Pune Metro Tender Document
Pune Metro Tender Document
TENDER NO.
P1 Misc-28/2022
BIDDING DOCUMENTS
For
Country : India
Page 1
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
E-TENDER NOTICE
MAHARASHTRA METRO RAIL CORPORATION LTD
Pune Metro Rail Project
(A joint venture of Govt. of India & Govt. of Maharashtra)
101, The Orion, Opposite Don Bosco Youth Centre,
Koregaon Park, Pune - 411001
E-mail: [email protected]: www.punemetroRail.org
Telephone: 020-26051074
Tender Notice No. P1 Misc-28/2022 Dt. 26 July 2022
Name of work: Design of Graphics, Fabrication, Supply, Installation, Testing and Commissioning of
Signage of 4 stations viz. Dapodi, Bopodi, Khadki & Range Hill of Reach 01 and 4
stations viz. Deccan Gymkhana, Sambhaji Park, PMC & Civil Court Elevated of Reach
02 of Pune Metro Rail Project
KEYDETAILS:
Completion Period 4 Months (including Monsoon Period).
Documents on sale Documents can be downloaded from 17.00 hrs. on 26.07.2022 to 15.00 Hrs. of
17.08.2022 from Maharashtra Metro Rail Corporation Limited's e-tender Portal.
Cost of documents INR 23,600/- non-refundable (inclusive applicable taxes) through e-payment by
RTGS/NEFT/Credit Card, as per procedure given in e-tender portal.
Source of funds The Employer has applied loans from the European Investment Bank – EIB
(hereinafter called “Funding Agency”) towards the part cost of the Project and
intends to apply a portion of the proceeds of the loans for payments under this
Contract. Disbursement of the loans will be subject, in all respects, to the terms
and conditions of the Loan Agreements, including the disbursement procedures
and the applicable guidelines of EIB.
(http://www.eib.org/attachments/strategies/guide_to_procurement_en.pdf ).
Pre-Bid Meeting The pre-bid meeting shall be conducted on 04.08.2022 at Conference Hall,
Maharashtra Metro Rail Corporation Limited, Inside Mahatma Phule Museum,
Ghole Road, Shivaji Nagar, Pune – 411005, Maharashtra.
Last date of Up till 08.08.2022 at 11.00 hrs in the soft copy by email
submission of [email protected]
queries for pre-bid
by the bidder.
Bid Security The Bid security (EMD) amount shall be Rs. 3,94,156/ (Only) to be submitted
through online mode as follows:
Name of Beneficiary: MMRCL PUNE TENDER FEES AND EMD
Account No: 39212708855
IFSC Code: SBIN0000454
UPI ID: ptfemd@sbi
Date & Time Online submission up to 15.00 Hrs. on 17.08.2022 at Maharashtra Metro Rail
of submission Corporation Limited's e-tender portal( https://mahametroRail.etenders.in).
of Bid
Date & Time of On 17.08.2022 at 15.30 Hours or as decided by the authority at the Office of
Opening of Bid Maharashtra Metro Rail Corporation Limited, 1st Floor, The Orion, Opposite Don
Bosco Youth Centre, Koregaon Park, Pune-411001.
Eligibility Criteria Tenders are open who fulfil the criteria stipulated in Evaluation and Qualification
Criteria (EQC). A firm, who has paid tender fee for the tender documents in their
name, can submit the tender either as an individual firm or in JV/ Consortium.
Bid Validity Tenders shall be valid for a period of 180 days (both days inclusive i.e.., the date
of submission of tenders and the last date of period of validity of the tender) from
the latest date of online submission of Tenders, as described in ITB 18.1 of
Instructions to Bidder.
Page 2
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Award of Contract The Contract will be awarded to the preferred Bidder whose Tender has been
determined to be substantially responsive and compliant to the requirements
contained in the Tender Documents and who has offered the Lowest Evaluated
Price as per ITB 36.1, subject to the quoted amount is considered to be acceptable.
Jurisdiction of Any suit or application, arising out of any dispute or differences on account of this
Courts Tender shall be filed in District and Sessions court at Pune, State Maharashtra/
High Court of Judicature at Bombay, State Maharashtra/ Supreme Court of India,
New Delhi only and no other court or any other district of the country shall have
any jurisdiction in the matter.
Sale of document, e-payment procedure, submission and other details are available on Maha-Metro
tender portal under Pune Metro section in e-tenders https://mahametrorail.etenders.in. To view this
tender notice, interested Agencies may visit the Pune Metro Rail website “www.punemetrorail.org”.
Page 3
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Table of Contents
Covering Page
Tender Notice (NIT)
Table of Contents
Instructions to Bidders - Table of Contents
Disclaimer
PART 1 - Bidding Procedures
Section I. Instructions to Bidders .....................................................................
Section II. Bidding Data Sheet (BDS) ..................................................................
Section III. Evaluation and Qualification Criteria ....................................................
Section IV. Bidding Forms ...............................................................................
Section V. Eligibility Criteria and Social and environment responsibility .......................
Page 4
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
A. General ..................................................................................................
1. Scope of Bid ............................................................................................
2. Source of Funds .........................................................................................
3. Corrupt and Fraudulent Practices ....................................................................
4. Eligible Bidders .........................................................................................
5. Eligible Goods and Related Services .................................................................
Page 5
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
DISCLAIMER
The Bidding Documents for “Design of Graphics, Fabrication, Supply, Installation, Testing and
Commissioning of Signage of 4 stations viz. Dapodi, Bopodi, Khadki & Range Hill of Reach 01 and 4
stations viz. Deccan Gymkhana, Sambhaji Park, PMC & Civil Court Elevated of Reach 02 of Pune Metro
Rail Project” contain brief information about the Project and the Works to be executed and various
steps involved in the bidding process. The information contained in the Bidding Documents or
subsequently provided to Bidders, whether verbally or in documentary or any other form by or on behalf
of Maharashtra Metro Rail Corporation Limited (hereinafter referred as “Maha-Metro” or “the
Company” or “Employer”) or any of its employees or advisors, is provided to Bidders on the terms and
conditions set out in the Bidding Documents and such other terms and conditions subject to which such
information is provided.
The Bidding Documents are not an agreement and is neither an offer nor invitation by Maha-Metro to
the prospective Bidders or any other person. The purpose of the Bidding Documents is to provide
interested parties with information that may be useful to them in making their Bids pursuant to the
Bidding Documents. The Bidding Document include statements, which reflect various assumptions and
assessments arrived at by Maha-Metro in relation to the Project or the work to be executed pursuant to
this bidding process. Such assumptions, assessments & statements do not purport to contain all the
information that each Bidder may require. The assumptions, assessments, statements & information
contained in the Bidding Documents may not be complete, accurate, adequate or correct. Each Bidder
should, therefore, conduct its own investigations & analysis and should check the accuracy, adequacy,
correctness, reliability & completeness of the assumptions, assessments, statements and information
contained in the Bidding Documents and obtain independent advice from appropriate sources.
Information provided in the Bidding Documents to the Bidders is on a wide range of matters, some of
which may depend upon interpretation of law. The information given is not intended to be an exhaustive
account of statutory requirements & should not be regarded as a complete or authoritative statement of
law. Maha-Metro accepts no responsibility for the accuracy or otherwise for any interpretation or opinion
on law expressed herein.
Maha-Metro, its employees and advisors make no representation or warranty and shall have no liability
to any person, including any Bidder under any law, statute, rules or regulations or tort, principles of
restitution or unjust enrichment or otherwise for any loss, damages, cost or expense which may arise
from or be incurred or suffered on account of anything contained in the Bidding Documents or otherwise,
including the accuracy, adequacy, correctness, completeness or reliability of the Bidding Documents &
any assessment, assumption, statement or information contained therein or deemed to form part of the
Bidding Documents or arising in any way for participation in this bidding stage.
Maha-Metro also accepts no liability of any nature whether resulting from negligence or otherwise
howsoever caused arising from reliance of any Bidder upon the statements/information contained in the
Bidding Documents.
Maha-Metro may in its absolute discretion, but without being under any obligation to do so, update,
amend or supplement the information, assessment or assumptions contained in the Bidding Documents.
Maha-Metro also reserves the right to change any or all conditions/ information set in the Bidding
Documents at any time by way of revision, deletion, updation or annulment through issuance of
appropriate addendum as Maha-Metro may deem fit without assigning any reason thereof.
The issue of the Bidding Documents does not imply that Maha-Metro is bound to select a Bidder or to
appoint the selected Bidder for constructing the work envisaged under the Bidding Documents and Maha-
Metro reserves the right to reject all or any of the Bidders or Bids without assigning any reason
whatsoever.
The Bidders shall bear all its costs associated with or relating to the preparation and submission of its
Bid including but not limited to preparation, copying, postage, delivery fees, expenses associated with
any demonstrations or presentations which may be required by Maha-Metro or any other costs incurred
in connection with or relating to its Bid. All such costs and expenses will remain with the Bid and Maha-
Metro shall not be liable in any manner whatsoever for the same or for any other costs or other expenses
incurred by a Bidder in preparation or submission of the Bid, regardless of the conduct or outcome of the
bidding process.
Page 6
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Clause No Description
A. General
1. Scope of Bid
1.1 In connection with the Invitation for Bids, specified in the Bid Data Sheet (BDS), the
Employer, as specified in the BDS, issues these Bidding Documents for the procurement
of works and Related Services incidental thereto as specified in Section VII, Schedule
of Requirements. The name, identification & number of lots (contracts) of this
National Competitive Bidding (NCB) procurement are specified in the BDS.
1.2 Throughout these Bidding Documents
(a) the term "in writing" means communicated in written form (e.g. by mail, e-mail, fax,
telex) with proof of receipt;
(b) except where the context requires otherwise, words indicating the singular also
include the plural and words indicating the plural also include the singular; and
(c) "day" means calendar day.
2. Source of Funds
2.1 The Employer specified in the BDS has received or has applied for financing
(hereinafter called “Funds”) from the funding Agency (hereinafter called “the
Agency”) (status described in BDS) towards the project named in the BDS. The
Employer intends to apply a portion of the “Funds” to eligible payments under the
contract(s) for which these Bidding Documents are issued.
3. Corrupt and Fraudulent Practices
3.1 The Purchaser requires compliance with its policy in regard to corrupt and fraudulent
practices as set forth in Section V-A.
3.2 The Bidder/Contractor grants the Employer, the EIB and auditors appointed by either
of them, as well as any authority or European Union Institution or body having
competence under European Union law, the right to inspect and copy the books and
records of the bidder, contractor, supplier or consultant in connection with any Bank-
financed contract.
4. Eligible Bidders
4.1 A Bidder may be a firm that is a private entity, a government-owned entity-subject to
ITB 4.3-or any combination of such entities in the form of a joint venture (JV)
/Consortium under an existing agreement or with the intent to enter into such an
agreement supported by a letter of intent. In the case of a joint venture all members shall
be jointly and severally liable for the execution of the Contract in accordance with the Contract
terms. The JV/CONSORTIUM shall nominate a Representative who shall have the authority to
conduct all business for and on behalf of any and all the members of the JV/CONSORTIUM
during the bidding process and, in the event the JV/CONSORTIUM is awarded the Contract,
during contract execution.
Unless specified in the BDS, there is no limit on the number of members in a JV/CONSORTIUM.
4.2 Conflict of Interest: “Bidders shall not have a conflict of interest. All bidders found
to have a conflict of interest shall be disqualified. Bidders shall be considered to
have a conflict of interest with one or more parties in this tendering process, if:
a. A bidder has been engaged by the Employer to provide consulting services for the
preparation related to the procurement of or on the implementation of the
project.
b. a bidder has any associates/ affiliates (inclusive of parent firms) mentioned in
subparagraph (a) above.
c. a bidder lends, or temporarily seconds its personnel to firms or organizations which
are engaged in consulting services for the preparation related to the procurement
of or on the implementation of the project, if the personnel would be involved in
any capacity on the same project; or.
d. the impartial and objective exercise of the functions of the Employer, or the
respect of the principles of competition, non-discrimination or equality of
treatment with regard to the procurement procedure or contract, is compromised
for reasons involving family, emotional life, political or national affinity, economic
interest or any other shared interest. The concept of conflict of interest covers
any situation where staff members (or consultants acting on behalf) of the
Employer who are involved in the conduct of the procurement procedure or may
influence the outcome of that procedure have, directly or indirectly, a financial,
Page 7
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Page 8
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
response to all Bidders who have acquired the Bidding Documents in accordance with
ITB 6.3, including a description of the inquiry but without identifying its source. If so
specified in the BDS, the Employer shall also promptly publish its response at e-Bid
portal identified in the BDS and bidder shall not be informed individually.
7.2 The Bidder is advised to visit and examine the Site of Works and its surroundings and
obtain for itself on its own responsibility all information that may be necessary for
preparing the bid and entering into a contract for construction of the Works. The costs
of visiting the Site shall be at the Bidder’s own expense.
7.3 The Bidder and any of its personnel or agents will be granted permission by the
Employer to enter upon its premises and lands for the purpose of such visit, but only
upon the express conditions that the Bidder, its personnel, and agents will release and
indemnify the Employer and its personnel and agents from and against all liability in
respect thereof, and will be responsible for death or personal injury, loss of or damage
to property, and any other loss, damage, costs, and expenses incurred as a result of
the inspection.
7.4 If so specified in the BDS, the Bidder’s designated representative is invited to attend
a pre-bid meeting. The purpose of the meeting will be to clarify issues and to answer
questions on any matter that may be raised at that stage.
7.5 The Bidder is requested, as far as possible, to submit any questions in writing, to reach
the Employer not later than one week before the meeting.
7.6 Minutes of the pre-bid meeting, if applicable, including the text of the questions asked
by Bidders, without identifying the source, and the responses given, together with any
response prepared after the meeting, will be transmitted promptly to all Bidders who
have acquired the Bidding Documents in accordance with ITB 6.3. Any modification to
the Bidding Documents that may become necessary as a result of the pre-bid meeting
shall be made by the Employer exclusively through the issue of an Addendum pursuant
to ITB 8 and not through the minutes of the pre-bid meeting. Non-attendance at the
pre-bid meeting will not be a cause for disqualification of a Bidder.
8. Amendment of Bidding Document
8.1 At any time prior to the deadline for submission of bids, the Employer may amend the
Bidding Documents by issuing addenda.
8.2 Any addendum issued shall be part of the Bidding Documents and shall be
communicated in writing to all who have obtained the Bidding Documents from the
Employer in accordance with ITB 6.3. The Employer shall also promptly publish the
addendum on the Employer's e-Bid portal in accordance with ITB 7.1(as specified in
BDS).
8.3 To give Bidders reasonable time in which to take an addendum into account in
preparing their bids, the Employer may, at its discretion, extend the deadline for the
submission of bids, pursuant to ITB 22.2.
C. Preparation of Bids
9. Cost of Bidding
9.1 The Bidder shall bear all costs associated with the preparation and submission of its
bid, and the Employer shall not be responsible or liable for those costs, regardless of
the conduct or outcome of the bidding process.
10. Language of Bid
10.1 The Bid, as well as all correspondence and documents relating to the bid exchanged
by the Bidder and the Employer, shall be written in the language specified in the BDS.
Supporting documents and printed literature that are part of the Bid may be in another
language provided they are accompanied by an accurate translation of the relevant
passages into the language specified in the BDS, in which case, for purposes of
interpretation of the Bid, such translation shall govern.
11. Documents Comprising the Bid
11.1 The Bid shall comprise the following:
(a) Any addendum issued shall be part of the Bidding Documents and shall be
communicated in writing to all who have obtained the Bidding Documents from
the Purchaser in accordance with ITB 12;
(b) completed schedules, in accordance with ITB 12 and 14;
(c) Bid Security, in accordance with ITB 19.1(as specified in BDS);
(d) alternative bids, if permissible, in accordance with ITB 13(as specified in BDS);
(e) written confirmation authorizing the signatory of the Bid to commit the Bidder, in
accordance with ITB 20.2;
Page 9
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Page 10
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Schedule of Adjustment Data and the Employer may require the Bidder to justify its
proposed indices and weightings.
14.6 If so specified in BDS 1.1, Bids are being invited for individual lots (contracts) or for
any combination of lots (packages). Bidders wishing to offer discounts for the award
of more than one Contract shall specify in their Bid the price reductions applicable to
each package, or alternatively, to individual Contracts within the package. Discounts
shall be submitted in accordance with ITB 14.4, provided the Bids for all lots
(contracts) are opened at the same time.
14.7 Unless otherwise provided in the BDS, all duties, taxes, and other levies payable by
the Contractor under the Contract, or for any other cause, as of the date twenty-eight
(28) days prior to the deadline for submission of Bids, shall be included in the rates
and prices and the total Bid Price submitted by the Bidder.
14.8 Bidders wishing to offer any unconditional discount shall specify in their Letter of Price
Bid the offered discounts and the manner in which price discounts will apply.
15. Currencies of Bid and Payment
15.1 The currency(ies) of the bid & the currency(ies) of payments shall be as specified in
the BDS.
15.2 Bidders may be required by the Employer to justify, to the Employer’s satisfaction,
their local and foreign currency requirements, and to substantiate that the amounts
included in the prices shown in the Schedule of Adjustment Data in the Appendix to
Bid are responsible, in which case a detailed breakdown of the foreign currency
requirements shall be provided by Bidders.
16 Documents comprising the Technical proposal
16.1 The Bidder shall furnish a technical proposal including a statement of work methods,
equipment, personnel, schedule and any other information as stipulated in section IV
– Bidding Forms, in sufficient detail to demonstrate the adequacy of the Bidder’s
proposal to meet the work requirements and the completion time.
17. Documents Establishing the Eligibility and Conformity of the Goods and Related
Services
17.1 To establish the eligibility of the Goods and Related Services in accordance with ITB
5, Bidders shall complete the country of origin declarations in the Price Schedule
Forms, included in Section IV, Bidding Forms.
17.2 To establish the conformity of the Goods and Related Services to the Bidding
Documents, the Bidder shall furnish as part of its Bid the documentary evidence that
the Goods conform to the technical specifications and standards specified in Section
VII, Schedule of Requirements.
17.3 The documentary evidence may be in the form of literature, drawings or data, and
shall consist of a detailed item by item description of the essential technical and
performance characteristics of the Goods and Related Services, demonstrating
substantial responsiveness of the Goods and Related Services to the technical
specification, and if applicable, a statement of deviations and exceptions to the
provisions of the Section VII, Schedule of Requirements.
17.4 The Bidder shall also furnish a list giving full particulars, including available sources
and current prices of spare parts, special tools, etc., necessary for the proper and
continuing functioning of the Goods during the period specified in the BDS following
commencement of the use of the goods by the Purchaser.
17.5 Standards for workmanship, process, material, and equipment, as well as references
to brand names or catalogue numbers specified by the Purchaser in the Schedule of
Requirements, are intended to be descriptive only and not restrictive. The Bidder may
offer other standards of quality, brand names, and/or catalogue numbers, provided
that it demonstrates, to the Purchaser's satisfaction, that the substitutions ensure
substantial equivalence or are superior to those specified in the Section VII, Schedule
of Requirements.
17 Documents Establishing the Eligibility and Qualifications of the Bidder
17.1 To establish their eligibility in accordance with ITB 4, Bidders shall complete the
Letter of Bid, included in Section IV, Bidding Forms.
17.2 The documentary evidence of the Bidder's qualifications to perform the Contract if
its bid is accepted shall establish to the Purchaser's satisfaction:
(a) that, if required in the BDS, a Bidder that does not manufacture or produce the Goods it
offers to supply shall submit the Manufacturer's Authorization using the form included in
Section IV, Bidding Forms to demonstrate that it has been duly authorized by the
manufacturer or producer of the Goods to supply these Goods in the Purchaser's Country;
Page 11
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
(b) that, if required in the BDS, in case of a Bidder not doing business within the
Purchaser's Country, the Bidder is or will be (if awarded the contract) represented
by an Agent in the country equipped and able to carry out the Supplier's
maintenance, repair and spare parts-stocking obligations prescribed in the
Conditions of Contract and/or Technical Specifications; and that the Bidder meets
each of the qualification criterion specified in Section III, Evaluation and
Qualification Criteria.
17.3 Any change in the structure or formation of a Bidder after being prequalified and
invited to Bid (including, in the case of a JV/CONSORTIUM, any change in the structure
or formation of any member thereto) shall be subject to the written approval of the
Employer prior to the deadline for submission of Bids. Such approval shall be denied if
(i) as a consequence of the change, the Bidder no longer substantially meets the
qualification criteria set forth in Section III, Qualification Criteria and Requirements;
or (ii) in the opinion of the Employer, the change may result in a substantial reduction
in competition. Any such change should be submitted to the Employer not later than
fourteen (14) days after the date of the Invitation for Bids.
18. Period of Validity of Bids
18.1 Bids shall remain valid for the period specified in the BDS after the bid submission
deadline date prescribed by the Employer in accordance with ITB 22.1. A bid valid for a
shorter period shall be rejected by the Employer as nonresponsive.
18.2 In exceptional circumstances, prior to the expiration of the bid validity period, the
Employer may request bidders to extend the period of validity of their bids. The request
and the responses shall be made in writing. If a Bid Security is requested in accordance
with ITB 19, it shall also be extended for twenty-eight (28) days beyond the deadline of
the extended validity period. A Bidder may refuse the request without forfeiting its Bid
Security. A Bidder granting the request shall not be required or permitted to modify its
Bid, except as provided in ITB 18.3.
18.3 If the award is delayed by a period exceeding fifty-six (56) days beyond the expiry of the
initial bid validity, the Contract price shall be determined as follows: -
(a) In the case of fixed price contracts, the Contract price shall be the bid price adjusted
by the factor specified in the BDS.
(b) In the case of adjustable price contracts, no adjustment shall be made.
(c) In any case, bid evaluation shall be based on the bid price without taking into
consideration the applicable correction from those indicated above.
19. Bid Security
19.1 The Bidder shall furnish as part of its bid a Bid-Security as specified in the BDS, in
original form.
19.2 A Bid Security shall use the form included in Section-IV, Bidding Forms or as specified in
BDS.
19.3 If a bid security is specified pursuant to ITB 19.1, the bid security shall be a demand
guarantee in any of the following forms at the Bidder's option:
Page 12
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
19.5 The Bid Security of unsuccessful Bidders shall be returned as promptly as possible upon
the successful Bidder's signing the contract and furnishing the Performance Security
pursuant to ITB 42.
19.6 The Bid Security of the successful Bidder shall be returned as promptly as possible
once the successful Bidder has signed the contract and furnished the required
performance security.
19.7 The Bid Security may be forfeited, or the Bid Securing Declaration executed:
(a) if a Bidder withdraws its bid during the period of bid validity specified by the Bidder
on the Letter of Bid, or any extension thereto provided by the Bidder; or
(b) if the successful Bidder fails to:
i. signs the Contract in accordance with ITB 42; or
ii. furnish a performance security in accordance with ITB 43.
19.8 The Bid- Security of a JV/CONSORTIUM must be in the name of the JV/CONSORTIUM
that submits the bid. If the JV/CONSORTIUM has not been legally constituted into a
legally enforceable JV/CONSORTIUM at the time of bidding, the bid security or Bid-
Securing Declaration shall be in the names of all future members as named in the letter
of intent referred to in ITB 4.1 and ITB 11.2 or as specified in BDS.
19.9 If a bid security is not required in the BDS, pursuant to ITB 19.1, and:
(a) if a Bidder withdraws its bid during the period of bid validity specified by the Bidder
on the Letter of Bid, or any extension thereto provided by the Bidder; or
(b) if the successful Bidder fails to: sign the Contract in accordance with ITB 42; or
furnish a performance security in accordance with ITB 43;
the Employer may, if provided for in the BDS, declare the Bidder ineligible to be
awarded a contract by the Employer for a period of time as stated in the BDS.
20. Format and Signing of Bid
20.1 The Bidder shall prepare one original of the documents comprising the bid as described
in ITB 11 and clearly mark it "ORIGINAL”. Alternative bids, if permitted in accordance
with ITB 13, shall be clearly marked "ALTERNATIVE”. In addition, the Bidder shall
submit copies of the bid, in the number specified in the BDS and clearly mark them
"COPY”. In the event of any discrepancy between the original and the copies, the
original shall prevail.
20.2 The original and all copies of the bid shall be typed or written in indelible ink and shall
be signed by a person duly authorized to sign on behalf of the Bidder. This
authorization shall consist of a written confirmation as specified in the BDS and shall
be attached to the bid. The name and position held by each person signing the
authorization must be typed or printed below the signature. All pages of the bid where
entries or amendments have been made shall be signed or initialed by the person
signing the bid.
20.3 In case the Bidder is a JV, the Bid shall be signed by an authorized representative of
the JV/CONSORTIUM on behalf of the JV/CONSORTIUM, and so as to be legally binding
on all the members as evidenced by a power of attorney signed by their legally
authorized representatives.
20.4 Any inter-lineation, erasures, or overwriting shall be valid only if they are signed or
initialed by the person signing the bid.
D Submission and Opening of Bids
21 Sealing and Marking of Bids
21.1 The Bidder shall enclose the original and all copies of the bid, including alternative bids, if
permitted in accordance with ITB 13, in separate sealed envelopes, duly marking the
envelopes as "ORIGINAL", "ALTERNATIVE" and "COPY." These envelopes containing the original
and the copies shall then be enclosed in one single envelope or as specified in BDS.
21.2 Unless specified in BDS, the inner and outer envelopes shall:
(a) bear the name and address of the Bidder;
(b) be addressed to the Employer in accordance with ITB 22.1;
(c) bear the specific identification of this bidding process stated in ITB 1.1; and
(d) bear a warning not to open before the time and date for bid opening
21.3 If all envelopes are not sealed and marked as required, the Employer will assume no
responsibility for the misplacement or premature opening of the bid.
21.4 The outer envelopes and the inner envelopes containing the Technical Bid shall bear a
warning not to open before the time and date for the opening of Technical Bids.
Page 13
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
21.5 The inner envelopes containing the Price Bid shall bear a warning not to open until
advised by the Employer.
22. Deadline for Submission of Bids
22.1 Bids must be received by the Employer at the address and no later than the date and
time specified in the BDS. When so specified in the BDS, bidders shall have the option
of submitting their bids electronically. Bidders submitting bids electronically shall
follow the electronic bid submission procedures specified in the BDS.
22.2 The Employer may, at its discretion, extend the deadline for the submission of bids by
amending the Bidding Documents in accordance with ITB 8, in which case all rights
and obligations of the Employer and Bidders previously subject to the deadline shall
thereafter be subject to the deadline as extended.
23. Late Bids
23.1 The Employer shall not consider any bid that arrives after the dead line for submission
of bids, in accordance with ITB 22. Any bid received by the Employer after the deadline
for submission of bids shall be declared late, rejected, and returned unopened to the
Bidder.
24. Withdrawal, Substitution and Modification of Bids
24.1 A Bidder may withdraw, substitute, or modify its Bid after it has been submitted by sending
a written notice, duly signed by an authorized representative, and shall include a copy of
the authorization (the power of attorney) in accordance with ITB 20.2. The corresponding
substitution or modification of the bid must accompany the respective written notice. All
notices must be:
(a) Prepared and submitted in accordance with ITB 20 and 21 (except that withdrawal
notices do not require copies), & in addition, the respective envelopes shall be clearly
marked "WITHDRAWAL," "SUBSTITUTION," or "MODIFICATION;" and or as specified in
BDS.
(b) received by the Employer prior to the deadline prescribed for submission of bids,
in accordance with ITB 22 or as specified in BDS.
24.2 Bids requested to be withdrawn in accordance with ITB 24.1shall be returned
unopened to the Bidders or as specified in BDS.
24.3 No bid may be withdrawn, substituted, or modified in the interval between the deadline
for submission of bids and the expiration of the period of bid validity specified by the Bidder
on the Letter of Bid or any extension thereof.
25. Bid Opening
25.1 Except as in the cases specified in ITB 23 and 24, the Purchaser shall publicly open and read
out in accordance with ITB 25 all bids received by the deadline (regardless of the number
of bids received), at the date, time and place specified in the BDS in the presence of Bidders'
designated representatives and anyone who choose to attend. Any specific electronic bid
opening procedures required if electronic bidding is permitted in accordance with ITB 22.1,
shall be as specified in the BDS.
25.2 First, envelopes marked "WITHDRAWAL" shall be opened and read out and the envelope
with the corresponding bid shall not be opened but returned to the Bidder. No bid
withdrawal shall be permitted unless the corresponding withdrawal notice contains a valid
authorization to request the withdrawal & is read out at bid opening. Next, envelopes
marked "SUBSTITUTION" shall be opened and read out and exchanged with the
corresponding Bid being substituted, and the substituted Bid shall not be opened, but
returned to the Bidder. No Bid substitution shall be permitted unless the corresponding
substitution notice contains a valid authorization to request the substitution and is read out
at bid opening. Envelopes marked "MODIFICATION" shall be opened and read out with the
corresponding Bid. No Bid modification shall be permitted unless the corresponding
modification notice contains a valid authorization to request the modification and is read
out at Bid opening. Only bids that are opened and read out at Bid opening shall be
considered further as specified in the BDS.
25.3 All other envelopes holding the Technical Bids shall be opened one at a time, reading
out
Page 14
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Only Technical Bids and alternative Technical Bids read out at Bid opening shall be
considered for evaluation. The Employer shall neither discuss the merits of any Bid nor
reject any Bid (except for late Bids, in accordance with ITB 23.1).
25.4 The Employer shall prepare a record of the bid opening that shall include, as a minimum:
the name of the Bidder and whether there is a withdrawal, substitution, or modification;
the Bid Price, per lot (contract) if applicable, including any discounts, and alternative bids;
and the presence or absence of a Bid-Securing Declaration, if one was required. The
Bidders' representatives who are present shall be requested to sign the record. The
omission of a Bidder's signature on the record shall not invalidate the contents and effect
of the record. A copy of the record shall be distributed to all Bidders.
E. Evaluation and Comparison of Bids
26. Confidentiality
26.1 Information relating to the examination, evaluation, and comparison of the bids, and
qualification of the Bidders and recommendation of contract award, shall not be disclosed
to bidders or any other persons not officially concerned with the bidding process until
information on Contract Award is communicated to all Bidders in accordance with ITB 40.
26.2 Any attempt by a Bidder to influence the Employer in the examination, evaluation, and
comparison of the bids, and qualification of the bidders, or contract award decisions may
result in the rejection of its Bid.
26.3 Notwithstanding ITB-26.2, from the time of bid opening to the time of Contract Award, if
any Bidder wishes to contact the Employer on any matter related to the bidding process,
it shall do so in writing.
27. Clarification of Bids
27.1 To assist in the examination, evaluation, comparison of the bids, and qualification of the
Bidders, the Employer may, at its discretion, ask any Bidder for a clarification of its Bid,
given a reasonable time for a response. Any clarification submitted by a Bidder that is not
in response to a request by the Employer shall not be considered. The Employer's request
for clarification & the response shall be in writing. No change, including any voluntary
increase or decrease, in the prices or substance of the Bid shall be sought, offered, or
permitted, except to confirm the correction of arithmetic errors discovered by the
Employer in the Evaluation of the bids, in accordance with ITB 31.
27.2 If a Bidder does not provide clarifications of its bid by the date and time set in the
Employer's request for clarification, its bid may be rejected.
28. Deviation, Reservation and Omissions
28.1 During the evaluation of bids, the following definitions apply:
(a) "Deviation" is a departure from the requirements specified in the Bidding
Documents;
(b) "Reservation" is the setting of limiting conditions or withholding from complete
acceptance of the requirements specified in the Bidding Documents; and
(c) "Omission" is the failure to submit part or all of the information or documentation
required in the Bidding Documents.
29. Determination of Responsiveness
29.1 The Employer's determination of a bid's responsiveness is to be based on the contents of
the bid itself, as defined in ITB 11.
29.2 A substantially responsive Bid is one that meets the requirements of the Bidding
Documents without material deviation, reservation, or omission. A material deviation,
reservation, or omission is one that:
(a) if accepted, would
(i) affect in any substantial way the scope, quality, or performance of the Goods
and Related Services specified in the Contract; or
(ii) limit in any substantial way, inconsistent with the Bidding Documents, the
Employer's rights or the Bidder's obligations under the proposed Contract; or
(b) if rectified, would unfairly affect the competitive position of other bidders presenting
substantially responsive bids.
29.3 The Employer shall examine the technical aspects of the bid submitted in accordance
with ITB 16, in particular, to confirm that all requirements of Section VII, Schedule of
Requirements have been met without any material deviation or reservation, or
omission.
29.4 If a bid is not substantially responsive to the requirements of the Bidding Documents,
it shall be rejected by the Employer and may not subsequently be made responsive by
correction of the material deviation, reservation, or omission.
30. Nonmaterial Nonconformities, Errors and Omissions
Page 15
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
30.1 Provided that a Bid is substantially responsive, the Employer may waive any nonmaterial
nonconformities in the Bid.
30.2 Provided that a bid is substantially responsive, the Employer may request that the Bidder
submit the necessary information or documentation, within a reasonable period of time,
to rectify nonmaterial nonconformities in the bid related to documentation requirements.
Requesting information or documentation on such nonconformities shall not be related
to any aspect of the price of the Bid. Failure of the Bidder to comply with the request
may result in the rejection of its Bid.
30.3 Provided that a bid is substantially responsive, the Employer shall rectify quantifiable
nonmaterial nonconformities related to the Bid Price. To this effect, the Bid Price shall
be adjusted, for comparison purposes only, to reflect the price of a missing or non-
conforming item or component as specified in the BDS.
31. Correction of Arithmetical Errors
31.1 Provided that the bid is substantially responsive, the Employer shall correct arithmetical
errors on the following basis:(a) Only for admeasurement contracts, if there is a discrepancy
between the unit price and the total price that is obtained by multiplying the unit price and
quantity, the unit price shall prevail and the total price shall be corrected, unless in the
opinion of the Employer there is an obvious misplacement of the decimal point in the unit
price, in which case the total price as quoted shall govern and the unit price shall be
corrected;
(b) Only for admeasurement contracts, if there is an error in a total corresponding to the
addition or subtraction of subtotals, the subtotals shall prevail and the total shall be
corrected; and
(c) if there is a discrepancy between words and figures, the amount in words shall prevail,
unless, only for admeasurement contracts, the amount expressed in words is related to an
arithmetic error, in which case the amount in figures shall prevail subject to (a) and (b)
above.
31.2 Bidders shall be requested to accept correction of arithmetical errors. Failure to
accept the correction in accordance with ITB 31.1, shall result in the rejection of the
Bid.
32. Conversion to Single Currency
32.1 For evaluation and comparison purposes, the currency(ies) of the Bid shall be
converted in a single currency as specified in the BDS.
33. Margin of Preference
33.1 Unless otherwise specified in the BDS, a margin of preference shall not apply.
34. Sub-Contractors
34.1 Unless otherwise stated in the BDS, the Employer does not intend to execute any specific
elements of the Works by sub-contractors selected in advance by the Employer.
34.2 In case of Prequalification, the Bidder’s Bid shall name the same specialized subcontractor
as submitted in the prequalification application and approved by the Employer or may
name another specialized subcontractor meeting the requirements specified in the
prequalification phase.
34.3 In case of Post-qualification, the Employer may permit subcontracting for certain
specialized works. When subcontracting is permitted by the Employer, the specialized sub-
contractor’s experience shall be considered for evaluation as indicated in Section III 1.5
Specialized Sub-Contractors. Section III describes the qualification criteria for sub-
contractors or as specified in BDS.
35. Evaluation of Bids
35.1 The Employer shall use the criteria and methodologies listed in this Clause. No other
evaluation criteria or methodologies shall be permitted.
35.2 To evaluate a bid, the Employer shall consider the following:
(a) the Bid Price, excluding Provisional Sums and the provision, if any, for contingencies
in the Schedules, but including Day work items, where priced competitively;
(b) price adjustment for correction of arithmetic errors in accordance with ITB 31.1;
(c) price adjustment due to discounts offered in accordance with ITB 14.4;
(d) converting the amount resulting from applying (a) to (c) above, if relevant, to a
single currency in accordance with ITB 32;
(e) price adjustment due to quantifiable nonmaterial nonconformities in accordance
with ITB 30.3;
(f) the additional evaluation factors as specified in Section-III, Evaluation and
Qualification Criteria;
Page 16
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
35.3 The estimated effect of the price adjustment provisions of the Conditions of Contract,
applied over the period of execution of the Contract, shall not be taken into account
in bid evaluation.
35.4 If these Bidding Documents allow Bidders to quote separate prices for different lots
(contracts), the methodology to determine the lowest evaluated price of the lot
(contract) combinations, including any discounts offered in the Letter of Bid Form, is
specified in Section-III, Evaluation and Qualification Criteria.
35.5 If the bid, which results in the lowest Evaluated Bid Price, is significantly lower than
the Employer’s estimate, or seriously unbalanced or front loaded in the opinion of the
Employer, the Employer may require the Bidder to produce detailed price analyses for
any or all items of the Schedules, to demonstrate the internal consistency of those
prices with the construction methods and schedule proposed. If it turns out that the
bid price is abnormally low, the Employer may require that the amount of the
performance security be increased at the expense of the Bidder to a level sufficient
to protect the Employer against financial loss in the event of default of the successful
Bidder under the Contract.
36. Comparison of Bids
36.1 The Employer shall compare the evaluated prices of all substantially responsive bids
established in accordance with ITB 35.2 to determine the lowest evaluated bid.
37. Qualification the Bidders
37.1 The Employer shall determine to its satisfaction whether Bidders meet the
qualification criteria specified in Section III, Eligibility and Qualification Criteria,
during the evaluation of Technical Bids. However, if prequalification was carried out
prior to the bidding process, the Employer may carry out the assessment of the
qualification criteria specified in Section III, Eligibility and Qualification Criteria, for
the Bidder who submitted the lowest evaluated and substantially responsive Bid only.
37.2 The determination shall be based upon an examination of the documentary evidence
of the Bidder’s qualifications submitted by the Bidder, pursuant to ITB 15.
37.3 An affirmative determination shall be a prerequisite for award of the Contract to the
Bidder. A negative determination shall result in disqualification of the Bid in which
event the Employer shall proceed to the next lowest evaluated bid to make a similar
determination of that Bidder’s qualification to perform satisfactorily.
37.4 The capabilities of the manufacturers and Subcontractors proposed in its Bid to be
used by the Bidder will also be evaluated for acceptability in accordance with Section
III, Evaluation and Qualification Criteria. Their participation should be confirmed with
a letter of intent between the parties, as needed. Should a manufacturer or
Subcontractor be determined to be unacceptable, the Bid will not be rejected, but
the Bidder will be required to substitute an acceptable manufacturer or Subcontractor
without any change to the Bid Price. Prior to signing the Contract, the corresponding
Appendix to the Contract Agreement shall or be completed, listing the approved
manufacturers or Subcontractors for each item concerned.
38. Employer’s Right to Accept Any Bid, and to Reject Any or All Bids
38.1 The Employer reserves the right to accept or reject any bid, and to annul the bidding
process and reject all bids at any time prior to contract award, without thereby
incurring any liability to Bidders. In case of annulment, all bids submitted and
specifically, bid securities, shall be promptly returned to the Bidders.
F. Award of Contract
39. Award Criteria
39.1 Subject to ITB 38.1, the Employer shall award the Contract to the Bidder whose bid
has been determined to be the lowest evaluated bid and is substantially responsive to
the Bidding Documents, provided further that the Bidder is determined to be qualified
to perform the Contract satisfactorily.
40. Notification of Award
40.1 Prior to the expiration of the period of Bid validity, the Employer shall notify the
successful Bidder, in writing, that its Bid has been accepted. The notification letter
(hereinafter and in the Conditions of Contract and Contract Forms called the “Letter
of Acceptance”) shall specify the sum that the Employer will pay the Contractor in
consideration of the execution and completion of the Works (hereinafter and in the
Conditions of Contract and Contract Forms called “the Accepted Contract Amount”).
Page 17
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Relating to award of work and issuance of LOA to the successful bidder, Maha-Metro
shall post the details in the Maha-Metro website http://www.punemetroRail.org
and as specified in BDS.
40.2 Until a formal Contract is prepared and executed, the notification of award shall
constitute a binding Contract.
40.3 The Employer shall promptly respond in writing to any unsuccessful Bidder who, after
notification of award in accordance with ITB 40.1, requests in writing the grounds on
which its bid was not selected.
41 Grounds for Exclusion
41.1 Bidders (either natural or legal persons including any of their subcontractors) shall not
be awarded this contract if, on the date of submission of an application or of a bid or
on the date of award of a contract, they have been the subject of a conviction by final
judgment for one of the following reasons:
a. where the bidder is bankrupt or is the subject of insolvency or winding-up
proceedings, where its assets are being administered by a liquidator or by the
court, where it is in an arrangement with creditors, where its business activities
are suspended or it is in any analogous situation arising from a similar procedure
under national laws and regulations;
b. bidder have not fulfilled their obligations regarding the payment of social
security contributions or taxes in accordance with the legal provisions of the
country where they are established or the Employer’s country.
c. where the Employer can demonstrate by any appropriate means a violation by
the bidder of applicable obligations in the fields of environmental, social and
labour law established by national law, collective agreements or by the
international environmental, social and labour law provisions;
d. where the Employer has sufficiently plausible indications to conclude that the
bidder has entered into agreements with other bidder(s) aimed at distorting
competition;
e. where the bidder has shown significant or persistent deficiencies in the
performance of a substantive requirement under a prior public contract, a prior
contract with the Employer or a prior concession contract which led to early
termination of that prior contract, damages or other comparable sanctions;
f. bidder have been convicted within the past five years by a court decision,
which has the force of residential jurisdiction in the country where the project
is implemented, of fraud or corruption or any other Prohibited Conduct
committed during the procurement or performance of a contract, unless they
provide supporting information together with their Covenant of Integrity which
shows that this conviction is not relevant in the context of this project;
g. bidder is listed for financial sanctions by the United Nations and /or European
Union for the purposes of fight against terrorist financing or threat to
international peace and security;
h. bidder including JV/ Consortium members should not be excluded by the EU
Institutions or any major Multilateral Development Bank (including World Bank
Group, African Development Bank, Asian Infrastructure Investment Bank, Asian
Development Bank, European Bank for Reconstruction and Development,
European Investment Bank or Inter-American Development Bank) from
participation in a tendering procedure on the grounds of Prohibited Conduct as
defined in the Covenant of Integrity.
i. where the Employer can demonstrate by appropriate means that the bidder is
guilty of grave professional misconduct, which renders its integrity
questionable;
j. where a conflict of interest within the meaning of Sub-Clause 4.2 in ITB cannot
be effectively remedied by other less intrusive measures;
k. where a distortion of competition from the prior involvement of the bidder in
the preparation of the procurement procedure, as referred to in Sub-Clause 3.1
in ITB, cannot be remedied by other, less intrusive measures;
l. where the bidder has been guilty of serious misrepresentation in supplying the
information required for the verification of the absence of grounds for
exclusion or the fulfilment of the selection criteria, has withheld such
information or is not able to submit the supporting documents required
pursuant to BDS ITB 4.18; or
Page 18
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Notwithstanding point (Error! Reference source not found.) above, Employer might
not exclude a bidder which is in one of the situations referred to in that point, where
the Employer has established that the bidder in question will be able to perform the
contract, taking into account the applicable national rules and measures on the
continuation of business in the case of the situations referred to in point (a).
Any bidder that is in one of the situations referred to in the above paragraph may
provide evidence to the effect that measures taken by the bidder are sufficient to
demonstrate its reliability despite the existence of a relevant ground for exclusion. If
such evidence is considered as sufficient, the bidder concerned will not be excluded
from the procurement procedure.
For this purpose, the bidder shall prove that it has paid or undertaken to pay
compensation in respect of any damage caused by the criminal offence or misconduct,
clarified the facts and circumstances in a comprehensive manner by actively
collaborating with the investigating authorities and taken concrete technical,
organizational and personnel measures that are appropriate to prevent further
criminal offences or misconduct.
The measures taken by the bidder will be evaluated taking into account the gravity
and particular circumstances of the criminal offence or misconduct. Where the
measures are considered to be insufficient, the bidder shall receive a statement of the
reasons for that decision.
Bidders will also be required to confirm and declare that no agent, middleman or any
intermediary has been, or will be, engaged to provide any services, or any other items
of work related to the award and performance of this contract.
42. Signing of Contract
42.1 Promptly after notification, the Employer shall send the successful Bidder the Contract
Agreement.
42.2 In case the agreement is sent, within twenty-eight (28) days but no sooner than 10
days of receipt of the Contract Agreement, the successful Bidder shall sign, date, and
return it to the Employer.
43. Performance Security
43.1 Within twenty-eight (28) days of the receipt of notification of award from the
Employer, the successful Bidder shall furnish the Performance Security in accordance
with the GCC, using for that purpose the Performance Security Form included in
Section X, Contract Forms, or another Form acceptable to the Employer. If the
Performance Security furnished by the successful Bidder is in the form of a bond, it
shall be issued by a bonding or insurance company that has been determined by the
successful Bidder to be acceptable to the Employer. A foreign institution providing a
bond shall have a correspondent financial institution located in the Employer's
Country.
43.2 Failure of the successful Bidder to submit the above-mentioned Performance Security
or sign the Contract shall constitute sufficient grounds for the annulment of the award
and execution of the Bid-Securing Declaration. In that event the Employer may award
the Contract to the next lowest evaluated Bidder, whose bid is substantially responsive
and is determined by the Employer to be qualified to perform the Contract
satisfactorily.
Page 19
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
TENDER NO.
P1 Misc-28/2022
Page 20
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
The following specific data for the goods to be procured shall complement, supplement, or amend the
provisions in the Instructions to Bidders (ITB). Whenever there is a conflict, the provisions herein shall prevail
over those in ITB.
The number, identification of the lots (contracts) comprising this tender is: Not
applicable.
ITB 1.3 The brief scope of works in this contract is as under:
(New Para)
1. The contractor will undertake designing the signage artworks on the basis of the
scheme provided by the Employer.
2. The Contractor will undertake the Fabrication and Installation of Signage and Graphics
artworks based on technical requirements provided by the Employer and will be
responsible for coordinating all interfaces between adjacent and interfacing contract
packages and disciplines.
3. The work under this contract shall consist of, but is not limited to, all materials,
labor, equipment, tools, plants, scaffoldings, and necessary machinery as required to
completely execute all the works relating to Signage and Graphics.
ITB 1.4 The detailed Scope of work for the Design of Graphics, Fabrication, Supply,
(New Para) Installation, Testing and Commissioning of Signage of 4 stations viz. Dapodi, Bopodi,
Khadki & Range Hill of Reach 01 and 4 stations viz. Deccan Gymkhana, Sambhaji Park,
PMC & Civil Court Elevated of Reach 02 of Pune Metro Rail Projectof this contract is
further described in the Para-2: Works Requirements and other documents. The
Contractor has to design the complete system and execute the work accordingly with
the approval of Employer.
The Contractor shall also carry out effective interface & coordination with Designated
Contractors and others appointed by the Employer from time to time, during the
Contract period.
The Bidders are particularly advised to pay attention to the IT Requirements of Employer
(Part-III – Annexure-A - PROJECT MANAGEMENT INFORMATION SYSTEM (PMIS)).
ITB 1.5 The successful Bidder has to establish its office at Pune if it does not have at present.
(New Para) The cost and expenses for setting up the said office(s) will be deemed to have been
included in the Pricing Document and no separate / extra / additional payment will be
made on this account.
ITB 2.1 The name of the Project is: Pune Metro Rail Project
Source of fund for the project: The project shall be funded from GOM and GOI along with
bilateral funding from EIB Luxembourg and AFD France.
Source of fund for this work tender: The Employer has applied loans from the European
Investment Bank – EIB (hereinafter called “Funding Agency”) towards the part cost of the
Project and intends to apply a portion of the proceeds of the loans for payments under
this Contract. Disbursement of the loans will be subject, in all respects, to the terms and
conditions of the Loan Agreements, including the disbursement procedures and the
applicable guidelines of EIB.
(http://www.eib.org/attachments/strategies/guide_to_procurement_en.pdf)”
Page 21
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
ITB 3.1 The Bidders are required as a condition of admission to eligibility, to execute and attach
a Covenant of Integrity and Environmental and Social Covenant in the form indicated in
Section IV: Bidding Forms.
ITB 3.3 Prohibited Conduct:
(New In pursuance of the Funding Agency’s (EIB’s) Anti-Fraud Policy (refer
Para) http://www.eib.org/en/infocentre/publications/all/anti-fraud-policy.htm), Prohibited
Conduct includes corruption, fraud, coercion, collusion, obstruction, money laundering
and financing of terrorism defined as follows:
a) A corrupt practice, is the offering, giving, receiving, or soliciting, directly or
indirectly, anything of value to influence improperly the actions of another party.
b) A fraudulent practice, is any act or omission, including a misrepresentation that
knowingly or recklessly misleads, or attempts to mislead, a party to obtain a
financial or other benefit or to avoid an obligation.
c) A coercive practice is impairing or harming, or threatening to impair or harm,
directly or indirectly, any party or the property of the party to influence
improperly the actions of a party.
d) A collusive practice, is an arrangement between two or more parties designed to
achieve an improper purpose, including influencing improperly the actions of
another party.
e) An obstructive practice is (a) deliberately destroying, falsifying, altering or
concealing of evidence material to the investigation; and/or threatening,
harassing or intimidating any party to prevent it from disclosing its knowledge of
matters relevant to the investigation or from pursuing the investigation, or (b)
acts intended to materially impede the exercise of the ElB's contractual rights of
audit or access to information or the rights that any banking, regulatory or
examining authority or other equivalent body of the European Union or of its
Member States may have in accordance with any law, regulation or treaty or
pursuant to any agreement into which the EIB has entered in order to implement
such law, regulation or treaty.
f) Money laundering is,
i. the conversion or transfer of property, knowing that such property is derived from
criminal activity or from an act of participation in such activity, for the purpose
of concealing or disguising the illicit origin of the property or of assisting any
person who is involved in the commission of such activity to evade the legal
consequences of his action;
ii. the concealment or disguise of the true nature, source, location, disposition,
movement, rights with respect to, or ownership of property, knowing that such
property is derived from criminal activity or from an act of participation in such
activity;
iii. the acquisition, possession or use of property, knowing, at the time of receipt,
that such property was derived from criminal activity or from an act of
participation in such activity;
iv. participation in, association to commit, attempts to commit and aiding,
abetting, facilitating and counselling the commission of any of the actions
mentioned in the foregoing points.
The Employer will declare a firm ineligible, either indefinitely or for a stated period of
time, for any Employer’s contract, if at any time determines that the firm has engaged
in Prohibited Conduct in competing for, or in executing, a borrowed financed contract
in general.
The Bidder/Contractor grant the Employer, the Funding Agencies and auditors appointed
by either of them, as well as any authority or European Union Institution or body having
competence under European Union law, the right to inspect and copy the books and
records of the bidder, contractor, supplier or consultant.
Page 22
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Furthermore, within the framework of the Funding Agency’s Exclusion Policy (see the
EIB’s Exclusion Policy: https://www.eib.org/en/publications/exclusion-policy.htm), the
Funding Agency may declare such project related party ineligible to be awarded a
contract under any EIB project or to enter into any relationship with the Funding Agency.
IMPORTANT: It should be noted that, in the Covenant of Integrity, the bidder is requested
to self-declare all sanctions and / or exclusions (including any similar decisions having
the effect of imposing conditions on the bidder or its subsidiaries or to exclude the said
bidder or its subsidiaries, such as temporary suspension, conditional non-exclusion, etc.)
imposed by the European institutions or any multilateral development banks (including
the World Bank Group, the African Development Bank, the Asian Development Bank,
European Bank for Reconstruction and Development, European Investment Bank or Inter-
American Development Bank), regardless of the date of issue and the expiration or not
of such decisions and of the current status of any sanction and / or exclusion. In this
regard, any omission or misrepresentation, made knowingly or recklessly, may be
considered as fraud under the EIB Anti-Fraud Policy. Therefore, the Employer reserves
the right to reject any offer presenting an inaccurate or incomplete Covenant of
Integrity, and may cause the rejection of the offer for prohibited conduct.
ITB 4.1 Maximum number of members in the JV/Consortium shall be: Three
Lead member shall have minimum 40% participation and other members shall have
minimum 20% participation in the proposed JV / Consortium for this work. The lead
member must be technical and have maximum participation in the JV/Consortium.
In case of JV / Consortium, change in constitution or percentage participation of
JV/Consortium shall not be permitted at any stage after their submission of Bid and
thereafter.
The authorized representative from lead member of JV/Consortium shall be signatory of
the bid.
ITB 4.2(e) No Bidder can be a subcontractor while submitting a Bid individually or as a partner of a
JV / Consortium in the same bidding process. A Bidder, if acting in the capacity of
subcontractor in any Bid, may participated in more than one Bid, but only in that capacity.
ITB 4.5 This Bidding process is in Single stage two-packet system through e-tender portal of
Maharashtra Metro Rail Corporation Limited. Unless otherwise approved by the
Employer, the Bids for this Contract will be considered only from those companies,
corporation, partnerships, consortia and joint ventures who pass the Eligibility Criteria
under Section-III based on submissions with the Bid. Technical bids of only such eligible
Bidders will be evaluated.
ITB 4.7 A firm, who has purchased the Bidding Document in their name, can submit the Bid either
(New Para) as individual firm or in JV / Consortium.
ITB 4.9 In case, the Bidder is a JV/Consortium, a detailed JV/Consortium Agreement between the
(New Para) Members of such JV/Consortium stating clearly their inter-relationship and division of work
and obligations among the Members as mentioned in ITB 4.13 below should be submitted
along with the Bid for proper examination by Maharashtra Metro Rail Corporation
Limited. The format of the JV/Consortium Agreement is provided in Section-IV: Bidding
Form (Form 8).
ITB 4.10 Further, a Power of Attorney signed by all the JV/Consortium Members duly supported by
(New Para) their board resolutions must also accompany the Bid authorizing the Lead Member, inter-
alia, to submit the Bid on their behalf. The formats of the Power of Attorney as well as
the board resolution are provided in Section IV: Bidding Form (Form 9). As the Contract
Agreement will be required to be executed by all other Members of the Consortium also
in addition to signing by the Lead Member, therefore each of such other Members is
Page 23
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
This power of attorney should be registered at appropriate authority & easily verifiable.
ITB 4.13 Where the Bidder is a Consortium or Joint Venture, the Bidder shall submit the following
(New Para) additional information to meet the qualification criteria for eligibility:
(a) A Memorandum of Understanding / Consortium Agreement shall be provided duly
notarized by the notary public of country of origin and should be stamped by Embassy
/ High Commission. Bidders from Member Countries of Hague convention may submit
all these documents with “Apostille” stamp instead of Embassy.
(b) Nomination of one of the Members of the Consortium or Joint Venture to be in-charge
(“Lead member”); and this authorization shall be covered in the Power of Attorney
signed by the legally authorized signatories of all Members of Consortium or Joint
Venture.
(c) Details of the intended financial participation by each member shall be furnished
with complete details of the proposed division of responsibilities and relationships
among the individual Members.
(d) The Lead member shall be authorized to incur liabilities, receive payment (if
provided for in MoU / Consortium Agreement) and receive instructions for and on
behalf of any or all Members of the Consortium / Joint Venture.
(e) All members of the Consortium / Joint Venture shall be jointly and severally
responsible for the execution of the Contract in accordance with the terms and
conditions of the Contract.
(f) In case of the Bidder being Successful, the JV / Consortium Agreement shall be
registered at any place in India so as be legally valid and binding on all partners /
members
(g) The Bid shall be signed so as to be legally binding on all the Members of the
Consortium.
ITB 4.14 The Bidder shall submit with the Bid full details of its ownership and control or, if the
(New Para) Bidder is a Consortium, full details of ownership and control of each Member thereof. The
required information should be submitted as per Form 4.11 in the Section IV: Bidding
Forms.
ITB 4.15 Indian Bidders, or Indian Members of a Consortium shall submit, a copy of the Permanent
(New Para) Account Number (PAN) issued by the Income Tax Authorities and a certified copy of the
last 3 years (including the latest Financial Year) income tax return, duly acknowledged by
Income Tax department with their Bid and the Technical Package. In case the Indian
member of a Consortium is a wholly owned 100% subsidiary of their foreign partner in the
said Consortium and this Indian company has been formed less than 3 years ago, the
certified copy of the latest Financial Year income tax return (applicable only if company
was formed more than a year ago), duly acknowledged by Income Tax department shall
be submitted in the Technical Package.
The foreign partner of the JV/Consortium shall submit appropriate documents pertaining
to their financial capability/ audited balance sheets and clearances of taxes as per the
relevant law of the country of their origin.
Page 24
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
ITB 4.16 Each Bidder (each Member in the case of a Consortium) is required to confirm and declare
(New Para) with its Bid that no agent, middleman or any intermediary has been, or will be, engaged
to provide any services, or any other item or work related to the award and performance
of this Contract. Such Bidder or Member will have to further confirm and declare in the
Bid that no agency commission or any payment which may be construed as an agency
commission has been, or will be, paid and that the Contract Price will not include any such
amount. If the Employer subsequently finds to the contrary, the Employer reserves the
right to declare the Bidder as non-compliant and declare any Contract if already awarded
to the Bidder to be null and void. Specific declaration to this effect exactly as per Section
IV: Bidding Form (Form 18) shall be submitted with the Technical Package.
ITB 4.17 Canvassing or offer of an advantage or any other inducement by any person with a view to
(New Para) influencing acceptance of a Bid will be an offence under laws of India. Such action will
result in the rejection of the Bid, in addition to other punitive measures.
ITB 4.18 Each Bidder (each member in the case of joint venture or consortium or partnership) is
(New Para) required to confirm and declare with their Tender that they (as the case may be) have not
engaged in any fraudulent and corrupt practice as defined in BDS ITB 3.3 and that no agent,
middleman or any intermediary has been, or will be, engaged to provide any services, or
any other item or work related to the award and performance of this Contract and declare
that no agency commission or any payment which may be construed as an agency
commission has been, or will be, paid and that the tender price will not include any such
amount. To fulfil this requirement, the Bidder (each member in case of JV / Consortium)
shall sign and execute the Covenant of Integrity given as Form – 2.2A and the declaration
given as Form 23.
If the Employer subsequently finds these has not been provided, the Employer reserves
the right to declare the Bidder as non-compliant and declare any Contract if already
awarded to the Bidder to be null and void.
ITB 5.2 Bidders are encouraged (Not mandatory & Binding) to adopt Indian sources to the
(New Para) maximum possible extent. However, all plant, materials, supplies, equipment and services
shall be to the satisfaction of the Employer and Engineer. The information on all plant,
materials, supplies, equipment and services included in the Contractor’s Proposal and
incorporated into the Contract shall not, in any event, be construed as a submission to the
Employer under the Contract. Contractor will be required to take specific approval of the
Employer for deployment of plant, materials, supplies, equipment and services in
accordance with the Conditions of Contract and Employer’s Requirements.
B. BIDDING DOCUMENTS
ITB 6.1 • The Bidding Documents consist of s 1, 2, 3 and 4, which include all the Sections
indicated below, and should be read in conjunction with any Addenda issued in
accordance with ITB 8.
Page 25
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
minutes of the pre-bid meeting (if any), or Addenda to the Bidding Documents in
accordance with ITB 8(Downloaded / Uploaded by Bidder). In case of any contradiction,
documents available / uploaded on E-Tender portal of Employer shall prevail.
ITB 6.4 Following is added to existing ITB 6.4
Failure to comply with the requirements of the Bidding Documents and to furnish all
information required by the Bidding Documents or submission of a Bid not substantially
responsive to the Bidding Documents in every respect will be at the Bidder’s risk and may
result in rejection of its Bid.
ITB 6.5 The Bidder shall not make or cause to be made any alternation, erasure or obliteration to
(New Para) the text of the Bid Documents.
ITB 6.6 The document including the Bid Documents and all attached documents provided by
(New Para) Maharashtra Metro Rail Corporation Limited are and shall remain or becomes the property
of Maharashtra Metro Rail Corporation Limited and are transmitted to the Bidders solely
for the purpose of preparation and the submission of a Bid in accordance herewith. The
provision of this Para shall also apply mutatis mutandis to the Bids and all other documents
submitted by the Bidders, & Maharashtra Metro Rail Corporation Limited will not return
to the Bidders any Bid, document or any information provided along therewith.
ITB 6.7 Contents of Supporting Documents
(New Para)
ITB 6.7.1 The references documents, reports, drawings containing site information included in the
(New Para) Bidding Documents are for general information only and any interpretation of the results
shall be construed as opinions only and not as representations or warranties as to the
actual site conditions. The Bidders’ attention is specifically drawn to ITB 6.7.3 below.
ITB 6.7.2 The Bidders shall note the existence of over ground, at grade, utilities and infrastructure
(New Para) in the near vicinity of the Works to be constructed.
ITB 6.7.3 The accuracy or reliability of the documents and reports referred to in this Para ITB 6.7
(New Para) and of any other information supplied, prepared or commissioned at any time by the
Employer or others in connection with the Contract is not warranted. The Bidders’
attention is drawn to Clause 4.10 of GC in this regard. The Bidder should visit, examine
and assess the Site including working conditions and will be deemed to have satisfied
himself of the risks and obligations under the Contract.
ITB 7.1 For Clarification of bid purposes only, all correspondence to be made through mail to
the below mentioned email address & addressed to
ED, Procurement & Contracts, Maharashtra Metro Rail Corporation Limited.
Email address: [email protected]
All correspondence from Maharashtra Metro Rail Corporation Limited pertaining to this Bid till
award of the work shall be done by authorized representative of Maharashtra Metro Rail
Corporation Limited. The Bidders are advised to regularly check their email ID registered with
their user account at e-tendering portal https://mahametroRail.etenders.in for any
update/addendum/corrigendum/pre-tender and post-bid queries/any other correspondence
by the Employer.
The Bidder is requested, to submit any questions in writing, to reach the Employer
before the date and time specified for Pre-Bid meeting in NIT & ITB 7.4. The bidder may
send such queries either by post to the address mentioned in the bid document or send
by mail to mahametroRail.etenders.in
ITB 7.1.1 Should the Bidder for any reason whatsoever, be in doubt about the meaning of anything
(New Para) contained in the Bid Documents or the extent of detail in the Works Requirements (General
Specification and Technical Specification) and Bidding Drawings, the Bidder shall seek
clarification from Maharashtra Metro Rail Corporation Limited, not later than the date
specified. Bidders are advised to use the format attached in Section IV: Bidding Forms (Form
for seeking clarification) while seeking clarifications.
ITB 7.1.2 Maharashtra Metro Rail Corporation Limited will comply with the principle of equal
(New Para) opportunity and fair treatment to respond to the questions / queries raised or
clarifications sought by the Bidders on or before the date mentioned in BDS at ITB 7.1
above. All reply of queries and clarifications, in writing shall be up loaded on e-tender
portal of Maharashtra Metro Rail Corporation Limited accessible to all prospective bidder.
No verbal clarification shall be replied except the queries pertaining to the procedures
of submission and uploading of bid on e-tender portal.
Page 26
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
ITB 7.1.3 Maharashtra Metro Rail Corporation Limited may also on its own motion, if deemed
(New Para) necessary, issue interpretations and clarifications to all Bidders. All clarifications and
interpretations issued by Maharashtra Metro Rail Corporation Limited shall be deemed to be
part of the Bid Documents. Verbal clarifications and information given by Maharashtra Metro
Rail Corporation Limited or its employees or representatives shall not in any way or manner
be binding on Maharashtra Metro Rail Corporation Limited.
ITB 7.2 Following is added to existing ITB 7.2
Any site information given in this bidding document is for guidance only. It shall be
deemed that the Bidder has undertaken a visit to the Site of the Works and is aware of
and has ascertained itself, the site conditions, traffic, location, surroundings, climate,
availability of power, water and other utilities for construction, access to Site, handling
& storage of materials, weather data, applicable laws and regulations, and any other
matter considered relevant by it prior to the submission of Bid.
ITB 7.4 A Pre-Bid meeting shall take place at the following date, time and place: As per NIT
ITB 7.5 Replace provisions of ITB 7.5 with the following
The bidder may send such queries either by post to the address mentioned in the bid
documents or by e-mail:- [email protected]
ITB 7.6 Responses to queries shall not be sent individually to each bidder. It shall be published
on e-tender portal of Maharashtra Metro Rail Corporation Limited
https://mahametroRail.etenders.in. However, email notices shall be sent to all bidders when
new information is uploaded on e-tender portal of Maharashtra Metro Rail Corporation
Limited https://mahametroRail.etenders.in.
ITB 7.7 Bidders should alert the Employer in writing with a copy to Funding Agency (EIB) to
(New Para) [email protected] in case they consider that certain clauses or technical
specifications of the Tender Documents might limit national competition or introduce
an unfair advantage to some bidders
ITB 8.2 Following is added to existing ITB 8.2
All correspondence exchange shall be in the English language. Language for translation
of supporting documents and printed literature is English.
Supporting documents related to eligibility criteria enclosed with the bid, other than
English Language, should be translated into English and will have to be endorsed by the
Indian Embassy or notarized / registered with appropriate statutory authority in the
jurisdiction where the supporting document is being issued.
However, such documents provided by a Bidder from a country which has signed The
Hague Legislation Convention 1961 is not required to be endorsed by the Indian Embassy,
if it carries a conforming Apostille Certificate.
The Bidder should provide the relevant contact number and E-mail ID along with the
postal address, in English, of issuing authority / agency of such documents for
verification purpose.
ITB 11 Documents Comprising the Bid.
Replace the Para 11 and its Sub-Paras with the following:
ITB 11.1 General Requirements
ITB 11.1.1 All documents issued for the purposes of bidding as described in ITB 7, and any
amendments issued thereof shall be deemed as incorporated in the Bid.
Page 27
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
ITB 11.1.2 The Bidder shall, on or before the date and time given in the Notice of Invitation to Bid
upload his Bid on e-tendering portal https://mahametroRail.etenders.inin accordance
with provisions in ITB 22.1.
The Bidder shall, on or before the date given in NIT, submit his Bid online and follow
the procedure and steps of E-Tender portal of Maharashtra Metro Rail Corporation
Limited Details have been given in E-Toolkit given in Annexure-II-A.
Financial Package: Financial bid form to be duly filled up directly in the Commercial
Envelope only on e-tender portal and not anywhere else.
• Bidder should ensure that the no part of the Financial Bid should be up-loaded
anywhere in the Technical envelope, if the bidder does so then his bid will be rejected
out rightly.
• The original Bid Security shall be submitted within three working days from the last
date stipulated for submission of bid at the office of Maharashtra Metro Rail
Corporation Limited at address given above.
For Bid Securing Declaration: Refer BDS ITB 19.1 below
Bill of Quantities also referred to as the Pricing Document.
ITB 11.1(d) Alternative bid is not permissible.
ITB 11.1 (i) The bid documents shall include the bid document including corrigendum/ addendum/
clarifications provided by the Employer during the course before submission of Bid. Failure by
the bidder to upload the same shall render the bid to be considered as non-responsive and the
bid shall not be validated.
ITB 11.2 Bid Security: Refer BDS ITB 19.1 below
ITB 11.3 Pre-qualification Package
ITB 11.3.1 The pre-qualification documents shall comprise of all information and supporting
documents as per Section-III: Evaluation and Qualification Criteria.
ITB 11.4 Technical Package/Technical Section
ITB 11.4.1 The Bidder shall submit/ upload (through digital signature in the “Technical Package”/
(Additional “Technical Section’’ in the e-tender portal of MAHA-METRO.
para) 1. Bidder shall first download the Complete Bid Document along with all
Corrigendum/Addendum/Clarification etc. by logging in with E-Tender using his DSC
(i.e. DSC of POA/ Owner) read & examine the document & process carefully.
2. For submission of Tender Document and Corrigendum, Tick (√) Submission Process has
been enabled in Technical section of E-Tender Portal of MAHA-METRO. Bidders have to
tick (√) the corresponding checkbox provided in the Technical Section of E-Tendering
portal as a token of acceptance of these bid documents & corrigendum / Addendums.
By clicking the tick (√) the bid documents & corrigendum /addendum shall automatically
attach to offer of bidder. Further bidder may proceed for submission by clicking submit
button.
3. If the bidder has completed the submission process of his bid before due date of
submission and in between employer issues a corrigendum, in this circumstance the
bidder has to re-submit his bid by “clicking tick (√)” to the new added corrigendum, in
case the new corrigendum has any implications to his already submitted bid. Bidder
may, at his option, amend his bid accordingly & re-submit it.
4. Physical Sign & seal of bidder on each page of Bid Documents available online is
required.
5. Scanned copy of all enclosures required as described in the Bid Document at various
places shall be uploaded in Technical Section / Technical Envelop of E-Tender Portal.
6. Each entity of Technical Section / Technical Envelope have a capacity to upload a
document of 10 MB.
