate train

Entry of POH marking and Movement advice entry by Sheds/ Coaching depots /wagon depots Movement detail entry by controller (DPC/C&W controller)

POH entry marking screen

POH shop Mode of movement Date of movement Destination

Sheds/ Coaching depots /wagon depots DPC/C&W controller

2 Movement of Rolling stock division to POH

Movement of POH booked stock is monitored by respective controller (DPC/ C&W controller) who shall update if the stock is stabled or moved

Movement information from traffic controller Movement by divisional controller

POH booked stock in movement on division

Attachment/detachment date Train Dispatch details

DPC/ C&W controller

3 Premature Workshop monitors The division reports failure i) RS POH RS No., Division

Page 291: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-164 रेलवे सचूना ूाणाली कें ि

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

Failure – within 100 days from POH.

premature failures of RS. Overhauled by them. The management monitors the failure-taking place within 100 days of the POH to judge the quality of overhaul.

to HQ and concerned workshop. Number of such failures is monitored by Railway Board with cause wise analysis.

history. ii) RS failure data iii) RS failure history

reported cause of Failure, place, date & time, train. Analyzed cause Responsible shop

Page 292: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-165 रेलवे सचूना ूाणाली कें ि

6 PRODUCTION UNIT MODULE

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

1 E-Library for drawings and Technical Specification manuals

PU’s maintain drawings/ Technical Specification manuals repository within the library for use by workshops.

All these Technical Specification manuals and drawings will be accessible to workshop users based on permissions. These drawings and Technical specification are used for procurement and technical support for maintenance.

Each e- library section will be maintained by respective agency. System will provide version tracking and control of each drawing/ manual.

Up loading of drawing/ Technical Specification manuals will be simple and user friendly.

Down loading will be simple with provision of printability at user end.

Neither drawings nor manuals will be editable.

Users will simple search, select and down load the documents for viewing or printing at their end.

View of the contents of the library for user-friendly selection.

User friendly screen for uploading

Selection of down load

Meta data for uploads

PU’s Authorized users

2 Updating periodically Vendor Directory

Updating periodically Vendor Directory (current) for vital, safety, critical items and Changes in the status of vendor between successive revisions of vendor directory need to be traced.

Each user should have the permission to modify his own details, Search by any user.

Responsibility has been assigned to different PU’s for approving vendors for different category of items under vital,

An online user directory giving details of item category, name, Designation, telephones, address, e-mail

Self information Updating

Search for item category, name, & addresses

PU’s Authorized users

Page 293: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-166 रेलवे सचूना ूाणाली कें ि

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

safety and critical items.

These units issue to respective vendor directives. These vendor directories are periodically updated.

Changes in the status of vendor between successive revisions of vendor directory need to be trace.

id is needed to facilitate easy communication in the system.

Self information screen,

Search screen

Page 294: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-167 रेलवे सचूना ूाणाली कें ि

7 RDSO MODULE

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

1 E-Library for drawings and Technical Standing orders etc.

RDSO works to research and develop new designs, materials and products for Indian Railways, it also imparts new technologies that can be used in Indian Railways.

RDSO plays a major role in the development, success and advancement of the Indian Railway.

RDSO maintain drawings/ Technical Standing orders, Technical Instruction repository within the library for use by workshops.

All these Technical Standing orders, Maintenance Instruction and drawings will be accessible to workshop users based on permissions. These documents are used for procurement and technical support for maintenance.

Each e- library section will be maintained by respective agency. System will provide version tracking and control of each drawing/ orders/ Instructions.

Up loading of drawing/Technical Standing orders/Instructions will be simple and user friendly.

Down loading will be simple with provision of printability at user end.

Neither drawings nor orders will be editable.

Users will simple search, select and down load the documents for viewing or printing at their end.

Technical Specification:

General, Coaching Stock,

Electrical, EMU & Power

Engine Development, Freight Stock, Metallurgical &

View of the contents of the library (drawings, orders, Instructions etc.) for user-friendly selection and uploading.

Technical Specification, Drawing:

Selection of down load

Meta data for uploads

Technical Specification, Drawing

RB officials

Page 295: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-168 रेलवे सचूना ूाणाली कें ि

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

Chemical Motive Power,

Psycho-technical, Quality Assurance, Research, Testing

Design and Drawing:

EMU & Power Supply, Carriage, Wagon Design, Electric Loco, Motive Power, Metallurgical & Chemical

2 Updating periodically Vendor Directory

Updating periodically Vendor Directory (current) for vital, safety, critical items and Changes in the status of vendor between successive revisions of vendor directory need to be traced.

Each user should have the permission to modify his own details, Search by any user.

Responsibility has been assigned to RDSO for approving vendors for different category of items under vital, safety and critical items.

These units issue to respective vendor directives. These vendor directories are periodically updated.

Changes in the status of vendor between successive revisions of vendor directory need to be trace.

Quality Assurance Directorate prepared and checked by

An online user directory giving details of

Quality Assurance Directorate,

Region,

vital, safety, critical items & category,

Vendor contact Details,

Needed to facilitate easy communication in the system.

Existing

QAC (D) information details,

Document no,

Effective period,

Region,

Selection based

vital, safety, critical items & category

Selection based

Vendor contact

Concerned officials

Railway Board.

Page 296: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-169 रेलवे सचूना ूाणाली कें ि

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

approved QAC/Directorate

document details of approved, Temporarily de-listed vendor for correction and revision

Self information screen,

Search screen

Details,

Choice:

Approving flag

Temporarily de-listed flag,

Revision flag,

Revised data,

Correction slip no,

Online Uploading facility of above data available in file,

Website Linking or uploading of any type of file

Page 297: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-170 रेलवे सचूना ूाणाली कें ि

8 DOCUMENTS & LIBRARY MODULE

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

1 Letter & circular management

Railway Board, HQ, Division & RDSO send letters to WORKSHOP which take considerable time to reach. Also, letters are filed as hard copies which are difficult to retrieve.

This feature aims at providing:

1. An easy method of scanning hardcopies directly to a repository with provision of building meta data for intelligent searches.

2. Send letters from one to many with a user-friendly address book.

3. Build user wise repository with provision of flexible –author based, content based, date based searches.

4. Initially only forwarding to many but later on capability of introducing workflow to gradually builds e-working system.

Letter originated from any office – on computer as word doc. Or scanned matter.

Sender to select receivers from a address list by checking

Letters to move to respective letter boxes on single click.

Each receiver to be capable of resending the letter to more in a similar manner with comments.

Each user to be able to search his own repository.

User name

Circular management screen with address book, search, self-repository status and arrival alerts.

Scan to repository screen with metadata capture feature.

Addresses

Metadata in case of new documents

Each assigned user

Page 298: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-171 रेलवे सचूना ूाणाली कें ि

S. NO.

Function List Brief Description Workflow Information required on Screen to carry out the functions

Data to be transacted to carry out the functions

Responsible Person

2. E-Library for drawings and documents

RDSO maintains repository of standard drawings and technical instruction circulars on the system. Each document will have a metadata associated for quick searches.

Each zone also maintains their own repository of drawings and technical manuals.

All these documents and drawings will be accessible to shed users based on permissions. These drawings are used for procurement and technical support for maintenance.

Each e- library section will be maintained by respective agency. System will provide version tracking and control of each drawing/ document.

Up loading of document will be simple and user friendly.

Down loading will be simple with provision of printability at user end.

Neither drawings nor documents will be editable.

Users will simple search, select and down load the documents for viewing or printing at their end.

View of the contents of the library for user-friendly selection.

User-friendly screen for uploading.

Selection of down load

Meta data for uploads

Permitted users

3. On line directory of all users.

An online user directory giving details of name, Designation, telephones, address, e-mail id is needed to facilitate easy communication in the system.

