You are on page 1of 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 THIRTYFOUR Workshops of Indian Railways. Tender No: 2010/CRIS/GM P-II/ WISE-II Tender/10-11 Dated 31/05/2010

INDEX
S. No. DESCRIPTION PAGE NO. FROM 1 1.1 1.2 1.3 1.4 1.5 2 2.1 2.1.12 2.1.13 3 3.1 3.2 3.3 3.4 3.5 3.6 TENDER DOCUMENT PART-I: NOTICE FOR INVITATION OF TENDERS INSTRUCTIONS TO TENDERERS GENERAL CONDITION OF CONTRACT FOR CRIS ANNEXURES TO TENDER DOCUMENT PART I CHECK LIST FOR TENDERERS (ANNEXURE-9) TENDER DOCUMENT PART- II SPECIAL CONDITIONS OF CONTRACT SCHEDULE OF RATES II-3 II-68 II-67 II-86 II-89 I-3 I-4 I-7 I-22 I-33 I-3 I-6 I-21 I-32 I-34 TO

CHECK LIST FOR DOCUMENTS SUBMITTED WITH THE TENDER

TO

BE

II-87

ANNEXURES TO TENDER DOCUMENT PART- II ANNEXURE 2.I: TECHNICAL SPECIFICATIONS FOR HARDWARE ANNEXURE 2.II: TECHNICAL SPECIFICATIONS AND INSPECTION PROCEDURE FOR NETWORK ITEMS. ANNEXURE 2.III: WAN ARCHITECTURE ANNEXURE 2.IV: CENTRAL DATA CENTRE ARCHITECTURE SCHEMATIC ANNEXURE 2.V: WORKSHOP NETWORK (LAN) SCHEMATICS ANNEXURE 2.VI: LIST OF ADDRESSES OF CONSIGNEES AND OTHER PROJECT CONTACT PERSONS OF RAILWAYS
III-3 III-15

III-16

III-41

III-42 III-43

III-42 III-43

III-44

III-80

III-81

III-88

S. No.

DESCRIPTION

PAGE NO. FROM TO


III-92

3.7 3.8 3.9 3.10 3.11 3.12 3.13

ANNEXURE 2.VII: PROJECT MILESTONES FOR WISEII ANNEXURE 2.VIII: SYSTEM SOFTWARE: TECHNICAL REQUIREMENTS ANNEXURE 2.IX: EXISTING ITEMS AT CRIS (TO BE USED IN WISE-II) ANNEXURE 2.X: WISE-II APPLICATION (USER REQUIREMENTS) & BUSINESS PROCESSES. ANNEXURE 2.XI: POC USE CASES FOR WISE-II APPLICATION ANNEXURE 2.XII:SAMPLE WORKSHOP SCENARIO ANNEXURE 2.XIII: LIST OF ABBREVATIONS

III-89

III-93

III-101

III-102

III-107

III-108

III-176

III-177

III-186

III-187 III-206

III-205 III-208

Tender for WISE-II

Tender Document Part-I

1.

TENDER DOCUMENT PART-I

INSTRUCTIONS TO TENDERERS & GENERAL CONDITIONS OF CONTRACT

Centre for Railway Information Systems

I-1

Tender for WISE-II

Tender Document Part-I

INDEX
1.1 1.2 1.3
1. 2 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. 20. 21. 22. 23 24 25. 26. 27. 28. 29 30 31.

NOTICE FOR INVITATION OF TENDERS INSTRUCTIONS TO TENDERERS GENERAL CONDITIONS OF CONTRACT FOR CRIS
DEFINITIONS AND INTERPRETATION AUTHORIZED SIGNATORY AND ADDRESS OF THE CONTRACTOR CONSORTIUM BIDDERS EARNEST MONEY DEPOSIT COMPLETION OF TENDER DOCUMENTS AMENDMENTS TO BID INVITATION CLARIFICATIONS, OMISSIONS AND DISCREPANCIES IN TENDER DOCUMENT PROCESS TO BE CONFIDENTIAL COPIES BID OPENING TECHNICAL CLARIFICATIONS VALIDITY RIGHT OF ACCEPTANCE INDEMNITIES AND LIABILITIES INSURANCE LOCAL CONDITIONS PRICES PRICE FALL ACCEPTANCE OF PURCHASE ORDER DELIVERY/ COMPLETION OF WORK LIQUIDATED DAMAGES FOR DELAY IN DELIVERY GENERAL REQUIREMENTS PERFORMANCE CUM WARRANTY GUARANTEE BOND TERMS AND CONDITIONS FOR PAYMENT WARRANTY INCOME-TAX ENHANCEMENT OR REDUCTION OF QUANTITIES TERMINATION FOR DEFAULT SETTLEMENT OF DISPUTES AND JURISDICTION FORCE MAJEURE EVALUATION OF OFFERS

I-3 I-4 I-7


I-7 I-8 I-8 I-9 I-10 I-10 I-10 I-11 I-11 I-11 I-11 I-12 I-12 I-12 I-12 I-13 I-13 I-13 I-14 I-14 I-14 I-15 I-16 I-16 I-17 I-17 I-18 I-18 I-18 I-20 I-20

1.4

ANNEXURES TO TENDER DOCUMENT PART-I


ANNEXURE - 1 ANNEXURE - 2 ANNEXURE - 3 ANNEXURE - 4 ANNEXURE - 5 ANNEXURE - 6 ANNEXURE - 7 ANNEXURE - 8

I-22
I-23 I-25 I-26 I-27 I-28 I-29 I-30 I-31

1.5

CHECK LIST FOR TENDERERS


ANNEXURE - 9

I-33
I-34

Centre for Railway Information Systems

I-2

Tender for WISE-II

Tender Document Part-I

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. 1 Tender nomenclature 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 Dt: 31/05/2010

Tender/10-11
Place of dropping tenders and venue for all CRIS, 3rd Floor, Pragati Maidan Metro tender related activities 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 18/06/10 Bidders Last date and time for tender 1800 Hrs on 15/07/10 sale/downloading Last Date and time of submission of tender Upto 1500 Hrs. on 16/07/10 (tender box closing) 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) (Nonrefundable 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 Nonrefundable cost of tender document must be submitted along with Bid, failing which tender will be summarily rejected. General Manager P-II

Centre for Railway Information Systems

I-3

Tender for WISE-II

Tender Document Part-I

1.2
1.

INSTRUCTIONS TO TENDERERS
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. 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. 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. 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. 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. 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. 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
I-4

2.

3.

4.

5.

6.

7.

Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-I

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. 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. 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. 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. This tender document is non transferable. 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. 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. 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. If the bidder submits any false information, his bid is liable to be rejected.
I-5

9.

10.

11.

12. 13.

14.

15.

16.

Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-I

17.

The submission of the bid will be deemed to imply that the bidder fully understands the scope of work involved. Incomplete or technically deviated bids will be summarily rejected, without assigning any reason thereof. 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. Declaration by the tenderer in the prescribed format. Authority letters from OEM manufacturers, as applicable. Commitment letter from principal manufacturers as required. 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. 6. 7. 8. Deviations, if any, should be clearly mentioned. Technical information of the products being offered along with brochure etc. Any other Terms & Conditions from tenderer (Please note that the terms may or not be acceptable to CRIS). 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. All documents listed under Qualification Criteria given in Part-II of the Tender Document. Deviations Statement as per Tender Document Part-I. Please submit NIL statement in case of no deviations. Any other document specifically asked for in the tender document Part-I or Part-II Check list as per Annexure -9 of the Tender Document Part-I.

18.

19.

2. 3. 4. 5.

9. 10. 11. 12. 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

Centre for Railway Information Systems

I-6

Tender for WISE-II

Tender Document Part-I

1.3
1.

GENERAL CONDITIONS OF CONTRACT FOR CRIS


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. 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. 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; The Contractor means the person, firm, bidder or company with whom the purchase order is placed and shall be deemed to include the contractors 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. 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. The Purchaser means Managing Director/CRIS for and on behalf of CRIS or any representative authorized by him. It also includes Managing Director/CRISs successors and assignees/transferees. Bidder/ Tenderer: Shall mean a company/firm in its individual right or the lead member of the consortia. 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. Bidders 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. 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.

1.2.

1.3.

1.4.

1.5.

1.6.

1.7.

1.8.

1.9.

1.10.

Centre for Railway Information Systems

I-7

Tender for WISE-II

Tender Document Part-I

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. Software means system/ application software to be supplied by the contractor, as stated in the contact details. 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. 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.

1.12.

1.13.

1.14.

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. 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. 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. 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.

2.2

2.3

2.4

3.
3.1

CONSORTIUM BIDDERS
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.

Centre for Railway Information Systems

I-8

Tender for WISE-II

Tender Document Part-I

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. 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. 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.

3.3

3.4

4.
4.1

EARNEST MONEY DEPOSIT


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. 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. 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. 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. No interest shall be payable by the Purchaser on the Earnest Money/Bid Guarantee to the tenderer. 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. The Earnest Money of all unsuccessful tenderers will be returned by the Purchaser on placement of purchase order.

4.2

4.3

4.4 4.5 4.6

4.7

Centre for Railway Information Systems

I-9

Tender for WISE-II

Tender Document Part-I

5.
5.1

COMPLETION OF TENDER DOCUMENTS


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. 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. The authorized representative of the tenderer must duly attest any alteration. 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. Tenderer shall submit all technical information and product brochures along with the techno-commercial bid. The language of these documents must be English. The tenderer should submit self-details as per proforma given in Annexure 7. Tender documents with non-compliance of the above clauses are liable to be rejected.

5.2

5.3 5.4

5.5

5.6 5.7

6.
6.1

AMENDMENTS TO BID INVITATION


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


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.
I-10

7.1

Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-I

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. 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.

7.3

8.
8.1

PROCESS TO BE CONFIDENTIAL
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. 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.

8.2

9.
9.1

COPIES
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. 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.

9.2

10.
10.1

BID OPENING
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.
11.1

TECHNICAL CLARIFICATIONS
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
I-11

Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-I

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.
12.1

VALIDITY
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.
13.1

RIGHT OF ACCEPTANCE
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.
14.1

INDEMNITIES AND LIABILITIES


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. 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.

14.2

15.
15.1

INSURANCE
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.
I-12

Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-I

16.
16.1

LOCAL CONDITIONS
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.
17.1

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

17.2

17.3

17.4

18.
18.1

PRICE FALL
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. 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. The above clause is applicable for Rate Contract Tender only and not for fixed quantity tenders.

18.2

18.3

Centre for Railway Information Systems

I-13

Tender for WISE-II

Tender Document Part-I

19.
19.1

ACCEPTANCE OF PURCHASE ORDER


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.
20.1

DELIVERY/ COMPLETION OF WORK


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. 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. 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 SubContractor shall be the sole responsibility of the bidder. 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.

20.2

20.3

20.4

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 tenderers 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 bidders risk and cost. Any losses caused to CRIS on this account shall be recoverable from the bidder.

Centre for Railway Information Systems

I-14

Tender for WISE-II

Tender Document Part-I

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.
22.1

GENERAL REQUIREMENTS
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. No change of make or brand will be permitted after issue of purchase order. However, under extra-ordinary circumstances, viz, closure of suppliers 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. 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. 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. 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. Tenderer has to provide documentary evidence for back-to-back support agreement with the respective OEM. The installation of the ordered Systems shall be carried out without disturbing the ongoing working of the existing system. 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. 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.

22.2

22.3

22.4

22.5

22.6

22.7

22.8

22.9

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
Centre for Railway Information Systems I-15

Tender for WISE-II

Tender Document Part-I

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.
23.1

PERFORMANCE CUM WARRANTY GUARANTEE BOND


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. 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. 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.

23.2

23.3

24.
24.1

TERMS AND CONDITIONS FOR PAYMENT


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.

Centre for Railway Information Systems

I-16

Tender for WISE-II

Tender Document Part-I

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.
25.1

WARRANTY
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. 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.

25.2

26.
26.1

INCOME-TAX
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.
I-17

Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-I

26.2

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

27.
27.1

ENHANCEMENT OR REDUCTION OF QUANTITIES


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. 2. 3. 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. The vendor fails to perform any other obligation(s) under the contract. 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.
29.1

SETTLEMENT OF DISPUTES AND JURISDICTION


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. 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
I-18

29.2

Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-I

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. 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. The arbitrator may from time to time with the consent of all the parties to the contract enlarge the time for making the award. If the value of the claim in a reference exceed Rs. Four lakhs, the arbitrator shall give reasoned award. 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. 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. 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.

29.4

29.5

29.6

29.7

29.8

29.9

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.

Centre for Railway Information Systems

I-19

Tender for WISE-II

Tender Document Part-I

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.
30.1

FORCE MAJEURE
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 nonperformance 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.
31.1

EVALUATION OF OFFERS
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.

Centre for Railway Information Systems

I-20

Tender for WISE-II

Tender Document Part-I

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. 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. 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.

31.2

Two bid tenders: 1.

2.

Centre for Railway Information Systems

I-21

Tender for WISE-II

Tender Document Part-I

1.4

ANNEXURES TO TENDER DOCUMENT PART-I

Centre for Railway Information Systems

I-22

Tender for WISE-II

Tender Document Part-I

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. 2. 3. 4. 5. 6. 7. 8. 9. 10. Item description Work description Specification (to be referred from the offer) Unit Quantity Prices per item of supply/service/ work with carriage insurance paid till destination (in Indian Rupees) Terms of Payment Delivery Period / Work Mile stones completion dates (to be referred from the offer) Gross weight(s) and dimensions of packages(s), per unit (for Goods to be supplied.) Break up of total price based on Sr. No. 6. a. b. c. d. e. f. g. h. i. Ex-factory price (including cost of all accessories) for Goods to be supplied Excise duty Other levies Sales (VAT) / Service Tax/Composition tax for works Packing charges Forwarding charges Freight to destination Insurance charges (if any) Other charges, if any (should be specified)
I-23

Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-I

j. k. l. 2.

CIP Destination Price (a)+(b)+(c)+(d)+(e)+(f)+(g)+(h)+(i) Discount, if any Net total price after discount.

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. 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. Earnest Money/Bid Guarantee for an amount equal to.................... is enclosed in the prescribed form... We posses the necessary Industrial License from the Government of India for manufacturing and marketing the items/ works / services offered.

3.

4. 5.

Dated ......................... 20 ............................................................... Signature and Seal of Manufacturer/Tenderer Note: 1. 2. The offer must be submitted as per this covering proforma. The tenderer may use his letter head to submit his offer. 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.

Centre for Railway Information Systems

I-24

Tender for WISE-II

Tender Document Part-I

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. & Items supplied and Contact person & date date completed Tel. No.

Date: Signature: Name: Company: Seal:

Centre for Railway Information Systems

I-25

Tender for WISE-II

Tender Document Part-I

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 Consignee site locations tender document part-II Nearest service Service Contact centre address person & Tel. No.

Date: Signature: Name: Company: Seal:

Centre for Railway Information Systems

I-26

Tender for WISE-II

Tender Document Part-I

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)

Centre for Railway Information Systems

I-27

Tender for WISE-II

Tender Document Part-I

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

Centre for Railway Information Systems

I-28

Tender for WISE-II

Tender Document Part-I

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 Delhis 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.

Centre for Railway Information Systems

I-29

Tender for WISE-II

Tender Document Part-I

ANNEXURE - 7
BIDDERS SELF INFORMATION: (In case of consortium, for all constituent members) 1. Bidders 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:

Centre for Railway Information Systems

I-30

Tender for WISE-II

Tender Document Part-I

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.
Centre for Railway Information Systems I-31

Tender for WISE-II

Tender Document Part-I

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 Place . Witness

Signature . Printed Name.. . (Designation)

. (Banks Common Seal)

Centre for Railway Information Systems

I-32

Tender for WISE-II

Tender Document Part-I

1.5

CHECK LIST FOR TENDERERS

Centre for Railway Information Systems

I-33

Tender for WISE-II

Tender Document Part-I

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: Submitted/Not Submitted Submitted/Not Submitted Submitted/Not Submitted Submitted/Not Submitted Submitted/Not Submitted Submitted/Not Submitted Submitted/Not Submitted Submitted/Not Submitted

1.1. EMD as required vide para 4. of Bid Documents Part I 1.2. Quotation in prescribed Proforma-Annexure 1 of Bid Documents Part- I 1.3 1.4 1.5 1.6 1.7 1.8 Performance statement as per. Annexure - 2 of Bid Documents Part - I After sales centers information As per annexure 3 of Bid Documents Part - I, Statement of Deviations from Tender ConditionsAnnexure - 4 of Bid Documents Part I Warranty offer proforma Annexure - 5of Bid Documents Part - I Letter of Authority if requiredAnnexure - 6 of Bid Documents Part - I Contractors self informationAnnexure - 7 of Bid Documents Part - I

2.

Have you submitted other supporting documents to establish your eligibility? It may, interalia, consist of the followings: Purchase order copy and completion certificate copy as per para 3 of Bid Documents Part - II Audited Annual Financial reports for last 3 financial years excluding current year as per para 3 of Bid Documents Part II Have you quoted the prices in the words as well as in figures Submitted/Not Submitted Submitted/Not Submitted

2.1 2.2

3.

Quoted/Not Quoted

.................................... Signature & Seal of the Manufacturer/Tenderer

Centre for Railway Information Systems

I-34

Tender for WISE-II

Tender Document Part-II

2.

TENDER DOCUMENT PART-II

Centre for Railway Information Systems

II-1

Tender for WISE-II

Tender Document Part-II

INDEX
2.1 1 SPECIAL CONDITIONS OF THE CONTRACT PROJECT BACK GROUND AND INTRODUCTION: 1.2 AN OVERVIEW OF WORKSHOP FACILITIES: 1.3 VISION OF THE PROJECT: 1.4 EXPECTED BENEFITS OF THE PROJECT: DESCRIPTION OF TURNKEY WORK. 2.1 Phasing of the Project Scope: 2.2 Scope-B (Roll Out): PREQUALIFICATION CONDITIONS: PROCEDURE FOR EVALUATION OF BIDS TECHNICAL REQUIREMENTS: 5.1 Environment and Power supply conditions: 5.2 General requirements for WISE-II application: 5.3 ERP solution requirements: 5.4 Solution architecture 5.5 Hardware requirements: 5.6 Network requirements: 5.7 User Matrix: 5.8 Project management: 5.9 Proof of concept (POC): 5.10 Documentation and media: 5.11 Training: WARRANTY & SUPPORT: SERVICE LEVELS REQUIRED: 7.1 Performance: 7.2 Availability: INSPECTIONS AND ACCEPTANCE TESTING: DELIVERY, INSTALLATION AND COMMISSIONING / COMPLETION OF WORKS: PENALTIES FOR WORKS & SERVICES: PAYMENT CONDITIONS FOR SERVICES & WORKS: 11.1 Intermediate payment: 11.2 Final Payment: 11.3 Payment Milestone Table services and works scope items: SCHEDULE OF RATES: 12.1 Supply Scope of Items: 12.2 Works Scope of Items: 12.3 Service Scope of Items: Check list for documents to be submitted with the tender II-3 II-3 II-5 II-6 II-6 II-7 II-9 II-24 II-42 II-45 II-47 II-47 II-48 II-52 II-54 II-55 II-56 II-57 II-57 II-59 II-59 II-59 II-60 II-61 II-61 II-61 II-61 II-63 II-63 II-64 II-64 II-64 II-65 II-68 II-68 II-74 II-79 II-87

3. 4. 5.

6. 7.

8. 9. 10. 11.

12.

13

Centre for Railway Information Systems

II-2

Tender for WISE-II

Tender Document Part-II

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

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.

Centre for Railway Information Systems

II-3

Tender for WISE-II

Tender Document Part-II

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

Centre for Railway Information Systems

II-4

Tender for WISE-II

Tender Document Part-II

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,

Centre for Railway Information Systems

II-5

Tender for WISE-II

Tender Document Part-II

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.

Centre for Railway Information Systems

II-6

Tender for WISE-II

Tender Document Part-II

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.

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.

Centre for Railway Information Systems

II-7

Tender for WISE-II

Tender Document Part-II

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 OverhaulingRepairs/ 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.

Centre for Railway Information Systems

II-8

Tender for WISE-II

Tender Document Part-II

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.

Centre for Railway Information Systems

II-9

Tender for WISE-II

Tender Document Part-II

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. A 1.

Item Description

Unit

Quantity /Location 2

Location of Total installation Locations CRIS 1

Total
Quantity

Hardware for Central Data Centre sub-scope


Server Type A along with Nos. 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

Centre for Railway Information Systems

II-10

Tender for WISE-II

Tender Document Part-II

S. No.

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

Unit

Quantity /Location

Location of Total installation Locations

Total
Quantity

2.

Laptops

Nos.

5 1

CRIS RB Total CRIS RB Zonal HQs Division RDSO Total CRIS CRIS CRIS CRIS CRIS RB Zonal HQs Division RDSO Total CRIS Zonal HQs RDSO Total RB Zonal HQs Division
II-11

1 1 1 1 16 67 1 1 1 1 1 1 1 16 67 1 1 16 1 1 16 67

5 1 6 10 2 32 134 2 180 1 1 1 1 5 1 16 67 2 91 1 16 1 18 2 32 134

3.

Desktops

Nos.

10 2 2 2 2

4. 5. 6. 7. 8.

E-pen

Nos.

1 1 1 1 5 1 1 1 2

Hand held PDA without Nos. RF-ID reader Hand held PDA with RF- Nos. ID reader Touch screen with fixed Nos. RF-ID Reader Printers - Multifunction Nos. device

9.

High speed scanner

Nos.

1 1 1

10. UPS 500VA

Nos.

2 2 2

Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-II

S. No.

Item Description

Unit

Quantity /Location 2

Location of Total installation Locations RDSO Total 1

Total
Quantity

2 170

B 1

Shop Hardware and automation equipment


Kiosk with Touch screen Nos. Terminal and fixed RF-ID Readers 20 35 20 20 20 Charbagh Lilluah Lower Parel Raipur Lallaguda Total Charbagh Lilluah Lower Parel Raipur Lallaguda Total Charbagh Lilluah Lower Parel Raipur Lallaguda Total Charbagh Lilluah Lower Parel Raipur Lallaguda Total Charbagh Lilluah Lower Parel Raipur Lallaguda Total 1 1 1 1 1 5 1 1 1 1 1 5 1 1 1 1 1 5 1 1 1 1 1 5 1 1 1 1 1 5 20 35 20 20 20 115 20 35 20 20 20 115 6 6 6 4 6 28 8 8 8 6 8 38 85 120 42 20 45 312

Thin Client Terminals

Nos.

20 35 20 20 20

Hand held PDA without RF- Nos. ID reader

6 6 6 4 6

Hand held PDA with RF-ID Nos. readers

8 8 8 6 8

RF-ID Employee (sets of100)

Tags Sets

85 120 42 20 45

Centre for Railway Information Systems

II-12

Tender for WISE-II

Tender Document Part-II

S. No. 6

Item Description

Unit

Quantity /Location
35 35 20 10 20

Location of Total installation Locations


Charbagh Lilluah Lower Parel Raipur Lallaguda Total Charbagh Lilluah Lower Parel Raipur Lallaguda Total Charbagh Liluah Lower Parel Raipur Lallaguda Total Charbagh Lilluah Lower Parel Raipur Lallaguda Total Charbagh Lilluah Lower Parel Raipur Lallaguda Total Charbagh 1 1 1 1 1 5 1 1 1 1 1 5 1 1 1 1 1 5 1 1 1 1 1 5 1 1 1 1 1 5 1

Total
Quantity 35 35 20 10 20 120 3 4 3 3 3 16 20 35 20 20 20 115 25 25 25 20 25 120 1 1 1 1 1 5 40

RF-ID Assembly Tag (sets Sets of 100)

Printer device

Multifunction Nos.

3 4 3 3 3

DeskJet printers

Nos.

20 35 20 20 20

E-pen

Nos.

25 25 25 20 25

10

High Speed Scanner

Nos.

1 1 1 1 1

11

UPS 500VA

Nos.

40

Centre for Railway Information Systems

II-13

Tender for WISE-II

Tender Document Part-II

S. No.

Item Description

Unit

Quantity /Location
70 40 40 40

Location of Total installation Locations


Lilluah Lower Parel Raipur Lallaguda Total 1 1 1 1 5

Total
Quantity 70 40 40 40 230

C 1 2

Central Network Equipment sub-scope Router (4 Port 2 Mbps + Nos. 4 2 Fast Ethernet) Type I Router (8 Port 2 Mbps + 2 Fast Ethernet) for existing FOIS Locations Type II Layer 2 Switch (24 Port + 2 OFC port) Type I Layer 2 Switch Type II Supply of Cat-6 UTP Cable, TIA/EIA-568-B.2-1 (305 meters) Supply of 24 Port Modular Patch Panel
Nos.

CRIS (spare) CRIS (spare) CRIS (Spare) CRIS CRIS (Spare) CRIS (Spare) CRIS (Spare) CRIS(Spa re)

1 1

4 3

3 4 5

Nos. Nos. Nos.

10 4 2

1 1 1

10 4 2

6 7 8 D 1

Nos.

4 50 10

1 1 1

4 50 10

Supply of 3 meters Single Nos. Mode duplex Patch Cord 2 mbps Modem (G.703+V.35) Pair Nos.

System Software licenses/ CALs without Annual Technical Support subscope Data base server client ERP 225 CRIS 1 225 access licenses for Named
production, Development User and Testing/ training with linked clustering for use with ERP license application App / web server client ERP access licenses - Named Production, Development User and Testing/ training for linked license

225

CRIS

225

use with ERP application

Centre for Railway Information Systems

II-14

Tender for WISE-II

Tender Document Part-II

S. No. 3

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

Unit
ERP Named User linked license

Quantity /Location 225

Location of Total installation Locations CRIS 1

Total
Quantity

225

Database server client ERP access licenses for use Named User with the above Portal
linked license

225

CRIS

225

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

30

5 Pilot 5 Workshop s CRIS/ Dev 1 Total 6 1 CRIS

150

1 151 2

OS licenses for servers

E 1

Server 2 license ERP Workshop Application licenses Users Based Licenses Named 40 for Workshop application user 60 (ERP professional users) licenses 40 / CRIS (development users) 40 40 5

Charbagh Lilluah Lower Parel Raipur Lallaguda CRIS Total

1 1 1 1 1 1 6 1 1 1 1 1 5 1 1

40 60 40 40 40 5 225 1 1 1 1 1 5 0 1

F 1

Shop Network Items Router (4 WAN Port + 2 Nos. LAN Port) Type I 1 1 1 1 1 Charbagh Lilluah Lower Parel Raipur Lallaguda Total Charbagh Lilluah

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

0 1

Centre for Railway Information Systems

II-15

Tender for WISE-II

Tender Document Part-II

S. No.

Item Description

Unit

Quantity /Location 0 0 1

Location of Total installation Locations Lower Parel Raipur Lallaguda Total Charbagh Lilluah Lower Parel Raipur Lallaguda Total Charbagh Lilluah Lower Parel Raipur Lallaguda Total Charbagh Lilluah Lower Parel Raipur Lallaguda Total Charbagh Lilluah Lower Parel Raipur Lallaguda Total Charbagh 1 1 1 5 1 1 1 1 1 5 1 1 1 1 1 5 1 1 1

Total
Quantity

0 0 1 2 2 2 2 2 2 10 3 11 8 9 7 38 0 9 1

Layer 3 Switch

Nos.

2 2 2 2 2

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

3 11 8 9 7

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

0 7+2* 1 1 1

1 1 5 1 1 1 1 1 5 1

1 1 12 1 3 1 4 2 11 4

Media Converter (Pairs) * - Shop Spare Qty

Nos.

1* 2+1* 1 3+1* 1+1*

Online UPS 1 KVA

Nos.

4
II-16

Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-II

S. No.

Item Description

Unit

Quantity /Location 13 9 10 8

Location of Total installation Locations Lilluah Lower Parel Raipur Lallaguda Total Charbagh Lilluah Raipur Lallaguda Total Charbagh Lilluah Lower Parel Raipur Lallaguda Total 1 1 1 1 5 1 1 1 1 5 1 1 1 1 1 5

Total
Quantity

13 9 10 8 44 4 4 3 4 3 18 4 4 3 2 2 15

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

Pair Nos.

4 4 3 4 3

Lower Parel 1

Wireless Access Point

Nos.

4 4 3 2 2

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. A 1 Item Description Unit CB (Qty) 2135 LLH (Qty) 2440 LPL (Qty) 2440 Raipur (Qty) 2135 LGD (Qty) 2440 Total

UTP Laying Works sub-scope Supply and Laying Mtrs. of Cat-6 UTP Cable, TIA/EIA568-B.2-1 11590

Centre for Railway Information Systems

II-17

Tender for WISE-II

Tender Document Part-II

S.N. 2

Item Description

Unit

CB (Qty) 40

LLH (Qty) 60

LPL (Qty) 50

Raipur (Qty) 40

LGD (Qty) 50

Total 240

Supply, Installation Each and termination of Cat-6 Wall I/O, Modular Face Plate and gang Box at Work Station end. Supply, Installation Each and termination of Cat-6 I/O for Patch Panel Supply and Each Installation of Cat-6 1 meter Patch cord with tangle free plug, TIA/EIA-568B.2-1 Supply and Each Installation of Cat-6 2 meter Patch cord with tangle free plug, TIA/EIA-568B.2-1 Feruling and Each Labeling of Cat-6 UTP cable Certification of UTP Each Cat-6 Cable Supply and Each installation of 24 Port Modular Patch Panel in Rack with removable snap-inFace Plates and labels Supply and laying Mtrs. of 4 pair Copper wire Supply of Optical Mtrs. Fibre Cable - 6 core Single mode Supply, Installation No. and termination of Single Mode Fibre

50

70

60

50

60

290

40

60

50

40

50

240

40

60

50

40

50

240

40

60

50

40

50

240

7 8.

40 4

60 12

50 9

40 10

50 8

240 43

9.

950

350

500

250

2050

B 1

OFC Laying Works sub-scope 2000 3850 2200 4630 3150 15830

36

132

96

144

108

516

Centre for Railway Information Systems

II-18

Tender for WISE-II

Tender Document Part-II

S.N.

Item Description Optic connector with Preassembled inner housing, TIA/EIA568-B.3

Unit

CB (Qty)

LLH (Qty)

LPL (Qty)

Raipur (Qty)

LGD (Qty)

Total

Supply and No. Installation of Fibre Adaptor Plates with Coupler for termination of 6 Core OFC Supply and No. Installation of Fibre Enclouser Rack Mount Supply and No. Installation of 3 mtrs Single Mode duplex Fiber Patch Cord Certification of Cores Fiber Optic with Ferruling & labeling Mtrs. Trenchless Digging and laying of OFC, Copper Wire and HDPE pipe Trenching Refilling Mtrs. of soil and laying of OFC, Copper Wire with HDPE pipe Trenching across Mtrs. Roads RCC/ Concrete etc and laying of OFC, Copper Wire with GI pipe and restoration to original state Supply and No. Installation of OFC Route Markers Made up of Concrete of 1 X 4

12

40

32

40

32

156

10

10

39

22

16

24

18

86

36

132

96

144

108

516

300

500

500

600

400

2300

1400

3200

1700

3800

2300

12400

100

150

100

150

100

600

10

20

39

22

46

32

159

Centre for Railway Information Systems

II-19

Tender for WISE-II

Tender Document Part-II

S.N.

