integral coach factory, chennai;...

72
1 of 72 INTEGRAL COACH FACTORY, CHENNAI-600 038 (INDIAN RAILWAYS) CDE/Mech, Integral Coach Factory, Chennai: 600 038 invites sealed tender for the following work: 1. TENDER NOTICE NUMBER : ICF/D&D/023 2. DESCRIPTION OF WORK : "Upgradation of existing Smarteam PLM Software to ENOVIA Version 2016x or higher at Design Office" as per detailed specification in tender schedule. 3. QUANTITY : As per tender schedule. 4. VALUE : Rs.6,14,93,685/- (Rupees Six Crores Fourteen Lakhs Ninety Three Thousand six hundred and eighty five only) 5. COST OF THE TENDER FORM IF : RS.10,000 REQUIRED IN PERSON 6. COST OF THE TENDER FORM IF : RS.10,500 REQUIRED BY POST 7. EMD OF THE WORK : Rs. 4,57,470/- (Rupees Four lakhs Fifty seven thousand four hundred and seventy only to be remitted in favour of FA&CAO/ICF) 8. DATE OF ISSUE OF : FROM 16-10-2017 BETWEEN TENDER DOCUMENTS 10.00 HRS. & 12.30 HRS. FROM MONDAY TO FRIDAY 9. PLACE OF ISSUE OF : Office of the Chief Design Engineer/Mech., TENDER FORM Design & Development Centre, I.C.F., Chennai: 38. 10. LAST DATE OF ISSUE : DT: 15-11-2017. OF TENDER FORM 11. CLOSING OF TENDER : DT: 16-11-2017 AT 15.00 HRS. 12. DATE & TIME OF OPENING OF : DT: 16-11-2017 AT 15.15 HRS. THE TENDER

Upload: others

Post on 27-Mar-2020

5 views

Category:

Documents


1 download

TRANSCRIPT

Page 1: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

1 of 72

INTEGRAL COACH FACTORY, CHENNAI-600 038

(INDIAN RAILWAYS)

CDE/Mech, Integral Coach Factory, Chennai: 600 038 invites sealed tender for the following work:

1. TENDER NOTICE NUMBER : ICF/D&D/023

2. DESCRIPTION OF WORK : "Upgradation of existing Smarteam PLM Software to

ENOVIA Version 2016x or higher at Design Office"

as per detailed specification in tender schedule.

3. QUANTITY : As per tender schedule.

4. VALUE : Rs.6,14,93,685/- (Rupees Six Crores Fourteen Lakhs Ninety Three Thousand

six hundred and eighty five only)

5. COST OF THE TENDER FORM IF : RS.10,000

REQUIRED IN PERSON

6. COST OF THE TENDER FORM IF : RS.10,500

REQUIRED BY POST

7. EMD OF THE WORK : Rs. 4,57,470/-

(Rupees Four lakhs Fifty seven thousand four hundred and

seventy only to be remitted in favour of FA&CAO/ICF)

8. DATE OF ISSUE OF : FROM 16-10-2017 BETWEEN

TENDER DOCUMENTS 10.00 HRS. & 12.30 HRS. FROM MONDAY TO FRIDAY

9. PLACE OF ISSUE OF : Office of the Chief Design Engineer/Mech.,

TENDER FORM Design & Development Centre,

I.C.F., Chennai: 38.

10. LAST DATE OF ISSUE : DT: 15-11-2017.

OF TENDER FORM

11. CLOSING OF TENDER : DT: 16-11-2017 AT 15.00 HRS.

12. DATE & TIME OF OPENING OF : DT: 16-11-2017 AT 15.15 HRS.

THE TENDER

Page 2: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

2 of 72

INTEGRAL COACH FACTORY, CHENNAI-38

MECHANICAL DEPARTMENT

DESIGN & DEVELOPMENT CENTRE

TENDER SCHEDULE

NAME OF THE WORK Upgradation of existing Smarteam PLM Software to

ENOVIA Version 2016x or higher at Design Office as per

detailed specification in tender schedule

TENDER NO. ICF/D&D/023

APPROXIMATE TENDER VALUE Rs.6,14,93,685/- (Rupees Six Crores Fourteen Lakhs Ninety Three

Thousand six hundred and eighty five only)

Regulations for Tenders and contracts, conditions of Tender, Agreement Form, Special conditions of

Contract and schedule.

Name of the Tenderer :

Address :

Office of the Chief Design Engineer/Mechanical,

Design & Development Centre

Integral Coach Factory,

Chennai: 600 038.

Page 3: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

3 of 72

INTEGRAL COACH FACTORY, CHENNAI: 38

DESIGN & DEVELOPMENT CENTRE

MECHANICAL DEPARTMENT

TENDER SCHEDULE

TENDER NO. ICF/D&D/023

CONTENTS

Part 1 PREAMBLE

Part 2 PARTICULAR SPECIFICATIONS

Part 3 ANNEXURES

Tender Closing Hours: 15.00 hrs

Tender Opening Hours: 15.15 hrs.

16-11-2017

Not Transferable:

Issued to M/s.

On date: ____________

Open Tender

Dy. Chief Mechanical Engineer/Design

Design & Development Centre

for and on behalf of the President of India

Page 4: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

4 of 72

INTEGRAL COACH FACTORY

CHENNAI - 600038

TENDER DOCUMENT

Name of work: Upgradation of existing Smarteam PLM Software to

ENOVIA Version 2016x or higher at Design Office as per

detailed specification in tender schedule

(VOL-I)

TENDER PAPERS NO: ICF/D&D/023

ISSUED BY CDE/MECH. ICF, CHENNAI

Page 5: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

5 of 72

Part 1

P R E A M B L E

TENDER PAPERS NO : ICF/D&D/023

These tender papers are in two volumes (Vol. I & Vol. II) relating to the Upgradation of existing

Smarteam PLM Software to ENOVIA Version 2016x or higher at Design Office as per detailed

specification in tender schedule.

1. Foreign Exchange

No foreign exchange and / or import license will be released / provided to the contractor in

connection with this contract.

2. Earnest Money: (See para 1.1.5 of Part-I, Chapter -I)

The Tenderer shall deposit with the Asst Chief Cashier/ICF, Chennai or his successor (whose

address will be intimated subsequently) a sum of 4,57,470/- (Rupees Four lakhs Fifty seven

thousand four hundred and seventy only) as Earnest Money Deposit in the manner prescribed in

para 1.1.5 of Standard Terms and Conditions (STC).

3. a. Security Deposit (SD): (See para 1.2.13 of Part-I, Chapter -II)

a. Security Deposit for each work should be 5% of the contract value.

b. The rate of recovery should be at the rate of 10% of the bill amount till the full security

deposit is recovered.

c. Security deposits will be recovered only from the running bills of the contract and no

other mode of collecting SD such as SD in the form of instruments like BG, FD etc. shall

be accepted towards security deposit.

Security Deposit shall be returned to the contractor after the expiry of the maintenance period

and after passing the final bill based on No Claim Certificate with the approval of the Competent

Authority. Before releasing the SD, an unconditional and unequivocal ‘No Claim Certificate’

will be obtained from the contractor.

After the work is physically completed, Security Deposit recovered from the running bills of a

contractor can be returned to him, if he so desires, in lieu of FDR/irrevocable Bank Guarantee

for equivalent amount to be submitted by him.

Note: No interest will be payable upon the Earnest Money and Security Deposit or amounts

payable to the contractor under the contract.

b. PERFORMANCE GUARANTEE (PG):

The procedure for obtaining Performance guarantee is outlined below:

Page 6: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

6 of 72

(i) The contractor should submit a performance guarantee within 30 days from the date of

issue of Letter of Acceptance (LOA) amounting to 5% of the contract value in any of the

following forms

a) A deposit of Cash

b) Irrevocable bank Guarantee

c) Government Securities including State Loan Bonds at 5 percent below market

value

d) Deposit Receipts Pay orders, Demand Drafts and Guarantee Bonds. These forms of

Performance Guarantee could be either of the State Bank of India or any of the

Nationalized bank.

e) Guarantee Bonds executed or Deposit receipts tendered by all scheduled banks

f) A deposit in the Post Office Saving Bank

g) A deposit in the National Savings Certificates

h) Twelve year National Defence Certificates

i) Ten years Defence Deposits

j) National Defence Bonds

k) Unit trust certificates at 5 percent below market value or at the face value

whichever is less

l) Also FDR in favour of FA&CAO (free from any encumbrance) will be accepted

ii) Extension of time for submission of PG beyond 30 days and upto 60 days from

the date of Issue of LOA may be given by the competent authority. However, a

penal interest of 15% per annum shall be charged for the delay beyond 30 days

i.e. from 31st day after the date of issue of LOA.

iii) In case the contractor fails to submit the requisite PG even after 60 days from the

date of issue of LOA, the contract shall be terminated duly forfeiting the EMD

and other dues, if any payable against the contract. The failed contractor shall be

debarred from participating in retender for that work.

iv) PG shall be initially valid upto stipulated date of completion plus 60 days beyond

that. In case the time of completion gets extended, the contractor shall get the

validity of PG extended to cover such extended time for completion of work plus

60 days.

v) Performance guarantee shall be released after satisfactory completion of the

work. The procedure for releasing should be same as for security deposit.

vi) Wherever the contracts are rescinded, the security deposit should be forfeited and

the performance guarantee shall be encashed and the balance work should be got

done separately.

vii) The balance work shall be got done independently without risk and the cost of the

original contractor.

viii) The original contractor shall be debarred from participating in the tender for

executing the balance work.

4.0 Scope of Work

Upgradation of existing Smarteam PLM Software to ENOVIA Version 2016x or higher at

Design Office as per the detailed specification vide Part – I Chapter – IV of this tender

schedule.

Page 7: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

7 of 72

The present tender comprises of the following:

Sl.No.

Description Quantity

ENOVIA Version 2016x Modules

1 PCS - Collaborative Sharing - Upgradation 62

2 PCS - Collaborative Sharing - New 93

3 CNV - Collaborative Innovation - Upgradation 72

4 DED - Connector for AutoCAD - Upgradation 10

5 DED - Connector for AutoCAD - New 10

6 PDE - Product Engineer - Upgradation 12

7 PDM - Variant Management 2

8 MBO - Manufacturing BOM Management 27

9 XSA - X-BOM Connector for SAP 1

10 Oracle Database Standard Edition 2 version 12c or latest including RAC - Named User License

155

11 Migration and custom utility - Spinner Tool - One year license 1

HARDWARE & NETWORK COMPONENTS

12 Chassis for 4 server Nodes - Blade server chassis 1

13 Production server (Primary & Failover) 2

14 Server for Test & Development 1

15 DS License Redundancy Server 3

16 Load balancer 2

17 Network switch 2

18 Implementation -Design Department One time configuration, data migration, implementation, User Training and 3 months support

LS

19 Implementation -Other Departments One time configuration, implementation, ERP Integration, User Training and 3 months support

LS

5.0 Time period of work

The following is the time schedule to be followed by the contractor

Sl.No. Description

Quantity Completion period

ENOVIA Version 2016x Modules - 1st

Set

To be supplied and installed within 2 months from the

date of LOA

1 PCS - Collaborative Sharing - Upgradation 62

2 PCS - Collaborative Sharing - New 28

3 CNV - Collaborative Innovation - Upgradation 72

4 DED - Connector for AutoCAD - Upgradation 10

5 DED - Connector for AutoCAD - New 10

6 PDE - Product Engineer - Upgradation 12

7 PDM - Variant Management 2

8 MBO - Manufacturing BOM Management 12

9 XSA - X-BOM Connector for SAP 1

10 Oracle Database Standard Edition 2 version 12c or latest including RAC - Named User License

155

Page 8: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

8 of 72

11 Migration and custom utility - Spinner Tool - One year license

1

HARDWARE & NETWORK COMPONENTS

12 Chassis for 4 server Nodes - Blade server chassis 1

To be supplied and installed within 2 months from the

date of LOA

13 Production server (Primary & Failover) 2

14 Server for Test & Development 1

15 DS License Redundancy Server 3

16 Load balancer 2

17 Network switch 2

ENOVIA Version 2016x Modules - 2nd

Set

18 PCS - Collaborative Sharing - New 65 To be supplied and

installed after 4 months from

installation of 1st set of Licenses

19 MBO - Manufacturing BOM Management 15

20 Implementation -Design Department One time configuration, data migration, implementation, User Training and 3 months support

LS

With 12 months from the date of

LOA 21 Implementation -Other Departments

One time configuration, implementation, ERP Integration, User Training and 3 months support

LS

6.0. Eligibility criteria for participating in the tender

Tenderers are required to satisfy the following eligibility conditions.

1. The tenderer should have completed at least one similar single work for a minimum value of

35% of the advertised tender value i.e. Rs. 2,15,22,790/- in the last three financial years.

(i.e. current year and previous three financial years)

Similar work is defined as “Supply, installation and commissioning of ENOVIA (3D

EXPERIENCE) software with at least Collaborative Sharing (PCS) & Collaborative

Innovation (CNV) modules".

2. Total contract amount received during the last three years by the tenderer should be

minimum of 150% of the advertised tender value i.e. Rs. 9,22,40,528/-

Note: The tenderer should attach evidence for the above along with the offer.

6.1 Documents to be submitted to prove Eligibility Criteria

(a) Completion certificate

For the purpose of similar single work, the Completion Certificate should be attached to the

tender document as per Proforma (Format given in Form – 6A in Vol. II) which can be filled

up and signed by the tenderer, incase the format issued by the Executive is different. The

certified copies of relevant Completion Certificate should also be enclosed.

Page 9: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

9 of 72

(i) Similar works physically completed within the qualifying period, i.e. the last 3

financial years and current financial year will only be considered in evaluating the

eligibility criteria.

b) 1. List of works completed in the last three financial years giving description of work,

organization for whom executed, approximate value of contract at the time of award,

date of award, date of scheduled completion of work, date of actual start, actual

completion and final value of contract should also be given.

2. List of works on hand indicating description of work, contract value, approximate

value of balance work yet to be done and date of award should be submitted.

Note: Incase of items b) 1 & 2 above, supportive documents / certificates from whom they

worked / are working should be enclosed. Certificates from private individuals for whom

such works are executed / being executed will not be accepted.

c) Certificate for total contract amount received:

Documentary evidence duly certified by a Chartered Accountant/Company Auditor, audited

balance sheet duly notarised, or certificate issued by Railway Officers not below the rank of

JA Grade shall be submitted along with the offer for the total contract amount received.

Tender Committee may at their discretion call for the originals of the credentials for

verification from the tenderers or any clarifications/confirmations on the contents of the

documents submitted.

6.2 In case the overall value of the tender by Central Public Sector undertakings is upto 10 %

higher than the lowest acceptable tender of private sector tenderer, subject to cost of tender

being in excess of five crore, the ICF reserves the right to give purchase preference to the

tender of such Central Public Sector undertakings ignoring the lowest.

