Thanks to visit codestin.com
Credit goes to www.scribd.com

100% found this document useful (1 vote)
295 views32 pages

CMRL Tender

The document is a tender notice from Chennai Metro Rail Limited for the supply, installation, erection and commissioning of a 80 KLD water treatment plant for borewell water at the CMRL Admin/Depot site. It provides key details such as the estimated cost of Rs. 38.25 lakhs, EMD amount of Rs. 40,000, and bid submission and opening dates. The eligibility criteria, scope of work, technical specifications and other requirements are provided in the subsequent sections and annexures of the tender document.

Uploaded by

Sandeep Kota
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
100% found this document useful (1 vote)
295 views32 pages

CMRL Tender

The document is a tender notice from Chennai Metro Rail Limited for the supply, installation, erection and commissioning of a 80 KLD water treatment plant for borewell water at the CMRL Admin/Depot site. It provides key details such as the estimated cost of Rs. 38.25 lakhs, EMD amount of Rs. 40,000, and bid submission and opening dates. The eligibility criteria, scope of work, technical specifications and other requirements are provided in the subsequent sections and annexures of the tender document.

Uploaded by

Sandeep Kota
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 32

CHENNAI METRO RAIL LIMITED

Tender No: CMRL/MEP/WATER TREATMENT PLANT/03/2017


Date – 10.10.2017

Tender for “SUPPLY, INSTALLATION, ERECTION AND COMMISSIONING OF


WATER TREATMENT PLANT (80 KLD) FOR THE BOREWELL WATER AT CMRL
ADMIN / DEPOT”.

Chennai Metro Rail Limited


(A JV of Govt. of India and Govt. of Tamil Nadu)
CMRL Depot, Admin Building,
Poonamallee High Road,
Koyambedu,
Chennai – 600107
Tamilnadu

Seal and sign of the bidder Page 1 of 30


TABLE OF CONTENTS

Sl. No. Description Page Nos.

1 Notice Inviting Tender 03-04

2 Section – I General Guidelines 05-06

4 Section – II Procedure for Tender Submission & Evaluation 07-12

5 Section- III General Terms &Conditions of Contract 13-15

6 Section- IV Special Terms & Conditions of Contract 16

7 Section - V Eligibility Criteria 17

8 Section-VI Scope of Work 18-19

9 Annexure- A Technical specification & compliance sheet 21

10 Annexure – B Technical Specifications 22-23

11 Annexure- C Price schedule 24

11 Annexure- D Performance Statement 25

12 Annexure- E Vendor Details 26


Annexure- F Proforma for Performance Bank Guarantee
13 27-30
Bond

14 Annexure-G Tentative Drawing 31

Seal and sign of the bidder Page 2 of 30


CHENNAI METRO RAIL LIMITED

Notice inviting Tender

Tender Notice No: CMRL/MEP/WATER TREATMENT PLANT/03/2017

CMRL invites tender under Two Bid System, from reputed suppliers of Water Treatment Plant for
“SUPPLY, INSTALLATION, ERECTION AND COMMISSIONING OF WATER
TREATMENT PLANT (80 KLD) FOR THE BOREWELL WATER AT CMRL ADMIN /
DEPOT”. The key details are as follows:-

Sl. No. Particulars Details

“Supply, installation, erection & commissioning


1. Name of the Work of water treatment plant (80 KLD) for the bore
well water at CMRL Admin/Depot”:-

Packet –A:

1. Envelope -I: Payment receipt of Tender


document / DD for downloaded tender
2. Envelope-II: Earnest Money Deposit
2. Packet Details
3. Envelope-III: Technical Bid & Qualifying
Eligibility Criteria Documents
Packet-B:

Financial Bid - Price schedule


Rs. 38,25,000/- (Rupees – Thirty Eight Lakh and
3. Estimated cost
Twenty Five Thousand)
4 Earnest Money Deposit Rs. 40,000/- (Rupees- Forty Thousand Only).
Performance Security will be 10% of the value
5 Performance Security of the contract/LOA.

Offers shall be valid for a period of 180 days from


6 Bid Validity
the date of acceptance of LOA.
Date of commencement of sale of
7 10.10.2017 at 10:00 Hrs.
Tender document
Last date of sale of Tender
8 25.10.2017 at 17:00 Hrs.
Document
9 Due date of submission of Tender 26.10.2017 at 15:00 Hrs.
Date and Time of Opening of
10 26.10.2017 at 15:30 Hrs.
Tender (Technical Bid)

Seal and sign of the bidder Page 3 of 30


Joint General Manager(RSO)

Authority and place for purchase of Chennai Metro Rail Limited,


Tender Document, seeking Admin Building, CMRL Depot
12 clarifications, submission of Poonamallee High Road,
completed Tender Documents and Koyambedu, Chennai – 600 107,
opening of Tender Documents. Tamil Nadu. Tel: 044-23792000, Fax:23792200

Email id – [email protected]
Those who are single or JV under suspension,
debarred, black-listed, by GOI, GOTN, PSUs,
Bidders barred from bidding for this Metro Rail Corporations, CMRL or whose
13
work contracts were terminated as on date of submission
of bid are not eligible to apply for this supply
tender.
1. For Hard Copy: Rs.10000/- (Indian
Rupees Ten Thousand only) include
GST, non-refundable and payable in
the form of Demand Draft in favour of
“CHENNAI METRO RAIL
LIMITED”.
2. For soft Copy: Rs.8000/- (Indian
14 Cost of Tender Documents Rupees Eight Thousand only) including
GST, non-refundable and payable in the
form of Demand Draft in favour of
“CHENNAI METRO RAIL LIMITED”.
The Tender Documents can be
downloaded from CMRL website
www.chennaimetrorail.org