Item Description X 6

Unit

CB (Qty) 5

LLH (Qty) 12

LPL (Qty) 10

Raipur (Qty) 12

LGD (Qty) 10

Total

11

Construction of No. Cable Maintenance pit as per specifications 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 Mtrs

49

C 1

Supply/ Laying of Conduits and pipes related items sub-scope 800 1300 1100 800 1100 5100

Mtrs

120

180

150

120

150

720

Mtrs

1000

1500

1300

1000

1300

6100

Mtrs

80

120

100

80

100

480

5.

Mtrs.

100

150

100

150

100

600

6.

Mtrs.

1700

3700

2200

4400

2700

14700

D 1

Racks installation works sub-scope Supply and Nos. Installation of 24 U Rack Supply and Nos. Installation of 12 U Racks. Supply and Nos. Installation of cable manager for structure cabling. 1 1 1 1 1 5

11

38

12

10

42

2.1.1.1.3

Items under Services Scope (Scope-A):


Centre for Railway Information Systems

II-20

Tender for WISE-II

Tender Document Part-II

A:

Application Customization/Development/Implementation sub-scope Loc of installation Total Locations 1

S.N. Item Description 1

Survey of specified locations and CRIS 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.

Location-wise specific customization 5 Workshops: 5 and implementation of ERP based LLH, CB, WRS, Workshop application package up to LPL, LGD commissioning & Go Live at each Workshop, Development of batch reports/ on-line reports/ executive dash boards using BI tools for the ERP application. Preparation of final user requirements CRIS 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 ROAMSWISE 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. 1

Centre for Railway Information Systems

II-21

Tender for WISE-II

Tender Document Part-II

S.N. Item Description 4

Loc of installation

Total Locations 1

Lab testing of Complete WISE-II CRIS application for scalability testing for stated full user load. Customization and implementation of respective Central Modules at different pilot locations for Scope-A upto commissioning & Go Live at each location.

19 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

B: S. No. 1

Training and Workshops sub-scope Item Descriptions Unit Qty/ Loc. Location Covered CRIS Tot Loc. 1 Tot Qty 100 375

Shop Application Core Team Trainee 100 ManTraining (Max. Batch Size-15) 75 days

5 Workshops: 5 LLH, CB, WRS, LPL, LGD Total 6 1 CRIS

475 100 130

Central Application Core Team Trainee 100 ManTraining (Max. Batch size 15) 10 days

All Pilot 13 locations for ROAMS-WISE application excluding workshops and CRIS Total 27

230

Centre for Railway Information Systems

II-22

Tender for WISE-II

Tender Document Part-II

S. No. 3

Item Descriptions

Unit

Qty/ Loc.

Location Covered

Tot Loc.

Tot Qty 500

End user Training for Shop Trainee 100 Application users at Shops (Batch Mandays of 25) End user Training for Central Trainee 5 Application at CRIS (Batch of 15) Mandays

5 Workshops: 5 LLH, CB, WRS, LPL, LGD All pilot 13 locations of WISE-II other than Workshops and CRIS CRIS

65

Officers Familiarization and Events Training - one day Workshop (Batch size 150) Network Training (Batch Size-15)
Trainee

150

75 15

CRIS Shops Total

1 5 6

75 75 150

Mandays

C: S. No. 1

Annual Technical Support sub-scope Item Descriptions Unit No. Of Location Years Covered 1 CRIS

Annual Technical Support for OS and other Years System Software (in no. of years after final project commissioning) ATS on ERP package licenses (in no. of years Years after final project commissioning)

5 workshops

D:

Additional On site Application hand holding Support after each site commissioning sub-scope Item Descriptions Unit Qty/ Loc. 28 5 Location Covered 5 Workshops Tot Loc. 5 Tot Qty 140 65

S. No. 1 2

Workshop Application Support (working days)

on

site Mandays

Central Application and ROAMS ManPortal on site Support at all pilot days locations (working days )
II-23

Railway Board, 13 5 connected Zonal Railway

Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-II

S. No.

Item Descriptions

Unit

Qty/ Loc.

Location Covered HQs, RDSO and 6 Divisional HQs

Tot Loc.

Tot Qty

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):

Centre for Railway Information Systems

II-24

Tender for WISE-II

Tender Document Part-II

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. A 1

Item Description

Unit

Quantity Location of Total /Location installation Locations 2 CRIS 1

Total Quantity 2

Hardware for Central Data Centre sub-scope Up-gradation of Server Nos. Type A to Rollout configuration as per Tender Doc part 2 Annexure 2.I item 3.1.2

Centre for Railway Information Systems

II-25

Tender for WISE-II

Tender Document Part-II

Shop Hardware and automation equipment sub-scope

Hand held PDA without RF-ID reader

Kiosks with Touch Screen Terminal and fixed RFID Reader

Hand held PDA with RF-ID reader

RF-ID Employee Tags (sets of100)

DeskJet Printers

RF-ID Assembly Tag (set of 100)

Printer Multifunction

High Speed Scanner

1. 2. 3. 4. 5. 6. 7. 8. 9.

JUDW 25 KTT KGP AII JMP JHS PRL MTN KPA 15 50 35 35 25 25 25 35 15 35 20 5

25 15 50 35 35 25 25 25 35 15 35 20 5 20

6 6 12 12 6 6 6 6 6 6 6 6 2 4

8 8 12 12 8 8 8 8 8 8 8 8 3 6

27 12 58 29 38 26 22 36 46 7 26 10 1 8

3 3 4 3 3 3 3 3 4 3 3 3 1 3

20 15 35 30 25 25 20 20 25 15 35 20 5 20

1 1 1 1 1 1 1 1 1 1 1 1 1 1

30 20 50 25 40 25 25 35 45 20 30 25 5 20

68 31 145 73 95 65 55 90 115 18 65 25 4 21

50 30 100 70 70 50 50 50 70 30 70 40 10 40

10. BSL 11. GOC 12. BPL 13. NASIK

14. MCWS 20

Centre for Railway Information Systems

II-26

UPS 500VA

Thin Client Terminals

Workshop

S. No.

E Pen

Tender for WISE-II

Tender Document Part-II

Hand held PDA without RF-ID reader

Kiosks with Touch Screen Terminal and fixed RFID Reader

Hand held PDA with RF-ID reader

RF-ID Employee Tags (sets of100)

DeskJet Printers

RF-ID Assembly Tag (set of 100)

Printer Multifunction

High Speed Scanner

15. AMV 16. CNB 17. GKP 18. ASR 19. IZN 20. NBQS 21. DBWS 22. JU 24.

20 5 25 15 20 20 15 20

20 5 25 15 20 20 15 20 25 20 15 25 15 20 10 635

6 2 6 4 4 4 4 4 6 6 4 6 4 6 4 160

8 3 8 6 6 6 6 6 8 8 6 8 6 8 6 212

21 2 28 10 13 13 9 12 28 14 12 18 10 14 4 554

3 1 3 3 3 3 3 3 3 3 3 3 3 3 2 84

25 5 25 15 20 20 15 20 20 20 15 20 15 15 10 570

1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 29

25 5 30 20 20 20 20 20 20 20 20 25 20 20 15 695

52 4 70 25 32 32 22 31 70 35 31 45 25 34 10 1388

40 10 50 30 40 40 30 40 50 40 30 50 30 40 20 1270

23. PWP(C) 25
PWP(L) 20

25. RYN 26. UBL 27. MYS 29. MX Total

15 25 15 10 635

28. DAHOD 20

Centre for Railway Information Systems

II-27

UPS 500VA

Thin Client Terminals

Workshop

S. No.

E Pen

Tender for WISE-II

Tender Document Part-II

S. No. C 1

Item Description

Unit

Quantity /Location

Location of Total Total installation Locations Quantity

System Software licenses/ CALs without Annual Technical Support sub-scope Data base server client ERP 1305 CRIS 1 1305 access licenses for Named
production, Development User and Testing/ training with linked clustering for use with ERP license application App / web server client ERP access licenses - Named Production, Development User and Testing/ training for linked license

1305

CRIS

1305

use with ERP application

Portal server client access licenses Production, Development and Testing/ Training for use with ERP application Database server client access licenses for use with the above Portal at S.N. (3)

ERP Named User linked license ERP Named User linked license

1305

CRIS

1305

1305

CRIS

1305

5.

BI user licenses along Named with requisite database user licenses (Only for ERP licenses Application users) Users Based Licenses Named for Workshop application user (ERP Professional users) licenses

30

29 workshops

29

870

D 1

ERP Workshop Application licenses sub-scope 45 29 (average/ Workshop workshop) 29 1305

Centre for Railway Information Systems

II-28

Tender for WISE-II

Tender Document Part-II

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 1 0 1 1 1 1 1 1 1 1 1 0 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. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12.

GMC GKP AMV IZN ASR BPL JU NASIK MX DHD MAS-C MAS-L

1 1 1 1 1 1 1 1 1 1 1 1

2 2 2 2 2 2 2 2 2 2 2 2

3 11 12 11 9 9 8 3 7 7 13 8
II-29

0 1 3 11+2* 3+1* 4+1* 1 1 0 7+1* 1 6+1*

0 2 3+1* 1 0 0 0 0 1 0 4+1* 2+1*

5 12 14 13 11 11 10 5 9 9 15 9

4 3 4 4 5 4 4 5 4 5 4 5

1 4 4 1 2 2 2 1 2 2 3 3

Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-II

S. NO.

Location

Router (4 Port 2 Mbps + 2 Fast Ethernet)

Router (8 Port 2 Mbps + 2 Fast Ethernet) for existing FOIS Locations 0 0 1 1 1 0 0 0 0 0 1 1 1 0 0 0 0

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. 14. 15. 16. 17. 18. 19. 20. 21. 22. 23. 24. 25. 26. 27. 28. 29.

RYP UBL MYS MCS NBQ DBWS KTT JUDW PR MTN KGP AII BSL KPA JMP JHS GOC

1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1

2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2 2

6 6 8 14 7 5 9 5 8 11 11 9 9 11 7 11 11

3 4+1* 3+1* 8+2* 5+1* 0 4+1* 3+1* 4+1* 2 0 10+2* 7+1* 1 1 7+1* 5+1*

2 1 1 2+1* 0 0 2 2 1+2* 2 1+2* 1+1* 1+2* 2+2* 1+1* 2 1+1*

7 7 10 16 9 6 10 6 9 12 13 11 11 12 8 12 12

4 5 4 4 4 3 3 3 3 3 4 4 4 5 3 3 3

2 2 2 4 2 2 3 3 2 3 4 2 2 4 2 2 4

Centre for Railway Information Systems

II-30

Tender for WISE-II

Tender Document Part-II

S. NO.

Location

Router (4 Port 2 Mbps + 2 Fast Ethernet)

Total

29

Router (8 Port 2 Mbps + 2 Fast Ethernet) for existing FOIS Locations 16

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

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/EIA568-B.2-1 Supply, Installation and termination of Cat-6 Wall I/O, Modular Face Plate and gang Box at Work Station end. 21 74 55 81 Supply, Installatio n and terminatio n of Cat-6 I/O for Patch Panel Supply and Installation of Cat-6, 1 meter Patch cord with tangle free plug, TIA/EIA568-B.2-1 Supply and Installatio n of Cat-6, 2 meter Patch cord with tangle free plug, TIA/EIA568-B.2-1 21 74 55 81 Feruling and Labelling of Cat-6 UTP cable Certificat ion of UTP Cat6 Cable Supply and installation of 24 Port Modular Patch Panel in Rack with removable snap-inFace Plates and labels 3 12 17 10 Supply and laying of 04 pair Copper Wire

1. 2. 3. 4.

GMC GKP AMV IZN

915 3660 3050 4255

31 84 65 91

21 74 55 81
II-31

21 74 55 81

21 74 55 81

Nil 470 870 2730

Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-II

S. No.

Location

Supply and Laying of Cat-6 UTP Cable, TIA/EIA568-B.2-1

Supply, Installation and termination of Cat-6 Wall I/O, Modular Face Plate and gang Box at Work Station end. 85 76 97 48 99 104 100 100 65 60 60 67 85 40 50 60 60 60

Supply, Installatio n and terminatio n of Cat-6 I/O for Patch Panel

Supply and Installation of Cat-6, 1 meter Patch cord with tangle free plug, TIA/EIA568-B.2-1

Supply and Installatio n of Cat-6, 2 meter Patch cord with tangle free plug, TIA/EIA568-B.2-1 85 76 97 48 99 104 100 100 65 60 60 67 85 40 50 60 60 60

Feruling and Labelling of Cat-6 UTP cable

Certificat ion of UTP Cat6 Cable

Supply and installation of 24 Port Modular Patch Panel in Rack with removable snap-inFace Plates and labels 10 11 10 4 8 8 15 10 7 7 9 16 8 7 11 7 10 13

Supply and laying of 04 pair Copper Wire

5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. 20. 21. 22.

ASR BPL JU NASIK MX DHD MAS-C MAS-L RYP UBL MYS MCS NBQ DBWS KTT JUDW PR MTN

4575 4575 5795 1830 3660 4270 3355 3965 3355 2440 3050 2440 3965 2135 2440 2440 2440 2440

95 86 107 58 109 114 110 110 75 70 70 77 95 50 60 70 70 70

85 76 97 48 99 104 100 100 65 60 60 67 85 40 50 60 60 60


II-32

85 76 97 48 99 104 100 100 65 60 60 67 85 40 50 60 60 60

85 76 97 48 99 104 100 100 65 60 60 67 85 40 50 60 60 60

800 1250 150 110 Nil 900 300 1320 1740 1000 750 1625 1000 Nil 650 1200 2050 550

Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-II

S. No.

Location

Supply and Laying of Cat-6 UTP Cable, TIA/EIA568-B.2-1

Supply, Installation and termination of Cat-6 Wall I/O, Modular Face Plate and gang Box at Work Station end. 90 40 40 50 60 60 80 1967

Supply, Installatio n and terminatio n of Cat-6 I/O for Patch Panel

Supply and Installation of Cat-6, 1 meter Patch cord with tangle free plug, TIA/EIA568-B.2-1

Supply and Installatio n of Cat-6, 2 meter Patch cord with tangle free plug, TIA/EIA568-B.2-1 90 40 40 50 60 60 80 1967

Feruling and Labelling of Cat-6 UTP cable

Certificat ion of UTP Cat6 Cable

Supply and installation of 24 Port Modular Patch Panel in Rack with removable snap-inFace Plates and labels 13 11 11 13 9 13 13 296

Supply and laying of 04 pair Copper Wire

23. 24. 25. 26. 27. 28. 29.

KGP AII BSL KPA JMP JHS GOC Total

3965 2135 2135 2440 2440 2440 3660 90265

100 50 50 60 70 70 90 2257

90 40 40 50 60 60 80 1967

90 40 40 50 60 60 80 1967

90 40 40 50 60 60 80 1967

Nil 2250 1450 300 500 1280 1850 27095

Centre for Railway Information Systems

II-33

Tender for WISE-II

Tender Document Part-II

2. OFC Laying Works:


Supply, Installation and termination of Single Mode Fibre Optic connector with Preassembled inner housing, TIA/EIA568-B.3 24 120 120 108 96 96 108 12 72 72 156 108 84 72 Supply and Installati on of Fibre Adaptor Plates with Coupler for terminati on of 6 Core OFC 12 36 40 36 32 32 36 8 24 24 48 32 24 24 Supply and Installa tion of OFC Route Marker s Made up of Concre te of 1 X 4 X 6 3 30 40 20 35 58 19 3 13 25 41 20 37 24

S. No.

Location

Supply of Optical Fibre Cable 6 core Single mode

Supply and Supply Installa and tion of Installatio 3 mtrs n of Fibre Single Enclosure Mode Rack duplex Mount Patch Cord

Trenchi Trenching ng Trenchles cross Refillin Certifica s Digging Roads RCC/ g of soil t-ion of and oncrete etc and Fibre laying of nd laying of laying Optic OFC, OFC, Copper of OFC, with Copper Wire with GI Copper Ferullin Wire and ipe and wire g& HDPE estoration with labeling pipe o original HDPE tate pipe 24 120 120 108 96 96 108 12 72 72 156 108 84 72 Nil 600 700 500 600 700 400 Nil 300 600 700 500 800 700 200 2100 3000 3800 3700 5400 1400 200 800 2450 2900 2350 3800 2100 50 100 200 150 150 200 100 50 200 150 200 150 250 180

Constr uction of Cable Mainte nance pit as per specifi cations

1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14.

GMC GKP AMV IZN ASR BPL JU NASIK MX DHD MAS-C MAS-L RYP UBL

270 2860 4000 2040 3525 5800 1910 250 1280 2480 4100 2070 3650 2350

3 9 10 9 8 8 9 2 6 6 12 8 6 6
II-34

4 20 20 18 16 16 18 2 12 12 26 18 14 12

5 15 20 10 10 10 10 5 7 8 17 10 8 8

Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-II

S. No.

Location

Supply of Optical Fibre Cable 6 core Single mode

15. 16. 17. 18. 19. 20. 21. 22. 23. 24. 25. 26. 27. 28.

MYS MCS NBQ DBWS KTT JUDW PR MTN KGP AII BSL KPA JMP JHS

3040 5080 1990 1405 4450 2400 4450 7200 4900 6600 3500 4000 3300 4500

Supply, Installation and termination of Single Mode Fibre Optic connector with Preassembled inner housing, TIA/EIA568-B.3 108 156 84 72 120 72 120 132 144 120 120 156 84 144

Supply and Installati on of Fibre Adaptor Plates with Coupler for terminati on of 6 Core OFC 36 48 28 24 40 24 36 44 44 40 40 48 28 48

Supply and Supply Installa and tion of Installatio 3 mtrs n of Fibre Single Enclosure Mode Rack duplex Mount Patch Cord

Trenchi Trenching ng Trenchles cross Refillin Certifica s Digging Roads RCC/ g of soil t-ion of and oncrete etc and Fibre laying of nd laying of laying Optic OFC, OFC, Copper of OFC, with Copper Wire with GI Copper Ferullin Wire and ipe and wire g& HDPE estoration with labeling pipe o original HDPE tate pipe 108 156 84 72 120 72 120 132 144 120 120 156 84 144 800 1200 600 400 1000 300 1000 1500 800 1000 500 700 450 800 2700 4800 2050 900 3300 2600 3300 5400 3400 6000 3700 3100 2700 4100 160 180 150 100 200 100 150 200 150 150 100 150 100 150

Supply and Installa tion of OFC Route Marker s Made up of Concre te of 1 X 4 X 6 30 51 20 14 45 24 45 72 49 66 35 40 33 45

Constr uction of Cable Mainte nance pit as per specifi cations

9 12 7 6 10 6 9 11 11 10 10 12 7 12

18 26 14 12 20 12 20 22 24 20 20 26 14 24

10 17 10 8 12 8 11 13 13 12 12 14 9 14

Centre for Railway Information Systems

II-35

Tender for WISE-II

Tender Document Part-II

S. No.

Location

Supply of Optical Fibre Cable 6 core Single mode

29.

GOC Total

6300 99700

Supply, Installation and termination of Single Mode Fibre Optic connector with Preassembled inner housing, TIA/EIA568-B.3 120 3000

Supply and Installati on of Fibre Adaptor Plates with Coupler for terminati on of 6 Core OFC 40 976

Supply and Supply Installa and tion of Installatio 3 mtrs n of Fibre Single Enclosure Mode Rack duplex Mount Patch Cord

Trenchi Trenching ng Trenchles cross Refillin Certifica s Digging Roads RCC/ g of soil t-ion of and oncrete etc and Fibre laying of nd laying of laying Optic OFC, OFC, Copper of OFC, with Copper Wire with GI Copper Ferullin Wire and ipe and wire g& HDPE estoration with labeling pipe o original HDPE tate pipe 120 3000 1000 19150 6200 88450 200 4370

Supply and Installa tion of OFC Route Marker s Made up of Concre te of 1 X 4 X 6 63 1000

Constr uction of Cable Mainte nance pit as per specifi cations

10 244

20 500

14 320

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. 2. 3. 4.

GMC GKP AMV IZN

650 1800 1900 Nil

63 222 165 120

300 1500 1400 1000


II-36

42 148 110 80

50 100 200 150

200 2700 4550 4300

Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-II

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. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. 20. 21. 22. 23. 24.

ASR BPL JU NASIK MX DHD MAS-C MAS-L RYP UBL MYS MCS NBQ DBWS KTT JUDW PR MTN KGP AII

1550 2650 3600 885 570 950 1450 750 750 850 900 1400 800 1000 1300 900 1050 1100 1900 1400

255 228 291 144 297 312 300 300 195 180 180 201 255 120 150 180 180 180 270 120

1000 1800 1000 400 1485 1040 1400 1300 900 900 900 1200 750 900 400 900 900 900 1500 1000

170 152 194 96 198 208 200 200 130 120 120 134 170 80 100 120 120 120 180 80

150 200 100 50 200 150 200 150 250 180 160 180 150 100 200 100 150 200 150 150

4300 6100 1800 200 1100 3050 3600 2850 4600 2800 3500 6000 2650 1300 5300 2900 4300 6900 4200 7000

Centre for Railway Information Systems

II-37

Tender for WISE-II

Tender Document Part-II

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. 26. 27. 28. 29.

BSL KPA JMP JHS GOC Total

1600 1200 900 1200 2000 37005

120 150 180 180 240 5778

1000 1000 900 900 1100 29675

80 100 120 120 160 3852

100 150 100 150 200 4370

4200 3800 3150 4900 8700 110950

4. Rack Installation Works sub-scope:


S. No. Location Supply and Supply and Supply and Installation Installation of 24 U Installation of 12 U of cable manager for Rack Racks. structure cabling. 1 1 1 1 1 1 1 1 2 8 10 10 9 9 8 2
II-38

1. 2. 3. 4. 5. 6. 7. 8.

GMC GKP AMV IZN ASR BPL JU NASIK

3 9 11 11 10 10 9 3

Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-II

S. No.

Location

Supply and Supply and Supply and Installation Installation of 24 U Installation of 12 U of cable manager for Rack Racks. structure cabling. 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 1 29 7 7 13 8 6 6 8 13 7 6 9 5 8 11 10 9 9 11 6 11 12 240 8 8 14 9 7 7 9 14 8 7 10 6 9 12 11 10 10 12 7 12 13 269

9. 10. 11. 12. 13. 14. 15. 16. 17. 18. 19. 20. 21. 22. 23. 24. 25. 26. 27. 28. 29.

MX DHD MAS-C MAS-L RYP UBL MYS MCS NBQ DBWS KTT JUDW PR MTN KGP AII BSL KPA JMP JHS GOC Total

Centre for Railway Information Systems

II-39

Tender for WISE-II

Tender Document Part-II

2.2.1.1.3

Services Scope (Scope-B):

A:

Application Customization/Development/Implementation sub-scope Loc of installation Total Locations 1

S.N. Item Description 1

Lab Load testing of final CRIS 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. Lab Load testing of custom built Third ROAMS-WISE application module at Location 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. User requirement verification and Balance Preparation customization Workshops 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. User requirement verification and Balance Preparation customization W/Shops, requirement document for all Prod Units. remaining rollout location for the Central Application module and location wise implementation including development/ customization of reports and integration of MMIS.

Party 1

29 29

HQs, 80 Div.,

Centre for Railway Information Systems

II-40

Tender for WISE-II

Tender Document Part-II

B: S. No. 1

Training and Workshops Item Descriptions Unit Qty/ Loc. Location Covered Tot Loc . Tot Qty 2175

Shop Application Core Team Trainee 75 ManTraining (Max. Batch Size-15) days Central Application Core Team Trainee 5 ManTraining (Max. Batch size 15) days End user Training for Shop Trainee 100 Application users at Shops (Batch Manof 25) days End user Training for Central Trainee 20 Application at CRIS (Batch of 15) Mandays

Balance 29 29 Workshops: Balance locations 80 80

400

Balance 29 29 Workshops: All locations 16 of WISE-II other than Shops (HQs, CRIS) Balance 29 29 Workshops

2900

320

Network Training (Batch Size-15)

Trainee 15 Mandays

435

C: S. No. 1

Annual Technical Support Item Descriptions Unit Qty/ Loc. 1 Location Covered CRIS

Annual Technical Support for OS Years and other System Software (in no. Of years after project commissioning) ATS on ERP package licenses (in Years no. of years after final project commissioning)

29 workshops

Centre for Railway Information Systems

II-41

Tender for WISE-II

Tender Document Part-II

D:

Additional On site Application hand holding Support after each site commissioning Item Descriptions Unit Qty/ Loc. Location Covered Tot Loc. Tot Qty 870

S. No. 1

Workshop Application Support

Workin 28 g Mandays

Balance 29 29 Workshops Balance HQs, 80 W/Shops, Div., Prod Units.

Central Application Support and Workin 5 ROAMS Portal Support at all g Manother project locations. days

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 . A
1

Pre-qualification Parameter

Qualification Criteria

Supporting documents to be Submitted

Eligibility criteria to be fulfilled by the single bidder or lead member of the Consortium. Annual Turnover for each Not below Rs. 840 Crores 1. Copy of Audited Annual Financial results for last three of last three completed per annum completed financial years. financial years
No. of Purchase Minimum 2 Nos. in last 5 1. Copy of Purchase Order/ Orders/contracts for One completed financial years Contract Agreement. time Development/ or during the current 2. Copy of Customers work
Centre for Railway Information Systems II-42

Tender for WISE-II

Tender Document Part-II

S.N .

Pre-qualification Parameter
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.

Qualification Criteria
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, customers certificate of satisfaction and commencement of application services will be sufficient. proof of completion) Minimum 10 implementations Worldwide that should have been completed by the bidder prior to the date of tender opening.

Supporting documents to be Submitted


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.

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.

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.

SEI CMMi Certification Level 5 (Applicable for bidders other than ERP OEMs)

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. 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. 1. List of implementation with total no. of users, Name of

Eligibility Criteria for ERP OEM


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

base Not below 30,000 users

Centre for Railway Information Systems

II-43

Tender for WISE-II

Tender Document Part-II

S.N .

Pre-qualification Parameter

Qualification Criteria

Supporting documents to be Submitted


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

Eligibility Criteria for Server OEM Manufacturer should be of 1. Presence in List of important customers to world repute for the international server support the claim with details of offered category of market for last 4 class of servers sold. calendar years servers (including the current year). 2. Sales in at least 10 countries. Eligibility Criteria for Router/Switches OEM 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.

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. PDAs E

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 4. Network active components: Routers, Switches, must include the following Security devices, Media Converters, Wireless unconditional clause in addition Equipments, Lease line Modems and LAN extenders to the Performa given in and OFC LAN equipment. Annexure 6 of Tender Doc part I: In the event of failure of 5. Offered ERP. the SI/Implementer to resolve any technical issue relating to customization/ integration/ development of the ERP
Centre for Railway Information Systems II-44

Tender for WISE-II

Tender Document Part-II

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 nonresponsive 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. Stag e No. 1 Detailed Technical Scrutiny Criteria for short listing Stage description Pre-qualification/Eligibility stage: All bids found responsive shall be subjected to detailed scrutiny in respect of conformance to prequalification/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

Centre for Railway Information Systems

II-45

Tender for WISE-II

Tender Document Part-II

Stag e No.

Detailed Technical Scrutiny Criteria for short listing Stage description the basis of this evaluation. The bidders shall be solely responsible for any errors of commission or omission, which may result in their disqualification. Detailed Technical examination Stage: Detailed technical examination of bids shortlisted 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. 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 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.

2.

3.

Item

Maximum marks

1. Offered ERP in use on any other 5 Railway system in similar format. (To be shown as a part of technical presentation.) 2. Conformance of offered ERP 25 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.

Centre for Railway Information Systems

II-46

Tender for WISE-II

Tender Document Part-II

Stag e No.

Detailed Technical Scrutiny Stage description 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.

Criteria for short listing 3. Flexibility and configurability (to 10 be shown as a part of ERP-Solution Demonstration). 4. Demonstration of 5 Use Cases given in Annexure 2.XI 60

4.

Minimum qualifying marks for Total Marks 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.

100

Minimum total score required for 75 final short-listing of any bid as a Technically Suitable bid 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.
5.1

TECHNICAL REQUIREMENTS:
Environment and Power supply conditions:

Centre for Railway Information Systems

II-47

Tender for WISE-II

Tender Document Part-II

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:

Centre for Railway Information Systems

II-48

Tender for WISE-II

Tender Document Part-II

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 ROAMSWISE 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.. 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. 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 ROAMSWISE reports and analytics. 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.

4.2

4.3

4.4

Centre for Railway Information Systems

II-49

Tender for WISE-II

Tender Document Part-II

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

4.6 4.7

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.

Centre for Railway Information Systems

II-50

Tender for WISE-II

Tender Document Part-II

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 CRISs 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. Railways 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.

Centre for Railway Information Systems

II-51

Tender for WISE-II

Tender Document Part-II

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 NonConformance. 2) For Custom built applications portal based Central application (ROAMSWISE 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
Centre for Railway Information Systems II-52

Tender for WISE-II

Tender Document Part-II

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.

Centre for Railway Information Systems

II-53

Tender for WISE-II

Tender Document Part-II

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 Para7 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.

Centre for Railway Information Systems

II-54

Tender for WISE-II

Tender Document Part-II

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.

Centre for Railway Information Systems

II-55

Tender for WISE-II

Tender Document Part-II

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 HQs, Divisional HQs, 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.

Centre for Railway Information Systems

II-56

Tender for WISE-II

Tender Document Part-II

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 BI users for ERP Users /ERP application portal users ( concurrency 30% ) (Concurrency: 70%) ROAMS-WISE Central Application Portal Users ( concurrent )

Pilot Phase User load for 5 workshops 225 Roll out phase user loads for all 34 1530 Workshops

150

250 2500

1020

Centre for Railway Information Systems

II-57

Tender for WISE-II

Tender Document Part-II

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
Centre for Railway Information Systems II-58

Tender for WISE-II

Tender Document Part-II

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 partII 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)

Centre for Railway Information Systems

II-59

Tender for WISE-II

Tender Document Part-II

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.

Centre for Railway Information Systems

II-60

Tender for WISE-II

Tender Document Part-II

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. 2. Below 2 seconds for 80% cases. Not beyond 5 seconds for any case.

7.1.2 Response time for ROAMS-WISE application over internet : 1. 2. 7.2 1. Below 5 seconds for 80% cases. Not beyond 10 seconds for any case. Availability: 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. 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.

2.

8.
1.

INSPECTIONS AND ACCEPTANCE TESTING:


All network items of supply will be inspected according to acceptance procedure given in Annexure2.II.