7.0 The contracted work should be continuously carried out without break and to be completed

within the targets given by ICF.

8.0 Submission of tenders

The tenders shall be submitted in the manner prescribed in of the standard terms and

conditions. Tenders shall be submitted at the Office of the Chief Design Engineer

/Mech./ICF/Chennai or his successor (whose address will be intimated in due course) on

16-11-2017 not later than 15.00hrs. (Indian Standard Time) In case the proposed day

happens to be a holiday the tenders should be submitted in the same office on the next

working day in the same manner.

9.0 Date of opening of Tenders

The bid of tenders will be opened at 15.15hrs. (Indian Standard Time) on 16-11-2017 in the

office of the Chief Design Engineer/Mech. /ICF/Chennai or his successor /nominee (whose

address will be intimated in due course). In case the day happens to be a holiday the tenders

will be opened in the same manner on the next working day.

Page 10: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

10 of 72

10.0 Addresses

Relevant addresses for various purposes connected with the tender are given in para 2.5

(part 2) of this document

11.0 The tenderer is required to quote for each item of work i.e. for all items listed for the

execution of contract. The tenderer is also required to quote the summary of prices for

the schedules of work and sign all the pages.

12.0 ‘General Conditions of Contract’ of ICF as amended by advance correction slips issued

upto date and Special Conditions of the contract shall be part of the contract. General

Conditions of the contract are available on ICF Website.

Signature of the Contractor

Page 11: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

11 of 72

PART – 2

PARTICULAR SPECIFICATIONS

CLAUSE NO. SUBJECT

2.1: Introduction

2.2: Location

2.3: Addresses

2.4: Quantities

Page 12: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

12 of 72

PARTICULAR SPECIFICATIONS

2.1 INTRODUCTION

The work involves

Upgradation of existing Smarteam PLM Software to ENOVIA Version 2016x or higher at Design

Office as per the detailed specification as per detailed specification in tender schedule.

2.2 LOCATION

Upgradation of existing Smarteam PLM Software to ENOVIA Version 2016x or higher should be

carried out at Design & Development Centre and other concerned departments of ICF Chennai-38.

2.3 ADDRESSES

The list of addresses to which correspondence and documents related to the contract should be sent

is as under:

a) For all policy, contractual and commercial matter prior to the award of Contract

Chief Design Engineer/ Mechanical

Design & Development Centre

Integral Coach Factory, Chennai-600038

b) After the award of Contract

Dy.Chief Mechanical Engineer/ Design

Design & Development Centre

Integral Coach Factory, Chennai-600038

c) For Security Deposits & EMD

Dy.Chief Mechanical Engineer/ Design

Design & Development Centre

Integral Coach Factory, Chennai-600038

d) Matters relating to progress of work, scheduling of quantities and submission of bills.

Dy.Chief Mechanical Engineer/ Design

Design & Development Centre

Integral Coach Factory, Chennai-600038

2.4 QUANTITIES

Annexure – 2 gives the quantities of various items

Page 13: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

13 of 72

PART – 3

ANNEXURES

Annexure No. : Subject

1. Proforma for Eligibility Criteria

2. Schedule of work / Quantities

3. Summary of Prices

Page 14: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

14 of 72

ANNEXURE –1

The following is the minimum eligibility criteria to participate in the tender. The firm should fill the

details in the prescribed format given below:

Sl.No. Eligibility Criteria Firm’s remarks /

details

Whether

documental

evidence attached

(mention page No)

1 The tenderer should have completed at least one

similar single work for a minimum value of 35%

of the advertised tender value i.e. Rs.

2,15,22,790/- in the last three financial years. (i.e.

current year and previous three financial years)

Similar work is defined as “Supply, installation

and commissioning of ENOVIA (3D

EXPERIENCE) software with at least

Collaborative Sharing (PCS) & Collaborative

Innovation (CNV) modules".

2 Total contract amount received during the last

three years by the tenderer should be minimum of

150% of the advertised tender value i.e. Rs.

9,22,40,528/-

Page 15: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

15 of 72

ANNEXURE – 2

SCHEDULE OF WORK

Upgradation of existing Smarteam PLM Software to ENOVIA Version 2016x or higher at

Design Office as per the detailed specification vide Part – I Chapter – IV of this tender

schedule.

The present tender comprises of the following:

Sl.No.

Description Quantity

ENOVIA Version 2016x Modules

1 PCS - Collaborative Sharing - Upgradation 62

2 PCS - Collaborative Sharing - New 93

3 CNV - Collaborative Innovation - Upgradation 72

4 DED - Connector for AutoCAD - Upgradation 10

5 DED - Connector for AutoCAD - New 10

6 PDE - Product Engineer - Upgradation 12

7 PDM - Variant Management 2

8 MBO - Manufacturing BOM Management 27

9 XSA - X-BOM Connector for SAP 1

10 Oracle Database Standard Edition 2 version 12c or latest including RAC - Named User License

155

11 Migration and custom utility - Spinner Tool - One year license 1

HARDWARE & NETWORK COMPONENTS

12 Chassis for 4 server Nodes - Blade server chassis 1

13 Production server (Primary & Failover) 2

14 Server for Test & Development 1

15 DS License Redundancy Server 3

16 Load balancer 2

17 Network switch 2

18 Implementation -Design Department One time configuration, data migration, implementation, User Training and 3 months support

LS

19 Implementation -Other Departments One time configuration, implementation, ERP Integration, User Training and 3 months support

LS

Signature of the contractor

Page 16: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

16 of 72

ANNEXURE 3

SUMMARY OF PRICES (All prices in Rupees)

Sl.No.

Description Quantity Unit Price Total (Rs.)

ENOVIA Version 2016x Modules

1 PCS - Collaborative Sharing - Upgradation 62

2 PCS - Collaborative Sharing - New 93

3 CNV - Collaborative Innovation - Upgradation 72

4 DED - Connector for AutoCAD - Upgradation 10

5 DED - Connector for AutoCAD - New 10

6 PDE - Product Engineer - Upgradation 12

7 PDM - Variant Management 2

8 MBO - Manufacturing BOM Management 27

9 XSA - X-BOM Connector for SAP 1

10 Oracle Database Standard Edition 2 version 12c or latest including RAC - Named User License

155

11 Migration and custom utility - Spinner Tool - One year license

1

HARDWARE & NETWORK COMPONENTS

12 Chassis for 4 server Nodes - Blade server chassis

1

13 Production server (Primary & Failover) 2

14 Server for Test & Development 1

15 DS License Redundancy Server 3

16 Load balancer 2

17 Network switch 2

18 Implementation -Design Department One time configuration, data migration, implementation, User Training and 3 months support

LS

19 Implementation -Other Departments One time configuration, implementation, ERP Integration, User Training and 3 months support

LS

Notes:

(a) Figures rounded off to the nearest Rupee.

(b) GST and other Taxes / Levies if applicable, should be mentioned clearly.

Signature of the Contractor

Page 17: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

17 of 72

INTEGRAL COACH FACTORY

CHENNAI-600038

CONDITIONS, SPECIFICATIONS AND FORMS TO THE CONTRACT

VOLUME 2

(Annexure to Tender No. ICF/D&D/023)

Page 18: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

18 of 72

CONTENTS

Part Chapter No. Subject

Part – I Chapter I Instruction to Tenderers and

conditions of Tender

Chapter II Conditions of Contract

Chapter III Prices and Payment

Chapter IV Specification for the schedule of work of

Schedule I

Part II Forms of Tenders

Page 19: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

19 of 72

PART - I

CHAPTER – I

INSTRUCTION TO TENDERERS & CONDITIONS OF TENDER

1.1.1. TENDER PAPERS

The instructions to Tenderers and Conditions of Tender, Conditions of Contract, Prices and Payment,

Specifications and Forms for Tenders, included in Part I & II shall, hereafter, be collectively referred to

as the Tender Papers.

The intending Tenderer is advised to study the Tender Papers carefully. The Tenderer shall also

acquaint himself with the local conditions, means of access to the site of work, nature of work and all

other matters pertaining thereto.

The submission of Tender shall be deemed to have been done after careful study and examination of the

Tender Papers with a full understanding of the implications thereof.

1.1.2 INTERPRETATIONS

The following terms wherever occurring in the Tender Paper and wherever used throughout the

execution of the work, shall, unless excluded by or repugnant to the context have the meaning attributed

thereto as follows:

“Contract” means the Contract resulting from the acceptance by the Purchaser of this Tender either in

whole or in part.

“Contractor” means the successful Tenderer i.e. the Tenderer whose Tender has been accepted either in

whole or in part.

“Contractor’s Agent” shall mean the person or persons authorized under a duly executed Power of

Attorney to take all actions relating to the work, as could be taken by the Contractor himself. In the case

of the firm of Contractors, the Agent shall have the same powers as that of the Managing Director of the

Firm.

“Contractors Representative” shall mean a person in supervisory capacity who shall be so declared by

the Contractor and who shall be authorized under duly executed Power of Attorney to receive materials

issued by the Purchaser to the Contractor for the works. He shall be responsible for proper execution of

work at each or all places and shall take orders from Purchaser’s Engineers and carry out the same.

“Engineer” shall mean the Works Manager or the Deputy Chief Mechanical Engineer in executive

charge of the works and shall include the superior officers of the Integral Coach Factory. He is

responsible for ensuring that all field works covered by the contract are carried out in accordance with

approved specifications and conditions of contract as agreed to. He is also responsible for prices and

terms of payment.

“Equipment” means all or an equipment considered necessary by the purchaser’s Engineers for the

satisfactory erection & testing as a whole of the system.

Page 20: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

20 of 72

“Chief Design Engineer/Mechanical” means the Officer in Administrative charge of ICF and shall mean

and include the officers to whom the functions are delegated. His Postal address shall be intimated to

the successful Tenderers in due course.

“Month” Means any consecutive period of thirty days.

“Materials” means all equipments, components, fittings and other materials including raw materials

required to complete the work.

“Purchaser” means the President of India acting, through his accredited officers or any one of them. The

Chief Design Engineer/Mechanical, ICF in charge of this Project (Whose address will be intimated in

due course) shall be deemed to be one of such accredited officers.

“Purchaser’s Engineers” mean the Engineers appointed by the purchaser as indicated in the Tender

Papers who will decide all matters relating to contract.

“Railway” means the Railway (s) in whose territorial jurisdiction the work is to be carried out and

includes the Government of India, Ministry of Railways. (Railways Board) and or General Manager of

the Railway concerned including Integral Coach Factory (ICF)

“Sub-Contractor” means an individual or a firm of Contractor or a company registered under Indian

Company Act or an approved supplier of materials to whom the Contractor sublets portions of the

contract after obtaining specific prior approval of the purchaser in writing to sub-letting of contract.

“Site” means the areas to be taken up by the permanent works, together with any other areas or areas as

shall be determined by the Purchaser’s Engineers, which may be placed at the disposal of the Contractor

for the purpose of the contract and also such area or areas used for store yards, work yards or workshop

in proximity of the works as the Purchaser’s Engineers may have authorized as an extension of the site,

irrespective of the terms and conditions under which they are occupied by the Contractor.

“Tenderer” means and includes any firm of engineers or Contractors or any company or body, corporate

or otherwise who submit the Tender which has been invited.

“Work” or “Works” means all or any of the items of the work for which the Tenderer/ Contractor has

tendered/ contracted according to the specifications, drawings and annexure thereto or to be hereafter

specified or required in such explanatory instructions and drawings being in conformity with the

original specifications, drawings, annexure and schedules and also such instructions and drawings

additional to the aforementioned as may from time to time to be issued by the purchaser’s Engineer

during the progress of the contracted work.

“Writing” includes all matters written typewritten or printed either in whole or in part.

1.1.3. GENERAL TERMS

(a) All documents to be submitted in connection with this Tender SHALL BE WRITTEN IN

ENGLISH AND IN INK.

Page 21: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

21 of 72

(b) All Prices shall also be expressed in words wherever indicated.

(c) METRIC

Dimensions etc. shall be quoted in metric system.

1.1.4. CLARIFICATIONS

Any clarification required by the Tenderer may be obtained from the Chief Design

Engineer/mechanical, ICF, Chennai or his successor/ nominee (whose address will be

intimated in due course.)

1.1.5. EARNEST MONEY

(a) The Tenderer shall deposit in favour of the Financial Adviser & Chief Accounts Officer,

ICF, Perambur, Chennai – 600 038 or his successor / nominee (whose address will be

intimated in due course) as mentioned in preamble ( Para 2 of Preamble in vol 1) as

Earnest Money.

Tenderers shall hold the offer open for a minimum period of three months from the

date fixed for opening the same it being understood that the tender documents have been

sold/ issued to the tenderer and the tenderer has been permitted to tender in consideration

of the stipulation on his part that after submitting his tender he will not resile from the

offer or modify the terms and conditions thereof, in any manner not acceptable to the

Chief Design Engineer/Mech. ICF, Chennai or his successor/ nominee (whose address

will be intimated in due course) Should the tenderer fail to observe to comply with the

foregoing stipulation the aforesaid amount of Earnest Money Deposit shall be liable to

be forfeited to ICF.

(b) The receipt shall be incorporated in the original copy of the Tender. The earnest money

should be paid in cash or in any of the following forms:

(i) Deposit receipts, Pay order and Demand Drafts. These forms of earnest money

could be either of the State Bank of India or of any of the Nationalized Banks. No

confirmatory advise from the Reserve Bank of India will be necessary.

(i) No Guarantee Bonds will be accepted.

Note : In case the earnest money is deposited in cash. The payment should be made to

the Financial Adviser & Chief Accounts Officer, ICF, Chennai or his successor/ nominee

(Whose address will be intimated in due course) and cash receipts obtained should be

furnished along with the Tender.

(c) The tenders unaccompanied by the requisite Earnest Money shall not be entertained and shall be

summarily rejected.

(d) No interest will be paid on the Earnest Money. It will be refunded in full to the un-successful

Tenderer on application. In the case of successful Tenderer/s the deposit will be retained as part

Page 22: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

22 of 72

of payment of the Security Deposit, or will be returned on payment of the full security deposit

for due fulfillment of the Contract.

(e) The total Earnest Money shall be forfeited without prejudice to other rights and remedies

available if the Contractor fails to execute the agreement or start the work within a reasonable

time (to be determined by the Chief Design Engineer/Mech. ICF Chennai or his successor /

nominee (whose address will be intimated in due course) after the notification of the acceptance

or his/ their tender.

1.1.6. FORM OF TENDER

(a) The tenderer shall submit the Bids in sealed envelopes completed in all respects. The Tenderer

may submit his tender on his own paper but he shall strictly adhere to the forms for Tender

included in Part II of the Tender Papers. The tender and its contents shall be A4 size. Tenders

not submitted in the proper form are liable to be rejected. The Technical offer shall consist of the

following.