With regards,

JGM (RSO)
For & on behalf of CMRL

Seal and sign of the bidder Page 4 of 30


Section -I
General Guidelines

The Tender is for “Supply, installation, erection & commissioning of water treatment plant
1
(80 KLD) for the bore well water at CMRL Admin/Depot”:-
Bidders should read carefully the contents of this document and to provide the required
information. Each page of the Tender Document (including General Conditions of Contract),
Addendum (if any), Reply to Query (if any) and other submissions, along with submission of the
tender, should be numbered, Signed and Stamped, as a token of acceptance of terms and
2 conditions of the tender. Any unsigned and unstamped document will not be considered for
evaluation. Signature is required to be done by the bidder himself / authorized signatory of the
bidder for which an authorised letter on company letter head shall be enclosed. All Tender and
supporting documents to be serially numbered and binded neatly before submission. Do not keep
any lose papers.
Each Bidder shall submit only one tender either by himself or as a partner in a joint venture or as
a consortium. If a Tenderer submits, or if any one of the partners in a joint venture, or any one of
3 the members of the consortium participates in more than one tender then all such tenders in which
the bidder has participated will be considered invalid. Submission of more than one tender shall
lead to disqualification.
Bidders should provide all the required Techno-Commercial & associated information and attach
4 supporting documents as mentioned in the tender document duly signed by the bidder /
authorized signatory of the bidder and attested by the certified auditors wherever asked.
For any queries from the bidder, the same may be clarified in the pre-bid meeting. No extension
5 of any deadline will be granted, if CMRL does not respond to any query or does not provide any
clarification. All queries related to this tender should be written and submitted a day prior
to the pre-bid meeting.
Bidders may clearly note the date and time of submission of Tender. Late or delayed Tenders will
not be accepted. Bidders are reminded that no supplementary material will be entertained by
6 CMRL and Techno-Commercial Evaluation will be carried out only on the basis of submissions
received by CMRL as per the date / time of the tender submission schedule. However, CMRL
may ask for any supplementary information, if required.
Techno-Commercial Evaluation will help to assess whether the bidder possesses the earmarked
Techno-Commercial / Financial capabilities. Bidders will not be considered for further tender
7
process, if they have a poor performance record such as abandoning works, not following
statutory requirements, Financial failure etc. CMRL reserves the right to approach previous
clients of the Bidders to verify / ascertain Bidder’s performance.
8 Separate “Techno-Commercial” and “Financial” bids are required to be submitted as per the
Tender conditions.
Bidders should note that CMRL will not discuss any aspect of the evaluation process. Bidders
will deem to have understood and agreed that no explanation or justification of any aspect of the
9 selection process will be given by CMRL and that CMRL's decisions are without any right/t of
appeal / litigation whatsoever. Applicants may note that the selection process will entirely be at
the discretion of CMRL
Bidders will not be considered in the tender process, if they make any false or misleading
representations in statements / attachments. If any submission is found false or misleading, even
10 at later stage i.e. after completion of the tender process then also CMRL may annul the award,
forfeit EMD (if any held with CMRL) and Performance Security (if any available). Further, the
bidder may be blacklisted for participation in any future tender(s) of CMRL.
11 The financial bid of the technically qualified bidders only will be opened and the firm dates of
opening of financial bids will be intimated only to the technically qualified bidders separately.
12 Bidders are requested to remain in touch with CMRL Website www.chennaimetrorail.org for
any kind of latest Information, Addendum, etc. Regarding the tender.

Seal and sign of the bidder Page 5 of 30


If the tenderers want to mention any specific condition, it should be clearly mentioned on the
13
covering/forwarding letter only, and which shall be placed on the first page of the technical bid.
Any special conditions mentioned in any other document will not be given any consideration.
In the event of the contractor backing out/violation of the contract in the midway without any
14 explicit consent of CMRL, the contractor will be liable for the recovery of higher rates vis-a-vis
contracted rates, which may have to be incurred by CMRL on procurement of said item by
alternative means.

It shall be the responsibility of the tenderer to ensure that his tender reaches the designated
officer before the deadline of submission. Any tender brought by any person / courier or any
15 tender received through post after the scheduled deadline by the designated officer will not be
considered. Bidders are advised to send their sealed bid preferably by courier/post or in person at
the address stipulated in NIT in S.no. 12. CMRL will not be responsible for any postal delay.

If due to any exigency, the due date for opening of tender is declared closed holiday, in such
16
case the tenders will be opened on next working day at the same time or any other day/time as
intimated by the CMRL.
The authorised representatives, who intend to attend the tender opening meeting and pre – bid
meeting, are to bring with them authority letter or company identity proof from the
17 corresponding tenderers. In case of non-submission of authority letter or company identity
proof, the concerned representative will not be allowed to attend the tender opening meeting &
pre-bid meeting.

**********

Seal and sign of the bidder Page 6 of 30


Section - II

PROCEDURE FOR TENDER SUBMISSION & EVALUATION

2.1 PURCHASE OF TENDER DOCUMENT:

a. The cost of tender document will be as mentioned in the key details of Notice inviting
tender S.no. 14 at pg. 04.

b. Mode of payment:-The payment for the cost of bid document can be made through a
crossed demand draft issued by a scheduled bank of INDIA, payable to “Chennai Metro
Rail Limited” at Chennai

c. Schedule for tender document sale:- The sale timings of the bid document will be
10.00 hr. to 17.30 hr. excluding lunch recess from 13.30 hr. to 14.00 hr. on all working
days. The sale of document will be closed at 17.30 hr.as per schedule stipulated vide NIT.
You are requested to purchase the tender document at the following address:-
Chennai Metro Rail Limited,
Admin Building, CMRL depot, Poonamallee High Road,
(Adj. to Koyambedu Metro Station), Koyambedu Chennai – 107
OR
1. CMRL website: - www.chennaimetrorail.org for downloading soft copy.

2.2 BID SECURITY (EMD - EARNEST MONEY DEPOSIT):

i. The EMD shall be made payable without any condition to the CMRL. A demand draft in
favour of “Chennai Metro Rail Limited” issued by a scheduled Public Sector Bank
payable at Chennai should be submitted along with the bid as bid security, for the
amount of Rs. 40,000/- (Rupees - Forty Thousand Only).

ii. All tenderers should submit EMD along with the bid documents. Any bid document
submitted without the EMD in the approved form will be summarily rejected. No
interest is payable for the EMD amount.

iii. Bid securities of the unsuccessful bidders will be returned at the earliest after expiry of
the final bid validity or latest on or before the 30th day after the award of the contract.
iv. The successful bidder’s bid security will be returned after signing of contract by bidder
& receipt of Performance Bank guarantee.

v. EMD shall stand forfeited, if bidders:-


a. Revokes or cancel their tender after submission or vary any terms thereof without
the consent of the CMRL.
b. Changes/varies any terms and conditions mentioned in LOA thereof without the
consent of the CMRL.