Centre for Railway Information Systems

II-61

Tender for WISE-II

Tender Document Part-II

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 bidders representative and Consignees 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. 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.) Physical verification of receipt in good condition after unpacking at site Matching of serial numbers of equipment against delivery documents. Verification of model numbers against PO. Power on check of all equipment to identify dead on arrival for other than software items.

3.

1. 2. 3. 4.

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 1. Final Inspection: (To be carried out by CRIS in presence of Bidders representative and consignees representative) 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. 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.

2.

4.

Acceptance procedure for Application software: 4.1 1. Preliminary Acceptance: (To be carried out by CRIS in presence of Bidders representative) 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.

Centre for Railway Information Systems

II-62

Tender for WISE-II

Tender Document Part-II

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. 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) Selected features of application modules will be tested at each project location after project commissioning. Performance levels will be demonstrated at each implementation location under actual use conditions with supplied infrastructure installed at CRIS.

4.2

1. 2.

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:


All items of supply for location other than Workshops will be consigned to GM PII/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. All items of supply for 34 Workshops will be delivered to respective Workshops. Addresses of consignees for workshops and all other project locations are given in Annexure- 2.VI. Delivery Period: All items of supply scope will be delivered within 8 weeks after the placement of purchase order/LOA. 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. The dates for completion of items of services and works scope will be in accordance with accepted Milestones given in Annexure -2.VII.

9.1

9.2 9.3 9.4 9.5

9.6

10.
10.1

PENALTIES FOR WORKS & SERVICES:


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.
II-63

Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-II

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. 2. 11.2 Bank Guarantee of an amount equal to amount claimed valid for a period of 18 months Work/ Services Completion Certificate incorporating physical measurements for completed works issued by CRIS for the respective payment Milestone. 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. 2. 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. Work completion certificate issued by CRIS for project completion up the final payment milestone given in Para 11.3.
II-64

Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-II

3. 11.3

Confirmation of network and hardware equipment supplied and commissioned to be in working order at all locations. Payment Milestone Table services and works scope items:

11.3.1 Services Items S.N. 1. 2. 3. 4. 5. 6. 7. 8. 9. Item No. of Requirements Schedule of Intermediate Payment Milestone S6 S8 S7 S10 S4 S11 ---S20 S20 S20 S20 S18 S19 Final Payment Milestone
S12 S12 S12 S12 S12 S12 S12 S12 S12 S25 S25 S25 S25 S25 S25 S25 S25

2.1.1.1.3. Item A 1 2.1.1.1.3 Item A 2 2.1.1.1.3 Item A 3 & A5 2.1.1.1.3 Item A 4 2.1.1.1.3 Item B1, B2 & B6 2.1.1.1.3 Item B3 & B4 2.1.1.1.3 Item C1 & C2 2.1.1.1.3 Item D1& D2 2.1.1.1.3. Item B5

10. 2.2.1.1.3. Item A 1 11. 2.2.1.1.3 Item A 2 12. 2.2.1.1.3 Item A 3 13. 2.2.1.1.3 Item A 4 14. 2.2.1.1.3 Item B1, B2 & B5 15. 2.2.1.1.3 Item B3 & B4 16. 2.2.1.1.3 Item C1 & C2 17. 2.2.1.1.3 Item D1& D2
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. 1. Item No. of Requirements Schedule of Intermediate Payment Final Milestone Milestone S14 Payment

2.1.1.1.2 (Item A, B, C & D) for W2 Charbagh Workshop 2.1.1.1.2 (Item A, B, C & D) for W2 Lilluah Workshop

2.

S14

Centre for Railway Information Systems

II-65

Tender for WISE-II

Tender Document Part-II

S.N. 3. 4. 5. 6. 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22

Item No. of Requirements

Schedule

of Intermediate Payment Final Milestone Milestone S14 S14 S14 S25 S25 S25 S25 S25 S25 S25 S25 S25 S25 S25 S25 S25 S25 S25 S25 S25

Payment

2.1.1.1.2 (Item A, B, C & D) for W2 Lower Parel Workshop 2.1.1.1.2 (Item A, B, C & D) for W2 Raipur Workshop 2.1.1.1.2 (Item A, B, C & D) for W2 Lallaguda Workshop 2.2.1.1.2 (Item A, B, C & D) for W3 Kanpur Workshop 2.2.1.1.2 (Item A, B, C & D) for W4 Gorakhpur Workshop 2.2.1.1.2 (Item A, B, C & D) for W5 Alambagh Workshop 2.2.1.1.2 (Item A, B, C & D) for W6 Izzatnagar Workshop 2.2.1.1.2 (Item A, B, C & D) for W7 Amritsar Workshop 2.2.1.1.2 (Item A, B, C & D) for W8 Bhopal Workshop 2.2.1.1.2 (Item A, B, C & D) for W9 Jodhpur Workshop 2.2.1.1.2 (Item A, B, C & D) for W10 Nasik Workshop 2.2.1.1.2 (Item A, B, C & D) for W11 Mahalaxmi Workshop 2.2.1.1.2 (Item A, B, C & D) for W12 Dahod Workshop 2.2.1.1.2 (Item A, B, C & D) for W13 Perumbur Carriage Workshop 2.2.1.1.2 (Item A, B, C & D) for W14 Perumbur Loco Workshop 2.2.1.1.2 (Item A, B, C & D) for W15 Rayanapadu Workshop 2.2.1.1.2 (Item A, B, C & D) for W16 Hubli Workshop 2.2.1.1.2 (Item A, B, C & D) for W17 Mysore Workshop 2.2.1.1.2 (Item A, B, C & D) for W18 Mancheswar Workshop 2.2.1.1.2 (Item A, B, C & D) for W19

Centre for Railway Information Systems

II-66

Tender for WISE-II

Tender Document Part-II

S.N.

Item No. of Schedule Requirements New Bongaigaon Workshop

of Intermediate Payment Final Milestone Milestone S25 S25 S25 S25 S25 S25 S25 S25 S25 S25 S25 S25

Payment

23 24 25 26 27 28 29 30 31 32 33 34

2.2.1.1.2 (Item A, B, C & D) for W20 Dibrugarh Workshop 2.2.1.1.2 (Item A, B, C & D) for W21 Kota Workshop 2.2.1.1.2 (Item A, B, C & D) for W22 Jagadhari Workshop 2.2.1.1.2 (Item A, B, C & D) for W23 Parel Workshop 2.2.1.1.2 (Item A, B, C & D) for W24 Matunga Workshop 2.2.1.1.2 (Item A, B, C & D) for W25 Kharagpur Workshop 2.2.1.1.2 (Item A, B, C & D) for W26 Ajmer Workshop 2.2.1.1.2 (Item A, B, C & D) for W27 Bhusawal Workshop 2.2.1.1.2 (Item A, B, C & D) for W28 Kanchrapara Workshop 2.2.1.1.2 (Item A, B, C & D) for W29 Jamalpur Workshop 2.2.1.1.2 (Item A, B, C & D) for W30 Jhansi Workshop 2.2.1.1.2 (Item A, B, C & D) for W31 Golden Rock Workshop

Centre for Railway Information Systems

II-67

Tender for WISE-II

Tender Document Part-II

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. 2. 3. All rates should be in Indian Rupees. 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. 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. Any additional item must be given at the end of each sub-heading.

4.

12.1

Supply Scope of Items:


Other charges including freight/ insurance etc. as % (10) Other charges including freight/ insurance etc. as Amount (11)

S. No

Item description

Units

Pilot Phase

Roll out

Total Quantity

Basic Unit Rate

Taxes as %

Taxes as Amount

Discount

Total

(1)

(2)

(3)

(4)

(5)

(6)=(4)+(5)

(7)

(8)

(9)

(12)

(13) =[(6)*(7)] +(9)+(11)-(12)

A.

Hardware For WISE-II Data Centre (Supply scope)


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

1.

Nos.

Centre for Railway Information Systems

II-68

Tender for WISE-II Other charges including freight/ insurance etc. as % (10)

Tender Document Part-II Other charges including freight/ insurance etc. as Amount (11)

S. No

Item description

Units

Pilot Phase

Roll out

Total Quantity

Basic Unit Rate

Taxes as %

Taxes as Amount

Discount

Total

(1)

(2)

(3)

(4)

(5)

(6)=(4)+(5)

(7)

(8)

(9)

(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 2. 3. 4. 5. 6. 7. 8. 9. 10. Laptops Desktops E-pen Hand held PDA without RF-ID reader Hand held PDA with RF-ID reader Touch screen with fixed RF-ID Reader Printers Multifunction device High speed scanner UPS 500VA

Nos.

Nos. Nos. Nos. Nos. Nos. Nos. Nos. Nos. Nos.

6 180 1 1 1 1 91 18 170

6 180 1 1 1 1 91 18 170

Shop Hardware
II-69

Centre for Railway Information Systems

Tender for WISE-II Other charges including freight/ insurance etc. as % (10)

Tender Document Part-II Other charges including freight/ insurance etc. as Amount (11)

S. No

Item description

Units

Pilot Phase

Roll out

Total Quantity

Basic Unit Rate

Taxes as %

Taxes as Amount

Discount

Total

(1)

(2)

(3)

(4)

(5)

(6)=(4)+(5)

(7)

(8)

(9)

(12)

(13) =[(6)*(7)] +(9)+(11)-(12)

1 2 3 4 5 6 7 8 9 10 11 C 1

Kiosks with Touch screen Terminal and fixed RF-ID Readers Thin Client Terminals Hand held PDA without RF-ID reader Hand held PDA with RF-ID readers RF-ID Employee Tags (sets of100) RF-ID Assembly Tag (sets of 100) Printer- Multifunction device DeskJet printers E-pen High Speed Scanner UPS 500VA Router (4 Port 2 Mbps + 2 Fast Ethernet) Type I Router (8 Port 2 Mbps + 2 Fast Ethernet) for existing FOIS Locations Type II

Nos. Nos. Nos. Nos. Nos. Nos. Nos. Nos. Nos. Nos. Nos.

115 115 28 38 312 120 16 115 120 5 230

635 635 160 212 1388 554 84 570 695 29 1270

750 750 188 250 1700 674 100 685 815 34 1500

Network Equipment for Central and Workshops


Nos. 9 29 38

Nos.

16

21

Centre for Railway Information Systems

II-70

Tender for WISE-II Other charges including freight/ insurance etc. as % (10)

Tender Document Part-II Other charges including freight/ insurance etc. as Amount (11)

S. No

Item description

Units

Pilot Phase

Roll out

Total Quantity

Basic Unit Rate

Taxes as %

Taxes as Amount

Discount

Total

(1)

(2)

(3)

(4)

(5)

(6)=(4)+(5)

(7)

(8)

(9)

(12)

(13) =[(6)*(7)] +(9)+(11)-(12)

3 4 5 6 7 8 9 10 11 12

13 D

Layer 3 Switch Layer 2 Switch (24 Port + 2 OFC Port) Type I LAN Extender 4 Port (Pairs) Media Converter (Pairs) Online UPS (1 KVA) 2 Mbps Modem (Pair) Wireless Access Point Layer 2 Switch Type II 24 Port Modular Patch Panel Supply of Cat-6 UTP Cable, TIA/EIA-568B.2-1 (305 mtrs) Supply of 3 mtrs Single Mode duplex Patch Cord Data base server client access licenses for production, Development and

Nos. Nos. Nos. Nos. Nos. Nos. Nos. Nos. Nos. Nos.

10 48 12 11 44 28 15 4 4 2

58 249 123 50 294 113 72 -

68 297 135 61 338 141 87 4 4 2

Nos.

50

50

System Software licenses/ CALs without Annual Technical Support


ERP Named User linked license 225 1305 1530

Centre for Railway Information Systems

II-71

Tender for WISE-II Other charges including freight/ insurance etc. as % (10)

Tender Document Part-II Other charges including freight/ insurance etc. as Amount (11)

S. No

Item description

Units

Pilot Phase

Roll out

Total Quantity

Basic Unit Rate

Taxes as %

Taxes as Amount

Discount

Total

(1)

(2)

(3)

(4)

(5)

(6)=(4)+(5)

(7)

(8)

(9)

(12)

(13) =[(6)*(7)] +(9)+(11)-(12)

Testing/ training with clustering for use with ERP application App / web server client access licenses Production, Development and Testing/ training for use with ERP application Portal server client access licenses Production, Development and Testing/ Training for use with ERP application

ERP Named User linked license

225

1305

1530

ERP Named User linked license

225

1305

1530

ERP Database server Named client access User licenses for use with linked the above Portal license BI user licenses along with requisite Named user database licenses licenses (Only for ERP Application users) Server OS licenses for license servers

225

1305

1530

151

870

1021

Centre for Railway Information Systems

II-72

Tender for WISE-II Other charges including freight/ insurance etc. as % (10)

Tender Document Part-II Other charges including freight/ insurance etc. as Amount (11)

S. No

Item description

Units

Pilot Phase

Roll out

Total Quantity

Basic Unit Rate

Taxes as %

Taxes as Amount

Discount

Total

(1)

(2)

(3)

(4)

(5)

(6)=(4)+(5)

(7)

(8)

(9)

(12)

(13) =[(6)*(7)] +(9)+(11)-(12)

ERP Workshop Application licenses


Users Based Licenses for Named Workshop application (ERP user professional users) / licenses CRIS (development users)

225

1305

1530

Centre for Railway Information Systems

II-73

Tender for WISE-II

Tender Document Part-II

12.2

Works Scope of Items:


Other charges including freight/ insurance etc. as % (10) Other charges including freight/ insurance etc. as Amount (11)

S. No

Item description

Units

Pilot Phase

Roll Out

Total Quantity

Basic Unit Rate

Taxes as %

Taxes as Amount

Discount

Total

(1)

(2)

(3)

(4)

(5)

(6)=(4)+(5 )

(7)

(8)

(9)

(12)

(13) =[(6)*(7)] +(9)+(11)-(12)

A
1

UTP Laying Works


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-568B.2-1 Supply and Installation of Cat-6 2 meter Patch cord with tangle free plug, TIA/EIA-568Mtrs. 11590 90265 101855

Nos.

240

1967

2207

Nos.

290

2257

2547

Nos.

240

1967

2207

Nos.

240

1967

2207

Centre for Railway Information Systems

II-74

Tender for WISE-II Other charges including freight/ insurance etc. as % (10)

Tender Document Part-II Other charges including freight/ insurance etc. as Amount (11)

S. No

Item description

Units

Pilot Phase

Roll Out

Total Quantity

Basic Unit Rate

Taxes as %

Taxes as Amount

Discount

Total

(1)

(2)

(3)

(4)

(5)

(6)=(4)+(5 )

(7)

(8)

(9)

(12)

(13) =[(6)*(7)] +(9)+(11)-(12)

B.2-1
6

Feruling Labelling of UTP cable

and Cat-6

Nos. Nos.

240 240

1967 1967

2207 2207

Certification of UTP Cat-6 Cable


Supply and installation of 24 Port Modular Patch Panel in Rack with removable snap-inFace Plates and labels Supply and laying of 4 pair Copper wire

Nos.

43

296

339

Mtrs

2050

27095

29145

B
1

OFC Laying Works


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 Mtrs 15830 99700 115530

Nos.

516

3000

3516

Nos

156

976

1132

Centre for Railway Information Systems

II-75

Tender for WISE-II Other charges including freight/ insurance etc. as % (10)

Tender Document Part-II Other charges including freight/ insurance etc. as Amount (11)

S. No

Item description

Units

Pilot Phase

Roll Out

Total Quantity

Basic Unit Rate

Taxes as %

Taxes as Amount

Discount

Total

(1)

(2)

(3)

(4)

(5)

(6)=(4)+(5 )

(7)

(8)

(9)

(12)

(13) =[(6)*(7)] +(9)+(11)-(12)

termination Core OFC


4

of

Supply and Installation of Fibre Enclouser Rack Mount Supply and Installation of 3 mtrs Single Mode duplex Patch Cord Certification 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 across Roads RCC/ Concrete etc and laying of OFC, Copper Wire with GI pipe and restoration to original state

Nos.

39

244

283

Nos

86

500

586

Core s

516

3000

3516

Mtrs.

2300

19150

21450

Mtrs.

12400

88450

100850

Mtrs.

600

4370

4970

Centre for Railway Information Systems

II-76

Tender for WISE-II Other charges including freight/ insurance etc. as % (10)

Tender Document Part-II Other charges including freight/ insurance etc. as Amount (11)

S. No

Item description

Units

Pilot Phase

Roll Out

Total Quantity

Basic Unit Rate

Taxes as %

Taxes as Amount

Discount

Total

(1)

(2)

(3)

(4)

(5)

(6)=(4)+(5 )

(7)

(8)

(9)

(12)

(13) =[(6)*(7)] +(9)+(11)-(12)

10

11

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 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

Nos.

159

1000

1159

Nos.

49

320

369

C
1

Supply/ Laying of Conduits and pipes related items


Mtrs. 5100 37005 42105

Mtrs.

720

5778

6498

Mtrs.

6100

29675

35775

Mtrs.

480

3852

4332

Mtrs.

600

4370

4970

Centre for Railway Information Systems

II-77

Tender for WISE-II Other charges including freight/ insurance etc. as % (10)

Tender Document Part-II Other charges including freight/ insurance etc. as Amount (11)

S. No

Item description

Units

Pilot Phase

Roll Out

Total Quantity

Basic Unit Rate

Taxes as %

Taxes as Amount

Discount

Total

(1) 6

(2)

(3)

(4)

(5)

(6)=(4)+(5 )

(7)

(8)

(9)

(12)

(13) =[(6)*(7)] +(9)+(11)-(12)

Supply of HDPE Pipe as per specifications Supply and Installation of 24 U Rack Supply and Installation of 12 U Rack. Supply and Installation of cable manager for structure cabling.

Mtrs.

14700

110950

125650

D
1

Racks installation works


Nos. 5 29 34

Nos.

38

240

278

Nos.

42

269

311

Centre for Railway Information Systems

II-78

Tender for WISE-II

Tender Document Part-II

12.3

Service Scope of Items:


Other charges including freight/ insurance etc. as % (10) Other charges including freight/ insurance etc. as Amount (11)

S. No

Item description

Units

Pilot Phase

Roll out

Total Quantity

Basic Unit Rate

Taxes as %

Taxes as Amount

Discount

Total

(1)

(2)

(3)

(4)

(5)

(6)=(4)+(5 )

(7)

(8)

(9)

(12)

(13) =[(6)*(7)] +(9)+(11)-(12)

Application Customization/Development/Implementation
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. Location-wise specific customization and implementation of ERP based Workshop application package up to commissioning & Go Live at each

Lum p Sum

Lum p Sum

Centre for Railway Information Systems

II-79

Tender for WISE-II Other charges including freight/ insurance etc. as % (10)

Tender Document Part-II Other charges including freight/ insurance etc. as Amount (11)

S. No

Item description

Units

Pilot Phase

Roll out

Total Quantity

Basic Unit Rate

Taxes as %

Taxes as Amount

Discount

Total

(1)

(2)

(3)

(4)

(5)

(6)=(4)+(5 )

(7)

(8)

(9)

(12)

(13) =[(6)*(7)] +(9)+(11)-(12)

Workshop, Development of batch reports/ online reports/ executive dash boards using BI tools for the ERP application. 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 elibrary, and development and Deployment and implementation of all central application modules on existing ROAMS (Rolling Asset Management

Lum p Sum

Centre for Railway Information Systems

II-80

Tender for WISE-II Other charges including freight/ insurance etc. as % (10)

Tender Document Part-II Other charges including freight/ insurance etc. as Amount (11)

S. No

Item description

Units

Pilot Phase

Roll out

Total Quantity

Basic Unit Rate

Taxes as %

Taxes as Amount

Discount

Total

(1)

(2)

(3)

(4)

(5)

(6)=(4)+(5 )

(7)

(8)

(9)

(12)

(13) =[(6)*(7)] +(9)+(11)-(12)

System) Portal. Integration of ROAMSWISE 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. Lab testing of Complete WISE-II application for scalability testing for stated full user load. Customization and implementation of respective Central Modules at different pilot locations for Scope-A upto

Lump Sum

Lump Sum

19

19

Centre for Railway Information Systems

II-81

Tender for WISE-II Other charges including freight/ insurance etc. as % (10)

Tender Document Part-II Other charges including freight/ insurance etc. as Amount (11)

S. No

Item description

Units

Pilot Phase

Roll out

Total Quantity

Basic Unit Rate

Taxes as %

Taxes as Amount

Discount

Total

(1)

(2)

(3)

(4)

(5)

(6)=(4)+(5 )

(7)

(8)

(9)

(12)

(13) =[(6)*(7)] +(9)+(11)-(12)

commissioning & Go Live at each location. 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 Lab Load testing of

Lump Sum

Lump

Centre for Railway Information Systems

II-82

Tender for WISE-II Other charges including freight/ insurance etc. as % (10)

Tender Document Part-II Other charges including freight/ insurance etc. as Amount (11)

S. No

Item description

Units

Pilot Phase

Roll out

Total Quantity

Basic Unit Rate

Taxes as %

Taxes as Amount

Discount

Total

(1)

(2)

(3)

(4)

(5)

(6)=(4)+(5 )

(7)

(8)

(9)

(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. 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.

Sum

Lump Sum

29

29

Centre for Railway Information Systems

II-83

Tender for WISE-II Other charges including freight/ insurance etc. as % (10)

Tender Document Part-II Other charges including freight/ insurance etc. as Amount (11)

S. No

Item description

Units

Pilot Phase

Roll out

Total Quantity

Basic Unit Rate

Taxes as %

Taxes as Amount

Discount

Total

(1)

(2)

(3)

(4)

(5)

(6)=(4)+(5 )

(7)

(8)

(9)

(12)

(13) =[(6)*(7)] +(9)+(11)-(12)

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
1

Training and Workshops


Shop Application Trainee Core Team Training Man(Max. Batch Size-15) days Central Application Trainee Core Team Training Man(Max. Batch size days 15)
Trainee End user Training for Shop Application Mandays users at Shops

475

2175

2650

230

400

630

500

2900

3400

Centre for Railway Information Systems

II-84

Tender for WISE-II Other charges including freight/ insurance etc. as % (10)

Tender Document Part-II Other charges including freight/ insurance etc. as Amount (11)

S. No

Item description

Units

Pilot Phase

Roll out

Total Quantity

Basic Unit Rate

Taxes as %

Taxes as Amount

Discount

Total

(1)

(2)

(3)

(4)

(5)

(6)=(4)+(5 )

(7)

(8)

(9)

(12)

(13) =[(6)*(7)] +(9)+(11)-(12)

(Batch of 25)
4

End user Training for Central Application at CRIS (Batch of 15) Officers Familiarization and Training - one day Workshop (Batch size 150) Network Training (Batch Size-15)

Train ee Mandays

65

320

385

Event

Trainee Mandays

150

435

585

Annual Technical Support


Annual Technical Support for OS and other System Software (in no. of years after project commissioning ) ATS on ERP package licenses (in no. of years after final project commissioning) Workshop Application on site

Yrs

Yrs

D
1

Additional On site Application hand holding Support after each site commissioning
Mandays 140 870 1010

Centre for Railway Information Systems

II-85

Tender for WISE-II Other charges including freight/ insurance etc. as % (10)

Tender Document Part-II Other charges including freight/ insurance etc. as Amount (11)

S. No

Item description

Units

Pilot Phase

Roll out

Total Quantity

Basic Unit Rate

Taxes as %

Taxes as Amount

Discount

Total

(1)

(2)

(3)

(4)

(5)

(6)=(4)+(5 )

(7)

(8)

(9)

(12)

(13) =[(6)*(7)] +(9)+(11)-(12)

Support days)
2

(working

Central Application and ROAMS Portal on site Support (working days )

Mandays

65

400

465

Centre for Railway Information Systems

II-86

Tender for WISE-II

Tender Document Part-II

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 1. 2. 3. 4. 1.1.1 1.3.4.1 Part 1 1.3.5.2 Part 1 5. 6. Part 1 1.2.19.3 Part 1 7. 1.3.5.6 Part 1 8. 9. 10. 11. 1.2.19.4 1.3.2 1.3.3.2 1.3.5.5

Page Reference 1-3 1-9


Annexure 1 Cost of Tender Document, as applicable EMD Quotation in prescribed Proforma Statement of Deviations as per proforma given in Annexure 4, Tender Document Part-I

1-10
Annexure 4

Annexure 5

Warranty offer proforma


Authority letters from OEM manufacturers, as applicable

1-6
Annexure 6

1-10

Self-details as per proforma given in Annexure 7 Annexure 7


Commitment letter from principal manufacturers as required

1-6 1-8 1-9 1-10

Authorization Certificate
A copy of the memorandum of formation of Consortium, as applicable Technical information of the products being offered along with brochures

Centre for Railway Information Systems

II-87

Tender for WISE-II

Tender Document Part-II

S No

Tender Document

Brief Details

Folder No and page reference

Clause Reference 12. 1.3.22.8

Page Reference 1-16


Detailed designs and drawings required for installation of equipment and the scheme of layout and connections required Copies of Audited Annual Financial results for the last three completed Financial Years. Copies of Purchase Orders/ Contracts Nos/ Details of requisite value, minimum two, out of which at least one should have been completed. List of implementations with requisite details Copy of current SEI CMMi Certificate List of implementations (min 20) with requisite details (ERP OEM). List of implementations (min 30000) with requisite details (ERP OEM World wide users). List of important customers with requisite details (Server OEM). List of important customers with requisite details (Router/ Switches OEM). All relevant documents listed under this Qualification Criteria as applicable. Detailed implementation strategy indicating steps involved up to Go-Live Level of functional conformance List of makes and models for all offered hardware items, select network equipment and system softwares.

13.

2.3.2.A1

2/39

14.

2.3.2.A2

2/39

15. 16. 17. 18.

2.3.2.A3 2.3.2.A4 2.3.2.B1 2.3.2.B2

2/40 2/40 2/40 2/40

19. 20.

2.3.2.C 2.3.2.D

2/41 2/41

21. 22. 23. 24.

2.3.2.E 2.5.2.6 2.5.2.24 2.5.5.9

2/41 2/46 2/48 2/51

Centre for Railway Information Systems

II-88

Tender for WISE-II

Tender Document Part-II

S No

Tender Document

Brief Details

Folder No and page reference

Clause Reference 25. 2.5.8.3

Page Reference 2/53


Any readjustment of mile stones by bidder to suit their implementation strategy SCHEDULE OF RATES

26.

2.12.1, 2 & 3

2/63

Centre for Railway Information Systems

II-89

Tender for WISE-II

Tender Document Part-II

3. ANEXURES TO TENDER DOCUMENT PART- II

Centre for Railway Information Systems

III-1

Tender for WISE-II

Tender Document Part-II

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

Centre for Railway Information Systems

III-2

Tender for WISE-II

Tender Document Part-II

ANNEXURE 2.I

3.1 TECHNICAL SPECIFICATION FOR HARDWARE


INDEX

3.1.1. 3.1.2.

SERVER TYPE A - CONFIGURATION FOR PILOT PHASE- A SERVER TYPE- A CAPACITY UPGRADATION REQUIREMENTS FOR ROLLOUT PHASE- B RF-ID TAGS RF-ID TAGS READER (FIXED READER TO BE INTEGRATED WITH THE KIOSK) HAND HELD PDA WITH RFID READER HAND HELD PDA WITHOUT RFID READER THIN CLIENT (TO BE INTEGRATED WITH KIOSK) TOUCH SCREEN PANEL HIGH SPEED SCANNER DESKJET PRINTER PRINTERS MULTIFUNCTION DEVICE (PRINT, SCAN, COPY, FAX) DESKTOP PC LAPTOP UPS 500VA OFF-LINE (STAND ALONE TYPE) MOBILE E-PEN WITH STORAGE DEVICE SCHEMATIC DIAGRAM FOR THE TOUCH SCREEN KIOSK

III-4

III-6 III-7 III-7 III-8 III-9 III-10 III-10 III-11 III-11 III-11 III-12 III-13 III-14 III-14 III-15

3.1.3. 3.1.4. 3.1.5. 3.1.6. 3.1.7. 3.1.8. 3.1.9. 3.1.10. 3.1.11. 3.1.12. 3.1.13. 3.1.14. 3.1.15. 3.1.16.

Centre for Railway Information Systems

III-3

Tender for WISE-II

Tender Document Part-II

3.1.1. S.No. Item A. 1. 2. 3.

SERVER TYPE A - CONFIGURATION FOR PILOT PHASE- A Description

Major Parameters Server/CPU Processor Clock Speed Number of Available sockets {cores} Maximum Sockets {Cores} capability on the same server for vertical scalability Memory available / expandable to Latest processor 64 bit RISC OR Intel Itanium2 , EPIC 64 bit 1.6 GHz or above. This should be highest commercially available speed for the offered series /model of servers . 2 { 14 }

4.

A t least

8 { 64 }

5.

112 GB / expandable to minimum 512 GB RAM 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. Management Console for centralized administration of connected servers over LAN. 2 4Gbps FC HBA ports on separate cards per partition for connectivity to the external SAN storage system Minimum 24 PCI slots , with future expansion @ min 4 slots per partition . At least 4 Hard 146 GB FC-AL/SAS/SFF-SAS (15K RPM or above) Hot Swappable disk bays

6.

Partitioning requirement

7. 8. 9.

Console HBA for External Storage

PCI Slots

10.

Internal Hard Drive

Centre for Railway Information Systems

III-4

Tender for WISE-II

Tender Document Part-II

11.

RAID Operating Systems Supported Integrated I/O Ethernet Ports DVD Combo Drive Other Parameters

Raid level 0, 1, 1+0 must be available through Raid controller Server must have certification to support Latest OEM Versions of the following OS: 64 bit Enterprise Linux OR 64 bit Enterprise Unix. Four Gigabit Ethernet ports per partition. These ports are required to have RJ45 interface. 8 x DVD ROM

12.

13. 14. B.

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. Hot swap & Redundant 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. All necessary cables & connectors of OEM make only, are to be provided
OEM Rack mount up to 42 U high

Power Supply

Cooling Fan

4
5

Connectors and Cables


Form Factor

Centre for Railway Information Systems

III-5

Tender for WISE-II

Tender Document Part-II

3.1.2.

SERVER TYPE- A CAPACITY UPGRADATION REQUIREMENTS FOR ROLLOUT PHASE- B Item Major Parameters Minimum Number of additional Cores Description

S.No. A.

6 Cores

to be provided in the upgraded Server Minimum additional Memory to be provided in the upgraded server Confirmation of server sizing provided for rollout phase-B and Bidders liability for correctness of offered server sizing for rollout phase-B

48 GB

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.

Centre for Railway Information Systems

III-6

Tender for WISE-II

Tender Document Part-II

3.1.3. S.No. A. 1 2 Item

RF-ID TAGS Description

Major parameters Communication Protocol Frequency Range Read range for both Assembly card and Man card EPC Class1 Gen2 OR ISO 18000-6 C 2004 compliant UHF, 865 - 867 MHz as permitted license free band for use in RFID by WPC, Ministry of Communication and Information Technology, Government of India. 0.3 m with hand held and upto 1.5 m with fixed readers within a reasonable angle of spread of about +/50 degrees 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.