Each user should have the permission to modify his own details

Search by any user.

Self information screen

Search screen

Self information Updation

Search for name & addresses

All users

Page 299: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-172 रेलवे सचूना ूाणाली कें ि

9. EXTERNAL INTERFACES (INTEGRATION)

1. Integration required with other applications at database level: 2. Uploading Data into at database level:

1) Uploading Master data into Database, this will be provided by Railway Board, Zonal Headquarter and Workshops.

2) Uploading Existing Transaction data of WISE-I into Database which will be provided by Workshops, if they have, should be maintained as history.

3) Master Data and Transaction Data will be available in any format, oracle database, Ms-Access, Excel, Text file or any

other database.

S. NO. Integration 1. Integration required with Material Management Information System (MMIS).

2. Integration required with Loco Management System (LMS).

3. Integration required with Integrated Coaching Management System (ICMS).

4. Integration required with Freight Maintenance Module (FMMS).

Page 300: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-173 रेलवे सचूना ूाणाली कें ि

10 CENTRAL APPLICATION REPORTS

S. No.

Module Name & Sub module Batch/ Historic reports Analytical reports Online reports

1. HR Module Leave report –Monthly / half yearly /annual summary, individual wise for those who have taken a pass. Monthly Absentee statement/ Muster roll for pay bill preparation. Monthly grievances summary section wise. Exception report of candidates nominated but not attended. Attendance vis a vis nomination. Performance during the course. Training Capacity utilization. Training Gap analysis. Notification of Transfer, promotion, seniority, retirement etc with alerts

Summaries for pay period for all categories. Section wise staff expenditure- monthly

Status visible to each staff on his staff page.

Exception report of absenting staff whose absence is not covered by appropriate sanction to cover initial indication by sectional supervisors Daily Attendance shop wise Pass application with sanction for each case. Exception list for delayed grievances. Attendance- shop/shift wise Summary attendance period /Weekly/monthly /shop wise

2 Workshop Administration Module

Reports of Approval of Annual Production Plan Vital M&P running status Shop wise strength PO status Vendor wise history of inspections.

Premature Failure ReportCritical Material Status Failure M&P records D&A action report Generation of Annual Production

List Machine condemnation RSP work Progress Shop wise manpower availability PO status Forecast of Material

Page 301: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-174 रेलवे सचूना ूाणाली कें ि

S. No.

Module Name & Sub module Batch/ Historic reports Analytical reports Online reports

POH activity scheduling Summary of POH type of repair/ type of RS / Rly / Div wise Yearly / Monthly Material Consumption MCDO/PCDO reports

Consumption for future POH load Incoming POH/Repair Load Calling In programmer with compliance Rolling Stock running overdue POH Rolling Stock overhauled status – over a period. POH progress status – Rolling Stock wise

3 Zonal Railway Module

Daily RS Holding workshop. Daily RS outturn workshop. Material shortage status workshop wise List of RS premature failure shop wise NTXR rejection status. Monthly cycle time Report. Monthly repair time reports. Staff sanction/on-roll monthly status. RSP items progress statement- monthly, yearly etc.

Rolling Stock wise list of defects with hours lost & cost of repairs Pending warranty claims & failures vendor wise

Rolling Stock allotment advice Rolling Stock Transfer advice. Workshop indent statement Zonal distribution statement Vendor directories online. With item wise searches, vendor wise searches. New Rolling Stocks awaiting commissioning.

Page 302: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-175 रेलवे सचूना ूाणाली कें ि

S. No.

Module Name & Sub module Batch/ Historic reports Analytical reports Online reports

Drive and Modification progress. Production plan of division and workshop along with history. M&P condemnation program summary.

MCDO/PCDO reports 4 Railway Board

Module List of letter sent monthly

List of letters received monthly

MCDO/PCDO reports D&A action report Failure M&P records Approval status of Annual Production Plan

Premature Failure Report

Shop wise manpower availability Forecast of Material Consumption

shop wise type wise production status List Machine condemnation work Progress

5 Division Module Daily failure and responsibility wise failure report. Monthly summary for POH- category wise. List of messages sent to workshops – Rolling Stock Type wise List of Load booking for POH/Repair

Premature Failure Report

Daily POH/Repair Load for workshops. Daily Premature Rolling stock Failure Type-wise Rolling Stock s available within division Rolling Stock movement progress for POH

6 Production Unit Module

List of drawings item wise

List of technical instructions

List of Rolling stock allotment zone-wise

Drawings item wise

Technical instructions

Page 303: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-176 रेलवे सचूना ूाणाली कें ि

S. No.

Module Name & Sub module Batch/ Historic reports Analytical reports Online reports

7 RDSO Module List of drawings item wise

List of technical instructions

Highlights

Drawings item wise

Technical instructions

Vendor Directory

Version change alerts

On-line search based related document lists.

Search based lists of addresses.

Vendor status

8 Documents & Library Module

1. List of letter sent monthly

2. List of letters received monthly.

3. List of drawings zone wise

4. Directory – zone wise- unit wise

1. On-line status of repository boxes and new arrival alerts

2. New arrivals alerts

3. Version change alerts

4. On-line search based related document lists.

5. Search based lists of addresses.

Page 304: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-177 रेलवे सचूना ूाणाली कें ि

ANNEXURE 2.XI

3.11 POC USE CASES FOR WISE-II WORKSHOP APPLICATION

1 USE CASE 1 – Rolling Stock Reception, Berthing, Pre-Inspection. III-178

2. USE CASE 2 – Repair job card generation, work assignment report and schedule work completion, Movement of Rolling Stock, Final inspection, Repair Cost. III-179

3 USE CASE 3 - RFID tags and Sub-assembly Demonstration III-181

4 USE CASE 4 – Plant And Machinery III-182

5. USE CASE 5 – Production Planning III-184

6. USE CASE 6 –Material Management III-186

Page 305: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-178 रेलवे सचूना ूाणाली कें ि

PROOF OF CONCEPT 1 USE CASE 1 – Rolling Stock Reception, Berthing, Pre-Inspection. 1. Purpose:

1. Reception and berthing of Rolling Stock in workshop. 2. Checking for Missing Items in a Rolling Stock. 3. Initial investigations about type of repair required on the Rolling Stock.

2. Actors:

a) Primary Actor – SSE/Planning, CYM/Yard representative.

b) Secondary Actor – Shunter, JE, Inspector etc.

3. Precondition a) Schedule calendar for Rolling Stock. b) Arrival forecast issued and purpose of visit entered by divisional control of

home division through Central application (ROAMS).

4.1 Receipt of Rolling Stock: Allotted Marks: 3

1. Rolling Stock other than Locos is received in the yard and is placed in the Workshop by the

CYM/Yard.

2. Rolling Stock is pre-checked for missing items as per the standard format like windows, fans, tube-lights, etc. and details captured therein with the help of Hand Held PDAs.

3. Indents are prepared by respective shops against deficiencies noted as above.

4.2 Receipt of Rolling Stock: Allotted Marks: 4

1. Rolling stock is pre inspected to assess quantum of workload in terms of standard check sheets and recorded with the help of E-pen.

2. According to work content observed during pre-inspection, rolling stock is earmarked for respective repairs and placed accordingly.

3. Berthing of Rolling stock at proper/ identified location.

4. Alerts to respective shop officials about receipt and placement.

4. Main Scenario: Maximum Marks: 7

Page 306: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-179 रेलवे सचूना ूाणाली कें ि

2. USE CASE 2 – Repair job card generation, work assignment report and schedule work completion, Movement of Rolling Stock, Final inspection, Repair Cost.