7. If any enclosure is more than 10 MB, it may be split by bidder to the size of 10 MB or
less & proceed further for uploading in Technical Section / Technical Envelope.
8. If the technical enclosures are more in number than the fixed entity of Technical
Section / Technical Envelope. Bidders have option to upload any number of documents
Page 28
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Overall responsibility of quality for manufacture, testing, commissioning and DLP shall
be with the Consortium member based on whose experience and strength, the Bidder
has qualified for this Bid.
ITB Outline Safety Plan (Form 4.8 under Section IV: Bidding Form): The Bidder shall submit
11.4.1.9 as part of its Bid an Outline Safety Plan which shall contain sufficient information to
demonstrate clearly the Bidder’s proposals for achieving effective and efficient safety
procedures in the design, manufacture, testing & commissioning of the Works. The
Outline Safety Plan should include an outline of the safety procedures and regulations
to be developed and the mechanism by which they will be implemented for ensuring
safety including Hazard Analysis, Fire Control, Electro Magnetic Compatibility/Electro-
magnetic Interference control, reliability, availability and maintainability requirements
as given in the Works Requirements (Clause 14.5 and 14.6 of General Specifications,
Page 29
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Part 2, Section VII-A) and Clause 5 and 12 (Sub Clause 4.8, 4.22) of Part B – Specific
Provisions of Section IX-Particular Conditions.
The Outline Safety Plan shall be headed with a formal statement of policy in relation to
safety and shall be sufficiently informative to define the Bidder’s Safety Plans and set
out in summary an adequate basis for the development of the Site Safety and Safety in
transportation to be submitted in accordance with Works Requirements and Clause 12
(Sub Clause 4.8, 4.22) of Part B – Specific Provisions of Section IX-Particular Conditions.
The Bidder may be requested by Maharashtra Metro Rail Corporation Limited in writing
to amplify, explain or develop its Outline Safety Plan prior to the date of acceptance of
the Bid and to provide more details with a view to reaching provisional acceptance of
such Plan.
ITB Outline Environmental Plan (Form 4.9 under Section IV: Bidding Form): The Bidder shall
11.4.1.10 submit as part of its Bid an Outline Environmental Plan setting out in summary form its
intended means of complying with the Employer’s Safety, Health and Environment
Manual and noise standards for the Works (refer Clause 9 - Sub Clause 4.8 of Part B –
Specific Provisions of Section IX-Particular Conditions). This shall be an adequate basis
for the development of the more detailed document to be submitted under Works
Requirements. This shall form the basis for the submission of a detailed and
comprehensive Environmental Plan to be submitted in accordance with Works
Requirement (Clause 3.6.3 of General Specifications, Part 2, Section VII-A) at the time
of detailed design.
The Bidder may be requested by Maharashtra Metro Rail Corporation Limited in writing
to amplify, explain or develop its Outline Environmental Plan prior to the date of
acceptance of the Bid and to provide more detail with a view to reaching provisional
acceptance of such a Plan.
The Bidders (each member in case of JV / Consortium) shall sign and execute the
Environmental and Social Covenant given as Appendix – 2.2B and submit with the Tender.
ITB The Structure of the Bidder including details of ownership and control of the Bidder
11.4.1.11 (Form 4.11 under Section IV: Bidding Form).
ITB Project Management Plan (Form 4.10 under Section IV: Bidding Form): The Bidder shall
11.4.1.12 submit with its Bid a Project Management Plan including staffing schedule as prescribed
in Works Requirements (Clause 3.3 of General Specifications, Part 2, Section VII-A),
inter-alia, indicating names, qualifications, professional experience and corporate
affiliation of all proposed key management and engineering personnel (above the level
of supervisor) and specialists. Details shall be included for all such personnel whether
directly employed or engaged on a consultancy or advisory basis and whether associated
with the design or the construction of the Works. The submission shall include a
provisional management structure and organization chart showing areas of
responsibility, relative seniorities and lines of reporting.
The Bidder shall include its proposals for its Co-ordination Control Team and include the
name and qualifications of the Team Leader responsible for the interface co-ordination
with Designated Contractors. The key staff for design and construction shall be from that
member of the JV / Consortium of the Subcontractor on the experience of which, the
JV / Consortium has been pre-qualified.
The successful Bidder shall deploy those proposed key management and engineering
personnel. Should they be not available for the Work, the successful Bidder shall deploy
an equivalent or superior expert (in qualification, experience and capability) acceptable
to the Employer and subject to the written prior approval of Employer.
ITB Staffing Schedule and Organization Chart as per ITB 11.4.1.13 above (refer Form 4.1
11.4.1.13 under Section IV: Bidding Form)
ITB Bidder’s Proposed Works and Design submission Programme.
11.4.1.14
(1) The Bidder shall submit with its Bid, a Works Programme which shall indicate how the
Bidder intends to organize and carry out the Works and achieve Stages and complete the
whole of the Works by the appropriate Key Dates. Detailed requirements for the Works
Programme are set out in Section IV: Bidding Forms (Form 4.3).
Page 30
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Periods for each stage of work are given in Part 3, Section IX, PC Part A –Contract Data
(Table – Summary of Sections). The Works Programme shall be prepared in terms of
weeks from Commencement Date of Works.
The Works Programme given in the Bid shall not in any event be construed as a submission
of the Works Programme as required to be furnished according to the Works
Requirements.
(2) The Bidder shall submit with its Bid its proposed Design Submission Programme to cover
the Design Phase. Such proposed Programme shall:
(a) be consistent with the Works Programme as detailed in Works Requirements;
(b) Include a Schedule identifying, describing, cross-referencing and explaining the
Design Packages and Submissions which the Bidder intends to submit;
(c) take due account of the design co-ordination interface periods during which the
Contractor shall be required to undertake and complete all aspects of design co-
ordination with other contractors (Designated Contractors) engaged in the design of
the Project such that each contractor can complete its coordinated design in the
knowledge that such design will be compatible and coordinated with others and
allowing adequate time for the Employer’s assessments and decisions.
The proposed Design Submission Programme submitted at the time of Bid shall be
modified and developed as necessary during the Contract Period to incorporate the
Employer's programme requirements in respect of review by the Employer and the
Engineer.
(3) The Bidder’s attention is drawn to the Works Requirements (Clause 2.5 of General
Specifications, Part 2, Section VII-A) and the requirements that the initial Proposed
Works Programme and Design Submission Programme shall be submitted within the
period stipulated in Works Requirements. However, the Bidder should note that it may
be requested by Maharashtra Metro Rail Corporation Limited in writing to amplify,
explain & develop its proposed Works Programme prior to award of Contract.
(4) The proposed Design Submission Programme and other submissions given in the Bid shall
not, in any event, be construed as a submission as required to be furnished as per the
Works Requirements.
ITB Manufacture, Installation, Testing and Construction Methods: The Bidder shall submit
11.4.1.15 with its Bid, the methods by which the Bidder intends to manufacture and test the
systems/subsystems offshore as well as in India. Details shall be given of the locations
and arrangements for offshore work, the facilities available and any understanding from
others that the Bidder has in such matters. The manufacturing methods to be employed,
the equipment’s and facilities available or proposed to be set up off-shore and/or in
India, will be analyzed during technical evaluation and shall be in sufficient detail to
allow a full appreciation of the Bidder’s proposals in relation to all aspects of the Works.
ITB Undertaking regarding confidentiality of Bid information (as per format provided in
11.4.1.16 Section IV: Bidding Forms (Form 13))
ITB Certificate confirming receipt of all Bidding Documents addenda (as per format provided
11.4.1.17 in Section IV: Bidding Forms (Form 17);
ITB Declaration for non-engagement of any agent, middlemen or intermediary (as per format
11.4.1.18 provided in Section IV: Bidding Forms (Form 18);
ITB Certificate from the Bidder that all the contents of the Bidding Documents have been
11.4.1.19 carefully examined by the Bidder and all the pages of Bidder’s proposal have been signed
and stamped as per pro-forma as given in Section IV: Bidding Forms (Form 19).
ITB Letters of undertaking for ensuring supply of critical spares and availability of technical
11.4.1.20 support (as per format provided in Section IV: Bidding Forms (Form 20));
ITB Bid Index (Form 10 under Section IV: Bidding Form): The Bidder shall include with his Bid
11.4.1.21 an index which cross refers all of the Employer’s bidding requirements elaborated in
these documents to all the individual sections of Technical Package and Financial
Package which the Bidder intends to be the responses to each and every one of those
requirements.
ITB Details of providers of guarantees and warranties (refer BDS ITB 43)
11.4.1.22
ITB Clause by clause commentary as detailed below:
11.4.1.23
Page 31
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
(1) The Bidder shall provide a valid and fully compliant proposal for the Works as detailed
in the Works Requirements. The Bidder shall submit a detailed clause-by-clause
commentary on all the clauses of the Works Requirements.
(2) Bidders shall note that their comments to the clause-by-clause commentary wherever
given shall only be in the following form:
• Complied: “Complied” shall be indicated by the Bidder where the Bidder is able to
comply fully with the clause.
• Noted: Where a clause merely provides information, and no other comment is
necessary, “Noted” will suffice.
• Not Complied: Where the Bidder is not able to comply fully with certain clauses or
has any observation or proposes an alternative design, “Not Complied” shall be
indicated and comments if any of the Bidder shall be indicated in detail. All Clauses
with status as “Not Complied” shall be included in the statement of Deviations and
shall be priced in Financial Package.
(3) Bidders shall also note that:
• Any comment by the Bidder in the Clause-By-Clause Commentary, other than either
of “Complied”, “Noted” or “Not Complied” shall be treated as “Not Complied”.
Unless Bidder prices against such clauses in the Financial Package, the comment shall
be considered as unconditionally withdrawn with no financial implications and shall
be considered as NULL and VOID.
(4) A Bid without a Clause-by-Clause Commentary as stated above, is liable to be treated as
unresponsive and be rejected.
(5) Should any further document be required in pursuance to ITB 11.4.1.23, the Bidder will
be instructed by the Employer which package of the Bid submission is to contain such
document. The documents identified in BDS ITB 11.4.1.5, 11.4.1.13 and 11.4.1.21 will
be used for the purpose of analyzing and evaluating the Bid but will not form part of the
Contract unless same shall have been expressly incorporated into the Contract.
ITB Supporting Technical Documents: The Bidder shall submit with the Technical Package
11.4.1.24 the documents that are identified in paragraphs below. These documents will be used
for the purpose of evaluating and analyzing the Bid but will not form part of the
Contract, unless the same shall have been expressly incorporated into the Contract.
(a) Details of providers of guarantees and warranties (see ITB 43);
(b) Proposals for use of Site and Site management (see ITB 11.4.1.25below)
(c) Understanding of scope of works (see Section VII-B Particular Specifications)
(d) Details of works including specialized works if already decided to be subcontracted
(see ITB 34& submit details in Appendix 4.4-B of Form4.4 under Section IV. Bidding
Forms)
(e) Documents amplifying the Bidder’s Technical proposal as described in Section IV:
Bidding Forms (Form 4.4)
ITB Proposal for use of Site and Site Management:
11.4.1.25
(1) The Contractor will be given access to the Site in accordance with Clause 2.1 of GC. The
Bidder shall submit with their Bid details of their proposed use of the works areas as
described in the Works Requirements and such other areas in or in the vicinity of Pimpri
Chinchwad Municipal Corporation & Pune Municipal Corporation which they propose
to use for the purpose of executing the Works. Such details shall be subject to the
provisions of the Works Requirements and shall include proposed preparatory work,
arrangement for access to these temporary work sites or other areas and proposals for
reinstatement on completion.
(2) The Bidder shall show, in outline, his proposed site layouts for:
(a) Accommodation and other facilities
(b) Fabrication and storage areas.
(c) Temporary storage and unloading areas.
(3) The Bidder shall indicate his proposals for the provision of utility services to the Site.
The Bidder is to note that the Contractor will be fully responsible for the provision of all
utility services necessary for the construction and completion of works as described in
the Works Requirements.
(4) The Bidder’s attention is drawn to the requirement that access to the Site or parts of
the Site will, from time to time, have to be shared with other contractors carrying out
works on, or in the vicinity of the Site including, without limitation, works relating to
design and construction of stations; design, manufacture and installation of signaling,
Page 32
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
train control and telecommunications on the corridors; design, manufacture, supply and
commissioning of rolling stock; design, manufacture and installation of lifts & escalators
on the corridors; installation of Track work; design, manufacture, supply and installation
of automatic fare collection / platform screen doors; construction, manufacture and
installation of Depot and equipment’s etc. Bidder may refer to Works Requirements –
General Specifications and Works Requirements – Technical Specifications for details.
ITB Any further documents which have been requested in accordance with ITB 8.4 above.
11.4.1.26
ITB In case of an incorporated Bidder (or Consortium Members who are incorporated) copies,
11.4.1.27 in English, of the Memorandum and Articles of Association or equivalent expression of
corporate capacity.
ITB Details of previous collaborations between JV/Consortium members in any other project.
11.4.1.28
ITB PAN details as per ITB 4.15 above (for Indian companies)
11.4.1.29
ITB One set of complete Bid Documents (including all addenda) un-tampered, signed and
11.4.1.30 stamped on right hand bottom corner of each page and reference documents signed and
stamped.
ITB A declaration by the Bidders as per Section IV: Bidding Forms (Form 14) must be
11.4.1.31 submitted stating that the Bid Documents have been downloaded from official website
of e-tendering portal https://mahametroRail.etenders.in and no changes, what so ever,
has been made by the Bidder. Bids received without the declaration are also liable to be
rejected at any stage.
ITB Any further documents which are requested in writing by Employer before submission of
11.4.1.32 the Bid by way of evaluation documents, but which are not to form part of the Contract.
ITB 11.4.2 Designer
ITB The design of the Works shall be undertaken by a Designer or the design wing of the
11.4.2.1 Bidder (the Designer) who has experience in the design / design checking of similar works
respectively as in scope of Bid. Approval of the proposed Designer intended to be
engaged shall be obtained from Employer before engaging the Designer by the
Contractor.
ITB The Bidder shall submit with his Bid details of the agencies proposed to be hired and
11.4.2.2 either the proposed terms and conditions upon which the Designer would be appointed
in the event of acceptance of the Bid (excluding the financial and commercial terms
thereof) or at least a statement of the heads (salient features) of such an agreement.
The Bidder should note that, if heads of agreement are supplied with the Bid, the Bidder
may be required to develop such heads into a full agreement during the Bid evaluation
period and to submit the agreement in its final form prior to award of the Contract.
Bidder should note that submission of the details of the agencies in the Bid does not
mean approval of the agencies. The successful Bidder will be required to submit proposal
for the agencies after award of the Contract for approval. Submission at Bid stage is only
for the point of view of understanding of the offer of the Bidder.
ITB The Bidder shall confirm that the terms for engagement of the Designer will include for
11.4.2.3 certification of the As-Built drawings, and regular inspection of the Works to confirm
that the construction complies with the intent of the design.
ITB 11.5 Financial Package
ITB 11.5.1 (a) Summary sheet provided in the Commercial Envelope Section of E-Tender portal of
Maharashtra Metro Rail Corporation Limited shall be duly filled up online.
(b) Few prices schedules may require to be filled up physically and should be signed and
stamped by authorized signatory/POA of bidder or POA of lead member of
JV/consortium and scanned copies of such schedules may be uploaded as instructed
in the BOQ or tender portals. (Deleted)
The Bid Total Price includes all Taxes and Duties as per Goods &Service (GST) Act, net
of input credit (if any) and Custom Tariff Act, Royalties, Cess etc. The price to be quoted
shall be the total price of the Bid as elaborated in PART 1 Bidding Procedures, Pricing
Documents Annexure IV-A.
The Financial Package should be separately completed, each page duly signed and
stamped and submitted / uploaded as per procedure in e-tender portal. No pricing
information shall be submitted in any manner except in the Financial Proposal. The
Page 33
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Pricing Document or any pricing information, if submitted by the Bidder along with the
Technical Proposal or in any other manner other than the Financial Proposal Pricing
Document envelope, will render the bid liable for rejection.
The prices shall be entered at the prescribed place in the Pricing Document. These prices
should include all costs associated with or required to be incurred for the purpose of
execution of the Contract in accordance with the terms thereof.
ITB 12.2 The Letter of Bid with all Schedules/ Forms shall be completed and signed by a duly
(New Para) authorized and empowered representative of the Bidder. If the Bidder comprises a
Consortium the Letter of Bid shall be signed by a duly authorized representative of the
Lead Member. Signatures on the Letter of Bid shall be witnessed and dated. Copies of
relevant powers of attorney shall be attached.
ITB 13.1 Alternative bids shall not be permitted under ITB 13.2, ITB 13.3, or ITB13.4.
ITB 13.2 Alternative times for completion not permitted.
ITB 13.4 Alternative technical solutions shall not be permitted
ITB 14.1 No discounts are allowed and also not to be quoted by the bidder in the Letter of Bid
and in the Schedules.
ITB 14.2 Replace provisions of ITB 14.2 with the following:
The Bidder shall complete the Pricing Document in accordance with the instructions
given therein. The completed Pricing Document shall be submitted with the Letter of
Financial Bid.
The Bidder is to note that Key Dates are to be determined by reference to periods from
the Commencement Date of the Works. Periods for each stage of Work are given in
Section IX. Particular Conditions, Part A –Contract Data ‘Table – Summary of Sections’.
Milestones Dates shall be, likewise, determined by reference to the respective periods
from the Commencement Date of the Works. It is the intention that, prior to Date of
Commencement, Key Dates and Milestones will be converted to calendar dates.
Prior to award of Contract, the successful Bidder shall reformat the Pricing Document,
Schedule of Milestones, Key Dates / and the Work Programme, so as to correlate between
these documents, as required by the Employer.
ITB 14.3 The price quoted in the commercial envelope in e-tender portal of Maharashtra Metro
Rail Corporation Limited shall be the total price bid.
ITB 14.4 No discounts or any either methodology shall be quoted by the bidder in the Letter of
Bid by the bidder.
ITB 14.5 For price adjustment / variation, refer to instructions / conditions provided in the
Section IX-Particular Conditions of Contract Sub-Clause 13.8.
ITB 14.7 The price quoted by bidders deemed to be inclusive of all kinds of duties, taxes, Cess
and other levies payable as per GST, Custom tariff act etc. and as prevailing on 28 days
(Base Date) prior to final date of submission of bid (Closing time & date of submission of
online bid).
ITB 14.8 Bidders shall quote for the entire work on a “single responsibility” basis such that the
(New Para) Bid Price covers all Contractor’s obligations mentioned in or to be reasonably inferred
from the Bid Documents in respect this Contract P1 Misc-28/2021 and completion of the
whole of Works. This includes all requirements under the Contractor’s responsibilities
for testing & commissioning of the works including integrated testing & commissioning,
the acquisition of all permits, approvals and tender licenses, etc.; the operation,
maintenance and training services and such other items and services as may be specified
in the Bid Documents.
ITB 14.9 The Bidder shall submit with its Bid (Financial Package) Milestone Payment Schedule,
(New Para) which shall show in tabular form the anticipated accumulated value of work done for all
Cost Centers put together. The Bidder shall also submit monthly cash flows for the
Contract. Both Milestone Payment Schedules and monthly cash flows shall be submitted
for each currency of the Contract separately. The Milestone Payment Schedule shall be
consistent with the proposed Works Programme.
Page 34
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
ITB 14.10 If the Bidder is requested by Maharashtra Metro Rail Corporation Limited in writing to
(New Para) amplify & develop its proposed Work Programme & Design submission Programme
pursuant to BDS ITB 11.4.1.14 above, the Bidder will be required to amend the Monthly
Payment Schedule so as to be consistent with the Proposed Works and Design submission
Programme with a view to reaching provisional acceptance of the amended version. If
such provisional acceptance is notified, the Bidder shall be required, prior to award of
Contract, to submit such amended versions as its proposed Monthly Payments conditional
only upon acceptance of its Bid.
ITB 14.11 The Bidder should note Sub-clause 14.7 of the General Conditions (GC) and Clause 48
(New Para) (Sub-Clause 14.2) from Part B- Specific Provisions of the Particular Conditions (PC) that
describes the method of determining interim payments by reference to Milestone
payments.
ITB 14.12 The Bidder shall submit its Bid without any deviations to the Bid Documents.
(New Para)
ITB 14.13 The Employer may get, from the Government, partial or complete waiver of taxes under
(New Para) GST, royalties, Labour, cess, and other levies payable to various authorities. The
successful Bidder (the Contractor) shall maintain meticulous records of all the taxes and
duties paid under GST etc. and provide the same with each running bill. In case the
waiver becomes effective, the Contractor will be advised on the process to be followed
to obtain the refund from the concerned authority. The Contractor shall arrange for the
remit of the refund to the Employer. In case of failure by the Contractor to remit such
amounts, the same shall be recovered from amounts due for payment to the Contractor.
The Pro forma of undertaking is provided in Part-1: Bidding Form (Form 21).
ITB 14.14 With the Bid submission, the Bidder shall submit the Pro forma of undertaking provided
(New Para) in Part-1: Bidding Form (Form 22) stating that registrations under various fiscal and
labour laws like GST, Profession Tax, Import Export Code, Employee State Insurance,
Provident Fund, Maharashtra Labour Welfare Fund, shall be obtained by the bidders in
the event of award of the work.
ITB 14.15 (DELETED)
(New Para)
ITB 14.16 Maharashtra Metro Rail Corporation Limited project is covered under Project Import
(New Para) Chapter 98.01 of Custom Tariff Act according to which only concessional custom duty is
payable. The Bidder should avail this benefit and pass on the benefit of the same to
Maharashtra Metro Rail Corporation Limited.
As regards registration under Project Import, after the award of the contract,
Maharashtra Metro Rail Corporation Limited at the written request of Contractor shall
facilitate the Contractor for obtaining sponsoring / recommendation letter from the
Ministry of Urban Development / Government of Maharashtra forgetting themselves
registered for availing Project Import benefits. The responsibility to avail the
concessional benefits under Project Import shall solely rest with the Contractor.
ITB 14.17 The Contractor shall maintain details of Taxes paid/payable under GST Law and submit:
(New Para) • Certificate of the Chartered Accountant in regard to turnover& other details of GST
related to the project of Maharashtra Metro Rail Corporation Limited.
• All payments will be subject to TDS provisions in force from time to time.
ITB 14.18 In view of above, the Bidders are advised to quote the price inclusive of all Taxes, and
(New Para) Duties as per Goods & Services (GST) Act, net of input credit (if any) and Custom Tariff
Act etc., Royalties, Cess etc. and all other incidental charges required to fulfill the
bidding conditions including statutory deduction viz., TDS towards Income Tax / Works
Contract Tax etc. after considering ITB 14.7 to 14.18 above.
ITB 15.1 The currency(ies) of the bid and the payment currency(ies) shall be in Indian National
Rupees (INR) in which the Bid Price is expressed in the Bid of the successful Bidder.
ITB 15.3 Interim payments in relation to each Cost Centre will be certified and paid, in
(New Para) accordance with the provisions of Clause 14.7 of the GC and Clause 48 (Sub-Clause 14.2,
Advance Payment) of Part B- Specific Provisions of the PC in the currency shown against
the relevant Milestone.
ITB 16.2 The Bidder shall be required to amplify, explain and develop the Contractor's Technical
(New Para) Proposals in substantially great details during the Bid evaluation period such that they
may be confirmed as complying clearly with the Works Requirements and, in accordance
with BDS ITB 8.4 herein, can be incorporated into the Contract. Only those aspects of
Page 35
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
the Contractor's Technical Proposal that the Employer (at his sole discretion) considers
clearly conforming, will form part of the Contract.
ITB 18.1 The bid validity period shall be 180 days
ITB 18.3 The bid price shall not be adjusted.
(a)
ITB 19.1 Bid Security is required as mentioned below: -
The total bid security amount shall be INR 3,94,156/- submitted as below:
INR 3,94,156/- in form of Bank Guarantee, as per procedure given in bid documents,
from an Indian Schedule commercial bank (excluding Cooperative Banks) or from a
schedule Foreign Bank as defined in Section 2(e) of RBI Act 1934.
(a) A scanned copy of this BG is to be uploaded online and the bidder should ensure
physical submission of the original bank guarantee at the office of Maha-Metro at
address specified in bid document, within 3 working days from the last date
stipulated for submission of the bid documents (online).
(b) If the bidder fails to submit the scanned copy at the aforesaid BG or fails to submit
the original bank guarantee, his Bid shall not be considered for opening & rejected
outright
ITB 19.2 The Bidder shall submit with his Bid a Bid Security for the sum mentioned in BDS/ITB
by BG as specified in ITB 19.1 above. Such Bid Security in form of Bank Guarantee
from an Indian Schedule commercial bank (excluding Cooperative Banks) or from a
schedule Foreign Bank as defined in Section 2(e) of RBI Act 1934 and shall be valid
for a period of 60 days beyond the Bid Validity period stipulated in the Bid.
ITB 19.8 The Bid Security as specified in ITB 19.1 above shall be submitted by the lead member
in case of JV/Consortium.
ITB 20.1 Bids to be submitted through e-tender portal of Maharashtra Metro Rail Corporation
Limited only. (No physical submission of bid is allowed)
The Bidder shall prepare and upload scanned copy of the Bid Securing Declaration, the
documents for Pre-Qualification (Initial Filter Package), Technical Package of the Bid,
and the Financial Package of the Bid, as described in ITB 11. The Bid Security in original
is required to be submitted physically by bidders within 3 working days after online
submission of bid.
ITB 20.3 The written confirmation of authorization to sign on behalf of the Bidder shall consist
of:
A written power of attorney authorizing the signatories of the Bid to commit each
member of the JV/Consortium. The power of attorney (ies) shall be substantially in the
format provided under Section IV: Bidding Forms (Form 9) of these Bidding Documents.
The entire bid documents along with the corrigendum / addendum issued from time to
time & requisite enclosures signed by authorized signatory of bidder shall be uploaded
on e-tender portal of Maharashtra Metro Rail Corporation Limited, failing which the
bid shall be considered as non-responsive.
‘and’
i. A firm, who has purchased the Bid Document in his name shall submit the Bid in his
own name by using his DSC.
ii. In case of JV / Consortium the power of attorney hold of lead member is authorized
to sign all legal documents, bid documents and other enclosures. However, the
digital signature (DSC) of any member of JV/Consortium may be used for accessing
/downloading/uploading & submitting the tender documents.
Page 36
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
iii. Such digital signature (DSC) holders who is submitting the bid / or whose DSC is
being used for accessing / submitting the bid, shall be authorized by POA (Lead
Partner) of JV/Consortium & a notarized authority letter should be enclosed
with the bid.
iv. The facility in the e-tender portal of MAHA-METRO is also available for viewing &
downloading the document free of cost.
D. SUBMISSION AND OPENING OF BIDS
ITB 21.1 Deleted.
ITB 21.2 Deleted.
ITB 21.3 Deleted.
ITB 22.4 Bids shall be submitted through e-tender portal of Maharashtra Metro Rail Corporation
(New Para) Limited only with clearly marked ‘Pre-qualification &Technical Proposal’, containing
documents comprising the Technical Proposal in accordance with the provisions of ITB
16, and the other clearly marked ‘Financial Proposal’, containing Schedule of Prices or
the Pricing Documents in accordance with the provisions of ITB 14.
ITB 22.1 For bid submission purposes: -
No physical submission of bid is allowed. The bid submission has to be strictly done
through e-Bid portal of Maharashtra Metro Rail Corporation Limited.
The deadline for online submission of bids is: As per NIT (as amended).
Bidders must submit their bids electronically only. The electronic bidding submission
procedures shall be:
The Bidder shall, on or before the date and time given in the Notice inviting Bid, upload
his Bid on e-tendering portal (https://mahametroRail.etenders.in) Bidders may refer to
e-tender procedures (Toolkit for using e-tender portal) at Annexure-2A
The Bidders shall furnish the information strictly as per the formats given in the Bid
documents without any ambiguity. The Maharashtra Metro Rail Corporation Limited
shall not be held responsible if the failure of any Bidder to provide the information in
the prescribed formats results in a lack of clarity in the interpretation and consequent
disqualification of its Bid.
The mode of bidding being only e-tendering mode no physical submission of bid is
allowed. The electronic bid opening procedure shall be: The Technical Envelope/
Packages of Online Submitted Bids shall be opened (downloaded) first by the opening
Page 37
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
committee on due date and time of Bid opening in presence of bidders who choose to
remain present.
The Bid Security will be checked for the submission of bid from the downloaded
documents of technical bid submitted by the bidders and details will be read out for the
information of representative of Bidders, present at the time of opening of Bid. The
bidders present shall be informed to sign on attendance sheet about their presence for
the bid opening (downloading).
For the avoidance of doubt, all references to the opening envelopes and reading out in
the preceding shall mean opening and reading out the corresponding Technical Proposal
as applicable. The reading out of the Technical Proposal shall include the presence or
absence of a bid security; and any other details as the Employer may consider
appropriate. The Letter of Bid and the Schedules are to be initialed by a minimum of
two representatives of the Employer attending bid opening. The Employer shall neither
discuss the merits of any bid nor reject any bid (except for late bids, in accordance with
ITB 23.1) at this stage.
The Employer shall prepare a record of the bid opening that shall include, as a minimum:
the name of the Bidder and whether there is a withdrawal, substitution, or modification;
and the presence or absence of a bid securing declaration. The Bidders’ representatives
who are present shall be requested to sign the record. The omission of a Bidder’s
signature on the record shall not invalidate the contents and effect of the record. A copy
of the record shall be distributed to all Bidders.
ITB 25.5 On opening of the Bid, it will be checked if they contain Pre-Qualification Package,
(New Para) Technical & Financial Packages. The Employer shall prepare a record of opening of the,
Pre-Qualification and Technical Package, which shall include, the name of Bidder and
presence or absence of a Bid Security. The Bidder is advised that the Employer's policy
in respect of comparison of Bids is that the Technical Packages will be opened and
reviewed to determine their acceptability & responsiveness to the Works Requirements
and Bidding Drawings. Unacceptable and unresponsive bids will be rejected, and the
corresponding Financial Package will not be opened.
ITB 25.6 After the evaluation of the Technical Proposals in accordance with ITB 27,28, 29 and ITB
(New Para) 30, the Employer shall prepare a list of responsive Bidders for opening of their Financial
Proposals. A date, time and venue will be electronically notified to all Bidders for
announcing the result of evaluation and opening of Financial Proposals. The opening of
Financial Proposals shall be done in presence of respective representatives of responsive
Bidders who choose to be present.
ITB 25.7 The Financial Bid(s)/Package(s) which bidder(s) have uploaded online will be opened on
(New Para) a subsequent date; at least seven (7) days after the evaluation results of Technical Bids
are published on e-Tender portal of Maha Metro. Financial packages of only those Bidders
whose submissions are found substantially responsive and technically compliant will be
opened. The time of opening of Financial Package shall be informed separately to only
the Bidders who have qualified during Pre-Qualification and Technical evaluation stages
and Bidders can be present to witness opening of Financial Package.
Page 38
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
The Employer shall prepare a record of the opening of Price Bids that shall include, as a
minimum: the name of the Bidder, the ‘BID TOTAL LUMPSUM PRICE’ and Pricing for
unqualified withdrawal as per Pricing Document..”
E. EVALUATION, AND COMPARISON OF BIDS
ITB 26.2 Bids shall be deemed to be under consideration immediately after they are opened and
until such time Maharashtra Metro Rail Corporation Limited makes official intimation
of award/rejection to the Bidders. While the Bids are under consideration, Bidders
and/or their representatives or other interested parties are advised to refrain, save and
except as required under the Biding Documents, from contacting by any means,
Maharashtra Metro Rail Corporation Limited and/ or their employees/representatives
on matters related to the Bids under consideration.
ITB 26.4 The Bid Documents, as listed in ITB 6.1 above, and any addenda thereto, together with
(New Para) any further communications, are issued for the purpose of enabling the Bidders to submit
the Bids only. The Bidder shall not disclose any information contained in the documents
or otherwise supplied in connection with this Bid invitation to any third party except for
the purpose of preparing its Bid. The Bidder shall maintain complete confidentiality till
the Contract is awarded except otherwise stated in the Bidding Documents and the
Contract. A letter of undertaking is attached in Section IV: Bidding Forms (Form 13) and
shall be completed by the Bidder and returned in the Technical Package. In the event
that such confidentiality is breached, the Employer may reject the Bid. Copyright in all
plans and any other documents issued to the Bidder is reserved.
ITB 26.5 The Bid drawings and documentation prepared by the Employer shall be used solely for
(New Para) the design of the Works. They shall not be used in part, whole or altered form for any
other purpose without the express permission in writing of the Employer. Information
relating to the examination, clarification, evaluation and comparison of bids and
recommendations for the award of a contract shall not be disclosed to bidders or any
other persons not officially concerned with such process until the award to the successful
bidder has been announced.
ITB 29.1.1 General Evaluation: Prior to the detailed evaluation of Bids, the Employer will determine
(New Para) whether each Bid:
• has been properly signed; and
• has been accompanied by a valid Bid Security; and
• meets the Eligibility and Qualification Criteria - Bidders, which do not qualify in any
of the minimum eligibility criteria, shall not be considered for further evaluation of
Technical packages and shall be rejected
• meets the other aspects of general evaluation as per BDS ITB 4.9 to 4.17
• includes the signed copy of Covenant of Integrity, Environmental and Social Covenant
(as per Form 2.2A and 2.2B under Section IV. Bidding Forms) and includes the signed
Declaration of Undertaking (as per Form 23) under Section IV. Bidding Forms.
A ‘NO’ answer to any of the above items will disqualify the Bid/ Bidder.
ITB 29.2.1 Evaluation of qualifying conditions: Bids that include qualifications which:
(New Para) 1. Seek to shift to the Employer, another government agency or another contractor all
or part of the risk and/or liability allocated to the Contractor in the Bidding
Documents; or
2. Which includes a deviation from the Bidding Documents which would render the
Works, or any part thereof, unfit for their intended purpose; or
3. fails to submit a workable methodology to suit the local conditions”; or
4. which fails to commit to the date specified for the completion of the Works as
specified under Section IX. Particular Conditions (PC) Part- A – Contract Data ‘Table:
Summary of Sections’ will be deemed non-conforming and shall be rejected.
ITB 29.3.1 Evaluation of Technical Package
(New Para)
The Employer will evaluate the technical proposal to determine the technical suitability
and acceptability as per Works Requirements-General Specifications and Technical
Specifications of only such Bidders who qualify based on BDS ITB 29.1.1 above.
The Technical Proposal as submitted in accordance with BDS ITB 11.4.1 (including its
relevant sub-paras) shall be evaluated for its Conformity with the General and Technical
Requirements as per Part 2, Sections VII-A and VII-B. Furthermore, the adequacy and
appropriateness of the Bidder's responses to the related requirements in Part 1 shall be
evaluated.
Page 39
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
will be deemed non-conforming and shall be rejected by the Employer and shall not be
allowed subsequently to be made responsive by correction or withdrawal of the
nonconforming deviation or reservation.
ITB 29.5 If any Bid is rejected, pursuant to ITB 29.4 above, the Financial Package of such Bidder
(New Para) shall be returned unopened.
ITB 29.6 Bidders may note that pursuant to their qualification in the ‘Prequalification and
(New Para) Evaluation Criteria’ and ‘Technical Evaluation’ as per ITB 29.3 above, any acts of the
Bidder (applies to each individual member in case of a Joint Venture/Consortium) which
constitute sufficient grounds for exclusion as mentioned under ITB 41 will result in
disqualification of the Bidder and the Financial Package of such Bidder shall be returned
unopened.
Replace existing ITB 31 and its sub-Para as under:
ITB 31 Evaluation of Financial Package
ITB 31.1 The financial proposals of only those that comply with the General Evaluation Criteria
as per ITB 29.1.1 above and whose Technical Package is found compliant as per ITB 29
(and its sub-Para) above, will be opened and evaluated.
ITB 31.2 Bids determined to be substantially responsive will be checked by the Employer for any
arithmetic errors. Errors will be corrected by the Employer on the following basis
A. if there is a discrepancy between the unit price and the total price that is obtained
by multiplying the unit price and quantity, the unit price shall prevail and the total price
shall be corrected, unless in the opinion of the Employer there is an obvious
misplacement of the decimal point in the unit price, in which case the total price as
quoted shall govern and the unit price shall be corrected;
C. If there is a discrepancy between words and figures, the amount in words shall prevail,
unless the amount expressed in words is related to an arithmetical error, in which case
the amount in figures shall prevail subject to (A) and (B) above.
If the Bidder does not accept the corrected Bid, its Bid will be rejected, and the Bid
Security forfieted.
ITB 32.1 Bids will be compared in Indian Rupees only. This will be achieved by conversion of the
Foreign Currency portion of the Bid into Indian Rupees by using the Exchange Rates
published by Financial Benchmarks India Pvt. Ltd (www.fbil.org.in) 30 (Thirty) days
before the date specified for Bid opening, and then adding the same to the Indian Rupee
portion of the Bid. In case this particular day happens to be a holiday, the exchange rate
published by Financial Benchmarks India Pvt. Ltd (www.fbil.org.in) on the next working
day will be considered.
ITB 34.1 At this time the Employer does not intend to execute certain specific parts of the Works
by sub-contractors selected in advance.
ITB 34.4 Sub-Contract
(New Para)
Sub–contracting, excluding design work shall be generally limited to 50% of the lump sum
price. The terms and conditions of subcontracts and the payments that have to be made
to the Subcontractors shall be the sole responsibility of the Contractor.
For sub-contracts exceeding Rs.5 million, it will be obligatory for the Contractor to
obtain a “Notice of No-Objection” from the Engineer, to the identity of the Sub-
contractor and Vendor. The Contractor shall certify that the cumulative value of the
subcontracts (including those upto Rs.5 million each) awarded is within the aforesaid
Page 40
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
50% limit. In this regard the Bidder’s attention is drawn to Clause 4 of PC. Any proposals
by the Bidders in their offer shall not be construed as an approval of the vendor.
The terms & conditions of the sub-contract are the sole prerogative of the Contractor
and are deemed to be included in the price(s) quoted by the Bidder. However, the
Subcontractor / Vendor shall fully comply with the technical specifications included in
the Works Requirements.
ITB 35.2 Replace the existing ITB 35.2 with the following:
In evaluating the Bids, the Employer will determine for each Bid the evaluated Bid price
by adjusting the Bid price as follows:
A. making any corrections for errors pursuant to ITB 31.2;
B. making appropriate adjustments for conditions, qualifications, deviations, etc.
pursuant to ITB 14.12.
C. converting the amount resulting from applying (A) & (B) above to a single currency
in accordance with ITB 32.1;
D. adding to (C) above the present worth of the capitalized cost of loss in transformer
computed in accordance with Appendix 4.4-E of Form 4.4 under Section IV. Bidding
Forms
Price variation clause will not be considered for financial evaluation. Bidders may also
note that Appendix N: Section OPT (Optional Items –AMC) of Pricing Document i.e. Annual
Maintenance for 3 years will also not be included in the financial evaluation of the Bids.
ITB 35.5 Replace the existing ITB 35.5 with below
An Abnormally Low Bid shall be the bid where the Bid price, in combination with other
elements of the Bid, appears so low that it raises material concerns as to the capability
of the Bidder in regards to the Bidder’s ability to perform the Contract for the offered
Bid Price or the bid, which results in the lowest Evaluated Bid Price, is significantly lower
than the Employer’s estimate, or the bid is seriously unbalanced or front loaded in the
opinion of the Employer.
In the event of identification of a potentially Abnormally Low Bid, the Employer shall
seek written clarifications from the Bidder, including detailed price analyses of its Bid
price in relation to the subject matter of the contract, scope, proposed methodology,
schedule, allocation of risks and responsibilities and any other requirements of the
Bidding document.
After evaluation of the price analyses, in the event that the Employer determines that
the Bidder has failed to demonstrate its capability to perform the Contract for the
offered Bid Price, the Employer shall reject the Bid.”
ITB 35.6 The Employer reserves the right to accept or reject any variation, deviation or
(New Para) alternative offer. Variations, deviations, alternative offers and other factors which are
in excess of the requirements of the Bidding Documents or otherwise result in the accrual
of unsolicited benefits to the Employer shall not be taken into account in Bid evaluation.
ITB 35.7 All stages of Bid Evaluation and Contract award stages i.e. Pre-qualification, Technical
(New Para) Evaluation, Financial Evaluation, Letter of Acceptance and Contract Agreement shall be
subject to 'No-Objection' from EIB.
F. AWARD OF CONTRACT
ITB 39.1 Replace the existing ITB 39.1 with the following:
Subject to ITB 38.1 and BDS ITB 39.2, bidder whose bid has been determined to be
substantially responsive to the Bidding Documents and who has offered the Lowest
Evaluated Bid Price (refer BDS ITB 35.2 for comparison on equal terms for determination
of Lowest Evaluated Bid Price), and whose offer is balanced in terms of ITB 35.6,
provided that such Bidder has been determined to be eligible and qualified in accordance
with provisions of ITB 4 for deciding the successful eligible Contractor to whom the
Contract will be awarded.
ITB 39.2 Deleted
(New Para)
ITB 39.3 In case, Successful Bidder is a Consortium, then the Performance Security may be
(New Para) furnished on behalf of the Consortium either by the Lead Member or by all the Members
of such Consortium in such proportion as may be agreed to between them.
Page 41
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
ITB 42.1 Replace the existing ITB 42.1 with the following:
Promptly upon notification of the Letter of Acceptance, the Employer shall send the
successful Bidder the Contract Agreement.
The Employer shall inform all the Bidders regarding the intent of contract award decision
including the summary of the reasons of the decision at the time when publishing the
evaluation results of the Financial Bids through the Maha-Metro e-tender portal.
ITB 42.2 Replace the existing ITB 42.2 with the following:
The Bidder should note that after the acceptance of bid (technical and financial), the
successful Bidder will be eligible for issuance of Letter of Acceptance.
In the event of successful Bidder’s acceptance of the LOA, the Bidder will be required
to execute the Contract Agreement in the form specified in Section X Contract Forms
with such modifications as may be considered necessary at the time of finalization of
the Contract within a period of 28 days from the date of issue of the Letter of
Acceptance.
ITB 43.1 The Performance Guarantee required in accordance with Clause 4.2 of the GC shall be
for an amount as specified in Section IX. Particular Conditions, Part A – Contract Data in
the form of a bank guarantee issued from an Indian Scheduled bank (excluding
Cooperative Banks) or from a scheduled Foreign Bank as defined in Section 2(e) of RBI
Act 1934 read with Second Schedule in the types and proportions of currencies in which
the Contract Price is payable.
ITB 43.3 The Bidder has to furnish other Guarantees, Undertakings, & Warranties, in accordance
(New Para) with the provisions of the General Conditions of Contract and Particular Conditions of
Contract (refer ITB 44).
ITB 43.4 Failure of the successful Bidder to comply with the requirements of ITB 42 and ITB 43
(New Para) shall constitute sufficient grounds for the annulment of the award and execution of the
Bid Securing Declaration.
ITB 44 Guarantees and Warranties
(New Para)
ITB 44.1 The Bidder shall submit full details of the identity of the proposed parties who would
(New Para) respectively provide or issue:
• the Performance Security in accordance with Sub-Clause 4.2 of the GC;
• parent company Undertakings in accordance with Clause 3 (Sub-clause 4.2A) of Part-
B Specific Provisions of the PC;
• parent company Guarantees in accordance with Clause 3 (Sub-clause 4.2A of Part-B
Specific Provisions) of the PC;
ITB 44.2 The Contractor shall submit other Warranties and Guarantees in accordance with Clause
(New Para) 3 (Sub-clause 4.2A) of Part-B Specific Provisions of PC. All the Guarantees and Warranties
shall be submitted prior to the signing of the Contract.
ITB 44.3 If the Bidder comprises a Consortium, a parent company of each Member of such
(New Para) Consortium will be required to execute the Undertakings and Guarantees referred to in
sub-paragraphs (b) and (c) of ITB 44.1 above.
ITB 44.4 Forms of the above documents are given in the Schedules to the Particular Conditions
(New Para) of Contract.
ITB 44.5 The Contractor should note that all Guarantees, Undertakings and Warranties except
(New Para) Advance Payment Guarantee, Retention Money Guarantee shall be executed prior to
signing of the Contract.
Page 42
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
ITB 45 Insurance
(New Para)
ITB 45.1 The Bidder’s attention is drawn to the provisions contained in Clause 18 of the General
(New Para) Conditions of Contract and Clause 56 (Sub-Clause 16.2), 57 (Sub-Clause 17.1) & 58 (Sub-
Clause 18.1) of Part-B Specific Provisions of Particular Conditions of Contract.
ITB 46 Settlement of Disputes of the Tender Process: Any suit or application, arising out of
(New Para) any dispute or differences on account of this Tender shall be filed in District and Sessions
court at Pune, State Maharashtra/ High Court of Judicature at Bombay, State
Maharashtra/ Supreme Court of India, New Delhi only and no other court or any other
district of the country shall have any jurisdiction in the matter.
Page 43
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
TENDER NO.
P1 Misc-28/2022
Page 44
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
This Section contains all the criteria that the Employer shall use to evaluate bids and qualify Bidders, in
accordance with ITB 35 and ITB 37. The Bidder shall provide all the information requested in the forms
included in Section IV, Bidding Forms.
1. General
Wherever a Bidder (foreign) is required to state a monetary amount, Bidders should indicate the INR
equivalent using the rate of exchange determined as follows:
• For turnover or financial data required for each year - Exchange rate prevailing on the last day
of the respective calendar year.
• Value of single contract - Exchange rate prevailing on the date of the Contract. Exchange rates
shall be taken from the publicly available source identified in the ITB 32.1. Any error in
determining the exchange rates in the Bid may be corrected by the Employer.
2. Qualification
The Bid submission of Bidders, who do not qualify the minimum eligibility criteria & bid capacity
criteria stipulated hereunder, shall not be considered for further evaluation and therefore
rejected. The mere fact that the Bidder is qualified as mentioned in sub clause 1 to 4 below shall
not imply that his bid shall automatically be accepted. The same should contain all technical data
as required for consideration of Bid prescribed in the ITB.
Page 45
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
default in the
past 5 years.
2.2 Suspensi Not under Must meet Must meet Must meet N/A Letter of Bid
on Based suspension based requiremen requirement requirement
on on execution of a t
Executio Bid Securing
n of Bid Declaration
Securing pursuant to ITB
Declarati 4.4 or withdrawal
on by the of a Bid pursuant
Employer ITB 19.9.
or
withdraw
al of the
Bid
within
Bid
validity
2.3 Pending Bidder's financial Must meet N/A Must meet N/A Form CON-2
Litigatio position requiremen requirement
n &prospective long- t
term profitability
sound according to
criteria
established in 3.1
below & assuming
that all pending
litigation will be
resolved against
the Bidder.
1 Non-performance, as decided by the Employer, shall include all contracts where (a) non-performance
was not challenged by the contractor, including through referral to the dispute resolution mechanism
under the respective contract, and (b) contracts that were so challenged but fully settled against
the contractor. Non-performance shall not include contracts where Employer’s decision was
overruled by the dispute resolution mechanism. Non-performance must be based on all information
on fully settled disputes or litigation, i.e. dispute or litigation that has been resolved in accordance
with the dispute resolution mechanism under the respective contract and where all appeal instances
available to the Bidder have been exhausted.
2 This requirement also applies to contracts executed by the Bidder as JV/Consortium member.
Page 46
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
advance
payment)
sufficient to
meet the cash
flow
requirements
estimated as
INR 39 million
for the subject
contract(s) net
of the Bidders
other
commitments.
ii. The Bidder Must meet Must meet N/A N/A Form FIN-
shall requirement requireme 3.1. with
demonstrate to nt Form FIN-
the satisfaction 3.4
of the
Employer, that
it has adequate
sources of
finance to
meet the cash
flow
requirements
on works
currently in
progress and
for future
contract
commitments.
iii. The audited Must meet N/A Must N/A Form FIN-
balance sheets requirement Meet 3.1 with
or, if not Require attachme
required by the ment nt.
laws of the
Bidder’s
country, other
financial
statements
acceptable to
the Employer,
for the last 5
years shall be
submitted and
must
demonstrate
the current
soundness of
the Bidder’s
financial
position and
indicate its
prospective
long-term
profitability.
3.2 Average The average Must meet Must meet Must meet Must meet Form FIN
Annual annual turnover requirement requirement minimum at least – 3.2
Construction from construction [twenty] [forty] per
Turnover of last three per cent cent [40%]
financial years [20%] of of the
the requireme
Page 47
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Page 48
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Available Bid
Capacity=2*A*N-B
Where,
A = Maximum of
the value of
construction
works executed
in any one year
during the last
five financial
years (updated to
31.03.2021, 5%
inflation for
Indian Rupees
every year and 2%
for foreign
currency portions
per year).
N = No. of years
prescribed for
completion of
this work.
B = Value of
existing
commitments (as
on 31.03.2021)
for on-going
construction
works during next
18 months.
3.6 Profitability The Bidder should Must meet N/A Must meet N/A Form FIN-
be a Profit (Net) requirement requireme 3.5
making firm and nt
should have made
profit during any
two of the last 5
financial years
i.e.(FY 2016-17,
2017-18, 2018-19,
2019-2020 and
2020-21)
4. Experience
4.1 General Experience under Must meet N/A Must meet N/A Form
Construction construction requirement requiremen EXP-4.1
Experience contracts in the t
role of prime
contractor,
JV/Consortium
Lead member for
at least the last 5
years, ending
31.03.2021
Whereas for the
other members of
JV for at least the
last 2 years,
ending 31.03.2021
Page 49
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
1. A minimum
number of 01
(One) similar
contract
(separately or
combined):
Manufacturing,
supply,
installation &
commissioning of
signages works
for Metro station/
Railway Station/
Airport/ Stadium/
Auditorium/ Malls
projects for a
value of INR 63
Million or more,
completed in the
last 5 years
starting from 2016
either as a single
entity or as a JV
member and must
have been
Substantially
completed.
OR
2. A minimum
number of 02
(Two) similar
contracts
(separately or
combined):
Manufacturing,
supply,
installation &
Page 50
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
commissioning of
signages works for
Metro station/
Railway Station/
Airport/ Stadium/
Auditorium/ Malls
projects for a
value of INR 39
Million or more,
completed in the
last 5 years
starting 2016
either as a single
entity or as a JV
member and must
have been
Substantially
completed.
OR
A minimum
number of 03
(Three) similar
contracts
(separately or
combined):
Manufacturing,
supply,
installation &
commissioning of
signages works for
Metro station/
Railway Station/
Airport/ Stadium/
Auditorium/ Malls
projects for a
value of INR 32
Million or more,
completed in the
last 5 years
starting 2016
either as a single
entity or as a JV
member and must
have been
Substantiallycom
pleted
Page 51
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
ISO:9001/DNV/TU
V/
JAS-ANZ/
equivalent.
3. The Bidder
must have valid
Health and Safety
Certificate
OHSAS:18001.
The bidder must
agree to deploy
at least two key
personnel having
Environment
expertise of
minimum ten
years in sites
management
measure and the
second one in
social works with
min.10 years
experience.
Notes:
1) Bidder shall furnish year wise and contract wise details of work for last five years i.e. up to
31.03.2021.
2) For ongoing Works, quantity of successfully completed portion of works executed up to 31.03.2021
will also be considered for qualification of experience criteria.
3) The completed value of work done shall be updated up to 31.03.2021 price level applying 5% inflation
for Indian Rupees every year and 2% for foreign currency portions per year.
4) General construction Experience for this contract shall mean the construction work including All Civil
construction of Metro Station /Metro Depot / Oil Depot/ Railway Workshops/ Airport / Oil
Refineries/Industrial Unit for Central Govt./State Government/ PSU/ Urban Local Bodies/Private
Corporates registered with NSE/BSE in India or other industrial units/ plant of comparable magnitude
and similar activities of work having piling, Pre-fabricated /Pre-Engineered / fabricated Steel
structures and Sheds, Architectural finishes, EMP works including installations of Machinery and Plants
& Equipment involving interface with all systems.
8) Bidder to submit the audited financial statements for last five financial year up to 31.03.2021, and if
audited financial statement of FY 2020-21 is not available, provisional statement to be submitted,
duly certified by statutory auditor. For Foreign bidders, last five financial year is up to 31.12.2020
when financial year is January to December of the year.
Page 52
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
3. Evaluation
In addition to the criteria listed in ITB 35.2 (a) – (e) the following criteria shall apply:
The assessment of the Technical Proposal submitted by a Bidder shall comprise (a)evaluation of
the Bidder’s technical capacity to mobilize key equipment and key personnel to carry out the
works, (b) construction method, (c) construction schedule (d) sufficiently detailed supply
sources, in accordance with requirements specified in Section VII – Works Specifications and
following items of Technical Proposal:
3.6 Personnel
The Bidder must demonstrate that it has the personnel for the key positions that meet the following
requirements for deployment: The numbers shown are only indicative and to be deployed more as per
site requirement including other supervisors. In case of delay beyond one month as per the deployment
schedule penalty will be imposed as below. However, imposition of penalty will not relieve bidder from
the responsibility of deployment of requisite no. of personnel.
Page 53
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Notes:
The proposed Key personnel are not to be changed till the completion of the work. Under exceptional
circumstances, in case they are required to be changed, the replacement should have similar or better
experience and qualification than as required above. These changes are permitted only with the approval
of the Employer. Each change in approved Key personnel will attract penalty of 10% of Contract price.
The Bidder shall provide details of the proposed personnel and their experience records using Forms PER-
1 and PER-2 included in Section IV, Bidding Forms.
3.7 Equipment: - The Bidder must demonstrate that it has the key equipment required for fabrication
and installation of signages at site as required.
The Bidder shall provide further details of proposed items of equipment using Form EQU in Section IV,
Bidding Forms.
Page 54
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
TENDER NO.
P1 Misc-28/2022
Page 55
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Table of Forms
1. Letter of Bid ……………………………………………………………………………………………………………….….
1A. Pro-Forma Letter of Participation from Each Partner of Joint Venture (JV/Consortium)…
2. Appendix to Letter of Bid……………………………………………… ……………………………………………………
2.1 Schedule of Adjustment Data …………………………………………………………………………………………….
2.2A Covenant Of Integrity …………………………………………………………………………………..……………..…….
2.2B Environmental and Social Covenant…………………………………………………………………………………….
2.3 Copyright Undertaking …………………………………………………………………………………………………….
3. Schedules ……………………………………………………………………………………………………………………………
4. Technical Proposal……………………………………………………………………………………………………………….
4.1 Staffing Schedule and Organization Chart……………………………………………………………………………
4.2 Method Statement ………………………………………………………………………………………………………………
4.3 Requirements of Works Programme ……………………………………………………………………………………
4.4 Bidder’s Technical Submissions……………………………………………………………………………………………
4.5 Form EQU: Equipment………………………………………………………………………………………………………….
4.6 PER-1 & PER-2 ……………………………………………………………………………………………………………………
4.7 Outline Quality Plan ……………………………………………………………………………………………………………
4.8 Outline Safety Assurance Plan…………………………………………………………………………………………….
4.9 Outline Safety, Health and Environmental Plan ……………………………………………………………….
4.10 Outline Project Management Plan………………………………………………………………………………………
4.10-A Manufacture, Testing and Commissioning Plan………………………………………………………………….
4.11 Structure of the Bidder……………………………………………………………………………………………………….
5. Bidders Qualification without prequalification …………………………………………………………………
5.1 Form ELI -1.1……………………………………………………………………………………………………………………….
5.2 Form ELI -1.2 ………………………………………………………………………………………………………………………
5.3 Form CON – 2……………………………………………………………………………………………………………………….
5.4 Form CON – 3……………………………………………………………………………………………………………………….
5.5 Form FIN – 3.1………………………………………………………………………………………………………………………
5.6 Form FIN – 3.2………………………………………………………………………………………………………………………
5.7 Form FIN – 3.3………………………………………………………………………………………………………………………
5.8 Form FIN – 3.4………………………………………………………………………………………………………………………
5.8.1 Form FIN – 3.5……………………………………………………………………………………………………………………….
5.8.2 Form FIN – 3.6……………………………………………………………………………………………………………………….
5.9 Form EXP - 4.1……………………………………………………………………………………………………………………..
5.10 Form EXP - 4.2(a)…………………………………………………………………………………………………………………
5.11 Form EXP - 4.2(b)…………………………………………………………………………………………………………………
6. Form of Bid Security……………………………………………………………………………………………
7. Form of Bid-Securing Declaration: Deleted ……………………………………………………………………….
8. Form of Joint Bidding Agreement……………………………………………………………………………………….
9. Form of Legal Capacity / Power of Attorney……………………………………………………………………..
Format – POA for Lead Member………………………………………………………………………………………….
Format – POA for Other Member …………………………………………………………………………………………
10. Bid Index……………………………………………………………………………………………………………………………
11. Form for seeking clarification on Bidding Documents………………………………………………………
12. Not Used ……………………………………………………………………………………………………………………………
13. Letter of Undertaking Regarding Confidentiality of Bid Information ……………………………….
14. Undertaking for Downloaded Bidding Documents ………………………………………………………………
15. Sample Format for Banking Reference for Liquidity …………………………………………………………
16. Form of Certificate confirming submission of all documents of Financial Package
in the Technical Package with prices left blank ………………………………………………………………
17. Form of Certificate confirming receipt of all Bidding Documents and Addenda………………
18. Form of Declaration for non-engagement of any agent, middleman or intermediary …….
19. Form of certificate confirming careful examination of all the contents of Bidding
Documents and signing of all pages of Bidder’s proposal ………... ……………………………………
20. Undertaking for ensuring supply of critical spares and availability of technical support
21. Undertaking for passing on benefits of exemptions to Maharashtra Metro Rail
Corporation Limited and for adjustment of amounts due from balance due…………………..
22. Undertaking for obtaining registrations under various fiscal and labour laws …………………
23. Declaration of Undertaking ………………………………………………………………………………………………..
Page 56
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
24. Quality Management / Environmental, Social, Health and Safety (ESHS) Certification………….
Letter of Bid
[The Bidder shall prepare his Letter of Bid on a Letterhead paper specifying his name and
address]
Date: _______________________
NCB No.: ________________________
Invitation for Bid No.: ___________
Alternative No.: _________________
To: ________________________
We, the undersigned, declare that:
(a) We have examined and have no reservations to the Bidding Documents, including Addenda
issued in accordance with Instructions to Bidders (ITB8)
(b) We have no conflict of interest in accordance with ITB 4;
(c) We have not been suspended nor declared ineligible by the Employer based on execution of a Bid
Securing Declaration in the Employer's country in accordance with ITB 4.4.
(d) We offer to supply in conformity with the Bidding Documents and in accordance with the Delivery
Schedule specified in the Schedule of Requirements the following Goods:
(e) The total price of our Bid, excluding any discounts offered in item (f) below is:
In case of only one lot, total price of the Bid
In case of multiple lots, total price of each lot
In case of multiple lots, total price of all lots (sum of all lots)
(f) The discounts offered and the methodology for their application are: NOT APPLICABLE
i. The discounts offered are:
ii. The exact method of calculations to determine the net price after application of discounts is
shown below:
(g) Our bid shall be valid for a period of 180days from the date fixed for the bid submission deadline
in accordance with the Bidding Documents, and it shall remain binding upon us and may be
accepted at any time before the expiration of that period;
(h) If our bid is accepted, we commit to obtain a performance security in accordance with ITB 42 of
the Bidding Documents;
(i) We are not participating, as a Bidder or a subcontractor, in more than one bid in this bidding
process in accordance with ITB 4.2(e), other than alternative bids submitted in accordance with
ITB13;
(j) We have paid, or will pay the following commissions, gratuities, or fees with respect to the bidding
process or execution of the Contract:
Name of Recipient Address Reason Amount
(k) We understand that this bid, together with your written acceptance thereof included in your
notification of award, shall constitute a binding contract between us, until a formal contract is
prepared and executed; and
(l) We understand that you are not bound to accept the lowest evaluated bid or any other
bid that you may receive.
(m) We hereby certify that we have taken steps to ensure that no person acting for us or on our behalf
will engage in any type of fraud and corruption.
*: In the case of the Bid submitted by joint venture specify the name of the Joint Venture as Bidder
**:Person signing the Bid shall have the power of attorney given by the Bidder to be attached with the
bid
Page 57
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Note: Para (e) to (h) of letter of bid are not to be included in Technical Proposal
1A. Pro-Forma Letter of Participation from Each Partner of Joint Venture (JV) /Consortium
F r o m:
To,
Sir,
Regarding:
Tender No. P1 Misc-28: Design of Graphics, Fabrication, Supply, Installation, Testing and
Commissioning of Signage of 4 stations viz. Dapodi, Bopodi, Khadki & Range Hill of Reach 01 and 4
stations viz. Deccan Gymkhana, Sambhaji Park, PMC & Civil Court Elevated of Reach 02 of Pune Metro
Rail Project.
We wish to confirm that our company/firm (delete as appropriate) has formed a Joint Venture with
and for the purposes associated with IFB referred to above.
(Member(s) who are not the lead partner of the JV/Consortium should add the following paragraph)
*
‘This JV/Consortium is led by whom we hereby authorize to act on our behalf for the purpose
of
submission of Bid for ......... . and authorize to incur liabilities and receive instructions for an
on behalf of any and all the partners or constituents of the Joint Venture.’
OR
(Member being the lead member of the group should add the following paragraph) *
‘In this group we act as leader and, for the purposes of applying for qualification, represent the
Joint Venture.’
In the event of our group being awarded the contract, we agree to be jointly with (Names of other
members of our JV/Consortium) …………….and severally liable to the MAHA METRO RAIL PROJECT, its
successors and assigns for all obligations, duties and responsibilities arising from or imposed by the
contract subsequently entered into between MAHA METRO RAIL PROJECT and our JV/Consortium.
*I/We further agree that entire execution of the contract shall be carried out exclusively through the
lead partner.
Yours faithfully,
(Signature)
(Name of Signatory)
(Capacity of Signatory)
Seal
* Delete as applicable
Note: This form is applicable for Technical Package only.
Page 58
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
2. Appendix to Bid
Page 59
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
We declare and covenant that neither we nor anyone, including any of our directors, employees, agents,
joint venture partners or sub-contractors, where these exist, acting on our behalf with due authority or
with our knowledge or consent, or facilitated by us, has engaged, or will engage, in any Prohibited
Conduct (as defined below) in connection with the tendering process or in the execution or supply of any
works, goods or services for [specify the contractor tender invitation] (the “Contract”) and covenant to
so inform you if any instance of any such Prohibited Conduct shall come to the attention of any person
in our organisation having responsibility for ensuring compliance with this Covenant. We shall, for the
duration of the tender process and, if we are successful in our tender, for the duration of the Contract,
appoint and maintain in office an officer, who shall be a person reasonably satisfactory to you and to
whom you shall have full and immediate access, having the duty, and the necessary powers, to ensure
compliance with this Covenant. We declare and covenant that neither we nor anyone, including any of
our directors, employees, agents, joint venture partners or sub-contractors, where these exist, acting
on our behalf with due authority or with our knowledge or consent, or facilitated by us, (i) is listed or
otherwise subject to EU/UN Sanctions and (ii) in connection with the execution or supply of any works,
goods or services for the Contract, will act in contravention of EU/UN Sanctions. We covenant to so
inform you if any instance shall come to the attention of any person in our organisation having
responsibility for ensuring compliance with this Covenant.
If (i) we have been, or any such director, employee, agent or joint venture partner, where this exists,
acting as aforesaid has been, convicted in any court or sanctioned by any authority of any offence
involving a Prohibited Conduct in connection with any tendering process or provision of works, goods or
services during the five years immediately preceding the date of this Covenant, or (ii) any such director,
employee, agent or a representative of a joint venture partner, where this exists, has been dismissed or
has resigned from any employment on the grounds of being implicated in any Prohibited Conduct, or (iii)
we have been, or any of our directors, employees, agents or joint venture partners, where these exist,
acting as aforesaid has been excluded or otherwise sanctioned by the EU Institutions or any major Multi-
lateral Development Bank (including World Bank Group, African Development Bank, Asian Development
Bank, European Bank for Reconstruction and Development, European Investment Bank or Inter-American
Development Bank) from participation in a tendering procedure on the grounds of Prohibited Conduct,
we give details of that conviction, dismissal or resignation, or exclusion below, together with details of
the measures that we have taken, or shall take, to ensure that neither this company nor any of our
directors, employees or agents commits any Prohibited Conduct in connection with the Contract [give
details if necessary]. We acknowledge that if we are subject to an exclusion decision by the European
Investment Bank (EIB), we will not be eligible to be awarded a contract to be financed by the EIB. We
grant [indicate the name of the Project Promoter], the European Investment Bank and auditors appointed
by either of them, as well as any authority or European Union institution or body having competence
under European Union law, the right to inspect and copy our books and records and those of all our sub-
contractors under the Contract. We accept to preserve these books and records generally in accordance
with applicable law but in any case for at least six years from the date of tender submission and in the
event we are awarded the Contract, at least six years from the date of substantial performance of the
Contract.”
Signed
Date
Note: The Covenant of Integrity form shall be duly signed by the authorised signatory of the bidder,
failing which the bid shall be liable for rejection.
Page 60
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
We, the undersigned, commit to comply with – and ensuring that all of our sub-contractors comply with
– all labour laws and regulations applicable in the country of implementation of the contract, as well as
all national legislation and regulations and any obligation in the relevant international conventions and
multilateral agreements on environment applicable in the country of implementation of the contract.
Labour standards. We further commit to the principles of the eight Core ILO standards19 pertaining to:
child labour, forced labour, non-discrimination and freedom of association and the right to collective
bargaining. We will (i) pay rates of wages and benefits and observe conditions of work (including hours
of work and days of rest) which are not lower than those established for the trade or industry where the
work is carried out; and (ii) keep complete and accurate records of employment of workers at the site.
Workers relations. We therefore commit to developing and implementing a Human Resources Policy and
Procedures applicable to all workers employed for the project in line with Standard 8 of the EIB’s
Environmental and Social Handbook. We will regularly monitor and report on its application to [insert
name of the Contracting Authority] as well as on any corrective measures periodically deemed necessary.
Occupational and Public Health, Safety and Security. We commit to (i) complying with all applicable
health and safety at work laws in the country of implementation of the contract; (ii)developing and
implementing the necessary health and safety management plans and systems, in accordance with the
measures defined in the Project’s Environmental and Social Management Plan (ESMP) and the ILO
Guidelines on occupational safety and management systems20; (iii) providing workers employed for the
project access to adequate, safe and hygienic facilities as well as living quarters in line with the
provisions of Standard 9 of the EIB’s Environmental and Social Handbook for workers living on-site; and
(iv) using security management arrangements that are consistent with international human rights
standards and principles, if such arrangements are required for the project.
Protection of the Environment. We commit to taking all reasonable steps to protect the environment on
and off the site and to limit the nuisance to people and property resulting from pollution, noise, traffic
and other outcomes of the operations. To this end, emissions, surface discharges and effluent from our
activities will comply with the limits, specifications or stipulations as defined in [insert name of the
relevant document]21 and the international and national legislation and regulations applicable in the
country of implementation of the contract.
Environmental and social performance. We commit to (i) submitting [insert periodicity as indicated in
the tender documents] environmental and social monitoring reports to [insert name of the Contracting
Authority]; and (ii) complying with the measures assigned to us as set forth in the environmental permits
[insert name of the relevant document if applicable]22 and any corrective or preventative actions set
forth in the annual environmental and social monitoring report. To this end, we will develop and
implement an Environmental and Social Management
System commensurate to the size and complexity of the Contract and provide [insert name of the
Contracting Authority] with the details of the (i) plans and procedures, (ii) roles and responsibilities and
(iii) relevant monitoring and review reports.
We hereby declare that our tender price as offered for this contract includes all costs related to our
environmental and social performance obligations as part of this contract. We commit to (i) reassessing,
in consultation with [insert name of the Contracting Authority], any changes to the project design that
may potentially cause negative environmental or social impacts; (ii) providing [insert name of the
Contracting Authority] with a written notice and in a timely manner of any unanticipated environmental
or social risks or impacts that arise during the execution of the contract and the implementation of the
project previously not taken into account; and (iii) in consultation with [insert name of the Contracting
Authority], adjusting environmental and social monitoring and mitigation measures as necessary to assure
compliance with our environmental and social obligations.
Environmental and social staff. We shall facilitate the contracting authority’s ongoing monitoring and
supervision of our compliance with the environmental and social obligations described above. For this
purpose, we shall appoint and maintain in office until the completion of the contract an Environmental
Page 61
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
and Social Management Team (scaled to the size and complexity of the Contract) that shall be reasonably
satisfactory to the Contracting Authority and to whom the Contracting Authority shall have full and
immediate access, having the duty and the necessary powers to ensure compliance with this
Environmental and Social Covenant.
We accord the Contracting Authority and the EIB and auditors appointed by either of them, the right of
inspection of all our accounts, records, electronic data and documents related to the environmental and
social aspects of the current contract, as well as all those of our subcontractors.