Seal and sign of the bidder Page 7 of 30


2.3 SUBMISSION OF OFFERS:.

i. This is a two bid packet open tender (packet – A & B). Tenderers have to submit their
offer in two different packets. Following are the details for the two covers:-

Sr.no. Particular Description

Envelope – I – Payment receipt of Tender document / DD for downloaded


tender.
This envelope shall consist of following:-
Payment (in the form of crossed DD) for the cost of the tender document,
when downloaded from the CMRL official website.
Envelope – II- EMD
Earnest Money Deposit: EMD as mentioned in the tender document at
1. Packet-A clause- 2.2
Envelope – III – Techno-commercial documents

This envelope shall consist of the technical compliance sheet as specified vide
“Annexure –A” and relevant documents as per the qualifying eligibility
criteria specified in “section – V”.
The technical bid received without qualifying eligibility criteria documents,
will not be considered for further evaluation and will be summarily rejected

Envelope –I – Price Bid

a. This envelope shall consist of financial bid in the format as given vide
2 Packet-B “Annexure –C”

b. In case, if tenderer's bid disqualifies technically, bidders’ unopened


financial proposal will be returned in sealed condition.
The bidder shall seal all the envelopes in packets A & B. Outer cover containing both the
two packets shall be super-scribed as TENDER FOR SUPPLY, INSTALLATION,
ERECTION AND COMMISSIONING OF WATER TREATMENT PLANT (80
KLD) FOR THE BOREWELL WATER AT CMRL ADMIN / DEPOT, bear the tender
number & last date of submission on top left corner and addressed to the CMRL at the
address given in the Invitation of Tender

ii. Unsealed bids will be summarily rejected. Offers (packets/envelopes) shall be sealed as per
the instructions mentioned above.

2.4. TENDER VALIDITY:-

The tender shall remain valid and open for acceptance for a period of 180 days from the date
of financial bid opening. In exceptional circumstances, prior to the expiry of the tender validity
period, CMRL may request the bidders for a specified extension in the period of tender
validity. The request and the response thereto shall be made in writing. Bidders have the
option to accept or reject the request without forfeiting their EMD. Bidders agreeing to the
request for extension of tender validity period shall not be permitted to modify their tender but
will be required to extend the validity of the period of the EMD correspondingly as per the
prevailing rates and conditions of the purchase order.

Seal and sign of the bidder Page 8 of 30


2.5. TENDER OPENING& EVALUATION PROCESS:-

The received tenders will be processed by Tender Evaluation Committee constituted by


CMRL:-
Opening of Packet-A
On opening of the main Tender cover , it will be checked whether it contains the Packet
-A (Envelope I to III) & Packet - B,
a. The envelope - I & II of Packet –A i.e., payment/receipt of tender document
purchase and EMD will be checked for compliance. In case, if the requirement is not
a.
met the further process of evaluation will not be taken up for such tenderer.
b. Envelope-III will be opened only when the EMD & payment/receipt of tender
document purchase is submitted by the bidder as mentioned above and found in
order.
Then Envelope-III: Technical Compliance sheet will be opened in the presence of
bidders or their representatives who choose to attend on the date and time as mentioned
b. in tender document. It will be checked by the Committee, if the required documents have
been submitted. If the submitted documents do not meet the tender requirements, then
the Commercial Bid of the said bidder may not be considered for further processing.
CMRL shall read out and prepare a record of the tender opening that shall include as a
c minimum: Bidders names, designation, authority letter, any such other details as the
CMRL may consider appropriate, will be announced by the CMRL at the opening.
CMRL tender Committee will examine the technical compliance sheets and qualifying
d
criteria documents for technical suitability of the offers.
The determination of a Tender's responsiveness will be based on the contents of the
tender itself without recourse to extrinsic evidences.A Bid shall be considered responsive
only if:
a. It is received as per formats (Packet-A) & (Packet-B),
b. It is received by the Bid Due Date including any extension thereof,
c. It is signed in all pages and, sealed,
d. It is accompanied by the Annual turnover, Experience certificate
e. It contains all the information, Annexure and documents (complete in all respects)
e as requested in this Tender document and/or Bidding Documents(in the formats
same as those specified);
f. It contains a copy of the receipt for payment towards the cost of this Document. It is
accompanied by requisite Tender cost and EMD amount in the form of Bank
Demand Draft drawn on any Public Sector Bank.
g. It should not be a conditional Bid & qualifying criteria documents should be
enclosed.
h. CMRL reserves the right to reject any Bid which is non-responsive and no request
for alteration, modification, substitution or withdrawal shall be entertained.
Such bids which clear the “Test of responsiveness” at Para mentioned above will be
called “responsive bids” and only “responsive bids” shall be considered for evaluation.
f Evaluation of Bids shall be done by CMRL through a committee comprising of members
as per the eligibility criteria stipulated in section – V in the tender document. No Bidder
shall have the right to challenge the decision of the Committee
g While the Bids are under consideration, Bidders and/ or their representatives or other