1. Offer Letter complete (Form 1)

2. Memorandum of the Tenderer (Form 2)

3. Alternative proposals of the Tenderer (Form 3)

4. Deviations from the Tender paper (Form 4)

5. Tenderer’s scheme of work and time schedule (Form 5)

(See para 1.1.9)

6. Tenderer’s Credentials (See para 1.1.18) (Form 6)

7. Cash receipt for Earnest Money or Demand Draft for EMD

8. Summary of Prices Annexure-3

9. Details regarding Minimum Eligibility Criteria Annexure-1

The offer should give detailed cost, commercial terms and conditions along with summary as per

Annexure-3

Note: i) The Tender Papers duly signed in ink by the Tenderer on each and every page in token

of his having studied the Tender Papers carefully shall be attached with the Tender.

ii) The Tender shall be signed on each and every page in ink.

iii) The original copy of the deposit receipt for Earnest Money

b) ALTERNATIVE PROPOSALS

Should the Tenderers have alternative proposals for the work (See Part-I, Chapter-IV) which the

Tenderer considers would improve the performance of the system shall incorporate them in the

Tender for consideration by the Purchaser (Form 3). He shall clearly indicate in detail the

technical and/ or financial advantages, which would accrue to the Purchaser specifically for each

alternative proposal, suggested by him.

Page 23: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

23 of 72

1.1.7. PRICE:

This is a Works Contract. The prices to be paid for the work shall be in accordance with

accepted schedules of prices or rates as governed by the terms and conditions of payment

included in Part –I, Chapter – III, Prices and Payment.

1.1.8. SPECIFICATIONS

The tenderer shall follow the specifications relating to the work to be executed as per detailed

Specification at Part –I Chapter-IV

1.1.9. SCHEDULE OF WORK

The tenderer shall follow the schedule of work as per Annexure-2 of Part-3 (Vol-I)

1.1.10. SIGNING OF TENDERS

(a) Any individual or individuals signing the Tender or other documents connected

therewith should specify whether he is signing :

i) As a sole proprietor of the concern of the attorney or

ii) As a partner or partners of the firm or,

iii) For the firm per procreation, or

iv) As a Director, Manager or Secretary in the case of limited company.

(b) A copy of the document empowering the individual or individuals to sign should also be sent

with the Tender. In any case the Tenderer should disclose his constitution fully and copies of all

necessary legal documents in support thereof should be submitted with the Tender and originals

thereof should be produced as and when called for.

(a) Should the Contractor be a partnership firm and in the event of the Contract becoming

inoperable due to the death of its partner or partners and Purchaser shall have the right to enter

into a separate Agreement with the surviving partner or partners of the firm to continue the

execution of the work under the terms and conditions of this agreement.

1.1.11. TENDERER’S ADDRESS

Every Tenderer shall state in the Tender his postal address fully and clearly. Any communication

sent to the Tenderer by post at his address shall be deemed to have reached the Tenderer duly

and in time notwithstanding the fact that the communication did not reach the Tenderer at all or

in time for whatever reason. Important documents shall be sent by Registered Post.

1.1.12. ERASURE OR ALTERATION

No erasure or alteration in the text of the Tender Papers is permitted and any such erasure and/or

alteration will either be disregarded or render the whole Tender void at the option of the

Purchaser. Any correction made in rate for work shall be initialed by the Tenderer in ink and

dated.

Page 24: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

24 of 72

1.1.13. RESULT OF TENDER

No tender shall be deemed to have been accepted unless the Purchaser shall have notified such

acceptance in writing to the successful Tenderer.

PURCHASER NOT BOUND TO ACCEPT ANY TENDER

The Purchaser shall not be bound to accept the lowest or any tender or to assign any reason for

non-acceptance or rejection of a Tender. The Purchaser reserves the right to accept any tender in

respect of the whole or any portion of the work specified in the Tender Papers or to sub-divide

the work among different Tenderers or to reduce the work or to accept any Tender for less than

the tendered quantities without assigning any reason whatsoever.

In case the overall value of the tender by Central Public Sector undertakings is upto 10 % higher

than the lowest acceptable tender of private sector tenderer, subject to cost of tender being in

excess of five crore, the Railway reserves the right to give purchase preference to the tender of

such Central Public Sector undertakings ignoring the lowest. However, such public enterprises,

which shall avail benefits of the purchase preference, would be subjected to adequate penalties

for cost over-runs etc.

1.1.14. TENDER IN AGREEMENT

The fact of the submission of the Tender shall be deemed to constitute an Agreement between

the Tenderer and the Purchaser whereby such Tender shall remain open for acceptance whether

in part or in full or as may be modified by negotiation, by the Purchaser for a period of three

months from the date on which Tenders are opened, during which period the Tenderer shall not

withdraw his offer nor amend, impair or derogate there from. The Earnest Money deposited in

accordance with para 1.1.5 above shall be forfeited if the Tenderer unilaterally withdraws,

amends, impairs or derogates from the Tender in any respect within the said period of three

months.

The Tenderer shall be deemed to have agreed as aforesaid in consideration his Tender being

considered by the Purchaser in terms hereof provided the same has been duly submitted and is

otherwise in order. When the successful Tenderer is notified in writing at his address given in

the Tender within the said period of 3 months that his Tender has been accepted by the

Purchaser either in whole or in part he shall be bound by the terms of agreement constituted by

his Tender and such acceptance thereof by the purchaser until a formal Contract has been

executed between him and the purchaser in replacement of such Agreement as provided for in

para 1.2.14.

1.1.15. TENDER CONFIDENTIAL

The Tenderer (Whether his tender be accepted or not) shall treat the contents of his tender as

private and confidential. He shall treat the prices quoted by him as strictly confidential till the

tenders are opened (See para 1.1.20)

Page 25: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

25 of 72

1.1.16. CANVASSING AND BRIBERY

(a) No Tenderer shall canvass any Government Official or the Purchaser’s Engineers in

respect of this or any other Tender. Contravention of this condition will involve rejection

of the Tender. This clause shall not be deemed to prevent the Tenderer from supplying

the Purchaser any information asked for by him.

(b) Any bribe, commission, gift or advantage given, promised or offered by the Tenderer, or

his partner Agent or servant or any one of his or their behalf to any officer servant,

representative or Agent of the Purchaser or any person on his or their behalf, in relation

to the obtaining of this or any other contract with the Purchaser shall in addition to the

criminal liability he may incur under the prevention of corruption Act (1908) subject the

Tenderer to the cancellation of this and all other Tenders. Any question or dispute as to

the commission of any offense under the present clause shall be decided by the

Purchaser, in such manner and on such evidence or information as may be thought fit and

sufficient and his decision shall be final and conclusive in the matter.

(c) Should the Tenderer be a retired Engineer of the gazetted rank or any other gazetted

officer working before his retirement whether in the executive or Administrative capacity

or whether holding a pensionable post or not in any Department of any of the Railways

owned and administered by the President of India for the time being or should a Tenderer

being a partnership firm have as one of its partners a retired Engineer or a retired

gazetted officer as one of its directors or should a Tenderer have in his employment any

retired Engineer or retired gazetted officer as aforesaid the full information as to the date

of retirement of such Engineer or gazetted officer from the said service and in cases

where such Engineer or officer had not retired from Government Service at least two

years prior to the date of the submission of the Tender as to whether permission for taken

such contract, or if the Contractor be a partnership firm of an incorporated company to

become a partner or Director as the case may be or to take employment under the

Contractor has been obtained by the Tenderer or the engineer or the officer as the case

may be from the President of India or any officer duly authorized by him in this behalf

shall be clearly stated in writing at the time of submitting the Tenders (see offer letter

Form no: 1) Tenders without the information above referred to or a statement to the

effect that no such retired engineer or retired gazetted officer is so associated with the

Tenderer as the case may be, shall be rejected.

1.1.17. INDIAN LABOUR AND MATERIALS

The Tenderer shall utilize Indian labour including supervisory staff, for the execution of

this contract to the maximum possible extent.

1.1.18. TENDERER’S CREDENTIALS

The Tenderer shall include his credentials in his tender (Form 6) The Tenderer shall be

well experienced in this field and should have done contracts of similar nature of single

work as mentioned in the eligibility criteria detailed in the preamble to the tender at para

6.

Page 26: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

26 of 72

1.1.19. SUBMISSION OF TENDER

The tenderer shall submit the Bid in a separate envelope, superscribed “Tender for

________________”(Name of the work) and addressed to the Chief Design

Engineer/Mech., ICF/ Chennai or his successor/ nominee (whose address will be

intimated in due course) shall be dropped in the Tender Box kept at the office of the

Chief Design Engineer/Mech., ICF, Chennai not later than the date, and time prescribed

in the preamble to the Tender Papers. Such Tenders which cannot be dropped in the

Tender Box due to large size shall be handed over to the Chief Design Engineer/Mech.,

ICF, Chennai or his successor/ nominee (whose address will be intimated in due course)

in person not later than the prescribed date and time and a receipt thereof obtained. Firms

may also submit their Tender by Registered Post, Acknowledgment due, so as to reach

the office of the Chief Design Engineer/Mech. ICF, Chennai-600038, or his successor/

nominee (whose address will be intimated in due course) not later than the prescribed

date and time.

1.1.20. OPENING OF TENDER

Tender will be opened in the office of the Chief Design Engineer/Mech., ICF, Chennai,

or his successor/ nominee (whose address will be intimated in due course) in the

presence of such of the Tenderers or their representatives as may be present at the

prescribed time and on the date specified in the preamble to the Tender Papers. In case

the day happens to be a holiday the tenders will be opened in the same manner on the

next working day.

1.1.21. MISCELLANEOUS

Tender documents are not transferable and the cost of Tender Papers is not refundable.

Page 27: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

27 of 72

PART – I

CHAPTER – II

CONDITIONS OF CONTRACT

1.2.1.SCOPE

This Chapter deals with the conditions of Contract under which the various works coming under the

purview of this contract are to be executed by the Contractor. The works involved are detailed in the

preamble to the tender papers.

1.2.2.CONDITIONS OF CONTRACT

If the Tender submitted by a Tenderer is accepted and the Contract awarded to the Tenderer the various

works coming under the purview of the Contract shall be governed by the terms and conditions included

in the Tender Papers covering the following:

i) Preamble to the Tender Papers

ii) Instruction to Tenderers and conditions of tendering as included in Part I, Chapter I.

iii) Conditions of Contract, as included in this Chapter

iv) Prices and Payments as included in Part I Chapter III

v) General specifications, as included or referred to in Chapter IV

vi) Particular specifications, as included or referred to in vol 1

vii) Annexure and Forms under Part II and as modified or amended by the Letter of

Acceptance of Tender.

viii) General conditions of contract with up to date correction slip.

1.2.3. PURCHASER’S REPRESENTATIVE

Subject as otherwise provided in this Contract all notices to be given on behalf of the Purchaser and all

other action to be taken on his behalf may be given or taken as the case may be on his behalf by the

Chief Design Engineer/Mech., ICF/Chennai or his successor.

1.2.4. CONTRACTOR’S REPRESENTATIVE

The Contractor’s representative shall be a person as defined in Para 1.1.2

Page 28: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

28 of 72

1.2.5. PURCHASER’S ADDRESS

The list of addresses to which correspondence and documents relating to the Contract should be sent, is

included in vol. 1.

1.2.6. TAXES

(a) The Contractor and all personnel employed by him shall pay such taxes like Income Tax as are

payable under Statutory laws of India and the Purchaser WILL NOT ACCEPT any liability for

the same.

(b) Deduction of Income Tax at source as per provision of Finance Act and Income Tax Act in force

will be made from the Contractor/ Sub Contractor and the amount so deducted may be credited

to the Central Government.

1.2.7. BRIBERY

Any bribe, commission, gift or advance given, promised or offered by the Contractor, or his Partner,

Agent or servant or any one of his or their behalf to any officer, servant representative or Agent of the

Purchaser or any person on his or their behalf in relation to the obtaining or the execution of this or any

other contract with the Purchaser, shall in addition to the criminal liability he may incur under the

prevention of Corruption Act (1908) subject the Contractor to the cancellation of this and all other

contracts and also to payment of any loss resulting from any such cancellation to the like extent as is

provided in case of cancellation due to other causes and the purchaser shall be entitled to deduct the

amounts so payable from any moneys otherwise due to the Contractors under this or any other contract.

Any question or dispute as to the Commission of any offence under the present clause shall be decided

by the Purchaser, in such manner and on such evidence or information as may be thought fit and

sufficient and his decision shall be final and conclusive in the matter.

1.2.8. RAILWAY PASS

No Railway Pass for the conveyance of the Contractor or his agents or his labour and/or stores will be

granted.

1.2.9. LAWS OF INDIA

This contract shall be governed by the laws in force for the time being in the Republic of India.

1.2.10. FORCE MAJEURE

If at any time, during the continuance of this contract the performance in whole or in part, by either

party of any obligation under this contract shall be prevented or delayed by reason of any war, hostility,

acts of the public enemy civil commotion, sabotage, fires, floods, earthquake, explosions, epidemics,

quarantine restrictions, strikes, lock outs, any Statutory Rules, regulations, orders or requisitions issued

by any Government Department or competent authority or acts of God (thereinafter referred to as

“event”) then provided notice of the happening of any such event is given by either party to the other

Page 29: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

29 of 72

within twenty one days from the date of occurrence thereof neither party shall be on reason of such

event be entitled to terminate this contract nor shall either party have any claim for damages against the

other in respect of such nonperformance or delay in performance and the obligations under the Contract

shall be resumed as soon as practicable after such event has come to an end or ceased to exist

PROVIDED FURTHER that if the performance in whole or part of any obligations under the contract is

prevented or delayed by reasons of any such event beyond a period as mutually agreed to by the

purchaser and the Contractor after any event or 60 days in the absence of such an agreement whichever

is more contract provided also that if the contract is so terminated under this clause the Purchaser will at

the time of such termination take over from the Contractor at prices as provided for in the contract all

erected equipment or equipments under erection as also all or any portion of unused, undamaged and

acceptable equipments whether in storage or in the course of manufacture at Schedule rates or at prices

mutually agreed to, where schedule rates are not available.

1.2.10. NOTICES UNDER LOCAL LAWS

The Purchaser shall throughout the continuance of the contract and in respect of all matters arising out

of the contract serve all notices and obtain all consents and way leaves, approvals and permissions

required to be taken by the Purchaser under any regulations and by laws of the local or other authority

which shall be applicable to the works.

1.2.11. TERMINATION OF CONTRACT

(a) Notwithstanding the provisions under para 1.2.11 the purchaser may at any time by a notice in

writing summarily terminate the contract without liability to pay any compensation to the

contractor in respect thereof in any of the following events.