Signed
Date
Note: The Environmental and Social Covenant form shall be duly signed by the authorised signatory of
the bidder, failing which the bid shall be liable for rejection.
Page 62
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Date ………………..
To:
LETTER OF UNDERTAKING
Tender No. P1 Misc-28/2022: Design of Graphics, Fabrication, Supply, Installation, Testing and
Commissioning of Signage of 4 stations viz. Dapodi, Bopodi, Khadki & Range Hill of Reach 01 and 4
stations viz. Deccan Gymkhana, Sambhaji Park, PMC & Civil Court Elevated of Reach 02 of Pune Metro
Rail Project.
We, (name of Bidder / joint venture) hereby undertake that the tender drawings, both in hard copy
/digitised format, and the Bid documents purchased as a necessary part of our preparation of this Bid
shall be used solely for the preparation of the Bid and that if the Bid is successful, shall be used solely
for the design of the temporary and permanent works.
We further undertake that the aforesaid tender drawings and documents prepared by Maharashtra Metro
Rail Corporation Limited shall not be used in whole, in part or in any altered form on any other project,
scheme, design or proposal that the joint venture, the joint venture parent companies or sub-contractors
of the joint venture are or will be involved with either in India or any other country.
Signed……
Page 63
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
3. Schedules
Page 64
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
4. Technical Proposal
Page 65
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
The Bidder shall provide with the Bid a complete Schedule and Organization chart as required by BDSITB
11.4.1.13.
(1) The name, background and professional experience of each key staff member to be assigned to
this project, with particular reference to his experience of a nature similar to that of the proposed
assignment.
(2) An organization chart with assignment of each key staff member (identified by name),duration &
timing together with clear description of the responsibilities of each key staff member within the
overall work programme.
(3) The Bidder to propose his design organization in detail and outline his manufacturing/testing
organization. Also, the Bidders shall provide the necessary details on their staff for the project
design phase. For the later phases, staff needs to be proposed for key positions.
(4) The Bidder must demonstrate that it has the personnel for the key positions that meet the
requirements as mentioned in section III Evaluation and Criteria.
(5) The Bidder shall provide details of the proposed personnel and their experience records using
Forms PER-1 and PER-2 included in Section IV, Bidding Forms.
a. Project Manager– Graduate having minimum 15 years of total experience out of which 10
years should be in projects of similar nature.
b. Deputy Project Manager (DPM) - Graduate having minimum 10 years of total experience out
of which 5 years should be in projects of similar nature.
c. SHE Organization– As per the qualification and experience given in SHE manual(shall include
an Accident Prevention Officer).
d. All other key staff shall be graduate with minimum 5 years’ experience in relevant discipline.
(6) Please note that in case Employer judges that the continuation of any person of the Bidder
including its subcontractor(s) is not in the interest of the project, a written notice will be given to
Bidder who will promptly remove the person within a week.
(7) The Bidder shall submit the Site Organization Chart with narrative description and the relationship
between Head Office and the Site Management clearly indicating the clear distribution of authority
and responsibility between Head Office and Site Management.
We hereby confirm that this is minimum project specific mobilization, and these will be suitably
augmented, as required for achieving the Works requirements and key dates. We also confirm to deploy
manpower required for safety as per SHE Manual attached with the Bidding Documents.
Page 66
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Each Bidder shall set out details of the Method Statement for the Works to demonstrate how it will meet
the Employer’s objective and requirements. As a minimum, the Method Statement shall address the
following:
(a) Details of the arrangements and methods which the Bidder proposes to implement for the
construction of the Works, in sufficient detail to demonstrate their adequacy to achieve the
requirements of the Contract including completion within the Time for Completion stated in the
Particular Conditions of Contract.
(b) Outline of the arrangements of the Bidder to manage coordination of Site access.
(c) Comments on the geotechnical and subsurface aspects of the Works including materials, material
sources and any constraints
(d) Not Used
(e) Comments on logistics and traffic management [as may be appropriate].
(f) Outline of the arrangements and organisation of the Bidder to ensure compliance with the Works
Requirements.
(g) Outline of the arrangements of the Bidder to carry out testing upon completion as specified in the
Works Requirements.
(h) [Insert other information, as may be appropriate.]
Page 67
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
(a) The Works Programme shall show how the Bidder proposes to organize and carry out the Works
and to achieve Stages and complete the whole of the Works by the given Key Dates.
(b) The Works Programme or Programmes shall be developed as a critical path network using suitable
software. The network must be fully resourced and show the co-ordination with System Wide
Contracts. The Works Programme shall show achievement of all Key Dates and Works Area
Access Dates.
(c) The Works Programme shall include the Bidder’s Design Submission Programme and should
indicate, wherever possible, dates and periods relating to interfaces with and between others
including dates for submission of further documents required by the Contract and periods for their
acceptance.
(d) The Works Programme shall contain sufficient detail to assure the Employer of the feasibility of
the plan and approach proposed by the Bidder.
(e) The Bidder should have regard to the possibility that during the Bid evaluation period the Works
Programme may be developed into a Programme which, in the event of award, would be the initial
submission of the Works Programme. To facilitate this process, the Bidder shall, in the preparation
of the Works Programme, take due account of the provisions of Works Requirements – General
Specifications in so far as they concern the Works Programme.
(f) The Works Programme shall be accompanied by a narrative statement that shall describe
Programme activities, assumptions and logic, and highlight the Bidder’s perception of the major
constraints and critical areas of concern in the organization, construction and completion of the
Works. This narrative statement shall also indicate which elements of the Works the Bidder intends
to carry out off-Site and/or outside India with details of the proposed locations of where any such
work is to be carried out, the facilities available.
(g) The Bidder shall prepare logic diagrams providing the philosophy for shared access, shared areas
with co-incident and adjacent work areas and submitted as part of his Bid. These logic diagrams
shall be developed and submitted along with the Works Programmes as submitted during the course
of the Works.
(h) All programmes shall include design, procurement periods, major material, offsite production/
prefabrication, temporary construction, interface and periods for systemwide, utility and adjacent
contractors etc.
(i) The programme should show the makeup programme / cover up programme for slippage in
availability of few of the access area dates to achieve the completion of different stretches as per
schedule.
Page 68
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
The Bidder’s Technical Proposals shall establish the safety standards to be followed and installation
and testing methods that will be employed.
The following paragraphs list the minimum documentation that shall be supplied by the Bidder as
part of his technical package for technical evaluation of the Bid. The Bidder shall include any
further information necessary to demonstrate the suitability of his proposal.
B. General Requirements
B1. The Bidder shall submit a detailed clause by clause commentary on all the clauses of the Works
Requirements when a clause merely provides information and no other comment is necessary
“noted” will suffice. Where the Bidder is not able to comply fully with certain clauses and proposes
an alternative, the deviations shall be consolidated and listed separately in the Statement of
Deviations. Excepting the items listed in the statement of deviations, the Bidder shall give a
Certificate of Compliance in the form Appendix A for all the items.
B2. The Bidder shall also advise the conflicts, if any, in the Bid documents between various functional
requirements or specifications.
B3. The Bidder shall detail any potential problems or hazards that have been identified during the
Bidder’s assessment of the Works Requirement.
B4. The Bidder shall submit:
a. Technical Information of Contractor’s Equipment proposed by the Bidder such as equipment
for mechanised handling of Rails, support systems for setting of Ballastless Track & Turnout
for installation, various survey equipment, equipment for transport& delivery of concrete
to the site of work etc.
b. Information for justifying the Proneness of the equipment proposed by the Bidder.
c. For the deployment of mobile flash butt plant, the Bidder shall submit a concrete and
complete proposal as to whether he owns the plant or proposes to hire/subcontract the
same along with details such as source of plant, its technical details and capabilities of
Welding UIC 60,880 grade, 1080 HH grade Rails and also the detailed CV of the operator of
the machine to demonstrate technical suitability & availability of the operator for Welding
work.
d. Information for In-house or the sub-contract of manufacture or vending proposed by the
Bidder in the format given in Appendix B.
e. The Bidder shall specifically submit the details / CV of all the Supervisors available with the
Bidder for installation of ballasted Track separately for this contract, indicating their
experience and the name of projects on which these supervisors have gained the experience
/ expertise;
C. Technical Requirements
C1. The Bidder’s Technical Proposals shall also cover the following:
(a) Normally Track structures (Caste-in-situ) are to be followed as given in tender drawing for
viaduct. However, bidder may also propose other proven ballast less Track structure and
submit detailed design for consideration of Maharashtra Metro Rail Corporation Limited.
However proposed ballast less Track structure should not infringe the SOD. The proven
improvement/innovation in design of plinth with the objective of improved performance,
reduction in execution time shall be encouraged and no price advantage will be given on
this account irrespective of life cycle claimed.
Page 69
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
For this purpose, contractor will submit detailed design along with drawing and performance
report of proposed system. The performance report shall only be considered for those
systems which are substantially on elevated corridor & not less than 14T axle load which are
in operation for public carriage of passenger for not less than year. The performance is in
addition to suitability of design and not in lieu of design. The design has to conform to the
prevalent International standards.
(b) Detailed drawing and specification of proposed Ballastless Track structure on viaduct and
Underground. Any Ballastless Track slab / plinth system proposed should have proven record
on the viaduct and Underground. Details of same to be submitted.
(c) If any change to the Track structure proposed vide para (a) & (b) above to be used with MSS,
then Details of Ballastless Track structure to be furnished. However, it is to be ensured that
there should not be any infringement of SOD.
(d) Method adopted for topographic setting of final alignment on finished surface of depot
layout for final setting of Track;
(e) Methodology for handling/re-handling, transportation of the P. Way materials imported by
the Employer from Mumbai Port/ to the site, stacking/storage of such material, security of
material against theft, loss and damage;
(f) Methodology for proper handling of Rails and Welded panels to site of work;
(g) Methodology of installation procedure including any other alternative construction method
/ scheme as proposed by Bidder for Ballastless Track with construction speed and finished
tolerances of Track;
(h) Detailed design of RMC suitable for long distance pumping / transportation
(k) Methodology for installation of Ballastless turn outs & crossovers;
(l) Other technical information in support of the technical proposal.
C2. Deleted
D. Technical Documents
D1. The Bidder’s Technical Proposals shall also include the following documents:
a. Deviation Statement
The deviation statement shall draw attention to any part or parts of the Works Requirements
- Particular Specification which the Contractor intends to amend or omit and shall contain
further material as required.
In producing the deviation statement, the Bidder shall ensure that clauses, paragraphs and
any appendices therein are identified by their numbering as uniquely belonging to the
deviation statement.
The Bidder should note that the Specifications submitted with the Bid as part of the Bidder’s
Technical Proposals will, prior to acceptance of Bid, be merged and consolidated into a
single document for incorporation into the Contract.
The Bidder should note that the deviation statement forms a crucial part of the Bidder’s
Technical Proposals and shall be prepared in sufficient detail to demonstrate full compliance
with the Works Requirements. The quality of the deviation statement will be paramount in
evaluating technical compliance of Bids.
The Bidder shall provide justification for any codes or standards, it proposes in its list as
alternatives or additions to those specified in the Works Requirements.
The Bidder will be required, during the Bid process, to provide a certified English translation
of any codes or standards it proposes to use, and which are not normally available in English.
Page 70
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
This Certificate is issued in the full knowledge that the Technical Proposals submitted are in clause by
clause compliance with the Works Requirements, except as noted in Statement of Deviations
accompanying this Certificate.
Signed
Authorized Representative
Page 71
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
(DELETED)
Page 72
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
The Bidder shall provide adequate information to demonstrate clearly that it has the capability to meet
the requirements for the key equipment listed in Section III, Evaluation and Qualification Criteria. A
separate Form shall be prepared for each item of equipment listed, or for alternative equipment
proposed by the Bidder.
Item of equipment
Equipment Name of manufactures Model and power rating
Information Capacity Year of manufacture
Current status Current location
Details of current commitments
Source Indicate source of the equipment
Owned Retired Leased Specially manufactured
Page 73
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
4.6 Personnel
Form PER-1: Proposed Personnel
Bidders should provide the names of suitably qualified personnel to meet the specified requirements
stated in Section III. The data on their experience should be supplied using the Form below for each
candidate.
1 Title of position *
Name
2 Title of position *
Name
3 Title of position *
Name
4 Title of position *
Name
* As listed in Section-III
Page 74
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Name of Bidder
Position
Personnel Name Date of Birth
information Professional qualification
Present Name of employer
employment Address of employer
Telephone Contact (manager / personnel officer)
Fax E-mail
Job Title Years with present employer
Summarize professional experience over the last 20 years, in reverse chronological order. Indicate
particular technical and managerial experience relevant to the project.
Page 75
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
The Bidder shall submit as part of his Bid an Outline Quality Plan illustrating the intended means of
compliance with the Work’s Requirements and setting out in summary form an adequate basis for the
development of the more detailed Quality Plans required. The Outline Quality Plan shall contain
sufficient information to demonstrate clearly the proposed method of achieving the Bidder’s quality
objectives with regard to the requirement of the Contract. The Bidder may be requested to amplify,
explain or develop his Outline Quality Plan prior to the date of acceptance of the Bid due and to provide
more details with a view to reaching provisional acceptance of such a Plan.
Page 76
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
The Bidder shall submit as part of its Bid an Outline System Safety Assurance Plan which shall contain
sufficient information to demonstrate clearly the Bidder’s proposals for achieving effective and efficient
safety procedures in the design, manufacture, transport, integrated testing and commissioning of Works.
The Outline System Safety Assurance Plan should include an outline of the safety procedures and
regulations to be developed and the mechanism by which they will be implemented for ensuring safety
including Hazard Analysis, Fire Control, Electromagnetic compatibility / Electro-magnetic Interference
Control, reliability, availability and maintainability as given in this Bid.
The Bidder shall also include in the Outline Safety Plan sufficient information to demonstrate clearly the
Bidder’s proposal for the safety of the Works / Plant / Equipment and personnel at the site. On the basis
of this information, the Contractor shall develop a Detailed Site Safety Plan as given in this Bid.
The Outline System Safety Assurance Plan shall be headed with a formal statement of policy in relation
to safety and shall be sufficiently informative to define the Bidder’s safety plans and set out in summary
an adequate basis for the development of the Safety Plan to be submitted in accordance with the
conditions of this Bid.
The Bidder may be requested to amplify, explain or develop its Outline System Safety Assurance Plan
prior to the date of acceptance of the Bid and to provide more details with a view to reaching provisional
acceptance of such a Plan.
Page 77
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
The Bidder shall submit as part of his Bid an Outline Safety, Health & Environment Plan which shall
contain sufficient information to demonstrate clearly the Bidder’s proposals for achieving effective and
efficient compliance to the conditions of contract on SHE manual. The Outline Plan should include an
outline of the procedures and regulations to be developed and the mechanism by which they will be
implemented for ensuring safety as required by Sub-Clause 4.18 of the GC and Clause 9 of PC.
The Outline Plan shall be headed with a formal statement of policy in relation to Safety, Health &
Environment protection and shall be sufficiently informative to define the Bidder’s plans and set out in
summary an adequate basis for the development of the Site Safety, Health & Environment Plan to be
submitted in accordance with Sub-Clause 4.18 of the GCC and Clause 9 of PCC.
The Bidder may be requested to amplify, explain or develop its Outline Environmental Plan prior to the
date of issue of Letter of Acceptance and to provide more details with a view to reaching provisional
acceptance of such a plan.
Page 78
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
The Bidder shall submit with his Bid a Project Management Plan as prescribed in Work’s Requirement -
inter-alia indicating names, qualifications, professional experience and corporate affiliation of all
proposed key management and engineering personnel (above the level of supervisor) and specialists.
Project Director of the consortium shall be based in PUNE. Design Liaison Engineer, Interface Manager
shall be continuously based in PUNE (India) Project Office throughout the Contract Period. Installation
Engineers and Commissioning Engineers shall be continuously based in PUNE during the respective
activities.
The Bidder shall include his proposals for his Co-ordination Control Team and include the name and
qualifications of the Team Leader responsible for the interface co-ordination with Designated
Contractors.
Page 79
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
The Bidder shall submit with its Bid, the methods by which the Bidder intends to manufacture and test
the components / equipment. Details shall be given of the locations and arrangements for offshore and
indigenous works, the facilities available and any understanding from others that the Bidder has in such
matters. The manufacturing methods to be employed, the equipment’s and facilities available or
proposed to be set up off-shore and or in India, will be analysed during technical evaluation and shall be
in sufficient detail to allow a full appreciation of the Bidder’s proposals in relation to all aspects of the
Works. The extent of automation involved in manufacture, particularly in the area of Welding, shall
be clearly stated for both off-shore and indigenous manufacture.
Page 80
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
The Bidder shall supply a chart particularizing the structure of the Bidder (identifying all companies
comprising the Bidder in the event that the Bidder is a JV/Consortium) and the ownership of the
Bidder including the ownership of each of the companies comprising the Bidder, identifying all
respective intermediate and ultimate holding companies.
(a) The agreement or agreements submitted represent the entire agreement between the members or
participants comprising the Bidder as to the Bidder’s legal persona;
(b) There is or are no other agreements relating to the Bidder’s incorporation, powers or organization
which may affect in any way its ability to carry out the Works; and
(c) No changes will be made to any such agreements during the Bidding period or during the contract
period (if contract awarded) without first obtaining the Employer’s agreement to the proposed
change or changes
Page 81
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Our understanding of the interfacing requirement is enclosed herewith. We hereby confirm that our offer
is fully compliant with the interfacing requirement with Other Designated Contractors/ Power Supply
Authorities/ Statutory Authorities.
Date:
Page 82
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Our understanding to the scope of work is enclosed herewith. We hereby confirm that our offer is fully
compliant with the scope of work detailed in Works Requirements, and the price of withdrawal of
deviations is included in Part 4 of Bill of Quantities under Financial Package.
Date:
Page 83
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
To establish its qualifications to perform the contract in accordance with Section III(Evaluation and
Qualification Criteria) the Bidder shall provide the information requested in the corresponding
Information Sheets included hereunder.
Page 84
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Date: _________________
NCB No. and title: _________________
Page__________of_______________pages
Bidder’s Name
In case of Joint Venture (JV/Consortium), name of each members :
Bidder's actual or intended country of registration:
[indicate country of Constitution]
Bidder's actual or intended year of incorporation:
Bidder's legal address [in country of registration]:
Bidder's authorized representative information
Name: _____________________________________
Address: ___________________________________
Telephone/Fax numbers: _______________________
E-mail address: ______________________________
1. Attached are copies of original documents of
Articles of Incorporation (or equivalent documents of constitution or association), and/or documents
of registration of the legal entity named above.
In case of JV/Consortium, letter of intent to form JV/Consortium or JV/Consortium agreement, in
accordance with ITB 4.1.
In case of Government-owned enterprise or institution, in accordance with ITB4.3documents
establishing:
Legal and financial autonomy
Operation under commercial law
Establishing that the Bidder is not dependent agency of the Employer
2. Included are the organizational chart, a list of Board of Directors, and the beneficial ownership
Page 85
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Page 86
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Non-Performed Contracts in accordance with Section III, Evaluation & Qualification Criteria
¨ Contract non-performance did not occur since 1st January [insert current year number less5]specified
in Section III, Evaluation and Qualification Criteria, Sub-Factor 2.1.
¨ Contract(s) not performed since 1st January [insert current year number less 5] specified in Section
III, Evaluation and Qualification Criteria, requirement 2.1
Year Non- Contract Identification Total Contract
performed Amount (current
portion of value, currency,
contract exchange rate
and INR
equivalent)
[insert [insert amount Contract Identification: [indicate complete contract [insert amount]
year] and percentage] name/ number, and any other identification]
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Reason(s) for non-performance: [indicate main
reason(s)]
Pending Litigation, in accordance with Sr. No. 2.3 of Section III, Qualification Criteria and
Requirements
Page 87
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Page 88
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
2. Financial documents
The Bidder and its parties shall provide copies of financial statements for 5 (five) years pursuant Section
III, Evaluation and Qualifications Criteria, Sub-factor 3.1. The financial statements shall:
(a) reflect the financial situation of the Bidder or in case of JV/CONSORTIUM member, and not an
affiliated entity (such as parent company or group member).
(b) be independently audited or certified in accordance with local legislation.
(c) be complete, including all notes to the financial statements.
(d) correspond to accounting periods already completed and audited.
(e) The financial data in the prescribed format shall be certified by Chartered Accountant with his stamp
and signature.
Attached are copies of financial statements1 for the 5 (five) years required above and complying with
the requirements
_________________
1 If the most recent set of financial statements is for a period earlier than 12 months from the date of
bid, the reason for this should be justified.
Page 89
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Average Annual
Construction Turnover *
The financial data in the prescribed format shall be certified by Chartered Accountant with his stamp and
signature.
Page 90
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Specify proposed sources of financing, such as liquid assets, unencumbered real assets, lines of credit,
and other financial means, net of current commitments, available to meet the total construction cash
flow demands of the subject contract or contracts as specified in Section-III (Evaluation and Qualification
Criteria)
Financial Resources
No Source of financing Amount in INR Equivalent
1
2
3
The financial data in the prescribed format shall be certified by Chartered Accountant with his
stamp and signature.
Page 91
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Bidders and each member to a JV/CONSORTIUM should provide information on their current commitments
on all contracts that have been awarded, or for which a letter of intent or acceptance has been received,
or for contracts approaching completion, but for which an unqualified, full completion certificate has
yet to be issued.
The financial data in the prescribed format shall be certified by Chartered Accountant with his
stamp and signature.
A B N (2*A*N) - B
The above to be duly certified by Statutory Auditor under his signature & stamp.
Page 92
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Bidders and each member to a JV should provide information on their earnings before interest and tax
in any two years out of the last five years. The financial data in the prescribed format shall be certified
by Chartered Accountant with his stamp and signature.
Profitability-earnings before interest and Tax in Years in which
INR Profitability-earnings
before interest and Tax is
+ve (Positive)
2016- 2017- 2018- 2019- 2020-
2017 2018 2019 2020 2021
Member-1
(Lead
Member)
Member-2
(other than
Lead
Member)
Member-3
(other than
Lead
Member)
Page 93
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Bidders and each member to a JV/CONSORTIUM having undergone Corporate Debt Restructuring (CDR) in
last five years must submit their banker’s certificate stating that their account with the bank is “standard
account” as on base date i.e. 28 days before submission of bid.
In case the bidders and each member to a JV/CONSORTIUM has not undergone CDR then he must submit
an undertaking to the effect.
Page 94
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
*See Section III Evaluation and Qualification Criteria – Sub Factor 4.1
Page 95
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Page 96
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Notes:
Documentary proof such as completion certificates from client clearly indicating the nature/scope of
work, actual completion cost and actual date of completion for such work should be submitted. The
offers submitted without this documentary proof shall not be evaluated. In case the work is executed for
private client, copy of work order, bill of quantities, bill wise details of payment received certified by
CA, TDS certificates for all payments received and copy of final/last bill paid by client shall be submitted.
Value of successfully completed portion of any ongoing work up to date of Bid submission will also be
considered for qualification of work experience criteria.
For completed works, value of work done shall be updated to Bid submission date assuming 5% inflation
for Indian Rupees every year and 2% for foreign currency portions per year. For the purpose of evaluation
of work experience, all prices will be converted to Indian Rupees using the Exchange (selling) rates for
those currencies at the close of business of the State Bank of India at 31st December of each year for
the works completed in respective year. For the works completed in the latest year before 31st of
December of current year, the exchange rates of foreign currency shall be applicable 28 days before the
Bid submission date.
In case of JV / Consortium, full value the work, if done by the same JV / Consortium or any of members
of the / Consortium shall be considered. If the work done by them in any other JV / Consortium, value
of work asper his percentage participation in that JV / Consortium shall be considered.
Page 97
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Information
Contract Identification
Award date
Completion date
Role in Contract Prime Member in Management Sub-
Contractor JV/CONSORTIUM Contractor Contractor
Total Contract Amount In INR equivalent
Quantity (Volume, number or rate of Total quantity Percentage Actual Quantity
production, as applicable) in the participation Performed(i) x (ii)
performed under the contract per contract (ii)
year or part of the year (i)
Year 1
Year 2
Year 3
Year 4
Information
Employer’s Name
Address:
Telephone / Fax number
E-mail
Description of the key activities in
accordance with Sub-Factor 4.2(b)
of Section III:
Notes:
Documentary proof such as completion certificates from client clearly indicating the nature/scope of
work, actual completion cost & actual date of completion for such work should be submitted. The offers
submitted without this documentary proof shall not be evaluated. In case the work is executed for private
client, copy of work order, bill of quantities, bill wise details of payment received certified by CA,TDS
certificates for all payments received & copy of final/last bill paid by client shall be submitted. Value of
successfully completed portion of any ongoing work up to date of Bid submission will also be considered
for qualification of work experience criteria.
For completed works, value of work done shall be updated to Bid submission date assuming 5% inflation
for Indian Rupees every year and 2% for foreign currency portions per year. For the purpose of evaluation
of work experience, all prices will be converted to Indian Rupees using the Exchange (selling) rates for
those currencies at the close of business of the State Bank of India at 31st December of each year for
the works completed in respective year. For the works completed in the latest year before 31st of
December of current year, the exchange rates of foreign currency shall be applicable 28 days before the
Bid submission date.
In case of JV/Consortium, full value the work, if done by the same JV / Consortium or any of members
of the JV/Consortium shall be considered. If the work done by them in any other JV/CONSORTIUM /
Consortium, value of work asper his percentage participation in that JV / Consortium shall be considered.
_________________
Page 98
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
(Demand Guarantee)
__________________________
Beneficiary: __________________________
Invitation for Bids No: ________________________________________
Date: __________________________
BID GUARANTEE No.: __________________________
Guarantor: ________________________________________________
We have been informed that __________________________ (hereinafter called "the Applicant") has
submitted or will submit to the Beneficiary its bid (hereinafter called "the Bid") for the execution of
________________ under Invitation for Bids No. ___________________(“the IFB”).
Furthermore, we understand that, according to the Beneficiary’s conditions, bids must be supported by
a bid guarantee.
At the request of the Applicant, we, as Guarantor, hereby irrevocably undertake to pay the Beneficiary
any sum or sums not exceeding in total an amount of ___________ (____________) upon receipt by us
of the Beneficiary’s first demand, supported by the Beneficiary’s statement, whether in the demand
itself or a separate signed document accompanying or identifying the demand, stating that either the
Applicant:
(a) has withdrawn its Bid during the period of bid validity set forth in the Applicant’s Letter of Bid
(“the Bid Validity Period”), or any extension thereto provided by the Applicant; or
(b) having been notified of the acceptance of its Bid by the Beneficiary during the Bid Validity Period
or any extension thereto provided by the Applicant, (i) has failed to execute the contract agreement, or
(ii) has failed to furnish the performance security,, in accordance with the Instructions to Bidders (“ITB”)
of the Beneficiary’s bidding document.
This guarantee will expire: (a) if the Applicant is the successful bidder, upon our receipt of copies of the
contract agreement signed by the Applicant and the performance security issued to the Beneficiary in
relation to such contract agreement; or (b) if the Applicant is not the successful bidder, upon the earlier
of (i) our receipt of a copy of the Beneficiary’s notification to the Applicant of the results of the bidding
process; or (ii)sixty days after the end of the Bid Validity Period.
Consequently, any demand for payment under this guarantee must be received by us at the office
indicated above on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revision, ICC
Publication No. 758.
_____________________________
[signature(s)]
Valid upto…………………………………………….
Page 99
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Page 100
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
(To be on non-judicial stamp paper of appropriate value as per Stamp Act relevant to place of execution,
duly signed on each page. Foreign entities submitting the Bid are required to follow the applicable law
in their country)
(The Bidding JV/ consortium should list the name, address of its registered office and other details of
all the consortium Members)
for the purpose of submitting the Bid in response to the Bidding Documents and in the event of selection
as Successful Bidder to execute the Contract Agreement and/or other requisite documents, and to carry
out the ‘……………….’ (“Works”) for Pune Metro Rail project to be awarded by Maharashtra Metro Rail
Corporation Limited (hereinafter referred as “Maha-Metro “or “the Company”).
Party 1, Party 2, and Party 3 are hereinafter collectively referred to as the “Parties” and individually as
a “Party”.
WHEREAS Maharashtra Metro Rail Corporation Limited desired to engage a contractor for ……………….
[name of theMaharashtra Metro Rail Corporation LimitedWorks] for Pune Metro Rail Project.
AND WHEREAS the JV/Consortium of [.................................] (insert the names of all the Members)
intends to participate for the Bid, against the Bidding Documents issued to……………. [Insert the name of
Employer of Bidding Document].
AND WHEREAS Para BDS ITB 4.9 of the Instructions to Bidder stipulates that the Bidders bidding on the
strength of a consortium shall submit a legally enforceable JV/Consortium Agreement in a format
specified in the Bidding Documents.
In consideration of the above premises and agreement, all the parties in this JV/Consortium do hereby
mutually agree as follows:
1. In consideration of the selection of the JV/Consortium as the Successful Bidder by the Company, we
the Members of the JV/Consortium and Parties to the JV/Consortium Agreement do hereby
unequivocally agree that M/s........................................................... (Insert name of the
Lead Member), shall act as the Lead Member as defined in the Bidding Documents for self and agent
for and on behalf of ………. (the names of all the other Members of the JV/Consortium to be filled in
here) to do on behalf of the JV/Consortium, all or any of the acts, deeds or things necessary or
incidental to the JV/Consortium’s Bid for the Contract including submission of the Bid, participating
in meetings, responding to queries, submission of information/ documents and generally to
represent the JV/Consortium in all its dealings with Maharashtra Metro Rail Corporation Limited
or any other Government Agency or any person, in connection with the Works until culmination of
Page 101
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
the process of bidding till the Contract is entered into with Maharashtra Metro Rail Corporation
Limited and thereafter till the expiry of the Contract.
2. The Lead Member is hereby authorized by the Members of JV/Consortium and Parties to the
JV/Consortium Agreement to bind the JV/Consortium, incur liabilities and receive instructions for
and on behalf of all Members. It is agreed by all the Members that entire execution of the Contract
including payment shall be carried out exclusively through the Lead Member.
3. The Lead Member shall be liable and responsible for ensuring the individual and collective
commitment of each of the Members of the JV/Consortium in discharging all their respective
obligations under the Contract with Maharashtra Metro Rail Corporation Limited. Each
JV/Consortium Member further undertakes to be individually liable for the performance of its part
of the obligations without in any way limiting the scope of collective liability envisaged in this
Agreement.
4. In case of any breach of any of the obligations as specified under Clause 3 above by any of the
JV/Consortium Members, the Lead Member shall be liable to fulfil such obligation.
5. It is agreed that sharing of responsibilities hereto among the JV/Consortium members shall not in
any way be a limitation of responsibility of the Lead Member under these presents.
6. This JV/Consortium Agreement shall be construed and interpreted in accordance with the Laws of
____________.
7. It is hereby agreed that the Lead Member shall furnish the Bid Securing Declaration, as stipulated in
the Bidding Documents, on behalf of the JV/Consortium.
8. It is hereby agreed that in case of selection of bidding consortium as the Successful Bidder, the
Parties to this JV/Consortium Agreement do hereby agree that the Lead Member shall furnish the
Performance Security on behalf of the JV/Consortium, as stipulated in the Bidding Documents.
9. It is further expressly agreed that the JV/Consortium Agreement shall be irrevocable and, for the
Successful Bidder, shall remain valid over the term of the Contract, unless expressly agreed to the
contrary by the Company.
10. The Lead Member is authorized and shall be fully responsible for the accuracy and veracity of the
representations and information submitted by the JV/Consortium Members respectively from time
to time in response to the Bidding Documents for the purposes of the Bidding.
11. It is expressly understood and agreed between the Members that the responsibilities and obligations
of each of the Members shall be as follows:
……………………………..
……………………………..
12. It is agreed by the Members that the above sharing of responsibilities and obligations shall not in
any way be a limitation of joint and several responsibilities and liabilities of the Members, with
regards to all matters relating to the execution of the Works as envisaged in the Bidding Documents
and the Contract. The Parties shall be jointly and severally liable for execution of the Works in
accordance with the terms of the Contract and the Bidding Documents.
13. It is clearly agreed that the Lead Member shall ensure performance under the Contract and if one
or more JV/Consortium Members fail to perform its/their respective obligations under the
agreement(s), the same shall be deemed to be a default by all the JV/Consortium Members.
14. It is hereby agreed that in case of selection of the JV/Consortium as the Successful Bidder,[the Lead
Member shall furnish the Performance Security on behalf of the JV/Consortium as stipulated in the
Bidding Documents] / [the Performance Security as stipulated in the Bidding Documents shall be
furnished by the Members on behalf of the JV/Consortium in such proportion as may be agreed to
between us]
15. It is agreed by all the Members that there shall be separate JV/Consortium Bank Account (distinct
from the bank accounts of the individual Members) to which the individual Members shall contribute
their share capital and/or working capital and the financial obligations of the JV/Consortium shall
be discharged through the said JV/Consortium Bank Account only and also all the payments received
by the JV/Consortium from the Employer shall be through that account alone.
16. It is hereby expressly agreed between the Parties to this JV/Consortium Agreement that neither
Party shall assign or delegate its rights, duties or obligations under this Agreement except with prior
written consent of the Company.
17. We hereby agree to ratify all acts, deeds and things lawfully done by the aforesaid Lead Member
pursuant to this Agreement and that all acts, deeds and things done by the aforesaid Lead Member
shall and shall always be deemed to have been done by us/Consortium.
Page 102
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
(b) sets forth the entire understanding of the Parties hereto with respect to the subject matter hereof
including the JV/Consortium/Bidder’s legal persona and there is or are no other agreements
relating to the JV/Consortium/Bidder’s incorporation, constitution, powers or organisation which
may affect in any way its ability to carry out the Works;
(c) may not be amended or modified except in writing signed by each of the Parties and with prior
written consent of the Company.
IN WITNESS WHEREOF, the Parties to the JV/Consortium Agreement have, through their authorized
representatives, executed these presents and affixed common seals of their respective companies on the
Day, Month and Year first mentioned above.
Witness:
1. …………………………………….
(Signature)
Name ……………………………….
Designation...........…………………..
2. …………………………………….
(Signature)
Name ……………………………….
Designation...........…………………..
Common Seal of ................ For and on behalf of
has been affixed in my/our JV/Consortium Member (Party 2)
presence pursuant to the M/s………………………….
Board of Director’s
resolution dated ......................
………………………………. …………………………………….
(Signature) (Signature of authorized representative)
Name: Name:
Designation: Designation:
Place:
Date:
WITNESS
1. …………………………………….
(Signature)
Name ……………………………….
Designation...........…………………..
2. …………………………………….
(Signature)
Name ……………………………….
Designation...........…………………..
Attested:
…………………………….
(Signature)
(Notary Public)
Place: ………………………….
Date: …………………………….
Common Seal of ................ For and on behalf of
has been affixed in my/our JV/Consortium Member (Party 3)
presence pursuant to the M/s………………………….
Board of Director’s
Page 103
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
……………………………….
(Signature) (Signature of authorized representative)
Name: Name:
Designation: Designation:
Place:
Date:
WITNESS
1. …………………………………….
(Signature)
Name ……………………………….
Designation...........…………………..
2. …………………………………….
(Signature)
Name ……………………………….
Designation...........…………………..
Attested:
…………………………….
(Signature)
(Notary Public)
Place:……………………….
Date:………………………….
Page 104
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
(A) Format for the Board resolution to be passed by a Bidder (not applicable in case of consortium)
The Board, after discussion, at the duly convened Meeting on ………… (Insert date),with the consent
of all the Directors present and in compliance of the provisions of the Companies Act, 1956, passed
the following Resolution:
RESOLVED THAT pursuant to the applicable provisions of the Companies Act, 1956and as permitted
under the Memorandum and Articles of Association of the Company, approval of the Board be and
is hereby accorded to submit a Bid in response to the Bidding Documents dated ___________ issued
by Maharashtra Metro Rail Corporation Limited (Maharashtra Metro Rail Corporation Limited) for
‘…………’ [name of the work] for Pune Metro Rail Project.
FURTHER RESOLVED THAT Mr./Ms………………., (insert the name and designation of the concerned
official of the Company) be and is hereby authorized to take all the steps required to be taken
by the Company for submission of the aforesaid Bid, including in particular, signing the Bid, making
changes thereto and submitting amended Bid, signing and executing all the documents related to
the Bid, certified copy of this Board resolution or letter or undertakings, etc., required to be
submitted toMaharashtra Metro Rail Corporation Limited as part of the Bid or such other
documents as may be necessary in this regard and to do in our name and our behalf all or any of
the acts, deeds or things necessary or incidental to submission of our said Bid including signing and
executing the Contract Documents, making representations to Maharashtra Metro Rail
Corporation Limited or any other authority, and providing information / responses to Maharashtra
Metro Rail Corporation Limited, representing us in all matters before Maharashtra Metro Rail
Corporation Limited, and generally dealing with Maharashtra Metro Rail Corporation Limited in
all matters in connection with our Bid till the completion of the bidding process as per the terms
of the above said Bidding Documents and further till the Contract is entered into with MahaMetro
thereafter till the expiry of the Contract.
FURTHER RESOLVED THAT a power of attorney as per the draft attached to the Bidding Documents
be issued in favour of the above named person, ____________, to be executed by Mr._________
or Mr. _______________, Directors of the Company under the Common seal of the Company,
affixation thereof to be witnessed by one or both of the above named Directors and by Mr.
_____________, (insert the name and designation of the concerned official of the Company) or as
per the Memorandum and Articles of Association of the Company.
Notes:
1. This certified true copy should be submitted on the letterhead of the Company, signed by the
Company Secretary / Managing Director/Director of the Bidder.
2. The contents of the format may be suitably re-worded indicating the identity of the entity passing
the resolution.
3. In the event the Board resolution is from a company incorporated outside India, the same needs to
be notarized by a notary in the home country of company passing the resolution and legalized by the
Indian Embassy there. However, in case such company is from a country which has signed The Hague
Legislation Convention 1961, then the Board Resolution is not required to be legalized by the Indian
Embassy if it carries a conforming Apostille certificate.
4. This format may be modified only to the limited extent required to comply with the local regulations
and laws applicable to a foreign entity submitting this resolution. For example, reference to
Companies Act 1956 may be suitably modified to refer to the law applicable to the entity submitting
the resolution. However, in such case, the foreign entity shall submit an unqualified opinion issued
by the legal counsel of such foreign entity, stating that the Board
resolutions are in compliance with the applicable laws of the respective jurisdictions of the issuing
company and the authorizations granted therein are true and valid.
Page 105
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
(B) Format for the Board resolution to be passed by Lead Member of Consortium(applicable in case
the Bidder is a consortium)
The Board, after discussion, at the duly convened Meeting on ………… (Insert date),with the consent
of all the Directors present and in compliance of the provisions of the Companies Act, 1956, passed
the following Resolution:
RESOLVED THAT pursuant to the applicable provisions of the Companies Act,1956and as permitted
under the Memorandum and Articles of Association of the Company, approval of the Board be and
is hereby accorded to submit a Bid in response to the Bidding Documents dated ___________ issued
by Maharashtra Metro Rail Corporation Limited (Maharashtra Metro Rail Corporation Limited) for
‘……………….’ [name of the work] for Pune Metro Rail Project in consortium with ________________
(insert the name and address of the other consortium members).
FURTHER RESOLVED THAT pursuant to the applicable provisions of the Companies Act, 1956 and as
permitted under the Memorandum and Articles of Association of the Company, approval of the
Board be and is hereby accorded to execute a Consortium Agreement as per the format annexed
to the aforesaid Bidding Documents with________________ (insert the name and address of the
other consortium members).
FURTHER RESOLVED THAT approval of the Board be and is hereby accorded to the Company to
accept and act as the Lead Member of the aforesaid Consortium and also as true and lawful attorney
to do in the name and on behalf of the Consortium, all such acts, deeds and things necessary in
connection with or incidental to submission of Consortium’s Bid in response to the Bidding
Documents dated __________ issued by Maharashtra Metro Rail Corporation Limited for
‘……………….’ [name of the work] including signing and submission of the Bid and all documents
related to the Bid as specified in the Bidding Documents, including but not limited to undertakings,
letters, certificates, acceptances, clarifications, guarantees or any other document, which
Maharashtra Metro Rail Corporation Limited may require us to submit and carrying out the
Contract and doing all necessary deeds and things as maybe required in respect of the above and
also for making representations to MAHA-METRO and providing information / responses to
Maharashtra Metro Rail Corporation Limited, representing the Consortium in all matters before
Maharashtra Metro Rail Corporation Limited, and generally dealing with MAHA-METRO and/or any
other authority in all matters in connection with Consortium’s Bid, till completion of the bidding
process in accordance with the Bidding Documents and further till the Contract is entered into with
Maharashtra Metro Rail Corporation Limited and thereafter till the expiry of the Contract.
FURTHER RESOLVED THAT Mr./Ms………………., (insert the name and designation of the concerned
official of the Company) be and is hereby authorized to take all the steps required to be taken by
the Company for submission of the Consortium’s Bid, including in particular, signing the Bid, making
changes thereto and submitting amended Bid, signing and executing all the documents related to
the Bid, certified copy of this Board resolution or letter or undertakings, etc., required to be
submitted to Maharashtra Metro Rail Corporation Limited as part of the Bid or such other
documents as may be necessary in this regard and to do in the name and on behalf the Consortium
all or any of the acts, deeds or things necessary or incidental to submission of said Bid including
signing and executing the Contract Documents, making representations to MAHA-METRO or any
other authority, & providing information / responses to MAHA-METRO, representing the Consortium
in all matters before Maharashtra Metro Rail Corporation Limited, and generally dealing with
Maharashtra Metro Rail Corporation Limited in all matters in connection with our Bid till the
completion of the bidding process as per the terms of the above said Bidding Documents and further
till the Contract is entered into with the Company and thereafter till the expiry of the Contract.
FURTHER RESOLVED THAT a power of attorney as per the draft attached to the Bidding Documents
be issued in favour of the above named person, ____________, to be executed by Mr._________ or
Mr. _______________, Directors of the Company under the Common seal of the Company,
affixation thereof to be witnessed by one or both of the above named Directors and by Mr.
_____________, (insert the name and designation of the concerned official of the Company) or as
per the Memorandum and Articles of Association of the Company.
Page 106
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Notes:
1. This certified true copy should be submitted on the letterhead of the Company, signed by the
Company Secretary / Managing Director/Director of the Bidder.
2. The contents of the format may be suitably re-worded indicating the identity of the entity passing
the resolution.
3. In the event the Board resolution is from a company incorporated outside India, the same needs to
be notarized by a notary in the home country of company passing the resolution and legalized by the
Indian Embassy there. However, in case such company is from a country which has signed The Hague
Legislation Convention 1961, then the Board Resolution is not required to be legalized by the Indian
Embassy if it carries a conforming Apostille certificate.
4. This format may be modified only to the limited extent required to comply with the local regulations
and laws applicable to a foreign entity submitting this resolution. For example, reference to
Companies Act 1956 may be suitably modified to refer to the law applicable to the entity submitting
the resolution. However, in such case, the foreign entity shall submit an unqualified opinion issued
by the legal counsel of such foreign entity, stating that the Board resolutions are in compliance with
the applicable laws of the respective jurisdictions of the issuing company and the authorizations
granted therein are true and valid.
(C) Format for the Board resolution to be passed by a Member other than the Lead Member of
Consortium (applicable in case the Bidder is a consortium)
The Board, after discussion, at the duly convened Meeting on ………… (Insert date),with the consent
of all the Directors present and in compliance of the provisions of the Companies Act, 1956, passed
the following Resolution:
RESOLVED THAT pursuant to the applicable provisions of the Companies Act, 1956and as permitted
under the Memorandum and Articles of Association of the Company, approval of the Board be and
is hereby accorded to submit a Bid in response to the Bidding Documents dated ___________ issued
by Maharashtra Metro Rail Corporation Limited (Maharashtra Metro Rail Corporation Limited) for
‘……………….’ [name of the work] for Pune Metro Rail Project in consortium with ________________
(insert the name and address of the other consortium members).
FURTHER RESOLVED THAT pursuant to the applicable provisions of the Companies Act, 1956 and as
permitted under the Memorandum and Articles of Association of the Company, approval of the
Board be and is hereby accorded to execute a Consortium Agreement as per the format annexed
to the aforesaid Bidding Documents with________________ (insert the name and address of the
other consortium members).
FURTHER RESOLVED THAT approval of the Board be and is hereby accorded to constitute, appoint
and authorize ____________________ (name and registered office address of the Lead Member),
which is one of the Members of the Consortium, to act as the Lead Member of the aforesaid
Consortium and also as true and lawful attorney, to do in the name and on behalf of the
Consortium, all such acts, deeds and things necessary in connection with or incidental to submission
of Consortium’s Bid in response to the Bidding Documents dated __________ issued by Maharashtra
Metro Rail Corporation Limited for ‘……………….’[name of the work] including signing and
submission of the Bid and all documents related to the Bid as specified in the Bidding Documents,
including but not limited to undertakings, letters, certificates, acceptances, clarifications,
guarantees or any other document, which Maharashtra Metro Rail Corporation Limited may
require us to submit and carrying out the Contract and doing all necessary deeds and things as may
be required in respect of the above and also for making representations to Maharashtra Metro Rail
Corporation Limited and providing information / responses to Maharashtra Metro Rail
Corporation Limited, representing the Consortium in all matters before Maharashtra Metro Rail
Corporation Limited, and generally dealing with Maharashtra Metro Rail Corporation Limited
and/or any other authority in all matters in connection with our Bid, till completion of the bidding
process in accordance with the Bidding Documents and further till the Contract is entered into with
Maharashtra Metro Rail Corporation Limited and thereafter till the expiry of the Contract.
FURTHER RESOLVED THAT a power of attorney as per the draft attached to the Bidding Documents
be issued in favour of the above said Lead Member, ____________,to be executed by Mr._________
or Mr. _______________, Directors of the Company under the Common seal of the Company,
affixation thereof to be witnessed by one or both of the above named Directors and by Mr.
Page 107
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
_____________, (insert the name and designation of the concerned official of the Company) or as
per the Memorandum and Articles of Association of the Company.
FURTHER RESOLVED THAT a power of attorney as per the draft attached to the Bidding Documents
be issued in favour of Mr./Ms………………., (insert the name and designation of the concerned official
of the Company) to be executed by Mr._________or Mr. _______________, Directors of the
Company under the Common seal of the Company, affixation thereof to be witnessed by one or
both of the above named Directors and by Mr. _____________, (insert the name and designation
of the concerned official of the Company) or as per the Memorandum and Articles of Association
of the Company.
FURTHER RESOLVED THAT Mr./Ms………………., (insert the name and designation of the concerned
official of the Company) be and is hereby authorized to take all the steps required to be taken by
the Company for submission of the aforesaid Bid, including in particular, signing and executing all
the documents related to the Bid, certified copy of this Board resolution or letter or undertakings,
etc., required to be submitted to Maharashtra Metro Rail Corporation Limited as part of the Bid
or such other documents as may be necessary in this regard and to do in our name and our behalf
all or any of the acts, deeds or things necessary or incidental to give effect to this resolution.
Notes:
1. This certified true copy should be submitted on the letterhead of the Company, signed by the
Company Secretary / Managing Director/Director of the Bidder.
2. The contents of the format may be suitably re-worded indicating the identity of the entity passing
the resolution.
3. In the event the Board resolution is from a company incorporated outside India, the same needs to
be notarized by a notary in the home country of company passing the resolution and legalized by the
Indian Embassy there. However, in case such company is from a country which has signed The Hague
Legislation Convention 1961, then the Board Resolution is not required to be legalized by the Indian
Embassy if it carries a conforming Apostille certificate.
4. This format may be modified only to the limited extent required to comply with the local regulations
and laws applicable to a foreign entity submitting this resolution. For example, reference to
Companies Act’1956 may be suitably modified to refer to the law applicable to the entity submitting
the resolution. However, in such case, the foreign entity shall submit an unqualified opinion issued
by the legal counsel of such foreign entity, stating that the Board resolutions are in compliance with
the applicable laws of the respective jurisdictions of the issuing company and the authorizations
granted therein are true and valid.
(D) Power of Attorney to be provided by each of the Members of the Consortium (other than the
Lead Member) in favour of the Lead Member
WHEREAS Maharashtra Metro Rail Corporation Limited, (the Company) has issued the Bidding
Documents on _______ for inviting Bids for ‘……………….’ [name of the work]for Pune Metro Rail
Project on the terms and contained in the Bidding Documents;
AND WHEREAS …………….., ………………. and ……………….. (Insert names of all Members of Consortium)
the Members of the Consortium are desirous of submitting a Bid in response to the Bidding
Documents, and if selected, undertaking the responsibility of‘………….’ [name of the work] as per
the terms of the Bidding Documents;
AND WHEREAS all the Members of the Consortium have agreed under the Consortium Agreement
dated ………….. entered into between all the Members and submitted along with the Bid to appoint
……….. (Insert the name and address of the Lead Member) as Lead Member to represent all the
Members of the Consortium for all matters regarding the Bidding Documents and the Bid;
AND WHEREAS pursuant to the terms of the Bidding Documents and the Consortium Agreement,
we, the Members of the Consortium hereby designate M/s ………….. (Insert name of the Lead
Member) as the Lead Member to represent us in all matters regarding the Bid and the Bidding
Documents, in the manner stated below:-
Page 108
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Know all men by these presents, We …………………………………………………. (Insert name and address of
the registered office of the Member-1)…………………………………………………. (Insert name and address of
the registered office of the Member-2) ……………………………………. (Insert name and address of the
registered office of the Member-n) do hereby constitute, appoint and authorize……………………(name
and registered office address of the Lead Member),which is one of the Members of the Consortium,
to act as the Lead Member and our true and lawful attorney, to do in our name and on our behalf,
all such acts, deeds and things necessary in connection with or incidental to submission of
Consortium’s Bid in response to the Bidding Document dated __________ issued by the Company
for ‘……………….’[name of the work] including signing and submission of the Bid and all documents
related to the Bid as specified in the Bidding Documents, including but not limited to undertakings,
letters, certificates, acceptances, clarifications, guarantees or any other document, which the
Company may require us to submit and carrying out the Contract and doing all necessary deeds
and things as may be required in respect of the above. The aforesaid Attorney shall be further
authorized for making representations to the Company named in the Bidding Documents, and
providing information / responses to the Company named in the Bidding Documents, representing
us and the Consortium in all matters before the Company named in the Bidding Documents, and
generally dealing with the Company named in the Bidding Documents and/or any other authority
in all matters in connection with our Bid, till completion of the bidding process in accordance with
the Bidding Documents and further till the Contract is entered into with the Company and
thereafter till the expiry of the Contract.
We, as Members of the Consortium, hereby agree to ratify all acts, deeds and things done by our
said attorney pursuant to this Power of Attorney and that all acts, deeds and things done by our
aforesaid attorney shall be binding on us and shall always be deemed to have been done by us.
All the terms used herein but not defined shall have the meaning ascribed to such terms in the
Bidding Documents.
Accepted
………………………………
Signature of Attorney
(Name, designation and address of the Attorney)
Attested
…………………………………..
(Signature of the executant)
…………………………………….
Signature and stamp of Notary of the place of execution
Common seal of ……………… has been affixed in my/our presence pursuant to Board of
Director’s Resolution dated……
WITNESS:
1. ……………………………………………….
(Signature)
Name ………………………………….
Designation...........…………………..
2. ……………………………………………….
(Signature)
Name ………………………………….
Designation...........…………………..
Page 109
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Notes:
1. The mode of execution of the power of attorney should be in accordance with the procedure, if any,
laid down by the applicable law and the charter documents of the executant(s) and the same should
be under common seal of the executant affixed in accordance with the applicable procedure.
Further, the person whose signatures are to be provided on the power of attorney shall be duly
authorized by the executant(s) in this regard.
2. In the event, power of attorney has been executed outside India, the same needs to be notarized by
a notary in the home country of company executing this power of attorney and legalized by the
Indian Embassy there. However, in case such company is from a country which has signed The Hague
Legislation Convention 1961, then the said power of attorney is not required to be legalized by the
Indian Embassy if it carries a conforming Apostille certificate.
3. Also, wherever required, the executant(s) should submit for verification the extract of the chartered
documents and documents such as a Board resolution / power of attorney, in favour of the person
executing this power of attorney for delegation of power hereunder on behalf of the executant(s).
Page 110
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
POWER OF ATTORNEY
(To be on non-judicial stamp paper of appropriate value as per Stamp Act relevant to place of execution.
Foreign companies submitting Bids are required to follow the applicable law in their country)
Power of Attorney to be provided by the Bidder Company/ Lead Member in favour of its representative
as evidence of authorized signatory’s authority.
Know all men by these presents, We …………………………………………….(name and address of the registered
office of the Bidding Company or Lead Member of the Bidding Consortium, as applicable) do hereby
constitute, appoint and authorize Mr./Ms…………………………………………………(name and residential address)
who is presently employed with us and holding the position of ______, as our Attorney to do in our name
and our behalf all or any of the acts, deeds or things necessary or incidental to submission of our Bid for
‘……………….’ [name of the work] for Pune Metro Rail Project in response to the Bidding Document dated
______ issued by Maharashtra Metro Rail Corporation Limited (Maharashtra Metro Rail Corporation
Limited) (the Company) including signing and submission of the Bid and all other documents related to
the bidding, including but not limited to undertakings, letters, certificates, acceptances, clarifications,
guarantees or any other document which the Company may require us to submit and also signing and
executing the Contract Documents. The aforesaid Attorney is further authorized for making
representations to the Company or any other authority, and providing information / responses to the
Company, representing us in all matters before the Company, and generally dealing with the Company
in all matters in connection with our Bid till the completion of the bidding process as per the terms of
the Bidding Documents and further till the Contract is entered into with the Company and thereafter till
the expiry of the Contract.
We hereby agree to ratify all acts, deeds and things done by our said attorney pursuant to this Power of
Attorney and that all acts, deeds and things done by our aforesaid attorney shall be binding on us and
shall always be deemed to have been done by us.
All the terms used herein but not defined shall have the meaning ascribed to such terms under the Bidding
Documents.
Accepted
………………………………
Signature of Attorney
(Name, designation and address of the Attorney)
Page 111
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Attested
…………………………………
(Signature of the executant)
(Name, designation and address of the executant)
……………………………………
Signature and stamp of Notary of the place of execution
Common seal of ……………… has been affixed in my/our presence pursuant to Board of Director’s Resolution
dated……
WITNESS
1. ……………………………………………….
(Signature)
Name ………………………………….
Designation...........…………………..
2. ……………………………………………….
(Signature)
Name ………………………………….
Designation...........…………………..
Notes:
1. The mode of execution of the power of attorney should be in accordance with the procedure, if
any, laid down by the applicable law and the charter documents of the executant(s) and the
same should be under common seal of the executant affixed in accordance with the applicable
procedure. Further, the person whose signatures are to be provided on the power of attorney
shall be duly authorized by the executant(s) in this regard.
2. In the event, power of attorney has been executed outside India, the same needs to be duly
notarized by a notary public of the jurisdiction where it is executed.
3. Also, wherever required, the executant(s) should submit for verification the extract of the
charter documents and documents such as a board resolution / power of attorney, in favour of
the person executing this power of attorney for delegation of power hereunder on behalf of the
executant(s).
Page 112
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
POWER OF ATTORNEY
(To be on non-judicial stamp paper of appropriate value as per Stamp Act relevant to place of execution.
Foreign companies submitting Bids are required to follow the applicable law in their country)
Power of Attorney to be provided by each Member other than the Lead Member in favour of its
representative as evidence of authorized signatory’s authority. (applicable to consortium only)
Know all men by these presents, We …………………………………………….(name and address of the registered
office of the Member of the Consortium, as applicable) do hereby constitute, appoint and authorize
Mr./Ms…………………………………………………(name and residential address) who is presently employed with us
and holding the position of ______, as our Attorney to sign and execute the Contract Agreement and any
other requisite document in our name and our behalf for ‘……………….’ [name of the work] for Pune Metro
Rail Project in response to the Bidding Document dated ______ issued by Maharashtra Metro Rail
Corporation Limited(Maharashtra Metro Rail Corporation Limited) (the Company) and to do all or any
of the acts, deeds or things necessary or incidental to the above.
We hereby agree to ratify all acts, deeds and things done by our said attorney pursuant to this Power of
Attorney and that all acts, deeds and things done by our aforesaid attorney shall be binding on us and
shall always be deemed to have been done by us.
All the terms used herein but not defined shall have the meaning ascribed to such terms under the Bidding
Documents.
Accepted
………………………………
Signature of Attorney
(Name, designation and address of the Attorney)
Attested
…………………………………
(Signature of the executant)
(Name, designation and address of the executant)
……………………………………
Signature and stamp of Notary of the place of execution
Common seal of ……………… has been affixed in my/our presence pursuant to Board of Director’s Resolution
dated……
WITNESS
1. ……………………………………………….
(Signature)
Name ………………………………….
Designation...........…………………..
2. ……………………………………………….
(Signature)
Name ………………………………….
Page 113
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Designation...........…………………..
Notes:
1. The mode of execution of the power of attorney should be in accordance with the procedure, if
any, laid down by the applicable law and the charter documents of the executant(s) and the
same should be under common seal of the executant affixed in accordance with the applicable
procedure. Further, the person whose signatures are to be provided on the power of attorney
shall be duly authorized by the executant(s) in this regard.
2. In the event, power of attorney has been executed outside India, the same needs to be duly
notarized by a notary public of the jurisdiction where it is executed.
3. Also, wherever required, the executant(s) should submit for verification the extract of the
charter documents and documents such as a board resolution / power of attorney, in favour of
the person executing this power of attorney for delegation of power hereunder on behalf of the
executant(s).
Page 114
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
The Bidder shall include with its Bid an index which cross refers all of the Employer’s bidding
requirements elaborated in these documents to all the individual sections within Package 1:Technical
Package and Package 2: Financial Package which the Bidder intends to be the responses to each and
every one of those requirements.
The Packages submitted must be clearly presented, all pages numbered and laid out in a logical sequence
with main and subheadings to facilitate evaluation.
Page 115
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Page 116
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Page 117
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
(This document is to be prepared by the Bidder and submitted on Bidder’s Letterhead as part of
Technical Package as per Instructions to Bidder BDSITB 11.4.1.16)
Managing Director
Office of Maharashtra Metro Rail Corporation Limited,
1st Floor,The Orion,
Opposite Don Bosco Youth Centre,
Koregaon Park,
Pune-411001.
Maharashtra, INDIA
Sub: Tender No P1 Misc-28/2022: Design of Graphics, Fabrication, Supply, Installation, Testing and
Commissioning of Signage of 4 stations viz. Dapodi, Bopodi, Khadki & Range Hill of Reach 01 and 4
stations viz. Deccan Gymkhana, Sambhaji Park, PMC & Civil Court Elevated of Reach 02 of Pune Metro
Rail Project.
We (Name of Bidder / Consortium) hereby undertake that the Bid drawings, both in hardcopy and
digitized format, and the Bidding documents purchased as a necessary part of our preparation of this Bid
shall be used solely for the preparation of the Bid and that if the Bid is successful, shall be used solely
for the execution of Works.
We further undertake that the aforesaid Bid drawings and documents prepared by MAHAMETRO, shall not
be used in whole, in part or in any altered form on any other project, scheme, design or proposal that
the Bidder / Consortium / Members of Consortium or its/their parent companies or sub-contractors of
the Bidder / Consortium are, or will be involved with either in India or in any other Country.
Signed: ……………………….
Page 118
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
We hereby confirm that, we have downloaded the complete set of Bid Documents along with the set of
enclosures hosted in e-tendering portal http://mahametroRails.etenders.in. We confirm that the
Bidding Documents has not been edited or modified by us. In case, it is observed by Maharashtra Metro
Rail Corporation Limited that the Bidding Documents have been edited or modified, we agree for the
rejection of our Bid by Maharashtra Metro Rail Corporation Limited.
Page 119
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
(to be submitted on the letter head of the Bank with Contact details, Address, Phone Number,
E Mail id, etc.)
BANK CERTIFICATE
Signature: - ___________
Name of Bank: __________
Senior Bank Manager_____________
Address of the Bank_______________
Signature: - ___________
Name of Bank: __________
Senior Bank Manager_____________
Address of the Bank_______________
[This should be given by the JV/CONSORTIUM members in proportion to their financial participation]
Page 120
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
16. Form of Certificate confirming submission of all documents of Financial Package in the
Technical Package with prices left blank
1. This is to certify that the copy of all the documents of Financial Package, submitted with the
Technical Package, is a true Copy of the Financial Package with prices left blank.
2. It is further certified that there are no additional comments, remarks, deviations, terms and
conditions in our Financial Package and even if it is there, it shall be treated as NULL and VOID
and stand withdrawn.
SIGNATURE OF BIDDER
Page 121
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
17. Form of Certificate confirming receipt of all Bidding Documents and Addenda
(To be submitted on Bidder’s Letter head)
This is to certify that we, M/s ____________________________ [* Name of the Bidder] have received all
Bidding Documents Addenda for Contract No. P1 Misc-28/2022 as listed below:
SIGNATURE OF BIDDER
Page 122
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
[We hereby declare / We hereby jointly and severally]@ declare that the submission of this Bid confirms
that no agent, middleman or any intermediary has been, or will be engaged to provide any services, or
any other item or work related to the award and performance of this Contract. We further confirm and
declare that no agency commission or any payment, which may be construed as an agency commission,
has been, or will be paid and that the Bid price does not include any such amount. We acknowledge the
right of the Employer, if it finds to the contrary, to declare our Bid to be non-compliant and if the
Contract has been awarded to declare the Contract NULL and VOID.
(In case of a partnership, joint venture or consortium, to be submitted by each constituent member)@
Strike out whichever is not applicable
Page 123
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
19. Form of certificate confirming careful examination of all the contents of Bidding Documents
and signing of all pages of Bidder’s proposal
(To be submitted on Bidder’s Letter head)
This is to certify that we, M/s______________ [*Name of the company/consortium] have carefully
examined all the contents of the Bidding Documents including Addenda (if any) and all the pages of our
proposal have been signed and stamped by our authorized signatory.
SIGNATURE OF BIDDER
@In case of a joint venture or consortium, such pages to be signed by authorized signatory of the Lead
member.
Page 124
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
20. Undertaking for ensuring supply of critical spares and availability of technical support
Dated:…………..
To:
Managing Director
Office of Maharashtra Metro Rail Corporation Limited,
1st Floor,The Orion,
Opposite Don Bosco Youth Centre,
Koregaon Park,
Pune-411001.
Maharashtra, INDIA
Letter of Undertaking
Tender No.P1 Misc-28 : Design of Graphics, Fabrication, Supply, Installation, Testing and
Commissioning of Signage of 4 stations viz. Dapodi, Bopodi, Khadki & Range Hill of Reach 01 and 4
stations viz. Deccan Gymkhana, Sambhaji Park, PMC & Civil Court Elevated of Reach 02 of Pune Metro
Rail Project.
We hereby certify that we will make credible arrangements for ensuring supply of critical spares and
availability of technical support for maintenance and up gradation of equipment / systems / Machinery
& Plant / Software, etc., which will become part of the Permanent Works executed under the contract
(P1 Misc-28/2022) during their service life.
Signed……………..
For on behalf of
(Name of Bidder / Consortium)
Page 125
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
21. Undertaking for passing on benefits of exemptions to Maharashtra Metro Rail Corporation
Limited and for adjustment of amounts due from balance due
Dated:
Letter of Undertaking
Tender No .P1 Misc-28: Design of Graphics, Fabrication, Supply, Installation, Testing and
Commissioning of Signage of 4 stations viz. Dapodi, Bopodi, Khadki & Range Hill of Reach 01 and 4
stations viz. Deccan Gymkhana, Sambhaji Park, PMC & Civil Court Elevated of Reach 02 of Pune Metro
Rail Project
I agree to adjustment of any benefits/ duty draw back / export, import incentive / exemptions /
concessions to be made from the balance due to me without any prejudice.
I also undertake to indemnify Maharashtra Metro Rail Corporation Limited in case of any loss caused
due to non-reimbursement / passing on the benefit of duty draw back / export, import incentive /
exemption / concession etc.
Signed……………...
For on behalf of
(Name of Bidder / Consortium)
Page 126
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
22. Undertaking for obtaining registrations under various fiscal and labour laws
Dated:…..
Letter of Undertaking
Tender No. P1 Misc-28/2022: Design of Graphics, Fabrication, Supply, Installation, Testing and
Commissioning of Signage of 4 stations viz. Dapodi, Bopodi, Khadki & Range Hill of Reach 01 and 4
stations viz. Deccan Gymkhana, Sambhaji Park, PMC & Civil Court Elevated of Reach 02 of Pune Metro
Rail Project
I also undertake to indemnify Maharashtra Metro Rail Corporation Limited in case of any loss caused
due to non-registration.
I state that everything declared by me is true and correct to my belief.
Signed……………...
For on behalf of
(Name of Bidder / Consortium)
Page 127
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
We underscore the importance of a free, fair and competitive procurement process that precludes
abusive practices. In this respect we have neither offered nor granted directly or indirectly any
inadmissible advantages to any public servant or other person nor accepted such advantages in
connection with our bid, nor will we offer or grant or accept any such incentives or conditions in the
present procurement process or, in the event that we are awarded the contract, in the subsequent
execution of the contract. We also declare that no conflict of interest exists in the meaning of the kind
described in the corresponding Guidelines 6. We also underscore the importance of adhering to minimum
social standards (“Core Labour Standards”) in the implementation of the project. We undertake to
comply with the Core Labour Standards ratified by the country of @ (name of country). We will inform
our staff about their respective obligations and about their obligation to fulfil this declaration of
undertaking and to obey the laws of the country of @ (name of country). We also declare that our
company/all members of the consortium has/have not been included in the list of sanctions of the United
Nations, nor of the EU, nor of the German Government, nor in any other list of sanctions and affirm that
our company/all members of the consortium will immediately inform the client and Funding Agency /
Source if this situation should occur at a later stage.
We acknowledge that, in the event that our company (or a member of the consortium) is added to a list
of sanctions that is legally binding on the client and/or Funding Agency / Source, the client is entitled
to exclude our company/the consortium from the procurement procedure and, if the contract is awarded
to our company/the consortium, to terminate the contract immediately if the statements made in the
Declaration of Undertaking were objectively false or the reason for exclusion occurs after the Declaration
of Undertaking has been issued.
(Signature(s))
6See “Guidelines for the Assignment of Consultants in Financial Cooperation with Partner Countries “and
“Guidelines for Procurement of Goods, Works and associated Services in Financial Cooperation with
Partner Countries”
Page 128
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
DESCRIPTION INFORMATION
Identification of the certificate _______________ [insert full name of the certificate]
First award date ________________ [insert day, month, year of first
certificate award]
Last update of the certificate __________ [insert day, month, year of latest renewal, if
any]
Issuers Name _______________ [insert full name]
The Bidder shall fill this Form for each Certification required under sub criteria 4.2(b) of Section III – Evaluation
and Qualification Criteria
Page 129
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
TENDER NO.
P1 Misc-28/2022
Page 130
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
1. Natural or legal persons (including all members of a joint venture or any of their subcontractors)
shall not be awarded contract if, on the date of submission of an application or of a bid or on the
date of award of a contract, they:
i. are bankrupt or being wound up or ceasing their activities, are having their activities
administered by the courts, have entered into receivership, or are in any analogous situation
arising from a similar procedure;
ii. have been convicted within the past five years by court decision, which has the force of res
judicata in the country where the project is implemented, of fraud or corruption or any
other offence committed during the procurement or performance of a contract, unless they
provide supporting information together with their Covenant of Integrity (Form available as
Appendix to Letter of Bid) which shows that this conviction is not relevant in the context of
this project;
iii. are listed for financial sanctions by the United Nations, the European Union and/or France
for the purposes of fight against terrorist financing or threat to international peace and
security;
iv. have committed serious professional misconduct within the past five years during the
procurement or performance of a contract, as evidenced by any means by the Employer;
v. have not fulfilled their obligations regarding the payment of social security contributions or
taxes in accordance with the legal provisions of Employer’s country;
vi. have been convicted within the past five years by court decision, which has the force of res
judicata of fraud or corruption or any other offence committed in contract procurement or
performance;
vii. Are subject to an exclusion decision of the World Bank, and are listed on the website
http://www.worldbank.org/debarr, unless they provide supporting information together
with their Covenant of Integrity (Form available as Appendix to Letter of Bid)
viii. have committed misrepresentation in documentation requested by the Employer as part of
the contract procurement procedure;
2. Bidders that are Government-owned enterprises or institutions may participate only if they can
establish that they (i) are legally and financially autonomous (ii) operate under commercial law.
To be eligible, a government-owned enterprise or institution shall establish to the Agency’s
satisfaction, through all relevant documents, including its Charter and other information the
Agency may request, that it: (i) is a legal entity separate from their government (ii) does not
currently receive substantial subsidies or budget support; (iii) operates like any commercial
enterprise, and, inter alia, is not obliged to pass on its surplus to their government, can acquire
rights and liabilities, borrow funds and be liable for repayment of its debts, and can be declared
bankrupt.