1. Purpose:

a) Man cards - RF-ID based for identification of men and feeding name of the person

in to any input form of ERP application. b) Association of Men with Shift. c) Assignment of men to gang and job booking. d) Repair job card generation. e) Material and Tool Indents. f) Rolling Stock Stages movement status. g) Material Drawl and Charged against rolling stock h) Final Inspection i) Repair Costing

2. Actors: a) Primary Actor – SSE/Shops b) Secondary Actor – JE, Technician

3. Pre-Condition:

a) Rolling Stock berthing confirmation and repair supervisor assignment.

b) Section wise shift attendance already done.

a) Required Material stock available in store.

4. Main Scenario: (Max Marks: 18)

4.1 Man identification card: Allotted Marks: 2

1 Card will bear photo and particulars of the person holding the card. The card will

be presented to any kiosk to open Employee page as default page. Opening of employee page will also ask for four digits Identification number to be given by employee as security measure.

2 Use of employee card to enter employee particulars into any transaction screen without typing.

4.2 Association of Men with Shift: Allotted Marks: 2

1 Technicians and staff allotted according to the shift. A roster is maintained by

office to ensure that each worker gets statutory rest.

2 Pending jobs can be transferred to next shift. Also backlog of previous shift is visible for assignment in any shift along with last shift comments on delay.

Page 307: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-180 रेलवे सचूना ूाणाली कें ि

4.3 Initial checking, generating repair job card and assignment of men to job: Allotted Marks: 3

1 When Rolling Stock is berthed in appropriate bay, official as nominated by shift supervisor does its detailed checking.

2 The nominated official records repairs to be undertaken during this checking which are entered on the system through PDA/Kiosks and subsequently included on the job card.

3 Job card is generated which contains initial/ detailed check repairs, any special repairs booked by the division, previous schedule work left undone, if any and Rolling Stock history.

4.4 Material indent and Tool indent for Job: Allotted Marks: 2

1 Generation of material and tool indent based on selection made by Supervisor against

each activity of the Schedule or other than schedule repair activity (Using Touch Screen).

2 Indent to become visible to assigned store/ tool room for issue to supervisor assigned man.

4.5 Schedule work done capture: Allotted Marks: 2

1 Schedule work is captured by shift supervisor based on workmen reports by marking

‘Done’ on schedule card on system and entering measured readings where measurements are taken. Name of worker who has done is confirmed by shift supervisor against each job based on work assignment.

2 Work left incomplete to be included in shift hand over statement with reasons. 4.6 Rolling Stock Stages Movement: Allotted Marks: 3

1. Rolling stock’s identified assemblies are removed for OH at nominated locations.

2. Rolling stock’s identified assemblies are fitted after OH at nominated locations.

3. Rolling stock moves from one shop to another during POH process. Its movement is tracked for its status checking.

4.7 Material Drawn and Charged: Allotted Marks: 3

1. Material is drawn against rolling stock and records kept at each of the shops by concerned SSE.

2. Record of actual quantity consumed against each rolling stock, section wise, shop wise is also kept for costing purposes.

3. After completion of repairs to rolling stock, it is subjected to Final inspection by nominated authority.

4.8 Repair Costing: Allotted Marks: 1

1. Based on Manpower, Material and Machine etc. usage cost of individual and/or batch of rolling stock is calculated.

Page 308: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-181 रेलवे सचूना ूाणाली कें ि

3 USE CASE 3 - RFID tags and Sub-assembly Demonstration

1. Purpose:

Demonstration of: a) Kiosk Design, Actual Kiosk or a 3-D computer Model with material details. b) Removable, reusable RF-ID tags to be used for tracing of spare assemblies and

assemblies taken off the Rolling Stock for repairs inside workshop area and linking to Rolling Stock.

c) Touch screen interface for application for use in maintenance area.

2. Actor:

a) Primary actor - Staff, Assembly section in-charge

3. Pre-Condition:

a) Receipt of new assembly. b) Issuing of assembly to Rolling Stock.

4. Main Scenario: Maximum Marks: 9 4.1 RFID tags for Assembly tracing: Allotted Marks: 5

1. From list of Rolling Stock under maintenance with shift supervisor, Rolling Stock is selected for removal of assembly. (1)

2. Selected assembly is removed from Rolling Stock on the system and attached to a free assembly card by reading it to the system through the kiosk RF-ID reader. Read distance within range specified. (2)

3. Reading of Assembly card at a kiosk/RFID reader without any active transaction screen will open Assembly page by default which will provide facility to transfer assembly to a Rolling Stock, view assembly history, dismantle or reassemble the assembly. (2)

4.2 Kiosk demonstration: Allotted Marks: 4

1 Ergonomic comfort of design for the users (3D Prototype Model).

2 Sturdiness of design for field use and choice of material.

Page 309: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-182 रेलवे सचूना ूाणाली कें ि

4 USE CASE 4 – Plant And Machinery

1 Purpose:

a) Breakdown status

b) Preventive maintenance schedule and status.

c) Spares indent status.

d) Machine requirement analysis for M&P Planning

e) Working conditions of Machine for proposing condemnation/reconditioning. 2 Actors:

a) Primary Actor – Dy CME/Plant.

b) Secondary Actor – WM/Plant, SSE (Maintenance sections) 3 Pre-Condition:

a) Master details about machines and spares

b) Break down reporting summary.

c) Preventive maintenance schedule and check list.

d) Indent details of spares (section wise).

e) Breakdown history.

f) Vendor/supplier details. 4 Main Scenario: Maximum Marks: 10

4.1 Break down particulars. Allotted Marks: 3

a) Break down particulars are received from the production section with B/D received date and time and nature of defect.

b) Specialized skills are allotted by millwright section in-charge to attend the breakdown. Spares are drawn from the maintenance sub-store if needed.

c) After rectifying the breakdown the information is passes to production section in-charge and break down is cleared by them. Completion report in the form of action taken, spares replaced, and staffs deputed.

4.2 Preventive maintenance. Allotted Marks: 3

a) Preventive maintenance schedules are approved by WM/Plant for the vital machines, hoists, cranes and rolling stock lifting jacks.

b) Necessary advices are issued to production section as per calendar/ parameter to spare the machine for carrying out the preventive maintenance

c) Preventive maintenance is carried out as per checklist.

4.3 Breakdown analysis. Allotted Marks: 2

Page 310: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-183 रेलवे सचूना ूाणाली कें ि

a) After completion of breakdown the histories like B/D received date and time, B/D cleared Date and time, action taken, spares replaced, staffs booked details are maintained.

b) Based on the above details breakdown trends, interval failures, expected spare life’s, time to complete the maintenance activity, condition of the machine, machine idle time, %age of machine utilization time, replacement plan for critical spares can be analyzed.

4.4 Breakdown position and availability of resources. Allotted Marks: 2

a) Morning and evening breakdown positions are captured and information is passed on to HODs for planning (General machines, vital machines, Managerial machines positions).

b) Stock positions of Gases like CO2, O2, and DA and spares position of breakdown machines

Page 311: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-184 रेलवे सचूना ूाणाली कें ि

5. USE CASE 5 – Production Planning

1. Purpose:

1. Material requirement for annual planned production

2. Manpower requirement for annual planned production

3. Load centre Capacity planning

4. Demonstration of Production scheduling capability.

2. Actors:

1. Primary Actor – SSE (Planning)

2. Secondary Actor – PE/PL

3. Pre-Condition:

a) Annual planned production.

b) Historic cost of shop manufactured items

c) List of Stocked Items.

d) Last purchase details

e) PRSR (Per Rolling Stock Requirement) and average % change during POH/AOH Schedule.

f) Load centre master.

g) Operations master.