(i) INSOLVENCY

Partner of the Contractor’s firm shall at any time be adjudged insolvent or shall have a receiving

order or orders for administration of his estate made against him or shall take any proceedings or

liquidation or compensation under any law relating to insolvency for the time being in force or

make any conveyance or assignment of his assets or enter into any arrangement or composition

with his creditors or suspend payment, or if the firm be dissolved under the Partnership Act.

Or

ii) LIQUIDATION If the Contractor being a Company shall pass a resolution or the court shall make an order for

the liquidation of its affairs or a receiver or Manager on behalf of the debenture holders shall be

appointed or circumstances shall have arisen which entitled the Court or debenture holders to

appoint a receiver or Manager.

Or

iii) BREACH OF CONTRACT

a) Wherever the contracts are rescinded, the security deposit should be forefeited and the

performance guarantee shall be encashed and the balance work should be got done separately.

b) The balance work shall be got done independently without risk and the cost of the original

contractor.

Page 30: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

30 of 72

c) The original contractor shall be debarred from participating in the tender for executing the

balance work. If the failed contractor is a JV or a partnership firm, then every member/partner

of such a firm would be debarred from participating in the tender for the balance work either in

his/her individual capacity or as a partner of any other JV/partnership firm.

Or

iv) If at any time after the submission of the Tender the Tenderer/ Contractor being a partnership

firm admits as one of his partners or employees under it, or being an incorporated company,

elects or nominates or allows to act as one of its Directors or employees under it in any capacity

whatsoever any retired engineer of the gazetted rank or any other retired gazetted officer working

before his retirement whether in the executive or administrative capacity whether holding any

pensionable post or not in any Department of any of the Railways for the time being owned and

administered by the President of India before the expiry of two years from the date of retirement

from the said service of such engineer or officer, unless such engineer or officer has obtained

permission from the president of India or any officer duly authorised by him in this behalf to

become a Partner or a Director or to take employment under the Contractor, as the case may be,

Or

v) If the Contractor fails to furnish at the time of submitting the said tender :

(a) the correct information as the date of retirement of such retired engineer or retired officer

from the said service or as to whether any such retired engineer or retired officer was

under the employment of the Contractor at the time of submitting the said Tender, or

(b) the correct information as to such engineers or officers obtaining permission to take

employment under the Contractor, or

(c) being a partnership firm the correct information as to whether any of its partners was

such a retired engineer or a retired officer, or

(d) being an incorporated company correct information as to whether any of the Directors

was such a retired engineer or retired officer

vi) a. If the Contractor having such a retired engineer or retired officer suppresses and not

discloses at the time of submitting the said Tender the fact of his being such a retired

engineer or a retired officer or makes at the time of submitting the said Tender a wrong

statement in relation to his obtaining permission to take the contract or if the contractor

be partnership firm or an incorporated company to be a partner of Director of such firm

or company as the case may be to seek employment under the Contractor.

b. EXCEPTIONS

Termination of Contract will not arise in case of voluntary liquidation meant for

amalgamation or re-organisation provided the newly formed company takes over the full

responsibilities and liabilities of the liquidated firm and it is acceptable to the purchaser.

c. Termination of Contract under this para and 1.2.11 will not arise in case of breaches of

defects of a minor nature. The General Manager of ICF or his successor shall be the sole

authority to decide whether breaches and defects are of minor nature.

Page 31: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

31 of 72

1.2.12. AGREEMENT

a)The successful Tenderer shall within 21 days after having been called upon by notice

to do so be bound to execute an agreement based on accepted rates and conditions in

such forms as the purchaser may prescribe, and lodge the same with the purchaser

together with the conditions of contract specifications and Schedule or Prices referred to

therein duly completed. The form for agreement is included in Part II (Form 7).

1.2.13. SECURITY DEPOSIT

The Earnest money deposited by the Contractor with his tender will be retained by the

Railways as part of security for the due and faithful fulfillment of the contract by the

contractor. The rate of recovery/mode of recovery shall be as under:

a. Security deposit for each work should be 5% of the contract value.

b. The rate of recovery should be at the rate of 10% of the bill amount till

the full security deposit is recovered.

c. Security deposits will be recovered only from the running bills of the

contract and no other mode of collecting SD such as SD in the form of

instruments like BG, FD etc. shall be accepted towards security

deposit.

Security Deposit shall be returned to the contractor after the expiry of the maintenance

period and after passing the final bill based on No Claim Certificate with the approval of

the Competent Authority. Before releasing the SD, an unconditional and unequivocal

‘No Claim Certificate’ will be obtained from the contractor.

After the work is physically completed, Security Deposit recovered from the running

bills of a contractor can be returned to him, if he so desires, in lieu of FDR/irrevocable

Bank Guarantee for equivalent amount to be submitted by him.

Note: No interest will be payable upon the Earnest Money and Security Deposit or

amounts payable to the contractor under the contract.

1.2.14. RECOVERY FOR DELAY IN COMPLETION

If the contractor fails to execute and complete the work within the time specified in the

Agreement or within the period of extension granted except in so far as the delay is on the

purchaser’s account, an agreed damage of ½ of 1% of the contract value of the works for each

week or part of the week.

The total amount of damage under this condition shall not exceed the under noted percentage

value or of the total value of the item or groups of items or work for which a separate distinct

completion period is specified in the contract.

i) For contract value upto Rs.2 lakhs – 10% of the total value of the contract

ii) For contact valued above Rs.2 lakhs – 10% of the first Rs.2 lakhs and

5% of the balance

The Contractor shall accept reduction in the total amount payable to him by the Purchaser at the rate

mentioned above for the actual delay occasioned beyond the appointed time by which the work shall

Page 32: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

32 of 72

have been completed under the contract. Such reduction shall be accepted by the purchaser in full

satisfaction of the Contractor’s liability arising from delay only. Chief Design Engineer/Mech., ICF or

his successor shall at his sole discretion may specify a time limit within which the unfinished portion of

the work shall be completed after serving on contractor a notice of the purchaser’s intention to effect the

said recovery in the Form 10 (Part 2). In the event of failure of the contractor, the purchaser shall be at

liberty to take action.

1.2.15. EXTENSION OF TIME

If such a failure as aforesaid shall have arisen from any cause which the purchaser may admit as being a

reasonable ground for extension of time the Chief Design Engineer/ Mechanical, or his successor(s)/

nominee shall allow such additional time as he may in his absolute discretion consider to be reasonably

justified by the circumstances of the case. Such extension shall be granted by the purchaser in the Form

No. 11 (part 2). The Contractor will apply for extension at least 15 days before the expiry of the period

of completion.

Note : 1) Form 11 will be applicable in case extension is on Purchaser’s account

2) Form 11 will also be applicable in case of Contractor’s account but the purchaser should be

reasonably satisfied that the Contractor cannot be penalized for such delay.

1.2.16 PAYMENT Payments will be governed by the terms specified in Part I Chapter III in accordance with

accepted Schedule of Prices read with relevant paras of the other parts and Chapters of the

Tender Papers. The purchaser retains the right to withhold money due to the contractor arising

out of this contract for any default of the contractor from other contracts which the contractor

may have with the Government of India.

1.2.17 ARBITRATION

a) Demand for Arbitration : -

In the event of any dispute or difference between the parties hereto and the ICF on operation of

this contract, or the respective rights and liabilities of the parties on any matter in question,

dispute or difference on any account or as the contractor may claim to be entitled to, or if the

Railway/ICF fails to make a decision within 120 days, then and in any such case, the contractor,

after 120 days but within 180 days of his presenting his final claim on disputed matters, shall

demand in writing that the dispute or difference be referred to arbitration.

b) The demand for arbitration shall specify the matters which are in question or subject of the

dispute or difference as also the amount of claim itemwise. Only such dispute(s) or difference (s)

in respect of which the demand has been made, together with counter claims or set off shall be

referred to arbitration and other matters shall not be included in the reference.

c) The Arbitration proceedings shall be assumed to have commenced from the day, a written and

valid demand for arbitration is received by the Railway.

The claimant shall submit his claim stating the facts supporting the claims alongwith all relevant

documents and the relief or remedy sought against each claim within a period of 30 days from

the date of appointment of the Arbitral Tribunal.

Page 33: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

33 of 72

The Railway shall submit its deference statement and counter claim(s), if any, within a period of 60

days of receipt of copy of claims from Tribunal thereafter, unless otherwise extension has been granted

by Tribunal.

d) No new claim shall be added during proceeding by either party. However, a party may amend or

supplement the original claim or defense thereof during the course of arbitration proceedings subject to

acceptance by Tribunal having due regard to the delay in making it.

e) If the Contractor(s) does/ do not prefer his/ their specific and final claims in writing, within a

period of 90 days of receiving the intimation from the Railways that the final bill is ready for payment,

he/they will be deemed to have waived his/ their claims(s) and the railway shall be discharged and

released of all liabilities under the contract in respect of these claims.

2. Obligation during pendancy of arbitration – work under the contract shall unless otherwise

directed by the Purchasor’s Engineer, continue during the arbitration proceedings, and no payment due

or payable by the Railway shall be withheld on account of such proceedings provided, however it shall

be open for Arbitral Tribunal to consider and decide whether or not such work should continue during

arbitration proceedings.

3. In cases where the total value of all claims in question added together does not exceed Rs.

10,00,000/- (Rupees ten lakhs only), the Arbitral Tribunal consist of a sole arbitrator who shall be a

gazetted officer of Railway not below the grade of JA grade nominated by the General Manager of ICF

in that behalf. The sole arbitrator shall be appointed within 60 days from the day when a written and

valid demand for arbitration is received by Railway.

4. In cases not covered by Clause (e) above, the Arbitral Tribunal shall consist of a panel of three

Gazetted Rly. Officers not below JA grade, as the arbitrators. For this purpose, the Railway will send a

panel of more than 3 names of Gazetted Rly. Officers of one or more departments and contractor can

choose and send to General Manager upto 2 names out of the panel for appointment as contractor’s

nominee. The General Manager shall appoint atleast one out of them as the contractor’s nominee and

will also simultaneously appoint the balance number of arbitrators either from the panel or from outside

the panel, duly indicating the presiding arbitrator from amongst the 3 arbitrators so appointed. While

nominating the arbitrators it will be necessary to ensure that one of them is from the Accounts

department. An officer of selection Grade of the Accounts Department shall be considered of equal

status to the Officers in SA grade of other departments of the Railways for the purpose of appointment

of Arbitrators.

5. If one or more of the arbitrators appointed as above refuses to act as arbitrator, withdraws from

his office as arbitrator, or vacates his/ their office/ offices or is/are unable or unwilling to perform his

functions as arbitrator for any reason whatsoever or dies or in the opinion of the General Manager fails

to act without undue delay, the General Manager shall appoint new Arbitrator/ arbitrators to act in his /

their place in the same manner in which the earlier arbitrator/ arbitrators had been appointed. Such

reconstituted tribunal may at its discretion, proceed with the reference from the stage at which it was left

by the previous arbitrator(s).

6. The Arbitral Tribunal shall have power to call for such evidence by way of affidavit or otherwise

as the Arbitral Tribunal shall think proper, and it shall be the duty of the parties here to do or caused to

Page 34: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

34 of 72

be done all such things as may be necessary to enable the Arbitral Tribunal to make the award without

any delay.

7. While appointing arbitrator (s) under sub-clause (e), (f) & (g) above due care will be taken that

he/ they is/ are not the one/those who had opportunity to deal with the matters to which the contract

relates or who in the course of his/ their duties as Railway servants exercised views on all or any of the

matters under dispute or differences. The proceedings of the Arbitral Tribunal or the award made by

such Tribunal will however, not be invalid merely because of the reason that one or more arbitrator

had been in the course of his service had opportunity to deal with the matters with which the contract

relates or within the course of his/ their duties expressed views on all or any of the matters under

dispute.

8. The arbitral award shall state item-wise, the sum and reasons upon which it is based.

9. A party may apply for corrections of any computational errors, any typographical or clerical

errors or any other error of similar nature occurring in the award and interpretation of specific point of

award to tribunal within 30 days of receipt of the award.

10. A party may apply to tribunal within 30 days of receipt of award to make an additional award as

to claims presented in the arbitral proceedings but omitted from arbitral award.

11. In case of the Tribunal, comprising of three members any ruling or award shall be made by a

majority of members of tribunal. In the absence of such a majority, the views the presiding

arbitrator shall prevail.

12. Where the arbitral award is for the payment of money no interest shall be payable on whole or

any part of the money for any period till the date on which the award is made.

13. The cost of arbitration shall be borne by the respective parties. The cost shall inter-alia include

fee of the arbitrator(s) as per the rates fixed by the ICF Administration from time to time.

14. Provisions of the aforesaid Arbitration and conciliation Act 1996 and the rules there under and

any statutory modification thereof shall apply to the arbitration proceedings under this clause.

15. Award of the arbitrator / arbitrators is binding to both parties to the contract

16. Chennai alone is having jurisdiction over this issue of the arbitration.

1.2.18 PAYMENT DURING ARBITRATION

Work under the contract shall unless otherwise directed by the purchaser continue during the

Arbitration proceedings and no payment due to or payable by the purchaser shall be withheld on

account of such proceedings. Notwithstanding anything contained herein, the Arbitrators as the

case may be shall have full authority to direct withholding of any payment if such action is

considered fit and proper at any time.

Page 35: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

35 of 72

1.2.19 REFUND OF SECURITY DEPOSIT

Security deposit shall be returned to the contractor after the expiry of the maintenance period

and after passing the final bill as certified by the competent authority. The completion

certificate should mention that the work has been completed in all respects and that all the

contractual obligations have been fulfilled by the contractors and that there is no due from the

contractor to the Railways against the contract concerned. Before releasing the SD, an

unconditional and unequivocal “No claim Certificate from the contractor will be obtained.

After the work is physically completed, Security Deposit recovered from the running bills of a

contractor can be returned to him, if he so desires, in lieu of FDR/irrevocable Bank Guarantee

for equivalent amount to be submitted by him.