Seal and sign of the bidder Page 9 of 30


interested parties are advised to refrain from contacting by any means, CMRL and/ or
their employees/ representatives on matters related to the Bids under consideration.
However, when CMRL calls for any information / clarification, it should be supplied by
the Bidder within the time stipulated.
To facilitate evaluation of Bids, CMRL may, at its sole discretion, seek clarifications in
h
writing from any Bidder regarding its Bid.
The sealed Financial Bid will be kept in the safe custody of CMRL and will be opened
on a later date after evaluation of Techno-Commercial bids. Financial Bid of all Techno-
Commercially qualified bidders who qualify the Techno-Commercial Evaluation will be
i
opened on the date and time intimated to all such eligible bidders separately.
Financial bid will be opened only of those bidders, who will be qualified in the
j
technical evaluation.
Opening & evaluation of Packet-B
CMRL shall read out and prepare a record of the Financial Bid opening that shall
include, as a minimum: the name of the Bidders representative organization name,
k
Tender Price. The Bidder's representatives who are present shall be requested to sign the
record.
The CMRL will examine the Tenders for their completeness in every aspect as
l
mentioned in the tender document.
The prices should be quoted in Indian Rupees with delivery of item at CMRL failing
m which the bid would be rejected. The rates quoted by the bidder shall be fixed for the
duration of the contract and shall not be subject to adjustment on any account
If any variation arises between the Unit Rate and the corresponding quoted Total Cost,
n
then the Unit Rate will prevail for calculation of the Total Cost
In case of any discrepancy between the prices quoted in words and in figures, lower of
o
the two shall be considered.
p Price should be quoted as per price schedule attached at Annexure –C
Evaluation of Financial bid
q The evaluation will be done based on L1 price (Total amount for supply, installation
and commissioning at respective site, including taxes. (As explained in Annexure-C).

CMRL reserves the right to accept or reject any tender without assigning any reason
thereof at any stage. It is open to CMRL to alter the conditions of the tender schedule in
r
appropriate cases in the interest of CMRL. No representations will be entertained in the
matter of selection of the L1.

2.6. OTHER TENDER CONDITIONS:-

CMRL reserves the right not to proceed with the tender process at any time without any
a.
notice, justification or liability.
All tenders, documents and other information submitted by the bidders to CMRL shall
b. become the property of CMRL. Bidders shall treat all information furnished as strictly
confidential. CMRL will not return any submission.
c. The tender is not transferable under any circumstances.
Telegraphic, conditional or incomplete tenders will not be accepted. Canvassing of any
d.
kind, direct or indirect, shall lead to disqualification of the bidder.

Seal and sign of the bidder Page 10 of 30


Tender in any form other than the prescribed format issued by CMRL will not be
e.
entertained and will be summarily rejected.
Tenders with revised / modified rates / offer after submission / opening of the tender will
f. be summarily rejected. In such a case, CMRL may forfeit the Earnest Money Deposit
submitted with the tender.
CMRL may not consider bidders who have poor performance records such as abandoning
g.
works, not following statutory requirements, financial failure, etc.
Bidders are advised to submit only one tender either by themselves, or as a partner, or as a
h. company. If a Bidder, or if any one of the partners submits more than one tender, all the
tenders in which the bidder has participated shall be considered invalid.
The quantity of items to be supplied mentioned in this document is only indicative and
i. may be reduced or enhanced of the quoted quantity (on each category) based on the
requirement of CMRL during the bid validity period.

2.7. AWARD OF TENDER:-

CMRL in its sole discretion and without incurring any obligation or liability, reserves the
right, at any time, to:
i. Suspend and / or cancel the Bidding Process and / or amend and / or supplement
the Bidding Process or modify the dates or other terms and conditions relating
thereto.
a.
ii. Consult with any Bidder in order to receive clarification or further information.
iii. Retain any information and / or evidence submitted to CMRL by, on behalf of, and
/ or in relation to any Bidder; and / or
iv. Independently verify, disqualify, reject and / or accept any and all submissions or
other information and / or evidence submitted by or on behalf of any Bidder.
CMRL will award the contract to bidder whose tender has been determined to be
b. substantially responsive, Techno-Commercially and financially suitable, complete and in
accordance with the tender document.
c. Responsive bid is one that conforms to all the terms, conditions, and Specifications of the
tender Documents without material deviations, exceptions, objections, conditionality or
reservation,
Non responsive bids are:-
CMRL may reject the tender that is considered to be substantially non responsive to the
requirements, such indicative list is as follows and the same is not an exhaustive list:
i) Incorrect or shortage or fraudulent EMD/tender security.
ii) Fraudulent qualification relating to proposal.
iii) Fraudulent or incomplete credentials.
iv) Incomplete technical proposal.
v) Major inadequacy in technical offer.
vi) Non submission of documents as stipulated in qualifying criteria in “section – V”
d. CMRL’s determination of bid responsiveness will be based on the contents of bid itself
and any written clarifications sought by CMRL in writing, the response to which shall also
be in writing and no change in rates shall be sought, offered or permitted.
e. In case, two or more Techno-Commercially qualified bidders quote the same amounts in
the Financial Bid/Commercial Bid which is the Lowest (L1), then the tender would be
awarded to the bidder who has the highest/higher average annual turnover for the last 3
financial years.

Seal and sign of the bidder Page 11 of 30


f After selection, a Work Order (LOA) shall be issued by CMRL to the Selected Bidder and
the Selected Bidder shall, within seven (07) days of the receipt of the LOA, sign and return
the duplicate copy of the LOA in acknowledgement thereof. In the event the duplicate
copy of the LOA duly signed by the Selected Bidder is not received by the stipulated date,
CMRL may, unless it consents to extension of time for submission thereof, will forfeit the
Earnest Money Deposit of such Selected Bidder on account of failure of the Selected
Bidder to acknowledge the LOA. It is clarified that in case the Selected Bidder refuses to
accept the LOA, it will be debarred from participating in the bidding process for similar
future license/contract of CMRL for a period of five (5) years.
g After acknowledgement of the LOA as aforesaid by the Selected Bidder, The Contractor
(Selected L1 Bidder) shall be required to submit a Performance Deposit 10% of total
purchase order value.

2.8. PERFORMANCE SECURITY:-

i. To ensure due performance of the contract, Performance Security is to be given from


only Public Sector Bank by the successful bidder awarded to the contract.
ii. Performance Security will be 10% of the value of the contract. Performance
Security may be furnished in the form of an account payee demand draft payable in
Chennai from Public Sector bank, bearing “Chennai Metro Rail Limited” name,
irrevocable bank guarantee deemed in a prescribed form.
iii. Within 28 days of the receipt of notification of award from the Customer, the
successful Bidder shall furnish the performance security in accordance with the
Conditions of Contract, in the Performance Security form provided in the bidding
a. documents.
iv. Performance Security should remain valid for a period of 02 months beyond
the date of completion of all contractual obligations of the supplier including
warranty obligations. No interest will be paid for the Performance Security during
the validity
v. The proceeds of the performance security shall be payable to the CMRL as
compensation for any loss resulting from the Supplier’s failure to complete its
obligations under the Contract.
vi. If the successful Bidder fails to furnish a Performance Security, then the Earnest
Money Deposit shall be liable to be forfeited by the Customer.