4.1 Bill of Material for the production programme. Allotted Marks: 2

a) Bill of material required for each type of Assembly to be fetched from Master Table and material requirement to be arrived at for annual planned production. Separation of purchase lists with provision for make or buy decision.

b) Based on the last purchase rate of material, purchase material cost for annual planned production to be calculated.

4.2 Man Power requirement planning Allotted Marks: 2

a) For assembly stations, Skill wise Allowed time to be taken for each work station based on the sub-assembly/main-assembly work required for annual planned production. Manpower required to be assessed on the basis of shift information.

b) For component manufacture, Man power required, skill wise is arrived at based on the allowed time planned for each item and the qty required for annual planned production.

4.3 Load centre capacity planning: Allotted Marks: 2

4 Main Scenario: Maximum Marks: 9

Page 312: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-185 रेलवे सचूना ूाणाली कें ि

a) The number of machines available at each work center and number of shifts each machine is booked to be taken into account. The capacity of machines in each work center is calculated and it is compared with that of the planned load calculated on the basis of allowed timing for components required for annual planned production.

b) Balancing of inter-load centre workload to achieve minimum idle time/ queuing of jobs. Final constraints in achieving set production targets to be identified to take make or buy / capacity augmentation decisions.

4.4 Scheduling of batch order. Allotted Marks: 3

a) Batches of 5 different types of components are required to be scheduled at

manufacturing for fitment during assembly level with dispatch date of Rolling Stock after POH as constraining the target

b) Dates of work start and finish should be defined for each station along with available buffer time.

c) Demonstrate release of production documents: Job cards, Route cards, Job progress card and Raw Material requisition for a batch.

Page 313: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-186 रेलवे सचूना ूाणाली कें ि

6. USE CASE 6 –Material Management

1. Purpose: 1. Journal entry (Value of issues and receipts) 2. Categorization of Material (ABC Analysis) 3. Generation of priced ledger 4. WMS Drawal (Issues and receipts including return stores and fps)

2. Actors: 1. Primary Actor – Dy. CMM 2. Secondary Actor – AMM, OS/CLS

3. Pre-Condition:

1. DBR no and receipt note details 2. Receipts of material at stocking ward 3. Issue of material from stocking ward and RB to the consignee 4. Stock Adjustment 5. Return stores and Finished part stores (FPS) 6. Survey Committee Report 7. Adjustment Receipts and Adjustment Issues

4. Main Scenario: Maximum Marks: 7

4.1 Receipts of material at stocking ward Allotted Marks: 2

a) After incoming inspection, the Accepted Material will be physically shifted along with the Receipt Note to Stocking Ward for Accountal.

b) The Stocking Ward on receiving the material will allot a Receipt Order Number for each Receipt. The material will be taken into stock only after the issue of RO No.

4.2 Issue of material from stocking ward and RB to the consignee Allotted Marks: 2 a) The material will be issued to the consignee on receipt of the RMR (raw material requisition)

vouchers. These documents are available on system and issue is made against confirmation by authorized person or against paper copy of requisition.

b) Stock status is updated on issue and alert for any stock below preset levels is generated.

4.3 Return stores and Finished part stores (FPS) Allotted Marks: 3

Materials to be returned back to Stores may be on 3 ways as given in the following three items. This may be demonstrated:

a) Guarantee Clause Rejection – where the accepted material failing in service or trial before the expiry of the Guarantee period.

b) Shop Manufactured Items – where the finished products used for Rolling Stock may be produced in shop. The manufactured item will be returned to stores and taken as fresh receipt under the UL No for that particular item.

c) Scrap Items – where the broken or unusable items returned back to stores which cannot be used as a whole will be taken back as returned to stores as scrap items.

Page 314: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-187 रेलवे सचूना ूाणाली कें ि

ANNEXURE 2.XII

3.12 SAMPLE WORKSHOP SCENERIO INDEX

Rolling Stock III-189

Rolling Stock Transcode III-189

Rolling Stock Category III-189

Division III-189

Rolling Stock Stages III-190

Rolling Stock Cycle Time III-190

RECEIPT DESPATCH LIST III-190

Rolling Stock POH Activity III-191

POH PROCESS III-191

Repair Category III-191

Compulsory work III-192

Missing Fitting III-192

PRE SURVEY / INSPECTION III-192

MATERIAL CHARGE III-192

Staff List III-193

Staff Category III-193

SQUAD LIST III-194

MONTHLY SQUAD LIST III-194

MONTHLY LABOUR COST III-195

INCENTIVE RATE III-195

LABOUR HOURLY RATE III-195

WORK DIARY III-196

MONTHLY SQUAD EMPLOYEE III-196

Page 315: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-188 रेलवे सचूना ूाणाली कें ि

UNIT REPAIR ITEMS III-196

Average PCR [AVERAGE PER COACH REQUIREMENT OF MATERIAL] III-197

PLANT AND MACHINE III-197

MACHINE LIST III-197

MACHINE TYPE III-198

MACHINE CATEGORY CODE III-198

MACHINE ASSEMBLY III-198

MACHINE BREAK DOWN CAUSE III-199

PREVENTIVE MAINTENANCE SCHEDULE TYPE III-199

PREVENTIVE MAINTENANCE TASK CODE III-199

MACHINE PREVENTIVE MAINTENANCE III-200

MACHINE SPARES III-200

SPARE DETAILS III-200

MACHINE BREAK DOWN III-201

WORK CENTER DETAILS III-202

PRODUCTION PLANNING III-202

DEMAND TYPE III-202

ESTIMATE MATERIAL III-202

LOAD CENTRE III-203

MATERIAL III-203

MATERIAL STOCK LIST III-204

SHOP LABOUR WORKORDER III-204

SHOP MATERIAL WORK ORDER III-205

POH WORK ORDER III-205

ON COST DETAIL III-205

LIST OF ABBREVATIONS III-206

Page 316: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-189 रेलवे सचूना ूाणाली कें ि

Rolling Stock Sl No

Rolling stock id Type of RS Owning Rly

Division workshop Transcode

1. 69899898 Coach/Wagon NR NR Jaghadri BCN 2. 43535353 Coach NCR NCR Bhopal BOXN 3. 34534535 Loco SR SR Lilluah DSLP Rolling Stock Transcode

TRANSCODE TRANSCODE DESC

TYPE OF RS

TRANS CODE GROUP

PCV OR OCV OR DEPT

AC OR NONAC

WGACCN AC THREE TIER C P A CN SLEEPER C P N CZ CHAIR CAR C P N RSCL TOOL VAN C D N YDM4 MG DSL ELECTRIC LOCO - MIXED D WDM2 BG DSL ELECTRIC LOCO - MIXED D WDS6 BG DSL ELECTRIC LOCO - SHUNTING D Rolling Stock Category RS_CATEGORY RS_CATEGORY_DESC D DIESEL C CARRIAGE CW CARRIAGE & WAGON M MISCELLENEOUS S STEAM W WAGON L LOCO SC SCRAP ITEMS EL ELECTRIC LOCO Division DIVISION_CODE LONG_DESC OWNING_RLY ADI AHMEDABAD W BZA VIJAYAWADA SC GTL GUNTAKAL SC HYB HYDERABAD SC MAS MADRAS S MDU MADURAI S MYS MYSORE S PGT PALGHAT S SBC BANGALORE S

Page 317: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-190 रेलवे सचूना ूाणाली कें ि

DIVISION_CODE LONG_DESC OWNING_RLY SC SECUNDERABAD SC TPJ TRICHIRAPPALLI S TVC TRIVANDRUM S UBL HUBLI SC Rolling Stock Stages S. No