Tag Sealing conditions

B. 1

Other parameters Temperature range - 10 to +55C 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. from 5% (desert conditions) to 100% (rain) Globally unique identification code.

Mounting and card Dimensions

3 4

Relative humidity range Data on the tag

3.1.4. A. 1 2 3 4 B.

RF-ID TAGS READER (Fixed Reader to be fitted inside the Kiosk) Major parameters Frequency Supported RFID TAG PROTOCOL Memory Read Distance Other parameters UHF, 865 - 867 MHz as permitted license free band for use in RFID by WPC, Ministry of Communication and Information Technology, Government of India. EPC Class1 Gen2 OR ISO 18000-6 C 2004 compliant 100 tags data(Minimum) 1.5 m within +/- 50 degrees , simultaneous reading

Centre for Railway Information Systems

III-7

Tender for WISE-II

Tender Document Part-II

1 2 3 4

Connectivity Operating Temperature Environmental and Humidity range requirements Software

Suitable Serial/ Ethernet/USB port to Kiosk PC - 10 to +55C Fit for working in dusty environment with humidity from 5% (desert conditions) to 100% (rain) SDK/HDK for JAVA compatible development with local windows PC

3.1.5. S. No. A. 1. 2. Item

HAND HELD PDA WITH RFID READER Description

Major parameters Processor Wireless connectivity PXA 270, 520 MHz or PXA 3xx, 624 MHz or better Bluetooth/IEEE 802.11b/g, GSM/GPRS 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 Lithium Ion High capacity- 3000 mAh or better Shock proof to minimum 3 Feet drop on concrete surface Fit for out door use IP 54 rating or better Windows mobile 6.0 / Windows CE 6.0 based or better. With internet explorer mobile and outlook mobile Compatibility with JAVA platform.

RFID reader attachment to the PDA (only for PDA with RFID reader)

4. 5.

Battery Environmental and ruggedness conditions

6.

Operating system

B.

Other Parameters Touch-screen, passive stylus / finger operated. Simple alphanumeric key board ergonomically designed for repeated operation in outdoor conditions. Full QVGA or better, TFT, minimum 2.8 inches in diagonal size or better.

1.

Input Device Type

2.

Display

Centre for Railway Information Systems

III-8

Tender for WISE-II

Tender Document Part-II

S. No. 3. 4. 3.1.6. S. No. A. 1. 2. 3. 4.

Item

Description Headphone cum mike Jack: 1 USB. 1. Heavy Duty Charger 2. Headphone with mike

Ports/Connectors Accessories

HAND HELD PDA WITHOUT RFID READER Item Description

Major parameters Processor Wireless connectivity Battery Environmental and ruggedness conditions PXA 270, 520 MHz or PXA 3xx, 624 MHz or better Bluetooth/IEEE 802.11b/g, GSM/GPRS Lithium Ion High capacity- 1900mAH or better Fit for out door use IP 54 rating or better Windows mobile 6.0 / Windows CE 6.0 based or better. With internet explorer mobile and outlook mobile Compatibility with JAVA platform.

5.

Operating system

B.

Other Parameters Touch-screen, passive stylus / finger operated. Simple alphanumeric key board ergonomically designed for repeated operation in outdoor conditions. Full QVGA or better, TFT, minimum 2.8 inches in diagonal size or better. Headphone cum mike Jack: 1 USB. 1 2 Heavy Duty Charger Headphone with mike

1.

Input Device Type

2. 3. 4.

Display Ports/Connectors Accessories

Centre for Railway Information Systems

III-9

Tender for WISE-II

Tender Document Part-II

3.1.7. S.No. A. 1 2 3 4 B. 1 2 3 4 5 6 7

Thin Client (to be integrated with Kiosk) Features Major parameters Processor Flash Memory Main Memory Monitor Other Parameters Network Interface Ports / Slots Local Operating System Server OS Support Networking Protocols Power Supply Physical Characteristics Description

1 GHz or above AMD/Intel/VIA Mobile processor Self powered 2 GB Flash expandable up to 4 GB 1 GB DDR2/SDRAM Expandable up to 2 GB 15 TFT TCO 03 Compliant monitor(1024x768) 10/100 Mbps Ethernet (auto Sensing) NIC, RJ45 connector. 1 Serial Port, 1 Parallel port, 4 USB Ports version 2.0, Hardware support for RFID Reader Embedded Windows OS/ Linux, browser support. To suit the solution. Unix + Derivatives, Linux TCP/IP with DNS and DHCP, Wake on LAN. DHCP support for automatic upgrades and unit configuration and PPP 100 to 240 VAC, 50 Hz energy-saving automatic power down Connection cooled fan less design, no moving part

3.1.8.

Touch Screen Panel

(To be integrated with the thin client monitor)


S.No. A. 1 2 3 4 5 6 B. 1 2 3 Item Major parameters Size Touch screen Glass Thickness Response Time Durability Viewing angle Other Parameters Activation Operating Temp. Mounting Description 15 Panel Touch Glass- Capacitive 3.1 mm Less than 3 ms Greater than 225 million touches H +/- 65: V +50/-60 degrees Bare Finger Touch screen 0 to 70 deg C To be integrated with the monitor with preferably IP54 rating

Centre for Railway Information Systems

III-10

Tender for WISE-II

Tender Document Part-II

3.1.9. S.No. A. 1 2 3 4 5 6 B. 1 2 3 4

High Speed Scanner Features Major parameters Resolution Sample Color Depth Sample Gray Scale Level Scanning Paper size Speed in ppm(min) Scanning Mode Other Parameters Other Capabilities Drivers Interface Automatic Document Feeder(ADF) Description 600 x 600dpi optical resolution 48-bit 256 gray levels A-4 8 ppm or Better Duplex ,Color, Sheet fed OCR to MS-Word, Scan to PDF format drivers for O.S. on media USB 2.0 port 50 sheet capacity

3.1.10. S.No. A. 1. 2. 3. 4. 5. B. 1. 2. 3. 4.

DESKJET PRINTER Features Major Parameter Resolution Print Speed Duplex Printing Paper Size Networking Other Parameters Connectivity Paper handling Monthly Volume Media Description Black Print: Up to 1200 x 1200 rendered dpi Color Print: Up to 4800 optimized dpi color and 1200 input dpi Black/Color: 30/25 ppm Automatic A4 Standard (built-in Ethernet) 1 USB, 1 Ethernet 150-sheet input tray Up to 5000 pages To be Supplied

3.1.11.

Printers Multifunction device (Print, Scan, Copy, Fax) 1200 x 1200 dpi Inkjet 25ppm/20ppm for Black/Colour A4 3 sec per page Suitable memory Minimum 50 numbers 25ppm/20ppm for Black/Colour

Major Parameters Resolution Print Technology Printer Speed Size Speed Fax Memory Speed Dialing Nos. Copier Speed

Centre for Railway Information Systems

III-11

Tender for WISE-II

Tender Document Part-II

Resolution Reduce/Enlarge Resolution Color Depth Scanner Scanning area (maximum) Gray Depth Other parameters Automatic Document Feeder Memory, Std Drivers Interface 3.1.12. S.No. A. 1 2 3 4 5 6 7 B. 1 2 3 4 5 6 7 8 Item Major parameters Processor Motherboard & Chipset: Memory HDD Monitor Mouse DVD Writer Other Parameters Key Board Bus Architecture Bays Ports DMI Networking Facility Operating System Power management DESKTOP PC Description

600 x 600 dpi 25-400% 1200 x 1200 dpi 48-bit A4 8-bit (256 gray levels) 20 Sheets Suitable drivers for O.S. USB 2.0 port

Intel Core 2 Duo E7400, 2.8 GHz, 3 MB L2 cache and 1066 MHz FSB or better. Intel 3 series/n Vidia GeForce 7 series or better on OEM Motherboard 2 GB DDR3 1033 MHz RAM with minimum 4 total DIMM slots. 160 GB 7200 rpm Serial ATA HDD. 43.2 cm TFT SVGA Colour Digital Monitor or better Optical with USB DVD writer 8X 104 keys , with USB Integrated Graphics, 2 PCI,1 PCI Express x 1 and 1 PCI Express x 16. 4 Nos.(2 Nos. 5.25 inches for Optical Media Drives and 2 Nos. 3.5 inches for Hard Disk Drives). 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. DMI 2.0 Compliance and Support. 10/100/1000 on board integrated Network Port with remote booting facility remote system installation, remote wake up. Windows 7 Business preloaded with Media and Documentation and Certificate of Authenticity. Screen Blanking, Hard Disk and System Idle Mode in Power On, Set up Password, Power supply SMPS Surge protected.

Centre for Railway Information Systems

III-12

Tender for WISE-II

Tender Document Part-II

S.No. 9

Item Cabinet

Description Mini Tower

3.1.13. S.No. A. 1 2 3 4 5 6 7 8 B. 1 2 3 4 Item

LAPTOP Description

Major parameters Processor Motherboard & Chipset: Memory HDD Video controller Display Key Board Graphics Card Other Parameters Mouse DVD Writer Wireless Connectivity Expansion Port Mobile Intel Core 2 Duo Processor P9600/T9550, 2.6GHz with 6MB L2 cache 1066 MHZ FSB or higher. Mobile Intel PM 45 or higher chipset on OEM motherboard. 4 GB DDR2 RAM 320 GB 5400 rpm (minimum) Integrated Graphics with 256 MB dedicated memory. 35.5 cm(14")or above active Matrix wide screen Display. (1280x768 WXGA Resolution) Keyboard with Touch Pad NVidia GeForce 512 MB DDR2 USB Optical Mouse of OEM Make Integrated 8X DVD writer and integrated stereo speaker Integrated wireless Intel 802.11 a/g/n, Integrated Blue tooth 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 230V, 50 Hz AC Supply with Rechargeable Battery Pack Comprising of Li-Ion Batteries suitable for approx. 4 hours operation complete with battery charger/adaptor (voltage and capacity of battery pack to be indicated in the offer) Microsoft Windows 7 Business (preinstalled) & Antivirus Software latest Version with 60 days license To be Provided

Power Supply

6 7

Operating system Carry trolley case

Centre for Railway Information Systems

III-13

Tender for WISE-II

Tender Document Part-II

3.1.14. S.No. A. 1. 2. 3. 4. 5. B. 1. 2. 3. 4. 5.

UPS 500VA Off-line (Stand Alone Type) Features Major Parameter Power Rating Operating Mode Description

500 VA (With minimum 15 minutes backup time) Stand Alone Voltage Range: 150V AC to 275V AC Input Specifications Frequency : 50Hz +/-6% Voltage (Inverter Mode): 220V AC Nominal Output Specifications Frequency (Inverter Mode): 50Hz +/-2% Voltage (Main AVR Mode): 220V +/-12% <=5 ms or Better Transfer Time Other Parameters Protection against surge or noise or overload or short circuit Protection or battery low Sealed Maintenance Free Battery Charging when UPS is off but Connected to Mains Charging Display Indicators for AC normal, Battery Charging, System Indications on Backup, AC power failure etc. On battery mode: Beeps every 30 sec. Low Battery Pre-alarm: Two Beeps Every 3 Sec Alarms

3.1.15.

Mobile E-Pen with storage device Description 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. Handwriting is converted to PC text. No special pad or ink or medium should be necessary. Minimum 100 dpi Electro-Magnetic, Ultra sonic At least 0.2 mm Notes may be edited in the midst of writing or even if previously Written and saved. About 120 hours of pen down. About 4 months in normal Use. Functions as a mouse- can draw with e-pen in Word, Paint, Corel draw, Photoshop etc. Standard ball point pen Lithium battery / Rechargeable battery (charger to be supplied with the unit if required) It should be Windows vista/ XP, Linux compatible. SDK required for developing linkages with J2EE / ERP application

S.No. Item A. Major Parameter 1 2 3 4 5 6 7 8 Capture & storage Writing Resolution Immunity Accuracy Editing Pen Battery life Functions

B. Other Parameters 1 Pen refill Power supply2 pen and storage device 3 Compatibility

Centre for Railway Information Systems

III-14

Tender for WISE-II

Tender Document Part-II

3.1.16.

Schematic Diagram for the Touch Screen Kiosk

TFT Monitor with angular adjustments

Lockable burglar proof glass front cover (to drop vertically)

Monitor cover of suitable material resistant to diesel and grease with smooth exterior finish

Stainless Steel Body

SIDE VIEW ISOMETRIC VIEW

A. 1 2 3 B. 1 2 3 4 5

Material Requirements: General Construction Material Monitor hood, Table top Mouldings, Racks Front Cover of Monitor cover: Other Requirements: Aesthetic Appearance. Ergonomic Design for working in standing position. Tabletop to be capable of taking 50 KG concentrated load at the centre of side table spaces and the central armrest. Rugged and rigid construction for use in factory environment. Water proof enclosure for the monitor and terminal CPU/UPS Stainless steel GRP resistant to grease, coolant & Diesel Laminated, Theft proof Glass

Centre for Railway Information Systems

III-15

Tender for WISE-II

Tender Document Part-II

ANNEXURE 2.II

3.2

TECHNICAL SPECIFICATIONS AND INSPECTION PROCEDURE FOR NETWORK ITEMS INDEX

1. 2. 3. 4. 5. 6. 7. 8. 9.

Technical Specifications for Router (02 LAN / 08 x 02 Mbps WAN Ports; 100 Kpps) Technical Specifications for Router (02 LAN / 04 x 02 Mbps WAN Ports; 50 Kpps) Technical Specifications for Layer-3 Switch:

III-17 III-19 III-22

Technical Specifications for Layer-2 Switch with 24 Ethernet ports & 02 Fiber Ports (Type-I) III-24 Specifications of 24 ports Gigabit Layer-2 Switch (Type-II) Technical Specifications for LAN Extender: Technical Specifications for Media Converter Technical Specifications of Wireless Access Point III-26 III-27 III-28 III-28

Technical Specifications for G.SHDSL 2 Mbps (nx64 Kbps) 2 wire Leased Line Modems ( V.35 & G.703 ) III-28 III-30 III-31 III-32 III-33 III-33 III-34 III-35 III-35 III-35 III-36

10. Technical Specifications for UPS On-line (Stand Alone Type) 1KVA 11. Technical Specifications of Structured LAN Cabling components

12. Technical Specifications of Fiber cabling components 13. Technical Specifications of 12 U Network Equipment Rack 14. Technical Specifications of 24 U Network Equipment Rack 15. Specifications for Conduits, PVC Channel, HDPE Pipe, G.I Pipe and UTP/Fiber Cable Installation Laying etc. 16. Other requirements for LAN work : 17. Feruling and labeling requirements 18. Documentation 19. ATP (ACCEPTANCE TEST PROCEDURE) For all Network Items of Supply Scope

Centre for Railway Information Systems

III-16

Tender for WISE-II

Tender Document Part-II

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

Centre for Railway Information Systems

III-17

Tender for WISE-II

Tender Document Part-II

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

Centre for Railway Information Systems

III-18

Tender for WISE-II

Tender Document Part-II

Display of pre-configured description / label on each interface. 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 / Routers 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)

iv) v)

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.

Centre for Railway Information Systems

III-19

Tender for WISE-II

Tender Document Part-II

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.

Centre for Railway Information Systems

III-20

Tender for WISE-II

Tender Document Part-II

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.

Centre for Railway Information Systems

III-21

Tender for WISE-II

Tender Document Part-II

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 / Routers 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).

Centre for Railway Information Systems

III-22

Tender for WISE-II

Tender Document Part-II

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.

Centre for Railway Information Systems

III-23

Tender for WISE-II

Tender Document Part-II

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.

Centre for Railway Information Systems

III-24

Tender for WISE-II

Tender Document Part-II

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.

Centre for Railway Information Systems

III-25

Tender for WISE-II

Tender Document Part-II

5.

Specifications of 24 ports Gigabit Layer-2 Switch (Type-II)

General Requirements: 1. 2. 3. 4. 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. 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. Switch shall have built in power-on diagnostics system to detect hardware failures. Switch shall have suitable Visual Indicators for diagnostics and healthy / unhealthy status of Ports & modules.

Hardware Capabilities: 5. 6. 7. 9. 10. 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 have minimum of 30 Gbps forwarding bandwidth at layer 2 switching fabric. Switch shall have minimum 32 Million packets (64 Byte packet) per second forwarding rate. Switch shall support minimum support of 8,000 MAC addresses. Switch shall be capable of working with AC Power supply with a Voltage varying from 170 240 Volts at 50 +/- 2 Hz. Switch shall support for 19 Inch rack mountings.

10.

Functional Requirements:

11. 12. 13. 14. 15. 16. 17. 18. 19. 20. 21. 22. 23. 24. 25. 26. 27.

Switch shall support Link Aggregation Control Protocol (LACP) as per IEEE 802.3ad. Switch shall support 802. 1Q VLAN all ports with support for minimum 255 VLANs. Switch shall support for IEEE 802.1D spanning tree protocol. Switch shall support Dynamic Host Configuration Protocol (DHCP). Switch shall support classification and scheduling as per IEEE 802.1P on all ports. Switch shall support self learning of active MAC addresses and associated VLANs. Switch shall support Port Spanning functionality for measurements using a network analyzer. Switch shall support IEEE 802.1Q VLAN tagging. Switch shall support Auto-MDIX (Media Dependent Interface Cross- over). Switch shall support IGMP snooping. Switch shall support per port broadcast, multicast and unicast storm control to prevent degradation of overall system performance occurred due to faulty end stations. Switch shall support DNS, TFTP and NTP / SNTP based on RFC 1305/ 2030 for synchronization of date and time from central NTP Server. Switch shall support for IEEE 802.1x port based authentication with VLAN assignment, Port Security and ACL (Access control List) assignment. Switch shall support Multiple Spanning-Tree Protocol as per IEEE 802.1s. Switch shall support Strict Priority Queuing. Switch shall support MAC address based port level security using which forwarding on a port is restricted to a defined group of addresses. Support for Switches to be stacked or clustered and manageable using a single IP address.

Centre for Railway Information Systems

III-26

Tender for WISE-II

Tender Document Part-II

28. 29. 30.

Switch shall support System & Event logging functions as well as forwarding of these logs onto a separate Server for log management. Switch shall support on-line software reconfiguration to implement changes without rebooting. Switch shall have comprehensive debugging features required for software & hardware fault diagnosis.

Management Features

31. 32. 33. 34. 35. 36. 37. 38. 39.

Switch shall have a console port with RS-232 Interface for configuration and diagnostic purposes. Switch shall be SNMP manageable with support for SNMP Version 1, 2 and 3. Switch shall support all the standard MIBs (MIB-I & II). Switch shall have Embedded Web based Network Management Software for configuration and management. Switch shall support TELNET and SSH Version-2 for Command Line Management. Switch shall support 4 groups of embedded RMON (history, statistics, alarm and events). Switch shall support multiple privilege levels to provide different levels of access on console port and telnet sessions. Switch shall support RADIUS for console access restriction and authentication as per RFC 2138. 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. 41. 42.


6.

Switch shall conform to UL 60950 or IEC 60950 or CSA 60950 or EN 60950 Standards for Safety requirements of Information Technology Equipment. 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. Switch shall be manufactured in accordance with the international quality standards ISO 9001:2000 for which the manufacturer should be duly accredited. Technical Specifications for LAN Extender:

The LAN extender is required for interconnecting two LANs using conventional Underground 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).

Centre for Railway Information Systems

III-27

Tender for WISE-II

Tender Document Part-II

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. 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12. 13. 14. 15. 9. Technical Specifications of Wireless Access Point 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. Should support 2.4 GHz frequency Should support 64/ 128-bit WEP encryption. Should support authentication (MAC Level Control). Should operate minimum 100 M range (indoor). Equipment should have an antenna to cover the given range. Should have Dynamic data rate switching with auto fallback capability. Should support SNMP, Telnet, and TFTP. Should support IP and DHCP protocols. Should support bridging. Should support the rejection of RF and noise interference. Should support 802.1x standard. Powers supply 220 +/- 10% and should support power over Ethernet (POE). LED indications for Power, LAN & Wireless activity. Operating Temperature range 0 50 degree C. 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

Centre for Railway Information Systems

III-28

Tender for WISE-II

Tender Document Part-II

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) ITUT 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 :

Centre for Railway Information Systems

III-29

Tender for WISE-II

Tender Document Part-II

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 2) Operating Mode 3) Input Specifications a) Single Phase AC Input b) Input Frequency c) Input Power Factor 4) Output Specifications a) AC Output Voltage b) Wave Form c) Overall Efficiency d) Harmonic Distortion e) Output Frequency f) Output Power Factor g) Crest Factor h) Overload Capacity 5) Indications 6) Standards a) EMI / EMC b) Safety 7) Generator Compatibility 8) Protection and Filtering

Double Conversion Online UPS, High Frequency PWM ,IGBT Based, Built-in Charger Stand Alone 165 Volts to 275 Volts on full load 50 Hz +/- 5 % > 0.9 at full load Single Phase 230 Volts +/- 2% Pure Sine Wave (AC to AC) Better than 85% 3% (Max.) with linear loads and 5% (Max.) with Non-linear loads 50 Hz +/- 0.5% (Constant Frequency ) >= 0.7 at full load 3:01 125% for 1 min. UPS on Mains/Battery, UPS trip, Battery Charging,Battery Low, Over load, LOAD bypass ON EN 50091-2 , UPS shall not interfere with Network equipments by generating noise EN 50091-1 UPS should be compatible with portable/non-portable generator Input AC over / under voltage & Short circuit protection, Spike/Surge/Noise Protection, Battery Overcharge 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.

9) Certifications

10) Operating Temperature 0 degree 40 degree Celsius 11) Relative Humidity 90% max. 12) Backup a) Sealed Maintenance Free Min. 800 VAH required for 30 mins. Battery Bank

Centre for Railway Information Systems

III-30

Tender for WISE-II

Tender Document Part-II

11. (i)

Technical Specifications of Structured LAN Cabling components Category-6 UTP Cable

1. 2. 3. 4. 5.
(ii)

Meet all TIA/EIA-568-B.2-1 Cat 6 or ISO/IEC 11801 Class E Standards Low Smoke zero Halogens Cable Component complaint for Category-6 ETL verified 24 AWG or better Solid Bare Copper

Category-6 Wall UTP I/O

1 2 3 4 5 6
(iii)

Meet all TIA/EIA-568-B.2-1 Cat 6 standards Capable of re-termination Minimum 6 colors Component compliance for Category-6 Single Cat 6 Wall Mounting Outlet UL Listed

Modular Face Plate

1. British/American Style slope or angled shuttered faceplate 2. Modular Design


(iv) Category-6 Patch Cord (1m & 2m)

1. 2. 3. 4. 5. 6. 7.
(v)

Meet all TIA/EIA-568-B.2-1 Cat 6 standards Factory Crimped 24 AWG or better Copper Conductors Tangle free plug design Minimum 5 colors Component complaint for Category-6. RoHS Compliance

Modular Patch Panel

1. 2. 3. 4. 5.
(vi)

Fit Modular design Fit in standard 19" rack occupying 1U space Accept 24 individual colored I/O Jacks Lables with lable-holders UL listed

PVC Gang BOX

1. Single Gang Box accepts Modular Face Plate 2. Preferably ISI marked, heavy duty and rugged construction

Centre for Railway Information Systems

III-31

Tender for WISE-II

Tender Document Part-II

(vii)

Cable Manager

1 Single -sided Plastic horizontal cable manager with Duct fingers and covers (1U) 2 RoHS Compliance
12. (i) Technical Specifications of Fiber cabling components Optical Fiber Cable

1. Standards FOCIS-3 TIA/EIA-568-B.3 Complied 2. Single Mode 9/125 or 50/125 m 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 900m 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. 2. 3. 4. 5. 6.

Slides out Drawer for easy front access 19 rack mountable Removable rear tray cover for easy access to splices and cable storage Include fiber optic cable routing accessory kit Side and rear cable entry 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 m

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

Centre for Railway Information Systems

III-32

Tender for WISE-II

Tender Document Part-II

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

1. 2. 3. 4. 5. 6. 7. 8. 9.
14.

12U Wall Mount 19 Closed Frame Network Equipment Rack :APW / RITTAL / Vallrack Front Glass Door with Lock (1nos) Ventilated Top cover and Bottom cover with cable entry facility Hardware Front Panel (Equipment mounting Fasteners) in pkts of 10 (2nos) 19 equipment mounting shelf with a depth of 400mm and 1U height (2nos) 19 cooling fan tray (2 fan provision) (1nos) 19 horizontal cable manager 1U + Hardwoare (5nos) AC mains power distribution box upto 5 sockets.(2nos) Earth continuity kit comprising of earthing bar and earthing straps (1nos) Conforming to industry standard practices
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. 2. 3. 4. 5. 6. 7. Front Glass Door with Lock Rear Door with Lock & vented at bottom Side Panels with Latches & vented at bottom Ventilated Top cover and Bottom cover with cable entry facility Castors with front brakes (Set of 4 Nos.) 19'' mountable equipment shelf with a depth of 475mm and 1U/2U height Hardware Mounting Screws packet of 10 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 19" Sliding self with a min. depth of 475mm and 1U height

8.

9.

Centre for Railway Information Systems

III-33

Tender for WISE-II

Tender Document Part-II

10. 11. 12. 13. 14.


15. (a)

19'' cooling fan tray with 4 fans mounted ( 90 CFM ) Equipment Support angles (in pairs) 19'' horizontal cable manager 1U + Hardware Earth continuity kit comprising of earthing bar and earthing straps Conforming to DIN 41494 - and industry standard practices
Specifications for Conduits, PVC Channel, HDPE Pipe, G.I Pipe and UTP/Fiber Cable Installation Laying etc. 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.

Centre for Railway Information Systems

III-34

Tender for WISE-II

Tender Document Part-II

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, manufacturers 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

Centre for Railway Information Systems

III-35

Tender for WISE-II

Tender Document Part-II

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 /PII, GM / WISE, CRIS. 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.

1.2

19.2 Final acceptance test procedure:

Centre for Railway Information Systems

III-36

Tender for WISE-II

Tender Document Part-II

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 manufacturers 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. Manufacturers 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 manufacturers certificate for item No. 9 of technical specifications. 3. Tests to verify compliance to item No. 30 to 43 of technical specifications. 4. Manufacturers 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 manufacturers certificate for item No.10 of technical specifications. 3. Tests to verify compliance to item No. 23 to 35 of technical specifications. 4. Manufacturers 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

Centre for Railway Information Systems

III-37

Tender for WISE-II

Tender Document Part-II

2. 3. 4. 5.

specifications. Verification by conducting tests or on the basis of Manufacturers certificate for item No. 9 of technical specifications. Tests to verify compliance to item No. 28 to 39 of technical specifications. Manufacturers certificate to verify compliance to item No. 1 to 3, 6 to 8, 11 to 27, 40 & 41 of technical specifications. 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. Manufacturers 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 manufacturers certificate for item No.1, 2, 3 and 4 of technical specification. 19.2.7 Acceptance Test Procedure for Wireless Access Point 1. 2. 3. 4. Physical inspection for verification of compliance to item No. 14 of technical specification Verification by conducting tests or on the basis of manufacturers certificate for item No. 1, 4 to 7 and 11 of technical specification. Tests to verify compliance to item No. 8, 9 to 10 of technical specification. Manufacturers 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.

Centre for Railway Information Systems

III-38

Tender for WISE-II

Tender Document Part-II

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 Manufacturers 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.

Centre for Railway Information Systems

III-39

Tender for WISE-II

Tender Document Part-II

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 Sl. No. Physical Check

Description Power Test On Ports Firmware/ Remarks Software

Vendor /Representative (sign) ____________ Name _____________ Design. ____________ Date _____________

CRIS/New Delhi ____________ _____________ _______________ ______________

Centre for Railway Information Systems

III-40

Tender for WISE-II

Tender Document Part-II

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.