Failure of the successful bidder to submit the required Performance Security shall
b. constitute sufficient grounds for the annulment of the award of the Tender and forfeiture of
the EMD.

*******

Seal and sign of the bidder Page 12 of 30


Section-III
General Terms and conditions

The bidder shall not assign, transfer, pledge or subcontract the Supply, installation,
1. erection & commissioning of water treatment plant (80 KLD) for the bore well
water at CMRL Admin/Depot.
2. CMRL reserves the right to accept / reject any or all Bids without assigning any reason
thereof.
Right to make substitute arrangement in the event of unsatisfactory services, etc. by
the Contractor:
a. In the event of unsatisfactory service, or any failure or default at any time on the
part of the Contractor to carry out the terms and provisions of the agreement to the
satisfaction of the CMRL (who will be sole judge and whose decision shall be final),
3 then without prejudice to any other remedy that may be available to the CMRL
under this Agreement or otherwise, the CMRL reserve the right to make any
substitute arrangement in any manner, it may deem fit at the cost and risk of the
Contractor.
b. The Contractor agrees to make good all cost and expenses, if any incurred by the
CMRL for making the substitute arrangements referred to above.
CONFIDENTIALITY:
a. It is agreed and acknowledged by the parties herein that every aspect of the present
Agreement including but not limited to the commercial terms, Techno-Commercial
parameters, etc. are invaluable to each party and are to be collectively regarded as
4 part of confidential information.
b. In addition to the above, during the Term of this Agreement, the Contractor
acknowledges that all information, data, material, etc., shared by CMRL with the
Contractor, shall be regarded as part of confidential information by the
Contractor.
WORK DURATION:
5. The works should be delivered, installed & commissioned and handed over to CMRL
within 90 days from the date of receipt of Work order, in the CMRL designated
premises:-
PAYMENT TERMS:
1. 40% payment would be released against the acceptance of Materials at site
2. 40% against the installation of Equipment’s
3. 20% against the Satisfactory Testing & Commissioning of complete plant with all
its necessary accessories.

All the payments would be released through RTGS/NEFT within thirty days on receipt
of invoice as prescribed above as follows:
6.
a. Original invoice duly signed by the authorized signatory.
b. Warranty/Guarantee certificate for the items supplied
c. Installation and Commissioning certificate duly certified by CMRL Representative
d. Dealership or Manufacturer Authorisation certificate. Item Acceptance Certificate
duly signed and sealed from authorized representative of respective department in
CMRL after delivery of all the items in full quantity and work as mentioned in
Work Order.
e. PAN Card number, GST Number, Bank Account details, Bank address & RTGS

Seal and sign of the bidder Page 13 of 30


details of the Agency are to be forwarded along with the Invoice.
f. GST will be reimbursed against submission of proof of payment, by adjusting the
input credit against this supply/award.
In case if you are registered under MSME Act, 2006, the copy of the registration
certificate to be provided.
CMRL may offer piecemeal works other than the scheduled works as and when
12 circumstances warrant, which shall be fulfilled by the contractor. CMRL will pay as per
the accepted rates.
PENALTY:
a. Penalty will be levied to the successful bidder, in case of delay from bidder side.
b. Any delay due to administrative reasons of CMRL, the successful bidder will not be
penalized and the same has to be supported by the authorized representative of
13 CMRL on valid grounds with documentary evidence for delays.
c. In case of delay on the side of successful bidder, following penalty will be levied:
The applicable rate is 1% per week and the maximum deduction is 10% of the Work
Order Value. As soon as maximum penalty charges reached, CMRL will initiate
action for termination of the contract and seizure of Performance Security.
LANGUAGE :
The Bid and all related correspondence and documents in relation to the bidding process
shall be in English language. Supporting documents and printed literature furnished by
14 the Bidder with the Bid may be in any other language provided that they are
accompanied by translations of all the pertinent passages in the English language, duly
authenticated and certified by the Bidder. Supporting materials, which are not translated
into English, may not be considered. For the purpose of interpretation and evaluation of
the Bid, the English language translation shall prevail.
FORCE MAJEURE
In the event of any unforeseen event during the currency of the Contract, such as
earthquake, war, fires, floods, or acts of God, as a result of which, either party
(purchaser/contractor) is prevented, or hindered in performing any of its obligations
under the contract, then it shall within a week from the commencement thereof, notify
the same in writing to the other party with reasonable evidence thereof. If the force
15
majeure condition(s) mentioned above be in force for a period of 90 days or more at any
time, the either party shall have the option to terminate the contract on expiry of 90 days
of commencement of such force majeure by giving 14 days' notice to the other party in
writing. In case of such termination, no damages shall be claimed by either party against
the other, save and except those which had occurred under any other clause of this
contract prior to such termination.
RESOLUTION OF DISPUTES & ARBITRATION:
In the event of any dispute or difference whatsoever arising under this contract or in
connection there with including any dispute relating to existing meaning and
interpretation of this contract shall be settled amicably through mutual negotiation by
the parties. In case the amicable settlement is not possible, the same shall be referred to
16 the sole arbitrator as appointed by CMRL. The arbitration shall be conducted in
accordance with the provisions of the Arbitration and conciliation (Amendment) Act
2015. Notwithstanding any dispute between the parties, the Manpower Service Provider
shall not be entitled to withhold delay or defer its obligations, under the contract, and
the same shall be carried out strictly in accordance with the terms and conditions of
contract.