Stage Id Stage Desc Type of RS

1. 1 REMOVING BOGIE Coach 2 2 PRE-SURVEY Coach 3 3 BODY REP./MODI./ALTERATION Coach 4 4 CORROSION REPAIR Coach 5 5 FURNISHING Coach 6 6 DISPATCH Coach 7 1 CHECK DEFICIENCIES Diesel 8 2 REMOVE SMALL HOOD Diesel 9 3 DETRUCK Diesel 10 4 CRANK, RUN AND NO LOAD CHECK Diesel 11 5 LOAD TESTING Diesel 12 6 TRIAL ATTENTION Diesel 13 7 TRIAL ATT., PAINTING & DESPATCH Diesel Rolling Stock Cycle Time Sl No

Stage Id

RS Desc Id Repair Category Stage order Stage Duration

1. 1 2 Burn Repair 1 5 hrs. 2. 2 3 Regular Repair 2 7 hrs. 3. 3 4 Accidental repair 3 16 hrs. RECEIPT DESPATCH LIST DEMAND_ID 200003 200004 200005 LAST_POH_DATE 12-Jan-97 12-Oct-01 12-Apr-98LAST_POH_SHOP GOC GOC GOC KMS_EARNED 22000 17000 14000 RECEIPT_DATE 30-Mar-02 19-Apr-02 22-Apr-02TAKEN_FOR_REPAIR 02-Sep-02 19-Apr-02 22-Apr-02TRIAL_DATE DESPATCH_DATE GATE_PASS_NO RETURN_DATE WO_NUMBER COMPUL_WORK_FLAG N N N

Page 318: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-191 रेलवे सचूना ूाणाली कें ि

Rolling Stock POH Activity Sl No

Main process No.

Activity No.

Allowed Time

Preparation Time

Pre. Time Qty

Unit Code

Stage Id

Load Centre Id

Machine Id

1. 1 1 20 min. 2 min. 20 Piece 2 3829 173892372. 1 2 15 min. 3 min. 5 Piece 3 7382 948332723. 4 1 20 min. 5 min. 0 Piece 1 4802 938302824. 5 1 1 hr. 0 min. 2 Piece 6 8402 82023823 POH PROCESS MAIN_ PROCESS _NO

DESCRIPTION SHOP_ID WO_CONSIGNEE

171 TRIMMING OF AC CHAIR CAR(MG AND BG) COACHES 309 309044 173 VESTIBULE ATTENTION - MG COACHES 309 309044 175 SIGN WRITING 309 309044 176 VYNATILE FLOORING - BG COACHES 309 309044 186 POH OF BOGIE/MG AND BG COACHES 301 301001 188 POH OF SHOCK ABSORBER 301 301001 189 UNDER FRAME PITLINE WORK 301 301001 190 POH OF MAIN FRAME OF STEAM CRANE 301 301001 192 POH OF MATCH TRUCK OF STEAM CRANE 301 301001 178 PAINTING MISCELLANEOUS 309 309044 179 PAINTING OF MG/DEPARTMENTAL AND INSPECTION

COACHES 309 309044

Repair Category

REPAIR CATEGORY CODE REPAIR CATEGORY DESC

1 A - NORMAL POH WORK (DSL) 2 B - MODIFICATION WORK (DSL) 3 C - REPLACEMENT OF HIGH VALUE ITEMS (DSL) 4 SPECIAL REPAIR (COACH) 5 CORROSION POH (COACH) 6 NORMAL POH (COACH) 7 A CATEGORY REPAIR (WAGON) 8 B CATEGORY REPAIR(WAGON) 9 C CATEGORY REPAIR (WAGON) 10 SPECIAL REPAIR (DSL) 11 PETTY REPAIR (COACH) 12 OTHER REPAIR (COACH) 13 EXPERIMENTAL (COACH) 14 IOH(COACH) 15 CONDEMNATION PROPOSAL(COACH)

Page 319: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-192 रेलवे सचूना ूाणाली कें ि

Compulsory work Sl No

Transcode Repair Category

Main Process Activity No.

1. BOXN 1 2 3 2. BOXN 1 3 5 3. WACR 3 5 2 Missing Fitting Sl No

Material Id Max qty Type of RS Unit code

1. 726919172 20 Wagon Piece 2. 234892340 52 Coach Inches 3. 501940149 4 Loco Dozens PRE SURVEY / INSPECTION

DEMAND ID

MAIN PROCESS NO

ACTIVITY NO

PRE SURVEY SLNO

ACTIVITY QTY

TEMP JOB CARD NO

JOB CARD ALLOW TIME

JOB CARD PREPARATORY TIME

SQUAD_ID

WO NUMBER

PRE SURVEY NO

884 112 8 1 1 566556 42.24 0 33122250 1435 884 113 2 1 1 566557 11.44 0 33122250 1435 884 113 3 1 1 566558 4.224 0 33122250 1435 884 117 2 1 1 566559 36.96 0 33122250 1435 884 124 1 1 1 566560 24.561 0 33122250 1435 884 124 2 1 1 566561 26.101 0 33122250 1435 884 124 7 1 1 566562 19.941 0 33122250 1435 884 161 18 1 1 568142 322.08 0 33222250 1435 884 161 19 1 1 568143 268.4 0 33222250 1435 884 161 33 1 1 568141 38.72 0 33222250 1435 884 161 35 1 4 568140 17.6 0 33222250 1435 MATERIAL CHARGE DEMAND_ID MATL_ID SHOP_ID USED_QTY RATE

200106 10030050 321 4 14854.8200106 10916362 321 8 15436.6200106 11423651 321 3 45740.2200106 12240503 321 12 13719.6200107 10916362 321 4 15436.6

Page 320: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-193 रेलवे सचूना ूाणाली कें ि

DEMAND_ID MATL_ID SHOP_ID USED_QTY RATE 210 90503351 308 0.02 26791.7311 30024286 308 2 18000515 90503351 308 0.03 26791.7517 90503351 308 0.03 26791.7639 90980013 308 0.22 23799.1

Staff List SHOP_ID RATE_OF_PAY TRADE_CODE STATUS

356 18900 WORKING356 14700 WORKING356 14250 WORKING356 13575 WORKING356 12275 WORKING356 12925 WORKING356 10000 WORKING356 11300 RETIRED 356 12600 WORKING356 12250 WORKING356 12000 RETIRED 356 12250 WORKING356 12000 WORKING356 9000 WORKING356 12000 WORKING356 11500 WORKING356 11000 WORKING356 10325 WORKING356 8500 WORKING341 2960 WORKING369 3200 WORKING351 3320 WORKING340 2550 WORKING338 3345 WORKING369 2970 WORKING308 3650 WORKING303 3425 WORKING

Staff Category CATE GORY_ CODE

CATEGORY SHORT DESC

CATE GORY_ DESC SCALE CODE

1 O.S.I. OFFICE SUPDT.GR.I 125 CLERK CLERK 5

Page 321: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-194 रेलवे सचूना ूाणाली कें ि

CATE GORY_ CODE

CATEGORY SHORT DESC

CATE GORY_ DESC SCALE CODE

7 PEON PEON 113 SSE-WS SR.SECTION ENGR. 13

14 SE -WS SECTION ENGR. 1215 JE1-WS JR.ENGR.GR.1/WS 10

16 JE2-WS JR.ENGR.GR.2/WS 9

19 HSA-I SKILLED GR.I 820 HSA-II SKILLED GR.II 721 HS-III SKILLED GR.III 522 R.C.S. RE-CLASS. SKILLED 5

23 KH.HLP KHALASI HELPER 324 KHL KHALASI 126 CH.TY. CHIEF TYPIST 927 HD.TY. HEAD TYPIST 828 SR.TY. SENIOR TYPIST 7

SQUAD LIST SQUAD_ID DESCRIPTION SECTION SHOP_ID STAGE_ID

6 I-A 30801 308 8 18 MASON 30806 308 11 19 PIPE-I 30808 308 10 20 PIPE-II 30809 308 10 21 HCS 30810 308 10 22 RSB 30810 308 10 24 UNIT-A 30811 308 10 32 CYLINDER 30815 308 16 34 VAC-TEST 30816 308 16 36 AIR BRAKE-COACH 30817 308 16 38 SAB 30817 308 16