3. In order to promote sustainable development, The Employer seeks to ensure that internationally
recognised environmental and social standards are complied with. Candidates shall consequently
undertake in the Covenant of Integrity to:
i. comply with and ensure that all their subcontractors comply with international environmental
and labour standards, consistent with applicable law and regulations in the country of
implementation of the Project, including the fundamental conventions of the International
Labour Organisation (ILO) and international environmental treaties;
ii. adopt any environmental and social risk mitigations measures as defined in the environmental
and social management plan or in the environmental and social impact notice issued by the
Employer.
Page 131
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
1.1.1.2 Notwithstanding point (a) of Sub-Clause 1.1.1.1 above, Employer might not exclude a bidder
which is in one of the situations referred to in that point, where the Employer has established
that the bidder in question will be able to perform the contract, taking into account the
applicable national rules and measures on the continuation of business in the case of the
situations referred to in point (a).
1.1.1.3 Any bidder that is in one of the situations referred to in the above paragraph may provide
evidence to the effect that measures taken by the bidder are sufficient to demonstrate its
Page 132
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
reliability despite the existence of a relevant ground for exclusion. If such evidence is
considered as sufficient, the bidder concerned will not be excluded from the procurement
procedure.
1.1.1.4 For this purpose, the bidder shall prove that it has paid or undertaken to pay compensation in
respect of any damage caused by the criminal offence or misconduct, clarified the facts and
circumstances in a comprehensive manner by actively collaborating with the investigating
authorities and taken concrete technical, organizational and personnel measures that are
appropriate to prevent further criminal offences or misconduct.
1.1.1.5 The measures taken by the bidder will be evaluated taking into account the gravity and
particular circumstances of the criminal offence or misconduct. Where the measures are
considered to be insufficient, the bidder shall receive a statement of the reasons for that
decision.
1.1.1.6 Bidders will also be required to confirm and declare that no agent, middleman or any
intermediary has been, or will be, engaged to provide any services, or any other items of work
related to the award and performance of this contract.
1.1.2 Prohibited Conduct
1.1.2.1 In pursuance of the Funding Agency’s (EIB’s) Anti-Fraud Policy (refer
http://www.eib.org/en/infocentre/publications/all/anti-fraud-policy.htm), Prohibited
Conduct includes corruption, fraud, coercion, collusion, obstruction, money laundering and
financing of terrorism defined as follows:
a. A corrupt practice, is the offering, giving, receiving, or soliciting, directly or indirectly,
anything of value to influence improperly the actions of another party.
b. A fraudulent practice, is any act or omission, including a misrepresentation that knowingly or
recklessly misleads, or attempts to mislead, a party to obtain a financial or other benefit or
to avoid an obligation.
c. A coercive practice, is impairing or harming, or threatening to impair or harm, directly or
indirectly, any party or the property of the party to influence improperly the actions of a
party.
d. A collusive practice, is an arrangement between two or more parties designed to achieve an
improper purpose, including influencing improperly the actions of another party.
e. An obstructive practice is (a) deliberately destroying, falsifying, altering or concealing of
evidence material to the investigation; and/or threatening, harassing or intimidating any party
to prevent it from disclosing its knowledge of matters relevant to the investigation or from
pursuing the investigation, or (b) acts intended to materially impede the exercise of the ElB's
contractual rights of audit or access to information or the rights that any banking, regulatory
or examining authority or other equivalent body of the European Union or of its Member States
may have in accordance with any law, regulation or treaty or pursuant to any agreement into
which the EIB has entered in order to implement such law, regulation or treaty.
f. Money laundering is,
i. the conversion or transfer of property, knowing that such property is derived from criminal
activity or from an act of participation in such activity, for the purpose of concealing or
disguising the illicit origin of the property or of assisting any person who is involved in the
commission of such activity to evade the legal consequences of his action;
ii. the concealment or disguise of the true nature, source, location, disposition, movement, rights
with respect to, or ownership of property, knowing that such property is derived from criminal
activity or from an act of participation in such activity;
iii. the acquisition, possession or use of property, knowing, at the time of receipt, that such
property was derived from criminal activity or from an act of participation in such activity;
iv. participation in, association to commit, attempts to commit and aiding, abetting, facilitating
and counselling the commission of any of the actions mentioned in the foregoing points.
g. Financing of terrorism is the provision or collection of funds, by any means, directly or
indirectly, with the intention that they should be used or in the knowledge that they are to be
used, in full or in part, in order to carry out any of the offences within the meaning of Articles
1 to 4 of the Council Framework Decision 2002/475/JHA of 13 June 2002 on combating
terrorism.
1.1.2.2 The Employer will declare a firm ineligible, either indefinitely or for a stated period of time,
for any Employer’s contract, if at any time determines that the firm has engaged in Prohibited
Conduct in competing for, or in executing, a borrowed financed contract in general.
1.1.3 Each Bidder (each member in the case of joint venture or consortium or partnership) is
required to confirm and declare with their Tender that they (as the case may be) have not
engaged in any fraudulent and corrupt practice as defined in 1.1.2.1 above and that no agent,
middleman or any intermediary has been, or will be, engaged to provide any services, or any
Page 133
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
other item or work related to the award and performance of this Contract and declare that no
agency commission or any payment which may be construed as an agency commission has been,
or will be, paid and that the tender price will not include any such amount. To fulfil this
requirement, the Bidder (each member in case of JV / Consortium) shall sign and execute the
Covenant of Integrity given as Appendix – 2.2A and the declaration given as Appendix – 2.2B.
If the Employer subsequently finds these has not been provided, the Employer reserves the
right to declare the Bidder as non-compliant and declare any Contract if already awarded to
the Bidder to be null and void.
1.1.4 The Bidder/Contractor grant the Employer, the Funding Agencies and auditors appointed by
either of them, as well as any authority or European Union Institution or body having
competence under European Union law, the right to inspect and copy the books and records
of the bidder, contractor, supplier or consultant.
1.1.5 Canvassing or offer of an advantage or any other inducement by any person with a view to
influencing acceptance of a Tender will be an offence under laws of India. Such action will
result in the rejection of the Tender, in addition to other punitive measures.
1.1.6 If it is established to the required standards that a project-related party has engaged in
Prohibited Conduct in the course of a procurement process or implementation of a contract to
be financed, the Funding Agency:
a. may seek appropriate remediation of the Prohibited Conduct to its satisfaction;
b. may declare ineligible such project-related party to be awarded the contract; and/or
c. may withhold the Funding Agency’s no objection to contract award and may apply appropriate
contractual remedies, which may include suspension and cancellation, unless the Prohibited
Conduct has been dealt with to the satisfaction of the Funding Agency.
1.1.7 Furthermore, within the framework of the Funding Agency’s Exclusion Policy (see the EIB’s
Exclusion Policy: https://www.eib.org/en/publications/exclusion-policy.htm), the Funding
Agency may declare such project related party ineligible to be awarded a contract under any
EIB project or to enter into any relationship with the Funding Agency.
Page 134
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
TENDER NO.
P1 Misc-28/2022
Page 135
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
List of Contents
Clause
SECTION 1 - PREAMBLE
SECTION 2 - BILL OF QUANTITIES (BOQ)
Page 136
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
SECTION 1 PREAMBLE
1. The Bill of Quantities shall be read in conjunction with the instructions to Tenderers, Conditions
of Contract, Notice Inviting Tender, Technical Specifications, Tender Drawings, Schedule,
Annexure and Addendums.
2. The quantities given in the” Bill of Quantities” are provisional and are given to provide a common
basis for tendering. The basis of payment will be the actual quantities of work ordered and
carried out, as measured by the Contractor and verified by the Maha-Metro Engineer and valued
at the quoted price on the estimated rate for each item in the accepted priced “Bill of
Quantities”, where applicable.
3. The BOQ is meant for reference so as to understand the item description. The quoted rates are
for completed and finished items of work as per specifications and complete in all respects.
Rates to be quoted in BOQ and final amount in “Annexure – 1 to BOQ”.
a. All design facilities, fabrication space, tools, machinery, labour, supervision, materials, lead,
lift, fuel, consumables, electric power, water, transportation, all temporary works and
scaffolding, packaging and protection of sign parts, lighting, night working, inspection
facilities, safety measures at work sites for workmen and road users, preparation of design
and drawings pertaining to the fabrication, supply and installation etc, establishment and
overhead charges, insurance costs for labour and works, contractor’s profit, all taxes,
royalties, duties, cess, GST and other charges together with all general risks, liabilities and
obligations set out or implied in the contract and including remedy of any defects during the
Defect Liability Period, unless otherwise provided in BOQ.
b. Cost of complying with the provisions of the Contract.
c. Considering field constraints, availability of front, preparation of detailed scheme for taking
necessary clearance and approval from the concerned authority and other local bodies etc.
d. All Taxes, Levies, Duties, GST and other charges levy-able and payable to the authorities
including taxes to be deducted at source. The Employer shall deduct Tax at source from the
payments made to the Contractor, which the Employer will be required by law for deposition
with statutory authorities in India. The Employer shall further furnish to the Contractor a
certificate for such tax deducted at source.
5. All columns in the “Annexure-1” to BOQ shall be filled in ink or type written and the total tender
amount shown in the bottom. The person authorized to sign on behalf of the tenderer shall sign
in full at bottom of all pages and at the end of schedule with date, name and designation.
6. General directions and description of works and materials are not necessarily repeated or
summarized in the Bill of Quantities.
7. The method of measurement of completed work for payment shall be in accordance with the
requirements as stated in the individual sections of the Technical Specifications and Special
Conditions of Contract (SCC).
8. Errors will be corrected by the Employer for any arithmetical errors in computation or summation
as indicated in Contract Document.
9. In the defined grade of concrete mix, the first figure defines the strength of concrete and second
figure defines the maximum size of coarse aggregates to be used for production of particular
concrete mix. e.g. M 35/20 means “M-35” is the grade of concrete and “20” is the maximum size
of coarse aggregate in mm to be used.
10. Tenderer shall maintain complete records of duties; levies, GST etc., payable to various
authorities in relation to the works and submit receipts/records for verifications, as and when
demanded by the Employer.
Page 137
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
12. Items considered as item rates and will be paid after on site actual measurements of elements
installed. This specially applies to the sign fixings like Suspender, projected and post mounted
signs.
13. The Contractor should comply with all labor enactments.
Page 138
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
The Bill of Quantities consists of five schedules. The Grand Summary collects all prices in the five
schedules and carries the total for all schedules forward to the Tender Price.
The price quoted by bidders shall be deemed to be inclusive of all kinds of duties, taxes, Cess and other
levies payable as per GST, Custom tariff act etc. and as prevailing on 28 days (Base Date) prior to final
date of submission of bid (Closing time & date of submission of online bid).
The Bidder shall complete and submit all bill sheets endorsed by the signature of his representative.
Page 139
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
TENDER PRICE
In accordance with the accompanying and signed Form of Tender, we offer to supply, install, test and
commission including Integrated Testing and Commissioning and remedying any defects therein in the
whole of the said Works in conformity with the said Drawings, Conditions of Contract, Employer’s
Requirements, and Bill of Quantities, for the sum of:
Witness:
Signature: …………………………………...
Name: ………………………………………..
Address: ……………………………………..
Witness:
Signature: ……..……………….…………
Name:………………………………………...
Address: …………………………………..
Date: …………………………..
Signature: ……………………………….
Name: …………………………………….
Page 140
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
APPENDIX A
This Document is to be prepared by the Bidder and submitted as part of Appendix 2 to the Form of
Tender.
Page 141
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Grand Summary
Schedule Particulars Total (incl. taxes)
Page 142
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Page 143
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Page 144
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Page 145
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Page 146
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Page 147
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Illumination
Page 148
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Above description
generally holds good for
the following signage
unless otherwise specified
except due modifications
with special mention>>
Accessories: Providing and
fixing all accessories such
as nut-inserts, screws ,
rivets, bolts, washers,
nuts, etc. complete as per
drawing.>>
Size
s
150
2.1.1 0x3 Interior Identificaion Sign
a 00 - Ticket Office Nos. 2 16
210
2.1.1 0x3 Interior Identificaion Sign
b 00 - Customer Care Nos. 2 16
600
2.1.1 x30
c 0 Way to emergency exit Nos. 8 64
Page 149
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Above description
generally holds good for
the following signage
unless otherwise specified
except due modifications
with special mention>>
Accessories: Providing and
fixing all accessories such
as nut-inserts, screws ,
rivets, bolts, washers,
nuts, etc. complete as per
drawing.>>
Size
s
150 Lift to
2.1.2 0x3 Ground/Concourse/Platfor
a 00 m Sign Nos. 8 64
Page 150
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Page 151
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Above description
generally holds good for
the following signage
unless otherwise specified
except due modifications
with special mention>>
Accessories: Providing and
fixing all accessories such
as nut-inserts, screws ,
rivets, bolts, washers,
nuts, etc. complete as per
drawing.>>
Size
s
297
Door names
2.1.3 x
a 210 Nos. 78 624
210 Danger/Emergecy
2.1.3 x Sign/Fire Hose
b 300 Nos. 8 64
450
Restricted Entry
2.1.3 x30
c 0 Nos. 4 32
Page 152
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Above description
generally holds good for
the following signage
unless otherwise specified
except due modifications
with special mention>>
Accessories: Providing and
fixing all accessories such
as nut-inserts, screws ,
rivets, bolts, washers,
nuts, etc. complete as per
drawing.>>
Size
s
150
Lift Statutory
2.1.4 x22
a 5 Nos. 16 128
297
Danger/Fire Hose
2.1.4 x21
b 0 Nos. 6 48
450
Danger/Restricted Area
2.1.4 x30
c 0 Nos. 2 16
Page 153
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Above description
generally holds good for
the following signage
unless otherwise specified
except due modifications
with special mention>>
Accessories: Providing and
fixing all accessories such
as nut-inserts, screws ,
rivets, bolts, washers,
nuts, etc. complete as per
drawing.>>
Page 154
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Face mounted
transparent vinyl sticker,
2.1.6 Non-illuminated, 1 sided
Drg.
No. 2.1.6a
Providing and fixing non-
illuminated signs including
all operations from
fabrication to installation
all complete as per
relevant drawings,
technical specifications,
signage schedule and to
the satisfaction of the
Engineer-in-Charge.>>
Sign Face
Providing and pasting
digitally printed signs on
transparent self adhesive
vinyl directly pasted on the
backside of glass
surfaces(contents seen
from customer end), and
applying frosted film on
top of that, duly approved
by Engineer-in-charge.
Cost to include fixing of
sign at location on to back
surface of glass including
its cleaning, marking,
alignment; complete as
specified in artwork
drawings and at locations
approved by the Engineer-
in-charge
Above description
generally holds good for
the following signage
unless otherwise specified
except due modifications
with special mention>>
Size
s
Page 155
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
300
TOM/EFO Counter
2.1.6 0x8
a 00 Nos. 10 80
Page 156
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Above description
generally holds good for
the following signage
unless otherwise specified
except due modifications
with special mention>>
Size
s
2.1.7 AS/ Station Entry/Gable Entry Sq.ft
a SITE Channel Letter . 12 96
Total
for
Sch-
B
Page 157
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Page 158
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Page 159
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Page 160
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Sizes
Page 161
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Page 162
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Page 163
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
1500 Parking
x (AutoRickshaw,
5.1.1d 700 Cycle, Scooter, Taxi) Nos. 10 80 -
600
x
600,
600
x No Parking (Picto,
5.1.1e 200 Text) Nos. 2 16 -
600
x
600,
600 Drop Off Bay-
x Specially Abled, No
5.1.1f 450 Parking (Picto, Text) Nos. 3 24 -
600
x
600,
600
x
200,
600 Drop Off Lane (Bus),
x No Parking (Picto,
5.1.1g 900 Text) Nos. 2 16 -
600
x
600,
600
x
200, Drop Off Lane (Car,
600 Taxi, Auto-Rickshaw),
x No Parking (Picto,
5.1.1h 450 Text) Nos. 6 48 -
450
x
5.1.1i 600 Service Lane, FOB Nos. 4 32 -
450
x
5.1.1j 600 Subway Nos. 5 -
Page 164
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Page 165
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Page 166
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Page 167
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Above description
generally holds good
for the following
signage unless
otherwise specified
except due
modifications with
special mention>>
Accessories: Providing
and fixing all
accessories such as
nut-inserts, screws ,
rivets, bolts, washers,
nuts, etc. complete as
per drawing.>>
Sizes
1060
x
5.1.2a 4388 Totem Nos. 2 16 -
Total for
Sch-E -
Page 168
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Annexure II-A
(Toolkit For using E-Tender Portal of Pune Metro Rail Project)
TENDERING PROCEDURE
A] Tender Forms.
i. Tender Forms can be purchased from the e-Tendering Portal of MAHA-METRO,
i.e. https://mahametrorail.etenders.in after paying Tender Fees via online mode as
Per the Tender Schedule.
ii. Bidder should have valid class II/III digital signature certificates (DSC) obtain from any
certifying authorities.
iii. Bidder should install the Java and NxtCrypto service available on the Home Page of
Download section URL :- https://mahametrorail.etenders.in
The Contractors may obtain the necessary information on the process of enrolment
either from Helpdesk Support Team or may visit the information published under the
link Help manual and tutorials on the Home Page of the Electronic Tendering System.
Bid data / information for a particular Tender may be submitted only using the Digital
Certificate which is used to encrypt the data / information and sign the hash value
during the Tender Submission stage. In case during the process of preparing and
submitting a Bid for a particular Tender, the Contractor loses his/her Digital Signature
Certificate (i.e. due to virus attack, hardware problem, operating system problem); he
/ she may not be able to submit the Bid online.
Page 169
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Hence, the Users are advised to store his / her Digital Certificate securely and if
possible, keep a backup at safe place under adequate security to be used in case of
need.
The same procedure holds true for the Authorized Users in a Private / Public Limited
Company. In this case, the Authorization Certificate will have to be signed by the
Director of the Company or the Reporting Authority of the Applicant.
For information on the process of application for obtaining Digital Certificate, the
Contractors may visit the section Digital Signature Forms on the Home Page of the
Electronic Tendering System.
iii. Recommended Hardware and Internet Connectivity:
To operate on the Electronic Tendering System, the Contractors are recommended to use
Computer System with at least 1 GB of RAM and broadband connectivity with minimum
512 kbps bandwidth.
To operate on the Electronic Tendering System of MAHA-METRO, the Computer System of the
Contractors is required be set up. The Contractors are required to install Utilities available
under the section Downloads on the Home Page of the System.
Page 170
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
The Utilities are available for download freely from the above-mentioned section. The
Contractors are requested to refer to the Help manual and Tutorials available online on the
Home Page to understand the process of setting up the System, or alternatively, contact the
Helpdesk Support Team on information / guidance on the process of setting up the System.
C) The e-tender portal contains two section Technical Bid Submission & Financial Bid
Submission.
i. Technical Bid Section: - Technical Bid Section shall contain all Documents and
enclosures as directed in NIT, ITT and EQ. Bidder shall upload the PDF copy of
such documents in Technical Section only.
ii. Financial Bid Section: - All prices/Commercial offers/ or any information
pertain to commercial offer required by MAHA-METRO from the bidders, shall
be filled/uploaded (If directed by MAHA-METRO) in Financial bid Section only.
iii. No information pertaining to Financial Bid section should be
uploaded/disclosed in Technical Bid Section or vice versa.
D) Steps to be followed by Contractors to participate in the e-Tenders processed
by MAHA-METRO.
In case, the Contractors have multiple documents under the same type (e.g. multiple
Work Completion Certificates) as mentioned above, the Contractors advised to either
create a single .pdf file of all the documents of same type or compress the documents
in a single compressed file in .zip or .rar formats and upload the same.
Note: Uploading of documents in the briefcase does not mean that the documents are
available to MAHA-METRO at the time of Tender Opening stage unless the documents
are specifically attached to the Tender during the Tender Submission stage.
The Contractors can view the Detailed Tender Notice (NIT) along with the Time
Schedule (Key Dates) for all the Live Tenders released by MAHA-METRO and Eligibility
Criteria (EQ) on the home page of MAHA-METRO e-Tendering Portal on
Page 171
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
d. Bidder shall download the Complete Bid Document along with all
Corrigendum/Addendum/Clarification etc. by logging in with E-Tender Portal using his
DSC (i.e. DSC of POA/ Owner) & read the all tender Instruction & clauses carefully.
e. For submission of Tender Document and Corrigendum, Tick (√) Submission Process
has been enabled in Technical section of E-Tender Portal of MAHA-METRO. Bidders
have to tick (√) the corresponding checkbox provided in the Technical Section of E-
Tendering portal as a token of acceptance of these bid documents & corrigendum /
Addendums. By clicking the tick (√) the bid documents & corrigendum /addendum
shall automatically attached to offer of bidder. Further bidder may proceed for
submission by clicking submit button.
f. If the bidder has completed the submission process of his bid before due date of
submission and in between employer issue a corrigendum, in this circumstances the
bidder has to re-submit his bid by “clicking tick (√)” to the new added corrigendum,
in case the new corrigendum has any implications to his already submitted bid.
Bidder may, at his option, amend his bid accordingly & re-submit it.
g. Physical Sign & seal of bidder on each page of Bid Documents available online is not
required.
h. All required enclosures as per bid document shall be uploaded in “Technical Envelope”
/ “Technical Section” of E-Tender portal by using DSC of bidder.
i. The “Technical Envelope” / “Technical Section” of E-Tender portal has been provided
with facilities to upload a file of maximum size of 10 MB only at each entity.
Page 172
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
j. If bidder are desirous to upload a file more than 10mb size , he shall spilt the file in two
or more parts of 10mb or lesser than 10mb each and can upload the same at appropriate
Technical Template or “Additional Document” section of “Technical
Envelope/section” of E-Tender Portal.
Note:-
The Tendering Authority will first open the Technical Bid documents of all Contractors and
after scrutinizing these documents will shortlist the Contractors who are eligible for Financial
Bidding Process. The shortlisted Contractors will be intimated by email.
The Contractors may remain present in the Office of the Tender Opening Authority at the time
of opening of Financial Bids.
All the online activities are time tracked and the Electronic Tendering System enforces time-
locks that ensure that no activity or transaction can take place outside the Start and End Dates
and Time of the stage as defined in the Tender Schedule.
At the sole discretion of the Tender Authority, the time schedule of the Tender stages may be
extended.
Note: - For details illustrations, please refer or down load the PPT demonstration
available on E-Tender portal of https://mahametrorail.etenders.in
The Terms and Conditions contained herein shall apply to any person ("User") using the
services of MAHA-METRO, hereinafter referred to as "Merchant", for making Tender fee and
Earnest Money Deposit (EMD) payments through an online Payment Gateway Service
("Service") offered by ICICI Bank Ltd. in association with E Tendering Service provider and
Payment Gateway Service provider through MAHA-METRO website i.e.
https://mahametrorail.etenders.in Each User is therefore deemed to have read and
accepted these Terms and Conditions.
Page 173
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Privacy Policy:
The Merchant respects and protects the privacy of the individuals that access the
information and use the services provided through them. Individually identifiable
information about the User is not willfully disclosed to any third party without first receiving
the User's permission, as covered in this Privacy Policy.
This Privacy Policy describes Merchant's treatment of personally identifiable information
that Merchant collects when the User is on the Merchant's website. The Merchant does not
collect any unique information about the User (such as User's name, email address, age,
gender etc.) except when you specifically and knowingly provide such information on the
Website. Like any business interested in offering the highest quality of service to clients,
Merchant may, from time to time, send email to the User and other communication to tell
the User about the various services, features, functionality and content offered by
Merchant's website or seek voluntary information from The User.
Please be aware, however, that Merchant will release specific personal information about
the User if required to do so in the following circumstances:
a) In order to comply with any valid legal process such as a search warrant, statute, or
court order, or available at time of opening the tender.
b) if any of User's actions on our website violate the Terms of Service or any of our
guidelines for specific services, or
c) to protect or defend Merchant's legal rights or property, the Merchant's site, or the Users
of the site or;
d) to investigate, prevent, or take action regarding illegal activities, suspected fraud,
situations involving potential threats to the security, integrity of Merchant's
website/offerings. General
3.
4. in order to resolve disputes or complaints which relate to the Website shall be at the
absolute discretion of Merchant.
Page 174
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
provision will be deemed superseded by a valid, enforceable provision that most closely
matches the intent of the original provision and the remainder of these Terms and
Conditions shall continue in effect.
6. These Terms and Conditions constitute the entire agreement between the User and
Merchant. These Terms and Conditions supersede all prior or contemporaneous
communications and proposals, whether electronic, oral, or written, between the User
and Merchant. A printed version of these Terms and Conditions and of any notice given in
electronic form shall be admissible in judicial or administrative proceedings based upon or
relating to these Terms and Conditions to the same extent and subject to the same
conditions as other business documents and records originally generated and maintained in
printed form.
5. The entries in the books of Merchant and/or the Payment Gateway Service Providers
kept in the ordinary course of business of Merchant and/or the Payment Gateway Service
Providers with regard to transactions covered under these Terms and Conditions and
matters therein appearing shall be binding on the User and shall be conclusive proof of the
genuineness and accuracy of the transaction.
6. Refund for Charge Back Transaction: In the event there is any claim for/ of charge
back by the User for any reason whatsoever, such User shall immediately approach
Merchant with his/ her claim details and claim refund from Merchant alone. Such refund
(if any) shall be affected only by Merchant via payment gateway or by means of a demand
draft or such other means as Merchant deems appropriate. No claims for refund/ charge
back shall be made by any User to the Payment Gateway Service Provider(s) and in the
event such claim is made it shall not be entertained.
7. In these Terms and Conditions, the term "Charge Back" shall mean, approved and
settled credit card or net banking purchase transaction(s) which are at any time refused,
debited or charged back to merchant account (and shall also include similar debits to
Payment Gateway Service Provider's accounts, if any) by the acquiring bank or credit card
company for any reason whatsoever, together with the bank fees, penalties and other
charges incidental thereto.
9. Server Slow Down/Session Timeout: In case the Website or Payment Gateway Service
Provider's webpage, that is linked to the Website, is experiencing any server related issues
like 'slow down' or 'failure' or 'session timeout', the User shall, before initiating the second
payment,, check whether his/her Bank Account has been debited or not and accordingly
resort to one of the following options:
i. In case the Bank Account appears to be debited, ensure that he/ she does not make
the payment twice and immediately thereafter contact Merchant via e-mail or any
other mode of contact as provided by Merchant to confirm payment.
ii. In case the Bank Account is not debited, the User may initiate a fresh transaction to
make payment.
Page 175
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
However, the User agrees that under no circumstances the Payment Gateway Service
Provider shall be held responsible for such fraudulent/duplicate transactions and hence no
claims should be raised to Payment Gateway Service Provider No communication received
by the Payment Gateway Service Provider(s) in this regard shall be entertained by the
Payment Gateway Service Provider.
Limitation of Liability
1. Merchant has made this Service available to the User as a matter of convenience.
Merchant expressly disclaims any claim or liability arising out of the provision of this
Service. The User agrees and acknowledges that he/ she shall be solely responsible for
his/ her conduct and that Merchant reserves the right to terminate the rights to use of the
Service immediately without giving any prior notice thereof.
2. Merchant and/or the Payment Gateway Service Providers shall not be liable for any
inaccuracy, error or delay in, or omission of (a) any data, information or message, or (b)
the transmission or delivery of any such data, information or message; or (c) any loss or
damage arising from or occasioned by any such inaccuracy, error, delay or omission, non-
performance or interruption in any such data, information or message. Under no
circumstances shall the Merchant and/or the Payment Gateway Service Providers, its
employees, directors, and its third party agents involved in processing, delivering or
managing the Services, be liable for any direct, indirect, incidental, special or
consequential damages, or any damages whatsoever, including punitive or exemplary
arising out of or in any way connected with the provision of or any inadequacy or
deficiency in the provision of the Services or resulting from unauthorized access or
alteration of transmissions of data or arising from suspension or termination of the
Services.
3. The Merchant and the Payment Gateway Service Provider(s) assume no liability
whatsoever for any monetary or other damage suffered by the User on account of:
(I) the delay, failure, interruption, or corruption of any data or other information transmitted
in connection with use of the Payment Gateway or Services in connection thereto; and/ or
(ii) any interruption or errors in the operation of the Payment Gateway.
4. The User shall indemnify and hold harmless the Payment Gateway Service Provider(s)
and
Merchant and their respective officers, directors, agents, and employees, from any claim
or
demand, or actions arising out of or in connection with the utilization of the Services.
The User agrees that Merchant or any of its employees will not be held liable by the User for
any loss or damages arising from your use of, or reliance upon the information contained
on the Website, or any failure to comply with these Terms and Conditions where such
failure is due to circumstance beyond Merchant's reasonable control.
Miscellaneous Conditions:
Any waiver of any rights available to Merchant under these Terms and Conditions shall not
mean that those rights are automatically waived.
1. The User agrees, understands and confirms that his/ her personal data including without
limitation details relating to debit card/ credit card transmitted over the Internet may be
Page 176
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
susceptible to misuse, hacking, theft and/ or fraud and that Merchant or the Payment
Gateway Service Provider(s) have no control over such matters.
2. Although all reasonable care has been taken towards guarding against unauthorized use of
any information transmitted by the User, Merchant does not represent or guarantee that
the use of the Services provided by/ through it will not result in theft and/or unauthorized
use of data over the Internet.
3. The Merchant, the Payment Gateway Service Provider(s) and its affiliates and associates
shall not be liable, at any time, for any failure of performance, error, omission,
interruption, deletion, defect, delay in operation or transmission, computer virus,
communications line failure, theft or destruction or unauthorized access to, alteration of,
or use of information contained on the Website.
4. The User may be required to create his/ her own User ID and Password in order to register
and/ or use the Services provided by Merchant on the Website. By accepting these Terms
and Conditions the User agrees that his/ her User ID and Password are very important
pieces of information and it shall be the User's own responsibility to keep them secure and
confidential. In furtherance hereof, the User agrees to;
The User is hereby informed that Merchant will never ask the User for the User's password
in an unsolicited phone call or in an unsolicited email. The User is hereby required to sign
out of his/ her Merchant account on the Website and close the web browser window when
the transaction(s) have been completed. This is to ensure that others cannot access the
User's personal information and correspondence when the User happens to share a computer
with someone else or is using a computer in a public place like a library or Internet cafe.
2. The User may make his/ her payment (Tender Fee/Earnest Money deposit) to Merchant
by using a debit/credit card or through online banking account. The User warrants, agrees
and confirms that when he/ she initiates a payment transaction and/or issues an online
payment instruction and provides his/ her card / bank details:
i. The User is fully and lawfully entitled to use such credit / debit card, bank
account for such transactions;
ii. The User is responsible to ensure that the card/ bank account details provided
by him/ her are accurate;
Page 177
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
iii. The User is authorizing debit of the nominated card/ bank account for the
payment of Tender Fee and Earnest Money Deposit
iv. The User is responsible to ensure sufficient credit is available on the nominated
card/ bank account at the time of making the payment to permit the payment
of the dues payable or the bill(s) selected by the User inclusive of the
applicable Fee.
Personal Information
1. The User agrees that, to the extent required or permitted by law, Merchant
and/ or the Payment Gateway Service Provider(s) may also collect, use and disclose
personal information in connection with security related or law enforcement
investigations or in the course of cooperating with authorities or complying with legal
requirements.
2. The User agrees that any communication sent by the User vide e-mail, shall
imply release of information therein/ therewith to Merchant. The User agrees to be
contacted via e-mail on such mails initiated by him/ her.
4. The User acknowledges and agrees that his/ her information will be managed
in accordance with the laws for the time in force.
Page 178
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
TENDER NO.
P1 Misc-28/2022
Scope of Work:
General Scope of the proposed Supply and Installation (including manufacturing &
fabrication) works of Signage and Graphics including all transportation, loading and
unloading, etc. is as below:
The contractor will procure materials, manufacture, finish, print, assemble, execute
illumination, install and erect the signages at the designated locations within the specified
time(s) based on designs, specifications and drawings provided by the Employer/Engineer
for Signage and Graphic Design for Pune Metro Rail Project.
179
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
All the Signage and Graphics for Pune Metro Rail Project shall use the following colors Vinyl
Films: Vinyl films have been developed with manufacturers for the specific shades, with
the desired specification for a minimum performance requirement. The Engineer shall
use these films for all the signage execution after approval. All material and execution of
vinyl films shall confirm to the detailed technical specifications and notes for quality of
workmanship given in this document. The Engineer-In-charge shall approve any other
color used in vinyl films prior to its use.
Powder Coating: All powder coating shall conform to the detailed technical specifications
and notes for quality of workmanship given in this document
Painting: All painting shall conform to the detailed technical specifications and notes for
quality of workmanship given in this document.
Printing: The Employer/Engineer shall duly approve Printing of graphics for information
and safety signs shall be done as per specified printing process and workmanship quality
as described in this document and approved samples of all colors. Every batch of printing
shall be approved for color matching.
Contractors are expected to provide the standard warranty and the invoices from the
manufacturers covering all the materials used.
1 Acrylic
1.1 White Cast acrylic sheets with 40% light transmission shall be used as face of all
illuminated signs.
1.2 The acrylic should have excellent weather-ability and UV stability for min 10 years.
1.3 Acrylics made from virgin polymers shall be used for the sign faces.
1.4 A 8mm thick Acrylic sheet is proposed for illuminated sign faces with a +/- 0.6mm
tolerance for the thickness.
1.5 Approved make shall be as per the list below or equivalent duly approved based on a
sample presented to Employer/Engineer.
Perspex® from Lucite®
SHINKOLITE PX cast acrylic sheet developed by Mitsubishi Rayon Co.,
Ltd.
Plexiglas from Evonik industries
2 Polycarbonate
3.1 The surfaces of Acrylic come covered with a masking film on both surfaces for
protection during transport, storage and fabrication. The masking film should be
left in place during fabrication work and all marking-out drawn on the film. It is
recommended not to remove the marking film until necessary to prevent dust
collection and accidental surface scoring or scratching. However, care should be
taken not to have the surface scratched during handling.
3.2 Before pasting the vinyl graphics it is advised to wash the sheet surfaces to be
decorated with clean, fresh water using a soft cloth. This has the advantage of
removing all traces of static charge from the sheet after removal of the film which
180
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
might otherwise attract dust. For all general-purpose cleaning operations, acrylic
should be washed simply with clean cold water to which a little detergent has been
added. The use of any solvents such as methylated spirits, turpentine, white spirit
or proprietary window cleaning products is neither necessary nor recommended.
3.3 Flatness of the sheets is very important for the signs to appear neat.
3.4 The cutting shall be done using powered saw to a tolerance of +/- 1mm. The edges
shall be cleaned of any bur and chamfered to make the acrylic comfortably sit inside
the frame.
4 Vinyl Films
All other following listed below products, will have to be used with a maximum
life specified within the range manufactured by supplier and all warranties for
the above products shall apply.
4.10 Photoluminescent
181
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
Specifications
Alternate Selection (Optional with pre approval from Maha-
Metro)
Equivalent Shade Block Out Translucent Vinyl Warranty
3435 C or as approved 5300/ 205A Green 5500 QM/4120A Green 5 Years
All the vinyl film shall be from the approved vendor/supplier and shall be approved
by the Employer/Engineer before ordering.
5.1 Vinyl shall be pasted on Acrylic sheets and on ACM after removing the
masking film.
5.4 The plotted vinyl sheet should be applied to the substrates with the use
of approved application tape to insure correct placement and accuracy.
182
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
5.6 Re-squeeze all edges to prevent edge lifting. This must be done after
application of film removal. Use firm even pressure. If not thoroughly
re squeezed after pre mask removal, the adhesion at edges of film
loosened by pre mask removal may start peeling off due to dirt or
moisture and subsequently lift or be susceptible to damage from
pressure washing.
5.7 For all the sign faces - the film should be wrapped around the edge of
acrylic with up to a min distance of 25mm on all sides.
5.9 Self matching and complementing films should be used for all situations
involving layers of films laminated in a single sign.
5.10 The graphics for the Blockout Vinyl sheet should be plotted in
accordance with specified artwork accurately on a computerized plotter
cutter. The edges of the plotter cut vinyl sheet should be clean and
smooth. Vinyl sheet should be plotted in a dust free environment.
5.11 The final applied graphics shall be free from any kinds of
wrinkles, air bubbles and placement/orientation problems.
5.12 Contractors are expected to provide the standard warranty and the
invoices from the vinyl manufacturers covering all the vinyl used.
6 Printing
6.1 The graphics and text of the signage system shall be printed with inkjet
printers
6.2 Ink type: solvent ink, designed for 2 years outdoor application
6.3 Provide a hard lamination film to resist scuffing, scratching
6.4 Ink color: cyan, magenta, yellow, black
6.5 Same colours of the signages shall be uniform as specified and shall not
vary from sign to sign. Printer has to get approval on all printed colours
in graphics matching to specified colours and submit 3 copies of each
swatch 100mm X 100mm
6.6 Facility of printing directly onto a variety of specially treated vinyls and
other materials
6.7 Machine to accommodate media widths of up to 62 inches and offers
resolution of 300dpi
6.8 Graphics and text shall be without any ink bleeding and smudging
6.9 The printer agrees to produce and maintain high quality standards
7.1 Composition:
Low-density polyethylene (LDPE) core sandwiched between two skins of
aluminum alloy.
7.2.2 Reverse side: Reverse side of the panel surface shall be coated in a
factory applied protection lacquer or protective primer, without
protective peel-off-foil. Total dry-film thickness of the protection
lacquer/ protective primer shall be minimum 4 microns or mill finish if
Marine grade Aluminum EN-AW-5005A (AlMg-1)/ EN-AW-3004
(AlMn1Mg1) is used.
7.4 Warranty:
ACM/ACP manufacturer shall provide a 10 (TEN) years Warranty against defects
such as but not limited to:
De-lamination.
Color fading
Loss of gloss.
Table
S. No. Description Standard Test Acceptable Value/Result
A. Physical Tests For ACM/ACP
1. Overall Thickness of Visual Check/ 4mm (± 0.2mm) Exterior
ACMACP Measurement as per QAP 3mm (± 0.2mm) Interior
Table
S. No. Description Standard Test Acceptable Value/Result
2. Aluminum Skin Visual Check/ 0.5mm(+0.04mm)/(-.025 mm)
Thickness (each Measurement as per QAP Exterior
side) 0.25mm(+0.04mm)/(-.025 mm)
Interior
3. Panel weight Visual Check/ 5.5 Kg/m2 (+ 5%) Exterior
(ACM/ACP) Measurement as per QAP 3.8 Kg/m2 (+ 5%) Interior
B. Mechanical Properties of ACM/ACP
1. Peel off strength ASTM D 1781 or > 72 mmN/mm or
Drum Peel Test ASTM D 903 More than 4N/mm
C. Properties of Aluminum Skin
1. Tensile strength ASTM E8 Minimum 110 N/mm2
(Rm)
2. Modules of elasticity ASTM E8 Min 68000 N/mm2
3. Elongation ASTM E8 A5 2%
4. 0.2% proof stress ASTM E8 Minimum 100 N/mm2
D. Properties of Paint Finish (Front Side
Only)
1. Coating Type Using FTIR (instrument) or DURAGLOSS – Cycloaliphatic
chemical method Polymer Resin Cross-Linked with a
specific melamine blend
LUMIFLON – Fluoro Ethylene Alkyl
Vinyl Ether
PVDF – polyvinylidene difluoride
185
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
9.7 If the work for sheet metal is done with specialized agency the
contractor shall be required to submit to the PMRP copies of all the
vouchers received from the approved fabricator and cheques/drafts
paid by him to the approved fabricator as well as the copies of the
documents establishing the excise paid by the fabricator for this work.
9.8 Finish for sheet metal 0.062" (1.6 mm) CRCA
9.9 Surfaces indicated "A" finished to match sample
9.10 Surfaces without identification or indicated "C" to be unfinished.
9.11 Parts to be free of visible defects on "A" and "B" surfaces.
9.12 Flat surfaces to have: Flatness tolerance of 0.05 mm per 25 mm. Not
to exceed 0.50 mm over the entire surface.
9.13 Each Part to be approved by Employer / Engineer prior to production.
9.14 Definitions:
"A" surface: The top or front, most often viewed surface by consumer.
"B" surface: Generally, the front edge/sides or back/bottom of a part. Not
viewed as often as an "A" surface.
"C" surface: Internal surfaces. Part surfaces not normally seen. Normally "c"
surfaces are not inspected for cosmetic attributes.
10 Aluminum Sections:
10.1 Aluminum plates and extrusion sections of 2mm thickness shall
conform to Aluminum alloy of grade 63400 WP of IS- 733.
186
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
10.2 sections shall be used, which secure type is requiring a special tool to
open. Image included below for reference.
10.3 These sections shall be capable to hold a total infill panel up to a
maximum thickness of 8mm and shall have the rigidity to make A0 size
panel frames.
10.4 All sections shall be perfectly straight, free from surface damages,
bends and twists.
11 Structural Steel
All structural steel shall be of tested quality and shall conform to one of the following
standards IS:226 Structural steel (Standard Quality)
IS:2062 Structural steel (Fusion welding quality) Grade
A (1992) IS:961 High Tensile Structural Steel (Ordinary)
IS:1161 Steel Tubes for Structural purposes Grade
B (1992) IS:4923 Hollow steel sections for
Structural use
12 Welding Electrodes:
Welding electrodes used for the works shall conform to IS:814/latest and shall be
supplied by manufacturer approved by the Employer/Engineer and shall be of the
grade approved by the Employer/Engineer. All Electrodes shall be kept under dry
conditions. Any electrode which has part of its flux coating broken away or is
damaged shall be rejected.
14 Washers
Plain washers shall be made of mild steel conforming to IS:5369 (1975), unless
otherwise specified. One washer shall be supplied with each bolt and, in case of
special types of bolts, more than one washer as needed for the purpose shall be
supplied. An additional double coil helical spring washer, conforming to IS:6755
(1980), shall be provided for bolts carrying dynamic or fluctuating loads and those
in direct tension. Tapered washers, conforming to IS:5372 (1975) and IS:5374
(1975), shall be used for channels and beams respectively wherever required.
The Contractor will provide all materials and equipment required to complete the
works in every respect, whether such materials are required as part of the
permanent structures or temporary for fabrication or erection or maintenance
187
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
including specifically structural steel plates, flats, bars, welding rods, rivets, bolts
and nuts, paint, welding sets in the shop and at site, all workshop facilities,
derricks, cranes, pulley blocks, wire ropes, hemp or manila ropes, winches,
erection cleats and temporary braces or supports and all other materials required
to deliver the Works complete in every respect.
All labour required for fabrication and erection for any cleaning, making good,
rectifying, hauling, painting and for any other ancillary work required to complete
fabrication and erection.
The Contractor shall observe all safety requirements for erection of structural
steelwork as covered in IS:7205.
15.2 Drawings:
15.2.1 The Engineer will supply to the Contractor profile drawings showing sizes
of all structural members and typical connection details. (Annexure-3)
15.2.2 Should there be any discrepancy in the drawings the Contractor is to refer
the matter to the Engineer. The Contractor shall further provide a
drawing showing the accurate setting out to line and level of all the
anchor bolts intended for the work in sufficient time for their inclusion
in the work so as to maintain the building program.
15.2.3 The Contractor is to prepare all the necessary fabrication shop drawings
and these shall be submitted to the Engineer in duplicate and be
approved by him before fabrication is commenced. All such drawings shall
show the dimensions of all parts, method of construction, welding and
bolting. A further set of all approved fabrication drawings shall be
supplied by the Contractor for use of the Engineer as required.
15.3.1 For all the works, workmanship shall be of first class quality,
throughout, In conformity with IS:800 (latest), and true to line, level
and dimension as shown in the drawings or instructed by the Engineer.
15.3.2 All parts assembled for bolting shall be in close contact over the whole
surface and all bearing stiffeners shall bear tightly at top and bottom
without
being drawn or caulked. The component parts shall be so assembled
that they are neither twisted not otherwise damaged as specified
cambers if any shall be provided. Drilling done during assembling shall
not distort the metal or enlarge holes. The butting surfaces at all joints
shall be so cut and milled so as to butt in close contact throughout the
finished joints.
15.3.3 Cutting shall be done automatically. Hand flame cutting will not be
permitted.
15.3.4 The edges and ends of all cut/sheared flange plates, web plates of plate
girders, and all cover plates, and the ends of all angles, tees, channels
and other sections forming the flanges of plate girders, shall be
planed/ground.
15.3.5 Holes for bolts shall be drilled to conform to clause 10 of IS:7215
(1974). Punching of holes will not be permitted. All drilling shall be
free from burrs. No holes shall be made by gas cutting process.
188
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
15.3.6 All welding for the works shall be carried out by first class welders and
shall be in accordance with IS:816, IS:819, IS:1024, IS:1261, IS:1323 and
IS:9595.The Engineer may at his discretion order periodic tests of the
welder and/or of the welds produced by them. All such tests, shall be
carried out by the Contractor at his cost.
Safety requirements should conform to IS:7205, IS : 7273 and IS : 7269 as
applicable and should conform to safety, economy and rapidity.
15.3.7 As much work as possible shall be welded in shops. The pieces shall be
manipulated to ensure down hand welding for all shop joints as far as
possible. All parts to be welded shall be arranged so as to fit properly on
assembly. After assembly and before the general welding is to commence
the parts are to be tack welded with small fillet or butt welds as the case
may be. The tack welding must be strong enough to hold the parts
together but small enough to be covered by the general welding. The
welding procedure shall be so arranged that the distortion and shrinkage
stresses are reduce to a minimum.
15.3.8 All joints required in structure to facilitate transport or erection shall be
shown on the drawings or as specified by the Engineer. Should
the Contractor
need to provide joints in locations other than those specified by the
Engineer he shall submit his proposals and obtain the prior sanction of the
Engineer for such joints. The lengths of structural shall be the maximum
normally available in the market jointing of shorter length in order to
make up lengths required shall not be permitted.
15.3.9 Each piece of steel work shall be marked distinctly before delivery,
indicating the position and direction in which it is to be fixed. Three
copies of a complete marking plan are to be supplied to the Engineer
before erection commences.
15.3.10 In the case of welded fabrication any distortion remaining in the member
after welding operations are completed shall be rectified by and/or at
the expense of the Contractor to the approval of the Engineer.
15.3.11 All members of trusses and lattice girders shall be straight throughout
their length, unless shown otherwise on the drawings, and shall be
accurately set to the lines shown on the drawings. Sheared edges of
gussets or other members to be straightened and dressed where
necessary.
15.3.12 Templates and jigs used throughout the work shall be all steel. In cases
where actual materials have been used as templates for drilling similar
pieces, the Engineer shall decide whether they are fit to be used as parts
of the finished structure.
15.3.13 Apart from the requirements of welding specified under the above sub
clauses, sections above, the Contractor shall ensure the following
requirements in the welded joints.
Strength-quality with parent metal.
Absence of defects
Corrosion resistance of the weld shall not be less than
that of parent material in an aggressive environment.
15.3.14 No gasket or other flexible material shall be placed between the holes.
The holes in parts to be joined shall be sufficiently well aligned to permit
bolts to be freely placed in position. Driving of bolts is not permitted.
The nuts shall be placed so that the identification marks are clearly
visible after tightening. Nuts and bolts shall always be tightened in a
staggered pattern and, where there are more than four bolts in any one
joint, they shall be tightened from the centre of the joint outwards.
15.5.1 Sand blasting where specified shall be carried out in accordance with
IS:1477.
15.5.2 Painting work shall be carried out in accordance with IS:8629 (Parts I to
III). Painting shall be applied under the temperature requirement
specified by the manufacturer.
15.5.3 The steel work, prior to delivery, shall be cleaned form scale, rust, dirt
and grease etc., but means of chipping, scraping and wire brushing using
skilled operators as described in the painting systems below. The cleaning
shall proceed each day over the extent of surfaces which can be painted
on that day. The paint shall be applied by brushing or spraying as per
approval of the Engineer.
Paint brushes round/oval and flat shall be conforming to IS:487 and IS:384
codes respectively, if painting with brushing is approved by Engineer.
15.5.4 Site weld locations shall be left free from paint within 50mm of the weld
position, and contact surfaces in connection using High Strength Friction
Grip Bolts shall not be painted. Immediately after completion of erection
all damaged paint shall be scraped off and made good to the approval of
the Engineer.
The Steelwork specialist shall also clean down and apply one coat of
primer to all site bolts, site bolted connections and site weld locations
and the paint work generally shall be left in sound condition for any
subsequent painting.
15.5.5 All paints and primers shall be of best quality and in original sealed
containers as packed by the paint manufacturer conforming to the
relevant Indian Standards and shall be procured directly from the
manufacturers. All paint to be used shall be stored under cover in such
conditions as will preserve it from extreme of temperature and the paint
shall be used and applied strictly in accordance with the manufacturer's
instructions.
15.5.6 In addition, the following specification shall apply to the shop painting of
contact and inaccessible surfaces:
scale, burrs, pits and any other defects which would prevent the solid
seating of the parts and would interfere with the development of
friction between them.
15.5.7 Surfaces in contact during shop assembly shall not be painted. Surfaces
which cannot be painted, but require protection, shall be given a rust
inhibitive grease conforming to IS:958 (1975), or solvent deposited
compound conforming to IS:1153 (1975) or IS:1674 (1960), or treated as
specified in the drawings.
15.5.9 The Contractor shall take all precautions to prevent dust and dirt coming
in contact with freshly painted surfaces or with surface being painted.
The second coat of paint shall only be applied when the first coat has
dried.
15.5.10 Surfaces not in contact but inaccessible after shop assembly shall receive
the specified protective treatments before assembly.
15.5.13 Surfaces, which have not been shop coated, but require surface
treatment shall be given necessary surface preparation and coats at site
as specified in the painting system.
Immediately prior to erection any rust in the paint area shall be removed
by power wire brushing to a standard equivalent to SA3.
191
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
15.6.4 All equipment used by the Contractor shall be sufficient for the purpose
and for the erection of the steel work, in the time specified in the
contract. Any lifting or erecting machinery shall be to the approval of the
Engineer and shall be removed from the site if he considers such
appliances dangerous or unsuitable for their functions. The approval of
the Engineer shall not relieve the Contractor of the responsibilities for
the loads to which the erection equipment shall be called upon to carry.
Adequate arrangement shall be made to resist wind loads and lateral
forces arising at the time of erection.
15.6.5 The Contractor is entirely responsible for the stability of the structure
during erection and shall arrange that sufficient tack bolts, braces or guy
ropes are used to ensure that work will remain rigid until final bolting,
riveting or welding is completed. The Contractor shall supply and fix,
without extra charge, any temporary bracing which may be necessary.
15.6.6 All steelwork shall be erected in the exact position as shown on the
drawings. All vertical members shall be truly vertical throughout and all
horizontal members truly horizontal, fabrication being such that all parts
can be accurately assembled and erected. No permanent bolting, welding
or grouting shall be done until proper alignment has been obtained and
checked by the Engineer.
15.6.7 At stanchion splices and at other positions where concrete cover to the
steel is liable to be restricted, bolts will be placed with their heads on
the outside of the members.
15.6.8 All field assembly bolting and welding shall be executed in accordance
with the requirements for shop fabrication excepting such as manifestly
apply to shop conditions only. Where steel has been delivered painted
the paint shall be removed before field welding for a distance of at least
50mm on either side of the joints. The number of washers on permanent
bolts shall not be more than two for the nut and one for the bolt head.
15.7 Inspection:
15.7.1 The contractor shall inform the Engineer of the progress in fabrication
and as to when individual pieces are ready for inspection. All gauge
templates necessary to satisfy the Engineer shall be supplied by the
contractor. The Engineer may at his discretion check the results obtained
at the contractor's works by independent tests and should the material so
tested be found unsatisfactory, the cost of such tests shall be borne by
the contractor. During Inspection, the component/member shall not have
any load or external
restraint.
15.7.2 Structural steel and components viz., bolts, nuts, washers, welding
consumables, etc. should be tested for mechanical and chemical
properties as per the requirement of the relevant IS or any other specified
codes/standard.
15.8.1 The holding down and anchor bolts should conform to the requirements
laid down in IS:624 or as directed by the Engineer.
15.8.3 During the casting of concrete the contractor shall ensure that space
between the bolt and sleeves is kept clean after removal of shuttering.
The contractor shall provide and fix timber plugs to maintain this space
in a clean condition. The projecting threads of bolts shall be protected by
192
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
15.8.4 Grouting of bolt tubes shall be carried out after the steelwork or
equipment have been aligned, plumbed and leveled.
15.9 Tolerances:
15.9.1 All tolerances shall be in accordance with IS:7215 unless otherwise specified.
15.9.2 The maximum deviation for line and level shall be + 3.0mm for any part
of the structure including for location of column centers.
15.9.3 The maximum deviation from plumb for columns shall be +3.0mm in
10.0m height subject to a maximum of +6.0mm in a total height of 30.0m.
15.9.4 The deviation at the centre of the upper chord member from vertical
plane running through the centre of the bottom chord shall not be more
than 1/1500 of span but in no case more than 10.0mm. The lateral
displacement of top chord at centre of span form vertical plane running
through centre of supports shall not be more than 1/250 of the depth of
truss but in no case more than 20.0mm.
15.9.5 Tolerances for anchor fasteners shall be as specified by respective
manufacturers in their Technical and Specifications publication booklets.
16 LED Specification:
16.1
Color Cool White
Color Temp (K) 8000
Luminous 144
(Fluxc(Im/PCS))
Luminous per Watts 100
Power (w/module) 1.44
12V with CCR and with Over Load
Input Voltage (PCS) Technology
Following is the typical arrangement of the LED for one signage box of size
1200mm x 300mm x 130mm. Contractor should produce one sample according
to this and analyses LED requirement, and if any change should inform Maha-
Metro same to get approval and proceed manufacturing.
Wattage 15W
Output 100 Lumens per Watt
Life Span 50000 Burning Hours
IP Rating IP 65
LED color White/Warm White
Material Die cast Aluminium
16.3 Contractors are expected to provide the standard warranty and the invoices
from the manufacturers covering all the lights and cables used.
193
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
17.1.1 All lights mounted in an individual internally lit sign shall be switched ON
& OFF in group, through a switch and controlled through a M.C.B. (The
switches controlling circuits and M.C.Bs. are not in the scope of this
tender.) The wiring in the signage will be with FR Wires. The contractor
shall provide a Bakelite connector on each sign for connection to feeding
wire outside, which shall be extendable in flexible conduit up to a
distance of 2.0 M. from the sign. This extendable wiring shall either be
laid within the provision made in the supporting structure or in flexible
conduit.
For all the suspended and projected signs this provision shall be made
through one of the suspender or the connection member to the sign
respectively.
17.1.2 The contractor shall also ensure that all the connections inside the sign
are made through Bakelite connectors and thimbles & screws are used for
end terminations of wires. Thimbles wherever installed shall be properly
covered with insulated sleeves and no temporary taping is done at any
point. All the connectors shall be ISI marked.
17.1.3 All connectors and joints shall be mounted or fixed to the internal
structures of signs with insulating fixtures
17.1.4 The interconnecting wiring between light fixtures within the sign shall
not be less than 1.5 Sq.mm and shall be FRLS, PVC insulated 1.1 KV grade,
with multi- stranded copper conductor.
17.1.5 If specified - An earth terminal shall be provided on each of the lit sign
which shall be connected with the earthing conductor laid along with
incoming circuit wiring.
17.1.6 All wiring within the sign enclosure shall be covered with flexible
conduit which shall be properly fixed with clamps, saddles etc. in
such a way that no shadow is cast on the illuminated surfaces. In no
case any loose wiring shall be left inside the sign enclosure.
Station name
17.2.2 The Junction Control Box proposed for Station name sign on exterior
194
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
Two separate out-going circuits shall emanate from the Control Junction
Box. Each of them shall control 3 Nos. alternative luminaires by looping
the main circuit wiring. All the interconnecting wiring from junction
control box to luminaires shall be laid in Heavy Duty M.S. conduits. The
phase and neutral wires of each circuit shall be of size 2.5 sq.mm. FRLS,
PVC insulated 1.1 KV grade, with multi-stranded copper conductor and
earth wire shall be of 1.5 sq.mm. with solid copper conductor laid along
with circuit. The size of wire for looping at each luminaire shall not be
less than 1.5 sq.mm. FRLS, PVC insulated 1.1 KV grade, with multi-
stranded copper conductor for phase & neutral and 1.0 sq.mm. with solid
copper conductor wire for earth.
The M.S. conduits for wiring shall be properly fixed with clamps, saddles,
nut-bolts etc. The complete conduiting shall be duly painted as per
specified shade of the supporting structure. The jointing in the M.S.
conduit with T - Junction boxes, sockets, bends, etc. shall be done by
threading. All the threaded joints, outlets of wires etc. shall be sealed
so as to resist entrance of Moisture, Dust and Vermin’s etc.
Since most of the lights/ luminaries are to be installed within the signs the
following Index of Protection are proposed for different locations to ward off
ingress of dust, vermin and moisture :
Item
Wires and Cables
Luminiares
Lighting Electronics/Ballasts
Lamp Holder & Support
Bracket
M.C.B.
195
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
Glass
Glass used for signages shall be laminated safety glass as per the specifications
for fire exit signs Approved make shall be duly approved based on a sample
presented to Employer/Engineer
18 CONCRETE WORKS
18.1 General
These specifications shall be read in conjunction with the CPWD specifications
1996 and other relevant specifications described in the Section 1 of these
Specifications. Relevant IS and BIS codes will have to be referred to for detailed
specification of concrete work.
The approved mix design will contain strength requirements, grade of concrete,
type of cement, maximum size of aggregates, workability, quality of water and
admixture, if allowed.
Mix Design once approved must not be altered without prior approval of
Engineer. However, should the contractor anticipate any change in quality of
future supply of materials than that used for preliminary mix design, he should
inform the Engineer quite in advance and bring fresh samples sufficiently in
advance, to carry out fresh trial mixes. Design mix will indicate by means of
graphs and curves etc., the extent of variation in the grading of aggregates
which can be allowed.
Limits of Water and Cement
196
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
Contents Maximum
water/cement ratio
For RCC members - 0.45
Cement Content
Cement content in concrete shall not be less than 380 kg/ cum for RCC under
normal exposure. Ordinary Portland cement (OPC) of 43 and 53 grade
conforming to IS: 8112 and IS: 12269 respectively shall be used. However, for
nominal mixes, CPWD specification and DSR will be followed. The requirement
of the relevant codes, standards and directions of the Engineer shall be
followed.
18.5 Finishes:
Unless otherwise instructed the face of exposed concrete placed against
formwork shall be rubbed down immediately on removal of the formwork to
remove irregularities. The face of concrete for which formwork is not provided
other than slabs shall be smoothed with a float to give a finish equal to that of
the rubbed down face, where formwork is provided. The top face of a slab which
is not intended to be covered with other materials shall be leveled and floated
to a smooth finish at the levels or falls shown on the drawings or as directed.
The floating shall be done so as not to bring an excess of mortar to the surface
of the concrete. The top face of a slab intended to be surfaced with other
material shall be left with a spaded finish. Faces of concrete intended to be
plastered shall be roughened by approved means to form of a key.
18.7.1 Materials:
Formwork shall be of timber, plywood (including marine plywood), steel
or any other suitable material capable of resisting damage to the
contact faces under normal conditions of erecting forms, fixing steel
and placing concrete. The selection of materials suitable for formwork
shall be made by the Contractor based on the quality consistent with
the specified finishes and safety. For designated areas prominently in
public view such as piers, caps, portals, viaduct, parapets etc.,
preferably steel shuttering will be used. Material shall be approved by
the Engineer before erected at site. However, the choice of material
shall be decided by the Engineer. The entire responsibility of planning,
designing, erection, dismantling, shifting and safety of false work lies
with the contractor.
All formwork supports (centring, props, scaffolds etc.) shall only be in
structural steel and preferably of pipes conforming to IS:806, IS:1161,
IS:1239, IS:2750. Wooden ballies shall not be permitted as
props/formwork supports. All props shall be properly braced using x &
197
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
k bracings.
18.7.2 Timber:
Timber used for formwork shall be easily workable with nails without
splitting. It shall be stable and not liable to warp when exposed to sun
and rain or wetted during concreting.
18.7.3 Plywood:
Plywood used for formwork shall be minimum 12 mm thick. Shuttering
quality plywood complying with IS:4990 and of make approved by the
Engineer. Suitable stiffeners and walkers shall be provided depending
on the shuttering design.
18.7.4 Steel:
Steel formwork shall be made of minimum 4 mm thick black sheets
stiffened with angle iron frame made out of M.S. angles 40 mm x 6 mm
supported at suitable spacing.
19 Powder Coating
198
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
19.2.4 The pure polyester coated surface shall be of uniform texture, colour
and gloss and shall be free from cracks, warps and other imperfections.
20 Galvanizing
Galvanizing, wherever specified, shall be minimum 80 microns thick and shall
conform to IS-4759.
21 Polyurethane Painting
are removed by suction or air blast and surface is fully dry and cleaned.
Application of primer: Stir the components thoroughly and then mix base
and catalyst in proportions by volume as instructed in the product
specifications to uniform consistency. Avoid agitation of mixing. Add 10 %
thinner immediately before application. However additional thinner may be
added if required to achieve a good workability. For Airless spray use any
standard equipment having pump ratio 45:1.This requires an over coating
interval of minimum one over night and a dust free environment.
Application of the final finish: Stir the base thoroughly and then mix base
and catalyst by volume as instructed in the product specifications to uniform
consistency. Allow the mixture to mature for 30 minutes and stir again before
use and application. Apply using a conventional spray. Add 10 % thinner
depending on conditions. Use any standard equipment at an atomizing
pressure of 3.5 – 4.9 kg/cmsq. Two coats could be applied for a good result.
22.1 Stone is used as pedestals for all the exterior post mounted signs.
The stone shall be locally procured dressed at factory and brought to
site.
22.2 Proper cares shall be taken while transportation to avoid chipping, cracking.
22.5 Substitute to this, Pre-Cast Concrete Blocks can be used, with pre-
approval from GC/Maha-Metro.
23 EPDM Gasket
24 Mechanical Fasteners
25 Scroller signs
25.1 This is a backlit sign that displays many images or frames in a single
sign. The images are printed on a polyester scroll and then attached to
a scrolling spool system that displays each image for a customer-
determined amount of time that is easily set using the scrolling system
controller. Images can be advanced consecutively in both scroll
directions, or they can be displayed consecutively and rewound to the
beginning and displayed again and again, either in landscape or portrait
mode
200
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
25.2 These displays are equipped with an internal controller that allows the
display time for the frames to be adjusted. There are also manual
controls that allow the frames to be displayed in a static position if
desired. An optional remote control is available for even more
flexibility.
25.3 They can be wall mounted or attached to a floor stand.
25.4 They come in different standard sizes on to which the required graphic
could be incorporated.
25.5 Screen Motion display
26 Photoluminescent signs
27 Signage Fixings
27.1.1 Suspender have been designed for 2 levels for all signs mounted with
bottom at 2.4 m above floor
Smaller lighter suspenders for all signs with fixings to a maximum
of 1.8m, and
Heavier suspenders fixing to the lighter suspenders to reach
beyond 1.8 up to 3.5m.
27.1.2 This suspender arrangements cover almost all the situations inside
stations up to a clear height of 6m for suspending the sign. A sign with
suspenders beyond 3.5m will not be installed as suspended signs and will
be changed to a projected or post-mounted sign. Any situations observed
by the contractor shall be brought to the notice of Employer/Engineer
and prior approval shall be taken before any variation in fixing is done.
27.1.3 The quoted rates of contractor for the suspended signages shall be for
suspending the specified suspenders from any medium, RCC Beams/Slabs,
and Structural Steel Sections of any shape and size etc.. Nothing extra
whatsoever shall be admissible on this account.
27.1.5 Nothing extra whatsoever shall be admissible for any variations in the
lengths and all necessary erection arrangements from site to site for
installation of signs.
201
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
27.2.1 These signs will have a dedicated special structure and will be calculated
per unit for fixing at the location. Height variations will not happen
beyond the drawings shown.
27.2.2 The quoted rates of contractor for the Post mounted signs shall be for
erection of the post mounted signs on base/floor of any medium, RCC or
CC floor etc. with or without floor finishes of any type. Nothing extra
whatsoever shall be admissible on this account for arrangements for
fixing signs form site to site.
27.3.1 The quoted rates of contractor for the Face fixed. signages shall be for
face mounting the signs at all heights and to any medium, RCC
Beams/Slabs or Brick Wall etc. with or without cladding. Nothing extra
whatsoever shall be admissible on this account.
27.3.2 Nothing extra whatsoever shall be admissible for any variations of the
required face fixing arrangements from site to site of work.
27.3.3 Variation will be admissible only in case of being asked to fabricate and
fix a new fixing bracket in place of the bracket fabricated as per the Good
for Construction drawings included in Tender Documents. Variation of
amount in this case will be mutually decided and approval of the
Employer/Engineer will be obtained before fabricating such brackets.
27.4.1 The projected signs are fixed using projected bracket fixed to the wall or
column with a length proportional to the sign length. The contractor has
to quote for each bracket separately as described in the BOQ.
27.4.2 The quoted rates of contractor for the projected signs shall be for each
length of bracket separately at all heights and to any medium RCC
Beams/Slabs or Brick Wall etc. with or without cladding. Nothing extra
whatsoever shall be admissible on this account.
27.5.1 There will be few situations where the details are not provided for fixing
or a special customized detail has to be made for the sign to fix to specific
beams, columns etc. in such cases, the contractor will check the site
condition, workout a detail for the fixing in consultation with SGDC and
get is approved with the Employer/Engineer. The contractor has to quote
a rate per Kg of MS used including providing, fabricating, finishing
complete with all accessories like nuts,
bolts, washers and props etc used at site for installation of the bracket
fixing the sign.
27.5.2 The BOQ provides an Item to quote a Unit Rate for fabricating customized
fixings for signs. such a rate will be considered for Variation will be
admissible only in case of being asked to fabricate and fix a new fixing
bracket in place of the bracket fabricated as per provided a customized
Good for Construction drawings provided by the Employer/Engineer.
Variation of amount in this case will be mutually decided and approval of
the Employer will be obtained before fabricating such brackets.
202
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
TENDER NO.
P1 Misc-28/2022
203
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
TENDER NO.
P1 Misc-28/2022
PART- III
CONDITIONS OF CONTRACT AND CONTRACT FORMS
SECTION - VIII
GENERAL CONDITIONS (GC)
204
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
The General Conditions governing this Contract shall be the Conditions of Contract for Plant
and Design-Build Projects, First Edition 1999 prepared by the Federation Internationale des
Ingenieurs-Conseils (FIDIC). It is also called the FIDIC Yellow Book.
The General Conditions of Contract (GCC) are supplemented with the Particular Conditions
of Contract (PCC) by the wherein reference to the numbering of the Clauses in GCC is given,
so that the GCC and the PCC together comprise the rights and obligations of the parties. In
the case of any discrepancy between the conditions contained in the GCC and the PCC, the
conditions contained in the PCC shall prevail over that of the GCC.
As the Contractor is deemed familiar with this General Conditions of Contract, no copy will
be attached to the Tender / Contract Documents.
205
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
TENDER NO.
P1 Misc-28/2022
PART-III
CONDITIONS OF CONTRACT AND CONTRACT
FORMS
SECTION-IX
PARTICULAR CONDITIONS (PC)
206
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
The following Particular Conditions shall supplement the GC. Whenever there is a conflict,
the provisions herein shall prevail over those in the GC.
1 Employer’s name 1.1.2.2 & Maharashtra Metro Rail Corporation Limited, Pune
and Metro Rail Project 101, The Orion, Opposite Don
1.3 Bosco Youth Centre, Koregaon Park, Pune - 411001
address
207
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
19 Engineer’s Duties 3.1 The Engineer shall obtain the specific approval
and of the Employer before taking the following
actions:
Authority
[The Employer may decide to limit the
authority of the Engineer by selecting one or
several of the options below:]
issuing a Variation for substantial technical
modifications, increase of the Accepted
Contract Amount or extension of time;
proceeding to Determination under clause 3.5
of the GCC;
issuing Interim Payment Certificate under
clause 14.6 of the GCC; and
issuance of a Taking over Certificate under
clauses 10.1 and 10.2 of the GCC.
208
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
26 Normal working 6.5 The Contractor, if required, shall carry out work
hours during night hours or in shifts. The Contractor
shall not be entitled to any increase in the
Accepted Contract Amount on account of
night/shift working
27 Testing 7.4 The Engineer shall give the Contractor not less
than one (1) working day notice of the Engineer’s
intention to attend the tests.
30 Delay damages for 8.7 & (a) 0.05% of the original Contract Price per
the calendar day of delay of each Key Date.