Seal and sign of the bidder Page 14 of 30


CORRUPT PRACTICES:
The Bidder shall not offer or give or agree to give to any person in the employment of
the Customer or working under the orders of the Customer any gift or consideration of
any kind as an inducement or reward of doing or forbearing to do or having done or
forborne to do any act in relation to the obtaining or execution of the contract or any
other contract with the Customer or Government for showing any favour or for bearing
to show disfavour to any person in relation to the contract or to any other contract with
17
the Customer or Government. Any breach of the aforesaid condition by the Contractor,
or any one employed by him or acting on his behalf, under Chapter IX of the Indian
Penal code,1860 or the Prevention of Corruption Act, 1947 or any other act enacted for
the prevention of corruption by public servants shall entitle the Customer to cancel the
contract and all or any other contracts with the Bidder and to recover from the bidder the
amount of any loss arising from such cancellation in accordance with the provision of
clause 12
LAWS GOVERNING THE CONTRACT:
This contract shall be governed by the Laws of India for the time being in force
irrespective of the place of delivery and the place of payment under the contract, the
18 contract shall be deemed to have been made at the panel in India from where
the acceptance of tender has been issued. The court of jurisdiction is Chennai. The
English language shall be the official language for all purposes

AMENDMENTS
19 Any changes or modifications to this contract can only be made by a written amendment
mutually signed by both the parties.

Seal and sign of the bidder Page 15 of 30


Section-IV
Special Conditions of the Contract

The special conditions of contract contained herein shall be supplemented to the General
1. Conditions of the contract. In the event of any conflict or inconsistency between them,
Special conditions of the contract will supersede the General conditions of the contract

WARRANTY & GUARANTEE:


1. 24 months of warranty / Guarantee / DLP (applicable from the date of acceptance
by CMRL) should be given in the form of certificate indicating the warranty period
along with the terms & conditions for the Warranty / Guarantee / DLP.
2.
2. Supplier is required to, without charge, repair or rectify defective goods or to
replace such goods with similar goods free from defects. Any goods repaired or
replaced by the supplier shall be delivered at the CMRL premises without costs to
the CMRL.
SUPPLY OF ITEMS:
The number of items and works to be supplied is indicative only and the same may be
varied during the period of bid validity period. The number of items may increase or
3. decrease during the bid validity period. The bidders should provide the item as per the rate
quoted in the bid based on the requirement of CMRL in case of increase or decrease during
the bid validity period.

*******

Seal and sign of the bidder Page 16 of 30


Section-V
Eligibility Criteria to qualify in the Techno-commercial Bid Process

Sl. Documents to be
Criteria
No. submitted

Certified audited
Average annual financial turnover during last 3 financial years should Financial Statement for
be 30% of estimated cost, i.e. Rs. 11, 47,500/- (Rupees – Eleven Lakh the year
1. 2016 - 2017
and Forty Seven Thousand and Five Hundred Only).
2015 – 2016
2014 - 2015
Work Experience:-
During last 5 years ending last day of month previous to the one in
which applications are invited bidder should have any one of the
following experiences:-
a. The bidders should have successfully completed three similar
works costing not less than the amount equal to 40% of estimated
2. cost, i.e. Rs. 15,30,000/- (Rupees. Fifteen Lakhs and Thirty Purchase Order from the
Thousand Only). OR. concerned firm.
b. Two similar completed works costing not less than the amount
equal to 50% of estimated cost, i.e.Rs. 19, 12,500/- (Rupees
Nineteen lakh and twelve thousand and five hundred only). OR.
c. One similar completed works costing not less than the amount
equal to 80% of estimated cost, i.e. Rs. 30, 60,000/- (Rupees
Thirty Lakh and Sixty Thousand Only).
Technical Compliance Sheet:-
The agency should submit the brochure for the quoted product & technical compliance statement
3.
as annexed in Annexure -A. If any deviation is there between the required & quoted item, same
should be mentioned clearly.
Similar Work defines “ Supply, Installation and Commissioning of Water Treatment Plant
4. for the minimum capacity of 80KLD including of all the subsystems mentioned in Scope of
Work”

Note:-
i. A performance statement as mentioned in Annexure-D, giving a list of at least 3 major
customers in India in last 5 years, giving details of the customer's name and address, order no.
and the date and the quantity supplied and whether the supply was made within the delivery
schedule, and date of commissioning, number of years in service, and number of failures.
Purchase order of past performance to be enclosed. If purchase order / letter of award is not
enclosed bid would be rejected.
ii. The bidders who do not comply as per the eligibility criteria stipulated above will be summarily
rejected.

********

Seal and sign of the bidder Page 17 of 30


Section-VI

Scope of work

The successful bidder shall Supply, installation, erection & commissioning of water
a.
treatment plant (80 KLD) for the bore well water at CMRL Admin/Depot.

The successful bidder should supply item and execute the work of same quality specified in
b.
technical bid.

All the Plumbing and piping works are included as per the designed specification, i.e., which
c. is required to discharge the treated water in to the existing UG sump and also the discharge
the rejected water in to the drain pipe as existing.

All the Electrical and cabling works are to be included as per the specification, i.e., cable
d.
terminations from the equipment’s up to the source of power as already existing.

Any failures during warranty/DLP period; the contractor rectify the fault at free of cost
e.
immediately within 24 Hours.

f. The CMRL reserves the right to place full or partial orders within the validity period of the
contract.

The complete Scope of Works is as follows:

1. Pre-Treatment as required
2. Plant Flow Rate: 8.5 m3/hr
3. Working cycle: 16-20 Hrs/day
4. Reverse Osmosis Plant: 80 KLD in 16 Hours
5. Feed Flow Rate: 8.5 m3/hr
6. Permeate Flow Rate: 5.1 m3/hr

Raw Water Specification:

BORE WELL
S.NO PARAMETER UNIT
WATER
1 Turbidity NTU <20

2 pH - 6.5-7.5

3 Temperature Deg C <40

4 Total Suspended Solids Ppm <100

5 Iron Ppm 8-10

6 TDS Ppm 5000- 7000

7 Total Hardness Ppm 700-1500

Seal and sign of the bidder Page 18 of 30


8 Silica Ppm <20

Treated Water Requirements:

S.NO PARAMETER UNIT OUTLET


1 pH - 6.5-7
2 TDS Ppm <150
3 Total Hardness Ppm <25
4 Total Alkalinity Ppm <75
5 Total Chlorides Ppm <100
6 Appearance - Transparent
7 Odour - Odourless

The following points should belong to Contractor Scope of Work:

1. Submission of Design and approved drawings with schematic and layouts with respect to
site conditions.
2. The Water analysis report (Lab Test) has to be provided (Raw and Treated Water) on every
quarter basis during Warranty period.
3. All the Civil and Foundation works are belongs to the scope of contractor wherever
required as prescribed in the layout drawing including pre-treatment plant.
4. All the required operating chemicals to WTP for a period of one year shall be supplied by
the contractor.
5. Operational assistance will be given whenever required by the client and the suitable
warranty service visits shall be performed till the warranty period of 24 months.
6. The complete plant operational power requirement shall not be more than 200 Kwh for the
capacity of 80 KLD as per the design consideration.