MONTHLY SQUAD LIST

PF_NO MONTH_YEAR SQUAD_ID INC_TYPE2961398 01-Sep-02 257 DW 2996923 01-Sep-02 257 DW 3835133 01-Sep-02 45 DW 6020136 01-Sep-02 215 DW

Page 322: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-195 रेलवे सचूना ूाणाली कें ि

MONTHLY LABOUR COST PF_NO 2980502 2980502 6001798WORK ORDER _NO 60210161 60210167 62153115MONTH_ YEAR 01-Jul-02 01-Jul-02 01-Jun-02DEMAND _SL NO 1 1 3DEM AND _ID 200088 200090 200052SHOP _ID 321 321 321LABOUR _HRS _NORMAL 221.5 192 89.5LABOUR _HRS _OT 66.5 35 7.5LABOUR_ COST _NOR MAL 9537.79 8267.52 3853.87INC ENT_ COST _NORMAL LOC 6962.59 6035.29 2813.33MOC 2670.58 2314.91 1079.08TOT_ LAB_ COST _NORMAL 19170.96 16617.72 7746.28 INCENTIVE RATE INC_ TYPE

INC_ RATE

FROM_ DATE

TO_DATE

15 26.45 20-Aug-02 19-Sep-02 16 24 20-Aug-02 19-Sep-02 18 24 20-Aug-02 19-Sep-02 19 21.65 20-Aug-02 19-Sep-02 20 19.25 20-Aug-02 19-Sep-02 21 17.55 20-Aug-02 19-Sep-02 23 12.75 20-Aug-02 19-Sep-02 24 12.25 20-Aug-02 19-Sep-02

LABOUR HOURLY RATE SHOP_ID CATEGORY_CODE LABOUR_

HOURLY_ RATE

301 18 45.02 301 19 38.82 201 20 38.82 201 21 29 201 23 25.31 202 24 22.73

Page 323: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-196 रेलवे सचूना ूाणाली कें ि

WORK DIARY

PF NO WORKORDER NO

DATE WORKED

DEMAND SLNO

HRS WORKED

OT_HRS WORKED DEMAND_ID SQUAD_ID

3753323 62253115 6-Sep-02 1 8.5 3.5 200111 256 2965069 62253115 6-Sep-02 1 8.5 3.5 200111 256 6007090 62253108 6-Sep-02 1 8.5 3.5 200114 205 1209905 62153101 6-Sep-02 1 8.5 3.5 200112 208 1298872 62153101 6-Sep-02 1 8.5 3.5 200112 208 2992851 62153108 6-Sep-02 1 8.5 3.5 200115 205

MONTHLY SQUAD EMPLOYEE PF_NO MONTH_YEAR SQUAD_ID INC_TYPE2961398 01-Sep-02 257 DW 2996923 01-Sep-02 257 DW 3835133 01-Sep-02 45 DW 6020136 01-Sep-02 215 DW UNIT REPAIR ITEMS ITEM ID

DESCRIPTION TYPE OF RS

GAUGE LABOUR HRS

LABOUR COST

LOC MOC MATERIAL COST

RETURN STORES

MAX_QTY

43 RECLAMATION BG ENGINE BLOCK

D B 2478 96895 75843 27158 46516 1

16 REWIND TYPE 10931AZ BG TRACTION GENERATOR

D B 1500 58677 38727 15843 284443 -22934 1

1022 PAINT SHOP COST FOR MG LOCO

D M 1321 53861 30139 12511 806 1

1026 BOILER SHOP COMPONENTS FOR DSL MG

D M 1314 58995 39437 11129 15175 1

61 AC COACH COST OF TLS,AC ACTIVITIES

C B 3100 99820 71300 6170 126088 1

Page 324: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-197 रेलवे सचूना ूाणाली कें ि

Average PCR [AVERAGE PER COACH REQUIREMENT OF MATERIAL] Sl No

Type Ul No Qty req. per coach in shop qty

Qty req. per coach in store qty

1. GS 08623020972201 22 mts 22 mts 2. GS 11909876301301 15 SQ.MTS 400 KGS 3. SCN 08623020972201 15 mts 15 mts 4. SCN 11909876301301 25 SQ.MTS 500 KGS 5. AC SCN 08623020972201 32 mts 32 mts 6. AC SCN 11909876301301 45 SQ.MTS 600 KGS PLANT AND MACHINE MACHINE LIST MC_ID 449 1219 1147 1037

MC_DESC HOT UPSETTING M/C.

CAM&CRANK BORING MACHINE

C' FRAME HYD.PRESS-120T

EOT CRANE (5 TONS) (AC)

SPEC CAP.50 MM SPINDLE DIA 160MM Y-AXIS 180 MM X-AXIS 600 MM

CAP. 120 TONNES MIN.RAM STROKE 315MM TABL.SIZE 315x 400 MM

CAPACITY 5 TONS WHEEL BASE 4200 MM DRUM DIA 320 MM

MC_TYPE P P P M

CATEGORY_CODE 107 354 114 151

SHOP_ID 312 330 327 325

LOAD_CENTRE_ID 15 101 22 36

SHIFT 1 2 1 2

PM_GROUP C A B B

MC_KILO_WATT_HR 15 30 22 11

PROCURE_TYPE COFMOW COFMOW COFMOW COFMOW

CRITICALITY_FLAG NC C NC NC

CATLOG_ID 22 101 52 63

AMC_CODE

INSU_CODE

PROCUR_ID 33 19 113 66

RECEIPT_ID 340 18 156 144

ERECT_ID 674 1181 942 555

CONDMN_ID

MAKE EUMUCO HMT LTD HINDUSTAN HYDLTD GARLIC ENGG CO

Page 325: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-198 रेलवे सचूना ूाणाली कें ि

MACHINE TYPE MC_TYPE TYPE_DESCRIPTION

A PLANT M MATERIAL HANDLING P PRODUCTION MACHINE T TESTING MACHINE V VEHICLE

MACHINE CATEGORY CODE

CATEGORY CODE DESCRIPTION CODAL LIFE MC TYPE

1 AJTB LATHE (BG) 15 P 2 AJTB LATHE (MG) 15 P 3 TYRE TURNING WHEEL LATHE (BG) 15 P 4 TYRE TURNING WHEEL LATHE (MG) 15 P 5 UNDERFLOOR WHEEL LATHE (BG) 15 P 6 UNDERFLOOR WHEEL LATHE (MG) 15 P 7 AXLE TURNING LATHE 15 P 8 CENTRE LATHE 15 P 9 COMBINATION TURRET LATHE 15 P 10 TURRET LATHE 15 P

MACHINE ASSEMBLY ASSY CODE DESCRIPTION 1 GEAR BOX SPEED CHANGE 2 GEAR BOX FEED CHANGE 3 JOB HOLDING MECHANISM 4 TOOL HOLDING MECHANISM 5 RAPID TRAVERSE 6 TRAVELLING 7 HOISTING 8 BED AND FOUNDATION 9 CONTROL MECHANISM MECH 10 SAFETY MECHANISM MECH 11 CONTROL MECHANISM ELEC 12 SAFETY MECHANISM ELEC 13 STEERING MECHANISM 14 REDUCTION GEAR BOX 15 LUBRICATION

Page 326: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-199 रेलवे सचूना ूाणाली कें ि