Centre for Railway Information Systems

III-41

Tender for WISE-II

Tender Document Part-II

ANNEXURE: 2.III

3.3 WAN ARCHITECTURE


LGD

WISE II WAN Architecture


JHS UBL RYP MAS-CARRIAGE MYS SC MYS GOC/ TPJ CSTM BPL CCG AII BPL KTT AII Lower Parel BCT MX Parel DHD MTN

FOIS Backbone Network


BSL

Nasik BSL JUDW ASR

CRIS
JU MAS GMC BBS KGP HWH LKO IZN

ASR

MAS-LOCO

MCS NBQ KGP RAIPUR Phase I (16) Phase II (18) Existing FOIS Location Layer 3 Switch NBQ DBWS LLH KPA JMP ALAMBAG-LKO

GKP

JU

IZN

GMC CHARBAG-LKO

2 Mbps Link (55)

Centre for Railway Information Systems

III-42

Tender for WISE-II

Tender Document Part-II

ANNEXURE: 2.IV

3.4

CENTRAL DATA CENTRE ARCHITECTURE SCHEMATIC FOR WISE-II PROJECT

Item code

S1, S2 (Type A)

Description WISE ERP SERVERS (Database Servers, Application Server, Portal/Web Server, BI, Development, Testing / Training Server) Layer 2 Switch Existing Layer 3 switch Existing ROAMS FMM-LMS portal/Web Servers Existing ROAMS FMM-LMS Testing/Training & Development Server Existing ROAMS FMM-LMS DMS/BI/Reporting Server Existing SSL VPN Device for 100 concurrent users Existing Anti-Virus server

SW1,SW2, SW3, SW4 SW6 E1, E2 E3, E4 E5 Svd S10

Centre for Railway Information Systems

III-43

Tender for WISE-II

Tender Document Part-II

ANNEXURE 2.V

3.5

SHOP NETWORK (LAN) SCHEMATICS INDEX

Scope A (pilot phase)


3.5.1. 3.5.2. 3.5.3. 3.5.4. 3.5.5. PROPOSED NETWORK TOPOLOGY FOR CHARBAGH WORKSHOP, LUCKNOW (LKO) PROP OSED NETWORK TOPOLOGY FOR LILLUAH WORKSHOP (LLH) PROPOSED NETWORK TOPOLOGY FOR RAIPUR WORKSHOP PROPOSED NETWORK TOPOLOGY FOR LOWER PAREL WORKSHOP (LPL) PROPOSED NETWORK TOPOLOGY FOR LALLAGUDA III-46 III-47 III-48 III-49 III-50

Scope B (Roll Out Phase)


3.5.6. 3.5.7. 3.5.8. 3.5.9. 3.5.10. 3.5.11 3.5.12 3.5.13 3.5.14 PROPOSED NETWORK TOPOLOGY FOR BHOPAL WORKSHOP (BPL) PROPOSED NETWORK TOPOLOGY FOR PREAMBUR WORKSHOP-LOCO (PWP) PROPOSED NETWORK TOPOLOGY FOR KHARAGPUR WORKSHOP (KGP) PROPOSED NETWORK TOPOLOGY FOR KOTA WORKSHOP (KTT) PROPOSED NETWORK TOPOLOGY FOR RAYANPADU WORKSHOP (RYP) PROPOSED NETWORK TOPOLOGY FOR PAREL WORKSHOP PROPOSED NETWORK TOPOLOGY FOR MATUNGA WORKSHOP PROPOSED NETWORK TOPOLOGY FOR KACHRAPARA WORKSHOP PROPOSED NETWORK TOPOLOGY FOR JHANSI WORKSHOP
III-44

III-51 III-52 III-52 III-54 III-55 III-56 III-57 III-58 III-59


Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-II

3.5.15 3.5.16 3.5.17 3.5.18 3.5.19 3.5.20 3.5.21 3.5.22 3.5.23 3.5.24 3.5.25 3.5.26 3.2.27 3.2.28 3.2.29 3.2.30 3.2.31 3.2.32 3.2.33 3.2.34

PROPOSED NETWORK TOPOLOGY FOR JAMALPUR WORKSHOP PROPOSED NETWORK TOPOLOGY FOR JAGADHARI WORKSHOP PROPOSED NETWORK TOPOLOGY FOR BHUSAWAL WORKSHOP PROPOSED NETWORK TOPOLOGY FOR AJMER CARRIAGE & LOCO WORKSHOP PROPOSED NETWORK TOPOLOGY FOR GOC WORKSHOP PROPOSED NETWORK TOPOLOGY FOR ALAMBAGH LUCKNOW WORKSHOP PROPOSED NETWORK TOPOLOGY FOR MAHALAXMI WORKSHOP PROPOSED NETWORK TOPOLOGY FOR AMRITSAR WORKSHOP PROPOSED NETWORK TOPOLOGY FOR JODHPUR WORKSHOP PROPOSED NETWORK TOPOLOGY FOR DAHOD WORKSHOP PROPOSED NETWORK TOPOLOGY FOR DIBRUGARH WORKSHOP PROPOSED NETWORK TOPOLOGY FOR HUBLI WORKSHOP PROPOSED NETWORK TOPOLOGY FOR GORAKHPUR WORKSHOP PROPOSED NETWORK TOPOLOGY FOR IZZATNAGAR WORKSHOP PROPOSED NETWORK TOPOLOGY FOR KANPUR WORKSHOP PROPOSED NETWORK TOPOLOGY FOR MANCHESWAR WORKSHOP PROPOSED NETWORK TOPOLOGY FOR MYSORE WORKSHOP PROPOSED NETWORK TOPOLOGY FOR NASIK WORKSHOP PROPOSED NETWORK TOPOLOGY FOR NEW BONGAIGAON WORKSHOP PROPOSED NETWORK TOPOLOGY FOR MADRAS CARRIAGE WORKSHOP
III-45

III-60 III-61 III-62 III-63 III-64 III-65 III-66 III-67 III-68 III-69 III-70 III-71 III-72 III-73 III-74 III-75 III-77 III-78 III-79 III-80

Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-II

3.5.1.

PROPOSED NETWORK TOPOLOGY FOR CHARBAGH WORKSHOP, LUCKNOW (LKO)

LUCKNOW-Charbagh

Diesel Work shop


Switch

700 m
Switch

Store Offic e

300 m 1000 m
Switch

EDP Center

Switch

Lay er 2 Switc h OFC

Centre for Railway Information Systems

III-46

Tender for WISE-II

Tender Document Part-II

3.5.2.

PROP OSED NETWORK TOPOLOGY FOR LILLUAH WORKSHOP (LLH)

LILUAH
Switch Switch EDP C enter Switch

150 m Yard (Node 69)

500 m
Switch

100 m

Switch

Metallurgical Lab 200 m Lifting Bay 100 m

AMM /Store 250 m 1200 m Train light


Switch

Switch

200 m HT Shop 150 m


Switch

500 m

MR-G Sec tion 150 m

SSE / Material

150 m
Switch

Switch

BTC Tin Smith 300 m 150 m SCR

Air break C oach

Switch

Layer 2 Switch Lan Extender OFC Copper wire

150 m
Switch

Switch

300 m

M Shop

100 m

Power House 150 m Wheel K Shop

Wheel Inspection

Centre for Railway Information Systems

III-47

Tender for WISE-II

Tender Document Part-II

3.5.3.

PROPOSED NETWORK TOPOLOGY FOR RAIPUR WORKSHOP

RAIPUR
100 m PCO Switch 800 m 120 m RWSS Switch 220 m Pass Off ic e Switch 300 m Swit ch CTR B Switch W heel Shop 400 m 360 m 100 m Switch Boogie Shop Air Break Switc h 200 m Sw it ch SSE Office

Switch Time Offic e 600 m 230 m Switch EDP Center 500 m Lan Ext ender OFC Copper wire Mill Wright 1200 m

Switch

Layer 2 Switch

Centre for Railway Information Systems

III-48

Tender for WISE-II

Tender Document Part-II

3.5.4.

PROPOSED NETWORK TOPOLOGY FOR LOWER PAREL WORKSHOP (LPL)

Lower Parel

Switch Switch

Ac counts

300 m

EDP Center Accounts 450 m

Switch

P-Schedule & WM(R)


Switch

150 m

Switch

Paint Shop

Trimming Shop

200 m 200 m DV Room


Switch

TL

150 m
Switch

350 m

Fitting Section
Switch

BUF- ll

Switch

Layer 2 Switch 350 m Lan Extender OFC Copper wire


Switch

R AC

400 m

Centre for Railway Information Systems

III-49

Tender for WISE-II

Tender Document Part-II

3.5.5.

PROPOSED NETWORK TOPOLOGY FOR LALLAGUDA

Machine Shop

LALLGUDA

250 m
Carriage Store Switch Air Break

400 m

Swit ch

200 m
250

Tin Smith Switc h

1 50

m
Switc h

Switch Machine Shop 900

Electrical Maintenance

500 m 300 m
Switch Switch Computer s ec tion
Switch

Progress

Layer 2 Switch

300 m
Lan Ext ender OFC Copper wire

150 m
Switch Planning

Centre for Railway Information Systems

III-50

Tender for WISE-II

Tender Document Part-II

3.5.6.

PROPOSED NETWORK TOPOLOGY FOR BHOPAL WORKSHOP (BPL)

Bhopal
250 m

TTC
switch 1000 m

Paint Shop

200 m

Bogie
switch

Wheel shop

switch 300 m m 0 6

450 m switch

Tool Room

250 m

500 m

M/W Shop
switch

Carpentry Shop
1500m

Furnishing

Sub Station Transport


1200 m

Shell Component
switch

Account Office
switch Layer 2 Switch LAN Extender OFC UT P Copper Wire

500 m

400 m

Personal Office
switch

Meeting Hall
switch

20 m switch

EDP Center

Body Repair Shop


500 m

switch

Centre for Railway Information Systems

III-51

Tender for WISE-II

Tender Document Part-II

3.5.7.

PROPOSED NETWORK TOPOLOGY FOR PREAMBUR WORKSHOP-LOCO (PWP)


CR Train li ght
switch

Compress & Lp cutting 40 m


40 m

Wheel & Tier Office


switch

Madras-Loco
Wel din g (80 m)

CMT Office
400 m switch 200 m

Tape Changer

CR Office Stores
100 m S w i t c h S w i t c h

ACL Shed
100 m 100 m

switch switch

Layer 2 Switch LAN Extender OFC Copper Wire

170 m

switch

CR Office
Tool Room (60 m) Safet y (50 m) AC Loco (40 m)

CTMS Stores

Admin Building
500 m

UTP 250 m

120 m

BTC Shop

ERCBay Hardness & load testing


250 m

BTC
40 m 350 m

IC Base

IOW BRI BIO Diesel


200 m

Foundry / Smith Weightment Bridge Yard & Transport


switch 200 m

MW Office
switch

Electrical

E1-Section Chain testing


250 m

80 m

200 m

MW shed

Time Office RPF

Centre for Railway Information Systems

III-52

Tender for WISE-II

Tender Document Part-II

3.5.8.

PROPOSED NETWORK TOPOLOGY FOR KHARAGPUR WORKSHOP (KGP)

KHARAGPUR
Switch

Dy.CEE Officer
Switch

Dy. CME Carriage

400 m
250 m
Switch Switch

150 m 200 m

Power Hous e

Carriage Incentive

Switch

Dy.CEE

450 m

500 m

Store

Switch

Switch

D y.C ME , M&P

100 m EDP Centre

1500 m

500 m

Switch

Switch

Dy.CME Diesel

100 m 250 m
Switch Switch Switch

500 m CMT

Layer 2 Swit ch OFC

CW M Office

Centre for Railway Information Systems

III-53

Tender for WISE-II

Tender Document Part-II

3.5.9.

PROPOSED NETWORK TOPOLOGY FOR KOTA WORKSHOP (KTT)

KOTA
Millwright
Switch

Tool room

150 m Machine Shop


Switch

750 m

300 m

Roller Bearing
Switch

250 m
Switch

1400 m

Body Repair
Switch

Lifting Shop

Air Break 150 m Paint Shop


Switch

300 m BOX Shop


Switch

150 m

200 m 400 m

Switch

LPG Tank Repair Section


Switch

Wheel Shop 200 m

500 m

Switch

Layer 2 Switch 200 m Lan Extender OFC Co pper wire Time office
Switch

150 m

EDP

BTC

Centre for Railway Information Systems

III-54

Tender for WISE-II

Tender Document Part-II

3.5.10.

PROPOSED NETWORK TOPOLOGY FOR RAYANPADU WORKSHOP (RYP)


Sm ithy Air Br eak Sec . 1 20 m 150 0 m Bay 1 & 2 1 20 m h c t i w s W ay Bridge 50 m

RAYNAPA DU
7 50 m

Pla ttin g

Str ipp ing 70 m h c t i w s

Bay 3 & 4 70 m

W agon Sto res 1 20 m Bay 5,6 & 7 switch 500 m h c t i w s 150 m UT -La b

NTXR

50 m M achine Shop Safe ty

MMW

60 m

Pain t Sh op 800 m

500 m

Time Of fice

600 m

switch 35 0 m switch switc h Ad min Bu ildin g

s witc h

Layer 2 Switch LAN Extender O FC U TP Copper W ir e

BTC 90 m

Centre for Railway Information Systems

III-55

Tender for WISE-II

Tender Document Part-II

3.5.11

PROPOSED NETWORK TOPOLOGY FOR PAREL WORKSHOP

PAREL
200 m 250 m
Switch Switch

TMS Office

400 m
Switch

250 m
Switch

Corrosion

Smithy

Electrical Loco

Coil mfg Shop

500 m 900 m 1000 m


Switch

150 m 350 m
Switch

Fitting 200 m

WDM4 WDM2

Wheel Shop

Machine Shop Welding Shop MW Shop


Switch Switch

200 m 400 m

Layer 2 Switch LAN Extender OFC Copper wire

200 m
Switch Switch

EDP Center Accounts 1500 m

Time Office BTC

Centre for Railway Information Systems

III-56

Tender for WISE-II

Tender Document Part-II

3.5.12

PROPOSED NETWORK TOPOLOGY FOR MATUNGA WORKSHOP

MATUNGA
700 m
Switch Switch

HCR
Switch

Smith Shop

BNR Store 1000 m 400 m

500 m BTC
Switch

1000 m
Switch

Tool Room 250 m 300 m Millwright Trimming

Machine Shop

300 m

Switch

LVB / Welding

Switch

Fitting Section 300 m

Switch

500 m
Switch Switch

1500 m

Layer 2 Switch Lan Extender OFC Copper wire

CF-6
Switch

EDP Center Accounts 500 m


Switch Switch

Paint 500 m

Centre for Railway Information Systems

III-57

Tender for WISE-II

Tender Document Part-II

3.5.13

PROPOSED NETWORK TOPOLOGY FOR KACHRAPARA WORKSHOP

KACHRAPARA
250 m
Switch

Shop 26
Switch

300 m

Shop 31

Tim e Off ice 1500 m 150 m


Switch Switch

250 m

HLR ADM BLD G 150 m


Switch

EDP Centre

Switch

Store KPA 100 m


Switch

Shop 19 150 m 350 m


Switch

400 mtrs

100 m Shop 9

Switch

Switch

Shop 18

Dy CME

ADM BLDG 100 m

Switch

300 m

Shop 5

Switch

Layer 2 Switch
Switch

200 m Loco PPO

Lan Ext ender OFC Copper wire

Centre for Railway Information Systems

III-58

Tender for WISE-II

Tender Document Part-II

3.5.14

PROPOSED NETWORK TOPOLOGY FOR JHANSI WORKSHOP

JHANSI
150 m Paint shop SPO Switch 150 m Modernization cell Switch BTC 130 m 380 m 400 m

EDP Center Switch

750 m Mill Wr ight 200 m

Tank Wagon

200 m

Switch Air C ompr essor BWR Switch 120 m

300 m

Switch Progress Field

250 m Machine Shop 180 m Inspection 800 m Power H ouse Switch 250 m Accounts Switch Switch Dy CMM(Store) 300 m 400 m 120 m Switch Wheel shop

300 m

Yard

400 m BNR-I Switch

Switch

Layer 2 Switch LAN Extender OFC Copper wire

Switch Air Break Lab

Centre for Railway Information Systems

III-59

Tender for WISE-II

Tender Document Part-II

3.5.15

PROPOSED NETWORK TOPOLOGY FOR JAMALPUR WORKSHOP


TK 6

JA MA LPUR
4 00 m

Switch

500 m

Switc h

Switch

W a go n Sh o p

DP S

400 m

350 m

900 m
Switch Switc h

TOW ER Cra ne 5 00 m
Switc h

E DP

250 m
Switch

MT S

Dy CE E G IF 500 m
Switch

L aye r 2 S witch L an E xte n d er O FC Co pp e r wire

Centre for Railway Information Systems

III-60

Tender for WISE-II

Tender Document Part-II

3.5.16

PROPOSED NETWORK TOPOLOGY FOR JAGADHARI WORKSHOP

JAGADHARI
Lif ting A C Mechanical
Switch

400 m 250 m

300 m CR(L) Carriage S hop


Switch

WR W heel/ Roller

Switch

250 m 250 m
Switch Switch

400 m

500 m

Millwright

E DP Cent er

Switch

750 m

D-Wheel Shop
Switch

Layer 2 Swit ch 500 m Lan Ext ender O FC Copper wire Wagon S hop

Centre for Railway Information Systems

III-61

Tender for WISE-II

Tender Document Part-II

3.5.17

PROPOSED NETWORK TOPOLOGY FOR BHUSAWAL WORKSHOP

ELW Bhusawal Workshop


Antistatic Lab (New Building) Switch

500 m
SSE Movement

500 m
LAB (Old Building) Switch

200 m

Switch Pass Section (Old Building)

150 m 250 m

300 m
Light Fitting Room Switch Wheel Section B Switch Wheel Section A

500 m

Driver Desk Section

350 m

200 m 150 m

RSI Section

SSE MW

200 m
Switch AUX Section

500 m
Switch EDP

Switch BA Panel Section

Switch

Layer 2 Switch LAN Extender OFC Copper wire


Switch Battery Section

Rewinding Section

250 m 250 m
Switch MCO Section

500 m

150 m

Centre for Railway Information Systems

III-62

Tender for WISE-II

Tender Document Part-II

3.5.18

PROPOSED NETWORK TOPOLOGY FOR AJMER CARRIAGE & LOCO WORKSHOP

AJMER CARRIAGE & LOCO


Air Break RAC Section Switch Loco Store

Wheel Shop

Roller Bearing

300 m 900 m

Smithy Shop Machine Shop Switch

350 m

250 m

500 m Switch

BTC

AJMER CARRIAGE
400 m Store

500 m

Switch

150 m Loco motor Mill Wright


Switch

Admin Building Switch 2000 m

200 m

1500 m

Wagon Modification

200 m

200 m

AJMER LOCO
CWM
Switch

Foundry

300 m

150 m
Switch Switch

Wagon Repair
Switch

Inspection 200 m

250 m

Tech Cell
Switch

200 m

Layer 2 Switch Lan Extender OFC Copper wire 150 m

150 m Wheel Shop

BTC Diesel

Centre for Railway Information Systems

III-63

Tender for WISE-II

Tender Document Part-II

3.5.19

PROPOSED NETWORK TOPOLOGY FOR GOC WORKSHOP

GOC / TPJ
250 m Cylinder line plating shop 200 m CMS
Switch Switch

BTC GM Loco POH

Switch

150 m MMW DSL Store 250 m


Switch

DSL POH 100 m


Switch

150 m 600 m

2000 m

Switch

Switch

150 m

400 m
Switch Switch

2000 m Computer Centre Planning 400 m Foundry


Switch Switch Switch

Accounts Office

WRS

CRS

CWM Office Drawing Office

500 m
Switch

Weighing Bridge 600 m 400 m Wagon final inspection Time Section

Switch

Layer 2 Switch Lan Extender OFC Copper wire

Centre for Railway Information Systems

III-64

Tender for WISE-II

Tender Document Part-II

3.5.20

PROPOSED NETWORK TOPOLOGY FOR ALAMBAGH LUCKNOW WORKSHOP

Lucknow-Alambagh
Time Office
switch

Lifting
switch

150 m

Bahr Line
switch Layer 2 Switch LAN Extender OFC

400 m

250 m

switch

650 m

SMDC
120 m

Wheel
300 m

Welding Shop

Train Lighting
110 m
switch switch

UTP Copper Wire

160 m

switch

Machine Shop

900 m

Corrosion Repair (B)


170 m

General Store
switch

AWM Metallurgical Chem Lab


switch

Corrosion Repair (A)


550 m
switch

500 m

Mill Wright
switch

150 m 350 m

EDP
switch

Inspection
110 m

Centre for Railway Information Systems

III-65

Tender for WISE-II

Tender Document Part-II

3.5.21

PROPOSED NETWORK TOPOLOGY FOR MAHALAXMI WORKSHOP

MAHALAXMI Paint Shop


POH JF
Trimming

CR II

JE/RC Brake out Switch

SSE CR Sub Store SSE Machine shop 40 m

SSE Paint

60 m
Switch

40 m

Yard

SSE BLOS/BL CR ICR III


Switch SSE MW(Mech)

50 m

Rewiring
180 m

140 m

Service Building
Switch

SSE Alstom

Brg Sec 130 m


Switch

80 m
Switch Admin Building Switch

switch

Layer 2 Switch LAN Extender

55 m
Conditioning & Motoring Shop

DMO

80 m

Switch

OFC UTP Copper Wire

Centre for Railway Information Systems

III-66

Tender for WISE-II

Tender Document Part-II

3.5.22

PROPOSED NETWORK TOPOLOGY FOR AMRITSAR WORKSHOP

AMRITSAR
Electric Shop RCF 250 m 225 m LAB Switch 325 m Heat Treatment Diesel Shop Smithy Shop 500 m 90 m 95 m TR Time 70 m Tool Room Switch Welding Shop WS Switch 300 m Store 450 m 450 m Switch Crane Shop 50 m Mill Wright 90 m 70 m HMS 200 m 700 m switch Layer 2 Switch 90 m LAN Extender OFC UTP Copper Wire Switch 70 m Planning Office Switch Personal Office Switch CWM Office Switch 90 m Accounts Office Time Office (Main) LMS Switch 90 m BTC AMM Switch Time

95 m

600 m

Wagon Shop

325 m

80 m

Admin Building

Centre for Railway Information Systems

III-67

Tender for WISE-II

Tender Document Part-II

3.5.23

PROPOSED NETWORK TOPOLOGY FOR JODHPUR WORKSHOP

Switch 70 m Battery Section 40 m 175 m Switch 500 m Water Tank

JODHPUR

160 m

Alt Section

Fan Sect. 40 m

EDP Centre+ Body Repair

Fabrication 50 m

Inspection 60 m

Switch

Tool Room Electroplating

EDP
NTXR

60 m

Switch Time Office 200 m

125 m 150 m Switch Confidential Astt to Dy CME 200 m Paint Shop

Mill Wright Switch 100 m Switch

50 m

300 m

Switch Computer Cell (Personnel)

Lifting
Air Brake Roller Section+ Wheel Shop

Computer Cell (Mechanical) 60 m

40 m

150 m Switch

RMPU
50 m 80 m CBCR 50 m Heavy Machine Shop

Black Smith

BTC
70 m Yard and Transport

Fitting Shop

100 m

switch

Layer 2 Switch Laboratory LAN Extender OFC UTP Copper Wire

Centre for Railway Information Systems

III-68

Tender for WISE-II

Tender Document Part-II

3.5.24

PROPOSED NETWORK TOPOLOGY FOR DAHOD WORKSHOP


TXR

Dahod
BRS (50 m)
Tool Room

90 m Wagon Office Switch 120 m 140 m

BTC

(70 m)
Inspection (80 m) 170 m

Wheel Office

Yard Scrap Yard


80 m 130 m CMR

Weigh Bridge

600 m MW Office 640 m

Store2
Switch

800 m

100 m 120 m

ISO Progress Electrical Main.

80 m Store1
Switch Switch 80m

50 m

Iron ward Welding Smithy Shop Office

Switch

switch

Layer 2 Switch LAN Extender

200 m 160 m
Switch

80 m
switch switch

120 m

OFC UTP Copper Wire

Admin Building
45 m Time office

Fabrication Shop

Centre for Railway Information Systems

III-69

Tender for WISE-II

Tender Document Part-II

3.5.25

PROPOSED NETWORK TOPOLOGY FOR DIBRUGARH WORKSHOP

Dibrugarh
300 m
switch switch

400 m

PRG Shop

BRS Shop

TL (Train lighting)
switch

200 m 175 m
switch

CBS Shop
150 m 180 m
switch

COMP
switch

40 m
switch

EDP Center

switch

Layer 2 Switch OFC

Office

UTP

Centre for Railway Information Systems

III-70

Tender for WISE-II

Tender Document Part-II

3.5.26

PROPOSED NETWORK TOPOLOGY FOR HUBLI WORKSHOP

HUBLI
AC/TLW

80 m 70 m 50 m Paint
Switch

Component C BVZI

800 m Air break 250 m Machine & Wheel Welding

250 m

Component B

ACMT Development 70 m Budget Inspection 60 m


Switch

500 m

Switch

NTXR

50 m

50 m

MW

Lab Time Office Carriage Component A


Switch

400 m
500 m 80 m
switch

60 m
Switch

60 m 100 m Admin Building


Switch Switch

MSD

300 m

250 m BTC

Incentive
(80 m) IPF

Layer 2 Switch LAN Extender OFC UTP Copper Wire

Centre for Railway Information Systems

III-71

Tender for WISE-II

Tender Document Part-II

3.2.27

PROPOSED NETWORK TOPOLOGY FOR GORAKHPUR WORKSHOP

GORAKHPUR
MW 120 m 400 m

BTC

switch

Wheel Shop PCO Machine Smith

Roller Bearing

Coil Boggie Spring Repair

CCS
switch

350 m

Admin Building

switch

Tool Room
200 m

Time Office
switch

450 m Saw Mill 200 m Paint Shop


switch

Lab

Yard

Battery Ch. Sec. Furnishing-2 AC Coach Repair Furnishing-1

switch

Layer 2 Switch LAN Extender OFC Copper Wire UTP

200 m 500 m

TL
switch

G.E.R.

300 m

Centre for Railway Information Systems

III-72

BG Store

Electrical

switch

switch

HTS

Power Main.

switch

250 m

WT/ WS

150 m

Incomming

Tender for WISE-II

Tender Document Part-II

3.2.28

PROPOSED NETWORK TOPOLOGY FOR IZZATNAGAR WORKSHOP


Canteen 150 m 170 m Workshop Main Gate (RPF)
1Switch24

IZZATNAGAR
650 m

1Switch24

1Switch24

200 m Admin Building(EDP)


1Switch24 BTC

Incoming Gate 550 m

150 m
Wheel Shop BG

400 m Outgoing Gate

1Switch24

Coach Cleaning Shop 170 m 180m

Final Inspection BG 120m Tool Room


1Switch24 1Switch24

Lifting/Lowering BG
1Switch24

Power Repair / Electrical PCO

200 m

120 m

170 m

Mill Wright / Road Transport

180 m

200m

Neutral TXR / Paint 200 m Power Maintenance 260 m Electrical MFG

1Switch24

Furnishing

MG Lifting

Switch
160 m

Layer 2 Switch LAN Extender

1Switch24

1Switch24

Fabrication

360 m

Smithy Shop / Heat Treatment

180 m

OFC Copper Wire

Centre for Railway Information Systems

III-73

Tender for WISE-II

Tender Document Part-II

3.2.29

PROPOSED NETWORK TOPOLOGY FOR KANPUR WORKSHOP

KANPUR
AMM Store Custody Store

80 m Armature Section
General Testing

50 m
switch

SSE

lab 70 m

200 m Auxiliary Section


switch

90 m Admin Building

60 m

Coil Section

switch

switch

Layer 2 Switch OFC UTP Stator Section

Time Office

Centre for Railway Information Systems

III-74

Tender for WISE-II

Tender Document Part-II

3.2.30

PROPOSED NETWORK TOPOLOGY FOR MANCHESWAR WORKSHOP


switch
95 m

MANCHESWAR

CMS (GF) 50

RPF (GF) 95

SERVER ROOM(FF) 80
630 m

TIME OFFICE(GF) switch

400 m

200 m 250 m

330 m

MAIN RX STATION 150 m

switch
300 m

BTC DISPENSARY STAFF CANTEEN (GF) 90 switch MV (GF)

CORROSSION (FF) M/S

MATL LAB(GF) 90

PAINT SHOP (FF) CBR (FF) TRIMMI NG 0FFICE (GF)


200 m 150 m

650 m 600 m

CF(FF) 80 AIR BREAK SEC(GF)


100 m 450 m

switch BOGIE SHOP (GF) 140 m switch SSC WHEEL (FF)

switch NTXR (GF)

M/W MILL (GF) 80

PDMS (FF) switch

ROLLER BEARING 90(GF)

180 m 150 m 500 m 120 m AC SHOP (GF) switch 110 m (FF) 80 switch STORE AMM(GF) switch TL(FF)

switch

Layer 2 Switch LAN Extender OFC UTP Copper Wire

Centre for Railway Information Systems

III-75

Tender for WISE-II

Tender Document Part-II

ADMIN BUILDING
HINDI SECTION PASS SECTION COURT CELL (PERS)

ADEN 20

40

35

30

2ND-FLOOR
(9 NODES+2NODES EXTRA)

ACCOUNTS 75

SETTLEMENT (PERS)

65 WPO 20 S&BUD./RTI 85 DY.CME (WS) 75

switch
WEL FARE 45 (PERS) 55 Sr. AFA

PA

IST-FLOOR
10

ELECTRICAL OFFICE

(17 NODES+1NODES EXTRA)


60

55 IED 65 SYS.ADMIN (TECH) 45 D


R A W I N G O F F I C E

switch
ACMT 45 AWM 35 PE 25 WM 15 CWM IED 40 (Q/S) 50 55 WEE 45

switch
STORE

GR-FLOOR
(4 NODES+3 NODES EXTRA)

IED (MM)

Dy.CMM 35

switch

Layer 2 Switch UTP OFC

1 KM

TOTAL-36 NODES

SERVER ROOM

Centre for Railway Information Systems

III-76

Tender for WISE-II

Tender Document Part-II

3.2.31

PROPOSED NETWORK TOPOLOGY FOR MYSORE WORKSHOP

MYSORE
NTXR TRG MW (80 m) (90 m) 30 m 300 m Welding
Switch

70 m Power Section

BRS
Switch

HCR

250 m

TL

50 m 400 m

60 m RT

CMT Lab CBB Shop 800 m

CL Shop

50 m 70 m

80 m

200 m

Smithy Wheel Shop

CR Shop

Paint Shop

90 m 500 m Stores
Switch

250 m

Switch

AC Shop Progress & Planning

MC Shop 350 m 80 m Accounts

Inspection 50 m

150 m
Switch

Switch

140 m 200 m

Computer Section
Switch Time Office Switch

switch

Layer 2 Switch LAN Extender OFC Copper Wire

Meeting Hall 250 m

Admin Building

Switch

UTP

Centre for Railway Information Systems

III-77

Tender for WISE-II

Tender Document Part-II

3.2.32

PROPOSED NETWORK TOPOLOGY FOR NASIK WORKSHOP

NASIK
AC-I

Admin Building

110 m

60 m

BTC
switch switch

Movement Section
2 45 m 80 m 4 5 6 6
switch

250 m

8 70 m

Time Office

80 m

3 Phase

switch

Layer 2 Switch LAN Extender OFC Copper Wire UTP

1. DSK Office 2. Inward Store 3. MI 4. MW 5. Tool Room

6. SSE P-I/II/Mech. 7. SSE/QC 8. Meeting Room 9. Field Coil

Centre for Railway Information Systems

III-78

Tender for WISE-II

Tender Document Part-II

3.2.33

PROPOSED NETWORK TOPOLOGY FOR NEW BONGAIGAON WORKSHOP

New Bongaigaon
370 m

Admin Building Switch Switch 200 m 120 m Time office NTXR

75 m

Switch

AC POH 90 m WTS

TL

150 m CBS Stores 70 m

Switch

CBS TR 40 m MWS 80 m 90 m EMWS 300 m

Switch

80 m 180 m

CLS,MG R.B Section

200 m

Switch

CLS,BG MS WRS

(60 m) WRS Stores

Switch

70 m 130 m BSS/FDY Ward no 9 320 m CMT

270 m switch Layer 2 Switch LAN Extender BG STORES OFC UTP Copper Wire 500 m

80 m

Ward no 1 (40 m)

Switch

Receive (60 m) CDMA (80 m) HCR

250 m

Centre for Railway Information Systems

III-79

Tender for WISE-II

Tender Document Part-II

3.2.34

PROPOSED NETWORK TOPOLOGY FOR MADRAS CARRIAGE WORKSHOP

Madras Carriage
BTC
switch

Paint & Trimming HSAR


switch

300 m 500 m Time Office

80 m
switch

Air Break
switch

200 m

200 m

150 m
switch

Inspection -2 & Safety

600 m

200 m WR Complex CR Planning


switch switch switch

switch

CR Complex

CB Shop 500 m 500 m

200 m

150 m

MW

500 m
switch Layer 2 Switch LAN Extender OFC UTP Copper Wire switch switch switch

200 m
switch

200 m
switch

CTRB RT

CWM

Centre for Railway Information Systems

III-80

Tender for WISE-II

Tender Document Part-II

ANNEXURE: 2.VI

3.6 LIST OF ADDRESSES OF CONSIGNEES AND OTHER PROJECT CONTACT PERSONS OF RAILWAYS 1. Railway Board Sl No 1 Address Telephone (O)

Director Mech Engineer/ Production, 011-23382649 Railway Board, Room No.308, Rail Bhavan, New Delhi-110001.

2.