The system shall be designed in such a way that the raw water (Bore well) from Raw water sump
to Treated Water Sump which is already available in site. The piping’s, wirings, measuring
instruments and civil works shall be provided as per the tentative drawing attached. The system
shall been designed as per the site conditions and the quality of raw water available and the
required treated water quality. The suitable tentative plant block diagram is shown below.

Treated
Raw
Water RAW
Proposed Water Water
Storage WATER
Treatment Plant (80 KLD) Supply
Tank
tank

Seal and sign of the bidder Page 19 of 30


The system shall be designed consisting of following process Requirements and the compliance
status,

Annexure – A

Technical Specifications & Compliance sheet

Compliance
If NO, State the
Sl. Particulars Description (Write YES or
No. Deviation
NO only)

1 Preferred Brand/Make/OEM

As Per Attached
2 Type of Plant
Drawing
3 Capacity of Plant 80 KLD
Operational Power Requirement for
4 < 200 Kwh/80 KLD
80 KLD in Kwh
5 Plant Flow Rate in m3/hr. 8.5 m3/hr.

6 Permeate Flow Rate m3/hr. 5.1 m3/hr.

7 No.of Hours of Operation per day 16 Hours

8 Hypo Dosing system Applicable

9 Aeration tank & Clarifier Applicable

10 Air Blowers Applicable


RO Filter Feed Pump – New
11 (Existing Filter Feed pump will be Applicable
used as pre-treatment feed)
12 Coagulant Dosing System Applicable

13 Flocculent dosing System Applicable

14 Flash Mixer and Floculator Applicable

15 Tube Settler Applicable

16 Clear Water Storage tank Applicable


Filter Press system with sludge
17 Applicable
handling tank
18 Bag Filter Applicable

19 Anti-Scalant Dosing system Applicable

20 Acid Dosing system Applicable

21 Anti-Oxidant Dosing System Applicable

Seal and sign of the bidder Page 20 of 30


Iron Removal Filter (In addition
22 Applicable
with Existing Multi grade Filter)
23 Cartridge filter Applicable

24 C.I.P Tank Applicable

25 Spare Dosing Pumps Applicable


Suitable Instruments as per tentative
26 Applicable
drawing
The Pre – Treatment plant shall be
placed adjacent to UG pump room
by providing RCC platform (Which
27 Applicable
belongs to contractor scope) & all
the other systems will be suitably
located inside the pump room.
24 Months of
28 Warranty
warranty required
The agency should submit the schematic
Note drawings/Layouts of Similar work Experience as
mentioned in Annexure-D.

Signature & Stamp of the Bidder


Date:

Seal and sign of the bidder Page 21 of 30


Annexure – B

Technical Specifications/Material Schedule/Preferable Brands

S.NO DESCRIPTION Material Specification


SCH 40 pipe will be used for all pumps suction
1 UPVC Pipes
and discharge interconnecting piping’s
Class “B” pipes for Air Blowers connections
2 MS / GI pipe and inside the Aeration Tank UPVC will be
used
ERW pipes and fittings will be used for RO high
3 Stainless Steel (SS 304)
pressure lines
4 All Dosing Pumps Material of Construction : PP
5 All water tanks in Pre-treatment Mild Steel with Epoxy paint
6 Air Blower MOC: CI
7 All Dosing Tank MOC: PP
8 RO Filter Feed Pump MOC: SS 304
9 Bag Filter MOC: UPVC
10 Cartridge Filter MOC: UPVC
11 High Pressure Pump MOC: Impeller & Casing SS 304
12 Reverse Osmosis Unit Skid : MSEP
13 RO CIP Pump MOC: SS 316
14 CIP Tank MOC: PP
15 Pressure gauge MOC: SS 316
Preferred Makes/ Brand
16 Horizontal Centrifugal Pumps Grundfos / Kirloskar / CNP
17 Vertical Centrifugal Pumps Grundfos / Kirloskar / CNP
18 Dosing Pumps Miltonroy / Xeed / E-Dose
19 Dosing Tanks Sintex/ Reno / E-Dose
20 Air Blower KAY / IR / EVEREST
21 Bag Filter & Cartridge Filter GOPANI / PARTHAM
22 UPVC Pipes Astral / Supreme / Ashrivad
23 RO Pressure Housing Pentair / Advance Composite / Aventura
24 RO Membrane Hydranautics / DOW
25 pH, ORP, Conductivity Meter Aster / Hanna

Seal and sign of the bidder Page 22 of 30


26 Level Switch Aster / Pune Techtrol
27 Pressure gauge GI/Aster / Bummer)
28 Electro-Magnetic Flow Meter Aster / Krohne Marshall /E&H
29 Rota meter Aster / Flow Star/ Veskler
30 Pressure Switch Aster / GI / Bummer
31 Butterfly valves KITZ/Intervalve/ L&T
32 Globe Valve HAWA / CRI
33 Non Metallic valve` Astral / Supreme / Ashrivad
34 Cable Polycab / Orbit
35 Switch gear components Siemens / L&T

Signature & Stamp of the Bidder


Date:

Seal and sign of the bidder Page 23 of 30


Annexure – C
Price Schedule
Specify Make/ Taxes
Rate Total Amount
Sr. Mode of
Item Description QTY per set including
No. quoted item.
(in Rs.) In % In Rs. taxes (Rs.)