1.2.20 PERFORMANCE GUARANTEE (P.G.)

The procedure for obtaining Performance guarantee is outlined below:

(ii) The contractor should submit a performance guarantee within 30 days from the date of

issue of Letter of Acceptance (LOA) amounting to 5% of the contract value in any of the

following forms

a) A deposit of Cash

b) Irrevocable bank Guarantee

c) Government Securities including State Loan Bonds at 5 percent below market

value

d) Deposit Receipts Pay orders, Demand Drafts and Guarantee Bonds. These forms of

Performance Guarantee could be either of the State Bank of India or any of the

Nationalized bank.

e) Guarantee Bonds executed or Deposit receipts tendered by all scheduled banks

f) A deposit in the Post Office Saving Bank

g) A deposit in the National Savings Certificates

h) Twelve year National Defence Certificates

i) Ten years Defence Deposits

j) National Defence Bonds

k) Unit trust certificates at 5 percent below market value or at the face value

whichever is less

l) Also FDR in favour of FA&CAO (free from any encumbrance) will be accepted

ix) Extension of time for submission of PG beyond 30 days and upto 60 days from

the date of Issue of LOA may be given by the competent authority. However, a

penal interest of 15% per annum shall be charged for the delay beyond 30 days

i.e. from 31st day after the date of issue of LOA.

x) In case the contractor fails to submit the requisite PG even after 60 days from the

date of issue of LOA, the contract shall be terminated duly forfeiting the EMD

and other dues, if any payable against the contract. The failed contractor shall be

debarred from participating in retender for that work.

xi) PG shall be initially valid upto stipulated date of completion plus 60 days beyond

that. In case the time of completion gets extended, the contractor shall get the

Page 36: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

36 of 72

validity of PG extended to cover such extended time for completion of work plus

60 days.

xii) Performance guarantee shall be released after satisfactory completion of the

work. The procedure for releasing should be same as for security deposit.

xiii) Wherever the contracts are rescinded, the security deposit should be forfeited and

the performance guarantee shall be encashed and the balance work should be got

done separately.

xiv) The balance work shall be got done independently without risk and the cost of the

original contractor.

xv) The original contractor shall be debarred from participating in the tender for

executing the balance work.

1.2.21 VARIATION IN QUANTITY

VARIATION CLAUSE

Any variations in the quantity have to be dealt with, as given below:

(i) For increase upto 25 % of the quantities indicated in the schedule, the contractor shall be paid

for such increase in the quantities as per the agreement rate. For this, no finance concurrence

would be required.

(ii)In case an increase in quantity beyond 25% of the agreement quantity is considered

unavoidable, the same shall be got executed by floating a fresh tender. If floating a fresh

tender for operating is considered not practicable, quantity will be operated in excess of

125% of the agreement quantity subject to the following conditions:

a) Operation of quantity beyond 125% of the agreement quantity, needs the approval of

an officer of the rank not less than S.A.Grade:

b) Quantity operated in excess of 125% but upto 140% of the agreement quantity, shall

be paid at 98% of the rate awarded in that particular tender;

c) Quantity operated in excess of 140% but upto 150% of the agreement quantity shall

be paid at 96% of the rate awarded in that particular tender;

d) Variation in quantity of individual items beyond 150% will be prohibited and would

be permitted only in exceptional unavoidable circumstances with the concurrence of

associate finance and shall be paid at 96% of the rate awarded in that particular

tender.

Execution of quantities beyond 150% of the overall agreement value should not be

permitted and, if found necessary, should be only through fresh tenders or by negotiating

with existing contractor, with prior personal concurrence of FA&CAO and approval of

General Manager.

Page 37: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

37 of 72

PART – I

CHAPTER – III

PRICES AND PAYMENT

1.3.1 SCOPE

This Chapter deals with prices to be paid for Upgradation of existing Smarteam PLM Software to

ENOVIA Version 2016x or higher at Design Office as per the detailed specification and other amounts

payable in accordance with accepted schedules of prices and rates and terms and conditions of payment

mentioned herein. This is a works contract. The total prices for the completed items of work are the

actual prices payable to the Contractor as per the terms and conditions of the contract.

1.3.2 PAYMENT AND RECOVERIES :

Subject to any deduction or recoveries which the Purchaser may be entitled to make under the contract,

the contractor shall, unless otherwise agreed to be entitled to get the following payments subject to the

conditions stipulated in subsequent paragraphs.

Payment for Upgradation of existing Smarteam PLM Software to ENOVIA Version 2016x or

higher at Design Office will be made as detailed below.

I. For Software modules and hardware items

i) 90% after supply of items

ii) 10% after installation and commissioning

II. For Implementation:

i) 80% of charges for Implementation for Design Department after completion

of One time configuration, data migration, implementation, User Training for

Design Office.

ii) 20% of charges for Implementation for Design Department after completion

of handholding and 3 months support for Design Department.

iii) 80% of charges for Implementation for other Departments after completion of

One time configuration, implementation, ERP integration, User Training for

Other departments.

iv) 20% of charges for Implementation for other Departments after completion of

handholding and 3 months support for Other Departments.

1.3.3 INVOICING PROCEDURE

a) All invoices shall be submitted with original supporting documents or certified true copies of

supporting documents wherever these are acceptable to the Purchaser’s Engineer. Where copies

of original documents are required in support of several invoices true certified copies of the

original documents may be forwarded to the Purchaser’s Engineer with his consent.

Page 38: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

38 of 72

b) Invoices shall be submitted only on the basis of agreed principles and prices, quantities and

measurement of works completed and shall be approved by the Purchaser’s Engineer prior to the

submission of invoices. For this purpose the schedule of quantities and measurements submitted

by the contractor for approval of the Purchaser’s Engineer may be only upto the extent of work

completed except in the case of payments on provisional acceptance.

1.3.4 EXCISE DUTY AND SALES TAX

GST and other Taxes / Levies if applicable, should be mentioned clearly in the rates quoted by

the contractor in the relevant schedules.

1.3.5 FINAL SETTLEMENT

On expiry of the guarantee period and issue of the certificate of final acceptance of the entire

installations the performance guarantee will be refunded to the contractor after adjustment of any

dues payable by the contractor.

1.3.6 MEASUREMENTS

The completion of the work will be recorded in the measurement book as per the certification

stating that all the items have been supplied/commissioned, which will form the basis for

payment. The details of deliverables supplied will be recorded in the measurement book which

will form the basis for payment.

Page 39: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

39 of 72

PART -I

CHAPTER IV

SPECIFICATION FOR UPGRADATION OF EXISTING SMARTEAM PLM

SOFTWARE TO ENOVIA VERSION 2016X OR HIGHER AT DESIGN OFFICE AS

PER DETAILED SPECIFICATION IN TENDER SCHEDULE

IMPORTANT INSTRUCTIONS:

A. The tenderer should submit comments against each clause, clearly indicating the compliance or

otherwise for each and every item of this specification. Deviations, if any shall be clearly

brought out in the comments. The offer without clear comments will be considered as

incomplete offer and is liable to be rejected.

B. There should not be any ambiguous comments such as “possible”, “can be done” etc. where the

clause requires unambiguous and clear cut compliance.

C. The tenderer should indicate clearly the period of warranty against each item and also should

mention whether it is comprehensive or limited.

D. The tenderer should mention the Brand name & Model number of the Hardware and the version

of the software without fail and enclose relevant data sheets.

E. The Hardware and related Software offered should be of high quality and only reputed brands

will be accepted. Assembled or mix of assembled and branded items will not be accepted.

F. The tenderer is bound to maintain the Software modules and Hardware supplied in full working

condition during the warranty period. No separate maintenance charges shall be paid by ICF

during the warranty period. For this purpose the tenderer, if not OEM, should furnish

authorization certificate from the OEM for supply of Software and for providing after

sales support to ICF without which the offer submitted by the firm shall not be entertained

and shall be summarily rejected.

1) DETAILED SCOPE OF WORK AND SPECIFICATION:

Upgradation of existing Smarteam PLM Software to ENOVIA Version 2016x or higher at

Design Office

The present tender comprises of the following:

Sl.No.

Description Quantity

ENOVIA Version 2016x Modules

1 PCS - Collaborative Sharing - Upgradation 62

2 PCS - Collaborative Sharing - New 93

3 CNV - Collaborative Innovation - Upgradation 72

4 DED - Connector for AutoCAD - Upgradation 10

5 DED - Connector for AutoCAD - New 10

6 PDE - Product Engineer - Upgradation 12

Page 40: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

40 of 72

7 PDM - Variant Management 2

8 MBO - Manufacturing BOM Management 27

9 XSA - X-BOM Connector for SAP 1

10 Oracle Database Standard Edition 2 version 12c or latest including RAC - Named User License

155

11 Migration and custom utility - Spinner Tool - One year license 1

HARDWARE & NETWORK COMPONENTS

12 Chassis for 4 server Nodes - Blade server chassis 1

13 Production server (Primary & Failover) 2

14 Server for Test & Development 1

15 DS License Redundancy Server 3

16 Load balancer 2

17 Network switch 2

18 Implementation -Design Department One time configuration, data migration, implementation, User Training and 3 months support

LS

19 Implementation -Other Departments One time configuration, implementation, ERP Integration, User Training and 3 months support

LS

Detailed scope of implementation of ENOVIA Version 2016x or higher along with Technical specification and Project schedule:

ICF (Integral Coach Factory) would like to upgrade its current SmarTeam PLM software to the latest release (ENOVIA Version 2016x or higher). The upgraded system shall

1. Improve collaboration between design and manufacturing by providing web-based

interface for revision control, release procedures, authorization workflows, generation

of accurate bill of materials etc. in a secured environment.

2. Ensure accuracy of data fed to the ERP system (for production planning purposes)

which will pass through rigorous change management controls

3. Reduce the cycle time for drawing release and the effort required to prepare bill of

material inputs for planning and provide a single repository of all design for a given

coach configuration – shell and furnishing, across all design disciplines.

4. Ensure timely availability of bills of material and drawings which will ensure working

only on the correct version of data – eliminating downstream wastages of incorrect

procurement or drawing release to production.

5. Be extendable in future to Vendor Development and Project Management departments

for extended access to the drawings, bill of materials and documentation.

Page 41: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

41 of 72

Scope of Implementation: The broader scope of proposed work involves the following.

i) Upgradation of existing Smarteam PLM software (Version V5) to latest Enovia 2016x

or higher version PLM software

ii) Migration of complete design data along with database (meta data) available in

existing Smarteam (Version V5) to latest Enovia 2016x or higher version.

iii) Implementation of Enovia 2016x or higher at Planning department of ICF along with

additional new licenses of the relevant modules as per requirement.

iv) Integration of Enovia 2016x or higher with SAP-ERP implemented at ICF along with

additional new licenses of the relevant modules as per requirement.

v) Bi-directional Transfer of the data (material master, bill of materials and change

information etc.) from ENOVIA to SAP ERP system at ICF.

vi) Change control and release of bill of material, related part numbers (as decided by ICF at the time of implementation) along with existing U/L and P/L numbers as per ICF requirement.

vii) All the data available in SAP ERP system at ICF pertaining to PLM software

integration should be migrated and mapped by the firm from SAP-ERP system to Enovia

2016x or higher PLM software. The details are as under:

Material Master data and it's related attributes.

Long Description

Bill of Material and its related attributes

Change number along with revision level of drawing / Bill of Material (BOM)

etc.

viii), Development of an interface within Enovia 2016x or higher solution for generation

and integration/mapping of UL numbers with design and ERP. Decision with respect to

following single part number as standard practice will be made at the time of implementation.

ix) Customization and Migration of existing legacy data to Enovia 2016x as detailed below:

a) At present online Purchase Request (PR) system is being followed through a

special application developed by ICF. This system has to be migrated to the

proposed PLM system. The existing design details (Viz. Long description, special

Page 42: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

42 of 72

conditions, inspection agency, eligibility criteria of firm, latest alternation etc., shall

be made available to stores through PLM software along with necessary

attachments (Drawings, Specifications etc.)

b) PLM software shall have the functionality for planning team to take decision of Make

or Buy along with defined workflows for generation of PL numbers covering requisite

approval process.

c) The information such as Drawing number, Alteration Index and quantity available in

the Long descriptions pertaining to specific part number shall be updated

automatically in SAP as and when the changes are made in the PLM systems while

synchronizing.

d) Mapping and Porting of existing PL Number [after switchover to Single PL No. (8

Digit) for Stock Item] from SAP ERP system to corresponding Drawing Number in

PLM software.

e) The present Multiple Columns system followed in BOMs of drawings needs to be

mapped in the proposed PLM software along with Data Porting.

f) Engineering Bill of Material generated by design wing will have the Quantity,

description, etc., Job Size shall be maintained in the SAP system and the same

along with PL Number has to be synchronized at MBOM level.

g) The proposed PLM software shall have the provision for Mass Change of PL

Number, Quantity along with mass synchronization.

h) PLM software shall have the capability of creating “Dummy Drawing” and provision

shall be made for porting of Dummy Drawing from SAP-ERP system to PLM system.

x) Training of officials of various departments as per ICF requirement. xi) The proposed software shall configured in enabling ICF to springboard from a current design to a competitive innovation by applying new practices such as collaborative design, digital mock-up, product morphing and design in context.

Page 43: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

43 of 72

Brief Description and Functionality of the proposed modules

Brief Description on Functionality

PCS

Base License for both CAD and Non CAD users

Manage and Share the content for effective collaboration.

Displays business critical information for enhanced decision making

Full Text search and filtering option for users to see Who, What, why, Whom, When, Where and How the data are used

2D and 3D visualization for both CAD and Non CAD users. CATIA, Solidworks connectors are inbuilt. For other connector, add-on modules are available separately

CNV

This license is needed for CAD user and it works on top of PCS module

Common Data Management for Design, Manufacturing and Simulation process

Access impact of Design modification real time

Manages and track the Changes

Multi-CAD Collaboration (with add-on connector)

Engineering BOM generation view and comparison between physical product structure and Engineering BOM

PDE

Part and Engineering BOM Management

A Single Enterprise EBOM management

Provides the inputs to Manufacturing BOM module

MBO

Manufacturing BOM Manager

Site Specific MBOM Management

BOM Comparison and Report Generation

Manufacturing change process management

Provides inputs to ERP Software thro ERP Integration Module

XSA

Real time Collaboration and Bi-Directional data exchange SAP and ENOVIA 2016

Document Data Transfer to SAP

Engineering Change Data transfer

Microsoft office integration

DED

AutoCAD connector for ENOVIA 2016

Allows user to check in / check out from the native application

Participate in Product Life cycle process

Design Team Collaboration

PDM

Configuration rule management

Product Configurator

Product Line definition and Management

Page 44: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

44 of 72

Below is illustrative representation of the basic system changeover Current Set Up

Target Set Up

Page 45: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

45 of 72

The following changes shall be achieved in the day to day processes at ICF after upgradation

of the ENOVIA system:

Current Process As will be done in ENOVIA 2016

Drawing Revision/Version Control for all data formats in a central repository

Single version of design data/drawings will be available online to all departments based on access privilege and data maturity. All impacted users will be notified dynamically.

Drawing Conversion to lightweight formats such as .tiff or pdf

Automated.

Drawing Authorization / Approval

Digital Signature will be used for approval through workflow.

Planning BOM – Make/Buy based parts regrouping

Simple restructuring of BOM information online with change control – allowing easy grouping of parts and releasing all changes only after planning change approval in place

Automated Planning BOM push to ERP

Automated push of BOM from Enovia to SAP – with automated mapping of data for part numbers.

Data Security Enovia 2016x or higher is built on single data driven architecture. All the data are stored in sever with highest standard data security. Data will be available only through role based access. Printing option can disabled if required.

Access to 3D data (especially light weight format)

The CAD data will automatically be converted to light weight format - for visualization in 3D on web browser. This will allow all users to have access to design information in 3D format.

