CMRL Tender
CMRL Tender
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:-
Packet –A:
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
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.
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.
**********
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.
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.
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:-
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
a. This envelope shall consist of financial bid in the format as given vide
2 Packet-B “Annexure –C”
ii. Unsealed bids will be summarily rejected. Offers (packets/envelopes) shall be sealed as per
the instructions mentioned above.
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.
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.
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.
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.
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.
*******
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
AMENDMENTS
19 Any changes or modifications to this contract can only be made by a written amendment
mutually signed by both the parties.
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
*******
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.
********
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.
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
BORE WELL
S.NO PARAMETER UNIT
WATER
1 Turbidity NTU <20
2 pH - 6.5-7.5
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
Annexure – A
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.
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.
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 _________________________________________________________
Note: - (Certified copies of Purchase Order for above mentioned items also to be provided.)
Page 25 of 30
ANNEXURE – E
Vendor Information Form
Note: Bidders are requested to furnish the following information and enclose along with quotation.
BANK DETAILS
BANK NAME
BENEFICIARY NAME
BANK ADDRESS
BANK ACCOUNT NO
IFSC CODE
PAN NO.
GST NO.
Ref _______________
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.
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.
Name: _____________________________________
Designation: _______________________________
Witness 1. Witness 2.
Page 30 of 30