(Supply, installation, erection & commissioning of water


treatment plant (80 KLD) for the bore well water at CMRL
Admin/Depot)
1
Total Amount including taxes for the supply, Installation &
commissioning of WTP (in Rs.)
Total amount including taxes and all charges in figures (in
2
Rs.)

Total amount including taxes and all charges in words (in


3
Rupees)

Note:
i. The Bidder shall quote his price both in figure and words along with the make of item for which the rate is being given.
ii. Price quoted should be inclusive of delivery at respective places, installation, commissioning and testing charges.
iii. If rates quoted are inclusive of tax, then specify the percentage of tax.
iv. L1 bid will be evaluated based on Total bid price including taxes and other charges.

Signature & Stamp of the Bidder


Date:

Page 24 of 30
Performance Statement (for a period of last 3 years) ANNEXURE – D
Tender No. _______________
Date of opening _____________________
Time _____________ Hours
Name of Firm _________________________________________________________

Order placed by Description and Date of Attach a performance


Order No. & Value of Remarks /No of
(full address of quantity of Commissioning No of Years certificate from the
date order failures.
Customer ) ordered items in service Customer.
till date

Note: - (Certified copies of Purchase Order for above mentioned items also to be provided.)

Signature & Stamp of the Bidder


Date:

Page 25 of 30
ANNEXURE – E
Vendor Information Form

Note: Bidders are requested to furnish the following information and enclose along with quotation.

NAME & COMPANY ADRESS

NAME & DESIGNATION OF THE KEY


PERSON
MOBILE No. TELEPHONE No. FAX No. E - Mail
CONTACT
INFORMATION

BANK DETAILS

BANK NAME

BENEFICIARY NAME

BANK ADDRESS

BANK ACCOUNT NO

IFSC CODE

PAN NO.

GST NO.

Signature & Stamp of the Bidder


Date:
Page 26 of 30
ANNEXURE –F

PROFORMA OF BANK GUARANTEE FOR CONTRACT


PERFORMANCE GUARANTEE BOND

Ref _______________

Bank Guarantee No___________________

Date____________________

1. This deed of Guarantee made this day of ________________________ between Bank of ___________________________(hereinafter called the “Bank”) of
the one part, and Chennai Metro Rail Limited (hereinafter called the “the Employer”) of the other part.

2. Whereas Chennai Metro Rail Limited, has awarded the contract for ______________ (Name of work) (hereinafter called the contract)
_____________________________ (hereinafter called the Contractor). (Name of the Contractor)

3. AND WHEREAS the Contractor is bound by the said Contract to submit to the Employer a Performance Security for a total amount of
Rs.__________________________________(Amount in figures and words).

4. Now we the Undersigned _______________________________ (Name of the Bank) being fully authorized to sign and to incur obligations for and on behalf
of and in the name of _____________________________ (Full Name of Bank), hereby declare that the said Bank will guarantee the Employer the full
amount of Rs._____________________ (Amount in figures and Words) as stated above.
Page 27 of 30
5. After the Contractor has signed the aforementioned Contract with the Employer, the Bank is engaged to pay the Employer, any amount up to and inclusive of
the aforementioned full amount upon written order from the Employer to indemnify the Employer for any liability of damage resulting from any defects or
shortcomings of the Contractor or the debts he may have incurred to any parties involved in the Works under the Contract mentioned above, whether these
defects or shortcomings or debts are actual or estimated or expected.

The Bank will deliver the money required by the Employer immediately on demand without delay and demur any without reference to the Contractor and
without the necessity of a previous notice or of judicial or administrative procedures and without it being necessary to prove to the Bank the liability or
damages resulting from any defects or shortcomings or debts of the Contractor. The bank shall pay to the Employer any money so demanded notwithstanding
any dispute/disputes raised by the Contractor in any suit or proceedings pending before any Court, Tribunal or Arbitrator/s relating thereto and the liability
under this guarantee shall be absolute and unequivocal.

6. This Guarantee is valid till ________________(The initial period for which this Guarantee will be valid for 2 months beyond the date of completion of all
contractual obligations of the supplier including warranty obligations as stated in Tender Document)

7. At any time during the period in which this Guarantee is still valid, if the Employer agrees to grant a time extension to the Contractor or if the Contractor fails
to complete the Works within the time of completion as stated in the Contract, or fails to discharge himself of the liability or damages or debts as stated under
Para 5 above, it is understood that the Bank will extend this Guarantee under the same conditions for the required time on demand by the Employer and at the
cost of the Contractor.

8. The Guarantee hereinbefore contained shall not be affected by any change in the Constitution of the Bank or of the Contractor.

Page 28 of 30
9. The neglect or forbearance of the Employer in enforcement of payment of any moneys, the payment whereof is intended to be hereby secured or the giving of
time by the Employer for the payment hereof shall in no way relieve the bank of their liability under this deed.

10. The expressions “the Employer”, “the Bank” and “the Contractor” hereinbefore used shall include their respective successors and assigns.

11. Notwithstanding anything contained herein:


a) Our liability under this Bank Guarantee shall not exceed Rs__________ (Rupees____________________________________________________________)
b) This Bank Guarantee shall be valid up to _______________________________.
c) We are liable to pay the guarantee amount or part thereof under this Bank Guarantee only & only if you serve upon us a written claim or demand on or before
_____________.

This bank guarantee is payable on demand at a designated bank branch locating at Chennai.

Page 29 of 30
In witness whereof I/We of the Bank have signed and sealed this guarantee on the ………………day of …………………….. (Month)……….. (Year) being
herewith duly authorized.
For and on behalf of

The _____________________________Bank.

Signature of Authorized Bank official:

Name: _____________________________________

Designation: _______________________________

Stamp/Seal of the Bank:_______________________

Signed, sealed and delivered


For and on behalf of the
Bank by the above

Named _______________________in the presence of:

Witness 1. Witness 2.

Signature ……………………………. Signature…………………………


Name………………………………… Name……………………………..
Address………………………………. Address…………………………….

Page 30 of 30

You might also like