Notifications and Alerts Complete digital workflow will enable to send email / SMS notification to respective users.

Dash boarding / reporting

Standard reports for project status and single source of reference for all project team members.

Collaborative processes

All the data will reside in one database and can be linked to each other instead of maintaining as separate systems thereby eliminating manual processes

Traceability Complete traceability of the data, in terms of who is doing what, who is authorized to view, approve the drawings, monitor the delays / issues in the project and manage the escalation process

Change Effectivity coordination with production

Automated workflow to manage the change process and integration with SAP to implement the Change order.

ERP Critical Attributes (Price/Inventory Status for disposition etc) visibility to planning and design

Automated visibility of plant/BOM level attributes from SAP into Engineering and Planning Bill of Material

Page 46: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

46 of 72

Technical Scope

The project should include deployment of standard capabilities of latest ENOVIA release – keeping in mind the customizations to be made specific to ICF processes and data.

Complete scope should be delivered in a single project in 3 phases

Phase 1 : o Solution Planning and Requirement sign-off for

People & security, part & assembly design management. Bill of materials process for design, Project management and

Configuration of coaches Planning bill of materials, ERP integration definition and equivalent part

number handling (U/L and P/L) or the unified part number system decided by ICF

Documentation of solution concepts mapping current ICF terminologies and processes to the standard software terminologies

A detailed Requirement Document along with the implementation plan shall be prepared and got approved by ICF

Phase 2 : Delivery of Design department specific engineering Solution with CAD Data management

Phase 3 : Data Migration, Bill of Materials, UL/PL Number Generation and SAP Integration.

Following are Technical areas / Process in scope

Phase 1 o Solution Planning o People & Organization o Setup Data Security & Other Configurations as per requirement

Setup Rules for controlling Data security as per Company, Department, Sites, Plants, Projects, Roles, Groups etc.

Setup Configuration Rules for Derived data like PDF, JPEG etc. Configure Admin page for AutoCAD Integration as per requirement

o Part Management & Part Classification Part/Document/Drawing Numbering Scheme

o Setup & Configure Workflow BOM creation and numbering Change orders for job sheets Planning inputs and change management for Bill of Materials Release of design drawings and bill of material Document Release

o Automated creation of BOM from 3D design

Phase 2 o Drawing Template Management in AutoCAD

Page 47: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

47 of 72

Title Block / Bill of material Management Title Block Color scheme management Provide Templates in AutoCAD Change Part number

o Variant Portal Admin page Custom database view in ENOVIA Apply BOM Configuration

o CAD Integrations Install and Configure SolidWorks Integration Install and Configure AutoCAD Integration

Phase 3 o MBOM & Part Number Generation

o ERP Integration (ENOVIA to SAP)

Part Data Transfer Doc Data Transfer Bill of Materials Transfer Change order Transfer

o Performance Tuning

Search Bill of Materials create/search/update Check out/Check in large assemblies

o ENOVIA Migration

Pre migration CAD Data analysis and validation Data Mapping Validation of Data and changes in migration rules Fix CAD Data issues impacting migration Final Test SmarTeam -> ENOVIA Data Migration in Test server

o Custom Oracle DB to ENOVIA Data migration

Pre migration CAD Data analysis and validation Data Mapping Extract and Load data Script development. Validation of Data and changes in migration rules Final Test SmarTeam -> ENOVIA Data Migration in Test server Post Data Migration, Validation and processing for data issue.

o Standard reports and dashboard configuration o Go Live Deployment o Post Go Live support o User and System Admin Training

Deliverables

Requirement Specification and High level design documents

Configured solution as per technical scope

Page 48: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

48 of 72

Training Material

Proposed Schedule Following is the tentative schedule planned for the proposed scope and deployment. More detailed schedule should be provided during the Requirement phase based on Business priorities, Scope of each Phase.

Page 49: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

49 of 72

4 Detailed Technical Requirements / Specifications

Sl. No

Functionalities

1 Migration of Existing Smarteam V5R19 to ENOVIA Latest Version

2 Migration of data from SmarTeam to ENOVIA to be done using toolkit based on

proven methodology

3 Migration of different data models from Smarteam V5R19 to ENOVIA

Including family and instance version objects for SolidWorks.

4

Proposed software should be scalable to ICF future requirements for

multidisciplinary enterprise collaboration like program management, variant

management, portfolio management, vendor management and also extend to

exchange of production information to ERP system

5

Proposed software solution should be web based. All design office data should be available to all stake holders of ICF

starting from design office, tooling, planning, methods, electrical, production

departments and should look and feel the same manner based on the roles and

security

6 Proposed software should have full history data migration (including

Links) of documents, items and other custom classes in SmarTeam.

7 Proposed software should have option to migrate all SmarTeam projects

and folders to workspaces.

8 Proposed software should support all Type, State and Attributes mapping

from SmarTeam to ENOVIA

9 Proposed software should support SolidWorks integration for creation of parts,

assemblies, drawings, instance, family and versions

10 Proposed Software should support as is for SmarTeam Workflow objects’

History in ENOVIA.

12 Proposed software should migrate all SmarTeam CAD documents (Solidworks, ACAD, CATIA V5) and other related documentation links (hierarchical and design links), Items, BOMs, Projects, folders etc.

13 Proposed software should migrate all the People & Organisation along with roles and responsibilities from Smarteam V5R19 to ENOVIA.

14 Software should have reporting capabilities to meet the needs of multiple functional areas.

15 Software should allow users to create folders within each workspace with access privileges for secure content sharing with other team members.

16

Software should support Local workspace management on the user’s desktop and allow users to easily compare their work-in-process to the master designs inside ENOVIA and also perform operations such as “lock”, “unlock”, “delete”, “move”, “update”, “revert” and “copy” as part of the local workspace

Page 50: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

50 of 72

management feature set.

17 Software should have process oriented tools which will help to subscribe, notify a designer when a design of interest is checked-in by another team member and also keeps track of the relationship between associated documents.

18 Software should facilitate designers and users to select from a variety of view filters such as “As-Stored”, “Latest Version” or “Latest Revision” and apply these filters to individual designs

19

Software should have workflow (or route) capabilities which enable a designer to obtain feedback through ad hoc routes or through pre-defined approval processes. Routes shall be created with serial or parallel tasks for review and/or approval of design content

20 Software should have option for generating thumbnail images automatically for all CAD/non-CAD documents.

21 Software should support Full HTTP/S network, proxy and firewall for all interactions between the clients on the web and the servers.

22 Software should support Role based, Organization and project-based security data management.

23 Software should support Full-text Indexing of both metadata and documents.

24 Software should support light weight 3D visualization and mark-ups for non-CAD users through web browser.

25 Software should have tools for creating Virtual workspaces to share product content securely for cross-functional collaboration.

26 Software should have capabilities to search and navigate data such as parts, bills-of-materials, documents, specifications etc.

27 Software should support secured authentication through LDAP.

28 Software should allow storing of templates for AutoCAD designs and SolidWorks designs for reusability.

29 Software should allow administrators to configure default workspaces.

30 Software should allow users to manage and organize shared documents, structured product data such as parts in multilevel folder and sub-folder structures.

31

Software should have option to capture information for lifecycle steps (or states) of its creation, review, release, and/or obsolescence. And it should have predefined lifecycles for each object type managed and the same shall be configured as per requirement.

32 Software should enable users/administrators to use subscriptions for proactive notification when product data changes.

33 Software should facilitate end users to define their own personalized dashboards/reports.

34

Software should have facility to build underlying schema and business processes. By which the IT administrators can easily extend the business model or make changes to the standard model. This is required for defining new business types, attributes, relationships, policies, workflows, organizations, people, etc.

35 Software should have facility to track the changes made to the schema needs to be recorded as history entries which will help to understand and audit how the data/document system evolved over time.

Page 51: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

51 of 72

36 Software should have user interface tools to provide role-specific views.

37 Software should have facility to manage other document types such as Microsoft Office, pdfs, images etc. independently or associated to parts.

38 Software should allow attachment of documents as reference to parts.

39 Software should have Windows functions such as “cut and paste” and dragging and dropping etc.

40 Software should have facility to identify “Where Used” reports to determine the impact of a proposed change at any level in the product structure.

41 Software shall provide ability to send automatic E-mail notifications/SMS.

42 Software should have interface to work within SolidWorks environment.

43

Software should facilitate creation of private and public workspaces for organizing and sharing designs within team members who have access to the data from the windows desktop environment. The workspaces should allow checkout/checkin, open and refresh of data to facilitate concurrent design. Software should provide the ability to search all versions and revisions of a file across all workspaces, and folders/subfolders.

44

Software should support the following native SolidWorks types and relationships: Component Family, Assembly Family, Drawing, Instance, Attachment, JoinPart, BasePart, WeldPart, SplitPart, MirrorPart, Part-Part, Drawing-Part, Drawing-Assembly, Assembly-Part, Configuration-Instance, Assembly-Instance.

45 Software should support Automated creation of viewable/neutral file formats upon Checkin Operation (CGR, CGM, IGES, STEP, JPEG, PDF etc.)

46 Software should have ability to synchronize all drawing attributes directly to the ENOVIA system with minimal customization

Visualization

47 Software should auto-generate a light weight 2D image and a 3D format for visualization by non-CAD and CAD users

48

The light weight visualization in 3D should be available within the browser itself with following capabilities: 1.3D Navigation through Zoom, Pan, Rotate etc. 2.Section and Measure 3.Mark-up/ Annotate and save 4. Cross highlighting between BOM structure and 3D visualization 5.Comparison of two BOMs with both BOM structure and 3D visualization in

the same screen 6.Getting 3D based status filters for project reviews

Bill of Material Management (BOM)

49 Software should support Automatic synchronization of a CAD design structure to an Engineering Bill-of-Material (EBOM).

50 Software should Facilitate "Exclude from EBOM flag" for SolidWorks files so that when EBOM synchronization is done these components are excluded from the BOM

51 Software should have CAD structure and EBOM synchronization validation capability. A visual display should be available to graphically depict

Page 52: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

52 of 72

changes/updates before the transaction is committed.

52 Software should facilitate the standard functions like Checkout and Insert, Lock/Unlock, EBOM Synchronization, Bi-Directional Attribute Synchronization

53 Software should have ability to automatically create and associate an engineering part to the corresponding CAD design.

54 Changes made to the EBOM should be synchronized back to SolidWorks files including inserted, deleted or changed file references, attributes, and configurations names.

55 Display of Check In Operation warnings when a SolidWorks structure contains data that cannot be connected to the EBOM.

56 Software should provide visual comparison capability for BOM and its light weight CAD in single browser window. Software should also provide cross-highlighting facility from BOM to 3D and 3D to BOM

57

Software should have ability to create the following BOM Reports: • Multi-Level BOM: Any number of BOM levels can be expanded and included in the multi-level BOM report. • BOM Comparison: Ability to compare bill of material differences • Part Where-Used: The “where used” report provides a part’s single or multi-level parent usage • Consolidated BOM: Quantity roll up of parts from multiple levels of BOM

58 Software should have facility to generate reports which can be formatted in a printer-friendly format or exported to Excel.

59 Software should allow users to create EBOM from CAD BOM or create

CAD BOM from EBOM

60 Software should have facility to generate change Process Reports: Engineering Change Request (ECR), Engineering Change Order (ECO), Summary Reports automatically and stored in HTML or PDF format.

61 Software should have a intuitive EBOM markup tools which will allows users to markup, approve, and apply EBOM changes made.

62 Software should have a comprehensive EBOM editing capabilities including the ability to copy parts to and from existing assemblies, and replace, add, remove, and re-sequence parts in the EBOM

63 Software should have real-time collaboration between product engineering and manufacturing with bi-directional data exchange and sharing of part, bill-of-material, operational, manufacturing cost and inventory data.

64 Software should have options to select a plant location and revision level to display the single or multi-level BOM with associated BOM alternatives.

SAP Integration

65 Software should have options to transfer BOM information from ENOVIA to

SAP without manual intervention.

66 Software should support automatic transfer of part data, document data, BOM, Change order to SAP.

67 Software should have ability to plan and authorize the use of alternate or substitute parts on a plant specific basis.

68 Software should provide tools to formalize, document and control the manufacturing change process for newly released and existing products in

Page 53: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

53 of 72

production. Manufacturing Change Orders (MCOs) shall be created automatically when releasing a new design or changing an existing design on an Engineering Change Order (ECO).

Infrastructure

69 Software should support Databases such as Oracle, Microsoft SQL Server, IBM DB2 etc.

70 Software should support multiple Operating Systems like Windows, Linux, IBM AIX etc

71 Software should support End-to-end security via firewalls, VPNs, LDAP and Single Sign On.

72 Software should support all leading web browsers.

73 Software should support bio-metric system for authorization and lifecycle state promotion.

Apart from above said requirement, ENOVIA 2016x should also support below features and

functionalities

o ENOVIA 3D Search o ENOVIA 3D Dashboard o ENOVIA 3D Messaging for cross function team collaboration o ENOVIA 3DSWYM for blogs and social collaboration

ENOVIA VPM (Virtual Product Management)

ENOVIA PDM (Product Data Management)

ENOVIA LCA (Life Cycle Applications) should support o Enterprise Architecture o Application Development language such as Java

ENOVIA Portal including o ENOVIA 3D Navigator o ENOVIA DMU (Digital Mock-up) for future scalable solutions.

The proposed platform should have flexibility to expand with additional modules such as program management, sourcing, supplier integration, vendor grading etc., and also Digital manufacturing at a later stage .

Page 54: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

54 of 72

DETAILED SPECIFICATION OF HARDWARE:

1) Chassis Specification Type I Blade Server for Production Server

Sl.

No Component Description

1 Chassis 2U Hybrid Modular Chassis capable of accommodating 4

numbers of 2 Socket Servers or better

2 I/O Slots 8 X PCIe 3.0 I/O Expansion Slots or better

3 Inter Connect

FX2 10Gbe SFP+ Redundant Pass Through Module,

Internal 8 ports to External 8 ports

(Or)

10G Ports, 1G Ports and 16GB FC Ports to be connected

to LAN and SAN respectively via external LAN and SAN

Switch

4 Management

Management controller shall manage all resources (server

nodes and shared infrastructure) in single web console

Common Management console from Server OEM should

support local and remote management, Consistent with

other products from the same OEM server nodes must

contain proven Management processor and remote

management controller for agent - free ,automated

systems management

5 Cooling At least 8 hot - swappable fans to provide cooling to the

I/O components in the system

6 Power Supplies hot-plug PSUs: of at least 1400 W AC /1600 W in 1+1

redundant configuration

2) Production Server Blade Server Specifications – 2 No’s (Primary and Failover Servers)

Sl.