14.15(b)
209
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
Works
(b) There is no maximum limit in levy of LD for
delays in individual Key Dates. However,
maximum limit for cumulative LD for complete
Contract shall not exceed 10% of the final
Contract Price.
210
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
211
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
50 Minimum amount of 18.3 INR 0.50 Million for any one incident, with no. of
third party incidents unlimited
insurance
51 Amount of 18.4 (PC) AOA (any one accident) limit equal to 6% of the
Professional Contract Value with AOY (any one year) limit of
2 incidents in a year. In the Professional
Indemnity Insurance
Indemnity Insurance Policy the deductible
(PII)
amount shall not be more than 5% AOA limit. All
Policy shall be obtained within Four weeks from
'date of commencement' and shall be valid for
five years after date of issue of 'Performance
Certificate' or 3 years after commencement of
commercial train operations whichever is later.
Wherever the Contractor submits policy for
shorter period / annual renewable policy, the
same shall be renewed before its expiry date. In
such situation, the performance guarantee shall
be retained till required validity period. The
Contractor's submission of such shorter period /
renewable policy shall be construed as their
irrevocable consent for retention of the
performance guarantee.
212
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
213
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
Time of
Sr.
Key Date Item Description Completion
no.
from LOA
1 Submission of Station specific Signange Design
KD-1 Drawings and art work (graphics) schedules for 2 weeks
stations
2 Submitting all the material samples and
KD-2 3 weeks
Construction Schedule
3 Approval on all signage samples and shop 5 weeks
KD-3
drawings
Installation of 100% Signage and Graphics Completion
4 KD-4 First Two Stations including street level Signages 8 weeks
5 KD-5 Next Two Stations including street level Signages 9 weeks
6 KD-6 Next Two Stations including street level Signages 10 weeks
7 KD-7 Next Two Stations including street level Signages 11 weeks
8 KD-8 Multi Modal Signages at all the Stations 16 weeks
214
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
4. Any imposition of LD on account of delay in any Key Date (KD) will be waived and LD
amount if deducted will be returned (without interest) provided the Contractor is able
to accomplish the “successive key date (KD)” along with the immediate preceding
delayed Key Dates.
5. These penalties shall not relieve the Contractor from his obligation to complete the
works or from any other obligations and liabilities under this contract.
6. Payment shall be made as per actual measured quantity of executed work, meeting the
specifications & quality standards, acceptable to Engineer. The billing cycle shall be
monthly or as agreed by Engineer.
215
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
2 GC Sub-Clause 4.2 Replace the GC Sub-Clause 4.2 with the provisions as under:
Performance
Security The Contractor shall obtain (at his cost) a Performance Security
for proper performance, in the amount stated in the Contract
Data and denominated in the currency(ies) of the Contract or
in a freely convertible currency acceptable to the Employer. If
an amount is not stated in the Contract Data, this Sub-Clause
shall not apply.
216
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
217
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
218
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
219
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
If at any time the Site Safety Plan is, in the opinion of the
Engineer, insufficient or requires revision or modification to
ensure the security of the Works and the safety of all workmen
upon, and visitors to the Site, the Engineer may instruct the
Contractor to revise the Site Safety Plan. The Contractor shall,
within 14 days, submit the revised plan to the Engineer for
review.
The Contractor shall adhere to the Site Safety Plan and shall
ensure, that all sub-contractors of all tiers have a copy of the
Site Safety Plan and comply with its provisions.
220
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
221
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
222
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
14 Clause 5A Design:- The clauses under the head 'Design' are applicable
Design (new only in 'Design & Construct' contracts and in case of 'Part Design
& Construct' contracts, these are applicable only to part of the
Clause & Contract in which the design is the responsibility of the
subclauses) Contractor.
224
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
225
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
The Engineer may during the review period, give notice to the
Contractor that a Manufacture Document fails (to the extent
stated) to comply with the Works Requirements, it shall be
rectified, resubmitted & reviewed (and if specified, approved)
in accordance with this Sub-Clause, at the Contractor's cost.
For each part of the Works, and except to the extent that the
prior consent of the Engineer shall have been obtained:
226
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
227
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
228
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
22 Sub-clause The Contractor shall submit at his own cost the following
5A.6, Samples samples and relevant information to the Engineer for pre-
construction and/or pre-manufacture review in accordance
with the procedure for Construction and/or Manufacture
Documents described in Sub- Clause above “Delayed Drawings
or Instructions”:
manufacturer's standard samples of Materials
samples (if any) specified in the Employer's Requirements
229
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
25 Sub-clause The Contractor shall indemnify the Employer and the Engineer
5A.9, from and against all claims and proceedings on account of
infringement (or alleged infringement) of any patent rights,
Intellectual registered designs, copyright, design, trademark, trade name,
Property Rights know-how or other intellectual property rights in respect of the
and Royalties Works, Contractor's Equipment, machines, work method, or
Plant, or Materials, or anything whatsoever required for the
Works and from and against all claims, demands, proceedings,
damages, costs, charges and expenses whatsoever in respect
thereof or in relation thereto. The Contractor shall pay all
traffic surcharges and other royalties, licence fees, rent and
other payments or compensation, if any, for getting stone,
sand, gravel, clay or other materials, machine, process,
systems, work methods, or Contractor’s Equipment required
for the Works. The Contractor shall, in the event of
infringement of Intellectual Property Rights, rectify, modify or
replace at his own cost the Works, Plant or materials or
230
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
26 Sub-Clause 6.2 Replace the GC Sub-Clause 6.2 with the provisions as under:
Rates of Wages
and Conditions
Full compliance of statutory requirements apart, the
of Labour Contractor shall pay rates of wages and observe conditions of
labour not less favourable than those established for the trade
or the industry where the work is carried out.
233
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
234
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
235
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
34 Sub-Clause 8.1, Replace the GC Sub-Clause 8.1 with the provisions as under:
Commencement
of Works Except as otherwise provided in the Particular Conditions of
Contract, the Commencement Date shall be the date indicated
in the Letter of Acceptance.
236
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
In the event that the Engineer does not give his consent, the
Contractor shall take such steps or make such changes in the
said methods or supply such further documents or information
as may be necessary to meet the Engineer's requirements and
to obtain his consent. The Contractor shall not change the
methods of manufacture, installation and construction which
have received the Engineer's consent without further review
and consent in writing of the Engineer.
36 Sub-Clause 8.4, Replace the GC Sub-Clause 8.4 with the provisions as under:
Extension of
Time for
Completion The Contractor shall be entitled subject to Sub-Clause 20.1
[Contractor’s Claims] to an extension of the Time for
237
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
39 Sub-Clause 9.4, Replace the GC Sub-Clause 9.4 with the provisions as under:
Failure to Pass
Tests on If the Works, or a Section, fail to pass the Tests on Completion
Completion repeated under Sub-Clause 9.3 [Retesting], the Engineer shall
be entitled to:
238
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
Re-testing
If the Works, or a part thereof, or a Section, fail to pass the
Integrated Testing and Commissioning, the Engineer shall
require such failed Tests, to be repeated under the same terms
and conditions. If such failure and retesting result from a default
of the Contractor and cause the Employer to incur additional
costs, the same shall be recoverable from the Contractor by the
Employer and may be deducted by the Employer from any
monies due, or to become due, to the Contractor.
Statutory Requirements
The Contractor along with others shall carry out all statutory
tests and trials, under the supervision of the Engineer, necessary
for obtaining sanction of the competent authority for opening
the system for public carriage of passengers.
239
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
Routine Maintenance
Submit Monthly status report to the Engineer –in – Charge.
Repairs
Complaints
The Contractor shall receive calls for any and all problems
experienced in the operation of the systems, attend to these
within 120 minutes of receiving the complaints and shall take
steps to immediately correct any deficiencies that may exist.
240
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
242
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
(a) within 14 days (or such other period as the Engineer may
allow) of the Engineer informing the Contractor in writing
of the intention to request an Employer's Variation, the
Contractor shall notify the Engineer in writing whether in
his opinion the Employer's Variation would, if ordered:
244
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
245
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
246
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
Where the final Price Indices are not available in the Reserve
Bank of India Bulletins, while making payment towards on-
account bills, payment towards Price Variation will be made on
provisional basis based on the indices available, to be adjusted
in subsequent bills as and when the final indices figures
become available.
247
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
47 Sub-Clause 14.1, Replace the GC Sub-Clause 14.1 with the provisions as under:
The Contract
Price (a) the Contract Price shall be the item rate Accepted Contract
Amount and be subject to adjustments in accordance with
the Contract;
(b) the Contractor shall pay all taxes, levies, duties, cess as per
GST/Custom Tariff Act etc, royalty, rates and fees required
to be paid by him under the Contract, and the Contract Price
shall not be adjusted for any of these costs except as stated
in Sub-Clause 13.7 [Adjustments for Changes in Legislation];
(c) No change
(d) Not applicable
(e) The Contract Price, subject to any adjustment thereto in
accordance with the Contract shall be all inclusive of GST,
Custom duties, royalties etc.
248
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
Deleted
The Contractor shall be solely responsible to find out and
ascertain whether their supplies for Maharashtra Metro Rail
Corporation Limited will qualify and be eligible for the
concession duty benefit under Chapter 98.01 of custom
Tariff Act for project Imports & shall manage the Custom
Duty applicability and inclusion in their quoted price
accordingly. After award of the Contract, Employer at the
written request of a contractor shall facilitate the
contractor for obtaining sponsoring / recommendation letter
from the GOM for getting themselves registered for availing
Project Import benefits. However, the responsibility to avail
the concessional benefits under Project Import or otherwise
as extended in accordance with the law of the land shall
solely rest with the Contractor.
Should the Employer, during execution of the contract,
obtain a waiver of GST/Custom Duty if applicable, in full or
part thereof, the Contractor will be advised on the process
to be followed to obtain exemption /refund of such taxes,
duties etc., from the concerned Authorities. In case of
failure by the Contractor to obtain and remit the refund
within reasonable time (to be decided by the Employer &
intimated to contractor) to the Employer, the same will be
recovered by the Employer from the amounts due as
payment to the Contractor or as debt due from the
Contractor. The decision of the Employer shall be final and
binding. If the Contractor fails to take the required action
to obtain refund or exemption, the Employer may take
action in accordance with condition of Contract.
The Contractor shall maintain details of GST /Custom Duty
etc. paid to the concerned authority and submit:
Certificate of the Chartered Accountant in regard to
turnover of the Contractor relating to Maharashtra Metro
Rail Corporation Limited.
GST return of the Contractor for the relevant period /
periods along with detailed statement & copy of Challans in
regard to deposit of tax.
The Contractor also will have to submit ‘No Dues Certificate’
for the year / period as and when required by Maharashtra
Metro Rail Corporation Limited.
The full and final payment to Contractor will be made only
after documents as required above are furnished by him and
checked by Maharashtra Metro Rail Corporation Limited.
All payments will be subject to GST-TDS provisions, if
applicable in force from time to time.
Deleted
Any duty drawback, export / import incentive, concession /
exemption available to the Contractor to be passed on to
Maharashtra Metro Rail Corporation Limited.
Labour Welfare Fund, ESI, PF and other labour related
payments:
Primary responsibility for payment statutory dues or other
dues within stipulated time shall be primary responsibility of
the Contractor.
Maharashtra Metro Rail Corporation Limited at no point of
time shall be responsible for the same.
249
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
250
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
If the advance payment has not been repaid prior to the issue
of the Taking-Over Certificate for the Works or prior to
termination under Clause 15 [Termination by Employer],
Clause 16 [Suspension and Termination by Contractor] or
Clause 19 [Force Majeure] (as the case may be), the whole of
the balance then outstanding shall immediately become due
and in case of termination under Clause 15 [Termination by
Employer], except for Sub-Clause 15.5 [Employer’s
Entitlement to Termination for Convenience], payable by the
Contractor to the Employer.
49 Sub-clause 14.2.1 Interest in case of delay in repayment of Advances
251
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
of India Base Rate plus 3% per annum or 12% per annum, whichever
is higher up to the date of actual recovery affected by the MAHA-
METRO.
The interest will be calculated from the first day of the month in
which an advance is paid to the Contractor and it will be
calculated up to the last day of the month in which the recovery
is made. Interest for the month would be calculated on the month
principal outstanding on the first day on the month.
50 Sub-Clause 14.7, Add following at the end of the Sub-Clause GC 14.7:
Payment
The Employer may, at its sole discretion, authorise the
Engineer to perform the functions of Employer specified in the
GC Clause 14.7.
Add Further
252
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
Add further
The Contractor shall submit their claim for the interest for the
above period of delay along with detailed reasons for the said
delays to the Engineer within 14 days of the expiry of the 56
days period. The claimed interest shall be payable to the
Contractor only if it is determined by the Engineer that the
delays are solely attributable to the Employer.
253
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
53 Sub-Clause 14.15 In item no. (e) of Sub-Clause 14.15 the “Central Bank of the
country” would mean the Reserve Bank of India and the Base
Currencies of Date would be the date 28 days before the latest date of
Payment submission of Bid.
255
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
In the event the Bank suspends the loan or credit from which
part or whole of the payments to the Contractor are being
made, if the Contractor has not received the sums due to him
upon expiration of the 14 days referred to in Sub-Clause 14.7
[Payment] for payments under Interim Payment Certificates,
the Contractor may, without prejudice to the Contractor's
entitlement to financing charges under Sub-Clause 14.8
[Delayed Payment], take one of the following actions, namely
(i) suspend work or reduce the rate of work under Sub-Clause
16.1 above, or (ii) terminate the Contract by giving notice to
the Employer, with a copy to the Engineer, such termination
to take effect 14 days after the giving of the notice.
257
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
The Engineer will not issue Final Payment Certificate until the
Contractor has produced evidence that coverage of the
professional indemnity insurance has been provided for the
aforesaid period.
62 Sub-clause 19.6: Replace “84 days” and “140 days” mentioned in the sub-clause
with “184 days” and “340 days” respectively.
Optional
Termination,
Payment and
Release
258
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
259
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
260
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
261
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
Clause 20.9:
Change of
address
263
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
84 Additional The Contractor shall supply spare parts as per the Employers
requirement.
Clause: Spares
265
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
90 Additional For the bought-out items (items purchased from vendor) being
Clause: Bought incorporated in the system, Contractor shall ensure the
out Items following:
266
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
TENDER NO.
P1 Misc-28/2022
PART-III
CONDITIONS OF CONTRACT AND CONTRACT
FORMS
SECTION-X
CONTRACT FORMS
267
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
Table of Forms
Notification of Award
Contract Agreement
Performance Security
Contractor’s Warranty
Indemnity Bond
268
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
Notification of Award
Letter of Acceptance
[letterhead paper of the Purchaser]
[date]
To: [name and address of the Supplier]
Subject: Notification of Award Contract No.
This is to notify you that your Bid dated _____________________ [insert date] for
execution of the
____________________________________ [insert name of the contract and
identification
number, as given in the SCC]. for the Accepted Contract Amount of
[insert amount in numbers and words and name of currency], as corrected and
modified in accordance with the Instructions to Bidders is hereby accepted by our
institution.
You are requested to furnish the Performance Security within 14 days in accordance with
the Conditions of Contract, using for that purpose one of the Performance Security Forms
included in Section X, Contract Forms, of the Bidding Document.
Authorized Signature:
Name of institution:
____________________________________________________________
269
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
Contract Agreement
(Contract No:)
THIS AGREEMENT made on the _____ day of _________, _____, between Maharashtra
Metro Rail Corporation Limited, a company incorporated under company act 2013, vide
CIN U60100MH2015SGC262054 having its registered office at "Metro House, 28/2, Anand
Nagar, C K Naidu Road, Civil Lines, Nagpur - 440001 and Project Office addressed as Pune
Metro Rail Project, The Orion Building, 1st Floor, 101, Opp. Don Bosco Youth Centre,
Koregaon Park, Pune-411001, hereinafter referred "the Employer" (which expression
shall unless it be repugnant to the context or meaning thereof be deemed to including
his heirs, successors and legal representative) of the one part,
and
In this Agreement words and expressions shall have the same meanings as are
respectively assigned to them in the Contract documents referred to.
The following documents shall be deemed to form and be read and construed as part of
this Agreement. This Agreement shall prevail over all other Contract documents.
Performance Bank Guarantee No. _____________ and valid up to ____________ for INR
___________ submitted by __________________.
270
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
The Employer hereby covenants to pay the Contractor in consideration of the execution
and completion of the Works and the remedying of defects therein, the Contract Price
or such other sum as may become payable under the provisions of the Contract at the
times and in the manner prescribed by the Contract.
IN WITNESS whereof the parties hereto have caused this Agreement to be executed in
accordance with the laws of India on the day, month and year specified above.
Signature
Name of Signatory:
Designation:
Contractor:
Signature
Name of Signatory:
Designation:
In the presence of:
271
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
Witness:
Sign
Name
Address In the presence of:
Witness:
Sign
Name
Address
272
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Performance Security
(Demand Guarantee)
Beneficiary: Date:
PERFORMANCE GUARANTEE No.:
Guarantor:
At the request of the Applicant, we as Guarantor, waiving all objections and defences under the
aforementioned contract, hereby irrevocably and independently undertake to pay the Beneficiary
any sum or sums not exceeding in total an amount of ( ),1 such sum being payable
in the types and proportions of currencies in which the Contract Price is payable, upon receipt by
us of the Beneficiary’s first demand supported by the Beneficiary’s statement, whether in the
demand itself or in a separate signed document accompanying or identifying the demand, stating
that the Applicant has failed to duly perform the aforementioned contract, without the Beneficiary
needing to prove or to show grounds for your demand or the sum specified therein.
This guarantee shall expire, no later than the …. Day of ……, 2… 2, and any demand for payment
under it must be received by us at this office indicated above on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010 Revision, ICC
Publication No. 758, except that the supporting statement under Article 15(a) is hereby excluded.
[signature(s)]
1 The Guarantor shall insert an amount representing the percentage of the Accepted
Contract Amount specified in the Letter of Acceptance, less provisional sums, if any,
and denominated either in the currency(cies) of the Contract or a freely convertible
currency acceptable to the Beneficiary.
2 Insert the date twenty-eight days after the expected completion date. The Employer
should note that in the event of an extension of this date for completion of the
Contract, the Employer would need to request an extension of this guarantee from the
Guarantor. Such request must be in writing and must be made prior to the expiration
date established in the guarantee. In preparing this guarantee, the Employer might
consider adding the following text to the form, at the end of the penultimate
paragraph: “The Guarantor agrees to a one-time extension of this guarantee for a
period not to exceed [six months][one year], in response to the Beneficiary’s written
273
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
request for such extension, such request to be presented to the Guarantor before the
expiry of the guarantee.”
Note: All italicized text (including footnotes) is for use in preparing this form and
shall be deleted from the final product.
274
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
To
Maharashtra Metro Rail Corporation Ltd.
PUNE METRO RAIL PROJECT
101, The Orion, Opposite Don Bosco Youth Centre,
Koregaon Park, Pune 411001.
w.e.f. : ___________
valid upto : ___________
claim upto : ___________
275
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
expression shall unless repugnant to the context of meaning thereof, include its
successors, administrators, executors and assigns) do hereby guarantee and
undertake to pay the Employer, immediately on demand any or all monies payable
by the Contractor to the extent of Rs._______________________ (Rupees
________________________________________ only) as aforesaid at any time
upto __________ without any demur, reservation, context, recourse or protest
and or without any reference to the Contractor.
3. Any such demand made by the Employer on the Bank shall be conclusive and
binding notwithstanding any difference between the Employer and the Contractor
or any dispute pending before any Court, Tribunal, Arbitrator and shall continue to
be enforceable till the Employer discharges this guarantee. However, not later
than expiry date of guarantee.
4. The Employer shall have the fullest liberty without affecting in any way the
liability of the Bank under this Guarantee, from time to time to vary the advance
or to extend the time for performance of the Contract by the Contractor. The
Employer shall have the fullest liberty without affecting his guarantee, to postpone
from time to time the exercise of any powers vested in them or of any right which
they might have against the Contractor and to exercise the same at any time in any
manner and either to enforce or to forebear to enforce any covenants, contained
or implied, in the Contract between the Employer and Contractor or any other
course or demand or security available to the Employer. The Bank shall not be
redeemed to its obligation under these presents by any exercise by the Employer
of its liberty with reference to the matters aforesaid of any of them or by reason of
any other act or forbearance or other acts of omission or commission on the part of
the Employer or any other indulgence shown by the Employer or by any other
matter or thing whatsoever which under law would but for this provision have the
effect of relieving the bank.
5. The Bank also agrees that the Employer at his option shall be entitled to enforce
this Guarantee against this bank as a principal debtor, in the first instance without
proceeding against the Contractor and notwithstanding any security or other
guarantee that the Employer may have in relation to the Contractor’s liabilities.
Notwithstanding anything contrary contained in any law for the time being in force or
banking practice this guarantee shall not be assignable or transferable by the beneficiary.
Notice or invocation by any person such as assignee, transferee or agent of beneficiary
shall not be entertained by the bank any invocation of guarantee can be made only by the
beneficiary directly.
a) Bank liability under this Bank Guarantee shall not exceed Rs.__________________
(Rupees ______ ___________________________________ only)
276
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
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
____________.
d) Thereafter all your rights under this guarantee shall be forfeited and we shall be
released from all our liabilities hereunder irrespective of whether the guarantee in
original is returned to us or not.
Dated __________.
277
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
278
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
WHEREAS:
1. In consideration of the Employer not objecting to the Contractor and the Designer
entering into the Consultancy Agreement, the Designer warrants and undertakes to the
Employer that he has exercised and will continue to exercise all the skill and care to be
expected of a professionally qualified and competent designer experienced in work of
similar nature and scope as the Works in carrying out the design of the Works and in
performing the other duties and functions ascribed to him in the Contract.
2. The Designer agrees that, in the event of the termination of the Contract by the
Employer, the Designer will, if so required by notice in writing given by the Employer,
except subject to Clause 4 the instructions of the Employer or his appointee to the
exclusion of the Contractor in respect of the carrying out and completion of the Works
upon the terms and conditions of the Consultancy Agreement.
279
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
3. The Designer further agrees that he will not, without first giving the Employer not less
than 21 days' previous notice in writing, exercise any rights it may have to terminate
the Consultancy Agreement or to treat the same as having been as repudiated by the
Contractor or to discontinue the performance of any duties to be performed by the
Designer pursuant thereto. The Designer's right to terminate the Consultancy Agreement
or to treat the same as having been repudiated or to discontinue the performance
thereof shall cease if, within such period of notice and subject to Clause 4,the Employer
shall give notice in writing to the Designer requiring the Designer to accept the
instructions of the Employer or his appointee to the exclusion of the Contractor in
respect of the carrying out and completion of the Contract Works upon the terms and
conditions of the Consultancy Agreement.
4. Any notice given by the Employer under Clause 2 or 3 shall state that the Employer or
his appointee accepts liability for payment of the fees payable to the Designer under
the Consultancy Agreement and for performance of the Contractor's obligations under
the Consultancy Agreement, including payment of any fees outstanding at the date of
such notice.
5. The Employer shall be entitled to assign the benefit of this Warranty at any time without
the consent of the Designer being required.
6. All documents arising out of or in connection with this Warranty shall be served:
(1) upon the Employer at [ ] marked for the attention of [ ];
(2) upon the Designer at [ ].
7. The Employer and the Designer may change their respective nominated addresses for
service of documents to another address in India but only by prior written notice to each
other. All demands and notices must be in writing.
8. This Warranty shall be governed by and construed according to the laws for the time
being in force in India.
9. Except to the extent (if any) expressly permitted by the Consultancy Agreement, the
Designer shall not sub-contract any of the Designer's obligations under the Consultancy
Agreement without the prior written consent of the Employer's Representative.
10. Without prejudice to its obligations under this Warranty, the Designer shall maintain
with well established underwriters of repute and on terms and conditions reasonably
acceptable to the Employer, professional indemnity insurance (as per sub-clause 18.1
of the General Conditions) in respect of the Designer and its sub-consultants for Indian
Rupees ………………………………………. (in words………………………. Rupees) in relation to his
design of the Works for any one occurrence or series of occurrences arising out of any
one event from the date of notification of acceptance until 5 years after the issue of
Performance Certificate for the whole of works. The Designer shall immediately inform
the Employer if for any reason professional indemnity insurance is not maintained in
accordance with this Warranty or becomes void or unenforceable.
11. Insofar as the patent, copyright or other intellectual property rights in any Design Data
(as defined in the Contract), plans, calculations, drawings, documents, materials,
computer software, know-how and information relating to the Works shall be vested in
the Designer, the Designer grants to the Employer his successors and assigns a royalty-
free, non-exclusive and irrevocable licence (carrying the right to grant sub-licences) to
use and reproduce any of the works designs or inventions incorporated and referred to
in such documents or materials and any such know-how and information for all purposes
280
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
IN WITNESS whereof this Warranty has been executed as a deed on the date first before
written.
[Designer ] )
281
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
in favour of
Maharashtra Metro Rail Corporation Limited together with its successors and assigns, (the
Employer"):
………………………….
………………………….
………………………….
WHEREAS
(A) By a Contract for ________in respect of Maharashtra Metro Rail Corporation Limited
Contract No _____/______ ("the Contract") made between
(1) Maharashtra Metro Rail Corporation Limited (the “Employer”) and
(2) ____________ (the “Contractor") the Contractor has agreed to design, execute,
complete and remedy any defects in the works ("the Works") upon the terms and
conditions contained in the Contract.
(B) Pursuant to the terms of the Contract, the Contractor has agreed to procure the
provision of an undertaking in the terms hereof.
(C) The Parent Company is the beneficial owner of ____ % [see Note 1] of the issued share
capital of [the Contractor] [see Note 2].
(D) At the request of the Contractor, the Parent Company has agreed to provide this
undertaking.
1. In consideration of the Employer entering into the Contract with the Contractor, the
Parent
282
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Company hereby undertakes to the Employer that, without the written consent of the
Employer, it will not [and will ensure that none of the companies referred to in Recital
(C) will] [see Note 5]:
a. Sell, transfer, assign or otherwise dispose of or deal with ownership of the whole
or any part of EITHER [the share-holding or other interest in the [Contractor]
[see Note 3] OR [the share holdings or other interests] [see Note 4] referred to
in Recital (C) in any way which will affect the beneficial ownership and control
in [the Contractor] [see Note 3] of the Parent Company [and the other companies
referred to in Recital (C)] [see Note 5]; and
b. take any action which may result in the Contractor being unable to comply with
its obligations or perform in any way its duties under the Contract [or take any
action which may result in [the Member forming part of the Contractor] [see
Note 3] being unable to comply with its obligations or perform in any way its
duties under the [Consortium or other relevant] agreement] [see Note 6]
until such time as the Works shall have been completed, all the Contractor's obligations
under the Contract shall have been performed and the Defects Liability Period (as
defined in the Contract) for the whole and every part of the Works shall have elapsed
and further that it will ensure [that the Member forming part of the Contractor will take
all steps necessary to ensure [see Note 6] compliance by the Contractor with the
provisions of the Contract.
2. The obligations of the Parent Company under this Undertaking shall remain in full force
and effect and shall not be affected or discharged in any way and the Parent Company
hereby waives notice of:
a. any suspension of the Works, variation or amendment to the Contract (including
without limitation extension of time for performance) or any concession or
waiver by the Employer in respect of the Contractor's obligations [and/or the
obligations of [ ______ ] [see Note 7]
b. any provision of the Contract being or becoming illegal, invalid, void, voidable
or unenforceable;
c. the termination of the Contract or of the employment of the Contractor and/or
[ ] [see Note 7] under the Contract for any reason;
d. any forbearance or waiver of any right of action or remedy the Employer may
have against the Contractor [and/or [ ______ ]] [see Note 7] or negligence by
the Employer in enforcing any such right of action or remedy;
e. any bond, undertaking, security or other guarantee held or obtained by the
Employer for any of the obligations of the Contractor [and/or [ _____ ]] [see
Note 7] under the Contract or any release or waiver thereof.
1. This Undertaking shall extend to any variation of or amendment to the Contract and to
any agreement supplemental thereto agreed between the Employer and the Contractor
[and/or [ _____ ]] [see Note 7] and for the avoidance of doubt the Parent Company
283
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
hereby authorises the Employer and the Contractor [and/or [ _____ ]] [see Note 7] to
make any such amendment, variation or supplemental agreement.
4. All documents arising out of or in connection with this Undertaking shall be served:
a. upon the Employer, at ________ marked for the attention of ________;
b. upon the Parent Company, at _____
5. The Employer and the Parent Company may change their respective nominated
addresses for service of documents to another address but only by prior written notice
to each other. All demands and notices must be in writing.
6. This Undertaking shall be governed by and construed according to the laws for the time
being in force in India and the Parent Company agrees to submit to the exclusive
jurisdiction of the courts at Pune, Maharashtra, India.
IN WITNESS where of this Undertaking has been executed as a deed on the date first before
written.
Name:
Designation:
Date of Board resolution authorizing executant to execute this undertaking
Place:
Notes:
(For preparation of but not for inclusion in the engrossment of this Undertaking)
1. If the Parent Company is not the immediate parent company, the chain of ownership must
be recited, identifying each company in the chain and the shareholdings or other interests
in each subsidiary.
2. If the Contractor is a Consortium, that fact and the Consortium or other relevant agreement
must be recited. In such case, insert the name of the Members of the Consortium in respect
of which the parent company undertaking is being given. In such a case, the parent company
of each of the Members is required to give the undertaking.
3. If Note 2 applies, refer to the Member relating to that Parent Company (which is giving this
undertaking) and not the Contractor.
4. If Note 1 applies, use this alternative.
5. If Note 1 applies, add this provision.
6. If Note 2 applies, add this provision.
7. If Note 2 applies, add this provision and insert the name of the Member.
284
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
8. The notarized copy of the board resolution of the Parent Company must also accompany this
Undertaking. In case the Parent Company is a foreign entity, then such board resolution
should be notarized by a notary in its home country followed by the casualisation by the
Indian Embassy there, or apostatised as per Hague Convention, as the case may be.
285
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
THIS GUARANTEE is made the ______ day of ______ BY _______ whose registered office is at
_____________ [and ___________ whose registered office is at ____________ ] ("the
Guarantor").
To Maharashtra Metro Rail Corporation Limited together with its successors and assigns, "the
Employer") of:
………………………
………………………
………………………
WHEREAS
(A) By a Contract for __________of Pune Metro Rail Project Contract No:P1-T05BR/2019
("the Contract") made between
286
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
in respect of the Contractor's obligations [and/or the obligations of ______ ] [see Note 3]
under the Contract;
b. any provision of the Contract being or becoming illegal, invalid, void, voidable or
unenforceable;
c. the termination of the Contract or of the engagement of the Contractor [ and / or ______
] [see Note 3] under the Contract for any reason;
d. any forbearance or waiver of any right of action or remedy the Employer may have against
the Contractor [ and / or _____ ] [see Note 3] or negligence by the Employer in enforcing
any such right of action or remedy;
e. any bond, undertaking, security or other guarantee held or obtained by the Employer for
any of the obligations of the Contractor [ and / or _____ ] [see Note 3] under the Contract
or any release or waiver thereof.
3. This Guarantee shall extend to any variation of or amendment to the Contract and to
any
agreement supplemental thereto agreed between the Employer and the Contractor
[and/or ____ ] [see Note 3] and for the avoidance of doubt the Guarantor hereby
authorises the Employer and the Contractor [and/or _____ ] [see Note 3] to make any
such amendment, variation or supplemental agreement.
4. This Guarantee is a continuing guarantee and accordingly shall cover all of the
obligations and liabilities of the [Contractor] [see Note 2] under the Contract and remain
in full force and effect until all the said obligations and liabilities of the Contractor shall
have been carried out, completed and discharged in accordance with the Contract. This
Guarantee is in addition to any other security which the Employer may at any time hold
and may be enforced without first having recourse to any such security or taking any
steps or proceedings against the Contractor.
5. Until expiry of the Defects Liability Period (as defined in the Contract) for the whole
and every part of the Works, the Guarantor shall not on any ground whatsoever make
any claim or threaten to make any claim whether by proceedings or otherwise against
the Contractor [and/or ______ ] [see Note 3] for the recovery of any sum paid by the
Guarantor pursuant to this Guarantee. Any such claim shall be subordinate to any claims
(contingent or otherwise) which the Employer may have against the Contractor [and/or
_____ ] [see Note 3] arising out of or in connection with the Contract until such time as
such claims shall be satisfied by the Contractor [and/or ______ ] [see Note 3] or the
Guarantor as the case may be. To that intent the Guarantor shall not claim or have the
benefit of any security which the Employer holds or may hold for any monies or liabilities
due or incurred by the Contractor [and/or ______ ] [see Note 3] to the Employer and,
in case the Guarantor receives any sum from the Contractor [and/or _____ ] [see Note
3] in respect of any payment by the Guarantor hereunder, the Guarantor shall hold such
sum in trust for the Employer for so long as any sum is payable (contingently or
otherwise) under this Guarantee.
6. The Employer shall be entitled to assign the benefit of this Guarantee at any time
without
the consent of the Guarantor or the [Contractor] [see Note 2] being required.
7. All documents arising out of or in connection with this Guarantee shall be served:
a. upon the Employer, at ________ marked for the attention of ________;
287
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
IN WITNESS whereof this Guarantee has been executed as a deed on the date first before written
...................................................................
Name:
Designation:
Date of Board resolution authorizing executant to execute this undertaking
Place:
Notes:
(For preparation of but not inclusion in the engrossment of this Guarantee)
1. If the Contractor is a Consortium, that fact and the Consortium or other relevant
agreement and the relationship of the Guarantor to the concerned Members forming
part of the Contractor must be recited.
2. If Note 1 applies, replace the word "Contractor" with name of the concerned Member of
the Consortium being guaranteed.
3. If Note 1 applies, add additional wording and insert the name the concerned Member of
the Consortium being guaranteed.
4. The notarized copy of the board resolution of the Guarantor must also accompany this
Guarantee. In case the Guarantor is a foreign entity, then such board resolution should
be notarized by a notary in its home country followed by the casualisation by the Indian
Embassy here, or apostatised as per Hague Convention, as the case may be.
5. The address for service shall be in India.
288
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Contractor’s Warranty
To Maharashtra Metro Rail Corporation Limited together with its successors and assigns,
"the Employer") of:
………………………….
………………………….
………………………….
WHEREAS
and
(2) ____________ (the “Contractor"), the Contractor has agreed to design, execute,
complete, test and commission (including Integrated Testing and Commissioning) and
remedy any defects in the works ("the Works") upon the terms and conditions contained in
the Contract.
(C) At the request of the Employer and pursuant to the terms of the Contract the Contractor
has agreed to provide this Warranty.
289
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
a. the Contractor will design, execute, complete, test and commission (including Integrated
Testing and Commissioning) and remedy any defect in the Works in accordance with the
terms of the Contract; and
b. the Contractor owes a duty of care to the Employer in relation to the performance of its
duties under the Contract; and
c. the Contractor will rectify or replace free of cost to the Employer any defect or failure
of equipment provided in the Works for a period of 24 months from the date of taking over
of section of the Works; and
d. the Contractor agrees that should any modification be required to any part of the
construction work as a consequence of failure analysis, the aforesaid period of 24 months
shall re-commence from the date when the modified part is commissioned into service if
the date of modification is later than the date of taking over of last trainset, and such
modification shall be carried out free of cost to the Employer in all sections; and
e. the Contractor shall maintain the manufacture & supply of spares (including those of its
Sub-Contractors / vendors) for the equipment supplied in the Contract-work for at least 5
years from the date of Completion of the Contract; and
f. the Contractor has exercised and will continue to exercise in the design of the Works all
the skill and care to be expected of a professionally qualified and competent designer
experienced in work of similar nature and scope as the Works; and
g. the Works will, when completed, comply in all respects with the Employer's
Requirements, the Contractor’s Technical Proposals, the final Design Document and the
intended use of the Works; and
h. the Works has been or will be designed and manufactured to the highest standards
available using internationally proven up-to-date good practice; and
i. the Works will, when completed, comply with enactments and regulations relevant to the
Works; and
290
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
2. The liability of [the companies comprising [see Note 3]] the Contractor under this
Warranty [shall be joint and several and [see Note 3]] shall not be released, diminished or
in any way affected by any independent inquiry or investigation into the Works or any
matter related to the Contract whether carried out by or on behalf of the Employer or any
liability or right of action which may arise out of such inquiry or investigation.
3. Insofar as the copyright or other intellectual property rights in any plans, calculations,
drawings, documents, materials, plant, know-how and other information relating to the
Works shall be vested in [the Contractor] [see Note 5], the [Contractor] [see Note 5] grants
to the Employer its successors and assigns a royalty free, non-exclusive and irrevocable
licence (carrying the right to grant sub-licences) to use and reproduce any of the works
designs, inventions or other information incorporated and referred to in such documents
or materials and any such know-how and information for all purposes relating to the Works
of the PUNE METRO RAIL PROJECT including without limitation the design, manufacture,
installation, completion, testing and commissioning (including Integrated Testing and
Commissioning) reinstatement, extension and the remedy of any defect in the Works. To
the extent that beneficial ownership of any such copyright or other intellectual property
rights is vested in anyone other than the [Contractor] [see Note 5],, the [Contractor] [see
Note 5], shall use best endeavours to procure that the beneficial owner thereof shall grant
a like licence to the Employer. For the avoidance of doubt, any such licence granted shall
not be determined if the [Contractor] [see Note 5], shall for any reason cease to be
employed in connection with the Works.
4. The provisions of this Warranty shall be without prejudice to and shall not be deemed or
construed so as to limit or exclude any rights or remedies which the Employer may have
against the Contractor, whether in tort or otherwise.
5. Nothing contained in this Warranty shall vary or affect the Contractor's rights and
obligations under the Contract.
6. The address for service of all documents arising out of or in connection with this Warranty
shall be:
………………………….
………………………….
………………………….
291
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
7. The Employer and the Contractor may change their respective nominated addresses to
another address in India but only by prior written notice to each other. All notices must be
in writing.
8. This Warranty shall be governed by and construed according to the laws for the time
being in force in India.
9.
(1) Any dispute or difference of any kind whatsoever between the Employer and the
Contractor arising under out of or in connection with this Warranty shall be referred to
arbitration in accordance with the provisions relating to ‘Conciliation and Arbitration’ as
set out in the General Conditions of Contract. “Dispute” as defined in the Contract shall
be deemed to include any such dispute or difference between the Employer and Contractor.
(2) In the event that the Employer is of the opinion that the issues in such a dispute or
difference will or may touch upon or concern a dispute or difference arising under out of
or in connection with the Contract ("the Contract Dispute") then provided that an arbitrator
has not already been appointed pursuant to Clause 9(1), the Employer may by notice in
writing to the Contractor require and the Contractor shall be deemed to have consented to
the referral of such dispute or difference to the arbitrator to whom the Contract Dispute
has been or will be referred.
(3) Save as expressly otherwise provided, the arbitrator shall have full power to open up,
review and revise any decision, opinion, instruction, notice, order, direction, withholding
of approval or consent, determination, certificate, statement of objections relating to the
dispute.
(4) Subject to the foregoing provisions of this clause 9, the Employer and the Contractor
agree to submit to the exclusive jurisdiction of the Courts of India at Pune.
IN WITNESS whereof this Warranty has been executed as a deed on the date written at the
head hereof.
...................................................................
Name:
Designation:
Date of Board resolution authorizing executant to execute this undertaking
Place:
292
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Notes:
(for preparation of and not inclusion in the engrossment of this Warranty)
1. If the Contractor is a Consortium, each Member of such Consortium shall be a party and
liability under this warranty will be joint and several, with consequential grammatical
changes.
2. If Note 1 applies, that fact and the Consortium or other relevant agreement must be
recited.
(As applicable)
TO Maharashtra Metro Rail Corporation Limited together with its successors and assigns,
"the Employer") of:
………………………….
………………………….
………………………….
WHEREAS
293
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
and
(2) ____________ (the “Contractor"), the Contractor has agreed to _________ and remedy
any defects in the works ("the Works") upon the terms and conditions contained in the
Contract.
(B) The Sub-contractor / vendor has had an opportunity of reading and noting the
provisions of the Contract (other than details of the Contractor's prices and rates).
(C) Pursuant to the Contract, the Contractor wishes to enter into an agreement (“the Sub-
contract”) with the Sub-contractor / Vendor to carry out and complete a part of the
Works as more particularly described in the Sub-contract ("the Sub-contract Works").
(D) The Contract stipulates that the Contractor shall obtain the consent of the Engineer
before entering into the Sub-contract, and that the Contractor shall procure that the
Sub-contractor executes a warranty in favour of the Employer.
a. he will execute and complete the sub-contracted Works / supply, and will carry out
each and all of the obligations, duties and undertakings of the Sub-contractor / Vendor
under the Sub-contract when and if such obligations, duties and undertakings shall
become due and performable, in accordance with the terms of the Sub-contract (as
the same may from time to time be varied or amended with the consent of the
Employer); and
b. he will supply to the Contractor and in specific cases wherever required to the
Engineer with all information as may be required from time to time in relation to
progress of the Sub-contract Works.
2. The Sub-contractor / Vendor undertakes to indemnify the Employer against each and
every liability which the Employer may have to any person whatsoever and against
any claims, demands, proceedings, loss, damages, costs and expenses sustained,
294
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
incurred or payable by the Employer provided that the Sub-contractor / Vendor shall
have no greater liability to the Employer by virtue of this Warranty than the liability
of the Contractor to the Employer under the Contract insofar as and to the extent
that the same has arisen by reason of the execution of the Sub-Contract or any breach
by the Sub-contractor / Vendor of his obligations under the Sub-contract.
4. The Sub-contractor / Vendor agrees that he will not without first giving the Employer
not less than 21 day’s prior notice in writing exercise any right he may have to
terminate the Sub-contract or treat the same as having been repudiated by the
Contractor or withhold performance of its obligations under the Sub-contract.
5.
(1) In the event that the Contract or the employment of the Contractor under the
Contract is terminated for any reason whatsoever and if so requested by the Employer
in writing within 21 days of such termination, the Sub-contractor / Vendor shall carry
out and complete his obligations under this Warranty and shall enter into a novation
agreement with the Employer and the Contractor in which the Sub-contractor will
undertake inter alia to perform the Sub-contract and be bound by its terms and
conditions as if the Employer had originally been named as a contracting party in place
of the Contractor. The said novation agreement will be in such form as the Employer
may reasonably require.
(2) In the event that the Employer does not require the Sub-contractor / Vendor to enter
into a novation agreement as required by Sub-clause 5 (1), the Sub-contractor shall
have no claim whatsoever against the Employer for any damage, loss or expense
howsoever arising out of or in connection with this Warranty.
295
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
property right is vested in anyone other than the Sub-contractor / Vendor, the Sub-
contractor shall use best endeavours to procure that the beneficial owner thereof
shall grant a like licence to the Employer. For the avoidance of doubt, any such licence
granted shall not be determined if the Sub-contractor / Vendor shall for any reason
cease to be employed in connection with the Sub-contract Works.
7. In the event of any ambiguity or conflict between the terms of the Sub-contract and
this Warranty, the terms of this Warranty shall prevail.
8. The provisions of this Warranty shall be without prejudice to and shall not be deemed
or construed so as to limit or exclude any rights or remedies which the Employer may
have against the Sub-contractor / Vendor whether in tort or otherwise.
9. Nothing contained in this Warranty shall vary or affect the Sub-contractor's / Vendor’s
rights and obligations under the Sub-contract.
10. The Employer shall be entitled to assign the benefit of this Warranty at any time
without the consent of the Sub-contractor / Vendor being required.
11. All documents arising out of or in connection with this Warranty shall be served:
…………………..
…………………..
12. The Employer and the Sub-contractor / Vendor may change their respective
nominated addresses for service of documents to another address in India but only by
prior written notice to each other. All demands and notices must be in writing.
13. This Warranty shall be governed by and construed according to the laws for the time
being in force in India.
14.
(1) Any dispute or difference of any kind whatsoever between the Employer and the Sub-
contractor / Vendor arising under out of or in connection with this Warranty shall be
296
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
(2) In the event that the Employer is of the opinion that the issues in such a dispute or
difference will or may touch upon or concern a dispute or difference arising under
out of or in connection with the Contract ("the Contract Dispute") then provided that
an arbitrator has not already been appointed pursuant to Clause 14 (1), the Employer
may by notice in writing to the Sub-contractor / Vendor require and the Sub-
contractor / Vendor shall be deemed to have consented to the referral of such dispute
or difference to the arbitrator to whom the Contract Dispute has been or will be
referred.
(3) Save as expressly otherwise provided, the arbitrator shall have full power to open up,
review and revise any decision, opinion, instruction, notice, order, direction,
withholding of approval or consent, determination, certificate, statement of
objection, assessment or valuation by the Engineer or the Contractor relating to the
dispute or difference.
(4) Subject to the foregoing provisions of this clause 14, the Sub-Contractor agrees to
submit to the exclusive jurisdiction of the Courts at Pune, Maharashtra.
IN WITNESS whereof this Warranty has been executed as a deed on the date first before
written
...................................................................
Name:
Designation:
Date of Board resolution authorizing executant to execute this undertaking
Place:
Note: The notarized copy of the board resolution of the Sub-Contractor/vendor must also
accompany this Warranty. In case the Sub-Contractor/vendor is a foreign entity, then such
board resolution should be notarized by a notary in its home country followed by the
consularisation by the Indian Embassy there, or apostilised as per Hague Convention, as
the case may be.
297
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Indemnity Bond
WHEREAS by the agreement (LOA No ........ dated.........) (hereinafter called the said
agreement) the contractor has agreed to “-----------------------------------------------” and whereas
the contractor has applied to the MAHAMETRO that they may be allowed advance on the security
of materials absolutely belonging to them and brought by them to the site of the works covered
under the project of the said agreement for use in the construction of such of the work as they
have under taken to execute at rates fixed for the finished work (inclusive of the cost of
materials and labour and other charges).
AND WHEREAS the MAHAMETRO has agreed to make stage payment to the contractor the total
sum of Rs.------ ------(Rupees ---------------only) for stage payment Bill. The quantities and other
particulars of which are detailed in this bill for the said works signed by the Contractor on
“..................” and MAHAMETRO has reserved to itself option of making any further advances
till date on the security of other materials brought by the contractor to site of the said work.
NOW THIS INDENTURE WITNESS that in pursuance of the said agreement and its consideration
of the sum of Rs. -------------- (Rupees -----------------------only) on or before the execution of
these present amount paid to the contractor by the MAHAMETRO (the receipt where of the
contractor) both hereby acknowledge and of such further Stage payment, if any, as may be
made to him so aforesaid to the contractor do the covenant and agreed with the MAHAMETRO
and declare as follows:
1. That the said sum of Rs. ----------- (Rupees ------------------- only) so Stage Payment by
the MAHAMETRO to the contractors as aforesaid and all or any further sum or sum’s advanced
as aforesaid shall be employed by the contractor in or towards the execution of the said works
and for no other purpose whatsoever.
2. That the Stage Payment detailed in the said running account bill which have been
offered to and accepted by the MAHAMETRO as security are absolutely the contractor’s own
property and free from encumbrances of any kind and the contractor’s shall not make any
application for or receive any further payments on the security of work executed which are not
absolutely his own property and free from encumbrances of any kind the Contractor indemnifies
the MAHAMETRO against all claims on any materials in respect of which any Stage Payment has
been made to him as aforesaid.
3. That the Stage Payment detailed in the said running account bill and all other stage
payments on the security of which further payments or Stage Payment any hereafter be made
as aforesaid (hereinafter called the said materials) shall be used by the contractor solely in the
298
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
execution of the said works in accordance with the directions of the Engineer / MAHAMETRO
and in the terms of the said agreement.
4. That the contractor shall be fully liable for the materials/components and shall make
at his own cost all necessary and adequate arrangement for the proper watch, safe custody and
protection against all risks including, but not limited to acts of the God of the said
materials/components.
a. That if the contractor shall at any time not be able to complete any part of the
Component / equipment as per provision in contract Agreement it shall be considered as the
work being left incomplete by the contractor and action as per the conditions of the contract
shall be taken.
299
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
b. Deduct all or any of the money owning out of the performance security or any sum due
to the contractor under the said agreement.
That in the event of any conflict between the provisions of these presents and the said
agreement the provisions of these presents shall prevail.
This widening shall be co-extensive to the agreement dated ....... between Maharashtra Metro
Rail Corporation Limited, ______. (Client) and .................................... (Contractor).
IN WITNESS where of the said contractor and by the order under the direction of MAHAMETRO
has here set their respective hands the day and years first above written.
300
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
(A) Pursuant to the said activities, [Note 4] are to be manufactured offshore or in India for
subsequent delivery to the Contractor’s premises in Pune, India and held in safe custody by the
Contractor.
(B) Pursuant to the terms of the Contract, the Contractor, as a condition precedent to his
entitlement to receive any payment for items including an element of [Note 4] Contract [ ] to
the Contractor’s premises in Pune, is obliged to provide a Guarantee in the terms hereof for 95
percent of the Payment.
AND WHEREAS we (Insert name and address of scheduled commercial bank based in India) have
agreed to give the Contractor such a Bank Guarantee:
NOW THEREFORE we hereby affirm that we are the Guarantor and responsible to you, on behalf
of the Contractor up to a total of --------- (amount of Guarantee)-------------- (in words), such
sum being payable in the types and proportion of currencies in which the Contract Price is
payable and we hereby unconditionally, irrevocably and without demur undertake to
immediately pay you, upon your first written demand and without cavil or argument any sum
or sums within the limits of ------- (amount of guarantee) as aforesaid without your needing to
prove or to show grounds or reasons for your demand for the sum specified therein.
1. We hereby waive the necessity of your demanding the said debt from the Contractor
before presenting us with the demand.
301
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
302
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
ADDRESS--------------------------------------------------
DATE--------------------------------------------------------
Notes:
1. The stamp papers of appropriate value shall be purchased in the name of the Bank, who
issues the ‘Bank Guarantee’.
2. The Bank Guarantee shall be from a scheduled commercial bank based in India,
acceptable to the Employer.
3. The amount payable under this Guarantee shall be 95 percent of the aggregate of the
installments of the Payment made to the Contractor prior to the date of the written demand
referred to above less the aggregate of any sums in respect of items installed, tested and
certified by the Employer’s Representative (as defined in the Contract) in accordance with the
terms of the Contract.
4. Enter name of the Contract.
303
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
TENDER NO.
P1 Misc-28/2022
PART-III
CONDITIONS OF CONTRACT AND CONTRACT FORMS
SECTION-XI
SHE MANUAL
304
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
LIST OF CONTENTS
PART-II SAFETY
17.0 HOUSEKEEPING 544
Page 305
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
Page 306
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
General Instruction: Maharashtra Metro Rail Corporation Limited /SHE/GI/004 ...................... 636
Topics for First day at work SHE orientation training of Workmen
General Instruction: Maharashtra Metro Rail Corporation Limited /SHE/GI/005 ...................... 638
Page 307
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
ID Card Format
General Instruction: Maharashtra Metro Rail Corporation Limited /SHE/GI/006 ...................... 639
SHE Training details for Managers and Supervisors
General Instruction: Maharashtra Metro Rail Corporation Limited /SHE/GI/007 ...................... 642
SHE Training Matrix
General Instruction: Maharashtra Metro Rail Corporation Limited /SHE/GI/008 ...................... 644
DAYS TO BE OBSERVED FOR CREATING SHE AWARENESS
General Instruction: Maharashtra Metro Rail Corporation Limited /SHE/GI/009 ...................... 646
Minimum Requirements of SHE Communication Posters / Signages / Video
General Instruction: Maharashtra Metro Rail Corporation Limited /SHE/GI/010 ...................... 650
Experts / Agencies for SHE Services
General Instruction: Maharashtra Metro Rail Corporation Limited /SHE/GI/011 ...................... 655
Minimum Lighting Requirements
General Instruction: Maharashtra Metro Rail Corporation Limited /SHE/GI/012 ...................... 657
Warning Traffic Sign
Form No. SF/001 ................................................................................................ 658
FORMATION OF SITE SHE COMMITTEE
Form No. SF/002 ................................................................................................ 660
MINUTES OF SHE COMMITTEE MEETING
Page 308
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
1.1 Scope
1.1.1 This document defines the principal requirements of the Employer on Safety, Health
and Environment (SHE) associated with the Contractor / sub-contractor and any
other agency to be practiced at construction worksites at all time.
1.2 Definition / languages
1.2.1 The Environmental Quality Management Manual (EQM) forms an essential part of the
overall Environmental Protection System employed by Maharashtra Metro Rail
Corporation Limited for the construction of Pune Metro Rail Project.
1.2.2 Definition & Abbreviations
(a) “Environment” means the total surroundings of an organism including water, air
and land and other living creatures.
(b) “Environmental Pollutant” means any solid, liquid or gaseous substance present
in such concentration as may be or tend to be injurious to environment.
(c) “Environmental Pollution” means the presence in the environment of any
environmental pollutant.
(d) “Nuisance” is annoyance, which results from any construction activity that
affects the material comfort and quality of life of the inhabitants of the area
surrounding the construction site.
(e) “Monitoring” is the use of direct or indirect reading field instrumentation to
provide information regarding the levels of pollutants released during
construction.
(f) “Construction Site” is the contract limits for construction. It shall be all the
area within the limits of the work as shown on the Plans. Construction Site shall
also include staging, and debris disposal areas and transportation routes to and
from these areas.
(g) “Noise” is any unwanted sound disturbance of the environment around the area
of construction operations.
(h) “Decibel” is a measure on a logarithmic scale of the magnitude of a particular
quantity (such as sound pressure, sound power) with respect to a standardized
reference quantity.
(i) “A - weighted Noise levels” in Decibels (referenced to 20 micro-Pascal) as
measured with A-weighting network of standard sound level meter, abbreviated
dB (A).
(j) “Energy Equivalent Level (Leq)” is the level of a steady noise which has the same
energy as the fluctuating noise level integrated over the period of measurement.
Lmax is the maximum Noise Level during the period of measurement. L10 and
L90are the percentile exceeding levels of sound which is exceeded 10% and 90%
of the time of measurement.
(k) “Waste” is unwanted surplus substance arising from the application of all
construction operations and any substance or article, which is required to be
disposed.
(l) “Suspended Particulate Matter” is abbreviated as SPM and measured in µg/m3.
(m) “Environmental Quality Management Manual” is abbreviated as EQM.
(n) “Air Monitoring and Control Plan” is abbreviated as AMCP.
Page 309
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
Page 310
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
1.3.1 This document applies to all aspects of the Contractor’s scope of work, including all
aspects conducted by sub-contractors and all other agencies. There shall be no
activity associated to the Contract, which is exempted from the purview of this
document.
Pursuant to Clause 4.4 of the GCC, the Contractor is fully liable for all actions, non-
compliance and negligence by subcontractors, their representatives, employees and
workers, to the same degree as it would be held liable for its own actions, non-compliance
or negligence or that of its own representatives, employees or workers.
(i) Describes the SHE interfaces between Employer and the Contractor
(ii) Details the processes by which the Contractor shall manage SHE issues while
carrying out the work under the Contract.
(iii) Describes by reference, the practices and procedures as given in the
Maharashtra Metro Rail Corporation Limited Project Safety, Health &
Environment Manual for best SHE performance.
1.4.3 These requirements shall be read together with Maharashtra Metro Rail Corporation
Limited’s Project SHE Manual, OHSAS 18001-1999 Occupational Health and Safety
Management System and ISO 14001: 2004 Environmental Management Systems.
Definition of key terms used in these requirements related to OHSAS 18001 & ISO
14001 standards are found in Maharashtra Metro Rail Corporation Limited’s Project
SHE Manual.
COMPLIANCE
Page 311
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
Page 312
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
(xiii) The Contract Labour (Regulation & Abolition) Act 1970 & The Contract Labour
(P&R) (Maharashtra) Rules, 1972
(xiv) The Child Labour (Prohibition & regulation) Act 1986 and Maharashtra Rules
1994
(xv) Environment Protection Act, 1986 and Rules 1986
(xvi) Air (Prevention and control of Pollution) Act, 1981
(xvii) Water (Prevention and Control of Pollution) Act, 1974
(xviii) The Noise Pollution (Regulation & Control) Rules, 2000
(xix) Notification on Control of Noise from Diesel Generator (DG) sets, 2002
(xx) Recycled Plastic Usage Rules, 1998
(xxi) Notification, Central Ground Water Board, Act January 1997
(xxii) The Manufacturing, Storage and Import of Hazardous Chemical Rules, 1989
(xxiii) Chemical Accidents (Emergency Planning, Preparedness and Response) Rules,
1996
(xxiv) The Hazardous Waste (Management, Handling & Trans-boundary Movement)
Rules, 2007
(xxv) Relevant Rules / Guidelines regarding Preservation of Trees
(xxvi) Batteries (Management and Handling) Rules
(xxvii) Fly ash utilization notification, Sept 1999 as amended in August 2003.
(xxviii) Guidelines of Pune Urban Development Authority
(xxix) Guidelines of Maharashtra Pollution Control Board
1.8.3 Workman Compensation Act, 1923 along with allied Rules :- The Contractor shall
ensure that all his employees / workmen are covered under ‘Workmen Compensation
Act’ and shall pay compensation to his workmen as and when the eventuality for the
same arises.
1.8.4 Notwithstanding the above Act/Rules, there is nothing in those to exempt the
Contractor from the purview of any other Act or Rule in Republic of India for the
safety of men and materials.
1.8.5 The Contractor is responsible for the sanitary repatriation of Contractor’s Personnel
in the event of a serious injury or illness. The Contractor will take out the necessary
insurance to cover the cost of the sanitary repatriation of its Contractor’s Personnel.
Page 313
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
3.4.3 The works should be undertaken in accordance with the applicable international
guidelines, standards and specifications on SHE and every contract shall aim to
achieve ISO certifications listed below during the currency of the contract:
1.9.4 The process of certification shall start immediately after the award of the work and
complete within reasonable time. Towards this, the Contractor shall undertake the
required steps including appointment of ISO consultant for obtaining the certification
on Occupational Health and Safety Management System and Environment
Management System.
1.9.5 In case of failure on the part of the Contractor, the Employer at the cost of the
Contractor shall do the same.
(i) A statement of the Contractor’s policy, organisation and arrangements for SHE
including the resources available for the implementation of the same.
(ii) The name(s) and experience of person(s) within the Contractor’s proposed
management who shall be responsible for co-ordinating and monitoring the
Contractor’s SHE performance;
(iii) The number of SHE staffs who shall be employed on the Works, their
responsibilities, authority and line of communication with the proposed
Contractor's agent;
(iv) A statement of the Contractor’s policy and procedures for identifying and
estimating hazards, and the measures for addressing the same;
Page 314
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
(v) A list of SHE hazards anticipated for this Contract and sufficient information to
demonstrate the Contractor’s proposals for achieving effective and efficient
health and safety procedures;
(vi) A description of the SHE training courses and emergency drills which shall be
provided by the Contractor, with an outline of the syllabus to be followed;
(vii) Details of the safety equipment which shall be provided by the Contractor,
including personal protective equipment;
(viii) A statement of the Contractor’s policy and procedures for ensuring that
Contractor's Equipment used on the Project Site are maintained in a safe
condition and are operated in a safe manner;
(ix) A statement of the Contractor’s policy and procedures for ensuring that sub-
contractors comply with the Contractor's safety plan;
(x) A statement of the Contractor’s disciplinary procedures with respect to SHE
related matters, and
(xi) A statement of the Contractor’s procedure for reporting and investigating
accidents, dangerous occurrences or occupational illnesses
1.13 The Contractor shall, from time to time and as necessary are required by the
Employer to produce supplements to the SHE Plan such that it is at all times a
detailed, comprehensive and contemporaneous statement by the Contractor of his
site safety, industrial health and environment obligations, responsibilities, policies
and procedures relating to work on Site. Any and all submissions of supplements to
the SHE Plan shall be made to the Employer in accordance with the agreed
procedures.
1.14 If at any time the SHE plans is, in the Employer’s opinion, insufficient or requires
revision or modification to ensure the security of the Works and the safety of all
workmen upon and visitors to the Site, the Employer may instruct the Contractor to
revise the SHE plans, and the Contractor shall within 7 days submit the revised plan
to the Employer for review.
1.15 Any omissions, inconsistencies and errors in the SHE Plan or the Employer’s
acceptance or rejection of the SHE Plan and/or supplements thereto shall be without
prejudice to the Contractor's obligations with respect to site safety, industrial health
and environment and shall not excuse any failure by the contractor to adopt proper
and recognised safety practices throughout the execution of the Work.
1.16 The Contractor shall adhere to the SHE Plan and shall ensure, as far as practically
possible, that all sub-contractors of all tiers require that contracting parties each
have a copy of the Site SHE Plan and comply with its provisions.
1.17 The details of contents to be covered in the site SHE plans are given in Appendix No.
3.
DESIGNER’S ROLE
1.18 Designer’s role in Safety, Health and Environment
Designer’s primary role includes to minimise the risk to health and safety of those who are
going to construct, maintain, clean, repair, dismantle or demolish the structures and anyone
else like adjoining road users/general public, who might be affected by the work.
1.19 General Philosophy: - When considering health and safety in designer’s work, they
shall be expected to do what is reasonable at the time the design is prepared. It may
be possible for hazards, which cannot be addressed at the feasibility stage to be
looked at during detailed design. In deciding what is reasonably practicable, the risk
Page 315
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
to health and safety produced by a feature of the design has to be weighed against
the cost of excluding the feature. The overall design process does not need to be
dominated by a concern to avoid all risks during the construction phase and
maintenance. However, a judgement has to be made by weighing up one
consideration against another, so the cost is counted not just in financial terms, but
also those of fitness for purpose, aesthetics, build ability or environmental impact.
By applying these principles, it may be possible to make decisions at the design
stage, which will avoid or reduce risks during construction work. In many cases, the
large number of design considerations will allow a number of equally valid design
solutions. What is important is the approach to the solutions of design problems. This
should involve a proper exercise of judgement, which takes account of health and
safety issues.
1.20 Hierarchy of Risk Control
1.20.1 Designers shall need, so far as reasonably practicable, to avoid or reduce risks by
applying a series of steps known as the hierarchy of risk control or principles of
prevention and protection. The steps to be adopted shall include the following:-
(i) consider if the hazard can be prevented from arising so that the risk can be
avoided (e.g., alter the design to avoid the risk);
(ii) if this cannot be achieved, the risk should be combated at source (e.g., ensure
the design details of items to be lifted include attachment points for lifting);
(iii) failing this, priority should be given to measures to control the risk that will
protect all people;
(iv) only as a last resort should measure to control risk by means of personal
protection be assumed (e.g., use of safety harnesses).
1.21 Duty to provide health and safety risks in the drawing itself
1.21.1 In case of situations where the designers have carried out the design work and
concluded that there are risks, which are not reasonably practicable to avoid,
detailed information shall be given about the health and safety risks, which remain.
This information needs to be included with the design to alert others to the risks,
which they cannot reasonably be expected to know. This is essential for the parties
who have to use the design information.
1.21.2 If the designers’ basic design assumptions affect health or safety, or health and
safety risks are not obvious from the standard design document, the designer shall
provide additional information. The information shall include a broad indication of
the assumptions about the precautions for dealing with the risks. The information
will need to be conveyed in a clear manner; it shall be included on drawings, in
written specifications or outline method statements. The level of detail to be
recorded will be determined by the nature of the hazards involved and the associated
level of risk.
1.22 Employer’s approval
1.22.1 Every structure like scaffold, false work, launching girder, earth retaining structures
etc. shall have its design calculations included in the method statements in addition
to health and safety risks. Employers’ designer or his approved proof check
consultants as applicable as per the contract conditions shall approve all these
designs.
1.23 Any non-standard structures like trestles made up of re-bars or structures which are
very old, corroded, repaired for many times etc. for which no design calculations
can be made accurately from any national standards, shall not be allowed to be used
at sites even for short duration.
Page 316
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
1.24 If any of the above-mentioned clauses are not adhered penalty shall be imposed
depending upon the gravity of the unsafe act and or condition
CONTRACTOR SHE ORGANISATION
1.25 Education and Experience
1.25.1 The Contractor shall appoint the required SHE personnel as prescribed in General
Instruction Maharashtra Metro Rail Corporation Limited /SHE/GI/001 (enclosed at
the end) based upon the statutory requirement and establish the safety organisation
based upon the Contract value. The minimum educational qualification & the work
experience are given in General Instruction Maharashtra Metro Rail Corporation
Limited /SHE/GI/002.
1.25.2 In order to effectively interact on labour welfare matters with the Employer and the
statutory authorities enforcing the labour welfare legislations every Contractor shall
employ a full time Labour Welfare Officer duly qualified and experienced as per
Clause 6.1.1.
1.26 Conduct and competency
1.26.1 The conduct and functioning of the Contractor SHE personnel shall be monitored by
the Employer. Any default or deficiency shall attract penalty as per details given
under penalty Clause 56.0 of this document.
1.26.2 All Contractors Personnel are made aware and acknowledge their understanding of
the rules of procedure and the associated provisions. Rules of procedure document
are initialled by all contractors Personnel prior to the start of any physical work at
any Project site.
1.26.3 The rules of procedure include a list of acts considered as serious misconduct and
which must result in dismissal from any Project Area by the Contractor, or by the
Engineer if the contractor is not acting in due course, should a contractor’s Personnel
repeatedly commit an offence of serious misconduct despite awareness of the rules
of procedure, and this is without prejudice to any legal action by any public authority
for non-compliance with applicable regulations
a) Drunkenness during working hours, leading to risks for the safety of local
inhabitants, customers, users and personnel.
b) Punishable statements or attitudes, and sexual harassment in particular.
c) Violent behaviour.
d) Intentional damage to the assets and interests of others, or the environment.
e) Repeated negligence or impudence leading to damage or prejudice to the
environment, the population or properties, particularly breaching provisions
intended to prevent the spreading of STD and AIDS.
f) Drug use
g) Possession and /or consumption of meat or any other part of an endangered
animal or plant as defined in the Washington convention (CITES) and National
Regulation.
Serious misconduct such as organization of sex trade (pimping) committing paedophile,
physical aggression, drug trafficking, deliberate and severe pollution, trading and /or
trafficking in all or part of protected species, shall lead to immediate dismissal as of the
first report of misconduct is detected, in application of the rules of procedure and labour
laws.
The contractor establishes a record for each case of serious misconduct and a copy will be
provided to the contractors Personnel in question indicating all action taken to terminate
the misconduct by the Contractor’s personnel. This record will be shared with the Engineer.
Page 317
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
Any person suspected by the engineer to be under the influence of alcohol or controlled
substance on any Project Area is immediately suspended from his position by the Contractor,
pending the results of medical tests.
Page 318
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
1.26.4 The Contractor shall ensure that all personnel are competent to perform the job
assigned to them. In the event that the Contractor is unable to demonstrate the
competency of any person whose activities can directly impact on the Works’ SHE
performance, the Employer shall remove that person from the site without any
procedural formalities.
1.27 Approval from Employer
1.27.1 The name, address, educational qualification, work experience and health condition
of each personnel deployed for SHE jobs shall be submitted to the Employer in the
format prescribed for the purpose for comments and approval well before the start
of the work. Only on approval by the Employer these personnel are authorised to
work. In case any of the SHE personnel leaves the Contractor the same shall be
intimated to the Employer. The Contractor shall recruit new personnel and fill up
the vacancy.
1.28 Responsibility of SHE personnel
1.28.1 For all works carried out by the Contractor and his sub-contractors, the responsibility
of ensuring the required SHE manpower lies with the main Contractor only. The
minimum required manpower indicated by the Employer includes the sub-
contractors’ work also. It shall be the responsibility of the main Contractor to provide
required SHE manpower for all the works executed by all Contractors. Necessary
conditions shall be included in all sub-contract documents executed by the main
Contractor.
1.29 Employment status of SHE personnel
1.29.1 No Contractor shall engage SHE manpower from any outsourcing agencies in which
case the effectiveness would be lost. All SHE manpower shall be on the payroll of
the main Contractor only and not on the payroll of any subcontractor or outsourcing
manpower agencies etc. This condition does not apply to positions like traffic
marshals who are engaged almost on a daily requirement basis.
1.30 Reporting of SHE personnel
1.30.1 All SHE personnel are to report to the Chief SHE Manager who shall report directly
to the Chief Project Manager. The Employer shall monitor adherence to this
procedure at all times. In case of non-adherence penalty shall be levied as indicated
in the penalty clause.
1.31 Inadequate SHE personnel
1.31.1 In case if the Contractor fail to provide the minimum required manpower as
illustrated in General Instruction Maharashtra Metro Rail Corporation Limited
/SHE/GI/001 or fail to fill up vacancies created within 14 days, the same shall be
provided by the Employer at Contractor’s cost. Any administrative expenses
involved, providing the same like as paper advertisement or manpower consultant
charges, etc shall also be at the cost of Contractor.