MACHINE BREAK DOWN CAUSE CAUSE _CODE

DESCRIPTION

1 FAILURE TO REPLACE IN TIME 2 LACK OF SWARF CLEANING 3 LACK OF LUBRICATION 4 FAULTY DESIGN 5 DEFECTIVE COMPONENT 6 DEFECTIVE WORKMAN SHIP 7 DEFECTIVE OPERATION 8 FATIGUE FAILURE 9 LOW VOLTAGE 10 LACK OF COOLING 11 SUBSTITUTE MATERIAL/COMPONENT12 LOOSE MOUNTING 13 JAMMED BY DIRT INCLUSION 14 VIBRATION 15 WEAR AND TEAR 16 CORROSION 17 AGEING PREVENTIVE MAINTENANCE SCHEDULE TYPE SCH_TYPE_CODE DESCRIPTION

1 MONTHLY 2 QUARTERLY 3 HALF YEARLY 4 YEARLY

PREVENTIVE MAINTENANCE TASK CODE TASK_ CODE

TASK_DESC

1001 OVERHAUL HYDRAULIC MOTOR AS PER WORK INSTRUCTION EWI - 01

1002 TIGHTEN TERMINALS AND WIRES OF HYDRAULIC MOTOR FOR RIGID CONNECTION WITH THE DOUBLE END SPANNER & SHAKE THE WIRES MANUALLY TO CHECK THE TIGHTNESS

1003 CHECK AND ARREST LEAKAGES IN THE HYDRAULIC JOINTS AND PIPE

1004 CHECK FOR LEAKAGES IN THE PISTON SEALS AND RENEW 1005 CHECK HYDRAULIC TANK OIL LEVEL & REFILL UPTO THE TOP MARK

INTHE GAUGE GLASS WITH SERVO SYSTEM 57 OIL

1006 CLEAN HYDRAULIC OIL TANK FILTER AND FILL WITH SERVO SYSTEM 57 OIL UPTO TOP MARK IN THE SIGHT GLASS

Page 327: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-200 रेलवे सचूना ूाणाली कें ि

TASK_ CODE

TASK_DESC

1007 CLEAN THE DIRECTION CONTROL VALVES WITH PETRO 1008 CHECK THE CONTINUITY OF THE EARTH CONNECTIONS WITH THE

MULTIMETER 1009 CHECK THE CONTINUITY OF THE BED MOVEMENT LIMIT- SWITCH

CONTACTS WITH THE MULTIMETER 1010 CLEAN THE CONTROL PANEL FOR DUST AND DIRT WITH PORTABLE

HAND BLOWER

MACHINE PREVENTIVE MAINTENANCE MC_ID SCH_TYPE_CODE TASK_CODE

469 1 1005 469 1 1007 469 1 1010 469 2 1003 469 2 1008 469 2 1009 469 2 1005 469 2 1007 469 2 1010

MACHINE SPARES MC_ID SPARE_ID QTY_PER_MC

1052 BELT1 1 58 COUP2 1 58 HOSE1 1 58 LIMI5 1 58 MISC187 2 74 MOTO73 2 58 ORIN1 8 58 SEAL36 2 58 SHAF6 3 58 SWIT5 1

SPARE DETAILS SPARE _ID BATT1 BELT1 BELT10 COUP2 MISC187 DESCRIPTION BATTERY

12 V BELT A 35 BELT A 62 BIBBY

COUP NO. A 158

RUBBER SPIDER SIZE L 100

SPARE _TYPE BATTERY BELT BELT COUPLING MISC

USER_ DEPT E M M M M MFR_ PART _NO

Page 328: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-201 रेलवे सचूना ूाणाली कें ि

PLNO 7548 7548 UNIT _CODE 1 1 1 1 1 RATE 5600 125 175 4700 140 STOCK _QTY_ MECH 5 6 0 5 STOCK _QTY_ ELEC IMPORT _OR_ IND IND IND IND IND IND LOCATION _SHELF _MECH

BELT RACK BELT RACK

LOCATION _SHELF _ELEC

MAKE _OR_ BUY B DRG _NO REORDER _LEVEL_ MECH

REORDER _QTY_ MECH

REORDER _LEVEL_ ELEC

REORDER _QTY_ ELEC

MACHINE BREAK DOWN WORK_ID 2980 3467 3494 4700 MC_ID 449 1037 1037 1037 TYPE_OF_FAILURE BD BD BD BD DEPT_CODE 99 99 99 99 FAIL_DATE 04-Aug-94 23-Jan-95 04-Feb-95 06-Aug-96 FAIL_TIME 10.78 8 11.25 9.5 APPARENT_DEFECT LUB.OIL

INDICATOR FAILURE

NOT WORKING

HOIST FAILURE

ROUGH RIDING & UNUSUAL SOUND

PDC 13-Aug-94 25-Jan-95 08-Feb-95 09-Aug-96 COMP_DATE_MECH 09-Aug-94 25-Jan-95 08-Feb-95 12-Aug-96 COMPL_TIME_MECH 14.5 16 14.5 7.51 COMP_DATE_ELEC 09-Aug-94 25-Jan-95 08-Feb-95 12-Aug-96 COMPL_TIME_ELEC 14.5 16 14.5 7.51 CAUSE_CODE 5 5 5 5 ASSY_CODE 26 7 7 6 SYSTEM_CODE 6 3 3 2 REMARKS

Page 329: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-202 रेलवे सचूना ूाणाली कें ि

WORK CENTER DETAILS Sl No

Work Center Number of machines available

Inv.no No of shift working

Year

1. 10100115 1 1501 2 1978 2. 10100118 2 1502 2 1988

1503 1 1998 3. 11210141 3 1504 2 2000

1505 1 2001 1506 3 2002

PRODUCTION PLANNING DEMAND TYPE

ESTIMATE MATERIAL DEMAND_ID MATL_ID STEEL_OR_BUYOUT QTY_PER_DEMAND RATE

900007 1 B 25 9.5 900007 2 B 40 8.5 900007 3 B 10 25 900007 4 B 9 8.32 900007 5 B 16 87.36 900007 10140177 B 8 2111 900007 10140190 B 1 6062.14900007 10140207 B 16 281.71900007 10140220 B 4 277.32900007 10210799 B 4 22 900007 10210805 B 16 23.23 900007 10211081 B 4 406.29900007 10211093 B 16 471.79

Page 330: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-203 रेलवे सचूना ूाणाली कें ि

DEMAND_ID MATL_ID STEEL_OR_BUYOUT QTY_PER_DEMAND RATE

900007 10220185 B 4 56.25 900007 10220197 B 16 82.91 900007 10981081 B 16 481.93

LOAD CENTRE

LOAD_CENTRE_ID DESCRIPTION SHOP_ID

30101 FIT & ASSEMBLE 301

30102 GASCUT & WELDING 301

30103 RIVETTING 301

30104 DRILLING 301

30105 GRINDING 301

30106 HYDRALIIC PRESS 301

30107 CLEAN & PAINTING 301

30108 MISCELANEOUS 301

30301 WHEEL LATHE (MG). 303

30302 WHEEL LATHE (BG) 303

30303 JOURNAL BURNISHINGBG 303

30304 JOURNAL BURNISHINGMG 303 MATERIAL

MATL_ID DESCRIPTION RATE UNIT CODE

RS CATEGORY SPECIFICATION

10330744 NOZZLE CAT 2231021901 1172.48 1 D

10341948 SWITCH HUB OIL SIGNAL 1323.17 1 D

10342540 LOCK WASHER 104 0 21513142 0.65 1 D

10342904 BUSHING REGULATING 53613618 1362.36 1 D

98087010 CAST IRON SCRAP SKULLINGS 11657 15 SC

98090010 F SCRAP ANVILS 2680 15 SC 93980826 WOOD BASED MPREGNATED

COMPRESS 1979 1 C

RDSO SPEC.9407 TYPE II

91160017 TIN INGOT 990970 IS 26 358.11 13 M

91170011 ZINC INGOT GRADE ZN990951S2 88.7 13 M

91210010 FILLING ALLOY 96 13 M

Page 331: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-204 रेलवे सचूना ूाणाली कें ि