No Component Description

1 Processor 2 X Intel® Xeon® E5-2699A v4 2.4GHz,55M Cache,9.60GT/s

QPI,Turbo,HT,22C or better processor

2 Chipset Latest OEM Chipset supporting an optimized for the above

processor

3 Memory

RAM:256GB 8*32 GB RDIMM 2400MTz Dual Rank, x4 Data

Width . Server should have min of 16 DIMMS or better memory

with scalable to 2TB or better

4 Hard disk drives 2 x 800GB Solid State Drive SAS Read Intensive MLC 12Gpbs

2.5in Hot-plug Drive or better Hard Drive

5 I/O Slots Access TO 2 X PCI3.0 (x8) EXPANSION SLOTS

6 Graphics Card Integrated Graphics with at least 16 MB Video Memory

7 Network Quad port 10Gb Network Daughter Card or better necessary

patch cords

Page 55: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

55 of 72

8 Host Bus Adaptor Dual Port 16Gb Fibre Channel HBA with necessary Fibre Patch

Cords

9 Hypervisor Card Dual SD Module with 8GB or better SD Card

10 Virtualization Software vSphere Standard 2CPU

11 Operating System Windows Server 2016 or better , Standard Edition to support 5

VMs

12 Server Management OEM embedded controller with IPMI 2.0 Compliance and server

management tool from same OEM

13 Certifications

Industry Standard Certification & Benchmarks: The quoted Server

models should have the following certifications:-

Microsoft windows Server 2008 R2 SPI,(should includes

Hyper –V),

Microsoft windows server 2012 R2 /2016 (should Includes

Hyper -V),

NoVell suse Linux enterprise Server,Red Hat Enterprises

Linux,FCC ,UL,ROHS Certification

14 Warranty 3 Years onsite Warranty 24/7 Mission Critical Support by OEM

3) Test & Development Blade Server Specifications – 1 No.

Sl. No Component Description

1 Processor 2 x Intel® Xeon® E5-2683 v4 2.1GHz,40M Cache,9.60GT/s

QPI,Turbo,HT,16C/32T (120W) or better processor

2 Chipset Latest OEM Chipset supporting an optimized environment for the

above processor

3 Memory RAM:192GB - 12 x 16GB RDIMM, 2400MT/s, Dual Rank, x4

Data Width. Server should have min of 24 DIMMS

4 Hard disk drives 2 x 800GB Solid State Drive SAS Read Intensive MLC 6/12Gpbs

2.5in Hot-plug Drive or better

5 I/O Slots Access TO 2 X PCI3.0 (x8) EXPANSION SLOTS

6 Graphics Card Integrated Graphics with at least 16 MB Video Memory

7 Network Quad port 10Gb Network Daughter Card or better with necessary

patch cords

8 Host Bus Adaptor Dual Port 16Gb or better Fibre Channel HBA with necessary Fibre

Patch Cords

9 Hypervisor Card Dual SD Module with 16GB on SD Card

10 Virtualization Software vSphere Standard 2CPU in the Server

11 Operating System Windows Server 2012/2016, Standard Edition to support 8 VMs

12 Server Management OEM embedded controller with IPMI 2.0 Compliance and server

management tool from same OEM

Page 56: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

56 of 72

13 Certifications

Industry Standard Certification & Benchmarks:

The quoted Server models should have the following certifications:

Microsoft windows Server 2008 R2 SPI,(should includes

Hyper-v),

Microsoft windows server 2012 R2 /2016 (should Includes

Hyper -V),

NoVell suse Linux enterprise Server, Red Hat Enterprises

Linux,

FCC ,UL,ROHS Certification

14 Warranty 3 Years onsite Warranty 24/7 Mission Critical Support by OEM

4) DS Licenses Redundancy Server Power Edge T20 Server – 3 No’s

Sl.

No Component Description

1 Processor Intel Xeon Processor E3-1225 v5 Processor, C232

or better Chipset

2 Memory 8GB DDR4 Memory

3 Hard Drives 1TB SATA Hard disk

4 Optical Drive SATA DVD RW

5 KBD & Mouse OEM Keyboard and Optical Mouse

6 Network Port Integraed Gigabit Ethernet

7 Power Supply 290W

8 Form Factor Mini Tower

9 Operating System Windows Server 2012 STD Edition

10 Warranty 3 Years Comprehensive Onsite Warranty

5) Load Balancer Citrix Netscaler MPX 5550 – 2 No’s

Sl.No Component Description

1 Load Balancer

Application accelerator to support, Multiplexing, buffering,

connection keep-alive, windows scaling, selective

acknowledgement, fast ramp, TCP Westwood, App Compress,

Caching for static and dynamic application content, HTTP GET

and POST method support, Policies defined based on HTTP header

and body values

Application Security: Continue service to legitimate users while

protecting against attacks such as: SYN Flood, HTTP DoS, and

Ping of Death, ICMP and UDP rate control or similar

Policy based bidirectional rewriting of HTTP header and payload

elements, Policy based redirection of incoming requests, Body

URL rewrite.

Page 57: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

57 of 72

SSL Encryption:

Should Supports Thales nShield, SafeNet HSM integration or

similar

Hardware Requirement: Min of 6x10/100/1000BaseT Ports, 8GB

Memory. Support for upto 200 Users.

Make &model :Citrix NetScaler MPX 5500 or Similar

6) Networking Switches – 2 No’s

Sl.

No Component Description

1 port count 24x 10GbE SFP+ auto-sensing (10Gb/1Gb),

2x40Gbe QSFP uplink

2 Hot-swap Module Bays 1 in front

3 Stacking # units/speed 12/160 Gbps

4 Switching Capacity minimum of 630 Gbps or More

5 Forwarding Capacity Minimum of 450 Mpps or More

6 Forwarding Mode Store & Forward or Cut-through

7 Latency should be < 3000ns (Mode specific)

8 CPU Memory minimum 2 GB or more

9 Flash Memory minimum of 256 MB or More

10 Packet Buffer minimum of 9 MB or More

11 Same OS 6.X Carrier Grade Linux Yes

12 10/100/1000 OOB Mgmt Port Yes, in rear

13

RJ45 console port with RS232

signaling Yes, 1

14 USB (Type A) port for configuration Yes, 1

15 DCB Yes, DCBx, iSCSI, TLV 2.2, ETS, PFC & QCN

16 L3 Full

17 Layer 3 Protocols Supported

Static, RIP, OSPF, BGP, VRRP, PBR, ECMP,

VRF-Lite

18 IPv4/IPv6 Static Route Entries minimum of 1,024/1,024

19 IPv4/IPv6 Dynamic Route Entries minimum of 8,160/4,096

20 RIP Routing Interfaces supported minimum of 512

21 OSPF Routing Interfaces supported minimum of 8160

22 ECMP Next Hops per Route/Groups minimum of 4 Hops/1,024 Groups

23 VLAN Routing Interfaces minimum of 128

24 ARP Table minimum of 6100

25 NDP Entries Minimum of 400

26 ACLs minimum of100

27 ACLs MAC ,Time-controlled ACLs,IP Based

Page 58: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

58 of 72

28 Max ACL Rules (System wide) Minimum of 3072

29 Max Rules per ACL Minimum of 1023

30 Max ACL Rules per IPv4 Interface Minimum of 2,047 ingress/1,023 egress

31 Max ACL Rules per IPv6 Interface Minimum of 1,021 ingress/512 egress

32 MAC Address Storage Minimum of 131072

33 VLANs Minimum of 4094

34 Subnet Based VLANs Minimum of128

35 Protocol based VLANs Minimum of128

36 LAGs (Ports per group) Static 128/Dynamic 144 (8)

37 MLAG Yes - 2 switch limit - no stacking

38 Jumbo Frame Yes, MTU 9,216 MB

39 QoS Priority Queues minimum of 7 nos

40 Remote Port Mirroring minimum 4 session per node

41 Port Mirroring 4 port TX or RX,or 2 ports TX & RX

42 Features

USB Rapid Deployment,Bare Metal

Provisioning,Application Development,SDN

Ready,Dual Firmware Images,Tool-less racking

w/Ready Rails,Fresh Air Compliant

43

Dual 80+ certified hotswap power

supplies Standard

44 Power Down on Unused Ports Yes

45 Max Watts 240

46 PCI Compliant Yes

Support and Training for Networking:

i. Training for 5 members (3 from IT network and 2 from D&D network team) to be provided by

OEM in their authorized training centres.

ii. OEM Direct TAC support access to be provided.

2) Warranty:

The software modules and hardware supplied should be warranted as mentioned below from the

date of installation at ICF.

Software Modules: 12 Months from the date of Installation

Hardware items : 3 years Comprehensive Onsite Next Business Day Service. In case of

servers 24/7 Mission Critical Support shall be provided.

With respect to software, the warranty should cover supply, installation and integration of latest

version/revision and service packs if released during the warranty period.

With respect to hardware, the warranty should cover any number of break-down calls and

replacement of defective parts with new one. The vendor should be in a position to deploy their

staff at short notice to attend the break-downs at D&D during the warranty period in addition to

regular periodic preventive maintenance.

Page 59: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

59 of 72

3) Completion:

The firm has to complete the work as mentioned below:

Sl.No. Description

Quantity Completion period

ENOVIA Version 2016x Modules - 1st

Set

To be supplied and installed within 2 months from the

date of LOA

1 PCS - Collaborative Sharing - Upgradation 62

2 PCS - Collaborative Sharing - New 28

3 CNV - Collaborative Innovation - Upgradation 72

4 DED - Connector for AutoCAD - Upgradation 10

5 DED - Connector for AutoCAD - New 10

6 PDE - Product Engineer - Upgradation 12

7 PDM - Variant Management 2

8 MBO - Manufacturing BOM Management 12

9 XSA - X-BOM Connector for SAP 1

10 Oracle Database Standard Edition 2 version 12c or latest including RAC - Named User License

155

11 Migration and custom utility - Spinner Tool - One year license

1

HARDWARE & NETWORK COMPONENTS

12 Chassis for 4 server Nodes - Blade server chassis 1

To be supplied and installed within 2 months from the

date of LOA

13 Production server (Primary & Failover) 2

14 Server for Test & Development 1

15 DS License Redundancy Server 3

16 Load balancer 2

17 Network switch 2

ENOVIA Version 2016x Modules - 2nd

Set

18 PCS - Collaborative Sharing - New 65 To be supplied and

installed after 4 months from

installation of 1st set of Licenses

19 MBO - Manufacturing BOM Management 15

20 Implementation -Design Department One time configuration, data migration, implementation, User Training and 3 months support

LS

With 12 months from the date of

LOA 21 Implementation -Other Departments

One time configuration, implementation, ERP Integration, User Training and 3 months support

LS

4) Implementation and support:

4.1 The tenderer must establish to the satisfaction of ICF that the supply, installation and

commissioning of ENOVIA Software along with Hardware are as per ICF’s requirements.

4.2 The tenderer shall make arrangement for any tools, equipments etc., required for executing

the work and such items will not be provided by ICF.

4.3 ICF shall have the right to associate its personnel with the entire work in all its phases with a

view to develop their skills and understanding of the systems. The contractor shall provide

such personnel in the above process with all necessary information and facilities. The

Page 60: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

60 of 72

involvement of ICF personnel in the above process will in no way reduce the responsibilities

of the contractor.

4.4 The successful tenderer shall make available their technical staff during installation and

Commissioning and Software modules and Hardware for smooth completion of the work.

4.5 Inspection Agency:- Inspection will be done by Mechanical Design department of ICF and

if required, ICF may nominate any other agency for inspecting and approving the work.

4.6 Maintenance:- The supplier is bound to maintain the supplied systems in full working

condition during the warranty period. No separate maintenance charges will be paid by ICF

during the warranty period.

4.7 INTEGRATION WITH THE EXISTING SYSTEM: The tenderer shall ensure that the

supply installation and commissioning of the items in the scope of work shall perform

with tight integration with the existing system.

4.8 Any problem arises in the existing infrastructure while integrating these systems with

the existing setup, shall be rectified by the tenderer and they will be fixed with the full

responsibility if any damages occur to either data or to the existing systems.

5) Training:

Training on Enovia software modules shall be provided as detailed below.

a) End User Training at ICF:

Essential training on the software supplied shall be provided at ICF as per ICF requirement.

b) Expert training at OEM location:

Sl.No Training Details

1 Expert Training for Core Team

Duration: 100 man days (20 officials to be trained over a span of 5 working days)

Location: At OEMs training centre

The cost of training at OEM location shall be borne by the contractor.

Cost of lodging, travel tickets, boarding, local travel and any other incidental charges

shall be borne by ICF.

6) Safety:

The contractor shall be responsible to take necessary precautionary measures in order to ensure

the safety against injury etc., of his personnel when working at the Railway premises and shall

conform to the rules and regulations of the Railway.

Page 61: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

61 of 72

7) Indemnity:

1 The contractor shall ensure that unauthorized, careless or inadvertent operation of installed

equipment that may result in accident to the staff or damage to the equipment, does not occur.

2 The contractor shall indemnify and keep ICF administration indemnified and harmless against all

actions, suits, claims. Demands, cost charges or expenses arising in connection with any accident,

death or injury sustained by any person / persons within the Railway premises due to the acts of

omission in the contract irrespective of whether such liability arises under the Workman’s

Compensation Act or Fatal Accident Act or any other statute in force from time to time.

3 The contractor shall be solely responsible for the orderly and proper conduct of his staff during the

period of entire work inside ICF.

Page 62: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

62 of 72

P A R T - II

FORMS OF TENDERS

FORM NO: DESCRIPTOIN

1. Offer letter

2. Memorandum of the Tenders.

3. Alternative proposals of the Tenderer.

4. Deviations from the Tender Paper.

5. Tenderer's scheme of work and time schedule.

6. Tenderer's credentials.

7. Agreement.

8. Guarantee Bond for Security Deposit.

9. Standing Indemnity Bond.

10. Extension of period of completion work on contractor's account.

11. Extension of period of completion on work on purchaser's

account.

Page 63: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

63 of 72

Form-1

From _____________________

_____________________

To

The President of India,

Acting through the Chief Design Engineer/Mechanical, ICF

or his successor

Chennai – 600038

Dear Sir,

Sub : Tender for “___________________________________________________

_____________________________________________________________

_____________________________________________________________

_______________________”. Regarding.

******

1. I/We, the undersigned hereby offer to execute the works relating to “

--------------------------------------------------------------------------------------------------------------- -------------

-------------------------------------------------------“ within a period of ____months from the date of issue

of Letter of Intent/Letter of Acceptance of Tender and in strict compliance with the provisions detailed

in the Tender Papers appended hereto including Instructions to contract and specifications as

included therein and as modified by this Tender at such rates as are specified in Schedule and of this

tender enclosed within a sealed cover. Summary of prices given in Part 'B.

2. I/We agree that this/these tender/s shall not be restricted or withdrawn and shall remain open for

acceptance for and during the period of four months from the date fixed for opening the same subject to

the stipulation mentioned in Clause 1.1.5 and will continue to be open even beyond the period of four

months till withdrawn or rejected or accepted as the case may be.