1.32 Prohibition of performance of other duties
1.32.1 As per Schedule VIII of BOCWR, no SHE personnel shall be required or permitted to
do any work which is unconnected to, inconsistent with or detrimental to the
performance of the SHE duties for respective category mentioned in General
Information Maharashtra Metro Rail Corporation Limited / SHE / GI / 001
1.33 Facilities to be provided to SHE personnel
1.33.1 As per Schedule VIII of BOCWR, the Contractor shall provide all SHE personnel with
such facilities, equipment and information that are necessary to enable him to
dispatch his duties effectively.
Page 319
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
Page 320
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
1.38 Construction SHE Committee meeting shall be conducted at least once in a week
with the minimum members listed below:
Page 321
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
1.41.1 The Secretary shall circulate the agenda of the meeting at least seven working days
in advance of the scheduled date of the meeting to all members.
1.41.2 The agenda should broadly cover the following:
(i) Confirmation of minutes
(ii) Chairman’s review/overview of site SHE performance / condition
(iii) Previous month SHE statistics
(iv) Incident and Accident Investigation / dangerous occurrence / near miss
report
(v) Site SHE inspection
(vi) Sub-contractors’ SHE issues
(vii) Safety presentation by Members
(viii) Report from Employer
(ix) Matters arising
(x) Any other business
Page 322
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
1.48 The Contractor shall organise quality SHE training to engage Managers, supervisors
and other personnel in behavioural change and improve safety performance.
1.49 Training sessions are two -fold: introductory sessions for starting work at the Project
Area, and technical training as required in relation to the execution of the works.
(i) Starting work sessions are organised for each Contractor’s Personnel and shall
cover as a minimum
a) Rules of procedure
b) Safety rules on Project Areas.
c) Protection of areas adjacent to Project Area
d) Risks relating to sexually transmitted diseases, prostitution, human trafficking and
sexual
e) Basic health: combating malaria and water borne diseases, improving hygiene.
1.50 The Contractor shall analyse the training requirements for all the employees and
initiate a training program to demonstrate that all persons employed, including
subcontractors, are suitably qualified, competent and fit. This will include:
(i) Orientation training -covering all the trainings mentioned in 9.3 above
(ii) Detailed Job descriptions for all personnel, to include their specific SHE
responsibilities
(iii) Specification of qualifications, competency and training requirements for all
personnel
(iv) Assessment and recording of training needs for all personnel, including
subcontractors’ employees in the workforce, vendor representatives and site
visitors
(v) A system for assessing new hirers e.g. previous training
(vi) A means of confirming that the system is effective
(vii) A matrix and schedule of training requirements, covering general, task–specific
and SHE-related training, showing the training frequency and interval between
refresher courses
(viii) Timely, competent delivery of training courses
1.51 The Contractor shall arrange behavioural-based training programmes for all the
executives to identify, recognise and eliminate unsafe act and unsafe conditions.
1.52 The minimum Employer’s requirement of training needs for various categories of
employees are given in General Instruction Maharashtra Metro Rail Corporation
Limited /SHE/GI/006
1.53 The contents of SHE training to Managers/Supervisors as given in General Instruction
Maharashtra Metro Rail Corporation Limited /SHE/GI/007 shall be conducted.
1.54 The refresher-training programme to all employees shall be conducted once in six
months.
1.55 Toolbox talk as given in the Employer’s Project SHE Manual shall be conducted to all
high-risk workmen every day.
1.56 On-the spot practical skill development training on height safety including scaffold
safety, crane safety, welding safety, electrical safety, traffic safety for marshals
Page 323
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
shall also be conducted to all foremen/ workmen who were associated to the
concerned jobs.
1.57 Every employee including workman shall take safety Oath daily without fail.
1.58 All vehicle drivers including heavy vehicle operators shall be trained on defensive
driving at training institute recognized by Maharashtra State Road Transport
Corporation / Government of Maharashtra, or any other driving institute registered
under Motor Vehicles Act.
1.59 All the above listed training programmes except at Clause 9.11 shall be organised by
the Contractor only after taking approval from the Employer for the training faculty
/ organisation, content and durations.
1.60 In case of failure on the part of the Contractor to provide all the above-mentioned
training programs to all employees in time, the same shall be provided by the
Employer through accredited agencies if required by formulating a common scheme
to all contractors. Any administrative expenses and training fee towards the same
shall be at the cost of the Contractor.
1.61 The Contractor detail in the training programme the actions and ESHS training for
subcontractors and other members of the joint venture when applicable.
Page 324
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
SHE INSPECTION
1.62 The Contractor shall evolve and administer a system of conducting SHE inspections
and other risk management analysis on a periodical basis.
1.63 The purpose of SHE inspection is to identify any variation in construction activities
and operations, machineries, plant and equipment and processes against the SHE
Plan and its supplementary procedures and programs.
1.64 Following SHE inspections program shall be adopted:
1.64.2.2 The list mentioned above is not exhaustive. Contractor may add additional
categories. Contractors’ Site SHE Manager will ensure that a system of routine
inspections is carried out periodically to all plants, equipment, powered tools and
any other temporary structures that will pose a hazard to operators and workmen.
Page 325
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
Specific Inspection
1.64.2.3 Specific inspections are performed on activities without a predetermined date.
Competent supervisors usually perform inspections for ensuring an activity whether
it is executed in accordance to a general set of rules; method statement submitted
or developed procedures.
The following are examples that will be commonly performed as required on the
construction site:
The list mentioned above is not exhaustive. The Contractor shall ensure that a competent
supervisor inspects all high-risk processes and activities.
1.64.3 Other Inspection
Other inspections include the following:
(i) Mandatory Inspections by Labour Department of Government.
(ii) Maharashtra Metro Rail Corporation Limited site SHE management team
1.64.4 The Contractor shall prepare all required safety inspection checklist for all activity
operations and equipment. Checklists will be prepared based on the Indian
standards, rules and regulations and Employer’s requirements. The formats provided
in the Project SHE manual may be referred.
1.64.5 All inspection records and reports will be properly kept and filed for audit purpose.
Inspection reports of Planned General Inspection and Routine Inspection will be used
for discussion during Safety Committee Meetings.
SHE AUDIT
1.65 General
1.65.1 The purpose and scope of SHE audits is to assess potential risk, liabilities and the
degree of compliance of construction Safety, Health & Environmental plan and its
supplementary procedures and programs against applicable and current SHE
legalisation regulations and requirements of the Employer.
1.65.2 Project Manager holds the ultimate responsibility in ensuring implementation of SHE
audit program during the construction work.
1.66 Monthly Audit Rating Score (MARS)
1.66.1 Monthly Audit Rating Score (MARS) will be performed once in a month. A team
consisting of Project Manager and Employer representative based on the pre-
designed score-rating format will conduct it. The details of the pre-designed monthly
audit score rating formats are given in the Project SHE Manual.
1.66.2 This Monthly SHE Audit Rating Score (MARS) report will enable the Employer to
evaluate the general compliance by the Contractor with the Conditions of Contract,
the Employer’s Project SHE Manual and the Contractor’s site specific SHE Plan.
Page 326
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
1.66.3 Monthly Audits will be conducted in accordance with Maharashtra Metro Rail
Corporation Limited Guidelines. The Project Manager accompanied by the
Employer’s Representatives shall carry out the Audit. The Contractor’s senior
manager and SHE in-charge should also be invited to attend.
1.66.4 Timing :- The Monthly Audit Rating Score (MARS) should be conducted at least 7 days
prior to the scheduled date of Monthly SHE Committee meeting.
1.66.5 Evaluation
1.66.5.1 The numerical scoring has been weighed on a 1-10 scale. The audit team will use
their observations noted in evaluating the points to be awarded against each of the
elements of the audited section. Wherever some topics and sub-topics are not
applicable the score rating need not be given. The overall audit ratings shall be
achieved by:
1.66.5.2 The criticality of the required actions for the respective sections of the Audit will
be classified as:
1.66.3 Report :- A copy of each Audit Report will be sent to Employer and to all
subcontractors, with whom it will then be discussed in detail at the Monthly SHE
Committee Meeting in order to ensure that any corrective actions are agreed upon.
1.67 Monthly Electrical Safety Audit
1.67.1 A team comprising of Contractor’s senior SHE (Electrical) engineer and Employer’s
Representative shall conduct monthly electrical safety audit covering the following
and submit the report to Employer:
Page 327
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
(i) Organization
(ii) Communication and Motivation
(iii) Time office
(iv) Inspection
(v) Emergency preparedness
(vi) Budget allocation
(vii) Education and Training
(viii) Work permit system
1.68.4.2 Technical
Page 328
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
1.68.7 Reporting
1.68.7.1 Audit report shall be prepared and directly sent to the Employer within 7 days of
conducting the audit with a copy to the contractor.
1.68.8 Report contents
Page 329
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
(i) Executing summary: Based on the finalized checklists as written the findings to
the Employer by the audit team members, the audit leader will compile a
concise and accurate summary of observations and findings.
(ii) Introduction: This will contain basic information regarding the facilities or
organization audited, the specific audit dates (inclusion of those for preparation
and post-audit activities).
(iii) Principal positive findings: This will contain the summary of positive aspects as
observed by the auditors. It will also contain highlights of those issue, which may
warrant dissemination as best practice regarding methodology used or
achievement.
(iv) Audit Findings: All audit findings as detailed in the audit checklists shall be
grouped together as priority 1 and 2 as detailed below in a separate listing.
1.70 The Contractor shall also observe important days as listed in General Instruction
Maharashtra Metro Rail Corporation Limited /SHE/GI/008and printing and displaying
safety signage and posters as listed in General Instruction Maharashtra Metro Rail
Corporation Limited /SHE/GI/009
1.71 The list indicated are the minimum requirements of the Employer and the Contractor
is encouraged to further the SHE communication activities by formulating suitable
Page 330
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
reward schemes for safety performers and any other activities, which deem fit for
the purpose.
SHE SUBMITTALS TO THE EMPLOYER
1.72 The Contractor’s SHE management should send the following reports to the Employer
periodically:
(i) Daily Reporting of total number of workmen (as given in Clause 13.2)
(ii) Monthly SHE Report (as given in Clause 13.3)
(iii) SHE Committee Meeting Minutes (as given in Clause 7.9.1)
(iv) SHE Inspection Reports
(v) SHE Audit Reports
a. Monthly Audit Rating Score (MARS) report
b. External SHE Audit
c. Electrical Safety Audit
(vi) Air and Noise Quality monitoring report
Page 331
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
(i) A person trips over an object and falls to the ground but did not get injured
(ii) A person has to dive or jump out of the way to avoid a collision with a motorized
vehicle, a moving object like a suspended part on a conveyor or from an
uncontrolled suspended load;
(iii) A person has to jump from a falling ladder;
(iv) An object with significant mass falls from a distance of sufficient height that
would cause injury to a person if they were struck;
(v) A machine part becomes a projectile;
(vi) A person works on a piece of equipment that he/EHS believes is de-energized
and that equipment starts up putting that person in jeopardy;
(vii) A low speed collision occurs, and an occupant of that vehicle is not wearing a
seat belt and is not injured.
(viii) Stored energy unexpectedly releases which could cause injury if a person were
struck or contacted, e.g. a high-tension spring (like your garage door spring)
breaks or a pocket of steam releases;
(ix) Any steps of the vessel entry procedure are omitted in a vessel entry;
(x) Any emergency equipment (fire extinguisher, Scott Air Pack, Oxygen sensor,
eye wash, etc) fails to operate properly when called on in an emergency.
If Protective Equipment is called for and worn and it prevents an injury, then in this case it
would not be a near miss. As an example, a mechanic is wearing a hard hat in a barricaded
area where hard hats must be worn and a 100gram bolt falls from a height of 2 meters and
Page 332
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
strikes his hard hat and no injury occurs. That would not be a near miss. But if he were not
wearing a hardhat and the bolt falls a meter away, then it would be a near miss.
1.76.4 Where any accident causing disablement that subsequently results in death, notice
in writing of such death, shall be sent to the authorities mentioned in Clause 14.2.1
and 14.2.2 above within 72 hours of such death.
1.76.5 Reporting of dangerous occurrences
1.76.5.1 The following classes of dangerous occurrences shall be reported to the Inspector
having jurisdiction, whether or not any disablement or death caused to the worker,
namely:
Page 333
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
1.76.6 In case of failure of launching girder, lifting appliance, loose gear, hoist or building
and other construction work, machinery and transport equipment at a construction
site, such appliances, gear, hoist, machinery or equipment and the site of such
occurrence shall, as far as practicable, be kept undisturbed until inspected by the
Authorities;
1.76.7 Every notice given for fatal accidents or dangerous occurrences shall be followed by
a written report to the concerned Authorities under Section 39 of BOCWA and the
Director General in the specified Form XIV of BOCWR.
1.77 Accident investigation
1.77.1 General
1.77.1.1 Investigations should be conducted in an open and positive atmosphere that
encourages the witnesses to talk freely. The primary objective is to ascertain the
facts with a view to prevent future and possibly more serious occurrences.
1.77.1.2 Accidents and Dangerous Occurrences which result in death, serious injury or
serious damage must be investigated by the Contractor immediately to find out the
cause of the accident/occurrence so that measures can be formulated to prevent
any recurrence.
1.77.1.3 Near misses and minor accidents should also be investigated by the Contractor as
soon as possible as they are signals that there are inadequacies in the safety
management system.
1.77.2 Procedure of incident investigation
1.77.2.1 It is important after any accident or dangerous occurrence that information relating
to the incident is gathered in an organised way. The following steps shall be
followed:
(a) take photographs and make sketches
(b) examine involved equipment, workplace or material and the environmental
conditions
(c) interview the injured, eye-witnesses and other involved parties
(d) consult expert opinion where necessary
(e) identify the specific Contractor or sub-contractor involved.
1.77.2.2 Having gathered information, it is then necessary to make an analysis of incident
(a) establish the chain of events leading to the accident or incident
Page 334
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
1.78.1 In case of fatal / dangerous occurrence the Employer shall also conduct independent
investigation. Contractor and his staff shall extend necessary co-operation and
testify about the accident.
1.78.2 The Contractor shall take every effort to preserve the scene of accident till the
Employer completes the investigation.
1.78.3 All persons summoned by the Employer in connection to witness recording shall obey
the instructions without delay. Any wilful suppression of information by any person
shall be removed from the site immediately and / or punishable as per relevant
penalty clause.
EMERGENCY PREPAREDNESS PLAN
1.79 The Contractor shall prepare as required under Rule 36 of BOCWR, an Emergency
Response Plan for all work sites as a part of the Contractor SHE Plan. The plan shall
integrate the emergency response plans of the Contractor and all other
subcontractors. The Emergency Response Plan shall detail the Contractor’s
procedures, including detailed communications arrangements, for dealing with all
emergencies that could affect the Site. This include where applicable, injury,
sickness, evacuation, fire, chemical spillage, severe weather and rescue.
1.80 The Contractor shall ensure that an Emergency Response Plan is prepared to deal
with emergencies arising out of:
Page 335
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
numbers and addresses for quick communication shall be adequately publicized &
conspicuously displayed in the workplace.
1.83 Contractors shall require to tie-up with the hospitals and fire stations located in the
neighbourhood for attending to the casualties promptly and emergency vehicle kept
on standby duty during the working hours for the purpose.
1.84 Contractor shall conduct an onsite emergency mock drill once in every month for all
his workers and his subcontractor’s workers.
1.85 It shall be the responsibility of the Contractor to keep the Local Law & Order
Authorities informed and seek urgent help, as the case may be, so as to mitigate the
consequences of an emergency. Prompt communication to Maharashtra Metro Rail
Corporation Limited, telephonically initially and followed by a written report, shall
be made by the Contractor.
Page 336
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
HOUSEKEEPING
1.88 Housekeeping is the act of keeping the working environment cleared of all
unnecessary waste, thereby providing a first-line of defence against accidents and
injuries.
1.89 Contractor shall understand and accept that improper housekeeping is the primary
hazard in any construction site and ensure that a high degree of housekeeping is
always maintained. Indeed “Cleanliness is indeed next to Godliness”
1.90 Housekeeping is the responsibility of all site personnel, and line management
commitment shall be demonstrated by the continued efforts of supervising staff
towards this activity.
1.91 General Housekeeping shall be carried out by the Contractor and ensured at all times
at Work Site, Construction Depot, Batching Plant, Labour Camp, Stores, Offices and
toilets / urinals. Towards this the Contractor shall constitute a special group of
housekeeping personnel as per General Instruction Maharashtra Metro Rail
Corporation Limited /SHE/GI/001. This group shall ensure daily cleaning at work sites
& surrounding areas and maintain a register as per the approved format by the
Employer.
1.92 Adequate time shall be assigned to ensure that good housekeeping is maintained.
Team of housekeeping squad shall carry out this.
1.93 The Contractor shall be responsible to provide segregated containers for disposal of
debris at required places and regular cleaning of the same.
1.94 Full height fence, barriers, barricades etc. shall be erected around the site in order
to prevent the surrounding area from excavated soil, rubbish etc, which may cause
inconvenience to and endanger the public. The barricade especially those exposed
to public shall be aesthetically maintained by regular cleaning and painting as
directed by the Employer. These shall be maintained in one line and level.
1.95 The structure dimension of the barricade, material and composition, its colour
scheme, Maharashtra Metro Rail Corporation Limited logo and other details shall be
in accordance with specifications laid down in tender document.
1.96 All stairways, passageways and gangways shall be maintained without any blockages
or obstructions. All emergency exits passageways, exits fire doors, break-glass alarm
points, firefighting equipment, first aid stations, and other emergency stations shall
be kept clean, unobstructed and in good working order.
1.97 Lumber with protruding nails shall be bent or removed and properly stacked.
1.98 All surplus earth and debris are removed/disposed-off from the working areas to
officially designated dumpsites. Trucks carrying sand, earth and any pulverized
materials etc. in order to avoid dust or odour impact shall be covered while moving.
The tyres of the trucks leaving the site shall be cleaned with water, wherever the
possibility of spillage on carriageways meant for regular road traffic exists.
1.99 No parking of trucks/trolleys, cranes and tRailers etc. shall be allowed on roads,
which may obstruct the traffic movement. All truck drivers should generally be
accompanied by a Cleaner.
1.100 Roads shall be kept clear and materials like: pipes, steel, sand boulders, concrete,
chips and brick etc. shall not be allowed on the roads to obstruct free movement of
road traffic.
Page 337
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
1.101 Water logging or bentonite spillage on roads shall not be allowed. If bentonite
spillage is observed on road endangering the safety of road users, the Contractor
shall be penalised as per relevant clause.
1.102 Proper and safe stacking of material are of paramount importance at yards, stores
and such locations where material would be unloaded for future use. The storage
area shall be well laid out with easy access and material stored / stacked in an
orderly and safe manner.
1.103 Unused/surplus cables, steel items and steel scrap lying scattered at different places
within the working areas shall be removed to identified locations(s).
1.104 All wooden scrap, empty wooden cable drums and other combustible packing
materials, shall be removed from work place to identified location(s).
1.105 Empty cement bags and other packaging material shall be properly stacked and
removed.
1.106 The Contractor shall ensure that all his sub-contractors maintain the site reasonably
clean through provisions related to house keeping
WORKING AT HEIGHT/BELOW GROUND
1.107 Definitions
1.107.1 “access” and “egress” include ascent and descent.
1.107.2 “fragile surface” means a surface, which would fail if any reasonably
foreseeable loading were to be applied to it.
1.107.3 “line” includes rope, chain or webbing
1.107.4 “personal fall protection” means:
(i) a fall prevention, work restraint, work positioning, fall arrest or rescue system,
other than a system in which the only safeguards are collective safeguards; or
(ii) rope access and positioning techniques;
1.107.5 "work at height" means:
(i) work in any place, including a place at or below ground level;
(ii) obtaining access to or egress from such place while at work, except by a staircase
in a permanent workplace, where, if protective measures were not taken, a
person could fall a distance liable to cause personal injury;
1.107.6 “work equipment" means any machinery, appliance, apparatus, tool or
installation for use at work (whether exclusively or not) and includes:
(a) a guard-Rail, toe-board, barrier or similar collective means of protection
(b) a working platform
(c) a net, airbag or other collective safe guard for arresting falls
(d) personal fall protection system
(e) ladders
1.107.7 “working platform” means:
(i) any platform used as a place of work or as a means of access to or egress from a
place of work;
(ii) includes any scaffold, suspended scaffold, cradle, mobile platforms, trestle,
gangway, gantry and stairway which is so used.
1.108 Organisation and planning :- The Contractor shall ensure that work at height is:
(i) properly planned for any emergencies and rescue
Page 338
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
(ii) Where it is not reasonably practicable for the work to be carried out in
accordance with sub-paragraph (a), his providing sufficient work equipment for
preventing, so far as is reasonably practicable, a fall occurring.
1.114 Where the measures taken under Clause 18.6 do not eliminate the risk of a fall
occurring, every Contractor shall:
(i) So far as is reasonably practicable, provide sufficient work equipment to
minimise:
a. The distance and consequences; or
b. Where it is not reasonably practicable to minimise the distance, the
consequences, of a fall; and
(ii) Without prejudice to the generality of Clause 18.4, provide such additional
training and instruction or take other additional suitable and sufficient measures
to prevent, so far as is reasonably practicable, any person falling a distance
liable to cause personal injury.
1.115 Selection of ‘work equipment’ for work at height
(i) The Contractor, in selecting work equipment for use in work at height, shall:
a. Give collective protection measures priority over personal protection
measures; and
b. Take account of:
1. The working conditions and the risks to the safety of persons at the place
where the work equipment is to be used;
Page 339
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
2. In the case of work equipment for access and egress, the distance to be
negotiated;
3. The distance and consequences of a potential fall;
4. The duration and frequency of use;
5. The need for easy and timely evacuation and rescue in an emergency; and
6. Any additional risk posed by the use, installation or removal of that work
equipment or by evacuation and rescue from it;
(ii) The Contractor shall select work equipment for work at height which:
a. has characteristics including dimensions which:
1. Are appropriate to the nature of the work to be performed and the
foreseeable loadings; and
2. Allow passage without risk; and
b. Is in other respects the most suitable work equipment, having regard in
particular to the purposes specified in Clause18.5 and 18.6.
Special requirements for using cranes and hoists underground
1. underground hoists must be designed to allow powering of the hoist drum
in both directions so that the brakes are automatically applied upon power
release or failure.
2. Hoist operator must have a closed-circuit voice communication system
with speaker microphone to communicate with individual landing station
3. When sinking shafts 22.8m or less, cages, skips and buckets may swing,
bumper snag against shaft sides must be guided by fenders, Rails, ropes or
a combination. If shaft is greater than 22.8m then hoisted objects must be
rope guided for full length of travel.
1.116 Fragile surfaces
1.116.1 The Contractor shall ensure that no person at work passes across or near, or
working on, from or near, a fragile surface where it is reasonably practicable to carry
out work safely and under appropriate ergonomic conditions without his doing so.
1.116.2 Where it is not reasonably practicable to carry out work safely and under
appropriate ergonomic conditions without passing across or near, or working on, from
or near, a fragile surface, every Contractor shall:
(i) ensure, so far as is reasonably practicable, that suitable and sufficient
platforms, coverings, guard Rails or similar means of support or protection are
provided and used so that any foreseeable loading is supported by such supports
or borne by such protection;
(ii) where a risk of a person at work falling remains despite the measures taken
under the preceding provisions of this regulation, take suitable and sufficient
measures to minimise the distances and consequences of his fall.
1.116.3 Where any person at work may pass across or near, or work on, from or near,
a fragile surface, every Contractor shall ensure that:
(i) prominent warning notices are so far as is reasonably practicable affixed at the
approach to the place where the fragile surface is situated; or
(ii) where that is not reasonably practicable, such persons are made aware of it by
other means.
1.117 Falling objects
Page 340
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
1.117.1 The Contractor shall, where necessary to prevent injury to any person, take
suitable and sufficient steps to prevent, so far as is reasonably practicable, the fall
of any material or object.
1.117.2 where it is not reasonably practicable to comply with the requirements of
Clause18.9, every Contractor shall take suitable and sufficient steps to prevent any
person being struck by any falling material or object which is liable to cause personal
injury.
1.117.3 The Contractor shall ensure that no material or object is thrown or tipped
from height in circumstances where it is liable to cause injury to any person.
1.117.4 Every Contractor shall ensure that materials and objects are stored in such a
way as to prevent risk to any person arising from the collapse, overturning or
unintended movement of such materials or objects.
1.118 Danger areas
1.118.1 Without prejudice to the preceding requirements of these Regulations, every
Contractor shall ensure that,
(i) Where a workplace contains an area in which, owing to the nature of the work,
there is a risk of any person at work;
a. falling a distance; or
b. being struck by a falling object,
Page 341
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
Page 342
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
Page 343
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
Page 344
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
Page 345
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
c. be correctly fitted;
d. be designed to minimise injury to the user and, where necessary, be
adjusted to prevent the user falling or slipping from it, should a fall occur;
and
e. be so designed, installed and used as to prevent unplanned or
uncontrolled movement of the user.
(iii) A personal fall protection system designed for use with an anchor shall be
securely attached to at least one anchor, and each anchor and the means of
attachment thereto shall be suitable and of sufficient strength and stability
for the purpose of supporting any foreseeable loading.
(iv) Suitable and sufficient steps shall be taken to prevent any person falling or
slipping from a personal fall protection system.
(v) All fall protection system should be inspected weekly as a minimum.
1.127 Requirements for Ladders
(i) Every Contractor shall ensure that a ladder is used for work at height only if
a risk assessment has demonstrated that the use of more suitable work
equipment is not justified because of the low risk and
a. The short duration of use; or
b. Existing features on site, which he cannot alter.
(ii) Only metal ladders shall be allowed. Bamboo ladders are prohibited.
(iii) Any surface upon which a ladder rests shall be stable, firm, of sufficient
strength and of suitable composition safely to support the ladder so that its
rungs or steps remain horizontal, and any loading intended to be placed on
it.
(iv) A ladder shall be so positioned as to ensure its stability during use
(v) A suspended ladder shall be attached in a secure manner and so that, with
the exception of a flexible ladder, it cannot be displaced, and swinging is
prevented.
(vi) A portable ladder shall be prevented from slipping during use by:
a. securing the stiles at or near their upper or lower ends;
b. an effective anti-slip or other effective stability device; or
c. any other arrangement of equivalent effectiveness.
(vii) A ladder used for access shall be long enough to protrude sufficiently above
the place of landing to which it provides access, unless other measures have
been taken to ensure a firm handhold.
(viii) No interlocking or extension ladder shall be used unless its sections are
prevented from moving relative to each other while in use.
(ix) A mobile ladder shall be prevented from moving before it is stepped on.
(x) Where a ladder or run of ladders raises a vertical distance of 9 metres or
more above its base, there shall, where reasonably practicable, be provided
at suitable intervals sufficient safe landing areas or rest platforms.
(xi) Every ladder shall be used in such a way that
a. a secure handhold and secure support are always available to the user;
and
Page 346
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
b. the user can maintain a safe handhold when carrying a load unless, in the
case of a step ladder, the maintenance of a handhold is not practicable
when a load is carried, and a risk assessment has demonstrated that the
use of a stepladder is justified because of
1. the low risk; and
2. the short duration of use.
(xii) Ladders should be inspected weekly for any damage or corrosion.
1.128 Detailed requirements for Scaffolding
1.128.1 Scaffold General :- This procedure provides general information about the
competent person, erection, inspection, and use of both welded-frame and tube-
and-coupler scaffolds.
(i) Scaffolds are intended to provide safe working positions at elevations. To
eliminate fall exposures, scaffolds must have complete hand Rails, mid-Rails,
and decking. Do not use fall arrest equipment as a substitute for hand Rails, mid-
Rails, or a complete deck.
(ii) Before erecting scaffolds, consider all nearby or overhead hazardous energy
sources such as electrical, mechanical, pneumatic, thermal, and chemical.
(iii) Welded-frame scaffolds are made of basic prefabricated end frames, cross-
bracing, and frame-connecting devices to hold the parts firmly in place. Tube
and-coupler and system scaffolds are made of various lengths of tubing clamped
together by special patented couplers to support working platforms of various
shapes.
(iv) All complete scaffolds will have a top hand Rail approx. 1.1 meter above the
platform, mid Rail approx. 0.6 meter above the platform & a toe plate 10 cm
tall from the platform.
(v) Do not inter mix scaffold components manufactured by different manufacturers
unless the component parts fit together without force or modification.
(vi) Bamboo components are not permitted on Maharashtra Metro Rail Corporation
Limited Sites.
Competent person: one who is capable of identifying existing and predictable hazards in
the surroundings or working conditions which are unsanitary, hazardous, or dangerous to
employees, & who has authorization to take prompt, corrective measures to eliminate
those.
Page 347
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
(iii) Set scaffold legs on base plates placed on foundations or mudsills that are
adequate for supporting the maximum intended loads. Scaffold boards and
(iv) masonry blocks are not appropriate scaffold foundations. The total load on a
scaffold consists of the sum of the weight of the workers and materials on a
scaffold plus the weight of the scaffold.
(v) Install adjusting screws only between the base plate and the vertical frame
section. Never use adjusting screws together with casters. Do not extend
adjusting screws beyond 12 inches (30 centimetres).
(vi) The position and number of braces used on a scaffold not only restricts the
amount of side movement, but also determines the strength of the scaffold.
Never use cross-braces as substitutes for hand Rails or mid Rails.
(vii) When the height of a scaffold exceeds three times the smallest width of the
base, secure it to the building or structure at every other lift and every 9
meters horizontally. The scaffold should be secured by both ties and braces
to prevent movement Equip scaffold working platforms with hand Rails
approximately one-meter-high, mid Rails, and toe boards, all secured rigidly.
Working platforms should be completely decked with safety planks,
manufactured scaffold decking, or laminated wooden planks.
(viii) To allow access to the working platform of a tubular welded frame scaffold,
the ladder built into the end frames can be used if it has been specifically
designed and constructed by the manufacturer for the purpose of access.
(ix) Employees engaged in erecting or dismantling tubular-welded frame scaffolds
may use the end-frame horizontal members for access provided they are
parallel, level, and are not more than 22 inches apart vertically. Hook-on
attachable ladders shall be installed as soon as scaffold erection has
progressed to a point that permits safe installation and use. Consideration
should be given to breaking the ladder at approximately 6-meter intervals.
Retractable or vertical lifelines should be used for fall protection while
climbing more than 20-feet.
(x) When portable straight or extension ladders are used for access to tube-and
coupler scaffolds, the 4-to-1 slope should be maintained to avoid a horizontal
tube interfering with the use of the ladder.
(xi) Scaffold users should be able to step off the scaffold access ladder directly
onto the working platform. Provide entry gates for scaffolds to eliminate the
need for users to climb over handRails.
(xii) Tag or otherwise identify scaffolds that should not be occupied or that require
particular safety precautions. The tag should indicate special requirements,
the date of erection, and the signature of the competent person.
(xiii) Scaffolds and their components must be capable of supporting, without
failure, at least four times the maximum intended load. Materials should be
evenly distributed on platforms and not concentrated in one small area.
(xiv) During erection of scaffolds, the electrical clearances shall be maintained as
per the tabulation mentioned herein in this document
1.128.3 Scaffold Inspection
(i) A competent person shall visually inspect all components of the scaffold for
defects prior to each shift's use and following any occurrence that could
affect the scaffold's structural integrity. Defective components will be
immediately discarded.
(ii) Before erecting and while dismantling scaffolds, inspect all components.
Scaffold components should be straight and free from bends, kinks, dents,
Page 348
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
Page 349
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
Attach & secure safety harness before stepping on these scaffolds & do not remove until
clear of the scaffold. Tie off to independent lifeline or building structure. One lifeline per
person.
OVERHEAD PROTECTION
1.129 All contractors shall provide overhead protections as per Rule 41 of BOCWR.
1.130 Overhead protection should be erected along the periphery of every building which
is under construction and the building height shall be 15m or above after
construction.
1.131 Overhead protection shall be minimum 2m wide and the outer edge shall be 150mm
higher than the inner edge and an angle not more than 20º to its horizontal sloping
into the building.
1.132 Overhead protection shall not be erected more than a height of 5m from the base of
the building.
1.133 Areas of inadvertent hazard of falling of material shall be guarded or barricaded or
roped-off thereby by the Contractor.
SLIPPING,TRIPPING,CUTTING,DROWNING & FALLING HAZARDS :- As per Rule 42 of BOCWR:
1.134 All places should be free from dust, debris or similar materials.
1.135 Sharp projections or any protruding nails or similar objects shall be suitably guarded
or shall even be avoided to make the place safe to work.
1.136 Contractor shall not allow workmen to work or use platforms, scaffolds/passageways
or any walkways, which has water, or oil or similar substances spilt and has a slipping
hazard, unless it is cleaned off or covered or sanded or saw dusted or make it safe
with any suitable material.
1.137 When workers are exposed to areas where fall into water is possible, the Contractor
shall provide suitable and adequate equipment for saving the workers from drowning
and rescuing from such hazard. If the Employer considers, the Contractor shall
provide well-equipped boat or launch, manned with trained personnel at the work
place.
1.138 Open side or opening where worker, equipment, vehicle or lifting appliance may fall
at a building or outside shall be guarded suitably except in places of free access by
reasons of nature of work.
1.139 Suitable safety net shall be provided at places of material / man falling is possible
in accordance with national standards.
1.140 The collapse of formwork in the construction industry has the potential for severe
injury and death. The four stages of the use of formwork (erection, adjustment,
concrete placement and dismantling) all need to be managed in a risk assessment
framework. Implementing suitable control measures can eliminate or reduce the
potential for events such as the collapse of formwork. Suitable control measures
include:
Page 350
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
(i) the weights, dimensions and lift radii of the heaviest and largest loads
(ii) the maximum lift height, the maximum lift radius and the weight of the loads
that must be handled at each
(iii) the number and frequency of lifts to be made
(iv) how long the crane will be required on site
(v) the type of lifting to be done (for example, is precision placement of loads
important?)
(vi) the type of carrier required (this depends on ground conditions and machine
capacity In its operating quadrants) capacity is normally greatest over the rear,
less over the side, and non-existent over the front
(vii) whether loads will have to be walked or carried
(viii) whether loads will have to be suspended for lengthy periods
(ix) the site conditions, including the ground where the machine will be set up,
access roads and ramps it must travel, space for erection and any obstacles
that might impede access or operation
1.143 The Contractor shall ensure that a valid certificate of fitness issued as per Clause
21.5 is available for all lifting appliances including synchronised mobile jacks, pre-
stressing hydraulic jacks, jacks fitted with launching girders etc. and Employer’s
approval before inducting to the site. Only after obtaining the approval from the
Employer any lifting appliances and gear shall be used.
1.144 The laminated photocopies of fitness certificate issued by competent person, the
Employers’ approval letter, the operators’ photo, manufacturer’s load chart and
competency certificate shall always be either kept in the operator cabin or pasted
on the visible surface of the lifting appliances.
1.145 All lifting appliances and loose gears shall be clearly marked for its safe working load
and identification by stamping or other suitable means.
Page 351
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
1.146 The Contractor shall also maintain a register containing a system of identification of
all tools & tackles, its date of purchase, safe working load, competent person date
of examination etc.
1.147 Test and periodical examination of lifting appliances and gears
1.147.1 All lifting appliances including all parts and gears thereof, whether fixed or
movable shall be thoroughly tested and examined by a competent person once at
least in every six months or after it has undergone any alterations or repairs liable
to affect its strength or stability. Within the validity, if the lifting appliances are
shifted to a new site, re-examination by the same competent person for ensuring its
safety shall also be done.
1.147.2 Contractors can utilise the services of any competent person as defined in
Factories Act, 1948 and approved by Chief Inspector of Factories with the permission
of the Employer.
1.147.3 All alarms and signals like automatic safe load indicators (SLI), boom angle
indicators, boom extension indicators, over lift boom alarm, swing alarm, hydraulic
safety valves, mechanical radius indicators, load moment indicators etc. shall be
periodically examined and maintained always in working condition
1.148 Automatic safe load indicators
1.148.1 As stipulated in relevant Rule of GBOCWR 2003, no lifting appliances gear or
any other material handling appliance is used, if:
(i) the Inspector having jurisdiction is not satisfied with reference to a certification
of test or examination or to an authenticated record maintain as provided under
these rules; and
(ii) in the view of such Inspector, the lifting appliance, lifting gear or any other
material handling appliance is not safe for use in building or other construction
work; and
(iii) no pulley block is used in building or other construction work unless the safe
working load and its identification are clearly marked on such block.
1.148.2 Every lifting appliances and gears like cranes, hydras etc, if so constructed
that the safe working load may be varied by raising or lowering of the jib or otherwise
shall be attached with an automatic indicator of safe working loads approved by
Bureau of Indian standards/ International certifying bodies which gives a warning to
the operator and arrests further movements of the lifting parts.
Page 352
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
Page 353
Maha-Metro/PMRP
1.151.9 No close working to any live overhead power line is permitted without the
operation of a strict Permit to Work.
1.151.10 Minimum lighting is to be ensured at all lifting operations.
1.152 Failure to do any of the above shall attract penalty from the Employer as per relevant
clause
LAUNCHING OPERATION
1.153 As launching operation is one of the riskiest job, the Contractor shall take utmost
precaution at all stages like; planning, establishing casing yard, casting segments,
transporting segments, fabrication and erection of launching girders, launching of
segments, pre-stressing, auto launching of girders and dismantling of launching
girders.
1.154 The Contractor shall prepare a comprehensive Method Statement for the launching
operation, adhering to the SHE conditions laid down in conditions of contract on SHE
and Project SHE Manual. Particular reference shall be made to the provisions on
working at height. As the entire process of launching has to be undertaken at an
elevated level, the safety of workers and the girder is paramount important. The
following general guidelines shall be adhered throughout the launching operation.
(i) Necessary ‘working platforms’ and fall protection anchorage arrangement shall
be provided in the launching girder itself.
(ii) Provisions for mounting light fittings shall also be made available in the
launching girder.
(iii) The casting yard shall be established ensuring the provision given in Clause 38.0
(iv) The workmen engaged in fabrication of reinforcement, concreting the segment
shall be provided with necessary PPEs including compulsory hand protection
gloves.
(v) Casting and curing of segment shall be undertaken under the direct supervision
of the responsible engineer of the Contractor.
(vi) Trucks with valid registration, licence, safe worthiness certificate, Employer’s
approval certificate, and pollution under check certificate shall only be used
for transport of segments.
(vii) All vehicle drivers including heavy vehicle operators shall be trained on
defensive driving at training institute recognized by Maharashtra State Road
Transport Corporation / Government of Maharashtra, or any other driving
institute registered under Motor Vehicles Act.
(viii) Drivers shall also have undergone proper medical examination as per relevant
clause mentioned under ‘Medical Facilities’.
(ix) The segments shall be rigidly secured to the truck with necessary wooden
wedges and necessary red indicators/safety tapes provided so that the vehicle
is clearly seen by other road users both in day / night time. Further, necessary
arrangements / modification should be made in the tRailer and Engineer /
Employer approval shall be obtained before the transportation starts.
(x) Every launching girder shall have a responsible engineer on duty all the time.
(xi) All the time from erection to dismantling the area between the two piers
wherein launching is in progress shall always be barricaded.
Page 354
Maha-Metro/PMRP
1.158 Reverse Horns :- All Vehicles shall be fitted with audible reverse alarms and
maintained in good working condition. Reversing shall be done only when there is
adequate rear-view visibility or under the directions of a banks man
1.159 General operating procedures
(i) Drivers entering site shall be instructed to follow the safe system of work
adopted on site. These shall be verbal instructions or, preferably, written
Page 355
Maha-Metro/PMRP
instructions showing the relevant site rules, the site layout, delivery areas,
speed limits, etc.
(ii) No passengers shall be carried, unless specific seating has been provided in
accordance with the manufacturers’ recommendations.
(iii) Working on gradients beyond any equipment’s capability shall not be allowed.
(iv) Prevention of dumper and dump truck accidents should be managed by
providing wheel stops at a sufficient distance from the edges of excavations,
spoil heaps, pits, etc.
(v) The manufacturer’s recommended bucket size must not be exceeded in
excavators.
(vi) If excavators operating on a gradient which cannot be avoided, it must be
ensured that the working cycle is slowed down, that the bucket is not extended
too far in the downhill direction, and that travel is undertaken with extreme
caution. A large excavator must never be permitted to travel in a confined
area, or around people, without a banks man to guide the driver, who should
have the excavator attachment close in to the machine, with the bucket just
clear of the ground. On wheeled excavators, it is essential that the tyres are
in good condition and correctly inflated. If stabilizing devices are fitted, they
should be employed when the machine is excavating.
(vii) When the front shovel of the 180° backhoe loaders is being employed, the
backhoe attachment shall be in its “travel” position, with the safety locking
device in place.
(viii) When operating the backhoe in poor ground conditions, the stabilisers tend to
sink into the surface of the ground, reducing stability. Therefore, frequent
checks shall be made for the stability of the machine. The loading shovel should
always be lowered to the ground to stabilise the machine when the backhoe is
employed.
(ix) The netting operation of the skip wagons should be carried out prior to lifting
the skip to reduce the risks of working on the rear platform.
(x) If a tractor dozer is employed on clearing scrub or felling trees, it shall be
provided with adequate driver protection.
(xi) When two or more scrapers are working on the same job, a minimum distance
of at least 25m shall be kept between them.
(xii) In case of hydraulic breakers, hydraulic rams & hoses shall be in good working
condition.
1.160 All wood working machines shall be fitted with suitable guards and devices such as
top guard, riving knife, push stick, guards for drive belts and chains, and emergency
stop switch easily accessible by the operator.
1.161 Requirements related to use of Bulldozers
1.161.1 General
(i) Be careful when working near the edge of banks, ditches, cuts or fills, or near
overhanging material. The vibration and weight of the machine may cause the edge
to give way or overhanging material to fall.
(ii) Before starting work, ensure that an observer is present when plant is required to
work in water where the depth may endanger the operator.
Page 356
Maha-Metro/PMRP
(iii) Avoid obstacles such as rocks or logs. If forced to cross them, use extreme caution
and change to the lowest gear.
(iv) Ease up to the balance point and ease down to minimise the jolt on contact with the
other side.
(v) When receiving a wire rope on a drum or through Sheaves, operators should
disengage the master clutch, idle the engine, and lock the brakes.
NOTE: All operators should stop engines before working with ropes wound on front-
mounted drums.
1.161.2 Clearing Operations
(i) When clearing trees, watch out for dead branches in treetops.
(ii) Dozer operators should make sure that all persons are standing clear before pushing
over trees, dozing rocks or rolling logs.
(iii) A long rope should be used to pull over large dead trees. (Make sure in advance
that a falling tree will clear the machine and operator).
(iv) In excavation work, operators should be alert to dangers from overhanging dirt and
rocks. In such cases, dozers should be equipped with the relevant overhead
protection.
Page 357
Maha-Metro/PMRP
Page 358
Maha-Metro/PMRP
(ii) Watch for and avoid other vehicles, personnel and rock outcrops on entering or
leaving the loading area.
(iii) Stay a safe distance from trucks ahead at the loading point and follow the directions
of the signalman or loader operator before moving into the loading position.
(iv) Move off when signalled that loading is complete.
(v) Load material, e.g. timber, so that it does not project beyond the truck body and
present a hazard to other plant, people or structures.
(vi) Where material is to be transported on a public road, maintain a distance of 1.2
metre or more beyond the front or rear of the vehicle, or 150 mm on either side,
shall have a visible red flag or object fastened to the projecting end.
(vii) Unusually wide or long loads require a permit from the Police Department.
(viii) Secure loads at the lowest possible level on the tray with ropes or chains and take
special care when the truck is to travel over rough terrain.
(ix) Truck operators are responsible for giving load placement requirements to crane
operators before loading operations begin.
(x) The load should be placed so that it will remain stable during loading, unloading
and travelling.
1.163.3 Unloading
(i) Lower truck bodies before leaving the dump area.
(ii) Only raise truck bodies to unload materials on surfaces where the vehicle will
remain stable and upright.
(iii) Never raise truck bodies to within a specified distance of overhead power line.
(iv) Take special care when tipping a load or spreading screenings on a road.
(v) With the tray up, trucks are less stable and are more likely to roll over, particularly
on hilly sections or roads with surface irregularities or steep shoulders.
(vi) Check that the raised tray will not foul overhead power lines or telephone wires.
(vii) Never place part of your body under a raised truck body unless the truck body is
securely propped.
1.163.4 Transporting personnel
(i) Trucks shall not be used to transport personnel unless they are specifically designed
to do so.
(ii) Where a bus is employed for the transportation of personnel, the bus shall: -be
enclosed; have seats which are attached to the vehicle; have a safe means of access
and exit; and, have two means of exit in case of emergency.
(iii) Drivers transporting personnel should be alert, dependable and careful.
(iv) Relevant safety rules include: never allow passengers to ride with their arms
outside the vehicle; only start the vehicle after everyone is seated; persons should
only get on or off the vehicle when it is stationary; tools, plant or gear should be
stored in a compartment separate from passengers, i.e. compartments that are
designed for storage and transportation and are separate from where personnel are
seated.
(v) All items stored in this compartment should be secured against movement; and
ensure that exhaust fumes do not enter the passengers' compartment.
1.163.5 Towing
(i) When towing another vehicle, take the following precautions: ensure the towing
cable is undamaged and has a safe working load adequate for the job.
Page 359
Maha-Metro/PMRP
(ii) Slings, straps or chains which are used for towing should not be used for lifting any
gear or materials and should be identified as such, e.g. slings and chains, etc.
should be tagged "not for use in hoisting operations";
(iii) Before reversing, ensure everyone is clear. Get help from a signalman if the rear
view is obstructed;
(iv) Attach the towing cable securely to the machines at the points recommended by
the manufacturer.
(v) If these are not known, ensure fixing points are selected that will not damage the
tow cable or the machine;
(vi) check what brakes are operational on the towed vehicle. There is unlikely to be
any power assistance available for the brake system. Do not rely on parking brakes
as a means of control;
(vii) When moving off, take up the slack carefully. Do not jerk the cable, and keep it
taut to avoid damage;
(viii) keep towing speed down and as constant as possible;
(ix) Keep clear of the area between the towing vehicle and the towed vehicle; & attach
a warning sign on the rear of the towed vehicle or machine which reads "Vehicle
Under Tow".
1.164 Penalty:- If any of the above clauses are not adhered, penalty shall be imposed as
per relevant clause depending upon the gravity of the unsafe act and or condition.
MACHINE AND GENERAL AREA GUARDING
1.165 The Contractor shall ensure at the construction site all motors, cogwheels, chains
and friction gearing, flywheels, shafting, dangerous and moving parts of machinery
are securely fenced or legged. The fencing of dangerous part of machinery is not
removed while such machinery is in motion or in use.
MANUAL LIFTING AND CARRYING OF EXCESSIVE WEIGHT
1.166 The Contractor shall ensure at his construction site of a building or other construction
work that no building worker lifts by hand or carries overhead or over his back or
shoulders any material, article, tool or appliances exceeding in weight as said below
as per Rule 38 of BOCWR, unless aided by another building worker or device.
Adult man 55
Adult woman 30
1.167 No building worker aided by other building worker shall lift or carry weight higher
than or exceeding the sum of total of maximum limits set out for each building
worker separately as mentioned in the table above.
SITE ELECTRICITY
1.168 Competency of Electrical personnel
1.168.1 The Contractor shall employ qualified and competent electrical personnel as
specified in General Instruction Maharashtra Metro Rail Corporation Limited
/SHE/GI/001.
1.169 Assessment of power
Page 360
Maha-Metro/PMRP
1.169.1 The Contractor shall assess the size and location of the electrical loads and
the manner in which they vary with time during the currency of the Contract.
1.169.2 The Contractor shall elaborate as to how the total supply is to be obtained /
generated. The details of the source of electricity, earthing requirement, substation
/ panel boards, distribution system shall be prepared and necessary approval from
Employer obtained before proceeding of the execution of the job.
1.169.3 The main Contractor shall take consideration, the requirements of the sub /
petty contractors’ electric power supply and arrive at the capacity of main source
of power supply from diesel generators.
1.169.4 As the sub / petty contractors’ small capacity generators create more noise
and safety hazard, no small capacity diesel generators shall be allowed for
whatsoever the type of job to be executed under this contract.
1.169.5 If any unsafe noise making small capacity diesel generators are found used by
sub / petty contractors the main contractor shall only be penalised.
1.170 Work on site :- The Contractor shall also submit electrical single line diagram,
schematic diagram and the details of the equipment for all temporary electrical
installation and these diagrams together with the temporary electrical equipment
shall be submitted to the Employer’s for necessary approval. Failure to do so shall
invite penalty as per relevant clause.
1.171 Strength and capability of electrical equipment:- No electrical equipment shall be
put into use where its strength and capability may be exceeded in such a way as may
give rise to danger.
1.172 Adverse or hazardous environments:- Electrical equipment, which may reasonably
foreseeably be exposed to:
(a) Mechanical damage;
(b) the effects of the weather, natural hazards, temperature or pressure;
(c) the effects of wet, dirty, dusty or corrosive conditions; or
(d) any flammable or explosive substance, including dusts, vapours or gases,
shall be of such construction or as necessary protected as to prevent, so far as is reasonably
practicable, danger arising from such exposure.
1.173 Distribution system
1.173.1 The Contractor shall provide distribution system for control and distribution
of electricity from a main AC supply of 50Hz for typical appliances:
(a) Fixed plant – 400V 3 phase
(b) Movable plant fed via tRailing cable over 3.75 kW – 400V, 3 phases
(c) Installation in site buildings – 230V single phase
(d) Fixed flood lighting – 230V single phase
(e) Portable and hand tools – 115V single phase
(f) Site lighting - 115V single phase
(g) Portable hand lamps – 115V single phase
1.174 Electrical protection circuits
Page 361
Maha-Metro/PMRP
If a circuit conductor is connected to earth or to any other reference point, nothing which
might reasonably be expected to give rise to danger by breaking the electrical continuity or
introducing high impedance shall be placed in that conductor unless suitable precautions
are taken to prevent that danger.
1.174.2 Appropriate electrical protection shall be provided for all circuits, against
over load, short circuit and earth fault current.
1.174.3 The Contractor shall provide sufficient ELCBs (maintain sensitivity 30 mA) /
RCCBs for all the equipment’s (including Potable equipment’s), electrical
switchboards, distribution panels etc. to prevent electrical shocks to the workers.
1.174.4 All protection devices shall be capable of interrupting the circuit without
damage to any equipment’s and circuits in case of any fault may occur.
1.174.5 Rating of fuses and circuit breakers used for the protection of circuits should
be coordinate with equipment power ratings.
1.174.6 Protection against lightning shall be ensured to all equipment kept in open at
sites.
1.175 Cables
1.175.1 Cables shall be selected after full consideration of the condition to which
they shall be exposed and the duties for which they are required. Supply cable up to
3.3 kV shall be in accordance with BS 6346.
1.175.2 For supplies to mobile or transportable equipment where operating of the
equipment subjects the cable to flexing, the cable shall conform to any of these
codes BS 6007/BS 6500/BS 7375.
1.175.3 Flexible cords with a conductor cross sectional area smaller than 1.5 mm2
shall not be used and insulated flexible cable shall conform to BS 6500 and BS 7375.
1.175.4 Where low voltage cables are to be used, reference shall be made to BS 7375.
The following standards shall also be referred to particularly for underground cables
BS 6346 and BS 6708
1.175.5 Cables buried directly in the ground shall be of a type incorporating armour
or metal sheath or both. Such cables shall be marked by cable covers or a suitable
marking tape and be buried at a sufficient depth to avoid their being damaged by
any disturbance of the ground. Cable routes shall be marked on the plans kept in the
site electrical register.
1.175.6 Cabling passing under the walk way and across way for transport and mobile
equipment shall be laid in ducts at a minimum depth of 0.6 meters.
1.175.7 Cables that need to cross open areas, or where span of 3m or more are
involved, a catenary wire on poles or other supports shall be provided for convenient
means of suspension. Minimum height shall be 6m above ground.
1.175.8 Cables carrying a voltage to earth in excess of 65V other than supply for
welding process shall have metal armour or sheath, which has been effectively
Page 362
Maha-Metro/PMRP
earthed and monitored by the contractor. In case of flexible and tRailing cables such
earthed metal sheath and/or armour should be in addition to the earth core in the
cable and shall not be used as the protective conductor.
1.175.9 Armoured cables having an over-sheath of polyvinyl chloride (PVC) or an oil
resisting, and flame-retardant compound shall be used whenever there is a risk of
mechanical damage occurring
1.176 Plugs, socket-outlets and couplers
1.176.1 The Contractor shall ensure plugs, socket-outlets, and couplers available in
the construction site as “splash proof” type. The minimum degree of Ingress
Protection should be of IP44 in accordance with BS EN 60529.
1.176.2 Only plugs and fittings of the weatherproof type shall be used, and they
should be colour coded in accordance with the Internationally recognised standards
for example as detailed as follows:
(i) 110 volts: Yellow
(ii) 240 volts: Blue
(iii) 415 volts: Red
1.177 Connections
1.177.1 Every joint and connection in a system shall be mechanically and electrically
suitable for use to prevent danger. Proper cable connectors as per
national/international standards shall only be used to connect cables.
1.177.2 No loose connections or tapped joints shall be allowed anywhere in the work
site, office area, stores and other areas. Penalty as per relevant clause shall be put
in case of observation of any tapped joints.
1.178 Portable and hand-held equipment’s:- The Contractor shall ensure the use of
double insulated or all-insulated portable electrical hand equipment may be used
without earthing (i.e. two core cables), but they shall still be used only on 110V
because of the risk of damage to Railing leads.
1.179 Other equipment’s:
1.179.1 All equipment shall have the provision for major switch/cut-off switch in the
equipment itself.
1.179.2 All non-current carrying metal parts of electrical equipment shall be earthed
through insulated cable
1.179.3 Isolate exposed high-voltage (over 415 Volts) equipment, such as transformer
banks, open switches, & similar equipment with exposed energized parts & prevent
unauthorised access.
1.179.4 Approved perimeter markings shall be used to isolate restricted areas from
designated work areas and entryways and shall be erected before work begins and
maintained for entire duration of work. Approved perimeter marking shall be
installed with either red barrier tape printed with the words "DANGER—HIGH
VOLTAGE" or a barrier of yellow or orange synthetic rope, approximately 1 to 1.5
meter above the floor or work surface.
1.180 Work on or near live conductors:- No person shall be engaged in any work activity
on or so near any live conductor (other than one suitably covered with insulating
material so as to prevent danger) that danger may arise unless:
(a) it is unreasonable in all the circumstances for it to be dead; and
Page 363
Maha-Metro/PMRP
(b) it is reasonable in all the circumstances for him to be at work on or near it while
it is live; and
(c) suitable precautions (including where necessary the provision of suitable
protective equipment) are taken to prevent injury.
1.181 Inspection and Maintenance
1.181.1 All electrical equipment should be permanently numbered, and a record kept
of the date of issue, date of last inspection and recommended inspection period.
1.181.2 Fixed installations shall be inspected at least at three monthly intervals;
routine maintenance being carried out in accordance with equipment manufactures
recommendations.
LIGHTING
1.182 The Contractor shall provide sufficient site lighting, of the right type and at the right
place for it to be properly effective. Lighting ought not to introduce the risk of
electric shock. Therefore, 230V supplies should be used for those fittings, which are
robustly installed, and well out of reach e.g. flood lighting or high-pressure discharge
lamps.
1.183 Selection of Luminaries:- The Contractor shall select the luminaries as per the area
requirement indicated below:
Page 364
Maha-Metro/PMRP
1.184 The Contractor shall ensure that luminaries should always be placed so that no
person is required to work in their own shadow and so that the local light for one
person is not a source of glare for the others. Strongly made clamps should be
available for attaching luminaries to poles and other convenient supports.
1.185 Luminaries should be robust, resistant to corrosion and rain proof especially at the
point of the cable entry.
1.186 The correct type of lamp for each luminary should always be used and when lamps
need to be replaced if shall be in accordance with the supply voltage.
1.187 Lamp holders not fitted with a lamp should be capped off.
1.188 The Contractor shall take every effort to illuminate the work site as per the
Employer’s requirement illustrated in General Instruction Maharashtra Metro Rail
Corporation Limited /SHE/GI/011.
HAND TOOLS AND POWER TOOLS
1.189 General
1.189.1 The Contractor is wholly responsible for the safe condition of tools and
equipment used by his employees and that of his sub-contractors.
1.189.2 Use of short / damaged hand tools shall be avoided and the Contractor shall
ensure all his hand tools used at his worksite are safe to work with or stored and
shall also train his employees (including his sub-contractors) for proper use thereby.
1.189.3 All hand tools and power tools shall be duly inspected before use for safe
operation.
1.189.4 All hand tools and power tools shall have sufficient grip and the design
specification on par with national/international standards on anthropometrics.
1.190 Hand tools
1.190.1 Hand tools shall include saws, chisels, axes and hatches, hammers, hand
planes, screw drivers, crow bars, nail pullers.
1.190.2 The Contractor shall ensure that,
(a) For crosscutting of hardwood, saws with larger teeth points (no. of points per
inch) shall be preferred to avoid the saw jumping out of the job.
(b) Mushroom headed chisels shall not be used in the worksite where the fragments
of the head may cause injury.
(c) Unless hatchet has a striking face, it shall be used as a hammer.
(d) Only knives of retractable blades shall be used in the worksite.
(e) No screwdrivers shall be used for scraping, chiselling or punching holes.
(f) A pilot hole shall always be driven before driving a screw.
(g) Wherever necessary, usage of proper PPEs shall be used by his employees.
1.191 Power tools
1.191.1 Power tools include drills, planes, routers, saws, jackhammers, grinders,
sprayers, chipping hammers, air nozzles and drills.
1.191.2 The Contractor shall ensure that:
(i) Electric tools are properly grounded or / and double insulated.
Page 365
Maha-Metro/PMRP
(ii) GFCIs/ RCCBs shall be used with all portable electric tool operated especially
outdoors or in wet condition.
(iii) Before making any adjustments or changing attachments, his workers shall
disconnect the tool from the power source.
(iv) When operating in confined spaces or for prolonged periods, hearing
protection shall be required. The same shall also apply to working with
equipment’s, which gives out more noise as mentioned in Clause 43.0 of this
document.
(v) Tool is held firmly, and the material is properly secured before turning on the
tool.
(vi) All drills shall have suitable attachments respective of the operations and
powerful for ease of operation.
(vii) When any work / operation need to be performed repeatedly or continuously,
tools specifically designed for that work shall be used. The same is applicable
to detachable tool bit also.
(viii) Size of the drill shall be determined by the maximum opening of the chuck in
case of drill bit.
(ix) Attachments such as speed reducing screwdrivers and buffers shall be
provided to prevent fatigue and undue muscle strain to his workers.
(x) Stock should be clamped or otherwise secured firmly to prevent it from
moving.
(xi) Workers shall never stand on the top of the ladder to drill holes in walls /
ceilings, which can be hazardous, instead standing on the fourth or fifth rung
shall be recommended.
(xii) Electric plane shall not be operated with loose clothing or long scarf or open
jacket.
(xiii) Safety guards used on right angle head or vertical portable grinders must
cover a minimum of 180° of the wheel and the spindle / wheel specifications
shall be checked.
(xiv) All power tools / hand tools shall have guards at their nip points.
(xv) Low profile safety chain shall be used in case of wood working machines and
the saw shall run at high rpm when cutting and also correct chain tension
shall be ensured to avoid “kickback”.
(xvi) Leather aprons and gloves shall be used as an additional personal protection
auxiliary to withstand kickback.
(xvii) Push sticks shall be provided and properly used to hold the job down on the
table while the heels move the stock forward and thus preventing kickbacks.
(xviii) Air pressure is set at a suitable level for air actuated tool or equipment being
used. Before changing or adjusting pneumatic tools, air pressure shall be
turned off.
(xix) Only trained employees shall use explosive actuated tools and the tool shall
also be unloaded when not in use.
(xx) Usage of such explosive actuated tools shall be avoided in case of places
where explosive/flammable vapours or gases may be present.
Page 366
Maha-Metro/PMRP
(xxi) Explosive actuated tools and their explosives shall be stored separately and
be taken out and loaded only before the time of immediate use.
(xxii) Misfired cartridges of explosive actuated tools must be placed in a container
of water and be removed safely from the project.
(xxiii) No worker shall point any power operated / hand tool to any other person
especially during loading / unloading.
Page 367
Maha-Metro/PMRP
Pursuant to SHE Clause 53.11, the Contractor anticipates and plans for the storage
and management of hazardous waste.
Page 368
Maha-Metro/PMRP
Storage areas for dangerous substances are subject to strict rules, which are
regularly checked by the SHE manager appointed. The rules include the following as
a minimum:
a) Access to the storage area is limited to trained and authorised individuals.
b) An inventory is maintained up-to-date.
c) MSDSs must be available for all stored dangerous substances, and the substances
must be clearly labelled.
d) A strict and methodical storage system is implemented (storage plan posted,
large or heavy packaging may not be stored at heights, equipment and tools may
not be stored in the dangerous substance storage room).
e) Compliance with product expiry dates and implementation of a disposal
procedure for substances which are not needed, or which have expired.
f) Entrances, exits and access to emergency equipment are kept clear at all times.
Storage areas are clearly identified with warning signs at the entrance. The
Contractor displays the storage plan (location of the different products, maximum
inventory), a summary of labelling system and information on chemical
incompatibilities.
Chemicals which could react together (leading to explosions, fire, projections or the
emission of dangerous gases) are physically separated.
Products that react violently with water are stored so as to prevent contact with
water, even in the event of flooding.
Inflammable products are stored separately in a dedicated area with adequate
ventilation at all times.
Buildings used to store large quantities of dangerous substances are isolated from
other buildings to avoid the spreading of fire. Such buildings are constructed using
solid and non-combustible building materials and are equipped with evacuation
systems and the appropriate firefighting equipment. Access to the buildings is clear,
allowing for rapid evacuation in the event of an accident. The electrical systems are
reduced to the essential minimum, and access points are equipped with adequate
lighting (300 lux).
All storage areas are equipped with secondary retentions. Each storage area acts as
a general secondary retention. Suitable absorbents (neutralising and non-
combustible) are available in the storage area to clean up any spills and leaks.
The Contractor maintains the storage area at a suitable temperature for dangerous
substances to prevent overpressure and bursting of containers.
1.211 The Contractor shall ensure that construction site is provided with fire extinguishing
equipment sufficient to extinguish any probable fire at construction site. An
adequate water supply is provided at ample pressure as per national standard.
Page 369
Maha-Metro/PMRP
1.212 Recharging of fire extinguishers and their proper maintenance should be ensured and
as a minimum should meet Indian National Standards
1.213 All drivers of vehicles, foreman, supervisors and managers shall be trained on
operating the fire extinguishers and fire-fighting equipment.
1.214 As per the GBOCW Rules 2003, all lifting appliances’ driver cabin should be provided
with a suitable portable fire extinguisher.
1.215 Combustible scrap and other construction debris should be disposed-off site on a
regular basis. If scrap is to be burnt on site, the burning site should be specified and
located at a distance no less than 12 metres from any construction work or any other
combustible material.
1.216 Every fire, including those extinguished by Contractor personnel, shall be reported
to the Employer representatives.
1.217 Emergency plans and Fire Evacuation plans shall be prepared and issued. Mock drills
should be held on a regular basis to ensure the effectiveness of the arrangements
and as a part of the programme, the Telephone Number of the local fire brigade
should be prominently displayed near each telephone on site.
CORROSIVE SUBSTANCES: - As per BOCWR Rule 44, corrosive substances including alkalis
and acids shall be stored and used by a person dealing with such substances at a
building / construction site in a manner that it does not endanger the building worker
and suitable PPE shall be provided by the Contractor to the worker during such
handling and work. In case of spillage of such substances on building worker, the
Contractor shall take immediate remedial measures.
DEMOLITION
1.218 The Contractor shall ensure that:
(i) all demolition works be carried out in a controlled manner under the
management of experienced and competent supervision.
(ii) the concerned department of the Government or local authority be informed,
and permission obtained wherever required. Media shall also be informed
regarding this concern.
(iii) all glass or similar materials or articles in exterior openings are removed before
commencing any demolition work and all water, steam, electric, gas and other
similar supply lines are put-off and such lines so located or capped with
substantial coverings so as to protect it from damage and to afford safety to the
building workers and public.
(iv) examine the walls of all structures adjacent to the structure to be demolished
to determine thickness, method of support to such adjacent structures
(v) no demolishing work be performed if the adjacent structure seems to be unsafe
unless and until remedial measures life sheet piling, shoring, bracing or similar
means be ensured for safety and stability for adjacent structure from collapsing.
(vi) debris / bricks and other materials or articles shall be removed by means of:
a. chutes
b. buckets or hoists
c. through openings through floors or
Page 370
Maha-Metro/PMRP
(vii) no person other than building workers or other persons essential to the
operation of demolition work shall be permitted to enter a zone of demolition
and the area be provided with substantial barricades.
1.219 Damages to people and property.
3.2.1 Pursuant to Clauses 4.14 and 17.1 of the GCC, the Contractor is responsible for damages to
people and property caused by the execution of the works or the procedures used for
execution.
3.2.2 The Engineer is informed of any damage caused to people, or the property of individuals,
other than the Contractor’s personnel, within 6 hours of the event, regardless of the value
of the prejudice.
3.2.3 Housing existing before the start of the works, located within a minimum radius of 800 m
around the perimeter of the quarries and within a minimum radius of 500 m around the
other Worksites that will be subject to blasting, will be examined by a bailiff unless agreed
upon otherwise with the Engineer.
3.2.4 The bailiff’s sworn statement is prepared and provided to the Engineer with the
SEPP.
3.2.5 Should any problems be detected due to the intensity of blasting, the Engineer is entitled
to request that the Contractor carry out seismic measurements of the intensity of the
vibrations induced by the blasting, at variable distances from the blasting points, under the
supervision of the Engineer, and at the cost of the Contractor.
EXCAVATION
1.220 Excavation: The Contractor shall ensure:
(i) where any construction building worker engaged in excavation is exposed to
hazard of falling or sliding material or article from any bank or side of such
excavation which is more than one 1.5 m above his footing, such worker is
protected by adequate piling and bracing against such bank or side.
(ii) where banks of an excavation are undercut, adequate shoring is provided to
support the material or article overhanging such bank.
(iii) excavated material is not stored at least 0.65 m from the edge of an open
excavation or trench and banks of such excavation or trench are stripped of loose
rocks and the banks of such excavation or trench are stripped of loose rocks and
other materials which may slide, roll or fall upon a construction building worker
working below such bank.
Page 371
Maha-Metro/PMRP
(iv) metal ladders and staircases or ramps are provided, as the case may be, for safe
access to and egress from excavation where, the depth of such excavation
exceeds 1.5 m and such ladders, staircases or ramps comply with the IS 3696
Part 1&2 and other relevant national standards.
(v) trench and excavation are protected against falling of a person by suitable
measures if the depth of such trench or excavation exceeds 1.5 m and such
protection is an improved protection in accordance with the design and drawing
of a professional engineer, where such depth exceeds 4m.
1.221 Piling
1.221.1 General Precautions
There are certain hazards which are common to all types of piling, and the following
precautions are necessary:
(i) prior to piling, all underground services should be located and made safe. A check
should be made to ensure there are no cellars, underground water courses or ground
conditions which might cause hazards; there should be a firm level base for the
crane, or crane mats provided;
(ii) when working on piling operations one must wear a safety helmet, and ear and eye
protection where necessary;
(iii) All cranes, lifting appliances and lifting gear must have appropriate certificates of
testing and thorough examination, and should be large enough for the job;
(iv) particular attention should be paid to the risk of damage to lifting gear from sharp
edges;
(v) Cranes used for raising or lowering workers must be fitted with a dead man’s handle
and lowering should be done under power; you must be carried in properly
constructed cages which cannot spin or tip;
(vi) piling contractors should be asked to provide a written method statement setting out
the precautions relevant to the type of piling they are to employ;
(vii) Induction training and information for you as supervisor or operative should be
specifically related to the method statement.
1.221.2 Bored Piles: - Workers may need to enter a borehole for inspection or for
clearing out in undercuts, and there are certain precautions which must be taken
prior to entry:
(i) the borehole should be at least 75 cm in diameter;
(ii) the borehole should be treated as a confined space and the precautions which are
advised elsewhere to ensure a satisfactory atmosphere must be closely followed;
(iii) waste material from the borehole should be kept clear of the borehole;
(iv) Descent into a borehole should be in properly designed skips, chains or cages fitted
with an anti-spin device. The power source of the lifting appliance should be kept
running throughout the time someone is underground;
(v) while a worker is working down a borehole he/she must wear a safety harness;
(vi) all workers concerned must be trained and competent in rescue from deep
boreholes, and emergency rescue drills should be carried out at regular intervals;
(vii) A banksman who can see workers in the borehole should be present at all times;
(viii) There must be adequate lighting at safe reduced voltage and a means of
communication from the borehole.