RDSO Sl No 1 Address EDS (MP), RDSO, Manak Nagar, Lucknow-226011 (UP). EDS (Carriage), RDSO, Manak Nagar, Lucknow-226011 (UP). EDS (Wagon), RDSO, Manak Nagar, Lucknow-226011 (UP). EDS (Elec Loco), RDSO, Manak Nagar, Lucknow-226011 (UP). EDS (PS & EMU), RDSO, Manak Nagar, Lucknow-226011 (UP). Telephone (O) 0522-2451200

0522-2451200

0522-2451200

0522-2451200

0522-2451200

Centre for Railway Information Systems

III-81

Tender for WISE-II

Tender Document Part-II

3.

Production Units: S. No 1 Address Telephone (O) 0542-2270545

4.

CME, Diesel Locomotive Works, Varanasi ( UP)-221004 2 CME, Chittaranjan Locomotive Workshops, Chittaranjan (WB)3 CME, Integral Coach Factory, Perambur, Chennai (TN)4 CME, Rail Coach Factory, Kapurthala (Punjab)5 CME, Diesel Locomotive Modernization Works, Patiala (Punjab)-147001 Railway Headquarters: Sl No 1. Address Chief Mechanical Engineer Central Railway, C. Rly Hd Qrs Office, CST, Mumbai-400001. Chief Workshop Engineer Central Railway, C. Rly Hd Qrs Office, CST, Mumbai-400001. Chief Mechanical Engineer Eastern Railway, E. Rly Hd Qrs Office, Fairlie Place, Kolkata-110001. Chief Workshop Engineer Eastern Railway, E. Rly Hd Qrs Office, Fairlie Place, Kolkata-110001. Chief Mechanical Engineer East Central Railway, E. C. Rly Hd Qrs Office, Dighi Kala, Hajipur. (Bihar)

0341- 2525508

044- 26263507

01822- 228964

0175-2306680

Telephone (O) 022-22620210

2.

022-22620368

3.

033-22300439

4.

033-22305415

5.

06224-274755

Centre for Railway Information Systems

III-82

Tender for WISE-II

Tender Document Part-II

Sl No 6.

Address Chief Mechanical Engineer (Planning) East Central Railway, E. C. Rly Hd Qrs Office, Dighi Kala, Hajipur. (Bihar) Chief Mechanical Engineer East Coast Railway, E. Co. Rly Hd Qrs Office, ECOR Sadan, Chandrasekharpur, Bhubaneswar. (Orissa) Chief Workshop Engineer East Coast Railway, E. Co. Rly Hd Qrs Office, ECOR Sadan, Chandrasekharpur, Bhubaneswar. (Orissa) Chief Mechanical Engineer Northern Railway, N. Rly Hd Qrs Office, Baroda House, New Delhi-110001. Chief Workshop Engineer, Northern Railway, N. Rly Hd Qrs Office, Baroda House, New Delhi-110001. Chief Mechanical Engineer Northern Central Railway, N. C. Rly Hd Qrs Office, Subedarganj, Allahabad. (UP) Chief Workshop Engineer, Northern Central Railway, N. C. Rly Hd Qrs Office, Subedarganj, Allahabad. (UP) Chief Mechanical Engineer, North Eastern Railway, N. E. Rly Hd Qrs Office, Gorakhpur. (UP) Chief Workshop Engineer, North Eastern Railway, N. E. Rly Hd Qrs Office, Gorakhpur. (UP) Chief Mechanical Engineer, Northeast Frontier Railway, N. F Rly Hd Qrs Office, Maligaon, Guwahati. Chief Workshop Engineer, Northeast Frontier Railway,
III-83

Telephone (O) 06224-271455

7.

0674-2303370

8.

0674-2303041

9.

011-23387114

10.

011-23386864

11.

0532-2230219

12.

0532-2230220

13.

0551-2200033

14.

0551-2200034

15.

0361-

16.

0361-

Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-II

Sl No

Address N. F Rly Hd Qrs Office, Maligaon, Guwahati. Chief Mechanical Engineer, North Western Railway, N. W. Rly Hd Qrs Office, Jaipur. (Rajasthan) Chief Workshop Engineer, North Western Railway, N. W. Rly Hd Qrs Office, Jaipur. (Rajasthan) Chief Mechanical Engineer Southern Railway, S. Rly Hd Qrs Office, Chennai-600001. Chief Workshop Engineer, Southern Railway, S. Rly Hd Qrs Office, Chennai-600001. Chief Mechanical Engineer South Central Railway, S.C. Rly Hd Qrs Office, Rail Nilayam, Secunderabad Chief Workshop Engineer South Central Railway, S.C. Rly Hd Qrs Office, Rail Nilayam, Secunderabad Chief Mechanical Engineer South Eastern Railway, S. E. Rly Hd Qrs Office, Garden Reach Road, Kolkata. Chief Workshop Engineer South Eastern Railway, S. E. Rly Hd Qrs Office, Garden Reach Road, Kolkata. Chief Mechanical Engineer South East Central Railway, S. E. C. Rly Hd Qrs Office, Baroda House, Bilaspur. (Chhatisgarh) Chief Workshop Engineer, South East Central Railway, S. E. C. Rly Hd Qrs Office, Baroda House, Bilaspur. (Chhatisgarh)
III-84

Telephone (O)

17.

0141-2229231

18.

0141-2229221

19.

044-25353582

20.

044-25355448

21.

040-

22.

040-

23.

033-22300439

24.

033-22305415

25.

07752-97524-75400

26.

07752-97524-75401

Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-II

Sl No

Address

Telephone (O) 0836-

27. Chief Mechanical Engineer South Western Railway, S. W. Rly Hd Qrs Office, Baroda House, Hubli. (Karnataka) 28. Chief Workshop Engineer, South Western Railway, S. W. Rly Hd Qrs Office, Baroda House, Hubli. (Karnataka) 29. Chief Mechanical Engineer Western Railway, W. Rly Hd Qrs Office, Churchgate, Mumbai. (Maharashtra) Chief Workshop Engineer, 30. Western Railway, W. Rly Hd Qrs Office, Churchgate, Mumbai. (Maharashtra) 31. Chief Mechanical Engineer West Central Railway, W. C. Rly Hd Qrs Office, Jabalpur. (MP) 32. Chief Workshop Engineer, West Central Railway, W. C. Rly Hd Qrs Office, Jabalpur. (MP) 5. Work Shops: Sl No 1. Address Chief Workshop Manager, Railway Workshop, Central Railway, Matunga, Mumbai-400013 Chief Workshop Manager, Railway Workshop, Central Railway, Parel, Mumbai-400013 Chief Workshop Manager, Traction Rewinding Shop, Central Railway, Nasik (Mah) Chief Workshop Manager, Railway Workshop, Central Railway, Bhusawal (Mah)

0836-

022-22015963

022-22017211

0761-2677076

0761-2677622

Telephone (O) 99876 40050

2.

3.

4.

Centre for Railway Information Systems

III-85

Tender for WISE-II

Tender Document Part-II

Sl No 5.

Address Chief Workshop Manager, Railway Workshop, Eastern Railway, Jamalpur (Bihar)

Telephone (O)

6.

7.

8.

9.

10.

11.

12.

13.

14.

15.

16.

17.

Chief Workshop Manager, Railway Workshop, Eastern Railway, Kanchrapara (West Bengal) Chief Workshop Manager, Railway Workshop, Eastern Railway, Lilluah Howrah (West Bengal) Chief Workshop Manager, Carriage Workshop, East Coast Railway, Bhubaneswar (Orissa) Chief Workshop Manager, Railway Workshop, Northern Railway, Alambagh, Lucknow (UP) Chief Workshop Manager, 0522-2451261 Locomotive Workshop, Northern Railway, Charbagh, Lucknow-226005. (UP) Chief Workshop Manager, Railway Workshop, Northern Railway, Station Road Amritsar (Punjab) Chief Workshop Manager, Railway Workshop, Northern Railway, Jagadhari Workshop Jagadhari (Haryana) Chief Workshop Manager, 0510-2440581 Wagon Repair Workshop, NC Railway, Jhansi (UP)-284003 Senior Divisional Electrical Engineer, Electrical Repair Workshop, NC Railway, Kanpur (UP) Chief Workshop Manager, Railway Workshop, Northern Eastern Railway, Gorakhpur (UP) Chief Workshop Manager, Railway Workshop, Northern Eastern Railway, Izzatnagar (UP) Chief Workshop Manager, Railway Workshop, North East Frontier Railway,
III-86

Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-II

Sl No

Address New Bongaigaon (Assam)

Telephone (O)

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 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 31. Chief Workshop Manager, Railway Workshop, Western Railway, Dahod (Gujarat)
Centre for Railway Information Systems III-87

044-26262116

022-24228525

Tender for WISE-II

Tender Document Part-II

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)

Centre for Railway Information Systems

III-88

Tender for WISE-II

Tender Document Part-II

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. 1

SERVICES MILESTONES D+4 Submission of Final System study with Business process mapping and User requirement assessment document with gap analysis for Workshop application to CRIS for approval. Submission of Final User requirement and System requirement document for Central (ROAMS-WISE) application covering Document Handling System, ELibrary, 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. Shop Application CORE team training completion Pilot Phase Central Application CORE team training completion Pilot Phase Network training completion Pilot Phase Completion of customization/development of Shop application, testing and test bed implementation at CRIS with off line data. Completion of customization/development of ROAMS-WISE-II application, testing and test bed implementation at CRIS with off line data. End user training completion at Shops Pilot Phase End User Training completion for ROAMS-WISE users Pilot Phase D+4 S1

S2

3 4 5 6

D+5 D+5 D+6 D+10

S3 S4 S5 S6

D+12

S7

8 9

D+13 D+14

S8 S9

Centre for Railway Information Systems

III-89

Tender for WISE-II

Tender Document Part-II

S.N.

Milestone description

Milestone completion date

Milestone Number

10 11 12 13 14 15 16 17 18 19 20 21

Shop application implementation at 5 Workshops up to Go live ROAMS-WISE application implementation at Board, 5 HQs, RDSO, and 6 divisions Up to Go Live. Final commissioning of WISE-II Project at all Pilot Phase project locations Completion of On site Handholding support period after Project commissioning Pilot Phase ATS for application and system ware at all Pilot Phase 05 Shops after Project commissioning Shop Application CORE team training completion Roll Out Phase Central Application CORE team training completion Roll Out Phase Network training completion Roll Out Phase End user training completion at Shops Roll Out Phase End User Training completion for ROAMS-WISE users Roll Out Phase Shop application implementation at all remaining 29 Workshops up to Go live Roll Out Phase ROAMS-WISE application implementation at remaining locations other than workshops Up to Go Live. Final commissioning of WISE-II Project at all remaining 29 project locations Completion of On site Handholding support period after Project commissioning Roll Out Phase ATS for application and system ware at all

D+14 D+15 D+18 D+19 D+31 D+28 D+29 D+30 D+32 D+32 D+34 D+35

S10 S11 S12 S13 S14 S15 S16 S17 S18 S19 S20 S21

22 23 24

D+35 D+36 D+48

S22 S23 S24

Centre for Railway Information Systems

III-90

Tender for WISE-II

Tender Document Part-II

S.N.

Milestone description

Milestone completion date

Milestone Number

remaining 29 Shops after Project commissioning 25 B. 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 ATS for application and system ware at CRIS after Project commissioning WORKS MILESTONES Central network integration and commissioning Shop Network Installation and commissioning at all 5 locations of Pilot Phase Shop network installation and commissioning at Kanpur Workshop of Roll Out Phase Shop network installation and commissioning at Gorakhpur Workshop of Roll Out Phase
Shop network installation and commissioning at Alambagh Workshop of Roll Out Phase Shop network installation and commissioning at Izzatnagar Workshop of Roll Out Phase Shop network installation and commissioning at Amritsar Workshop of Roll Out Phase Shop network installation and commissioning at Bhopal Workshop of Roll Out Phase Shop network installation and commissioning at Jodhpur Workshop of Roll Out Phase Shop network installation and commissioning at Nasik Workshop of Roll Out Phase Shop network installation and commissioning at Mahalaxmi Workshop of Roll Out Phase Shop network installation and commissioning at Dahod Workshop of Roll Out Phase Shop network installation and commissioning at Perumbur Carriage Workshop of Roll Out Phase Shop network installation and commissioning at Perumbur Loco Workshop of Roll Out Phase Shop network installation and commissioning at Rayanapadu Workshop of Roll Out Phase

D+ 48

S25

D+8 D+10
Shop n/w final commissioning date Shop n/w final commissioning date Shop n/w final commissioning date Shop n/w final commissioning date Shop n/w final commissioning date Shop n/w final commissioning date Shop n/w final commissioning date Shop n/w final commissioning date Shop n/w final commissioning date Shop n/w final commissioning date Shop n/w final commissioning date Shop n/w final commissioning date Shop n/w final commissioning date

W1 W2

W3

W4

W5 W6 W7 W8 W9 W10 W11 W12 W13 W14 W15

Centre for Railway Information Systems

III-91

Tender for WISE-II

Tender Document Part-II

S.N.

Milestone description

Milestone completion date


Shop n/w final commissioning date Shop n/w final commissioning date Shop n/w final commissioning date Shop n/w final commissioning date Shop n/w final commissioning date Shop n/w final commissioning date Shop n/w final commissioning date Shop n/w final commissioning date Shop n/w final commissioning date Shop n/w final commissioning date Shop n/w final commissioning date Shop n/w final commissioning date Shop n/w final commissioning date Shop n/w final commissioning date Shop n/w final commissioning date Shop n/w final commissioning date

Milestone Number
W16 W17 W18 W19 W20 W21 W22 W23 W24 W25 W26 W27 W28 W29 W30 W31

16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31

Shop network installation and commissioning at Hubli Workshop of Roll Out Phase Shop network installation and commissioning at Mysore Workshop of Roll Out Phase Shop network installation and commissioning at Mancheswar Workshop of Roll Out Phase Shop network installation and commissioning at New Bongaigaon Workshop of Roll Out Phase Shop network installation and commissioning at Dibrugarh Workshop of Roll Out Phase Shop network installation and commissioning at Kota Workshop of Roll Out Phase Shop network installation and commissioning at Jagadhari Workshop of Roll Out Phase Shop network installation and commissioning at Parel Workshop of Roll Out Phase Shop network installation and commissioning at Matunga Workshop of Roll Out Phase Shop network installation and commissioning at Kharagpur Workshop of Roll Out Phase Shop network installation and commissioning at Ajmer Workshop of Roll Out Phase Shop network installation and commissioning at Bhusawal Workshop of Roll Out Phase Shop network installation and commissioning at Kanchrapara Workshop of Roll Out Phase Shop network installation and commissioning at Jamalpur Workshop of Roll Out Phase Shop network installation and commissioning at Jhansi Workshop of Roll Out Phase Shop network installation and commissioning at Golden Rock Workshop of Roll Out Phase

Centre for Railway Information Systems

III-92

Tender for WISE-II

Tender Document Part-II

ANNEXURE 2.VIII

3.8

SYSTEM SOFTWARE: TECHNICAL REQUIREMENTS INDEX

3.8.1

DATABASE SERVER

III-94 III-95 III-98 III-99 III-101

3.8.2. APPLICATION SERVER 3.8.3 BUSINESS INTELLIGENCE (BI) SERVER FOR 3.8.4 3.8.5 PORTAL SERVER OPERATING SYSTEM

Centre for Railway Information Systems

III-93

Tender for WISE-II

Tender Document Part-II

3.8.1

DATABASE SERVER

1.

PRODUCTION
S. No. 1. Item Description

2. 3. 4. 5. 6.

Database server (To work in -IBM DB2 (9 or Latest Version) Enterprise cluster mode with 64 bit support) Edition Or -Oracle (10g or Latest Version) Enterprise Edition Basis of licensing ERP Named User linked License Operating system Database Size Maximum no. of CPUs supported Database Clustering - UNIX (Any OEM Version) - Linux - Unlimited No limitation Required

2.

DEV/TESTING/OFFLINE
Sr. No. 1. Item Database (Latest version with 64 bit support) Description 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. CALs based At least 4 - UNIX (Any OEM Version) - Linux

2. 3. 4.

Basis of licensing Maximum no. of CPUs supported Operating System

Centre for Railway Information Systems

III-94

Tender for WISE-II

Tender Document Part-II

3.8.2. APPLICATION SERVER

1.
Sr. No. 1.

PRODUCTION
Item Acceptable products (Minimum Edition/ version requirement) Description 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. 3. Licensing Operating System ERP Named User linked license - Linux/UNIX (Any OEM Version)

DEVELOPMENT/TESTING/OFFLINE
Sr. No. 1. Item Acceptable products (Minimum Edition/ version requirement) Description -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. 3. Licensing Operating System CALs based - Linux/UNIX (Any OEM Version)

Centre for Railway Information Systems

III-95

Tender for WISE-II

Tender Document Part-II

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. 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. It should support standards for Web Services and XML: 1. Extensible Markup Language(XML) Version 1.0 or latest specifications
III-96

2.

Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-II

2. 3. 4. 5. 6. 4 1. 2. 3. 4. 5. 6. 7. 8. 9. 5

Simple Object Access Protocol (SOAP) Version 1.1 and 1.2 or latest specifications. Web Services Definition Language (WSDL) Version 1.1 or latest specifications. Universal Description, Discovery and Integration (UDDI) Version 1.0 or latest specifications. DOM Version 2.0 or latest specifications. SAX Version 2.0 or latest specifications. Web Server functionality and plug-ins for other standard Web Server like Netscape, IIS, and Apache. Support for Windows COM clients like (Visual Basic) to access JAVA objects residing in the application server. Interoperability with .NET & J2EE Facilities to setup and manage user and group accounts and associated access rights etc. Should support Operating Systems Platforms: Windows, AIX, LINUX, SUN SOLARIS,HP-UX etc. Support for SOAP client. Support for Distributed Transactions including 2PC protocol. Browser based Remote monitoring of Resources. Object pooling and JSP caching for high performance.

It should provide other standard functionalities:

It should provide these functionalities for fail-over and load balancing: 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. Many options and algorithms for load balancing amongst servers. Should have built in support for maintaining the client state between successive client calls. Should have built in support for replication of Http Session object. Should have built in support for replication of EJB state. Should provide facility for Stateful EJB fail-over. Should provide capability of clustering of Application Servers both vertical as well as horizontal. Should provide capability of clustering Application Servers running on different operating systems as platform. Essentially allow for Mixed Clusters. Should have built in capability to cluster Java Message Server destinations and connection factories for Messaging System Fail-over. Should have reference for having demonstrated these technologies in actual production environment. 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.

Centre for Railway Information Systems

III-97

Tender for WISE-II

Tender Document Part-II

2. 3. 4. 7. 8.

Should provide facility to plug-in standard security systems for managing the resources. Should provide facility to plug-in standard LDAP server. Should provide facility to plug-in standard Messaging Systems.

Native support for Messaging Infrastructure. Support for RFID infrastructure.

3.8.3 BUSINESS INTELLIGENCE (BI) SERVER

1.

PRODUCTION/DEVELOPMENT/TESTING
Item BI Product with Edition Description - 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. CALs based - Linux, Unix(Any OEM version) SAP NetWeaver, IBM Websphere, Oracle WebLogic or to match with any suitable middleware used in the solution.

S. No. 1.

2. 3. 4.

Licensing Operating system Middleware support

2.

GENERAL TECHNICAL REQUIREMENTS FOR BI SERVER


S. No. 1 2 Item Database BI Tools Description Oracle, DB2, Sybase - OLAP - AD Hoc Query - Spreadsheets - Dashboards & Scorecards - Interactive Reports - Production Reports - Offline analysis - Trend Analysis - Online reports - Portal & Collaboration. - Enhancements & Compliments. - Warehouse builder. - Rich Graphic reporting features. - Compatibility with ERP/EAM offered/J2EE frame work
III-98

General Features

Integration Issues and approaches

Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-II

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 1.

PORTAL SERVER FOR PRODUCTION/DEVELOPMENT/TESTING Sr. No. 1. Item Portal servers Acceptable products (Minimum Edition/ version requirement) Description 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. A 1. Item Major features Supported Web browsers (min) Internet Explorer6.0, Netscape Communicator v 8.0, Firefox v 1.5, Mozilla v2.0.0.14 (or latest versions) Description

Centre for Railway Information Systems

III-99

Tender for WISE-II

Tender Document Part-II

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. - IBM DB2 9.5 - Oracle 10g - MySQL 5.1 And also open source databases 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 ERP /EAM supplied as a part of solution IBM Workplace Web Content Management V6.0.1 Oracle CM or any other suitable product supplied with ERP/EAM

3.

Supported Databases in cluster mode

4.

Supported Web Servers

5. 6.

Information System Support Supported Content Publishing Software

7. B 1. 2. 3.

Support to provide run time services Other Features J2EE standards compliant.

Major application server support to provide run time services for the portal.

Messaging and collaboration applications support. 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 Presentation services to create the user interface for portal with a graphic appearance. Ability to configure portal to present content on following device types Laptops, PDA/i-mate and mobile phones. Web Content Management with development tool Web 2.0 features

4. 5. 6. 7.

Centre for Railway Information Systems

III-100

Tender for WISE-II

Tender Document Part-II

8. 9.

Load balancing 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 Operating System Description - Red Hat Linux (latest version) - Unix (Any latest OEM version)

1.

2.

License

Server based

Centre for Railway Information Systems

III-101

Tender for WISE-II

Tender Document Part-II

ANNEXURE-2.IX

3.9
3.9.1 Hardware items

Existing Items at CRIS (to be used in WISE-II)

1.

Technical Specification of Portal Server


Make & Model: - HP DL385 G6 S. No. 1 Features Processor Description AMD Opteron Model 2431 (6 cores, 2.4 GHz, 6MB L3, 75W)

MEMORY

8 GB DDR2 RAM @667MHz with ECC capability. 16 DIMM slots.

Hard Disk Drive Console

2 * 146 GB SFF SAS (10K RPM) Hot Swappable disk bays Configured to work with IP KVM Raid level 0, 1, 5 must be available through internal Raid controller with battery backed cache of at least 256 MB. 64 bit Enterprise Linux (RHEL)

RAID

Operating Systems Supported

7 8
9

Internal I/O 3 PCI slots INTERFACES LAN cards


External I/O Interfaces

4 Nos. 10/100/1000 LAN ports


1 Nos. Serial Port 3 Nos. USB Port PS/2/USB for keyboard & mouse

Centre for Railway Information Systems

III-102

Tender for WISE-II

Tender Document Part-II

2.

Technical Specification of External FC Storage


Make & Model:- HP EVA 4400 External FC Storage S.No. 1 2 3 4 Features Controller End to End (front end-controllerBack end) Bandwidth Total usable Storage capacity Cache with Back Up Description Dual controller with 2 GB cache per controller 4 Gbps 2TB usable Cache Battery Back Up: 24 Hrs FC ports per controller: 2 no / 4Gbps. Total iSCSI ports available on the storage : 2 nos./ 1 Gbps 1no. 4Gbps FC-AL ports per controller 4Gbps X 8 FC ports populated, upgradeable to minimum 16-port capacity with FC cables to connect to minimum 4 servers. Rack mountable 2 X 10/100/1000 Mbps 0,1, 0+1, 5 146 GB, 15 K RPM YES YES YES

Host Ports Per Controller

Device ports per controller

SAN Switches and FC cables

8 9 10 11 12 13 14

Form Factor Management LAN port RAID Levels supported Disks Redundant Power Supply Fail Over Support Redundant Fan/Blower

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
1. 2. Capacity Cartridge Slots

Description
One LTO4 FC tape drive 24 slots

Centre for Railway Information Systems

III-103

Tender for WISE-II

Tender Document Part-II

3. 4.

Connectivity Management

4Gbps native FC connectivity to SAN switches. 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 4x1x16 lP Console Switch with Virtual Media, PS/2 Interface Adapter, KVM UTP CAT5e Cable 12', HP TFT T6OO RKM INTL Licenses for 1 Local, 4 Remote users

1 2

IP KVM SWITCH No. of users

6.

Technical Specification of SSL VPN Device Make & Model: CISCO ASA 5510-SSC100K-9
ITEM (1) Product Hardware (2) Common Criteria Certification (3) No of 10/100/1000 ports (4) Concurrent Users (5) Authentication REQUIREMENT Should be an appliance based solution. Should be EAL2 or FIPS 1401-1 level 2 ( or higher) certified 2 Nos 100 RADIUS, including Challenge/Response LDAP Windows NT Domain Native local user database RSA SecurID (RADIUS) Microsoft Active Directory (RADIUS or LDAP) SSL v2.0, 3.0 TLS 1.0 (RFC 2246) IPsec (AES) 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
III-104

(6) Encryption

(7) Granular Auditing and logging

Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-II

(8) End point security

(9) Access Privilege Management

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 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 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. 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
III-105

(10) Performance, High Availability and Scalability

Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-II

(11) Session persistence (12)Web Protocols Support

(13) File share protocols (14) Email/messaging protocols (15) Terminal access protocols (16)Remote desktop protocols

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. Source IP, SSL session ID, cookie information HTML/DHTML JavaScript/Java Applets/XML/ActiveX and Flash HTTP/HTTPS Windows SMB/CIFS Generic FTP Microsoft Exchange (MAPI) IBM/Lotus Domino/ Notes IMAP, SMTP, and POP3 Terminal access protocols Telnet SSH Citrix ICA RDP

(17) Management and Monitoring

Browser Support

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 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

Centre for Railway Information Systems

III-106

Tender for WISE-II

Tender Document Part-II

(18) Single Sign-on

(19) Modes of operation

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), NTLMBased (Microsoft) Support for multiple host names from the same appliance, as well as support for multiple customizable sign-in pages. 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. 1. 2. 3. 4. 5.

System Software Portal Server Storage Managementware with agents for 2 database servers Backup Software OS Portal server OS Database server

Item Description SAP Netweaver 7.0 EP HP Command View HP Data Protector v6.1 RHEL 5 RHEL 5

Centre for Railway Information Systems

III-107

Tender for WISE-II

Tender Document Part-II

ANNEXURE 2.X

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


INDEX

3.10.1 1. 2 3 4 5 6 7. 3.10.2 1 2 3 4 5 6 7 8 9. 10

ERP APPLICATION REQUIREMENTS MATERIAL CONTROL MODULE ROLLING STOCK MAINTENANCE MODULE MACHINE & PLANT MAINTENANCE MODULE TOOL & JIG FIXTURE MODULE PRODUCTION MODULE IT AUTOMATION TOOLS ERP APPLICATION REPORTS CENTRAL APPLICATION REQUIREMENTS HR/ ESS MODULE WORKSHOP ADMINSTRATION MODULE ZONAL HEADQUARTER MODULE RAILWAY BOARD MODULE DIVISION MODULE PRODUCTION UNIT MODULE RDSO MODULE DOCUMENTS & LIBRARY MODULE EXTERNAL INTERFACES (INTEGRATION) CENTRAL APPLICATION REPORTS

III-109 III-109 III-116 III-125 III-129 III-131 III-136 III-139 III-144 III-144 III-154 III-160 III-162 III-163 III-165 III-167 III-170 III-172 III-173

Centre for Railway Information Systems

III-108

Tender for WISE-II

Tender Document Part-II

3.10.1 ERP APPLICATION REQUIREMENTS 1. S. NO. Function List Brief Description MATERIAL CONTROL MODULE Workflow Information required on Screen to carry out the functions Data to be transacted to carry out the functions Responsible Person

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)

Centre for Railway Information Systems

III-109

Tender for WISE-II

Tender Document Part-II

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 nonstock 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

Centre for Railway Information Systems

III-110

Tender for WISE-II

Tender Document Part-II

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) 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 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
III-111

head.

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.

Description Of Item. PL NO. Status of pending

Spare cell Authentication of requisition Quantity issued Stores clerk Material issuer

Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-II

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 Material description Threshold level Date of indent Receipt O/Bal, Receipts, Issues, C/ Bal. Consumption pattern. Shelf life items; their expiry and monitoring

Collecting staff card to be read into system

Managemen t 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.

Issue quantity, make, allocation

Shop material issuer/inchar ge

Centre for Railway Information Systems

III-112

Tender for WISE-II

Tender Document Part-II

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

Centre for Railway Information Systems

III-113

Tender for WISE-II

Tender Document Part-II

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/ maintenanc e

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. 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. The shops in the workshop prepare an account for all
III-114

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.

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 respective The details of types and scrap

Concerned shop and

Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-II

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.

Centre for Railway Information Systems

III-115

Tender for WISE-II

Tender Document Part-II

2 S. NO. Function List Brief Description

ROLLING STOCK MAINTENANCE MODULE 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

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/mainten ance

Planning/yar d, concerned workshop officials.

Centre for Railway Information Systems

III-116

Tender for WISE-II

Tender Document Part-II

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

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

Repair Job Card Generation

Job card is generated according to the schedule, out of course repairs seen in incoming inspection. Schedules cards will be preprinted 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

Centre for Railway Information Systems

III-117

Tender for WISE-II

Tender Document Part-II

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. 5 Pre-repair Inspection and during repair Before starting repair, Inspector (SSE) find out inspection of RS is being activity to be done in RS done to see any special against inspection. repair attention by a particular section beyond the specified repair. Provision for additional defect-deficiency during repair. 6 Corrosion Repair During inspection some Corrosion detected. Concerned section incharge enter data against detected corrosion through graphic selection of affected areas.

reported out of course repairs.

Previous POH Activity list against shop and Rolling Stock details

Addition of POH Activities

Corrosion chart/drawing visibility against each rolling stock type. Previous corrosion chart against particular

Marked Corrosion parts against particular Rolling stock

Corrosion section supervisor

Centre for Railway Information Systems

III-118

Tender for WISE-II

Tender Document Part-II

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/Singl e 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. Movement of Rolling stock details against each section Material shortage impacting the stage. Defect observed, warranting rework. Lapses/ Responsibility therein, if any. Rolling stock details, and Squad booking against job Concerned section supervisor

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.

Incoming & dispatch time, PDC Reason for stage delays

Concerned section supervisor

Special repairs/ rework

When shop officials carry out the allotted job, if some repairs other than the allotted work are observed, its called special repair.

If during schedule or job card repair working the technician/ inspector finds unexpected defect, the same is reported to the In case during inspection, any supervisor. work done is found wanting, If it requires attention from
III-119

Defect observed, action taken, Responsibility, Linking of defect(s) history to

Concerned officials

Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-II

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. Quality Plan for respective pre defined stages, or sub assemblies and assemblies and also the

rolling stock Repair request to another section entry. Work done details by the repair section.

10

Inspection and Testing at stages, subassembly/ 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
III-120

Recording of parameters observed against each specified item either at predefined stages, or sub

Concerned Shop Officials

Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-II

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

Centre for Railway Information Systems

III-121

Tender for WISE-II

Tender Document Part-II

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. 12 Work Diary Daily Work Diary booking Section Incharge records the daily work details in
III-122

Actual defect noticed Last O/H & fitted during. Date of commission and fitment. Assembly failure history

Present dimension and parameters.