MATL_ID DESCRIPTION RATE UNIT CODE

RS CATEGORY SPECIFICATION

91210227 TINNING ALLOY 232.92 13 M

90988693 HAD FIELD MANGANESE ST PT 6 MM 72241.4 15 RM

MATERIAL STOCK LIST

MATL ID DEPOT MATL CATEGORY WARD

PUR MFR BOTH

UNIT CODE AAC BAR STK QTY

ABC CATEGORY

MONTH BUFF STK

MONTH MIN STK

MONTH DANGER STK

38047044 2 10 8 P 1 9600 0.75 25544 C2 3 9 3 12989034 18 10 3 P 1 21000 5.2 23403 C2 3 9 3 12989046 18 10 3 P 1 15000 4.6 11423 C2 3 9 3 12989058 18 10 3 P 1 20000 4.54 5417 C2 3 9 3 12989071 18 10 3 M 1 7000 8.63 3800 C2 3 9 3 12988741 2 10 1 P 1 2000 380 1537 A 3 9 3 12988960 18 10 3 P 22 5000 10.1 1800 C2 3 9 3 12988984 18 10 3 P 1 2000 6.18 1181 C2 3 9 3 12988996 18 10 3 M 1 9000 4.18 2250 C2 3 9 3 12989022 18 10 3 P 1 100000 7.45 3018 C2 3 9 3 12982726 18 10 2 P 1 2000 44.6 1103 C2 3 9 3 12085583 18 10 3 P 1 35000 7.9 16849 B2 3 9 3 10989780 18 10 1 P 1 1200 19.9 2144 C2 3 9 3

SHOP LABOUR WORKORDER SHOP_ID WO_NO YEAR VALID

315 50221508 01-Apr-02 YES 315 50221504 01-Apr-02 YES 315 50221510 01-Apr-02 YES 319 50221904 01-Apr-02 YES 319 50221908 01-Apr-02 YES 319 50221910 01-Apr-02 YES 312 50321204 01-Apr-02 YES 312 50321208 01-Apr-02 YES 312 50321210 01-Apr-02 YES 313 50221304 01-Apr-02 YES 313 50221308 01-Apr-02 YES 313 50221310 01-Apr-02 YES 303 50220304 01-Apr-02 303 50220308 01-Apr-02 303 50220310 01-Apr-02 314 50221404 01-Apr-02 YES

Page 332: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-205 रेलवे सचूना ूाणाली कें ि

SHOP MATERIAL WORK ORDER SHOP_ID WO_NO YEAR VALID

315 50221525 01-Apr-02 YES 315 50221527 01-Apr-02 YES 315 50221521 01-Apr-02 YES 319 50221925 01-Apr-02 YES 319 50221927 01-Apr-02 YES 319 50221921 01-Apr-02 YES 312 50221225 01-Apr-02 YES 312 50221227 01-Apr-02 YES 312 50221221 01-Apr-02 YES 313 50221325 01-Apr-02 YES 313 50221327 01-Apr-02 YES

POH WORK ORDER

RS DESC ID

REPAIR CATEGORY

CODE CONSIGNEE

CODE

COST CENTRE GROUP

WO NUMBER

WO GAUGE

18 6 305093 1 32450012 B 18 6 305111 A 32450012 B 18 6 305112 A 32450012 B 18 6 305281 A 32450012 B 18 6 305282 A 32450012 B 18 6 305283 A 32450012 B 17 6 305303 A 32450012 B 17 6 305304 A 32450012 B 17 6 305305 A 32450012 B

ON COST DETAIL ONCOST_ID ONCOST_

SHORT_DESC ONCOST_ DESC

1 LOC LABOUR ONCOST

2 MOC MATERIAL ONCOST

3 AOC ADMINISTRATIVE ONCOST

Page 333: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-206 रेलवे सचूना ूाणाली कें ि

ANNEXURE 2.XIII

3.13 LIST OF ABBREVATIONS

AEE Assistance Electrical Engineer AES Annual Estimated Sanction AME Assistance Mechanical Engineer BD OR B/D Break Down BO Batch Order BR Balance Returns BOM Bill Of Material C&F Clearing & Forwarding CAD Computer Aided Design CAE Computer Aided Engineering CBS Centralised Bills Section CLS Clearing Ledger Section CME Chief Mechanical Engineer CMM Chief Material Manager CMT Chemical And Metallurgical Testing CPO Chief Personnel Officer CWE Chief Works Engineer DAR Discipline And Appeal Rules DBR Daily Book Register DMS Document Management System DW Direct Workers EDPM Electronic Data Processing Manager EIW Essentially Indirect Workers EMD Earnest Money Deposit EOT crane Electrical Overhead Travel Crane ERP Enterprise Resource Planning FA & CAO /P

Financial Advisor And Chief Accounts Officer - Projects

FMIS Finance Management Information Management System

GA Gate Attendance ICF Integral Coach Factory IDN Inspection Demand Note IMTE Instrument Measuring And Test Equipment IOW Inspector Of Works J&T Jig & Tool

Page 334: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-207 रेलवे सचूना ूाणाली कें ि

JE Junior Engineer LOA Letter Of Acceptance LOP List Of Parts LP Local Purchase LPR Last Purchase Rate LTO Linear Tape Open M&P Machinery & Plant MCDO Monthly Confidential Demi-Official MPO Material Planning Office MTO Material Transfer Order MW Mill Wright N/S Night Shift NL Section Numerical Ledger Section NMS Network Management Software NPS New Pension System OFC Optical Fiber Cable OT Over Time PCDO Periodical Confidential Demi-Official PCO Production Control Office PCRT Per Coach Requirement Table PDA Personal Digital Assistant PE/PL Production Engineer/Planning

PL Price List PM Procurement Memo PM&L Preventive Maintenance & Lubrication

PMS Production Management System PMTS Pre-Determined Motion Time Standard PO. Purchase Order POC Proof Of Concept PPRC Provisional Physical Receipt Certificate PT Proceeding Time PU Production Unit PWG Bond Performance Cum Warranty Guarantee Bond QC Quality Control

RB Receiving Bay RB Receiving Branch RDSO Research Development And Standards Organization RFID Radio Frequency Identification

Page 335: Wise Tender 310510

Tender for WISE-II

Tender Document Part-II

Centre for Railway Information Systems III-208 रेलवे सचूना ूाणाली कें ि

RH Rheostat RM Raw Material RMR Raw Material Requirement RO Receipt Order ROAMS Rolling Asset Management System RSP Rolling Stock Programme RTS Revised Time Summary

SAO Senior Accounts Officer SE Section Engineer SME Senior Mechanical Engineer SSE Senior Section Engineer SSL VPN Secure Sockets Layer Virtual Private Network TS Time Study ULNO Unified List Number WBO Write Back Order WCA Workmen Compensation Act WIP Work In Progress WM Works Manager WO Work Order YTD Year to Date CYM Chief Yard Manager POH Periodic Overhauling CME Chief Mechanical Engineer NTXR Neutral Examiner AAR Average Annual Requirement O/H Over Hauling SRW Store Requisition Work Order PTO Privilege Ticket Order O.S Office Superintendent CTA Chief Technical Assistant MMIS Material Management Information System LMS Loco Management System FMMS Freight Maintenance Module System RS ROLLING STOCK CMMS Coach Maintenance Management System