(ix) Wherever possible, the need for workers to enter pile boreholes should be avoided
by the use of television cameras and other techniques for remote inspection.
Page 372
Maha-Metro/PMRP
1.222 Warning signs and notices:- The Contractor shall ensure that:
(i) suitable warning signs or notices, required for the safety of building workers
carrying out the work of an excavation, shall be displayed or erected at
conspicuous places in Hindi and in a language understood by majority of such
building workers at such building such excavation work.
(ii) such warning signs and notices with regard to compressed air working shall
include
a. the danger involved in such compressed air work
b. fire and explosion hazard
c. the emergency procedures for rescue from such danger or hazards.
WORK PERMIT SYSTEM
1.223 The Contractor shall develop a Work Permit system, which is a formal written system
used to control certain types of work that are potentially hazardous. A work permit
is a document, which specifies the work to be done, and the precautions to be taken.
Work Permits form an essential part of safe systems of work for many construction
activities. They allow work to start only after safe procedures have been defined and
they provide a clear record that all foreseeable hazards have been considered.
Permits to Work are usually required in high-risk areas as identified by the Risk
Assessments.
1.224 A permit is needed when construction work can only be carried out if normal
safeguards are dropped or when new hazards are introduced by the work. Examples
of high-risk activities include but are not limited to:
(i) Entry into confined spaces
(ii) Work in close proximity to overhead power lines and telecommunication
cables.
(iii) Hot work
(iv) To dig where underground services may be located
(v) Work with heavy moving machinery
(vi) Working on electrical equipment
(vii) Work with radioactive isotopes
(viii) Heavy lifting operations and lifting operations closer to live power line
1.225 The permit-to-work system should be fully documented, laying down:
(i) How the system works;
(ii) The jobs it is to be used for;
(iii) The responsibilities and training of those involved; and
(iv) How to check its operation;
1.226 A Work Permit authorisation form shall be completed with the maximum duration
period not exceeding 12 hours.
1.227 A copy of each Permit-to-Work shall be displayed, during its validity, in a conspicuous
location in close proximity to the actual works location to which it applies.
TRAFFIC MANAGEMENT
Page 373
Maha-Metro/PMRP
1.228 The basic objective of the following guidelines is to lay down procedures to be
adopted by Contractor to ensure the safe and efficient movement of traffic and also
to ensure the safety of workmen at construction sites.
1.229 All construction workers should be provided with high visibility jackets with
reflective tapes as most of viaduct and station works or either above or under right-
of-way. The complicity of workmen at all times shall be increased so as to protect
from speeding vehicular traffic.
1.230 The guiding principles to be adopted for safety in construction zone are to:
(i) Warn the road user clearly and sufficiently in advance.
(ii) Provide safe and clearly marked lanes for guiding road users.
(iii) Provide safe and clearly marked buffer and work zones
(iv) Provide adequate measures that control driver behaviour through
construction zones.
1.231 Legal permission
1.231.1 In all cases, the Contractor shall employ proper precautions. Wherever
operations undertaken are likely to interfere with public traffic, specific traffic
management plans shall be drawn up and implemented by the Contractor in
consultation with the approval of local police authorities and/or the concerned
metropolitan/civil authorities as the case may be.
1.231.2 Such traffic management plans shall include provision for traffic diversion
and selection of alternative routes for transport of equipment. If necessary, the
Contractor shall carry out road widening before commencement of works to
accommodate the extra load.
1.232 The primary traffic control devices used in work zones shall include signs,
delineators, barricades, cones, pylons, pavement markings and flashing lights.
1.233 The road construction and maintenance signs which fall into the same three major
categories as do other traffic signs, that are Regulatory Signs, Warning Signs and
Direction (or guidelines) Signs shall only be used. The IRC: 67 (Code of Practice for
Road Signs) provide a list of traffic signs. The size, colours and placement of sign
shall confirm to IRC: 67.
1.234 Regulatory signs :- Regulatory signs impose legal restriction on all traffic. It is
essential, therefore, that they are used only after consulting the local police and
traffic authorities.
1.235 Warning signs
1.235.1 Warning signs in the traffic control zone shall be utilised to warn the drivers
of specific hazards that may be encountered.
1.235.2 The Contractor shall place detour signage at strategic locations and install
appropriate warning signs. In order to minimize disruption of access to residences
and business, the Contractor shall maintain at least one entrance to a property where
multiple entrances exist.
1.235.3 A warning sign as given in General Instruction Maharashtra Metro Rail
Corporation Limited /SHE/GI/012 shall be installed at all secondary road which
merges with the primary road where the construction work is in progress at sufficient
distance before it merges with the primary road so as to alert the road users
regarding the ‘Metro Work in Progress’.
Page 374
Maha-Metro/PMRP
1.235.4 Materials hanging over / protruded from the chassis / body of any vehicle
especially during material handling shall be indicated by red indicator (red light/flag)
to indicate the caution to the road users.
1.236 Delineators :- The delineators are the elements of a total system of traffic control
and have two distinct purposes:
(i) To delineate and guide the driver to and along a safe path
(ii) As a taper to move traffic from one lane to another.
1.236.1 These channelizing devices such as cones, traffic cylinders, tapes and drums
shall be placed in or adjacent to the roadway to control the flow of traffic. These
should normally be retro-reflectors complying with IRC: 79 - Recommended Practice
for Road Delineators.
1.236.2 Traffic cones and cylinders :- Traffic cones of 500mm, 750mm and 1000mm
high and 300mm to 500mm in diameter or in square shape at base and are often
made of plastic or rubber and normally have retro-reflectorized red and white band
shall be used wherever required.
1.236.3 Drums :- Drums about 800mm to 1000mm high and 300mm in diameter can
be used either as channelizing or warning devices. These are highly visible, give the
appearance of being formidable objects and therefore command the respect of
drivers.
1.236.4 Barricades
(i) Full height fence, barriers, barricades etc. shall be erected around the site
in order to prevent the working area from the risk of accidents due to speedy
vehicular movement. Same the way barricades protect the road users from
the danger due to construction equipment and other temporary structures.
(ii) The structure dimension of the barricade, material and composition, its
colour scheme, Maharashtra Metro Rail Corporation Limited logo & other
details shall be in accordance with specifications laid down in tender
document.
(iii) All barricades shall be erected as per the design requirements of the
Employer, numbered, painted and maintained in good condition and also
Barricade in-charge maintains a barricade register in site.
(iv) All barricades shall be conspicuously seen in the dark/night time by the road
users so that no vehicle hits the barricade. Complicity shall be ensured by
affixing retro reflective stripes of required size and shape at appropriate
angle at the bottom and middle portion of the barricade at a minimum gap
of 1000mm. In addition, minimum one red light or red-light blinker should be
placed at the top of each barricade.
1.236.5 The Contractor shall ensure that all his construction vehicles plying on public
roads (like dump trucks, tRailers, etc.) have proper license to ply on public roads
from the State Transport Authority. Drivers holding proper valid license as per the
requirements of Motor Vehicles Act shall drive these vehicles.
1.236.6 The Contractor shall not undertake loading and unloading at carriageways
obstructing the free flow of vehicular traffic and encroachment of existing roads by
the contractor applying the excuse of work execution.
Page 375
Maha-Metro/PMRP
1.236.7 Tow away vehicle :- The Contractor shall make arrangements keeping tow
away van / manpower to tow away any breakdown vehicle in the traffic flow without
losing any time at his cost.
1.236.8 Cleaning of roads :- The Contractor shall ensure the cleanliness of roads and
footpaths by deploying proper manpower for the same. The Contractor shall have to
ensure proper brooming, cleaning washing of roads and footpaths on all the time
throughout the entire stretch till the currency of the contract including disposal of
sweepage.
WORK ADJACENT TO LIVE RAILWAYS
1.237 Whenever work is to be conducted in close proximity to the live Railways then the
following measures shall need to be addressed:
(i) The rules provided for in the Railway’s manual should be followed.
(ii) No persons are allowed to encroach onto the Railway unless the owner has
given specific authority.
(iii) Adequate protection in accordance with the Railway owner’s requirements
shall be followed. (Provision of Block Inspectors, Flagmen and Lookouts)
(iv) All persons shall wear high visibility clothing at all times.
(v) Any induction training requirements of the Railways shall be strictly observed
BATCHING PLANT AND CASTING YARD LAYOUT
1.238 The batching plant / casting yard shall be effectively planned for smooth flow of
unloading and stacking the aggregates reinforcements and cement, batching plant,
transport of concrete, casting the segment, stacking the segment and loading the
segments to the trucks. As far as possible the conflicts should be avoided.
1.239 The batching plant / casting yard shall be barricaded and made as a compulsory PPE
zone
1.240 If in case of material unloading area is not maintainable as PPE zone, the same shall
be segregated properly and made as a non-PPE zone with appropriate barrications.
1.241 Electrical system shall also be suitably planned so that location of diesel generator,
if any, location of DBs, routing of cables and positioning of area lighting poles/masts
does not infringe on any other utility and pose danger.
1.242 Drainage shall be effectively provided, and waste water shall be disposed after
proper treatment
1.243 Time office, canteen, drinking water, toilet and rest place shall be suitably located
for the easy access to workers. All the facilities shall be properly cleaned and
maintained during the entire period of operation.
1.244 Manual handling of cement shall be avoided to a larger extent. Whenever it is
absolutely necessary the workmen shall be given full body protection, hand
protection and respiratory protection as a basic measure of ensuring better health.
1.245 The PPEs provided to cement handling workmen shall conform to international
standards.
1.246 Access roads and internal circulation roads shall be well laid and maintained properly
at all time.
1.247 Non-adherence to any of the above provision shall be penalised as per relevant
penalty clause.
Page 376
Maha-Metro/PMRP
1.249 The PPEs and safety appliances provided by the Contractor shall be of the standard
as prescribed by Bureau of Indian Standards (BIS). If materials conforming to BIS
standards are not available, the Contractor as approved by the Employer shall
procure PPE and safety appliances.
1.250 All construction workers should be provided with high visibility jackets with
reflective tapes confirming to the requirement specified under BS EN 471: 1994 as
most of viaduct and station works are executed either above or under right-of-way.
The complicity of workmen at all times shall be increased so as to protect them from
speeding vehicular traffic.
1.251 The Contractor shall provide safety helmet, safety shoe and high visibility clothing
for all employees including workmen, traffic marshal and other employees who are
engaged for any work under this contract as per the following requirement.
Hard hat with company Logo Hard hat with reflective tape
Page 377
Maha-Metro/PMRP
Page 378
Maha-Metro/PMRP
Note: LOGO*
(i) Logo shall have its outer dimension 2”*2” and shall
be conspicuous
(ii) Logo shall be either painted or affixed
(iii) No words shall come either on Top / Bottom of Logo
Logo of the corresponding main contracting company for their employees and sub-
contracting company for their employees shall only be used.
1.252 In addition to the above any other PPE required for any specific jobs like, welding
and cutting, working at height etc shall also be provided to all workmen and also
ensure that all workmen use the PPEs properly while on the job.
1.253 The Contractor shall not pay any cash amount in lieu of PPE to the workers/sub-
contractors and expect them to buy and use during work.
1.254 The Contractor shall at all time maintain a minimum of 10% spare PPEs and safety
appliances and properly record and show to the Employer during the inspections.
Failing to do so shall invite appropriate penalty as per the provisions of the contract.
1.255 It is always the duty of the Contractor to provide required PPEs for all visitors.
Towards this required quantity of PPEs shall be kept always at the security post.
VISITORS TO SITE
1.256 No visitor is allowed to enter the site without the permission of the Employer. All
authorised visitors should report at the site office. Contractor shall provide visitor’s
helmet (White helmet with visitor sticker) and other PPEs like Safety Shoe, reflective
jacket, respiratory protection etc. as per requirement of the site.
1.257 All Visitors shall be accompanied at all times by a responsible member of the site
personnel.
1.258 The Contractor shall be fully responsible for all visitors’ safety and health within the
site.
1.259 As indicated earlier in this Manual, the Engineer shall undertake regular audits at
quarterly intervals, of the Contractor’s onsite practices and procedures as a means
of assessing the ongoing performance of the Contractor.
1.260 The criteria against which the audits will be undertaken shall be derived from the
clauses within the Environment Protection Requirements, contract-specific Site
Environmental Plan and previous site inspection results.
1.261 In addition to the quarterly audits by the Engineer, site inspection shall be
undertaken by the Contractor’s staff to inspect the construction activities in order
to ensure that appropriate environmental protection and pollution control measures
are properly followed and implemented.
1.262 The frequency of site inspection shall be at least once a week.
1.263 The Contractor shall prepare an ‘Environmental Inspection and Action Reporting
System’ and submit to the Engineer for approval and make amendments as
Page 379
Maha-Metro/PMRP
Page 380
Maha-Metro/PMRP
1.268.5 The outcome of the investigation and the action taken shall be documented
on a complaint Performa prepared by the Contractor and approved by the Engineer
in advance of the works.
1.268.6 Where possible, a formal response to each complaint received shall be
prepared by the Contractor within seven days in order to notify the concerned
person(s) that action has been taken.
1.269 Completion of the EQM Programme
1.269.1 The construction of Project will be undertaken as a series of individual
construction contracts with necessarily different construction program and
completion dates.
1.269.2 The Engineer shall maintain an overview of the ‘impact causing potential’ of
each site or contract and monitoring parameter with a view to maintaining the most
cost-effective use of the environmental resources dedicated to the Project.
1.269.3 Termination of EQM should focus on the percentage contract completion
status and on the basis of a history of environmental impact arising from the site
over a representative period of monitoring.
1.269.4 Justifiable application for termination of EQM shall be put forward by the
Contractor to the Engineer, as necessary throughout the construction period.
Page 381
Maha-Metro/PMRP
Page 382
Maha-Metro/PMRP
The Contractor equips the Project Area with a communication system exclusively for the
purpose of communication with the first aid services. Information on how to communicate
with the first aid services is clearly indicated near the communication equipment.
1.276 HIV/ AIDS prevention and control
1.276.1 The Contractor shall adopt the Employer’s Policy on “HIV / AIDS Prevention
and Control for Workmen Engaged by Contractors” and the copy of the policy is given
in Appendix No. 4.
1.276.2 The Employer will engage a professional agency for implementing the
guidelines laid down in the policy and communicate to the Contractor.
1.276.3 The Contractor shall extend necessary support to the appointed agency by
deputing the workmen to attend the awareness creation programmes.
1.276.4 The Contractor shall also extend necessary organizational support to the
appointed agency for the effective implementation of the Employers’ workplace
policy on HIV/AIDS for workmen of the Contractors.
1.276.5 As laid down in the policy the Contractor shall identify peer educators (1 for
every 100 workers) and refer them for professional training to the Employers’
appointed agency for the purpose.
1.276.6 The peer educators on completion of the training shall serve as the focal point
for any information, education & awareness campaign among the workmen
throughout the contract period.
Page 383
Maha-Metro/PMRP
1.276.7 The peer educators will be paid a monthly honorarium as fixed by the
Employer for rendering his services in addition to his regular duty.
1.276.8 The total number of peer educators (1 for 100 workers) shall always be
maintained by the Contractor.
1.276.9 In case if these peer educators leave the Contractor by creating vacancy,
then the Contractor at his own expense train the new replacement peer educator
from the Employers’ appointed agency for the purpose.
1.276.10 It is suggested to the Contractor that due care should be taken to select the
peer educators from among the group of workmen so that they remain with the
Contractor throughout the contract period.
1.277 Prevention of mosquito breeding
1.277.1 Measures shall be taken to prevent mosquito breeding at site. The measures
to be taken shall include:
(i) Empty cans, oil drums, packing and other receptacles, which may retain water
shall be deposited at a central collection point and shall be removed from the
site regularly.
(ii) There should not be accumulation of still water at any site, In case of still water,
it should be covered by earth and levelled.
(iii) Contractor’s equipment and other items on the site, which may retain water,
shall be stored, covered or treated in such a manner that water could not be
retained.
(iv) Water storage tanks shall be provided.
1.277.2 Posters in Hindi and English, which draw attention to the dangers of
permitting mosquito breeding, shall be displayed prominently on the site.
1.277.3 The Contractor at periodic interval shall arrange to prevent mosquito
breeding by fumigation / spraying of insecticides. Most effective insecticides shall
include SOLFAC WP 10 or Baytex, The Ideal Larvicide etc.
1.278 Alcohol and drugs
1.278.1 The Contractor shall ensure at all times that no employee is working under
the influence of alcohol / drugs which are punishable under Government regulations.
1.278.2 Smoking at public worksites by any employee is also prohibited as per
Government regulations.
NOISE
1.279 The Contractor shall consider noise as an environmental constraint in his design,
planning and execution of the Works and provide demonstrable evidence of the same
on Employer’s request. The Contractor shall, at his own expense, take all
appropriate measures to ensure that work carried out by the Contractor and by his
sub-Contractors, whether on or off the Site, will not cause any unnecessary or
excessive noise which may disturb the occupants of any nearby dwellings, schools,
hospitals, or premises with similar sensitivity to noise.
1.279.1 Without prejudice to the generality of the foregoing, noise level reduction
measures shall include the following:
Page 384
Maha-Metro/PMRP
(i) The Contractor shall ensure that all powered mechanical equipment used in the
Works shall be effectively sound-reduced using the most modern techniques
available including but not limited to silencers and mufflers.
(ii) The Contractor shall construct acoustic screens or enclosures around any parts
of the Works from which excessive noise may be generated.
1.279.2 The Contractor shall ensure that noise generated by work carried out by the
Contractor and his sub-Contractors during daytime and night time shall not exceed
the maximum permissible noise limits, whether continuously or intermittently, as
given in the project SHE Manual. The same may be varied from time to time by and
at the sole discretion of the Employer. In the event of a breach of this requirement,
the Contractor shall immediately re-deploy or adjust the relevant equipment or take
other appropriate measures to reduce the noise levels and thereafter maintain them
at levels which do not exceed the said limits. Such measures may include without
limitation the temporary or permanent cessation of use of certain items of
equipment.
1.279.3 The noise monitoring requirements are given in the project SHE Manual and
the monitoring locations shall be identified.
1.280 Noise Monitoring
1.280.1 The activities which are expected to cause noise during the construction of
Project, include noise from construction equipment, construction activities such as
portal construction, boring for piling, earthwork excavation, concreting, viaduct
construction (including shifting of launching truss / girder) and removal of spoil and
movement of construction vehicles and delivery vehicles, travelling to and from the
construction and disposal sites.
1.280.2 The level of impact of these noise sources depends upon the noise
characteristics of the equipment and activities involved the construction schedule,
and the distance from noise sensitive receptors.
1.280.3 The Noise Monitoring Control Plan (PMCP) will provide guidance for
construction activity. It shall also address noise performance criteria used in the
selection of construction equipment.
1.280.4 The Noise Control Plan shall provide for:
(i) Definition of noise-sensitive uses in the zones affected by construction;
(ii) Calculation of future noise levels at the closest noise-sensitive receptors to the
construction activity based on construction activity and ambient noise levels;
(iii) Evaluation and specification of the noise abatement measures that can be
applied to meet the noise objectives;
(iv) Monitoring construction activity and providing adjustments to noise abatement
controls that may be required to increase their effectiveness;
(v) It shall specify the night-time and daytime construction activities.
1.280.5 In defining the requirements of the PMCP, available measures for noise
control, such as, the use of equipment with special exhaust silencers or enclosures,
and the construction of temporary enclosures or noise barriers around specific
construction site activity areas shall be considered. It should also specify the
measures to be adopted to counter the impact of noise pollution for public and
workers working at site during construction.
Page 385
Maha-Metro/PMRP
1.280.6 If the measured noise levels exceed the noise limits, the noise levels shall be
reduced by appropriate abatement measures.
1.280.7 The Engineer shall monitor Contractor’s performance of tasks specified and
will inspect the procedures related to the control of noise.
1.280.8 In no case shall the Contractor expose the public to construction noise levels
exceeding 90dBA (slow) or to impulsive noise levels with a peak sound pressure level
exceeding 140dB as measured on an impulse sound level meter.
1.280.9 Limit for construction noise is based on the existing ambient noise levels in
areas adjoining the construction sites.
1.280.10 The noise levels emanating from any source during construction, shall not
exceed 5 dBA or more above existing ambient pre-construction noise levels. The
same may be varied from time to time by and at the sole discretion of the Engineer.
1.280.11 Where there are no ambient noise measurements, the construction activities
shall be limited to levels at a distance of 200 feet from the construction limits or at
the nearest affected building, whichever is closer, as given in Table-2.
Table 2: Allowable Construction Noise
Residential 75 65
1.280.12 At the surface of the construction site during night time hours, the Contractor
shall use only equipment that operating under full load meets the noise limits
specified in Table3, if a sensitive receptor would be affected.
Table 3: Noise Emission Limits for Construction Equipment used during night hours
(Measured at 50 feet from Construction Equipment)
1. Backhoe 80
2. Bar Bender 75
3. Chain Saw 81
4. Compactor 80
5. Compressor 80
Page 386
Maha-Metro/PMRP
6. Concrete Mixer 85
7. Concrete Pump 82
8. Crane 85
9. Dozer 85
11. Generator 82
12. Gradall 85
13. Grader 85
14. Paver 85
16. Scrapper 85
17. Tractor 84
Noise emission limits apply to equipment used at surface of the construction site during
night time hours of 9 pm to 6 am.
1.280.13 The adjustments for close-in equipment noise shall be made in accordance
with Table4.
Table 4: Adjustments for Close-in Equipment Noise
19-21 8
22-23 7
24-26 6
27-29 5
30-33 4
34-37 3
38-42 2
Page 387
Maha-Metro/PMRP
43-47 1
48-50 0
Transient (< 1 hour / day) 0.03 in/sec (90 VdB re 10-6 in/sec)
1.280.14 When Diesel Generator (DG) Sets are used for operation of equipment and
machinery, then ‘Standards and Guidelines for control of Noise Pollution from
Stationery DG Sets’, under Environment (Protection) Act, 1986 shall apply.
1.280.15 Where the Engineer determines that the recorded Noise level is significantly
greater than the acceptable levels, the Engineer may direct the Contractor to take
effective remedial measures including, but not limited to, reviewing noise sources
and modifying working procedures.
1.280.16 The Contractor shall inform the Engineer of all steps taken to investigate
cause of exceedance & immediate action taken to avoid further exceedance through
written reports and proposals for action under an Event Contingency Plan.
1.281 Control Requirements
1.281.1 Construction material should be operated and transported in such a manner
as not to create unnecessary noise as outlined below:
(i) Perform Work within the procedures outlined herein and comply with applicable
codes, regulations, & standards established by the Central & State Govt.& their
agencies.
(ii) Keep noise to the lowest reasonably practicable level. Appropriate measures
will be taken to ensure that construction works will not cause any unnecessary
or excessive noise, which may disturb the occupants of any nearby dwellings,
schools, hospitals, or premises with similar sensitivity to noise. Use equipment
with effective noise-suppression devices and employ other noise control
measures as to protect the public.
(iii) Schedule and conduct operations in a manner that will minimize, to the
greatest extent feasible, the disturbance to the public in areas adjacent to the
construction activities and to occupants of buildings in the vicinity of the
construction activities.
Page 388
Maha-Metro/PMRP
(iv) The Contractor shall submit to the Employer a Noise Monitoring and Control
Plan (PMCP) under contract specific Site Environmental Plan. It shall include
full and comprehensive details of all powered mechanical equipment, which he
proposes to use during daytime and night time, and of his proposed working
methods and noise level reduction measures. The PMCP shall include detailed
noise calculations and vibration levels to demonstrate the anticipated noise
generation and vibrations by the Contractor.
(v) The PMCP prepared by the Contractor shall guide the implementation of
construction activity. The PMCP will be reviewed on a regular basis and updated
as necessary to assure that current construction activities are addressed. It may
appear as a regular agenda item in project coordination meetings, if noise is an
issue at any location in the contract.
1.282 Occupational Noise
(i) Protection against the effects of occupational noise exposure should be
provided when the sound level exceeds the threshold values as provided in
Project SHE Manual.
(ii) When employees are subjected to sound levels exceeding those listed in the
Table above, feasible administrative or engineering controls should be utilized
as given in this document and Maharashtra Metro Rail Corporation Limited’s
Project SHE Manual.
(iii) If such controls fail to reduce sound levels within the levels of the table,
personal protective equipment shall be provided and used to reduce sound
levels within the levels of the table.
(iv) When the daily noise exposure is composed of two or more periods of noise
exposure of different levels, their combined effect should be considered,
rather than the individual effect of each. Exposure to different levels for
various periods of time shall be computed according to the formula and sample
computations, as given in project SHE Manual.
1.283 Vibration Level
1.283.1 In locations where the alignment is close to historical / heritage structures,
the Contractor shall prepare a monitoring scheme prior to construction at such
locations. This scheme for monitoring vibration level at such historical / heritage
sites shall be submitted to Employer for his approval. This scheme shall include:
(i) Monitoring requirements for vibrations at regular intervals throughout the
construction period;
(ii) Pre-construction structural integrity inspections of historic and sensitive
structures in project activity;
(iii) Information dissemination about the construction method, probable effects,
quality control measures and precautions to be used;
(iv) The vibration level limits at work sites adjacent to the alignment shall conform
to the permitted values.
VENTILATION AND ILLUMINATION
1.284 Ventilation
1.284.1 The Contractor shall ensure at a construction site of a building or other
construction work that all working areas in a free tunnel are provided with
ventilation system as approved by the DG/CIIBC and the fresh air supply in such
Page 389
Maha-Metro/PMRP
tunnel is not less than 6m3/min for each building worker employed underground in
such tunnel and the free air flow movement inside such tunnel is not less than
9m/min.
1.284.2 The oxygen level shall not be less than 19.5% in the working environment.
1.285 Illumination
1.285.1 The Contractor shall take every effort to illuminate the work site as per the
Employer’s
requirement illustrated in General Instruction MAHA-METRO/SHE/GI/011.
1.285.2 The Contractor shall conduct a monthly illumination monitoring by lux meter for all
the locations and the report shall be sent to the Employer within 7th of the next
month and the same shall be reviewed during the monthly SHE committee meeting.
RADIATION
1.286 The use of radioactive substances and radiating apparatus shall comply with the
Government regulatory requirements and all subsidiary legislation
1.287 Operations involving ionising radiation shall only be carried out after having been
reviewed without objection by the Employers representative and shall be carried out
in accordance with a method statement.
1.288 Each area containing irradiated apparatus shall have warning notices and barriers,
as required by the Regulations, conspicuously posted at or near the area.
1.289 Radioactive substances will be stored, used or disposed shall be strictly in
accordance with the Government Enactments.
1.290 The Contractor shall ensure that all site personnel and members of the public are
not exposed to radiation.
1.291 Asbestos :- Asbestos fibres are naturally occurring and extremely aerodynamic.
Because of this, almost everyone is exposed to asbestos. Asbestos fibres can become
a health risk if inhaled at high concentrations over extended periods of time.
Asbestos is only dangerous if it becomes airborne. As long as asbestos-containing
materials are not damaged, the asbestos fibres do not become airborne, and do not
pose a health hazard to building occupants.
As a preventive action, no asbestos containing material will be used during any of the site
activity mitigate the hazard
1.292 Lead-Based Paint :- Lead-based paint is a source of lead poisoning. Ingestion and
inhalation of lead dust that is created as lead-based paint chips and peels, or from
improper sanding or scraping of lead-based painted surfaces can lead to exposure.
Paints and other chemicals used for painting should be stored in a proper contained area.
Empty Paint containers, waste paint brushes, clothes stained with paint should be properly
disposed.
WELFARE MEASURES FOR WORKERS
1.293 Latrine and Urinal Accommodation
Page 390
Maha-Metro/PMRP
1.293.1 The Contractor shall provide one latrine seat for every 20 workers up to 100
workers and thereafter one for every additional 50 workers. In addition, one urinal
accommodation shall be provided for every 100 workers.
1.293.2 When women are employed, separate latrine and urinals accommodation
shall be provided on the same scale as mentioned above.
1.293.3 Latrine and urinals shall be provided as per Section 33 of BOCWA and
maintained as per Rule 243 of BOCWR and shall also comply with the requirements
of public health author
1.293.4 Moving sites :- In case of works like Track laying, the zone of work is
constantly moving at elevated level. In such cases mobile toilets with proper facility
to drain the sullage shall be provided at reasonably accessible distance.
1.293.5 In case if the Contractor fail to provide required number of urinals and
latrines or fail to maintain it as per the requirements of Public Health laws, the
Employer shall have the right to provide/maintain through renowned external
agencies at the cost of the Contractor.
1.294 Canteen :- In every workplace wherein not less than 250 workers are ordinarily
employed, the Contractor shall provide an adequate canteen conforming to Section
37 of BOCWA, Rule 244 of BOCWR and as stipulated in Rule 247 of BOCWR the charges
for food stuff shall be based on ‘no profit no loss’ basis. The price list of all items
shall be conspicuously displayed in such canteen.
The contractor defines and implements actions in order to guarantee (i)the quality and
quantity of food stuff(ii)compliance with health rules when preparing meals (iii)fitting out
and servicing premises and equipment, both in the kitchen and food storage areas.
Contractor inspects the cleanliness of food transport vehicles, temperature control and the
cold chain, as well as best before dates and takes the necessary corrective actions. The
temperature of chillers is regularly checked.
The contractor checks that health requirements are met for food storage conditions in the
kitchen or other locations, food prepared products are left prior to consumption, to ensure
no health risks. Prepared food is eaten or thrown away, no food remains are reused.
The contractor recruits trained canteen personnel and ensures that supervisors monitor
compliance with sanitary instructions. The Contractor ensures that canteen personnel have
means of ensures that supervisors monitor compliance with sanitary instructions. The
Contractor ensures that canteen personnel have means of ensuring compliance with health
rules (changing rooms,linen,hand washers,condition of flooring and paint and existence of
a cleaning plan.).This area needs to be checked every three months.
1.295 Serving of tea and snacks at the workplace :- As per Rule 246 of BOCWR, at a
building or other construction work where a workplace is situated at a distance of
more than 200 m from the canteen provided under Rule 244(1) of BOCWR, the
Contractor employing building works shall make suitable arrangement for serving tea
and light refreshment to such building works at such place.
Page 391
Maha-Metro/PMRP
Proper Housekeeping should be maintained at such locations where tea & snacks are served.
1.296 Drinking water
1.296.1 As per Section 32 of BOCWA the Contractor shall make in every worksite,
effective arrangements to provide sufficient supply of wholesome drinking water
with minimum quantity of 5 litres per workman per day. Quality of the drinking water
shall conform to the requirements of national standards on Public Health IS 10500
1.296.2 While locating these drinking water facilities due care shall be taken so that
these are easily accessible within a distance of 200m from the place of work for all
workers at all location of work sites.
1.296.3 All such points shall be legible marked “Drinking Water” in a language
understood by a majority of the workmen employed in such place. Unless the supply
of drinking water vis provided by a certified supplier, the quality of the drinking
water provided to workers is tested at least at the start of the works and then on a
monthly basis. The protocol for taking and analysing samples is based on the
recommendation of the World Health Organization. The results shall be documented
and made available on the Project Area.
1.297 Labour Accommodation :- The Contractor shall provide free of charges as near as
possible, temporary living accommodation to all workers conforming to provisions of
Section 34 of BOCWA. These accommodations shall have cooking place, bathing,
washing and lavatory facilities.
The Contractor provides one drinking water tap per 10 personnel, one toilet for 15
contractors Personnel as a minimum and one toilet per 15 persons.
Hygiene-Sanitary areas (sinks, toilets, bathing areas, wash basins) are cleaned & disinfected
by the contractors cleaning service at least once every 24 hours.
The canteen, kitchen and kitchen utensils are cleaned after each meal service.
1.298 Creches :- In every workplace where in more than 50 female workers are ordinarily
employed, there shall be provided and maintained a suitable room for use of children
under age of 6 yrs, conforming to the provisions of Section 35 of BOCWA.
1.299 Heat Stress :- Contractors/Subcontractors shall establish the necessary programs to
ensure that project employees work safely in heat stress conditions. The reduction
of adverse health effects can be accomplished by engineering controls, work
practices, training, acclimatization, monitoring, water & electrolyte balance and the
recognition and treatment of heat stress emergencies.
Page 392
Maha-Metro/PMRP
Page 393
Maha-Metro/PMRP
Parameter Air
Page 394
Maha-Metro/PMRP
Monitoring Reports should be submitted every month along with the Monthly SHE
Report
47.4 Event Contingency Plan :- The Contractor shall prepare an Event Contingency Plan
under his Site Environmental Plan. The purpose is to provide, in addition to
monitoring activities, procedures for ensuring that if any environmental
exceedance of limiting values (either accidental or through inadequate
implementation of mitigation measures on part of the Contractor) does occur, the
cause is quickly identified and remedied, and that the risk of a similar event
recurring is reduced.
47.5 Air Quality
47.5.1 The Contractor shall take all necessary precautions to minimise fugitive dust
emissions from operations involving excavation, grading, and clearing of land and
disposal of waste. He shall not allow emissions of fugitive dust from any transport,
handling, construction or storage activity to remain visible in atmosphere beyond
the property line of emission source for any prolonged period of time without
notification to the Employer.
47.5.2 The Contractor shall use construction equipment designed and equipped to
minimise or control air pollution. He shall maintain evidence of such design and
equipment and make these available for inspection by Employer.
47.5.3 If after commencement of construction activity, Employer believes that the
Contractor’s equipment or methods of working are causing unacceptable air
pollution impacts then these shall be inspected, and remedial proposals shall be
drawn up by the Contractor, submitted for review to the Employer and
implemented.
47.5.4 In developing these remedial measures, the Contractor shall inspect and review all
dust sources that may be contributing to air pollution. Remedial measures include
use of additional / alternative equipment by the Contractor or maintenance /
modification of existing equipment of the Contractor.
In the event that approved remedial measures are not being implemented and
serious impacts persist, the Employer may direct the Contractor to suspend work
until the measures are implemented, as required under the Contract.
47.5.5 Contractor’s transport vehicles and other equipment shall conform to emission
standards fixed by Statutory Agencies of Government of India or the State
Government from time to time. The Contractor shall carry out periodical checks
and undertake remedial measures including replacement, if required, so as to
operate within permissible norms.
47.5.6 The Contractor shall establish and maintain records of routine maintenance
program for internal combustion engine powered vehicles and equipment used on
this project. He shall keep records available for inspection by Employer.
47.5.7 The Contractor shall cover loads of dust generating materials like debris and soil
being transported from construction sites. All trucks carrying loose material should
be covered and loaded with sufficient free- board to avoid spills through the
tailboard or sideboards.
47.5.8 The Contractor shall promptly transport all excavation disposal materials of
whatever kind so as not to delay work on the project. Stockpiling of materials will
only be allowed at sites designated by the Employer. The Contractor shall place
Page 395
Maha-Metro/PMRP
Page 396
Maha-Metro/PMRP
suppression due to construction activities at work sites. This plan shall contain
description of activities that will cause degradation in air quality, environmental
procedures to manage pollutants to minimise the air pollution, monitoring program,
record keeping and reporting.
47.6.4 The Engineer shall monitor Contractor’s performance of tasks specified, and will
inspect necessary records, reports & procedures related to the control of air quality
given in AMCP.
47.6. 5Information gathered during the AMCP will be catalogued and maintained by the
Contractor and shall be available for review by the Engineer.
47.6.6 The exact location of the air monitoring stations located near air sensitive receptors
adjoining the construction sites, such as residences, schools, hotels and hospitals
and placement of monitoring equipment thereat shall be agreed with the Engineer
prior to commencement of air monitoring program.
47.6.7 Impact monitoring during the course of the Works shall be carried out at the
monitoring stations for two days (continuous twenty-four hours) every fifteen days
and where there is a perceived air quality problem.
47.6.8 The Contractor shall construct suitable fence, lockable gate, 220V AC power point
and suitable access at each air monitoring station. Monitoring stations shall be free
from local obstructions or sheltering.
47.6.9 Should impact monitoring record dust levels which are:
indicative of a deteriorating situation such that closer monitoring is reasonably
indicated, or
when in the opinion of the Engineer additional measurements are required in view
of deteriorating air quality,
Then the Engineer may require the Contractor to increase the frequency of impact
monitoring at any one or more of the monitoring stations until the results indicate
an improving and acceptable level of air quality.
47.6.10 The Contractor shall keep records of air quality monitoring (including location,
date, time). The Contractor shall submit a copy of monitoring results to the
Engineer. The results should represent a statistical evaluation of data by calculating
maximum, minimum, mean, standard deviation, geometric mean and percentile
calculations for evaluation of frequency distribution, trends, and comparison with
emission standards.
47.6.11 The National Ambient Air Quality Standards given in Air (Prevention and Control of
Pollution) Act, 1981 may be referred by the Contractor for Limit Levels of SPM in
ambient air which may be followed in estimating the pollution level caused by
Contractor’s activities.
47.6.12 Where the Engineer determines that the recorded dust level is significantly greater
than the Limit levels, the Engineer may direct the Contractor to take effective
remedial measures including, but not limited to, reviewing dust sources and
modifying working procedures.
47.6.13 Where the recorded baseline levels exceed the ambient air quality standards, then
at such locations the action level is the recorded base line. Contractor shall take
all effective remedial measures to contain the levels to their baseline value as a
result of his activities. The action level may be varied by and at the sole discretion
of the Engineer.
Page 397
Maha-Metro/PMRP
47.6.14 The Contractor shall inform the Engineer of all steps taken to investigate
cause of accidence and immediate action taken to avoid further accidence through
written reports and proposals for action under an Event Contingency Plan.
WATER QUALITY
1.300 The Contractor shall comply with the Indian Government legislation and other State
regulations in existence in Pune insofar as they relate to water pollution control and
monitoring. A drainage system should be constructed at the commencement of the
Works, to drain off all surface water from the work site into suitable drain outlet.
1.301 The Contractor shall provide adequate precautions to ensure that no spoil or debris
of any kind is pushed, washed, falls or deposited on land adjacent to the site
perimeter including public roads or existing stream courses and drains within or
adjacent to the site. In the event of any spoil or debris from construction works being
deposited or any silt washed down to any area, then all such spoil, debris or material
and silt shall be immediately removed, and the affected land and areas restored to
their natural state by the Contractor to the satisfaction of the Employer.
1.302 Due to lowering of potable water supplies in Pune and subsequent contamination of
ground water, the Contractor is not allowed to discharge water from the site without
the approval of the Employer. The Contractor must comply with the requirements of
the Central Ground Water Board for discharge of water arising from dewatering. Any
water obtained from dewatering systems installed in the works must be either re-
used for construction purposes and this water may subsequently be discharged to the
drainage system or, if not re-used, recharged to the ground water at suitable aquifer
levels. The Contractor must submit his proposals for approval of Employer, on his
proposed locations of dewatering of excavation and collection of water for either
construction re-use or recharge directly to aquifers. The Contractor’s recharge
proposals must be sufficient for recharging of the quantity of water remaining after
deduction of water re-used for construction. During dewatering, the Contractor shall
monitor ground water levels from wells to ensure that draw down levels do not
exceed allowable limits. The Contractor will not be permitted to directly discharge,
to the drainage system, unused ground water obtaining from the excavation without
obtaining approval of Employer or the Agency controlling the system.
1.303 The Contractor shall ensure that earth, bentonite, chemicals and concrete agitator
washings etc. are not deposited in the watercourses but are suitably collected and
residue disposed off in a manner approved by local authorities.
1.304 All water and waste products (surface runoff and wastewater) arising on the site
shall be collected and removed from the site via a suitable and properly designed
temporary drainage system and disposed off at a location and in a manner, that will
cause neither pollution nor nuisance.
1.305 Any mud slurry from drilling, diaphragm wall construction or grouting etc. shall not
be discharged into the drainage system unless treatment is carried out that will
remove silt, mud particles, bentonite etc. The Contractor shall provide treatment
facilities as necessary to prevent the discharge of contaminated ground water.
1.306 The Contractor shall discharge wastewater arising out of site office, canteen or toilet
facilities constructed by him into sewers after obtaining prior approval of agency
controlling the system. A wastewater drainage system shall be provided to drain
wastewater into the sewerage system.
1.307 The bentonite mixing, treatment and handling system shall be established by the
Contractor giving due regard to its environmental impacts. The disposal of redundant
Page 398
Maha-Metro/PMRP
bentonite shall be carefully considered whether in bulk or liquid form. The disposal
location will be advised and agreed with the relevant authorities.
1.308 The Contractor shall take measures to prevent discharge of oil and grease during
spillage from reaching drainage system or any water body. Oil removal / interceptors
shall be provided to treat oil waste from workshop areas etc.
1.309 The Contractor shall apply to the appropriate authority for installing bore wells for
water supply at site.
ARCHAEOLOGICAL AND HISTORICAL PRESERVATION
1.310 The Contractor shall seek to accommodate archaeological and historical preservation
concerns that may arise due to the construction of the project especially in close
vicinity of such areas where such monuments may be located.
1.311 The Contractor shall consult the Archaeological Survey of India (ASI) and other
parties, on the advise of the Employer, to identify and assess construction effects
and seek ways to avoid, minimize or mitigate adverse effects on such monuments.
1.312 Adverse effects may include reasonably foreseeable effects caused by the
construction that may occur later in time, be farther removed in distance or those
that alter, howsoever temporarily, the significance of the structure.
LANDSCAPE AND GREENERY
1.313 As far as is reasonably practicable, the Contractor shall maintain ecological balance
by preventing deforestation and defacing of natural landscape. In respect of
ecological balance, the Contractor shall observe the following instructions.
50.1.2 Specific agreement from the Engineer is obtained prior to any clearing works.
50.1.3 Vegetation clearing chemicals is not permitted
50.1.4 Vegetation clearing using bulldozer is not permitted in zones less than 30 m from areas
designated as sensitive by the Engineer, where only manual clearing is authorised.
50.1.4 Unless otherwise specified in the Contract or if otherwise insrtructed by the Engineer,
burning vegetation is not permitted.
50.1.5 Areas cleared prior to undertaking earthworks are shown on a plan with a minimum scale of
1/10,000. Plans are submitted to the Engineer for validation prior to starting clearing works.
50.1.6 Clearing is undertaken without damage to adjacent non -cleared areas. Topsoil is stored
within the cleared areas at the vedge of the cleared zone. Clearing is undertaken working
from the edge of the zone inwards.
1.314 The Contractor shall, so conduct his construction operations, as to prevent any
avoidable destruction, scarring or defacing of natural surroundings in the vicinity of
work.
1.315 Where destruction, scarring, damage or defacing may occur as a result of operations
relating to Permanent or Temporary works, the same shall be repaired, replanted or
otherwise corrected at Contractor’s expense. All work areas shall be smoothened
and graded in a manner to conform to natural appearance of the landscape as
directed by the Employer.
1.316 A suggested list of trees / shrubs suitable for planting and landscaping is found in
Employer’s Project SHE Manual.
FELLING OF TREES
Page 399
Maha-Metro/PMRP
1.317 The Contractor shall identify the number and type of trees that are required to be
felled as a result of construction of works and facilities related to Project and inform
the Employer.
1.318 All trees and shrubbery, which are not specifically require to be cleared or removed
for construction purposes, shall be preserved and shall be protected from any
damage that may be caused by Contractor’s construction operations and equipment.
The Contractor shall not fell, remove or dispose of any tree or forest produce in any
land handed over to him for the construction of works and facilities related to Project
except with the previous permission obtained from the Forest Department.
1.319 The Employer shall arrange permission from the forest department for trees to be
felled or transplanted. The Employer will permit the removal of trees or shrubs only
after prior approval.
1.320 Special care shall be exercised where trees or shrubs are exposed to injuries by
construction equipment, blasting, excavating, dumping, chemical damage or other
operation and the Contractor shall adequately protect such trees by used of
protective barriers or other methods approved by the Employer. Trees shall not be
used for anchorage.
FLY ASH
1.321 The Employer may require the Contractor to use fly ash as a percentage substitution
of cement, in concrete for certain structures and works.
1.322 In all such uses of Fly Ash, the Contractor shall maintain a detailed record of usage
of Fly Ash. The Contractor shall also collect related details and provide to the
Employer.
1.323 The reporting details on consumption of Fly Ash are found in Employer’s SHE Manual.
Biodiversity- :- Contractor shall ensure that all personnel are informed and aware of
the importance to protect Fauna and flora. Information and awareness training is
documented.
1.324 The Contractor shall ensure that all personnel are informed and aware of wildlife
encounters procedures. Information and awareness training is documented.
1.325 Wherever possible areas shall be cleared from one side to another, or from the inside
out, to prevent animals becoming trapped.
1.326 The Contractor personnel shall not approach, injure, hunt capture, possess feedc,
transport, rear or trade wild animal and /or collect birds eggs while working on the
project.
1.327 The con tractors personnel shall not collect flora species while working on the
project.
1.328 The Contractor shall protect excavations with temporary fencing to prevent injury
to animal.
1.329 The contractor shall release any trapped uninjured animals immediately and report
the same to the Engineer.
1.330 The Contractor shall not start forest fires.
1.331 The Contractor shall not introduce invasive alien species
1.332 All construction machinery imported from overseas shall be inspected to detect IAS
and washed before dispatching to the Project Areas.
Page 400
Maha-Metro/PMRP
1.333 The Contractor plans earthworks and optimises the management of space to ensure
that all cleared surfaces and areas exposed to soil erosion are minimised on all
Project Areas.
54 Erosion and Sediment Transport
54.1 The Contractor plans earthworks and optimises the management of space to ensure
that all cleared surfaces and areas exposed to soil erosion are minimised on all
Project Areas.
54.2 Top soil -unless indicated otherwise by the Engineer, the top 25 centimetres of the
soil start of works and removal of topsoil. Barriers can be used for the will be
considered as top soil.
54.3 Earthworks for the temporary occupation of the Project Area are preceded by the
clearing of topsoil and the storage of this soil separately from underlying sterile
soil.
54.4 Topsoil is stored according to the provision approved by the Engineer to enable
reuse during Project Area rehabilitation.
54.2 Draining and rainwater run -off
54.2.1 The gradient of Project Area allows the collection and drainage of rainwater from
the entire surface area to one or several discharge points. No pools of water are
created.
54.2.2 Suspended solids in rainwater are removed using sediment traps/settling ponds.
Rainwater from vehicle parking areas, machinery areas, workshops is subject to
treatment with only water separators.
54.2.3 Rainwater pre -treatment units are sized, cleaned, maintained and accessible to
ensure compliance with the effluent quality criteria.
54.2.3 The Contractor installs sediment control barriers to slow the flow of water and
control sediment transport at Project Areas with (i) a gradient of more than 20%and
(ii) where land is disturbed by the works or where stockpiled mineral material
exposed to sheer or rill erosion.
54.2.4 Sediment control barriers are installed on the slope or at the v base of the slope to
protect the natural drainage system from sediment accumulation at levels higher
than the natural situation. These barriers comply with the followi9ng principles
a) Made with geo textiles or straw bales or any other means pre -approved b y the
Engineer.
b) Deployed before the physical demarcation of working areas.
c) Installed cleaned, maintained & replaced according to manufacturer
recommendations.
d) Drainage surface area does not exceed 1,000 m2 per 30 m of barrier. The length
of the
slope behind the barrier is less than 30 m and is not used for flows in excess of
30l/s.
54.3 Back filling and stockpiling of backfill materials
54.3.1 To ensure stability and resistance to rainwater runoff erosion. mineral material
stockpiles do exceed a height of 6m, with a maximum slope of 3H:2V (height :
volume).The slope is crossed at a height of 3 m by a berm with a minimum width of
2m and with a peripheral drainage trench.
Page 401
Maha-Metro/PMRP
54,3.2 For permanent backfill material stockpiles, the stockpiles is shaped and compacted
every 30 cm to ensure long -term stability.
54.3.3 Temporary stockpiles for more than 60 days are protected against runoff erosion by
(i) revegetation using fast growing grass species, either by direct seeding or by
hydro seeding or (ii) using other natural anti-erosion cover with prior approval from
the Engineer.
54.4.4 Side casting during the construction of linear structures (roads, pipelines, transport
lines) will be permitted in the following conditions
54.4.5 For natural gradients with a slope <40% the side cast materials are piled to create
a slope of less than 2H:IV
For natural gradients with a slope >40% to ensure stability 3m wide berms will be
installed perpendicular to the slope and onto which the side cast material is
deposited. Regular earthwork s to maintain the form of the side case and long term
stability of the side cast is carried out .The slope of the side cast in general does
not exceed 3H:2V
55 WASTE
55.1.1 The Contractor is required to develop, institute and maintain a Waste Management
Programme (WMP) during the construction of the project for his works, which may
include:
(i) Identification of disposal sites
(ii) Identification of quantities to be excavated and disposed off
(iii) Identification of split between waste and inert material
(iv) Identification of amounts intended to be stored temporarily onsite location of
such storage.
(v) Identification of intended transport means and route.
(vi) Obtaining permission, where required, for disposal.
55.1.2 Such a mechanism is intended to ensure that the designation of areas for the
segregation and temporary storage of reusable and recyclable materials are
incorporate into the WMP. The WMP should be prepared and submitted to the
Engineer for approval.
55.1.3 The Contractor shall handle waste in a manner that ensures they are held securely
without loss or leakage thus minimizing potential for pollution. The Contractor shall
maintain and clean waste storage areas regularly.
55.1.4 The Contractor shall remove waste in a timely manner and disposed off at landfill
sites after obtaining approval of the competent authorities namely Pune Municipal
Corporation etc.
55.1.6 Burning of wastes is prohibited. The Contractor shall not burn debris or vegetation
or construction waste on the site but remove it in accordance with Clause50.1
above.
55.1.7 The Contractor shall make arrangement to dispose of metal scrap and other
saleable waste to authorized dealer and make available to the Employer on request,
records of such sales.
Page 402
Maha-Metro/PMRP
55.1.8 The Contractor selects suppliers having a voluntary and documented policy to
reduce the volume and weight of packaging, and to select recyclable or
biodegradable packaging.
55.1.9 The Contractor establishes and maintains a waste register which is at the disposal
of the Engineer. This register will record all waste management operations:
production, collection, transport, treatment. The following aspects are
documented in this register:
a) Type of waste, using the nomenclature specified in Clause 53.12;
b) Waste quantities ;
c) Name and address of the third-party waste management facilities receiving
waste or parties taking possession of the substances no longer considered as
waste;
d) Name and address of waste transport contractors;
e) Planned waste trématent.
55.1.10 The contractor files and maintains at the disposition of the Engineer the waste
manifests for the collection, transport, treatment and/or elimination of waste.
55.1.11 The waste register is established and available as of the Contractors mobilisation
to the Worksite. This register will be archived for at least 1 year after the
provisional acceptance of the works.
55.1.12 The Contractor implements specific waste management practices adapted to the
level of danger for human health or the natural environment. Three waste
categories are identified for Worksites and in Tracking documents:
a) Hazardous waste: any waste with one or several dangerous properties as listed
in appendix 2 of these SHE specifications.
b) Non-hazardous waste: any waste with no properties rendering it hazardous.
Non-hazardous waste contaminated by hazardous material will be considered
as hazardous waste, unless indicated otherwise by the Engineer.
c) Inert waste: any waste unaffected by any significant physical, chemical or
biological modifications, which does not decompose burn or produce any
physical or chemical reaction, is not biodegradable and does not damage any
substance with which it comes into contact in a manner likely to cause damage
to the environment or human health.
55.1.13 The Contractor assesses, document and effectively implements any local recycling
or re-use options for its waste.
55.1.14 Waste is categorised and stored separately prior to removal from the Worksites,
depending on the level of danger, phase (liquid, solid or gas), the waste
management solution to be applied and its potential in terms of recycling or reuse.
55.1.15 Waste is collected from each Worksite at the same rate that it is produced and is
placed in temporary locations meeting the following criteria:
a) Located at a distance of over 100 m from any natural sensitive area and over
500 m from any socioeconomic sensitive area (school, market, healthcare
centre, water well or catchment area), with the exception of waste storage area
in camps.
b) Protected from moving machinery and vehicles, but easy to access for regular
collection.
Page 403
Maha-Metro/PMRP
Page 404
Maha-Metro/PMRP
d) When the landfill has reached full capacity, vents are installed to evacuate gases,
and the landfill covered by a geo-membrane with a minimum thickness of 1 mm, or
a layer of compacted clay, and a top layer of 1.5 m of topsoil, which is revegetated.
Page 405
Maha-Metro/PMRP
b. ENERGY MANAGEMENT
57.1 The Contractor shall use and maintain equipment so as to conserve energy and shall
be able to produce demonstrable evidence of the same upon Employer’s request.
57.2 Measures to conserve energy include but not limited to the following:
1. Use of energy efficient motors and pumps
2. Use of energy efficient lighting, which uses energy efficient luminaries
3. Adequate and uniform illumination level at construction sites suitable for the task
4. Proper size and length of cables and wires to match the rating of equipment
5. Use of energy efficient air conditioners
The Contractor shall design site offices maximum daylight and minimum heat gain.
The rooms shall be well insulated to enhance the efficiency of air conditioners and
the use of solar films on windows may be used where feasible.
Page 406
Maha-Metro/PMRP
58.1 Labour Conditions- The Contractor should ensure decent labour conditions for
workers and notably compliance with applicable Indian law and regulations. This
includes Workers rights related to wages, working hours, rest and leave, overtime,
minimum age, regular payment, compensation and benefits .The Contractor should
respect and facilitate workers rights to organise & provide a grievance mechanism
for all direct and indirect workers. The Contractor should implement non-
discrimination and equal opportunity practices, and ensure prohibition of child or
forced labour.
58.2 Local Recruitment
58.2.1 Local recruitment is defined as the number of positions actually allocated to people
residing in the region of the Works (less than two hours by land transport to the
Project Area) for more than one year and Indian Citizen.
58.2.2 The Contractor implements a voluntary local recruitment policy for its personnel for
the duration of the Works and shall enforce this policy to its Subcontractors.
58.2.3 The Contractor demonstrates the effective implementation of this voluntary policy
to the Engineer in its monthly activity report.
58.2.4 The Contractor develops a training programme aiming to support the voluntary local
recruitment policy.
58.2.5 This training programme must be available to women and adjusted to their level of
education.
58.2.6 An incentive mechanism to increase the share of women recruited by the Contractor
and Sub Contractor may be established.
58.2.7 Local labour needs are estimated prior to the start of works and described in the
worksite with following information
a) Identification of positions that could be filled by local staff and the level of
qualification required.
b) Definition of the planned procedure for the effective recruitment of these
members of staff
c) Establishment of mechanisms to ensure non-discrimination of women in accessing
recruitment procedures.
d) Deployment schedule for these positions.
e) Initial training to be provided by the Contractor for each job description.
56.2.8 In order to prevent outsiders from entering the Project Area, local recruitment at
the Project Area, including at the entrance is prohibited.
Page 407
Maha-Metro/PMRP
59.1.4 Lists of local candidates are drafted by the representative allocated to the office and
forwarded to the Contractor‘s human Resources manager on a weekly basis.
59.1.5- The Contractors Human Resources manager selects candidates listed by the local
recruitment office based on requirements for the Works and the Contractor’s
recruitment procedures. A written contract between the Contractor and the local
Contractors Personnel is drafted, signed and archived by the contractor.
59.1.6 If the Project Areas are located near to several different communities, the Human
Resources manager ensures a fair distribution of local recruitment between the
different communities.
59.1.7 The Human Resources manager will ensure that recruitment campaigns in local
communities have been spread to women and that the latter have not been
discriminated in recruitments.
59.1.8 The Contractor maintains one record per local Contractors Personnel indicating the
housekeeper person allocated to the works, the type of tasks carried out, the wages
paid, and any training provided. Records are available at the main Project Area at
all times, so the Engineer and the authorised representatives of the government can
assess the content.
60 Transport & Accommodation
60.1 Unless specified otherwise in the Contract, or instructed otherwise by the Engineer,
the Contractor provides or enables access to daily transport for Contractor’s
Personnel not housed in the camps managed by the Contractor and living more than
fifteen minutes’ walk from the Project Area and less than one hour by land transport.
60.2 The transport is organised under conditions which comply with local regulations and
which ensure the safety of the people transported.
60.3 The Contractor organises collective transport: pick -up times and locations are
defined and services organised appropriately.
60.4 If the Project Area is moved during the working season and if the contractor retains
the local personnel trained at the start of the works, the accommodation of the
Contractor’s Personnel is managed by the Contractor
a) Within a mobile camp with the other non -local Contractor’s Personnel: or
b) In villages located near to the mobile Project Area, in this case, each local
Contractor’s Personnel will receive a housing allowance in addition to his wages.
Part VI
61 Damage to People and Property
61.1 The Contractor shall not disturb or interfere with the inhabitants of local
communities close to or in the Project Area, and shall respect their houses,
cultures, animals, properties, customs and practices..
61.2 The Contractor is responsible for damages to people and property caused by the
execution of the works or the procedures used for execution.
61.3 Access to the Project Area is prohibited to unauthorised persons. The Contractor is
responsible for the security and access control of the Project Areas.
61.4 The Engineer is informed of any damage caused to people, or the property of
individuals, other than the Contractor’s personnel, within 6 hours of the event
regardless of the value of the prejudice.
Page 408
Maha-Metro/PMRP
61.5 Housing existing before the start of the works, located within a minimum radius of
800 m around the perimeter of the quarries and within a minimum radius of 500 m
around the other Project Areas that will be subject to blasting, will b e examined
by a bailiff unless agreed upon otherwise with the Engineer.
61.6 The Bailiff’s sworn statement is prepared and provided to the engineer with the
Environmental Protection Plan.
61.7 Should any problem be detected due to the intensity of blasting, the Engineer is
entitled to request that the Contractor carry out seismic measurements of the
intensity of the vibrations induced by the blasting, at variable distances from the
blasting points, under the supervision of the Engineer ,and at the cost of the
contractor.
Part VII
62 Land Acquisition and Land Take
62.1 The Contractor will cover(1) occupancy indemnities for the extraction or use of
construction materials & (2) the cost of acquiring the necessary land to stockpile
excess backfill material.
62.2 The Contractor provides compensation for any prejudice suffered by the owners of
the land mentioned in clause 60.1 above but also for any prejudice incurred by users
of this land, if these users are not the same parties as the owners.
62.3 The Contractor demonstrates to the Engineer (i) who are the owner and the users, if
different parties have been identified and and (ii) a written agreement governing
the temporary occupancy or acquisition of this land has been negotiated and duly
paid up to the two parties, if different.
Part VIII
63. Traffic
63.1 The Contractor defines the characteristics of its fleet of vehicle and site machinery
in the worksite, in the form of traffic management plan.
63.2 The Contractor defines in the traffic management plan the itineraries used on a map
for each route between the different Project Areas and for each phase of the
construction works, and obtains the validation of the Engineer. The Contractor
requests that the Employer obtain the authorisations of the competent
administrative authorities if public roads are used. Ny Engineers instruction to
update the traffic management plan shall be implemented.
63.3 Within one month of the physical start of works, the Contractor informs the
administrative authorities of areas crossed by the Contractors vehicles, of the
itinerary and characteristics (frequency of passing, size and weight of trucks,
materials carried) of the Contractors fleet of vehicles.
63.4 If public roads are used, unless approved otherwise by the Engineer, the Contractor
mandates the bailiff to make a sworn report regarding the state of road prior to use
by the Contractor’s vehicles. The report is annexed to the work site.
63.5 The Contractor describes in the traffic management plan the expected traffic
created by its fleet of vehicles (frequency of trips between Project Areas, working
hours ,convoys)
63.6 The Contractor also describes the number and positioning of flagmen.
Page 409
Maha-Metro/PMRP
63.7 Unless specified otherwise in the Contract or instructed otherwise by the Engineer,
heavy vehicles (i.e. With a GVWR of more than 3.5 tons) may not be used at night
between 22.00 and 06.00
63.8 Speed Limits
63.8.1 The Contractor takes action to limit and check the speed of all ve4hicles and
machinery used to execute the works.
63.8.2 The maximum speed of all machinery and vehicles of the Contractor comply with the
lowest of the following. The speed limit defined according to the employer’s country
regulations or the following limits
a) 10km/h within the Project Areas,
b) 30km/h in villages or hamlets, in towns, from 100 m before the first house.
c) 80km/h on unpaved roads outside of towns, villages, hamlets and camps.
63.8.3 In coordination with the competent Authorities, the Contractor provides and installs
signs for the fleet of vehicles along public roads , when public signs are inadequate.
63.8.4 The Contractor provides each of its drivers with a map at the appropriate scale of
the roads authorised for the execution of the works clearly indicating the maximum
speeds authorised, and ensures their understanding.
63.9 It is strictly prohibited to transport people, equipment or products other than those
required for the works and the management of Project Areas on board any of the
Contractor’s vehicles. The provision also applies to the transport of live animal and
meat obtained from hunting, fishing or poaching.
63.10 The trailers, and skips used to carry materials which could be projected (sand,
crushed material, aggregates, selected materials are covered with a tarpaulin for
the entire itinerary between two Project Areas.
63.11 The Contractor carries out a regular inspection along the roads used by its fleet of
vehicles to ensure compliance with the provisions of its clause 61.7 to 61.10 of the
above specification. The Contractor records these inspections and the results and
transmits a summary of checks carried out for the previous month to the Engineer
on a monthly basis.
Page 410
Maha-Metro/PMRP
Hence Maharashtra Metro Rail Corporation Limited shall recover the cost of
damages from the Contractors for every reportable incident (fatality / injury).
b. In addition, every Maharashtra Metro Rail Corporation Limited work site is exposed
to public scrutiny as the work is executed just on the right-of-way. Any unsafe act
/ unsafe condition observed by public further damage Maharashtra Metro Rail
Corporation Limited’s reputation. In view of this, Maharashtra Metro Rail
Corporation Limited has decided to establish safety-enforcing organisation. The
cost of establishing such organisation is to be recovered from Contractors for all
observed safety violations at sites.
c. The following table indicates the Safety, Health and Environment violation (unsafe
act / unsafe condition) and charges to be recovered from contractors.
d.
Page 411
Maha-Metro/PMRP
Disobedience/Improper conduct
of any SHE personnel. (Clause
6.2)
3. SHE Committee Failed to formulate or conduct L1→L2 L1- Rs 100000 for the
SHE Committee meeting for any first violation and Rs
month (Clause 7.4) 500000 for the
subsequent
violations.
L2- Rs 200000 for the
first violation and Rs
1000000 for the
subsequent
violations.
Page 412
Maha-Metro/PMRP
violations. L2- Rs
10000 to the
contractor of the
member who had not
attended the meeting
for first violation and
Rs 50000 for
subsequent
violations.
5. SHE Training Not complying to the L1→L2 L1- Rs 50000 for first
requirements as mentioned in violation on & Rs
conditions of contract on SHE 100000 for
and project SHE manual with subsequent
regard to : violations.
L2- Rs 150000 for first
a) Induction training not given
violation on & Rs
(Clause 8.1)
300000 for
subsequent
b) Supervisor/engineer/manager
violations.
training not conducted as per
Clause 9.6
Page 413
Maha-Metro/PMRP
6. SHE Inspection i) Not complying to the L1→L2 L1- Rs 50000 for first
requirements as mentioned in violation on and Rs
conditions of contract on SHE 100000 for
and project SHE manual as per subsequent
Clause 10.0 violations.
L2- Rs 150000 for first
ii) Non-compliance of clause
violation on and Rs
10.3.6
300000 for
subsequent
violations.
7. SHE Audit Internal Audit : MARS L1→L2 L1- Rs 50000 for first
violation on and Rs
i) Not conducted as per SHE Plan
100000 for
(Clause 11.2.1)
subsequent
ii) Report not sent to Employer violations.
(Clause 11.2.6)
L2- Rs 150000 for first
iii) Action not taken for any violation on and Rs
month (Clause 11.2.4) 300000 for
subsequent
violations.
Page 414
Maha-Metro/PMRP
9. SHE Submittals Non-compliance of Clause 13.1 L1→L2 L1- Rs 50000 for first
violation on & Rs
100000 for
subsequent
violations.
L2- Rs 150000 for first
violation on & Rs
300000 for
subsequent
violations.
Page 415
Maha-Metro/PMRP
Workmen
Compensation Act).
L3- Rs 250000 for first
grievously injured
person and Rs 500000
for every subsequent
grievously injured
person
11. Emergency Non-compliance of the Clause L2→L3 L2- Rs 100000 for non-
preparedness 15.1, 15.2, 15.3, 15.4, 15.5 and compliance of any of
Plan 15.6 the clauses.
L3- Rs 200000 for non-
compliance of any of
the clauses.
Page 416
Maha-Metro/PMRP
Stairways, gangways,
passageways blocked. (Clause
17.9)
13. Working at Not using or anchoring Safety L2→L3 L1-Rs 10000 per single
Height / Belt (Clause 18.9) violation
Ladders and Compounded to a
Scaffolds Not using Safety Net (Clause maximum of Rs
18.18) 100000 at any single
instance.
Absence of life line or anchorage
L2-Rs 20000 per single
point to anchor
violation
safety belt (Clause 18.19) Compounded to a
maximum of Rs
Non-compliance of Clause 18.17 200000 at any single
instance.
Using Bamboo ladders (Clause L1→L2
18.20)
Page 417
Maha-Metro/PMRP
Page 418
Maha-Metro/PMRP
15. Launching Non-adherence of any of the L2→L3 L2-Rs 50000 for first
operation provisions mentioned in Clause violation and Rs
22.2 100000 for
subsequent
violations.
L3-Rs 150000 for first
violation and Rs
300000 for
subsequent
violations.
16. Site Electrical Non-compliance of Clause 26.1.1 L2→L3 L2-Rs 10000 per single
Safety violation
Non-compliance of Clause Compounded to a
26.2.3, 26.2.4 & 26.2.5 maximum of Rs
100000 at any single
Non-compliance of Clause 26.3.1 instance.
L3-Rs 20000 per single
Non-compliance of Clause 26.7,
violation
26.8 and 26.9.1
Page 419
Maha-Metro/PMRP
Compounded to a
Non-compliance of Clause 26.10
maximum of Rs
and 26.13
200000 at any single
instance
Non-compliance of Clause 28.3.2
17. Hand tools and Non-compliance of Clause 28.0 L2→L3 L2-Rs 10000 per single
Power tools violation
Compounded to a
maximum of Rs 50000
at any single
instance.
L3-Rs 20000 per single
violation
Compounded to a
maximum of Rs
100000 at any single
instance.
18. Gas Cutting Wrong colour coding of cylinder. L2→L3 L2-Rs 10000 per single
violation
Cylinders not stored in upright Compounded to a
position. (Clause 29.1) Flash maximum of Rs 50000
back arrester, non-return valve at any single
and regulator not present or not instance.
in working condition. (Clause
29.3 & 29.4)
Page 420
Maha-Metro/PMRP
19. Welding Voltmeter and Ammeter not L2→L3 L2-Rs 10000 per first
working (Clause 29.9) violation and Rs
50000 for subsequent
Non-availability of separate violations.
switch in the transformer
L3-Rs 100000 per first
(Clause 29.9)
violation and Rs
500000 for
Improper grounding and return
subsequent
path. (Clause 29.10)
violations.
Damaged and bare openings in
the welding cable. (Clause
29.10)
20. Fire precaution Smoking and open flames in fire L2→L3 L2-Rs 5000 per single
prone area (Clause 31.6) violation
Compounded to a
Using more than 24V portable maximum of Rs 25000
electrical appliances in the fire at any single
prone area (Clause 34.2.3) instance.
L3-Rs 10000 per single
Not proper ventilation in violation
cylinder storage area. (Clause Compounded to a
29.8) maximum of Rs
500000 at any single
Absence of fire extinguishers instance.
(Clause 31.1)
Page 421
Maha-Metro/PMRP
21. Excavation and Non-compliance of Clause 34.1.1 L2→L3 L2-Rs 10000 per single
confined space violation
Non-compliance of Clause 34.2.3 Compounded to a
maximum of Rs 50000
at any single
instance.
L3-Rs 20000 per single
violation
Compounded to a
maximum of Rs
100000 at any single
instance.
22. Work permit Non-compliance of Clause 35.2 L2→L3 L2- Rs 50000 per first
system violation and Rs
Non-compliance of Clause 100000 for
21.11.9 subsequent
violations.
L3- Rs 100000 per first
violation and Rs
200000 for
subsequent
violations.
23. Traffic Non-compliance of Clause 36.4.1 L2→L3 L2-Rs 100000 per first
Management violation and Rs
Non-compliance of Clause 36.8.3 200000 for
subsequent
Non-compliance of Clause 36.9.2 violations.
L3-Rs 250000 per first
Non-compliance of Clause 36.9.3
violation and Rs
500000 for
Non-compliance of Clause 36.9.7
subsequent
Non-compliance of Clause 36.9.8 violations.
Page 422
Maha-Metro/PMRP
25. PPE (Personal Not having (Clause 39.1) L2→L3 L2-Rs 200 per single
Protective violation.
Equipment) Not wearing (or) using and kept
L3-Rs 400 per single
it elsewhere (Clause 39.1)
violation.