Current available

Record working hrs of

Each Concerned

Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-II

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 Previous Material consumption details against each rolling stock. Modification Id and technical information

each employee against work orders & rolling stock etc.

section incharge

13

Daily Entry of material Material consumptio consumption against each n on Rolling rolling stock stock

Section Incharge captures the material consumption against each rolling stock

Current Material consumption against each rolling stock RS where modification is done. Status in case of subsequent visits.

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

Concerned section incharge

Centre for Railway Information Systems

III-123

Tender for WISE-II

Tender Document Part-II

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) 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). Completed Activity list against shop and Rolling Stock details Capture Rework 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.

Repaired details of Rolling stock, Local Passing of RS details.

Inspection Parameter (R1, !2, L1, L2), Rework Details Capturing Local Passing of RS.

NTXR

Centre for Railway Information Systems

III-124

Tender for WISE-II

Tender Document Part-II

3 S. NO. Function List Brief Description

MACHINE & PLANT MAINTENANCE MODULE Workflow Information required on Screen to carry out the functions Data to be transacted to carry out the functions Responsible Person

Preventive maintenanc e of machines

The schedules are carried out according to machine maintenance schedule planning monthly/quarterly/halfyearly/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. Preventive 1. Machine maintenan and its ce of components Machine information. along with 2. Type of staff who preventive worked on maintenan it. ce to be done along 2. Tentative future with the deadline. schedule of 3. Past preventive history of maintenan preventive ce of that maintenan machine. ce of that particular machine. Machine id, type of failure, time of failure, Operator, Likely time of commissionin

MMW EMW

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.

Machine break down info and reasons of 2 List of agencies which can break down. handle that break down List of should be available with alternative
III-125

Concerning shop users, Millwright

Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-II

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 machines 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 its 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 managemen t including indenting and inventory managemen t

Spares management is the 1. Spares are divided into accountal of the available three categories spares for the machines in depending upon its cost. inventory as well as 2. Spares having high cost accountal of required quantity are grouped as A class of spares in each machine items and rest are in B shop. Finding out the class and C class shortage or surplus spares depending upon its and hence keeping spares, annual cost. inventory monitoring and 3. Monitoring of A class indenting accordingly.
III-126

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

Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-II

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. Machine id along with the cause of condemnation. List of machine condemn. The cause, date of condemnation . After condemnation record of machine. MMW EMW

4.

M&P
condemnatio n

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.

Centre for Railway Information Systems

III-127

Tender for WISE-II

Tender Document Part-II

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. AMC date, Term, vendor address and contact person.

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.

Centre for Railway Information Systems

III-128

Tender for WISE-II

Tender Document Part-II

4 S. NO. Function List Brief Description

TOOL & JIG FIXTURE MODULE 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 managemen t including indenting, inventory managemen t 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

Centre for Railway Information Systems

III-129

Tender for WISE-II

Tender Document Part-II

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

Centre for Railway Information Systems

III-130

Tender for WISE-II

Tender Document Part-II

5 S. NO. Function List Brief Description

PRODUCTION MODULE Workflow Information required on Screen to carry out the functions Data to be transacted to carry out the functions Responsible Person

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:

Pending SRWs & Other work order, I. Work Orders against Stores advance requisitions category wise. ii. Division/ HQ Work Order Stock availability of for their specific items against requirement. respective iii. Inter Shop Work order Special Work when a job requirement Orders: cant be met inside that The job id & particular workshop and nature of hence the operations need urgency of the to be carried out inside job. some other workshop.

SRW for Store Stock Orders is generated here with a SRW No, Work Order.

Stores Incharge Planning section

Centre for Railway Information Systems

III-131

Tender for WISE-II

Tender Document Part-II

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

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

Preparation of Other work orders

Other Regular Work orders may be generated for Division/Inter-Shop.

On receipt of approved requirement, the same shall be registered and i. Division/ HQ Work Order for scheduled. their specific requirement. Planning section does the documentation and ii. Part Group Repair (PGR) allocation of different work work order. orders to different shops for ii. Inter Shop Work order
III-132

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

Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-II

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 cant 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. 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. 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.
Centre for Railway Information Systems

job scheduling.

job. .

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/lo ad centre selection

Planning section

Work order Release

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

III-133

Tender for WISE-II

Tender Document Part-II

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. 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

nature of urgency of the job. Details of demand registration. M/c Load, shop load on relevant load centre.

shops in route sequence..

Jobs in hand Men available on duty Material

Assignment and quantity consumed

Shop floor supervisor

Centre for Railway Information Systems

III-134

Tender for WISE-II

Tender Document Part-II

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. 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. 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. Completed jobs are offered by shop floor supervisor for inspection. Inspector accepts/rejects and make entry in the job card. Details of job card, resources consumed, units produced/ repairs undertaken, made over from shop floor for further action.

available Completed jobs information Inspection results Shop floor supervisor Shop inspector

Output details and initiation of closure of work order.

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

Centre for Railway Information Systems

III-135

Tender for WISE-II

Tender Document Part-II

6 S. NO. Function List Brief Description

IT AUTOMATION TOOLS Workflow Information required on Screen to carry out the functions Respective touch enabled interface screens Data to be transacted to carry out the functions Touch choices with minimal data entry through on screen simplified key board. 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 SSE/Maintenance will use the alphanumeric keypad of PDA for the status of machine.

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.

PDA specified application screen. Machine break down details.

Appropriate Updation will be done to system on synchronization.

SSE/Maint

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
III-136

---

Selected schedule data forms.

---

Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-II

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. 5 Use of RFID based Assembly RFID based reusable assembly cards will be used to ensure traceability of assemblies within 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. Supervisor will decide about removal of an assy. from Rolling Stock Removed assy
III-137

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

Cards read on kiosk to open ASSY screen

Appropriate option to be exercised on

Repair Supervisor,

Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-II

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 the application

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.

Centre for Railway Information Systems

III-138

Tender for WISE-II

Tender Document Part-II

7. S. No. 1 Module Name & Batch/ Historic reports Sub module

ERP APPLICATION REPORTS Analytical reports Online reports cost Daily summary Issue/Receipt requisitioned claims

Warranty claims- materializedMaterial Control Issue -slip Compliance percentage Out of stock items / below 3 months impact. Module stock. Section wise consumption summary Codal life (Assemblies/ subassemblies/ 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

Vendor performance report. - Item Daily items section wise. wise/ vendor wise.

Failures due to material shortages Pending warranty vendor wise. use of spares beyond life

Items outstanding for repairs agency wise. NS requisition compliance percentage.

Centre for Railway Information Systems

III-139

Tender for WISE-II

Tender Document Part-II

S. No. 2

Module Name & Batch/ Historic reports Sub module Rolling Stock List of RS at Yard (reception) Maintenance List of RS incoming Rake List of RS to building rake (dispatch)

Analytical reports List of Rolling Stocks called on condition based maintenance over a period of time with cause wise analysis.

Online reports

Daily Summary report. Arrival forecast Failure and Rolling Stock Bypassed 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

List of RS POH delay with specific Rolling Stock s with stated condition of wheels and other critical parts reasons. including repeated attention/ repairs. List of defect deficiency (Check List) Report on various Job cards issued holding RS wise List of Rolling daily/monthly/yearly stock IN/OUT Material cost for repair. Parameter wise maintenance history including lab report for a particular Rolling Stock / Rolling Stock fleet.

Rolling Stock POH history list.

List of overdue Rolling stock month Failure wise detailed report in RDSO wise

list of Rolling Stock s repair category Performa to be available on the system wise and railway wise List of Dead Rolling Stock for POH List of Rolling stock Stage Progress Stock summary of safety items typewise and Rolling Stock -wise.

Material consumed Rolling Stock wise with cost. Rolling Stock time lost due to material shortage- summary

Safety items shortage status Rolling Vendor wise - wear rate /component Stock wise & Missing numbers item life analysis. wise, month wise. System wise Failure analysis List of Assembly overhauling and RS based work order repair. Daily job done summary- section wise / RS wise/ Assembly/SubAssembly/Component List of Pre/Post repair Inspection RS wise/ Assembly/SubCentre for Railway Information Systems III-140

Tender for WISE-II

Tender Document Part-II

S. No.

Module Name & Batch/ Historic reports Sub module Assembly/Component Status 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

Analytical reports

Online 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

Centre for Railway Information Systems

III-141

Tender for WISE-II

Tender Document Part-II

S. No. 3

Module Name & Batch/ Historic reports Sub module Machine & Plant Machine down Maintenance summaries. time

Analytical reports monthly Machine wise Failure analysis. Condemn Machine component /part wise analysis

Online reports

Pending M&P spare indents.

Preventive maintenance of machines Machine Hour costing based on capital cost, recurring cost including with tooling attachment consumable and maintenance 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

1. Machine handling during break down advice 2. Machine rectification advice.

Centre for Railway Information Systems

III-142

Tender for WISE-II

Tender Document Part-II

S. No. 4

Module Name & Batch/ Historic reports Sub module Tool & Spare Monthly/ yearly condemned tools list. Inventory Out of stock statement (other than tool) Maintenance 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.

Analytical reports

Online reports Tools out of stock. Tools not returned.

Type wise tools available

Production

List of incoming (Repair/manufacture). List of different type work order

Load List of Pending 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

Daily Production progress list Manufacture/Repair cost against work order monthly/yearly

Centre for Railway Information Systems

III-143

Tender for WISE-II

Tender Document Part-II

3.10.2 CENTRAL APPLICATION REQUIREMENTS 1 S. NO. Function List Brief Description HR/ ESS MODULE Workflow Information required on Screen to carry out the functions Data to be transacted to carry out the functions Responsible Person

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 statuspresent, leave, absent reason etc. *Note: DATA of employee will come from PRIME

Attendance status for each Employee to be entered.

Sectional supervisor

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


III-144

Employee Name

Double Duty details

Time office Clark/

Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-II

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/allow National ances Holiday details

Night Duty details

Account office

hurt on duty (HOD) details Outstation Duties details Sick ness entry Leave entry

Centre for Railway Information Systems

III-145

Tender for WISE-II

Tender Document Part-II

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 LHPLeave on Half Pay
Centre for Railway Information Systems

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.
III-146

Applicants Name. Applicants Designation Type of leave wise : Leave taken from (date).

Applicants Token no Nature & Period of Leave. Purpose of Leave.

O.S. / Bill section SSE/SE

Address while Leave taken to on Leave. (date). Date


Tender for WISE-II

Tender Document Part-II

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

LFPLeave on Full Pay SCLSpecial Casual Leave SSick Leave H.LHospital Leave LWPLeave Without Pay RRest under the Factory Act. C.LCasual 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.
III-147

Due leaves.

Authentication by section in charge

Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-II

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. Name. Designation. Department. Office. Employee Token no. Type of pass Onward journey details. Return

Pass Section Clerk SSE/SE

The application should Basic Pay. reach the Pass Issuing Office at least 7 days before Number of
III-148

Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-II

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 childrens 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.

Centre for Railway Information Systems

III-149

Tender for WISE-II

Tender Document Part-II

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. Fathers Name. Designation. Date of Appointment. P.F. Account Number. Rest Day. Daily attendance Name. Selection of Staff, City comp. Allowance From Date. City comp. Allowance To Date. Time office In charge O.S / Bill Section

Booking of

Workers working in any shift

If any staff wants to register


III-150

Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-II

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

complaints opens his need to communicate their problems to the management. employee page and selects grievance or interview or At present they write their suggestion option. grievance in the registers or seek meetings with the higher He then gets a chance to enter his desired choice by management of the a user-friendly touch Workshop. screen. This functional feature is aim at providing staff a means Information is sent as to do item to the concerned voicing their grievances, seeking interviews with manager as per role definition or to senior managers through their employee self service screen. management as marked. A selection of grievances from a pull down list is intended to provide them a convenient method of this interaction. 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

Staff biodata for pass application

Staffs Bio data are maintained. this information used in pass preparation

Every year employee will Name. have to submit the details of Designation. his dependents through a pre-printed application form. Date of
III-151

Staff Ticket No. Name of dependents.

Clerk/Bill Section

Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-II

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. 8. Staff Training Managemen t 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.
Centre for Railway Information Systems III-152

Appointment. Basic Pay. Residential Address.

Relationship with the staff. Age. Date of Birth of dependents.

Name./ Staff Ticket No. Designation. Training Attended Training Required Reason

Staff Ticket No. Skill of Employee

Admin./Staff

Tender for WISE-II

Tender Document Part-II

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 Connectivit y 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

Centre for Railway Information Systems

III-153

Tender for WISE-II

Tender Document Part-II

2 S. NO. Function List Brief Description

WORKSHOP ADMINSTRATION MODULE Workflow Information required on Screen to carry out the functions Data to be transacted to carry out the functions Responsible Person

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. 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

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

POH/Repair Scheduling

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

Centre for Railway Information Systems

III-154

Tender for WISE-II

Tender Document Part-II

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. 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. .

railway, homing depot/shed 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.

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.

Centre for Railway Information Systems

III-155

Tender for WISE-II

Tender Document Part-II

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. 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 Condemnatio n form to be filled. Progress of movement of proposal CTA

5.

Rolling Stock condemnati on 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

Centre for Railway Information Systems

III-156

Tender for WISE-II

Tender Document Part-II

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. 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 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 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
III-157

Previous days Rolling Stock holding and outturn details

Current Holding and outturn against rolling stock

Concerned officials

Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-II

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. 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. 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
Centre for Railway Information Systems

data entry.

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

PO details from MMIS/Local List of material uploading under warranty with Delivery details from depot indication of module validity under Fitment date captured warranty. based on material issue/usage confirmation by section

Selection of options for reporting warranty

Divisional users Depots/She ds Workshop

III-158

Tender for WISE-II

Tender Document Part-II

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 typewise Load lifted Manpower available etc as per Railway Board format (History) Shop no Out-turn typewise Load lifted Manpower available etc as per Railway Board format (Current) Concerned Workshop official

Centre for Railway Information Systems

III-159

Tender for WISE-II

Tender Document Part-II

3 S. NO. Function List Brief Description

ZONAL HEADQUARTER MODULE Workflow Information required on Screen to carry out the functions 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. View PCDO statement workshop wise Shop no Out-turn typewise Load lifted Manpower available Idle Data to be transacted to carry out the functions i. Workshop wise Capacity and production plans for next year. ii. Flow of information must pass through appropriate authorization. Responsible Person

Approval of Annual Production Plan

At Zonal HQs, production plans of various Workshops in that zone are scrutinized and compiled in to single zonal Scrutiny and compilation of production plan. Zonal Production Plan at HQs: - HQs after getting Production Zonal production plans are Plan proposal from each of its forwarded by each Zonal Workshops and also according Railway to Railway Board for to the instructions given to it by further scrutiny and Approval. Railway Board, scrutinizes and compiles the production plan and forwards it to Railway Board. (Annual production plans received from workshop for further approval and scrutiny.) 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

Concerned officials in the Zonal HQs.

Preparation of MCDO/ PCDO

Make any change if necessary with Approved flag

Zonal railway official

Centre for Railway Information Systems

III-160

Tender for WISE-II

Tender Document Part-II

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

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.

i) RS POH history.

ii) RS failure Number of such failures is data monitored by Railway Board iii) RS failure with cause wise analysis. history

RS No., reported cause of Failure, place, date & time, train. Analyzed cause Responsible shop

Division

Centre for Railway Information Systems

III-161

Tender for WISE-II

Tender Document Part-II

4 S. NO. Function List Brief Description

RAILWAY BOARD MODULE Workflow Information required on Screen to carry out the functions 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. Data to be transacted to carry out the functions 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. Responsible Person

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.

Concerned officials Railway Board.

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.

i) RS POH history. ii) RS failure data

Number of such failures is monitored by Railway Board iii) RS failure with cause wise analysis. history

RS No., reported cause of Failure, place, date & time, train. Analyzed cause

Division

Centre for Railway Information Systems

III-162

Tender for WISE-II

Tender Document Part-II

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 S. NO. Function List Brief Description DIVISION MODULE Workflow Information required on Screen to carry out the functions Data to be transacted to carry out the functions Responsible Person

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 detail entry by movement through a train or controller (DPC/C&W a separate train controller) Movement of POH booked stock is monitored by respective controller (DPC/ C&W controller) who shall update if the stock is stabled or moved Workshop monitors

Entry of POH marking and Movement advice entry by Sheds/ Coaching depots /wagon depots

POH entry marking screen

POH shop Mode of movement Date of movement Destination

Sheds/ Coaching depots /wagon depots DPC/C&W controller

Movement of Rolling stock division to POH Premature

Movement information from traffic controller Movement by divisional controller

POH booked stock in movement on division

Attachment/det DPC/ C&W achment date controller Train Dispatch details RS No., Division

The division reports failure


III-163

i) RS POH

Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-II

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.

history. ii) RS failure data

Number of such failures is monitored by Railway Board iii) RS failure with cause wise analysis. history

reported cause of Failure, place, date & time, train. Analyzed cause Responsible shop

Centre for Railway Information Systems

III-164

Tender for WISE-II

Tender Document Part-II

6 S. NO. Function List Brief Description

PRODUCTION UNIT MODULE Workflow Information required on Screen to carry out the functions View of the contents of the library for userfriendly selection. User friendly screen for uploading Data to be transacted to carry out the functions Selection of down load Meta data for uploads Responsible Person

E-Library for drawings and Technical Specification manuals

PUs 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.

PUs Authorized users

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 PUs for approving vendors for different category of items under vital,
III-165

An online user directory giving details of item category, name, Designation, telephones, address, e-mail

Self information Updating Search for item category, name, & addresses

PUs Authorized users

Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-II

S. NO.

Function List

Brief Description

Workflow

Information required on Screen to carry out the functions id is needed to facilitate easy communication in the system. Self information screen, Search screen

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.

Centre for Railway Information Systems

III-166

Tender for WISE-II

Tender Document Part-II

7 S. NO. Function List Brief Description

RDSO MODULE Workflow Information required on Screen to carry out the functions View of the contents of the library (drawings, orders, Instructions etc.) for userfriendly selection and uploading. Technical Specification, Drawing: Data to be transacted to carry out the functions Selection of down load Meta data for uploads Technical Specification, Drawing Responsible Person

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 &

RB officials

Centre for Railway Information Systems

III-167

Tender for WISE-II

Tender Document Part-II

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
Centre for Railway Information Systems III-168

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.

Tender for WISE-II

Tender Document Part-II

S. NO.

Function List

Brief Description

Workflow

Information required on Screen to carry out the functions document details of approved, Temporarily delisted vendor for correction and revision Self information screen, Search screen

Data to be transacted to carry out the functions Details, Choice: Approving flag Temporarily delisted 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

Responsible Person

approved QAC/Directorate

Centre for Railway Information Systems

III-169

Tender for WISE-II

Tender Document Part-II

8 S. NO. Function List Brief Description

DOCUMENTS & LIBRARY MODULE Workflow Information required on Screen to carry out the functions User name Circular management screen with address book, search, selfrepository status and arrival alerts. Scan to repository screen with metadata capture feature. Data to be transacted to carry out the functions Addresses Metadata in case of new documents Responsible Person

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.

Each assigned user

Centre for Railway Information Systems

III-170

Tender for WISE-II

Tender Document Part-II

S. NO.

Function List

Brief Description

Workflow

Information required on Screen to carry out the functions View of the contents of the library for userfriendly selection. User-friendly screen for uploading.

Data to be transacted to carry out the functions Selection of down load Meta data for uploads

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. Each user should have the permission to modify his own details Search by any user.

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.

Self information screen Search screen

Self information Updation Search for name & addresses

All users

Centre for Railway Information Systems

III-171

Tender for WISE-II

Tender Document Part-II

9.

EXTERNAL INTERFACES (INTEGRATION)

1.

Integration required with other applications at database level:


S. NO. 1. 2. 3. 4. Integration Integration required with Material Management Information System (MMIS). Integration required with Loco Management System (LMS). Integration required with Integrated Coaching Management System (ICMS). Integration required with Freight Maintenance Module (FMMS).

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.

Centre for Railway Information Systems

III-172

Tender for WISE-II

Tender Document Part-II

10 CENTRAL APPLICATION REPORTS

S. No. 1.

Module Name & Sub module


HR Module

Batch/ Historic reports 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

Analytical reports Summaries for pay period for all categories. Section wise staff expendituremonthly

Online reports
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 List Machine condemnation RSP work Progress Shop wise availability PO status Forecast of Material manpower

Workshop Administration Module

Reports of Approval Production Plan Vital M&P running status Shop wise strength PO status

of

Annual Premature Failure Report Critical Material Status Failure M&P records D&A action report Generation of Annual Production

Vendor wise history of inspections.


Centre for Railway Information Systems

III-173

Tender for WISE-II

Tender Document Part-II

S. No.

Module Name & Sub module

Batch/ Historic reports


POH activity scheduling Summary of POH type of repair/ type of RS / Rly / Div wise Yearly / Monthly Material Consumption MCDO/PCDO reports

Analytical reports

Online reports
Consumption for future POH load Incoming POH/Repair Load Calling In programmer compliance Rolling Stock overdue POH with

running

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 statementmonthly, yearly etc.

Rolling Stock wise list of defects with Rolling hours lost & cost of repairs advice Pending warranty claims & failures Rolling vendor wise advice.

Stock Stock

allotment Transfer

Workshop indent statement Zonal distribution statement Vendor directories online. With item wise searches, vendor wise searches. New Rolling Stocks awaiting commissioning.

Centre for Railway Information Systems

III-174

Tender for WISE-II

Tender Document Part-II

S. No.

Module Name & Sub module

Batch/ Historic reports Drive and Modification progress.


Production plan of division workshop along with history. and

Analytical reports

Online reports

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 5 Division Module Daily failure and responsibility wise Premature Failure Report 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 6 Production Unit Module List of drawings item wise List of technical instructions List of Rolling stock allotment zonewise Premature Failure Report Shop wise availability Forecast of Consumption shop wise type wise production status List Machine condemnation work Progress 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 Drawings item wise Technical instructions manpower Material

Centre for Railway Information Systems

III-175

Tender for WISE-II

Tender Document Part-II

S. No.
7

Module Name & Sub module


RDSO Module

Batch/ Historic reports


List of drawings item wise List of technical instructions

Analytical reports

Online reports
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

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.

Centre for Railway Information Systems

III-176

Tender for WISE-II

Tender Document Part-II

ANNEXURE 2.XI

3.11

POC USE CASES FOR WISE-II WORKSHOP APPLICATION

1 2. 3 4 5. 6.

USE CASE 1 Rolling Stock Reception, Berthing, Pre-Inspection.

III-178

USE CASE 2 Repair job card generation, work assignment report and schedule work completion, Movement of Rolling Stock, Final inspection, Repair Cost. III-179 USE CASE 3 - RFID tags and Sub-assembly Demonstration USE CASE 4 Plant And Machinery USE CASE 5 Production Planning USE CASE 6 Material Management III-181 III-182 III-184 III-186

Centre for Railway Information Systems

III-177

Tender for WISE-II

Tender Document Part-II

PROOF OF CONCEPT
1 USE CASE 1 Rolling Stock Reception, Berthing, Pre-Inspection.

1.

Purpose: 1. 2. 3. Reception and berthing of Rolling Stock in workshop. Checking for Missing Items in a Rolling Stock. Initial investigations about type of repair required on the Rolling Stock.

2.

Actors:
a) b) Primary Actor SSE/Planning, CYM/Yard representative. Secondary Actor Shunter, JE, Inspector etc.

3.

Precondition
a) b) Schedule calendar for Rolling Stock. Arrival forecast issued and purpose of visit entered by divisional control of home division through Central application (ROAMS).

4.

Main Scenario: 4.1 1. 2. 3. 4.2 Receipt of Rolling Stock:

Maximum Marks: 7 Allotted Marks: 3

Rolling Stock other than Locos is received in the yard and is placed in the Workshop by the CYM/Yard. 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. Indents are prepared by respective shops against deficiencies noted as above. Receipt of Rolling Stock: 1. 2. 3. 4. Allotted Marks: 4

Rolling stock is pre inspected to assess quantum of workload in terms of standard check sheets and recorded with the help of E-pen. According to work content observed during pre-inspection, rolling stock is earmarked for respective repairs and placed accordingly. Berthing of Rolling stock at proper/ identified location. Alerts to respective shop officials about receipt and placement.

Centre for Railway Information Systems

III-178

Tender for WISE-II

Tender Document Part-II

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) b) c) d) e) f) g) h) i) Man cards - RF-ID based for identification of men and feeding name of the person in to any input form of ERP application. Association of Men with Shift. Assignment of men to gang and job booking. Repair job card generation. Material and Tool Indents. Rolling Stock Stages movement status. Material Drawl and Charged against rolling stock Final Inspection 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. 4.1

Main Scenario: Man identification card: 1 Allotted Marks: 2

(Max Marks: 18)

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. Use of employee card to enter employee particulars into any transaction screen without typing. Allotted Marks: 2

4.2

Association of Men with Shift: 1 2

Technicians and staff allotted according to the shift. A roster is maintained by office to ensure that each worker gets statutory rest. 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.

Centre for Railway Information Systems

III-179

Tender for WISE-II

Tender Document Part-II

4.3

Initial checking, generating repair job card and assignment of men to job: Allotted Marks: 3 1 2 3 When Rolling Stock is berthed in appropriate bay, official as nominated by shift supervisor does its detailed checking. 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. 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. Allotted Marks: 2

4.4

Material indent and Tool indent for Job: 1 2

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). Indent to become visible to assigned store/ tool room for issue to supervisor assigned man. Allotted Marks: 2

4.5

Schedule work done capture: 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. Work left incomplete to be included in shift hand over statement with reasons. Allotted Marks: 3

2 4.6

Rolling Stock Stages Movement: 1. 2. 3.

Rolling stocks identified assemblies are removed for OH at nominated locations. Rolling stocks identified assemblies are fitted after OH at nominated locations. Rolling stock moves from one shop to another during POH process. Its movement is tracked for its status checking. Allotted Marks: 3

4.7

Material Drawn and Charged: 1. 2. 3.

Material is drawn against rolling stock and records kept at each of the shops by concerned SSE. Record of actual quantity consumed against each rolling stock, section wise, shop wise is also kept for costing purposes. After completion of repairs to rolling stock, it is subjected to Final inspection by nominated authority. Allotted Marks: 1

4.8

Repair Costing:

1.

Based on Manpower, Material and Machine etc. usage cost of individual and/or batch of rolling stock is calculated.

Centre for Railway Information Systems

III-180

Tender for WISE-II

Tender Document Part-II

3
1.

USE CASE 3 - RFID tags and Sub-assembly Demonstration

Purpose:
Demonstration of: a) b) c) Kiosk Design, Actual Kiosk or a 3-D computer Model with material details. 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. Touch screen interface for application for use in maintenance area.

2.

Actor:
a) Primary actor - Staff, Assembly section in-charge

3.

Pre-Condition:
a) b) 4. Receipt of new assembly. Issuing of assembly to Rolling Stock. Maximum Marks: 9

Main Scenario:

4.1

RFID tags for Assembly tracing: 1. 2.

Allotted Marks: 5

From list of Rolling Stock under maintenance with shift supervisor, Rolling Stock is selected for removal of assembly. (1) 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) 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) Allotted Marks: 4

3.

4.2

Kiosk demonstration: 1 2

Ergonomic comfort of design for the users (3D Prototype Model). Sturdiness of design for field use and choice of material.

Centre for Railway Information Systems

III-181

Tender for WISE-II

Tender Document Part-II

USE CASE 4 Plant And Machinery

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.

Actors:
a)
b)

Primary Actor Dy CME/Plant. Secondary Actor WM/Plant, SSE (Maintenance sections)

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)

4 4.1

Vendor/supplier details. Main Scenario: Break down particulars.

Maximum Marks: 10 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.
III-182

Allotted Marks: 2

Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-II

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 lifes, 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

Centre for Railway Information Systems

III-183

Tender for WISE-II

Tender Document Part-II

5.

USE CASE 5 Production Planning

1.

Purpose:
1. 2. 3. 4. Material requirement for annual planned production Manpower requirement for annual planned production Load centre Capacity planning Demonstration of Production scheduling capability.

2.

Actors:
1. 2. Primary Actor SSE (Planning) Secondary Actor PE/PL

3.

Pre-Condition:
a) b) c) d) e) f)
g)

Annual planned production. Historic cost of shop manufactured items List of Stocked Items. Last purchase details PRSR (Per Rolling Stock Requirement) and average % change during POH/AOH Schedule. Load centre master. Operations master. Maximum Marks: 9 Allotted Marks: 2

Main Scenario: 4.1 a)

Bill of Material for the production programme.

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. Based on the last purchase rate of material, purchase material cost for annual planned production to be calculated. Man Power requirement planning Allotted Marks: 2

b)

4.2 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. 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. Load centre capacity planning: Allotted Marks: 2

b)

4.3

Centre for Railway Information Systems

III-184

Tender for WISE-II

Tender Document Part-II

a)

b)

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. 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. Scheduling of batch order. Allotted Marks: 3

4.4 a) b) c)

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 Dates of work start and finish should be defined for each station along with available buffer time. Demonstrate release of production documents: Job cards, Route cards, Job progress card and Raw Material requisition for a batch.

Centre for Railway Information Systems

III-185

Tender for WISE-II

Tender Document Part-II

6.

USE CASE 6 Material Management

1.