3. I/We fully understand the terms, conditions and other provisions as contained in the Tender papers

and I/We agree that same shall apply to my/our Tender/s as modified by my/our Tenders and I/We shall

be bound by them.

4. I/We have deposited with the Assistant Chief Cashier, ICF, Chennai -38, the required EMD for this

Tender/s for which Receipt No. __________ has been granted.

5 I / We understand that the full value of Earnest Money shall stand forfeited without prejudice to

other rights and remedies if

(a) I/We do not execute the contract documents within 21 days of receipt of notice by the Railways

that such documents are ready or

(b) I/We do not commence work within 10 days of receipt of the instructions to that effect.

Page 64: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

64 of 72

3. I/We enclose the Income-tax clearance Certificate in the prescribed form or a declaration to that

effect as required under Para 1.1.6 of the Tender Papers pertaining to me/us for the year.

4. I/We have no retired engineer or retired gazetted officer of the Mechanical/Engineering

Department of any of the Railways owned and administered by the President of India.

OR

The list of retired engineers or retired gazetted officers who are associated with me/us, is included as an

enclosure to this offer Letter.

Yours faithfully

Seal of the Tenderer Signature/s of the Tenderer/s

Place :

Date :

Witnessed by : 1. Signature

Name in Block Letters

Address

2. Signature

Name in Block Letters

Address

-----------------------------------------------------------------------------------------------------------

* Tenderer's full name and address

** Here enter particulars and form of deposit as detailed in para 1.1.5

Form 2

MEMORANDUM OF THE TENDERER

Page 65: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

65 of 72

Form - 3

ALTERNATIVE PROPOSALS OF THE TENDERER

_______________________________________________________________________

Paper No. of Alternative Proposals Technical advantages

The tender and/or financial

implication of the proposal

----------------------------------------------------------------------------------------------------------

Form – 4

SCHEDULE -2

DEVIATIONS FROM THE TENDER PAPER

FORM - 5

SHEET - 1

TENDER'S SCHEME OF WORK AND TIME SCHEDULE.

FORM – 6

TENDERERS CREDENTIALS

Please fill in the questioner below

1. (a) Give details of your previous experience on installation of similar equipments or

undertaking of similar works

(b) Give details of similar works presently under execution and their completion period.

2. Have you entered into technical collaboration with any consultants to assist you in this work? If

so, give full particulars.

3. (a) (i) Give details of technical personnel employed

along with date of joining the service with the

tenderer.

(ii) Details of the personnel proposed to be engaged for this

subject work

4. Give the names of principal manufacturers if any from whom supply is assured.

5. Give constitution of your firm. Attach certified copies of legal documents in support thereof.

NOTE: This form shall be filled precisely and with full details.

Page 66: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

66 of 72

Form – 6A

PROFORMA FOR FURNISHING EXPERIENCE CERTIFICATE

(Last 3 years preceding the date of opening of tender.)

Name and address of Department :

Agreement No & Date –

Name and address of Unit :

Value of Agreement -

Name and address of Contractor :

Original Currency -

Name and Type of work :

Actual date of completion –

Nature of work executed :

No. of extensions granted –

Sl.

No.

Nature of Work Value as per

Agreement

Revised

value

Payment received

as per actual

execution

Remarks

Details of Installations

Whether any penalty is imposed.

General remarks about performance.

Signature and Seal of the Authority

Issuing Certificate.

SOLVENCY CERTIFICATE

(Issued by Scheduled/Nationalised Banks)

This is to Certify _______________________________ (Name of the tenderer) – is a customer

in our bank maintaining ……………………………….. account (nature of account)

The party is financially sound and is considered respectable and solvent to the extent of a sum of

Rs. ……..(amount both in figures and word) as disclosed by the information and records which are

available with us.

Date : Bank stamp

(Signature of the Manager)

Designation stamp

Form - 7

Page 67: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

67 of 72

AGREEMENT

AN AGREEMENT MADE this_______ day of______________ Two thousand and ____(year)

between the President of India, acting through the Deputy Chief Mechanical Engineer/Design, ICF,

Chennai or his successor of the Ministry of Railways, Railway Board (herein after referred to as 'The

Purchaser') on one part and Messers _____________ (hereinafter referred to as the 'Contractor') of

the other part.

WHEREAS in response to a call for Tenders for ‘_____________ (Name of the work) of the

_________________ Railway as per Tender Paper No.____________ at Annexure 'A' hereto, the

Contractor has submitted a Tender as per Annexure 'B' hereto and whereas the said Tender of the

Contractor has been accepted for ________________ as per copy of the Letter of Acceptance of

Tender No.__________ dated____________ complete with enclosures at the accepted rates and

agreed deviations from Tender Paper No.__________ as per Annexure 'C' hereto and at an estimated

contract value of Rs._____________ (Rupees _____________________ only) Now this

agreement with witnesseth to that in consideration of the premises and the payment to be made by

the Purchaser to the Contractor provided for herein below the Contractor shall supply the equipments

and materials and execute and perform all works for which the said Tender of the Contractor has

been accepted, strictly according to the various provisions and Annexures 'A' and 'C' hereto and upon

such supply, execution and performance to the satisfaction of the Purchaser, the Purchaser shall pay to

the Contractor at the rates accepted as per the said Annexure 'C' and in terms of the provisions therein.

IN WITNESS where of the parties have hereto set and subscribed their respective hands

and/or seals the day, month and year respectively mentioned against their respective signatures.

Signed and delivered at ________ by Shri________________for and on behalf of

Messrs________________________ the Contractor within names in the presence of :

1. Signature 1. Signature

Date Date

Name in Block Capitals Name in Block Capitals

Address Address

Signed and delivered at _________________ for and on behalf of the President of India by Shri

____________________ Deputy Chief Mechanical Engineer/Design, ICF, Chennai -600 038 or his

successor, Ministry of Railway (Railway Board) in the presence of :

1. Signature

Date

Name in Block Capitals

Address

2. Signature

Date

Name in Block Capitals

Address

Annexure 'A' Tender Paper No.

Annexure 'B' Firm's Tender No.

Annexure 'C' Letter of Acceptance of Tender No.______________ dated _______

complete with enclosures.

Page 68: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

68 of 72

Form - 8

(On Stamp Paper of requisite value)

GUARANTEE BOND (A)

(To be used by approved Scheduled Banks)

1. In consideration of the President of India, acting through the Deputy Chief Mechanical

Engineer/Design, ICF, Chennai or his successor of the Ministry of Railways, Railway Board

(hereinafter called 'The Government') having agreed to exempt____________ called the said

Contractor (s)') from the demand, under the terms and conditions of Agreement dated__________

made between_________ and __________________ for _______ (hereinafter called 'the said

Agreement'), of Performance Guarantee for the due fulfillment by the said Contractor(s) of the terms

and conditions contained in the said Agreement on production of a Bank Guarantee for

Rs.____________ (Rupees _________________ only) We ___________________ (indicate the name

of Bank) (hereinafter referred to as 'the Bank' at the request of ____________________

(Contractor(s) do hereby undertake to pay to the Government an amount not exceeding

Rs.____________ against any loss or damage caused to or suffered or would be caused to or

suffered by the Government by reason of any breach by the said Contractor (s) of any of the terms or

any breach by the said Contractor(s) of any of the terms or conditions contained in the said Agreement.

2. We, ___________________(indicate the name of the bank) do hereby undertake to pay the

amounts due and payable under this guarantee without any demur, merely on a demand from the

Government stating that the amount claimed is due by way of loss or damage caused to or would be

caused to or suffered by the Government by reason of breach by the said Contractor (s) of any of the

terms of conditions or any breach by the said Contractor(s) of any of the terms and conditions

contained in the said Agreement or by reason of the Contractor (s) failure to perform the said

Agreement. Any such demand made on the bank shall be conclusive as regards the amount due

and payable by the Bank under this guarantee. However, our liability under this guarantee shall be

restricted to an amount not exceeding Rs.____________

3. We undertake to pay to the Government any money so demanded notwithstanding any

dispute or disputes raised by the Contractor(s)/Supplier(s) in any suit or proceeding pending

before any court or tribunal relating there to our liability under this present being absolute and

unequivocal. The payment so made by us under this bond shall be a valid discharge of our liability

for payment thereunder and the Contractor(s)/Suppliers) shall have no claim against us for making such

payment.

4. We,_____________________ (indicate the name of the bank ) further agree that the guarantee

in contained shall remain in full force and effect during the period that would be taken for the

performance of the said Agreement and that it shall continue to be enforceable till all the dues of the

Government under or by virtue of the said Agreement have been fully paid and its claims satisfied or

discharged or till _________ Office / Department / Ministry of ___________________certifies that

the terms and conditions of the said Agreement have been fully and properly carried out by the said

Contractor(s) and accordingly discharges this guarantee. Unless a demand or claim under this

guarantee is made on us in writing on or before the__________(B) we shall be discharged from all

liability under this guarantee thereafter.

5. We,_____________ (indicate the name of the Bank) further agree with the Government that the

Government shall have the fullest liberty without our consent and without affecting in any manner

our obligations hereunder to vary any of the terms and conditions of the said Agreement or to extend

time of performance by the said Contractor(s) from time to time or to postpone for any time or from

Page 69: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

69 of 72

time to time any of the powers exercisable by the Government against the said Contractor(s) and to

forbear or enforce any of the terms and conditions relating to the said Agreement and we shall not be

relieved from our liability by reason of any such variation, or extension being granted to the said

contractor(s) or by any such matters or thing whatsoever which under the law relating to sureties

would, but for this provision, have effect of so relieving us.

6. This guarantee will not be discharged due to the change in the constitution of the Bank or

the Contractor(s)/ Supplier(s).

7. We,_______________ (indicate the name of the bank) lastly undertake not to revoke this

guarantee during its currency except with the previous consent of the Government in writing.

Dated, the______ day of_________________ for __________________________________

(indicate the name of the Bank)

--------------------------------------------------------------------------------------------------------------

-SIGN /

(A) See Para 1.2.20

(B) The guarantee shall be valid for a period of two months after the expiry of the guarantee period

of the equipment.

-------------

Page 70: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

70 of 72

Form – 9

STANDING INDEMNITY BOND

(On Paper of requisite Stamp value)

We, M/s ______________________ hereby undertake that we held at our stores Depot/s

at___________ for and on behalf of the President of India, acting through the Deputy Chief Mechanical

Engineer/Design, ICF, Chennai or his successor of the Ministry of Railways, Railway Board

(hereinafter referred to as 'the Purchaser') all materials for installations and materials issued to us as

per Annexure and associated equipment and materials handed over to us by the Purchaser for the

purpose of execution of the said Contract, until such time the materials are duly erected or otherwise

handed over to him.

We shall be entirely responsible for the safe custody and protection of the said materials against

all risk till they are duly delivered as erected equipment to the Purchaser, or as he may direct otherwise

and shall indemnify the Purchaser against any loss damage, or deterioration whatsoever in respect

of the said materials while in our possession and against disposal of surplus materials. The said

materials shall at all times be open to inspection by any officer authorized by the Dy.Chief

Mechanical Engineer, in charge of the Work or his successor (whose address will be intimated in due

course).

Should any loss, damage or deterioration of materials occur or surplus materials disposed off

and a refund becomes due, the Purchaser shall be entitled to recover from us the full cost as per

prices included in Schedule-3 to the contract (As applicable), and in respect of other materials as

indicated and also compensation for such loss or damage, if any, along with the amount to be

refunded without prejudice to any other remedies available to him by deduction from any sum due or

any sum which at any time hereafter become due to us under the said or any other Contract.

Dated this_______ day of____________20____

For and on behalf of Messrs______________________(Contractor)

Signature of Witness:

Name of Witness IN BLOCK LETTERS

Address :

Page 71: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

71 of 72

Form-10

EXTENSION OF PERIOD OF COMPLETION OF WORK ON CONTRACTOR'S ACCOUNT

(Regd.with Ack.Due)

No. Date :

To

_______________________________

_______________________________

Sub: (i) _______________________ (Name of work)

(ii) Acceptance Letter No.________________

(iii) Undertaking/Agreement No.____________

Ref: ______(Quote specific application of the contractor for extension to the date, if received)

-----------------

Dear Sir,

The stipulated date for completion of the work mentioned above is___________. From the

progress made so far and the present rate of progress, it is unlikely that the work will be completed by

the above date (or However, the work was not completed on this date).

Expecting that you may be able to complete the work if some time is given, the _________

(insert here the contracting party on behalf of the President of India) although not bound to do

so, hereby extends the time for Completion from___________ to ______________

Please note that an amount mentioned in Para 1.2.14 of Chapter II of Part I of the conditions of

the contract will be recovered for delay in the completion of the work after the expiry of

______________ (give here the stipulated date for completion without any penalty fixed earlier)

You may proceed with the work accordingly.

The above extension of the completion date will also be subject to the further condition that no

increase in rates on any account will be payable to you.

Please intimate within a week of the receipt of this letter your acceptance of the extension

on the conditions stated above.

Please note that in the event of your declining to accept the extension on the above said

conditions or in the event of your failure after accepting or acting upto this extension to complete the

work by____________ (here mention the extended date), further action will be taken as per conditions

of contract.

Yours faithfully,

( )

for & on behalf of The President of India

Page 72: INTEGRAL COACH FACTORY, CHENNAI; 38icf.indianrailways.gov.in/works/uploads/File/SMARTEAM_TO_ENOVIA_023.pdf · INTEGRAL COACH FACTORY, CHENNAI-38 MECHANICAL DEPARTMENT DESIGN & DEVELOPMENT

72 of 72

Form - 11

EXTENSION OF PERIOD OF COMPLETION OF WORK

(Registered with Ack. Due)

No. ______________ Dated _________.

To

-------------------------------

-------------------------------

Dear Sirs,

Sub:i) ---------------------------------------------------- (Name of work)

ii) Acceptance Letter No. -------------- -----date ----------------

iii) Understanding/Agreement No. -----------------------------------

Ref: ---------------------------------------------(Quote specific application of the Contractor for extension

to the date if received).

The stipulated date for completion of the work in ........... under the above

contract was .............. .In consideration of the Contractor's Letter No. ............ of .......... The General

Manager or his successor on behalf of the President of India, is pleased to grant extension of the

time for completion of works in accordance with Note 1 and / or Notes 2 under para 1.2.15 of the

Contract, as mentioned below : -

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

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

It may be noted that unless repugnant to the context all the terms and conditions of the Contract

will remain unaltered during the extended period from ............. to ........... also, and further, no

increased/ additional rates and claims or recoveries which have not `been already envisaged in terms of

the conditions of the Contract will be leviable either by you or by the Purchaser in respect of this

extended period.

Yours faithfully,

For & on behalf of the President of India.