Purpose:
1. 2. 3. 4. Journal entry (Value of issues and receipts) Categorization of Material (ABC Analysis) Generation of priced ledger 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. 2. 3. 4. 5. 6. 7. DBR no and receipt note details Receipts of material at stocking ward Issue of material from stocking ward and RB to the consignee Stock Adjustment Return stores and Finished part stores (FPS) Survey Committee Report Adjustment Receipts and Adjustment Issues

4. 4.1
a) b)

Main Scenario: Receipts of material at stocking ward

Maximum Marks: 7 Allotted Marks: 2

After incoming inspection, the Accepted Material will be physically shifted along with the Receipt Note to Stocking Ward for Accountal. 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
a)

Issue of material from stocking ward and RB to the consignee Allotted Marks: 2
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. Stock status is updated on issue and alert for any stock below preset levels is generated.

b)

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) b) Guarantee Clause Rejection where the accepted material failing in service or trial before the expiry of the Guarantee period. 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. 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.

c)

Centre for Railway Information Systems

III-186

Tender for WISE-II

Tender Document Part-II

ANNEXURE 2.XII

3.12

SAMPLE WORKSHOP SCENERIO


INDEX

Rolling Stock Rolling Stock Transcode Rolling Stock Category Division Rolling Stock Stages Rolling Stock Cycle Time RECEIPT DESPATCH LIST Rolling Stock POH Activity POH PROCESS Repair Category Compulsory work Missing Fitting PRE SURVEY / INSPECTION MATERIAL CHARGE Staff List Staff Category SQUAD LIST MONTHLY SQUAD LIST MONTHLY LABOUR COST INCENTIVE RATE LABOUR HOURLY RATE WORK DIARY MONTHLY SQUAD EMPLOYEE
Centre for Railway Information Systems III-187

III-189 III-189 III-189 III-189 III-190 III-190 III-190 III-191 III-191 III-191 III-192 III-192 III-192 III-192 III-193 III-193 III-194 III-194 III-195 III-195 III-195 III-196 III-196

Tender for WISE-II

Tender Document Part-II

UNIT REPAIR ITEMS Average PCR [AVERAGE PER COACH REQUIREMENT OF MATERIAL] PLANT AND MACHINE MACHINE LIST MACHINE TYPE MACHINE CATEGORY CODE MACHINE ASSEMBLY MACHINE BREAK DOWN CAUSE PREVENTIVE MAINTENANCE SCHEDULE TYPE PREVENTIVE MAINTENANCE TASK CODE MACHINE PREVENTIVE MAINTENANCE MACHINE SPARES SPARE DETAILS MACHINE BREAK DOWN WORK CENTER DETAILS PRODUCTION PLANNING DEMAND TYPE ESTIMATE MATERIAL LOAD CENTRE MATERIAL MATERIAL STOCK LIST SHOP LABOUR WORKORDER SHOP MATERIAL WORK ORDER POH WORK ORDER ON COST DETAIL LIST OF ABBREVATIONS

III-196 III-197 III-197 III-197 III-198 III-198 III-198 III-199 III-199 III-199 III-200 III-200 III-200 III-201 III-202 III-202 III-202 III-202 III-203 III-203 III-204 III-204 III-205 III-205 III-205 III-206

Centre for Railway Information Systems

III-188

Tender for WISE-II

Tender Document Part-II

Rolling Stock
Sl No 1. 2. 3. Rolling stock id 69899898 43535353 34534535 Type of RS Coach/Wagon Coach Loco Owning Rly NR NCR SR Division NR NCR SR workshop Jaghadri Bhopal Lilluah Transcode BCN BOXN DSLP

Rolling Stock Transcode


PCV OR TYPE TRANS OCV OF CODE OR TRANSCODE TRANSCODE DESC RS GROUP DEPT WGACCN AC THREE TIER C P CN SLEEPER C P CZ CHAIR CAR C P RSCL TOOL VAN C D YDM4 MG DSL ELECTRIC LOCO - MIXED D WDM2 BG DSL ELECTRIC LOCO - MIXED D WDS6 BG DSL ELECTRIC LOCO - SHUNTING D

AC OR NONAC A N N N

Rolling Stock Category


RS_CATEGORY D C CW M S W L SC EL RS_CATEGORY_DESC DIESEL CARRIAGE CARRIAGE & WAGON MISCELLENEOUS STEAM WAGON LOCO SCRAP ITEMS ELECTRIC LOCO

Division
DIVISION_CODE LONG_DESC ADI AHMEDABAD BZA VIJAYAWADA GTL GUNTAKAL HYB HYDERABAD MAS MADRAS MDU MADURAI MYS MYSORE PGT PALGHAT SBC BANGALORE
Centre for Railway Information Systems

OWNING_RLY W SC SC SC S S S S S
III-189

Tender for WISE-II

Tender Document Part-II

DIVISION_CODE LONG_DESC OWNING_RLY SC SECUNDERABAD SC TPJ TRICHIRAPPALLI S TVC TRIVANDRUM S UBL HUBLI SC

Rolling Stock Stages


S. No 1. 2 3 4 5 6 7 8 9 10 11 12 13 Stage Id 1 2 3 4 5 6 1 2 3 4 5 6 7 Stage Desc REMOVING BOGIE PRE-SURVEY BODY REP./MODI./ALTERATION CORROSION REPAIR FURNISHING DISPATCH CHECK DEFICIENCIES REMOVE SMALL HOOD DETRUCK CRANK, RUN AND NO LOAD CHECK LOAD TESTING TRIAL ATTENTION TRIAL ATT., PAINTING & DESPATCH Type of RS Coach Coach Coach Coach Coach Coach Diesel Diesel Diesel Diesel Diesel Diesel Diesel

Rolling Stock Cycle Time


Sl No 1. 2. 3. Stage Id 1 2 3 RS Desc Id 2 3 4 Repair Category Burn Repair Regular Repair Accidental repair Stage order 1 2 3 Stage Duration 5 hrs. 7 hrs. 16 hrs.

RECEIPT DESPATCH LIST


DEMAND_ID 200003 LAST_POH_DATE 12-Jan-97 LAST_POH_SHOP GOC KMS_EARNED 22000 RECEIPT_DATE 30-Mar-02 TAKEN_FOR_REPAIR 02-Sep-02 TRIAL_DATE DESPATCH_DATE GATE_PASS_NO RETURN_DATE WO_NUMBER COMPUL_WORK_FLAG N 200004 12-Oct-01 GOC 17000 19-Apr-02 19-Apr-02 200005 12-Apr-98 GOC 14000 22-Apr-02 22-Apr-02

Centre for Railway Information Systems

III-190

Tender for WISE-II

Tender Document Part-II

Rolling Stock POH Activity


Sl No 1. 2. 3. 4. Main process No. 1 1 4 5 Activity No. 1 2 1 1 Allowed Time 20 min. 15 min. 20 min. 1 hr. Preparation Time 2 3 5 0 min. min. min. min. Pre. Time Qty 20 5 0 2 Unit Code Piece Piece Piece Piece Stage Id 2 3 1 6 Load Centre Id 3829 7382 4802 8402 Machine Id 17389237 94833272 93830282 82023823

POH PROCESS

MAIN_ PROCESS _NO 171 173 175 176 186 188 189 190 192 178 179

DESCRIPTION TRIMMING OF AC CHAIR CAR(MG AND BG) COACHES VESTIBULE ATTENTION - MG COACHES SIGN WRITING VYNATILE FLOORING - BG COACHES POH OF BOGIE/MG AND BG COACHES POH OF SHOCK ABSORBER UNDER FRAME PITLINE WORK POH OF MAIN FRAME OF STEAM CRANE POH OF MATCH TRUCK OF STEAM CRANE PAINTING MISCELLANEOUS PAINTING OF MG/DEPARTMENTAL AND INSPECTION COACHES

SHOP_ID WO_CONSIGNEE 309 309 309 309 301 301 301 301 301 309 309 309044 309044 309044 309044 301001 301001 301001 301001 301001 309044 309044

Repair Category
REPAIR CATEGORY CODE REPAIR CATEGORY DESC 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 A - NORMAL POH WORK (DSL) B - MODIFICATION WORK (DSL) C - REPLACEMENT OF HIGH VALUE ITEMS (DSL) SPECIAL REPAIR (COACH) CORROSION POH (COACH) NORMAL POH (COACH) A CATEGORY REPAIR (WAGON) B CATEGORY REPAIR(WAGON) C CATEGORY REPAIR (WAGON) SPECIAL REPAIR (DSL) PETTY REPAIR (COACH) OTHER REPAIR (COACH) EXPERIMENTAL (COACH) IOH(COACH) CONDEMNATION PROPOSAL(COACH)

Centre for Railway Information Systems

III-191

Tender for WISE-II

Tender Document Part-II

Compulsory work
Sl No 1. 2. 3. Transcode BOXN BOXN WACR Repair Category 1 1 3 Main Process 2 3 5 Activity No. 3 5 2

Missing Fitting
Sl No 1. 2. 3. Material Id 726919172 234892340 501940149 Max qty 20 52 4 Type of RS Wagon Coach Loco Unit code Piece Inches Dozens

PRE SURVEY / INSPECTION

DE MA ND ID 884 884 884 884 884 884 884 884 884 884 884

PRE MAIN SUR PROC ACTI VEY ESS VITY SLN NO NO O 112 8 1 113 2 1 113 3 1 117 2 1 124 1 1 124 2 1 124 7 1 161 18 1 161 19 1 161 33 1 161 35 1

JOB CAR D PRE JOB PAR TEMP CARD ATO ACTIV JOB ALLO RY ITY CARD W TIM SQUAD_I QTY NO TIME E D 1 566556 42.24 0 1 566557 11.44 0 1 566558 4.224 0 1 566559 36.96 0 1 566560 24.561 0 1 566561 26.101 0 1 566562 19.941 0 1 568142 322.08 0 1 568143 268.4 0 1 568141 38.72 0 4 568140 17.6 0

WO PRE NUMBE SURVE R Y NO 33122250 1435 33122250 1435 33122250 1435 33122250 1435 33122250 1435 33122250 1435 33122250 1435 33222250 1435 33222250 1435 33222250 1435 33222250 1435

MATERIAL CHARGE
DEMAND_ID 200106 200106 200106 200106 200107 MATL_ID SHOP_ID USED_QTY 10030050 321 4 10916362 321 8 11423651 321 3 12240503 321 12 10916362 321 4 RATE 14854.8 15436.6 45740.2 13719.6 15436.6
III-192

Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-II

DEMAND_ID 210 311 515 517 639

MATL_ID SHOP_ID USED_QTY 90503351 308 0.02 30024286 308 2 90503351 308 0.03 90503351 308 0.03 90980013 308 0.22

RATE 26791.7 18000 26791.7 26791.7 23799.1

Staff List
SHOP_ID RATE_OF_PAY TRADE_CODE 356 356 356 356 356 356 356 356 356 356 356 356 356 356 356 356 356 356 356 341 369 351 340 338 369 308 303 18900 14700 14250 13575 12275 12925 10000 11300 12600 12250 12000 12250 12000 9000 12000 11500 11000 10325 8500 2960 3200 3320 2550 3345 2970 3650 3425 STATUS WORKING WORKING WORKING WORKING WORKING WORKING WORKING RETIRED WORKING WORKING RETIRED WORKING WORKING WORKING WORKING WORKING WORKING WORKING WORKING WORKING WORKING WORKING WORKING WORKING WORKING WORKING WORKING

Staff Category
CATE CATEGORY CATE GORY_ DESC GORY_ SHORT CODE DESC 1 O.S.I. 5 CLERK OFFICE SUPDT.GR.I CLERK
III-193

SCALE CODE

12 5

Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-II

CATE CATEGORY CATE GORY_ DESC GORY_ SHORT CODE DESC 7 PEON 13 SSE-WS 14 SE -WS 15 JE1-WS 16 JE2-WS 19 HSA-I 20 HSA-II 21 HS-III 22 R.C.S. 23 KH.HLP 24 KHL 26 CH.TY. 27 HD.TY. 28 SR.TY. PEON SR.SECTION ENGR. SECTION ENGR. JR.ENGR.GR.1/WS JR.ENGR.GR.2/WS SKILLED GR.I SKILLED GR.II SKILLED GR.III RE-CLASS. SKILLED KHALASI HELPER KHALASI CHIEF TYPIST HEAD TYPIST SENIOR TYPIST

SCALE CODE

1 13 12 10 9 8 7 5 5 3 1 9 8 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_TYPE 2961398 01-Sep-02 257 DW 2996923 01-Sep-02 257 DW 3835133 01-Sep-02 45 DW 6020136 01-Sep-02 215 DW

Centre for Railway Information Systems

III-194

Tender for WISE-II

Tender Document Part-II

MONTHLY LABOUR COST


PF_NO WORK ORDER _NO MONTH_ YEAR DEMAND _SL NO DEM AND _ID SHOP _ID LABOUR _HRS _NORMAL LABOUR _HRS _OT LABOUR_ COST _NOR MAL INC ENT_ COST _NORMAL LOC MOC TOT_ LAB_ COST _NORMAL 2980502 2980502 6001798

60210161 60210167 62153115 01-Jul-02 01-Jul-02 01-Jun-02 1 1 3 200088 321 221.5 66.5 9537.79 200090 321 192 35 8267.52 200052 321 89.5 7.5 3853.87 2813.33 1079.08 7746.28

6962.59 6035.29 2670.58 2314.91 19170.96 16617.72

INCENTIVE RATE
INC_ INC_ FROM_ TYPE RATE DATE 15 16 18 19 20 21 23 24 26.45 24 24 21.65 19.25 17.55 12.75 12.25 20-Aug-02 20-Aug-02 20-Aug-02 20-Aug-02 20-Aug-02 20-Aug-02 20-Aug-02 20-Aug-02 TO_DATE

19-Sep-02 19-Sep-02 19-Sep-02 19-Sep-02 19-Sep-02 19-Sep-02 19-Sep-02 19-Sep-02

LABOUR HOURLY RATE


SHOP_ID CATEGORY_CODE LABOUR_ HOURLY_ RATE 301 301 201 201 201 202 18 19 20 21 23 24 45.02 38.82 38.82 29 25.31 22.73

Centre for Railway Information Systems

III-195

Tender for WISE-II

Tender Document Part-II

WORK DIARY
WORKORDER DATE DEMAND HRS OT_HRS PF NO NO WORKED SLNO WORKED 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_TYPE 2961398 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 DESCRIPTION TYPE GAUGE LABOUR LABOUR LOC MOC MATERIAL RETURN MAX_QTY ID OF HRS COST COST STORES RS 43 RECLAMATION BG ENGINE BLOCK REWIND TYPE 10931AZ BG TRACTION GENERATOR D B 2478 96895 75843 27158 46516 1

16

1500

58677

38727 15843 284443

-22934

1022 PAINT SHOP COST FOR MG LOCO 1026 BOILER SHOP COMPONENTS FOR DSL MG 61 AC COACH COST OF TLS,AC ACTIVITIES

D D

M M

1321 1314

53861 58995

30139 12511 806 39437 11129 15175

1 1

3100

99820

71300 6170 126088

Centre for Railway Information Systems

III-196

Tender for WISE-II

Tender Document Part-II

Average PCR [AVERAGE PER COACH REQUIREMENT OF MATERIAL]


Sl No 1. 2. 3. 4. 5. 6. Type GS GS SCN SCN AC SCN AC SCN Ul No 08623020972201 11909876301301 08623020972201 11909876301301 08623020972201 11909876301301 Qty req. per coach in shop qty 22 mts 15 SQ.MTS 15 mts 25 SQ.MTS 32 mts 45 SQ.MTS Qty req. per coach in store qty 22 mts 400 KGS 15 mts 500 KGS 32 mts 600 KGS

PLANT AND MACHINE MACHINE LIST


MC_ID MC_DESC SPEC 449 1219 1147 1037 EOT CRANE (5 TONS) (AC) CAPACITY 5 TONS WHEEL BASE 4200 MM DRUM DIA 320 MM M 151 325 36 2 B 11 COFMOW NC 63

MC_TYPE

HOT CAM&CRANK C' FRAME UPSETTING BORING MACHINE HYD.PRESS-120T M/C. CAP.50 MM SPINDLE DIA CAP. 120 TONNES 160MM Y-AXIS 180 MIN.RAM STROKE MM X-AXIS 600 MM 315MM TABL.SIZE 315x 400 MM P P P 354 330 101 2 A 30 COFMOW C 101 114 327 22 1 B 22 COFMOW NC 52

CATEGORY_CODE 107 SHOP_ID 312

LOAD_CENTRE_ID 15 SHIFT PM_GROUP 1 C

MC_KILO_WATT_HR 15 PROCURE_TYPE COFMOW

CRITICALITY_FLAG NC CATLOG_ID AMC_CODE INSU_CODE PROCUR_ID RECEIPT_ID ERECT_ID CONDMN_ID MAKE EUMUCO 33 340 674 22

19 18 1181

113 156 942

66 144 555

HMT LTD

HINDUSTAN HYDLTD

GARLIC ENGG CO

Centre for Railway Information Systems

III-197

Tender for WISE-II

Tender Document Part-II

MACHINE TYPE
MC_TYPE TYPE_DESCRIPTION A PLANT M MATERIAL HANDLING P PRODUCTION MACHINE T TESTING MACHINE V VEHICLE

MACHINE CATEGORY CODE


CATEGORY CODE 1 2 3 4 5 6 7 8 9 10 DESCRIPTION AJTB LATHE (BG) AJTB LATHE (MG) TYRE TURNING WHEEL LATHE (BG) TYRE TURNING WHEEL LATHE (MG) UNDERFLOOR WHEEL LATHE (BG) UNDERFLOOR WHEEL LATHE (MG) AXLE TURNING LATHE CENTRE LATHE COMBINATION TURRET LATHE TURRET LATHE CODAL LIFE 15 15 15 15 15 15 15 15 15 15 MC TYPE P P P P P P P P P P

MACHINE ASSEMBLY
ASSY CODE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 DESCRIPTION GEAR BOX SPEED CHANGE GEAR BOX FEED CHANGE JOB HOLDING MECHANISM TOOL HOLDING MECHANISM RAPID TRAVERSE TRAVELLING HOISTING BED AND FOUNDATION CONTROL MECHANISM MECH SAFETY MECHANISM MECH CONTROL MECHANISM ELEC SAFETY MECHANISM ELEC STEERING MECHANISM REDUCTION GEAR BOX LUBRICATION

Centre for Railway Information Systems

III-198

Tender for WISE-II

Tender Document Part-II

MACHINE BREAK DOWN CAUSE


CAUSE DESCRIPTION _CODE 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 FAILURE TO REPLACE IN TIME LACK OF SWARF CLEANING LACK OF LUBRICATION FAULTY DESIGN DEFECTIVE COMPONENT DEFECTIVE WORKMAN SHIP DEFECTIVE OPERATION FATIGUE FAILURE LOW VOLTAGE LACK OF COOLING SUBSTITUTE MATERIAL/COMPONENT LOOSE MOUNTING JAMMED BY DIRT INCLUSION VIBRATION WEAR AND TEAR CORROSION AGEING

PREVENTIVE MAINTENANCE SCHEDULE TYPE


SCH_TYPE_CODE DESCRIPTION 1 MONTHLY 2 QUARTERLY 3 HALF YEARLY 4 YEARLY

PREVENTIVE MAINTENANCE TASK CODE


TASK_ CODE 1001 1002 TASK_DESC OVERHAUL HYDRAULIC MOTOR AS PER WORK INSTRUCTION EWI 01 TIGHTEN TERMINALS AND WIRES OF HYDRAULIC MOTOR FOR RIGID CONNECTION WITH THE DOUBLE END SPANNER & SHAKE THE WIRES MANUALLY TO CHECK THE TIGHTNESS CHECK AND ARREST LEAKAGES IN THE HYDRAULIC JOINTS AND PIPE CHECK FOR LEAKAGES IN THE PISTON SEALS AND RENEW CHECK HYDRAULIC TANK OIL LEVEL & REFILL UPTO THE TOP MARK INTHE GAUGE GLASS WITH SERVO SYSTEM 57 OIL CLEAN HYDRAULIC OIL TANK FILTER AND FILL WITH SERVO SYSTEM 57 OIL UPTO TOP MARK IN THE SIGHT GLASS

1003 1004 1005 1006

Centre for Railway Information Systems

III-199

Tender for WISE-II

Tender Document Part-II

TASK_ CODE 1007 1008 1009 1010

TASK_DESC CLEAN THE DIRECTION CONTROL VALVES WITH PETRO CHECK THE CONTINUITY OF THE EARTH CONNECTIONS WITH THE MULTIMETER CHECK THE CONTINUITY OF THE BED MOVEMENT LIMIT- SWITCH CONTACTS WITH THE MULTIMETER 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 DESCRIPTION BATT1 BELT1 BELT10 COUP2 BATTERY BELT A 35 BELT A 62 BIBBY 12 V COUP NO. A 158 BATTERY BELT E M BELT M M MISC187 RUBBER SPIDER SIZE L 100 M

SPARE _TYPE USER_ DEPT MFR_ PART _NO

COUPLING MISC

Centre for Railway Information Systems

III-200

Tender for WISE-II

Tender Document Part-II

PLNO UNIT _CODE 1 RATE 5600 STOCK _QTY_ MECH STOCK _QTY_ ELEC IMPORT _OR_ IND IND LOCATION _SHELF _MECH LOCATION _SHELF _ELEC MAKE _OR_ BUY B DRG _NO REORDER _LEVEL_ MECH REORDER _QTY_ MECH REORDER _LEVEL_ ELEC REORDER _QTY_ ELEC

7548 1 125 5

7548 1 175 6

1 4700 0

1 140 5 IND

IND IND IND BELT RACK BELT RACK

MACHINE BREAK DOWN


2980 3467 WORK_ID 449 1037 MC_ID BD TYPE_OF_FAILURE BD 99 99 DEPT_CODE 04-Aug-94 23-Jan-95 FAIL_DATE 10.78 8 FAIL_TIME APPARENT_DEFECT LUB.OIL NOT INDICATOR WORKING FAILURE 13-Aug-94 PDC COMP_DATE_MECH 09-Aug-94 COMPL_TIME_MECH 14.5 COMP_DATE_ELEC 09-Aug-94 COMPL_TIME_ELEC 14.5 5 CAUSE_CODE 26 ASSY_CODE 6 SYSTEM_CODE REMARKS 25-Jan-95 25-Jan-95 16 25-Jan-95 16 5 7 3 3494 1037 BD 99 04-Feb-95 11.25 HOIST FAILURE 08-Feb-95 08-Feb-95 14.5 08-Feb-95 14.5 5 7 3 4700 1037 BD 99 06-Aug-96 9.5 ROUGH RIDING & UNUSUAL SOUND 09-Aug-96 12-Aug-96 7.51 12-Aug-96 7.51 5 6 2

Centre for Railway Information Systems

III-201

Tender for WISE-II

Tender Document Part-II

WORK CENTER DETAILS


Sl No 1. 2. 3. Work Center 10100115 10100118 11210141 Number of machines available 1 2 3 Inv.no 1501 1502 1503 1504 1505 1506 No of shift working 2 2 1 2 1 3 Year 1978 1988 1998 2000 2001 2002

PRODUCTION PLANNING DEMAND TYPE

ESTIMATE MATERIAL
DEMAND_ID MATL_ID STEEL_OR_BUYOUT QTY_PER_DEMAND RATE 900007 900007 900007 900007 900007 900007 900007 900007 900007 900007 900007 900007 900007 1 2 3 4 5 10140177 10140190 10140207 10140220 10210799 10210805 10211081 10211093 B B B B B B B B B B B B B 25 40 10 9 16 8 1 16 4 4 16 4 16
III-202

9.5 8.5 25 8.32 87.36 2111 6062.14 281.71 277.32 22 23.23 406.29 471.79

Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-II

DEMAND_ID MATL_ID STEEL_OR_BUYOUT QTY_PER_DEMAND RATE 900007 900007 900007 10220185 10220197 10981081 B B B 4 16 16 56.25 82.91 481.93

LOAD CENTRE
LOAD_CENTRE_ID DESCRIPTION SHOP_ID 301 301 301 301 301 301 301 301 303 303 303 303

30101 FIT & ASSEMBLE 30102 GASCUT & WELDING 30103 RIVETTING 30104 DRILLING 30105 GRINDING 30106 HYDRALIIC PRESS 30107 CLEAN & PAINTING 30108 MISCELANEOUS 30301 WHEEL LATHE (MG). 30302 WHEEL LATHE (BG) 30303 JOURNAL BURNISHINGBG 30304 JOURNAL BURNISHINGMG

MATERIAL
MATL_ID DESCRIPTION RATE 1172.48 1323.17 0.65 1362.36 11657 2680 UNIT CODE 1D 1D 1D 1D 15 SC 15 SC RDSO SPEC.9407 TYPE II RS CATEGORY SPECIFICATION

10330744 NOZZLE CAT 2231021901 10341948 SWITCH HUB OIL SIGNAL LOCK WASHER 104 0 10342540 21513142 BUSHING REGULATING 10342904 53613618 CAST IRON SCRAP 98087010 SKULLINGS 98090010 F SCRAP ANVILS 93980826 WOOD BASED MPREGNATED COMPRESS 91160017 TIN INGOT 990970 IS 26 ZINC INGOT GRADE 91170011 ZN990951S2 91210010 FILLING ALLOY
Centre for Railway Information Systems

1979 358.11 88.7 96


III-203

1C 13 M 13 M 13 M

Tender for WISE-II

Tender Document Part-II

MATL_ID DESCRIPTION 91210227 TINNING ALLOY HAD FIELD MANGANESE ST 90988693 PT 6 MM

RATE 232.92 72241.4

UNIT CODE

RS CATEGORY SPECIFICATION 13 M 15 RM

MATERIAL STOCK LIST


PUR MATL MFR UNIT DEPOT CATEGORY WARD BOTH CODE AAC 2 18 18 18 18 2 18 18 18 18 18 18 18 10 10 10 10 10 10 10 10 10 10 10 10 10 8P 3P 3P 3P 3M 1P 3P 3P 3M 3P 2P 3P 1P 1 1 1 1 1 1 22 1 1 1 1 1 21000 15000 MONTH MONTH MONTH ABC BUFF MIN DANGER BAR STK QTY CATEGORY STK STK STK 25544 C2 23403 C2 11423 C2 5417 C2 3800 C2 1537 A 1800 C2 1181 C2 2250 C2 3018 C2 1103 C2 16849 B2 2144 C2 3 3 3 3 3 3 3 3 3 3 3 3 3 9 9 9 9 9 9 9 9 9 9 9 9 9 3 3 3 3 3 3 3 3 3 3 3 3 3 5.2 4.6

MATL ID 38047044 12989034 12989046 12989058 12989071 12988741 12988960 12988984 12988996 12989022 12982726 12085583 10989780

9600 0.75

20000 4.54 7000 8.63 2000 380 5000 10.1 2000 6.18 9000 4.18 2000 44.6 35000 7.9 1200 19.9

1 100000 7.45

SHOP LABOUR WORKORDER


SHOP_ID 315 315 315 319 319 319 312 312 312 313 313 313 303 303 303 314 WO_NO 50221508 50221504 50221510 50221904 50221908 50221910 50321204 50321208 50321210 50221304 50221308 50221310 50220304 50220308 50220310 50221404 YEAR VALID 01-Apr-02 YES 01-Apr-02 YES 01-Apr-02 YES 01-Apr-02 YES 01-Apr-02 YES 01-Apr-02 YES 01-Apr-02 YES 01-Apr-02 YES 01-Apr-02 YES 01-Apr-02 YES 01-Apr-02 YES 01-Apr-02 YES 01-Apr-02 01-Apr-02 01-Apr-02 01-Apr-02 YES

Centre for Railway Information Systems

III-204

Tender for WISE-II

Tender Document Part-II

SHOP MATERIAL WORK ORDER


SHOP_ID 315 315 315 319 319 319 312 312 312 313 313 WO_NO 50221525 50221527 50221521 50221925 50221927 50221921 50221225 50221227 50221221 50221325 50221327 YEAR VALID 01-Apr-02 YES 01-Apr-02 YES 01-Apr-02 YES 01-Apr-02 YES 01-Apr-02 YES 01-Apr-02 YES 01-Apr-02 YES 01-Apr-02 YES 01-Apr-02 YES 01-Apr-02 YES 01-Apr-02 YES

POH WORK ORDER


REPAIR COST RS DESC CATEGORY CONSIGNEE CENTRE ID CODE CODE GROUP 18 6 305093 1 18 6 305111 A 18 6 305112 A 18 6 305281 A 18 6 305282 A 18 6 305283 A 17 6 305303 A 17 6 305304 A 17 6 305305 A WO WO NUMBER GAUGE 32450012 B 32450012 B 32450012 B 32450012 B 32450012 B 32450012 B 32450012 B 32450012 B 32450012 B

ON COST DETAIL
ONCOST_ID 1 2 3 ONCOST_ SHORT_DESC LOC MOC AOC ONCOST_ DESC LABOUR ONCOST MATERIAL ONCOST ADMINISTRATIVE ONCOST

Centre for Railway Information Systems

III-205

Tender for WISE-II

Tender Document Part-II

ANNEXURE 2.XIII 3.13 AEE AES AME BD OR B/D BO BR BOM C&F CAD CAE CBS CLS CME CMM CMT CPO CWE DAR DBR DMS DW EDPM EIW EMD EOT crane ERP FA & CAO /P FMIS GA ICF IDN IMTE IOW J&T LIST OF ABBREVATIONS Assistance Electrical Engineer Annual Estimated Sanction Assistance Mechanical Engineer Break Down Batch Order

Balance Returns
Bill Of Material Clearing & Forwarding Computer Aided Design Computer Aided Engineering Centralised Bills Section Clearing Ledger Section Chief Mechanical Engineer Chief Material Manager Chemical And Metallurgical Testing Chief Personnel Officer Chief Works Engineer Discipline And Appeal Rules Daily Book Register Document Management System Direct Workers Electronic Data Processing Manager Essentially Indirect Workers Earnest Money Deposit Electrical Overhead Travel Crane Enterprise Resource Planning Financial Advisor And Chief Accounts Officer - Projects Finance Management Information Management System Gate Attendance Integral Coach Factory Inspection Demand Note Instrument Measuring And Test Equipment Inspector Of Works Jig & Tool
III-206

Centre for Railway Information Systems

Tender for WISE-II

Tender Document Part-II

JE LOA LOP LP LPR LTO M&P MCDO MPO MTO MW N/S NL Section NMS NPS OFC OT PCDO PCO PCRT PDA PE/PL PL PM PM&L PMS PMTS PO. POC PPRC PT PU PWG Bond QC RB RB RDSO RFID

Junior Engineer Letter Of Acceptance List Of Parts Local Purchase Last Purchase Rate Linear Tape Open Machinery & Plant Monthly Confidential Demi-Official Material Planning Office Material Transfer Order Mill Wright Night Shift Numerical Ledger Section Network Management Software New Pension System Optical Fiber Cable Over Time Periodical Confidential Demi-Official Production Control Office Per Coach Requirement Table Personal Digital Assistant Production Engineer/Planning Price List Procurement Memo Preventive Maintenance & Lubrication Production Management System Pre-Determined Motion Time Standard Purchase Order Proof Of Concept Provisional Physical Receipt Certificate Proceeding Time Production Unit Performance Cum Warranty Guarantee Bond Quality Control Receiving Bay Receiving Branch Research Development And Standards Organization Radio Frequency Identification

Centre for Railway Information Systems

III-207

Tender for WISE-II

Tender Document Part-II

RH RM RMR RO ROAMS RSP RTS SAO SE SME SSE SSL VPN TS ULNO WBO WCA WIP WM WO YTD CYM POH CME

Rheostat Raw Material Raw Material Requirement Receipt Order Rolling Asset Management System Rolling Stock Programme Revised Time Summary Senior Accounts Officer Section Engineer Senior Mechanical Engineer Senior Section Engineer Secure Sockets Layer Virtual Private Network Time Study Unified List Number Write Back Order Workmen Compensation Act Work In Progress Works Manager Work Order Year to Date Chief Yard Manager Periodic Overhauling Chief Mechanical Engineer Neutral Examiner Average Annual Requirement Over Hauling Store Requisition Work Order Privilege Ticket Order Office Superintendent Chief Technical Assistant Material Management Information System Loco Management System Freight Maintenance Module System ROLLING STOCK Coach Maintenance Management System

NTXR AAR O/H SRW PTO O.S CTA MMIS LMS FMMS RS
CMMS

Centre for Railway Information Systems

III-208

You might also like