Using damaged one (Clause 39.2)
Page 423
Maha-Metro/PMRP
26. Occupational Fail to conduct Medical L1→L2 L1-Rs 10000 per single
Health examination to workers (Clause violation
42.1) Compounded to a
maximum of Rs
Absence of ambulance van & 100000 at any single
room (Clause 42.3) instance.
L2-Rs 20000 per single
Workers not having ID card
violation
(Clause 8.2)
Compounded to a
maximum of Rs
Absence of first-aid person in L2→L3
200000 at any single
work site (Clause 42.4)
instance.
Absence or inadequacy of first- L3-Rs 30000 per single
aid box (Clause 42.4) violation
Compounded to a
Misuse of first-aid box (Clause L1→L2 maximum of Rs
42.4) 300000 at any single
instance.
First-aid box not satisfy the
minimum Indian standard.
(Clause 42.4)
Page 424
Maha-Metro/PMRP
27. Labour Welfare Inadequate number of toilets L1→L2 L1-Rs 10000 per single
measures (Clause 46.1.1) violation
Compounded to a
Toilets not cleaned properly maximum of Rs 50000
(Clause 46.1.3) at any single
instance.
Toilet placed more than 500m
L2-Rs 20000 per single
from the work site (Clause
violation
46.1.3)
Compounded to a
maximum of Rs
Absence of water facilities for
100000 at any single
toilets and washing places
instance.
(Clause 46.1.3)
Non-adherence of Labour
welfare provisions of BOCWA
(Clause 3.3.1.2)
Page 425
Maha-Metro/PMRP
28. Environmental Tyre wash facility not provided L1→L2 L1-Rs 10000 per single
Management (Clause 47.12) violation
Compounded to a
Spillage from vehicles not arrest maximum of Rs 50000
(Clause 48.9) at any single
instance.
Air monitoring not practiced
L2-Rs 20000 per single
(Clause 47.17)
violation
Compounded to a
The values of air monitoring not
maximum of Rs
within acceptable limits (Clause
100000 at any single
47.17, 43.2.1)
instance.
Dust control measures at sites
not practiced (Clause 47.13)
e. Without limiting to the unsafe acts and or conditions mentioned above in Clause
56.3 the Employer shall have the right to deduct charges for any other unsafe act
and or condition depending upon the gravity of the situation on a case-to-case basis.
The charges shall be in comparison with that of the similar offence indicated in
Clause 56.3.
f. Non-conformities detected during inspections carried out by the Engineer are
subject to a process adapted to the severity of the situation. Non-conformities are
divided into 4 categories as follows:
i. Notification of observation of minor non-conformities. The non-conformity
results in a notification to the on-site Contractor’s representative, followed-
up by a signed notification of observation prepared by the Engineer. The
multiplication of notifications of observation at the Worksite, or absence of
corrective actions by the Contractor, can result in the severity of the non-
conformity being raised to that of level 1.
ii. Level 1 non-conformity: Non-conformities that do not represent a serious
immediate risk for health and environment. The non-conformity is the subject
of a report addressed to the Contractor and which shall be resolved within five
(5) days. The Contractor addresses to the Engineer a report explaining how
Page 426
Maha-Metro/PMRP
66. AWARDS
The following categories will be considered for awards as per the scheme in practice of
Employer:
(i) For every safe million-man hour working without any reportable incidents
(ii) Zero fatality contracts
(iii) 100% adherence to voluntary reporting of all accidents throughout the currency
of contract
(iv) Safest project team of the year.
(v) Best SHE team of the year.
(vi) Safest Contractor of the year.
Page 427
Maha-Metro/PMRP
Page 428
Maha-Metro/PMRP
APPENDIX NO.: 1
AND
WITNESSETH THAT
WHEREAS the EMPLOYER gives highest importance to the occupational safety, health and
environment during execution of work, seeks cooperation from the CONTRACTOR in this
endeavour.
Thus, this Memorandum of Understanding is for promoting the safety, health and
environment aspects required to be followed at workplace/site and will be applicable to
any site job to be done by the CONTRACTOR
AND
WHEREAS the CONTRACTOR has read all the terms and conditions of the EMPLOYER and
whereas the CONTRACTOR has studied the following documents:
(i) Tender Documents, including Notice Inviting Tender, General Conditions, Special
Conditions;
Page 429
Maha-Metro/PMRP
(ii) Conditions of Contract on Safety, Health and Environment and Project Safety, Health
and Environment Manual;
(iii) Building and Other Construction Workers (Regulations of Employment and Conditions
of Service) Act 1996, Central Rules 1998 and subsequent Maharashtra BOCW Rules
2003, Building and Other Construction Workers Welfare Cess Act 1996 and Rules 1998
and notification [Central & State] Collection of cess.
(iv) Indian Electricity Act 2003 and Rules 1956;
(v) Corresponding International / Bureau of Indian Standard Codes.
Including the amendments to any of the above rules and any other rules & regulations or
procedures, circulars, notices & advices laid down by the EMPLOYER from time to time.
Now it is hereby AGREED AND DECLARED by and between the EMPLOYER and the
CONTRACTOR as follows:
Clause - I The CONTRACTOR shall abide by the terms and conditions stipulated in
Condition of Contract on Safety, Health & Environment and Project
Safety, Health & Environment Manual.
Clause - II The CONTRACTOR shall undertake full responsibility for safe execution
of job at work place/site and safety of his personnel and adjoining road
users during work.
Clause - III Without giving any prior notice, the EMPLOYER shall from time to time
be entitled to add/or amend any or all terms and conditions with a view
to improving safety and occupational health of personnel and safety of
work, with immediate effect and the same shall be binding on the
CONTRACTOR. The Contractor agrees to implement all such
amendments, which shall be laid down by the EMPLOYER.
Clause - IV Besides following the guidelines, safety rules and regulations, safety
codes given in various safety procedures/documents mentioned above,
the CONTRACTOR shall also prepare detailed method statement which
includes job safety analysis wherever there are complicated and
hazardous/high risk working involved and get it approved from Employer
before execution of work.
In witness thereof, the Parties hereto by representatives duly authorised have executed this
Memorandum of Understanding on ____________________ day of ________________
20____.
Page 430
Maha-Metro/PMRP
Signed on Signed on
__________________________ __________________________
Signature: Signature:
Name: Name:
Title: Title:
Page 431
Maha-Metro/PMRP
APPENDIX NO.: 2
ii. Safety, Welfare and Occupational Health requirements as per BOCW Act 1996
and Rules 1998 and Maharashtra BOCW Rules 2003
(This list has been prepared in chronological order with primary importance to Section of
Act and secondary importance to Rules)
1. Registration of establishment S – 7,
R – 23 to 27
3. Hours of work S – 28
R – 234 to 237
Page 432
Maha-Metro/PMRP
10. Muster roll and wages register R – 241(1) (a); Form XVI and
XVII
21. Accommodation S – 34
22. Creches S – 35
24. Canteens S – 37
R – 244
25. Food stuff and other items served in the canteens R – 245
Page 433
Maha-Metro/PMRP
Page 434
Maha-Metro/PMRP
66. Construction, repair and maintenance of step roof C – XIV; R – 169 to 171
68. Catch platform & hoardings, chutes, safety belts C – XVI; R – 175 to 180
and nets
Page 435
Maha-Metro/PMRP
75. Medical Examination for building & other R – 81; R – 223(a)(iii) and
construction worker, Crane operator a Transport Schedule XII
vehicle driver
78. Occupational health centres and Medical officers R – 225 and Schedule X &XI
79. Ambulance van & room R – 226 & 227 and Schedule IV
&V
Page 436
Maha-Metro/PMRP
APPENDIX NO.: 3
Contract No
Contractor Name
Project Name
1. Project Highlights
2. SHE Policy
i) Project Manager
ii) Construction Manager
iii) Construction Supervisors
iv) SHE Committee Members
Page 437
Maha-Metro/PMRP
v) SHE In charge
vi) Site Engineers
vii) First Line Supervisors
viii) Sub-contractors
5. SHE Committee
6. SHE Training
8. SHE Inspection
9. SHE Audit
Page 438
Maha-Metro/PMRP
i) Work at Height
ii) Structural Steel Erection
iii) Launching of segments
iv) Floor, Wall Openings and Stairways
v) Welding, Cutting and Bracing
vi) Lifting appliances
vii) Work Permit Systems
viii) Electrical Equipment’s
ix) Mechanical Equipment’s
x) Excavation
xi) Fire Prevention
xii) Hazardous Chemicals and Solvents
xiii) Ionising Radiation
xiv) Lighting
xv) Abrasive Blasting
19. Housekeeping
Page 439
Maha-Metro/PMRP
Page 440
Maha-Metro/PMRP
APPENDIX NO.: 4
“Being mobile in and of itself is not a risk factor for HIV infection. It is the situations
encountered and the behaviours possibly engaged in during mobility or migration that
increase vulnerability and risk regarding HIV / AIDS.”
UNAIDS, Technical update on ‘Population, Mobility and AIDS’, February 2001, p.5
Creating awareness through professional agency using IEC (Information, Education and
Communication) package specially designed for migrant workers.
Page 441
Maha-Metro/PMRP
1 2 3 4 5 6 7 8 9 10 11 12 13
Safety Steward
(Refer Note 4)
(Refer Note 4)
Engineer
Engineer
Rs Cr.)
Upto - - 1 - 1 - - - - -
2
Upto - 1 1 - 1 1 1 1
10 (PT)
Upto 1 1 1* 1 1 1 1
25 (PT)
Upto 1 1 1* 1 1 1 1
100 (FT)
Refer Note 1
Refer Note 1
Refer Note 2
Refer Note 5
Refer Note 6
Note 1: Adequate, qualified and trained SHE Professionals with required support staff to be
deployed at each worksite at each shift.
Note 2: Adequate, qualified and trained Electrical Engineers / supervisors to be deployed at
each worksite at each shift.
Note 3: (PT) means Part-Time and (FT) means Full-time.
Note 4: Senior SHE (Traffic) Engineer Post & Barricade Manager (including the staff) Posts are
applicable to contracts where the work has to be executed either below or over the
Page 442
Maha-Metro/PMRP
right-of-way like Viaduct Contracts wherein erection and maintenance of barricades are
paramount important.
Note 5: One Barricade Manager supported by required supervisors and workmen.
Note 6: One Housekeeping Manager supported by required supervisors and workmen.
Note 7: The Contractor appoints a person responsible for relations with external stakeholders
for the site: local communities, administrative authorities, and representatives of
economic activities located within one-hour travel from the Worksite. This person will
be based on the Worksite on a permanent basis. Administrations and local authorities
will be informed of the existence of this person as of the start of works and will be
provided with telephone contact details so as to be able to contact this person if a
problem arises during the execution of works or concerning the behaviour of the
Contractor’s employees outside the Worksite.
Page 443
Maha-Metro/PMRP
SN Experience (in
Designation Qualification
years)
1 Chief SHE The Chief SHE Manager shall have 2 {for all
Manager qualified in any of the following category
degree/diploma: except (iv) and
5yrs for
category (iv)}
i) Post Graduate Diploma in Industrial Safety
& Environmental Management (PGDISEM)
from National Institute of Industrial
Engineering, Mumbai
ii) M.E.in Industrial Safety from NIT, Trichy,
Tamil Nadu
iii) M.E. in Industrial Safety from MepcoSchlenk
Engineering College, Sivakasi, Tamil Nadu
iv) B.E. in Fire and Safety Engg. From Cochin
University of Science and Engg. Cochin,
Kerala
v) B.E. with advanced Safety Management
Diploma from CLI/RLI
Mumbai/Chennai/Kolkata and Kanpur.
vi) B.E / B.Arch., with one year Full Time
advanced Safety diploma from NICMAR,
Hyderabad.
vii) B.E / B.Tech with any other equivalent
State and Central Govt. recognized full
time Degree / Diploma in Safety.
viii)International qualifications like CSP
(Certified Safety Professional), NEBOSH,
MIOSH, MSISO etc.
Page 444
Maha-Metro/PMRP
SN Experience (in
Designation Qualification
years)
7 Senior SHE i) B.E. (Fire) from National Fire Service College, 2 (for category
(Fire) Pune (i) and (ii)
Manager only)
ii) B.E (Fire & Safety) from Cochin
University
Page 445
Maha-Metro/PMRP
SN Experience (in
Designation Qualification
years)
iii) Graduate with any Govt. recognized
diploma in Fire Safety with 5 years of
experience
Note 1: In some extraordinary cases where the candidate had earlier worked in any metro projects
in India, they can be considered for the following posts:
Senior SHE Manager
Junior SHE Manager
Safety Steward
depending upon the qualification and number of years of experience on a case-to-case basis even if
they do not possess the prescribed qualification as listed above.
Note 2: In all other cases other than listed under Note 1 irrespective their earlier experience with
metro projects in India the candidates shall qualify as specified above.
Page 446
Maha-Metro/PMRP
1. For the purpose of minimum requirements of Audio-visual and Other equipment the
contracts are categorized into the following groups:
Upto 25 Cr A
Upto 100 Cr B
Upto 250 Cr C
2. Every contractor falling into the above groups shall provide the following minimum required
audio-visual aids for conducting weekly review, monthly safety committee and other post
review meeting of all fatal and major incidences effectively. These audio-visual
equipment’s are a must for conducting periodical in-house safety presentations in the
training programmes.
3. In addition to the above portable hand held digital sound level meter (SLM) and portable
hand held digital lux meter are also to be provided.
Page 447
Maha-Metro/PMRP
4. Colour Printer 1 1 1 1
6. Overhead projector 1
c) Equipment tags
Page 448
Maha-Metro/PMRP
Page 449
Maha-Metro/PMRP
viii. Topics for First day at work SHE orientation training of Workmen
Falls
Earthing work
Electricity
Machinery
Handling materials
Transport
Site housekeeping
Fire
What is available?
How to obtain it?
Correct use and care
3. Health
Page 450
Maha-Metro/PMRP
5. Employee's Duties
Page 451
Maha-Metro/PMRP
(85 mm x 55mm)
Name:
Designation:
Photo
Blood Group:
Valid up to:
Authorised Signatory
Backside of ID card:
1 This card is the property of “XX“(Main / Sub / Labour Contractor) and must be returned on
demand and on transfer / cancellation of employment.
2 A charge will be levied for replacement of the card due to loss or theft
3 If found please return it to:
Page 452
Maha-Metro/PMRP
Feedback
Material stacking
Page 453
Maha-Metro/PMRP
Materials handling
Pressures
15. Working platforms, Ladders, and Scaffolding 16. Cranes and other Lifting Machines
Hazards connected with the use of ladders Licensing, certification and training required
for operation of cranes
Maintenance and inspection
Overloading Signalling
Page 454
Maha-Metro/PMRP
Use of safety belts and nets Hazards and accident prevention methods
connected with the use of different types of
cranes/heavy equipment
Effective methods of communication (particular Body posture and procedure for lifting,
interest to non-English speaking workers) pushing, pulling, dragging, sitting and walking
Safety meeting
Page 455
Maha-Metro/PMRP
Page 456
Maha-Metro/PMRP
Page 457
Maha-Metro/PMRP
28th April ILO World Day for Safety and Health at Work
Page 458
Maha-Metro/PMRP
Page 459
Maha-Metro/PMRP
Upto 25 Cr A
Upto 100 Cr B
Upto 250 Cr C
2. Every contractor falling into the above groups shall prepare a SHE Communication
Plan as a part of site specific SHE Plan and shall include the following minimum
requirement of Posters / Signage’s / Video as applicable. In case readymade
posters are available in any of the category from National Safety Council, Loss
Prevention Association of India or any other safety related organisations they may
procure the same and display it. In case the same is not available then the
contractors shall make necessary arrangements to get the posters designed and
printed on their own.
All the above are to be detailed in the Site SHE Plan and get an approval from the
Employer before displaying the posters.
Page 460
Maha-Metro/PMRP
2. Daily Safety 1 Each 100 Each 200 Each 500 Each 1000
Oath English,
1 Hindi
Page 461
Maha-Metro/PMRP
15. Importance of
1 25 50 75 200
“Safety Handbook”
Page 462
Maha-Metro/PMRP
Note 1: Items mentioned under 17 is video. Items under 3 (a) and 5 (a) are metal
signage boards and all other items are posters.
SN Item Size
Page 463
Maha-Metro/PMRP
1 Mandatory Blue
2 Danger Yellow
3 Prohibit Red
Page 464
Maha-Metro/PMRP
xv.
SN Organisation Services
Page 465
Maha-Metro/PMRP
SN Organisation Services
Page 466
Maha-Metro/PMRP
SN Organisation Services
Jai Bharath Nagar, Banglore-560 033
Phone: 080-2549 6782
E-mail: [email protected]
12. Institute of Driving Training & Research, SHE Technical Training for
Vehicle Drivers.
Wazirabad Road,
Adjoining Loni Road flyover.
New Delhi – 110 094
Phone: 011 – 22813474, 22815833
Fax: 011 - 22811131
13. Institute for Research, Development & SHE Technical /Field Training
Training of Construction Trades &
Management,
An Educational Institute, Society and Trust,
1st Floor, UVCE Alumni Association
Building,
K.R. Circle, Bangalore-560 001
Phone: 080-22294291/22243257
Fax: 080-22243257
E-mail: [email protected]
Website: www.instructindia.org
Page 467
Maha-Metro/PMRP
SN Organisation Services
Page 468
Maha-Metro/PMRP
SN Organisation Services
910,9th Floor, Hemkunt Chambers,
89, Nehru Place,
New Delhi – 110 019
Phone: 011 – 51618415, 51618417,
51618418
Fax: 011 – 51618416
Page 469
Maha-Metro/PMRP
SN Organisation Services
Mobile: 9350232714, 98102832201,
9350232716
E-mail: [email protected]
Website: www.vexilbps.com
xvii.
2. Construction areas
Page 470
Maha-Metro/PMRP
3. Access ways
Page 471
Maha-Metro/PMRP
Page 472
Maha-Metro/PMRP
Contract No.
Contractor Name
Contract Title
CIRCULAR
Committee
The following SHE Committee is constituted with immediate effect:
Chairman:
Members:
1.
2.
3.
4.
5.
Secretary
Periodicity
The committee will meet at least once in a month on the day (specify date)
Agenda
Secretary will circulate agenda of the meeting at least two days in advance of the schedule date
of the meeting.
Page 473
Maha-Metro/PMRP
Circulation
Gist of the meeting will be minuted in the standard format and circulated to the following
under the signature of the secretary
CHAIRMAN
Page 474
Maha-Metro/PMRP
Contract No.
Contractor Name
Contract Title
Location of Meeting
REPORT SENT TO
Page 475
Maha-Metro/PMRP
7 Sub-contractor performance
Date:
Project Manager
(Signature & Name)
Page 476
Maha-Metro/PMRP
This report is based on environmental and social management plan proposed for
construction phase of Pune Metro Rail Project
Page 477
Maha-Metro/PMRP
Table of Contents
1. INTRODUCTION ...................................................................................
1.1 Environmental and Social Management Plan for Pune Metro Rail project (PMRP) ....
2.1 Organization Structure ........................................................................
1.1 General Conditions for Environment and Social Welfare .................................
Tables
Table 1- Environmental Management/Monitoring Plan ..............................................
Table 2- Social Management/Monitoring Plan ........................................................
Table 3 – General Conditions for Environment and Social Welfare ................................
Charts
Chart 1 – Contractor SHE Organization ................................................................
Annexures
Annexure 1 – Guidelines for Waste Management .....................................................
Page 478
Maha-Metro/PMRP
1. INTRODUCTION
Environmental Impact Assessment (EIA) and Social Impact Assessment (SIA) documents,
issued to contractors/bidders along with tender document are integral part of the
project documentation and are submitted to various authorities and presented at
various forums in context of this project. The environmental/social management plans
are primarily devised from environmental impact assessment and social impact
assessment documents prepared and approved for this project and SHE Manual given
in the tender document.
This ESMP is a generic document, applicable for all packages of Pune Metro Rail Project
(PMRP). The contractors/bidders should consider this document as guidebook for
environment/ social management during construction phase. In case further
reference/ discussion is required over any issue given in this document, provisions of
EIA/SIA reports, SHE manual and tender/contract document shall prevail.
The EIA and SIA documents discuss the environmental and social impacts of the project
during the design, construction and operational phases of the project. It identifies the
positive and negative impacts on environmental and social conditions during different
phases of project and also proposes the measures to minimize the impacts.
In addition to identification of impacts and proposing mitigation measures it also
proposes the monitoring plant to monitor the suitability of implemented mitigation
measures. Mitigation measures and monitoring plan for a particular impact combined
termed as Environmental Management Plan (EMP) or Social Management Plant (SMP)
for that particular impact. Implementation of EMP/SMP for construction phase is
responsibility of the civil contractor throughout the period of construction till the
handover of the unit to PMRCL.
1.1 Environmental and Social Management Plan for PMRP
Table 1 and Table 2 given below presents the EMP and SMP for the PMRP. It identifies
various environmental and social aspects/receptors which are likely to be impacted on
account of project activity during construction phase and proposed the management
and monitoring plan for each of them. The environmental/social management plans
are primarily devised from environmental impact assessment and social impact
assessment documents prepared and approved for this project and SHE Manual given
in the tender document.
Page 479
Maha-Metro/PMRP
Page 480
Maha-Metro/PMRP Tender No: P1-T06/2021
Sr . Environmental Onsite
N o. Aspect/Recept General Intent Management Plan Monitoring Plan
ors Responsibility
1 Ambient and To ensure Excavated materials to be disposed on a In Charge / Workplace dust shall bevisually
that regular basis so that it does not Project noted and
Workplace Air
accumulate at worksite; Manager/ SHE
ambient and Water to be sprinkled on stored soil/sand ensured that it does not aggravate;
Quality Personnel
workplace air on daily basis to avoid dust emissions; Ambient Air Quality to be monitored two
PME in charge
(02) Site times in a month (for 1st
quality during Height of heaps of accumulated excavated fortnight & 2nd fortnight), at suitably
construction materials should not be more than height identified location. Every Diesel
works is of barricade. Generator stack to be monitored for air
within emissions at least once in a six month
permissible If for some reason soil is stored on site for
more than 72 hours it has to be covered Maintenance records for DGs shall be
limits
to avoid dust emissions; kept for
inspection as and when required by
Diesel Generators operated within the GC/PMRP
sites to be suitably maintained at regular
intervals;
Page 481
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Sr . Environmental Onsite
N Aspect/Recepto General Intent Management Plan Monitoring Plan
rs Responsibility
o.
2 Ambient and To ensure that Impact piling should not be allowed for ProjectManager Internal Workplace noise levels to be
piling works other than in very hard rock taken on weekly basis. Authenticated
Workplace Nois ambient and /Site In
strata record to be verified by third party.
e workplace
Charge / P&MIn
Quality noise quality Internal Combustion Engine equipment charge/SHE
during operated within site must comply with personal
construction Govt. of India Emission standards
works is
within Diesel Generators to be operated with Third party ambient noise levels to be
permissible the suitable noise abating enclosures; measured at least once in a month at the
limits suitable location decided by SHE
personnel/site in charge
Page 482
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Sr . Environmental
General Onsite
N Aspect/Recepto Management Plan Monitoring Plan
Intent Responsibility
o. rs
4 Waste To ensure The contractor shall prepare the waste Project Manager Proper records shall be maintained for
Management the management plan and submit the /Site In charge/ disposal of hazardous wastes, solid
(At environment PMRP/GC for concurrence. The guidance SHE personal wastes, C&D waters, liquid (site runoff)
Construction ally for preparing the waste management plan wastes etc.
Site and at acceptable is given in Annexure-1 of this ESMP
Utility works) disposal document.
/recycling of
wastes Contractor shall dispose-off hazardous
generated wastes as per the provisions of SHE Volume
8 Clause No. 66.
Page 483
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Page 484
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Sr . Environmental Onsite
Aspect/Receptor General Intent Management Plan Monitoring Plan
N Responsibility
s
o.
Contractor shall dispose-off non-
hazardous solid wastes, non-
hazardous liquid wastes,
biomedical wastes as per the
provisions of SHE Volume 8 Clause
No. 65. For further guidance please
Contractor shall dispose-
off construction and
demolition wastes as per the
provisions of SHE Volume 8 Clause
No. 66. For further guidance please
refer to Annexure 1 of this
document.
5 Sanitation and To ensure Sufficient number Project Manag Location plans to be submitted
of urinals as given in SHE er forsanitary
Sewage hygienic sanitary
Volume 8 Clause No. 51 should be
/Site In charge facilities at casting yard
Management at conditions for Contractor shall make sufficient / and batching plants;
constructionand workers at arrangements as given in SHE SHE personal Cleaning schedule and records to be
Volume 8 Clause 51.4 for drinking maintained and to be made available
utility facilities worksites and water facilities for construction for inspection of GC/PMRP as and when
in camps. workers demanded.
To ensure Site housekeeping shall be always
Worker camps and canteen facilities
Environmentally should be protected from airborne maintained at generally acceptable
acceptable and soil born insects and pests by levels throughout the construction
taking suitable measures as period
Disposal of
described in SHE Volume 8 Clause
Page 485
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Page 486
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
S Environmental Onsite
r Monitoring
Aspect/Receptor General Intent Management Plan Responsibilit
. Plan
s y
N
General Housekeeping shall be carried out
by the
Contractor and ensured at all
times at Work
Site, Construction ea, Batching
Camp, Stores, Offices and toilets / urinals.
Towards this the Contractor shall constitute
a
General Instruction PMRP/SHE/GI/001.
Page 487
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
S
Environmental General Onsite
r Management Plan Monitoring Plan
. Aspect/Receptors Intent Responsibility
N
All the provisions of Clause 60 of SHE
Volume 8 regarding Water Quality are
applicable to the contractor at all sites
wherever he is performing the work.
To ensure
that suitable As per provisions of Clause 60.1 of SHE
Volume 8, Contractor shall construct a
drainage is drainage system at the commencement of Layout plans to be submitted for
planned at the works, to drain off all surface water sanitary facilities
from the work site into suitable drain at casting yard and batching
construction outlet.
ProjectManager plants;
Sites and at Cleaning schedule and records to be
Drainage System The Contractor shall provide adequate /Site Incharge/ maintained
utility sites.
at precautions to ensure that no spoil or SHE
6 So
Construction/utili debris of any kind is pushed, washed, falls andto be made available for inspection
ty sites that public or deposited on land adjacent personal/Plann of
drainage er
to the siteperimeter including GC/PMRP as and when demanded.
systems and public roads or Monsoon preparedness plan to be
surface and submitted prior to onset of monsoon for
Existing stream courses anddrain approval of GC/PMRP
GW quality s within or
are not adjacent to the site.
affected.
Contractor is not allowed to discharge
water from the site without the approval
of the Employer. The Contractor must
comply with the requirements of the
Page 488
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Sr . Environmental
General Onsite
N Aspect/Recepto Management Plan Monitoring Plan
Intent Responsibility
o. rs
Page 489
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Page 490
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Page 491
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Page 492
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
S
Environmental General Onsite
r Management Plan Monitoring Plan
. Aspect/Receptors Intent Responsibility
N
8 Tree To ensure Contractor is only allowed to cut the ProjectManager Records of trees which are cut and
that trees which are falling in a ROW and protected
protection/Cutti /Site Incharge/
which are already identified.
ng and Disposal overall green SHE shall besubmitted in
cover of city For the trees which needs to be cut monthlyenvironmental
personal/Plann
is maintained during construction activities but for
er reports and as and when demanded
which prior approval is not taken,
by
necessary approval from concerned
GC/PMRP
authorities shall be arranged by the PMRP
Page 493
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
To ensure Contractor shall take all necessary Soil and Ground water quality shall be
that precautions such that construction
ProjectManager checked at
material, diesel, grease, waste oil,
soil and
/Site Incharge/ the locations identified by
Soil and Water groundwater chemicals etc. does not spill on GC/PMRP or
9 SHE
Quality ground. independent environmental experts and
and surface
Suitable storage area for such materials personal/Plann records shall be submitted. The GW and
water quality shall be prepared and equipment shall be er Soil leachate quality shall be checked
are not made available for handling of these once in six months
materials.
affected on
Page 494
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
Sr . Environmental
General Onsite
N Aspect/Receptor Management Plan Monitoring Plan
Intent Responsibility
o s
.
construction Latest version of Hazardous waste disposal
and handling rules and guidelines given in
SHE Manual Clause 66 shall be referred for
the storage areas and for provision of PPEs
and other equipment.
10 Energy To ensure Contractor shall try and Project Monthly consumption of diesel and
that reduce the direct Manager/PME power units shall be compiled and
Management//
Head/SHE submitted to GC/PMRP
bestpractices consumption of fossil fuels on site through
Conservation Personnel
use of energy efficient equipment at their
are adopted
project office and at construction
during sites
construction Construction Equipment shall be duly
serviced to ensure that they are operated
phase to at optimum level of fuel efficiency
optimize DGs shall be regularly serviced for energy
Only Five star labeled equipment by
energy BEE/or its equivalent shall be used at
consumption project offices.
Maximum use of grid power shall be
planned at construction sites and at
project offices
Page 495
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
S
Environmental General Onsite
r Management Plan Monitoring Plan
. Aspect/Receptors Intent Responsibility
N
11 Water To ensure Contractor shall try and PME/SHE Monthly records for consumption of
that reduce the water water for
Management/ Heads/Site In
Conservation bestpractices consumption through use of energy charge domestic and construction
efficient water fixtures at sites and purposes shall be
are adopted
project offices. submitted in environmental reports
during
Leakage of water should not be allowed
construction through pipes and valves.
phase to Reuse of water used for curing and for
optimize other uses to be planned
energy
consumptio
Page 496
Maha-Metro/PMRP Tender No: P1 Misc-28/2022
3 Residential Ensure that all All possible effort will be made to minimize GC and Land PMRP
/Commercial and CPR persons displaced displacement of persons and land acquisition of Acquisition team from
permanently or private persons .Social Impact assessment PMRP to work with PMC
temporarily are consultant would provide the information and or R&R issues
settled as per the Metro samwad to make people aware of metro
Govt of project and grievance address system for persons
Maharashtra being displaced. Ensure that persons being
displaced have the same or better living
Page 497
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
Page 498
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
Reference
Sr. from SHE
General Condition Responsibility
No.
manualof
PMRCL
The Contractor as per Rule 69 of the MBOCW shall PART I SHE
formulate a Safety & Health policy and get it Management Corporate SHE
approved by Chief Inspector and display it at
1 Clause 4.0 Head/Project
conspicuous places at work sites in Hindi and
Marathi i.e. languages understood by the majority and its Manager
of construction workers. subsections
PART I SHE
Contractor shall prepare the method statement for Management
major activities which will be undertaken at sites. Project
3 It should be ensured that environmental risk Clause 3.0 Manager/SHE
assessment should be done for every activity and and its Head/Quality Head
suitable plan is developed to mitigate the impact.
subsections
Page 499
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
Page 500
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
Reference
Sr.
General Condition from SHE Responsibility
No.
manual of
The Contractor shall ensure the formation and PART I SHE Corporate SHE
monitor the functioning of Contractor SHE Managemen
6 Head/Project
committees..All employees should be able to t
Manager/SHE
participate in the making and monitoring of
Clause 7.0 Head
arrangements for safety, industrial health and
The Contractor shall ensure that all personnel PART I SHE
working at the site receive an induction SHE Managemen
trainings explaining the nature of the work, the Corporate SHE
t
7 hazards that may be encountered during the site Head/Project
work and the particular hazards attached to their Clause 8.0
Manager/SHE
own function within the operation. The training and its Head
shall cover the contents as given in the General
Instruction PMRP/SHE/GI/004. subsections
The Contractor shall organize SHE training to PART I SHE Corporate SHE
engage Managemen
8 t Head/Project
managers, supervisors and Manager/SHE
other personnel in behavioral change and Clause 9.0 Head
improve safety performance. The environmental
and its
The Contractor shall evolve and administer a PART I SHE
system of conducting environmental Managemen
9 inspections twice in a month. Contractor key t Clause 10 Project
Manager/SHE Head
personnel including the project manager shall and its
attend the site environmental inspections and
subsections
necessary compliance shall be arranged for
Monthly environmental report shall be submitted
by the contractor to GC/PMRP on or before 10th PART I SHE
of day of every month. The report shall Track the Managemen
progress in brief, compliance status of t Clause 11 Project
10
observations given by GC/PMRP during site visits, and its Manager/SHE Head
general compliance with ESMP/EMP,
monitoring records and other notable subsections
environmental issues related to site. The report
shall include the demonstrative site photographs
PART I SHE Project
Contractor shall develop the work permit system Managemen Manager/SHE Head
11 such that it considers the environmental aspects t Clause 11
of major activities carried on site. and its
subsections
Page 501
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
Reference
Sr.
General Condition from SHE Responsibility
No.
manual of
The Contractor shall take every effort to
communicate the Environment management
measures through posters campaigns /
billboards / banners / glow signs being displayed
around the work site as part of the effort to raise
environmental/social awareness amongst the
work force. Posters should be in Hindi, English, PART I SHE
and other suitable language as deemed Managemen
appropriate. Posters / billboards / banners/ glow t Clause 11 Project
12 signs should be changed at least once in a month and its Manager/SHE Head
to maintain the impact. The Contractor shall also
observe important days as listed in General subsections
Instruction
PMRP/SHE/GI/008 andprinting and displaying
safety
Signage and posters as listed in General
Instruction PMRP/SHE/GI/009
Page 502
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
Page 503
Maha-Metro/PMRP Tender No: P1 Misc-
28/2022
TENDER NO.
P1 Misc-28/2022
PART- IV
TENDER DRAWINGS
Page 504
MMRCL EIR
(Employers Information Requirements)
1|Page
Document Status
Prepared by
Reviewed by
Approved by
Revision Status
2|Page
References
3|Page
Table of Contents
1. PURPOSE ......................................................................................................................................... 6
2. THE EMPLOYERS 5D BIM OBJECTIVES ............................................................................................. 7
2.1 The Employer’s Objectives ...................................................................................................... 7
2.2 Project Objectives ................................................................................................................... 8
3. INFORMATION UTILISATION AND PLANNING................................................................................. 9
3.1 Primary Uses of Data and Information ................................................................................... 9
3.2 Stage Gate Digital Assurance .................................................................................................. 9
3.3 Technical and Design Reviews .............................................................................................. 11
3.4 LOD (Level of Definition) - Principles and Requirements...................................................... 12
3.4.1 Purpose and Scope........................................................................................................ 12
3.4.2 LOD Principles ............................................................................................................... 12
3.5 Master Production and Delivery Table (MPDT): The Employers Requirement .................... 18
3.6 Value Engineering ................................................................................................................. 18
3.7 Health and Safety and Construction Design Management (CDM) ....................................... 18
3.8 Asset Information ................................................................................................................. 19
3.9 Training Arrangements ......................................................................................................... 19
4. STANDARDS, METHODS AND PROCEDURES ................................................................................. 19
4.1 Standards .............................................................................................................................. 19
4.2 Security ................................................................................................................................. 20
4.3 Roles and Responsibilities ..................................................................................................... 20
4.4 Naming Conventions ............................................................................................................. 22
4.5 Classification ......................................................................................................................... 22
5. INFORMATION MANAGEMENT..................................................................................................... 22
5.1 System Performance and Constraints................................................................................... 22
5.2 Planning and Work Segregation............................................................................................ 22
5.3 Common Data Environment (CDE)........................................................................................ 24
5.3.1 Task WIP (Work in Progress) Team Data Environment................................................. 25
5.4 Collaboration Process ........................................................................................................... 25
5.5 Compliance Plan.................................................................................................................... 25
6. DIGITAL ENGINEERING .................................................................................................................. 26
6.1 Software Platforms ............................................................................................................... 26
6.1.1 Collaboration Platforms ................................................................................................ 26
6.1.2 Content Development and Analysis Platforms ............................................................. 26
6.2 Information Exchange Formats ............................................................................................. 26
6.3 Coordinates ........................................................................................................................... 27
4|Page
7. COMMERCIAL REQUIREMENTS..................................................................................................... 27
8. DEFINITIONS .................................................................................................................................. 28
5|Page
1. PURPOSE
The purpose of this Employer Information Requirements (EIR) document (as a part of
“Business Requirement Document”) is to provide specific details and instructions relating to
Production Information and Handover Information [Information Artefacts] about the
engineering solution of the MMRCL (Maha Metro Rail Corporation Ltd) asset and how these
shall be captured, authored, managed and submitted to MMRCL or its agent [the Employer]
by the Supplier / Detailed Design Consultant / Contractor [the Supplier] .
The EIR sets out MMRCLs EIR standards, methods and procedures to be used for producing
and managing Information Artefacts during each project phase, to make sure that the
developed engineering solution meets project objectives and desired outcomes and benefits.
As part of the Supplier tender submission and scope of services, and specifically within the
pre-contract BEP (BIM Execution Plan):
how the Supplier intends complying with the MMRCL Design, Review and Acceptance
procedure
how the Supplier intends complying with MMRCL EIR SMP (Standards, Methods and
Procedures)
how the Supplier will help MMRCL achieve its BIM objectives in a manner which helps
eliminate risk from the project and which promotes collaboration, innovation and
right first time design
how the Supplier intends producing and delivering Information Artefacts in
compliance with MMRCL standards
Post Contract:
As part of the Supplier post-contract BEP (BIM Execution Plan) and in addition to the pre-
contract points listed above:
how the Supplier intends developing the scope and delivery schedule for the MIDP
(Master Information Delivery Plan) for agreement with MMRCL
how the supplier intends to make sure that Information Artefacts are submitted in
accordance with the MIDP, to the required schedule, LOD and quality
how the Supplier intends publishing Drawing information to support Design Reviews,
costing or any other identified purpose
how the Supplier intends sharing and publishing Modelling information for
Coordination and Collaboration purposes
how the Supplier intends working collaboratively with interfacing disciplines and
contracts in order to eliminate coordination issues, design clashes and constructability
issues
how the Supplier intends satisfying the Level of Definition (LOD) requirements
6|Page
The EIR sets out Level of Definition requirements. This is a collective term used to describe
both the ‘Level of Model Detail’ and the ‘Level of Information Detail‘ to be authored and
issued to the Employer by the Supplier.
The ‘Level of Model Detail’ is the description of graphical content of models which is required
during each (applicable) project phase (for example during CONCEPT DESIGN, PRELIMINARY
DESIGN, DETAILED DESIGN etc)
The ‘Level of Model Information’ is the description of non-graphical content of models which
is required during each project phase.
The LOD principles and requirements are set out in sections 3.4 and 3.5 respectively.
Note that this EIR document has been produced in alignment with BS1192 [Ref 2] and PAS
1192:2-2013 [Ref 3] and uses terminology consistent with this standard including:
Task Team
Master Information Delivery Plan (MIDP)
Master Production Delivery Table (MPDT)
BIM Execution Plan (BEP)
A glossary of key terms used in this EIR can be found in section 8 Definitions.
The following sections of this EIR document describe the Employers Objectives, the EIR
Standards Methods and Protocols and Supplier obligations in more detail.
To institutionalise the use of the 5D BIM processes and solutions with the expectation
that the solutions to become the backbone of the project during the design and build
phase and subsequently for operations upon go-live of the project; with no change in
the platforms envisaged unless the technology solution is declared obsolete and out
of support
7|Page
To make sure that project execution stays within the defined timelines and budgets
with the best of quality resulting from world-class practices on scheduling, estimation
and engineering
To procure / produce, manage and maintain data and information about the MMRCL
engineered assets that is complete, consistent and can be trusted and re-used for
operational purposes and for future business intelligence
The Employer’s 5D BIM objectives for the Pune Metro Project / Contracts are to:
8|Page
obtain digital assurance and evidence, through the use of Information Artefacts,
verifying that (and how) the asset(s) can be efficiently constructed / installed
obtain digital assurance and evidence, through the use of Information Artefacts that
health and safety and CDM requirements have been identified and met
obtain digital assurance and evidence, validating the integrity and completeness of
the (Handover) Information Artefacts
obtain structured (Asset) data to populate Asset Management Information Systems
The Employer’s primary uses for the Information Artefacts, throughout the lifecycle of the
asset(s), are as detailed in Table 3-1.
To validate the business case and whole life cost forecasts, making sure they
are robust and outcomes and benefits can be / will be achieved.
PU04 Cost
To validate that the assets will meet the operational and maintenance
requirements as set out in the (Asset sections of the) Model Production and
Delivery Table (MPDT)
PU06 Asset Registration
To help verify that the project outcomes and benefits have been achieved
All Information Artefacts, as explicitly defined in the MIDP, shall be submitted to MMRCL
using the MMRCL Common Data Environment (CDE), in order to:
9|Page
provide the requisite level of assurances in accordance with the Employers
Requirements
inform stage gate decisions, as defined below to enable Stage Gate sign-off:
o Stage 1: INITIATION
Have business outcomes and benefits (that the projects must deliver) been
established?
o Stage 2: CONCEPT DESIGN
Can the detailed design be used for contracting delivery of the works?
o Stage 6: HANDOVER
o Stage 6: OPERATIONS
10 | P a g e
Note: the table below provides a cross-reference between the generic project stages listed
above and contract specific project stages
NOTE: The Supplier shall identify and capture within the MIDP, the Information Artefacts that
will be delivered to support and inform the stage decisions and assurances, as set out within
the MMRCL Design Review and Acceptance Procedure [Ref 6].
For details of the required types of documents to be delivered as part of the Handover
Information, refer to the Operations and Maintenance section of the MIDP.
All Technical and Design Reviews are to be undertaken in accordance with the MMRCL
Design, Review and Acceptance procedure [Ref 6]. This procedure specifically identifies the
types, frequency and events at which reviews will be undertaken.
The MMRCL Design, Review and Acceptance procedure [Ref 6] provides a comprehensive list
of questions which are be answered at each Design Review. The Supplier shall provide the
agreed Information Artefacts needed to adequately answer all design review questions and
provide the requisite evidence of assurance.
11 | P a g e
All Information Artefacts for Technical and Design Reviews shall be submitted by the Supplier
through the CDE in accordance with the relevant MMRCL EIR Standards, Methods and
Procedures [Ref 1]
The purpose of this section is to define the LOD principles and requirements for each of the
primary systems and components within each Discipline for each project stage.
The Employer’s LOD requirements are specified in the Employer’s MDPT (Master Delivery Plan
Table) – which is provided as a referenced document to this EIR document. The Employers
MDPT declares:
NOTE: see section 3.5 Master Production and Delivery Table (MPDT): The Employers
Requirement, for the stages at which models are to be developed by the Supplier
NOTE: The Supplier shall develop the MIDP and BEP to provide assurances and evidence as
to how the points above will be addressed
The Level of Definition is a collective term used to describe both the ‘Level of Model Detail’
[LOD] and the ‘Level of Information Detail‘ [LOI] to be authored and issued to the Employer
by the Supplier.
The ‘Level of Model Detail’ is the description of graphical content of models which is required
during each (applicable) project stage (for example during DETAILED DESIGN etc)
12 | P a g e
In principle, the LOD and LOI and matures progressively throughout the project lifecycle as
illustrated in the diagram below.
Table 3.4.1 below declares MMRCL’s overall vision and principles for modelling, LOD and LOI
across the project lifecycle.
13 | P a g e
Table 3.4.1 - Generic principles of Levels of Model definition for building and infrastructure projects
Stage Number 1 2 3 4 5 6 7
Model Number INITIATION CONCEPT DESIGN PRELIMINARY DESIGN DETAIL DESIGN CONSTRUCTION HANDOVER OPERATIONS
Systems to be N/A As per MPDT As per MPDT As per MPDT As per MPDT As per MPDT As per MPDT
covered requirements requirements requirements requirements requirements requirements
Graphical
Illustration
(Building Project)
Graphical
Illustration
(Infrastructure
Project)
What the model Model information Models which A dimensionally correct A dimensionally correct An accurate model of the asset An accurate record of the An updated record of the
communicating the communicate the initial and coordinated model and model that can be before and during construction asset as a constructed at asset at a fixed point in
can be relied
brief, performance response to the brief, which communicates the used to verify compliance incorporating coordinated handover, including all time incorporating any
upon for requirements, aesthetic intent and response to the brief, with regulatory specialist subcontract design information required for major changes made since
performance outline performance aesthetic intent and some requirements. The model models and associated model operation and maintenance. handover, including
benchmarks and site requirements. The performance information can be used as the start attributes. The model can be performance and condition
constraints model can be used for that can be used for point for the incorporation used for sequencing of data and all information
early design analysis, design of specialist contractor installation and capture of as required for operation and
development, analysis development and early design models and can installed information maintenance.
and co-ordination. contractor engagement. include information that
Model content is not The model can be used for can be used for
fixed and may be co-ordination, sequencing fabrication, co-ordination,
subject to further and estimating purposes sequencing and estimating
design development. including the agreement of purposes, including the
The model can be used a first stage target price agreement of a target
for co-ordination, price/guaranteed
sequencing and maximum price.
estimating purposes.
Output Project brief and Refined project brief Approval of coordinated Integrated production As constructed systems, Agreed final account. In
procurement strategy and concept approval developed design information. Complete operation and maintenance use performance
fabrication and manufacturing information. Agreed final compared against Project
details, system and element account Building Log Book Brief. Project process
verification, operation and Information gathered as key feedback: risk;
maintenance information elements are completed to procurement information
Modify to represent as feed installation management, soft landings
installed model with all information for the later
associated references. packages.
14 | P a g e
Stage Number 1 2 3 4 5 6 7
Model Number INITIATION CONCEPT DESIGN PRELIMINARY DESIGN DETAIL DESIGN CONSTRUCTION HANDOVER OPERATIONS
Parametric Project needs update: Sufficient date to Co-ordinated Developed Production information for Production record for the Updated: Geometry and Revisions for modifications
definition of function(s), estimate per square Design for the project the project: Specific project: Specific systems, installed product to the facility during its life.
Information
operation, quality and metre rates and other setting: generic systems, systems, objects and objects and assemblies information, "as
time. similar metrics. objects, or assemblies assemblies accurate in accurate in terms of constructed"
Benchmarking updated: Wireframe for represented with, detailed terms of specification, size, specification, size, form, Accuracy/resolution of
capital cost, surfaces/solids. form, function, cost, form, function and function and location with information. Commissioned
maintenance cost, time, Concepts, site context defining all components in location. Critical interfaces detailing, fabrication, performance for: OPEX,
health & safety, risk placeholder/ volumes/ terms of overall size, flagged Fixing assembly, and installation energy, and carbon Detailed
procurement contract. package volumes, typical detail, performance Methodology Confirmed information Detailed routing of maintenance methodology.
Performance system routings, site and outline specification, clash free detailed system Fixings and interfaces Snagging action status.
requirements: Priorities selection, datum points primary geometry frozen, production program details to be used. Updated:
and aspirations for: & levels. Integrated integration of standard sequence. Updated: energy use and embodied and
function, mix of uses, concept for the project designs and systems, energy use and embodied in use carbon, detailed design
scale, location, quality, setting scope, scale, builders work strategy for and in use carbon, detailed and construction program.
performance in use, form and primary significant interfaces, design and construction
cost (CAPEX & OPEX), design criteria: energy use, embodied and program
value, time, health & architectural form and in use carbon.
safety, embodied and in spatial arrangements, Maintenance plan Detailed
use carbon, energy and services philosophy and design and construction
resources needs, special arrangements program.
standard designs. Site preliminary assessment
constraints: geo-spatial, of energy use and
available site embodied/in-use
information. carbon, incorporation
of standard systems
Employer
activities
15 | P a g e
Stage Number 1 2 3 4 5 6 7
Model Number INITIATION CONCEPT DESIGN PRELIMINARY DESIGN DETAIL DESIGN CONSTRUCTION HANDOVER OPERATIONS
Critical N/A Environmental control Assumed procurement Allocated procurement Progressive capture of actual As constructed 3D scan As modified survey data.
philosophy and special package performance ad package relationships, dimensional data for critical Element performance test
Interfaces and
allocations for spatial boundaries; Other performance and special interface dimensions. results. System
logic ventilation; Availability relationships between boundaries; Actual Progressive capture of Commissioning status.
of the site and outline procurement packages; dimensional interface information for calculating
construction Assumed design codes requirements; Records of material requirements for
methodology regarding dimensional any derogations approved; follow on packages. Capture of
assumptions; Services tolerances of related Actual on-site to offsite object status for progress
capacity for the site systems; Foundation interface specifications. reporting and collaborative
Permitted working tolerances for use of off- planning.
hours on site site modular system;
Assessment of predicted
movements (thermal,
loading, creep, shrinkage
etc.)
Construction N/A Crane use zones; Traffic Confirmed crane (or other Actual crane (or other Status of construction Confirmed status that the Design of any construction
diversions lifting system) zones lifting system) zones and requirements. Safety briefing construction aids have been requirements, eg:
requirements
framework details. Traffic movement sequences. information. Construction removed. temporary safety supports
(Examples) diversion details. Construction methodology, sequence and or restraint supports or
methodology, sequence movements, critical to restraint systems if
and movements, critical to installation. Formwork details structural defects have
how the production design including install and removal been discovered.
is developed. sequence. Actual traffic
diversion details.
Project Costs Initial project budget. Feasibility cost plan. Commitment Cost Plan. Contract Sum/Target Contract Sum/ Target Price/ Final account. Actual in-use costs. Asset
Order of cost estimate. Feasibility life cost plan. Contractor's first stage bid price/ Agreed Maximum Agreed Maximum Price. Pre- replacement sinking fund.
submission. Detailed Price. Pre-construction construction whole life cost
whole life cost plan. whole life cost plan plan.
Project Logistics Client requirements, eg Assumed access and A feasible logistics Finalised logistics Object status progress Remote monitoring systems Remote monitoring
to avoid impact on egress points; Potential sequence for the sequences. Details of recording to initiate demand status. systems status.
and off site
other operations. delivery and lay down construction sequence; actual off-site system to be pull signals for deliveries.
activities zones. Confirmed modular used.
(examples) strategy (volumetric,
panelised, hybrid or other)
16 | P a g e
Stage Number 1 2 3 4 5 6 7
Model Number INITIATION CONCEPT DESIGN PRELIMINARY DESIGN DETAIL DESIGN CONSTRUCTION HANDOVER OPERATIONS
Project facilities Collaboration tools; Assumed access and Confirmed access zones Finalized, costed plan, Recording status of security Security system operational, Security system
Data standards welfare zones; Design and design team Critical lead times critical areas (EG unchecked, potentially using model operational. Facilities
(Welfare, IT
team collocation. collocation. confirmed. Off-site sweep in progress, screened information for lines of sight management systems
Infrastructure, manufacturing capacity and secured) from cameras, PAVA zone running on model
security etc) reserved. controls, etc. generated information
onsite and Geometry for letting
activities accessed from "as
offsite
constructed" model
(examples)
Notes and Management systems Technical strategy Provides the basis for Updated: maintenance Detailed construction Approximate final account N/A (project closed)
for information and studies. Commissioning Integrated Production plan, risk management methodology, Updated health Maintenance procurement
associated
decision making philosophy NRM1 Information to be plan, detailed construction and safety risk management pricing Remedial works,
project Approval policies. capital cost plan NRM3 produced on a package methodology, NRM2 plan NRM3 maintenance cost handover and maintenance
documents, maintenance cost plan basis with limited risk of procurement pricing plan program.
based on model changes to primary schedule, NRM3
coordination Room maintenance cost an,
information
Information sheets, health and safety risk
Detailed construction management plan, risk
methodology NRM2 and management plan.
NRM3 cost plans Health
and safety risk
management Risk
Management plan.
17 | P a g e
3.5 Master Production and Delivery Table (MPDT): The Employers Requirement
The Employers MPDT Requirements define the minimum LOD and LOI required for each
System. These are explicitly defined in the Employers MDPT, which are referenced by to this
EIR document.
NOTE: It is MMRCL’s requirement that model Information Artefacts should be developed from
the start of DETAILED DESIGN stage of the project. 2D drawings approved at the end of the
preliminary stage should be used for developing the 3D Model which is only to be submitted
for Review. On Final approval (Level A or Level B) of the 3D Model, 2D drawings are extracted
and submitted for review with 3D drawings for Construction certification.
The Supplier shall develop the MIDP and BEP to provide assurances and evidence as to how
the points below will be addressed:
NOTE: The Supplier shall provide details of how Information Artefacts will be used to show the
effectiveness (and provide assurance and evidence) of value engineering.
Value engineering must be integrated into the Design Review procedure. An MMRCL
Operations Representative must have access to all relevant Information Artefacts and attend
all value engineering reviews.
NOTE: The Supplier shall provide details of how Information Artefacts will be presented and
approved during the review process.
NOTE: The Supplier shall provide details of how Information Artefacts will be utilised to
support health and safety and CDM obligations; identifying, eliminating and reducing hazards
and risks and providing better safety management.
Where the Supplier is contracted to carry out Detailed Design they shall provide details of
process for integrating the construction plan with other components of the Production
Information. Details shall include how safety measurements will be validated and how
compliance with safety regulations will be checked.
18
3.8 Asset Information
Table 3-5 provides details of the Employer’s corporate solutions for the management of Asset
Information and the vehicle for delivery of the required information.
Note: Where the MMRCL MPDT Requirements extend to the CONSTRUCTION, HANDOVER or
OPERATIONs phases, the Supplier shall develop and include a MDPT response within the
Suppliers BEP providing assurances and evidence as to how the points below will be
addressed:
How Asset Information Artefacts shall be developed to the required LOD/LOI for each
of the listed systems and project stages
How Asset Information Artefacts (and 2D drawings) shall be developed and issued to
the CDE in the identified native and deliverable formats
How Asset Information Artefacts shall comply with the MMRCL - Engineering
Assurance File Naming Convention [Ref 5]
How Asset Information Artefacts (drawings) shall comply with the MMRCL CAD
Standard [Ref 4]
The Supplier is responsible for making sure that their staff (and that of their Sub-contractors
of any tier) are adequately briefed and trained to undertake the Information Management
and Information Modelling aspects of the project.
The Supplier shall provide details of how they will make sure (and manage and maintain) their
staff (and that of their Sub-contractors) have the capability and competency to provide
verified and coordinated Information Artefacts in accordance with these EIRs.
All Information Artefacts, as specified in the MPDT and as defined and agreed in the MIDP,
shall be produced, managed and submitted into the CDE in accordance with the standards and
procedures listed below and in any case in compliance with the MMRCL EIR Standards,
Methods and Procedures [Ref 1].
19
BS 1192:2007+A2:2016 Collaborative production of architectural, N/A
engineering and construction information. Code of
practice
BIP2207 Standard Framework and Guide to BS1192:2007
PAS 1192-2:2013 Specification for information management for the
capital/delivery phase of construction projects using
building information modelling
Digital Plan of Work (NBS https://toolkit.thenbs.com/
Toolkit)
CIC BIM Protocol 2013
4.2 Security
NOTE: The Supplier shall provide details and assurances within the BEP of how the following
potential security concerns will be addressed:
Note: that the scope and context of these security concerns relates to the Suppliers
production and management of Information Artefacts, in particular when working outside of
the MMRCL CDE
How the Supplier will comply with all relevant MMRCL security policies
How the Supplier will protect MMRCL IP (Intellectual Property)
How the Supplier will make sure that access to Information Artefacts will be restricted
only to the relevant, authorised personnel
How the Supplier will protect Information Artefacts against malicious attach
making sure that the BEP has been completed and agreed with the Employer and
(where appropriate) briefed to Sub-contractors or suppliers of the Supplier and the
relevant the Project / Task Team members
making sure that the BEP is updated as works progress, in compliance with project
change control procedures
making sure that all Employer standards, methods and procedures are fully complied
with
promoting collaborative behaviours
providing the focal point for all Information Artefact management issues on the
project
20
making sure that all Information Artefacts are compliant with the requirements of the
contract and all relevant Employer standards
making sure that all Information Artefacts are managed and submitted through the
CDE and that all mandatory meta-data has been populated
making sure that the Supplier, Sub-contractors or suppliers of the Contractor /
Consultant, and the relevant the Project / Task Team members (as applicable) have
continued and appropriate access to the Project Data Environment
providing clear instructions, including on the following areas:
o which Information Artefacts are required, by whom and for what purpose;
o who will generate the Information Artefacts and maintain them;
o how Information Artefacts will be sorted and distributed;
o how frequently Information Artefacts will be shared (for example for inter-
disciplinary coordination purpose); and
o what actions should be taken on receipt of Information Artefacts
The Roles and Responsibilities relating to the authoring, checking, sharing, publishing and
management of the Information Artefacts can be found in the MMRCL EIR Standards,
Methods and Procedures [Ref 1].
The Supplier shall assure MMRCL that that responsibilities have been adequately allocated
and that a contact list of those assigned to the project, including Curriculum Vitaes (CV) is
maintained for assurance purposes.
21
4.4 Naming Conventions
The Supplier shall make sure that a single File Naming convention is used for all Information
Artefacts and that File Names are unique across the Project.
The File Naming Convention is defined in MMRCL EIR Standards, Methods and Procedures
document [Ref 1].
4.5 Classification
The Supplier shall structure all Information Artefacts; categorising the functional and physical
characteristics of the assets such that they can be efficiently identified, grouped and utilised
5. INFORMATION MANAGEMENT
5.1 System Performance and Constraints
The Supplier shall provide details of any limitations / restrictions of all IT systems; this should
as a minimum determine limitations on files size and any restrictions on the use of the
MMRCL recommended software platforms.
The Supplier is responsible for procuring, testing and implementing any required IT
infrastructure, hardware and software in advance of project mobilisation and on-boarding.
The Contractor / Consultant shall provide details of their massing strategy in accordance with
Section 3.4 Level of Definition – Principles and Requirements which shall define the extents
of the proposed design, including:
shape
general size
location
orientation.
Modelling Strategy
The Supplier shall provide details of their modelling strategy, which must explicitly define how
Information Artefacts will be developed to allow;
22
23
Volume Strategy
The Supplier shall provide details of their volume strategy, which must explicitly define how
the extents of the massing strategy are sub-divided into spaces within which discipline / Task
Teams can effectively coordinate their designs (i.e. rooms, horizontal and vertical circulation,
structures, service routes).
The Supplier shall provide details of their processes for utilising the volume strategy to:
federate models
provide assurances and evidence of coordination between interfacing disciplines /
Task Teams and all adjacent works / contracts
design within each volume
provide assurances and evidence of the coordination and integration between the
volumes
Please refer to Section 3.4 Level of Definition – Principles and Requirements for more details.
All Information Artefacts shall be authored, checked, shared, published and managed through
the CDE, in accordance with MMRCL EIR Standards, Methods and Procedures [Ref 1] – but
see qualifying notes below with respect to authoring and checking.
MMRCL will provide a designated system accessible to all Task Teams and other
relevant stakeholders (as authorised by MMRCL), which shall be used as a managed
‘single source of truth’ for all Information Artefacts shared for (non-contractual)
coordination and collaboration purposes and for all Information Artefacts published
for (contractual) MMRCL Design Review and Acceptance purposes
MMRCL will provide each Task Team with a dedicated, secure working area (the Task
Team Data Environment) where Information Artefacts shall be Shared and Published,
in accordance with the Master Information Delivery Plan (MIDP).
All Shared and Published Information Artefacts shall first be approved by the Task
Team Manager before issue to the relevant Shared or Published Area of the Project
Data Environment
All Shared and Published Information Artefacts shall first be approved by the Task Team
Manager before issue to the relevant Shared or Published Area of the Project Data
Environment
MMRCL shall provide the Project Data Environment as described in MMRCL EIR Standards,
Methods and Procedures [Ref 1]. All other details relating to the Collaboration Tools used to
support the CDE are documented below.
24
The Employer Collaboration tool is declared in Table 6.1a. Details of how the Supplier (and
their Sub-contractors) shall access and interact with the system, including the security model,
access rights and training and support to be provided is documented in the MMRCL EIR
Standards, Methods and Procedures [Ref 1].
Note that Suppliers may optionally choose to develop WIP Information Artefacts within the
MMRCL Task Team Data Environment.
On request, MMRCL shall provide each Task Team with a secure WIP (Work in Progress)
working area, where the Supplier can author and check Information Artefacts in advance of
issuing to the relevant Shared or Published Area of the Project Data Environment should the
Supplier choose to work this way – the Supplier shall notify and document this intent within
the Suppliers BEP response
The Supplier shall make sure that all Information Artefacts are checked, approved and verified
as Information Artefacts are issued to or are passed through the CDE.
The types of checks and approvals shall be determined by the purpose for which the
Information Artefacts is being shared (refer to Section 8 of the SMP for further details).
processes for checking, approving and verifying Information Artefacts within the CDE
triggers for sharing / exchanging Information Artefacts
purposes of sharing / exchanging Information Artefacts
assurances of compliance against the prescribed information exchange format
frequency and purpose of each design review / coordination workshop
The Supplier shall provide details and evidence of how Information Artefacts, delivered
through the CDE, are:
25
6. DIGITAL ENGINEERING
6.1 Software Platforms
The Employer shall not place any restrictions on the content development or analysis tools to
be used by the Supplier.
The Supplier shall document assurances to this affect through the BEP response.
The Supplier shall deliver Information Artefacts (issued through the CDE), in accordance with
the MIDP and in the exchange formats declared in Table 6-2 and where appropriate in
accordance with NRMCL CAD Standard [Ref 4].
Survey data (for Design & Engineering context) 3MX, CSV, SHP
Cost Data (Non-Graphical Data) XLS
Programs XER, PLF, MPP, PDF, XLS
26
If necessary, the Supplier shall provide details of how interoperability issues will be addressed
to make sure that Information Artefacts are delivered in the formats prescribed above.
6.3 Coordinates
All geographical Information Artefacts shall be exchanged, through the CDE, in compliance
with the MMRCL Project Grid:
Details relating to the dimensional consistency / units of measure are found in the MMRCL
CAD Standard [Ref 4].
7. COMMERCIAL REQUIREMENTS
27
The Supplier shall respond to this EIR in the form of a BIM Execution Plan (BEP); the template
for which shall be provided by MMRCL.
8. DEFINITIONS
Table 8 – Definitions
Term Definition
Asset Management Systems used to store and manage data about assets.
Information System
BEP (BIM Execution Plan) A document within which the proposed approach, capability,
capacity and competencies of the prospective or selected
Contractor / Consultant sets out the response to the EIRs
CDE (Common Data The agreed solution for the production, use and management of
Environment) Model File(s), Composite Model(s), Non-Graphical Data,
Document Definition(s) and Document Rendition(s), as set out in
the SMP, BEP and MIDP(s)
Composite Model Computer Aided Design (CAD) file(s) displaying one or more
Model Files (attached as references), for the purpose of
performing coordination activities and / or compiling Document
Definitions.
Data Authoring Creation of Production Information and Handover Information
Data Capture Collecting, from various sources, Graphical Data and Non-
Graphical Data relating to asset(s)
Data Coordination Use of Graphical Data and Non-Graphical Data, about the
asset(s), to virtually assure and evidence coordination across all
task teams, existing infrastructure and adjacent works
Data Simulation Use of Graphical Data and Non-Graphical Data to virtually test
the design, construction, operation and maintenance of the
asset(s)
Data Validation Rule based tools used to validate and check all Production
Information and Handover Information against the EIR and
Standards
Data Visualisation Visually representing Graphical Data and Non-Graphical Data to
support decision making.
Document Definition Data file produced, containing a view of the Non-Graphical Data
and / or Model File(s) and / or Composite Model(s), to derive
meaning for a specific purpose
Document Rendition A data file in an immutable format, derived from a Document
Definition
Handover Information Model File(s), Composite Model(s), Non-Graphical Data,
Document Definition(s) and Document Rendition(s) which have
been agreed between the Parties to be produced, updated,
maintained and delivered as set out in the Master Information
Delivery Plan(s) in accordance with the Employers requirements
Information Artefacts The collective term for Production Information, Handover
Information and any other model or drawing deliverables
identified in the within the MIDP and MPDT – all Information
Artefacts shall be authored, shared, published and archived
within the CDE
28
MIDP (Master Information A forward looking schedule of the Model File(s), Composite
Delivery Plan) Model(s), Non-Graphical Data, Document Definition(s) and
Document Rendition(s) which are to be produced, maintained
and delivered as Information Artefacts
Model File Computer Aided Design (CAD) file(s) containing shape(s) with
defined origin, orientation and dimensions, communicating the
physical characteristic of the assets. A Model File may also
include Non-Graphical Data, associate to the CAD file(s) and / or
shape(s), identifying the functional characteristics of the asset(s)
Non-Graphical Data Data file containing alphanumeric characters, communicating the
physical and functional characteristics of the asset(s)
Primavera MMRCL Project Planning Tool
29
MMRCL EIR Standards, Methods and Procedures
1|Page
Document Status
Prepared by
Reviewed by
Approved by
Revision Status
2|Page
References
2 BS1192:2007+A2:2016 2016
Collaborative production of architectural,
engineering and construction information. Code of
practice
3|Page
Table of Contents
1. PURPOSE ......................................................................................................................................... 6
2. SCOPE .............................................................................................................................................. 6
3. PROJECT DOCUMENTS .................................................................................................................... 6
4. MASTER INFORMATON DELIVERY PLAN ......................................................................................... 6
5. COMMON DATA ENVIRONMENT (CDE) PROCEDURES ................................................................... 6
5.1 General.................................................................................................................................... 6
5.2 CDE Procedure ........................................................................................................................ 9
5.2.1 Task Team WIP (Work in Progress) Area (Optional) ....................................................... 9
5.2.2 Project Shared Area ........................................................................................................ 9
5.2.3 Project Published Area .................................................................................................. 10
5.2.4 Archive .......................................................................................................................... 11
5.3 Information Security and Access........................................................................................... 11
5.3.1 General .......................................................................................................................... 11
5.3.2 CDE Roles and CDE Competencies ................................................................................ 11
6. INFORMATION EXCHANGES .......................................................................................................... 11
6.1 Task Team Data Environment ............................................................................................... 11
6.2 Project Data Environment..................................................................................................... 12
6.3 Supplier Responsibility .......................................................................................................... 12
6.4 Site Information (including Survey) ...................................................................................... 13
6.4.1 Site Information ............................................................................................................ 13
6.5 Employer Document Control (Employer use only) ............................................................... 13
7. ROLES AND RESPONSIBILITIES (for Information Artefacts)........................................................... 13
7.1 Design Coordination Manager (appointed by the Supplier) ................................................. 13
7.2 Lead Designer (appointed by the Supplier) .......................................................................... 14
7.3 Task Team Managers (appointed by the Supplier) ............................................................... 14
7.4 Interface Manager (appointed by the Supplier) ................................................................... 14
7.5 Project Information Manager (appointed by the Supplier) .................................................. 15
7.6 CAD Coordinator (appointed by the Supplier) ...................................................................... 15
7.7 CAD Manager (appointed by the Supplier) ........................................................................... 15
7.8 Project Manager (appointed by the Employer) .................................................................... 16
7.9 Designated Technical Lead / Manager (appointed by the Employer) .................................. 16
7.10 Lead Reviewer (appointed by the Employer) ....................................................................... 16
7.11 Employer Information Manager (appointed by the Employer) ............................................ 16
7.12 Document Controller (appointed by the Employer) ............................................................. 17
8. INFORMATION ARTEFACTS: CHECKS, APPROVALS & ACCEPTANCE ............................................. 17
4|Page
8.1 Checks and Approvals ........................................................................................................... 17
8.2 Employer Acceptance ........................................................................................................... 19
9. UNIQUE FILE IDENTIFICATION....................................................................................................... 19
10. METADATA ................................................................................................................................ 19
11. DEFINITIONS .............................................................................................................................. 20
APPENDIX A: DOCUMENT MAP ............................................................................................................ 22
APPENDIX B: CDE (COMMON DATA ENVIRONMENT) .......................................................................... 23
APPENDIX C: INFORMATION ROLES AND RESPONSIBILITIES ................................................................ 24
APPENDIX D: CDE – HIGH LEVEL WORKFLOW ...................................................................................... 25
5|Page
1. PURPOSE
The purpose of this document is to set out the MMRCL SMP (Standards, Methods and
Procedures), for the Pune Metro Project, including those relating to the MMRCL CDE
(Common Data Environment), the means by which Information Artefacts, as set out in the
MIDPs (Master Information Delivery Plans), are to be produced, used and managed.
The intent is to provide a common set of processes (including those in relation to the
Common Data Environment) for the production, use and management of the Model Files,
Composite Models, Non-Graphical Data and Document / Drawing Renditions.
This document shall be read in conjunction with MMRCL-Pune Metro-EIR V1.0 [Ref 1],
BS1192:2007+A2:2016 [Ref 2] and PAS 1192-2:2013 [Ref 3].
2. SCOPE
This SMP applies to all parties (including the Employer) involved in the Pune Metro Project,
who are engaged in the production, use and management of Information Artefacts as set out
and agreed in the MIDP(s).
3. PROJECT DOCUMENTS
See Appendix A: Document Map for the relationship between this and other EIR related
documentation.
The MIDP shall be populated and agreed and included as part of the Suppliers BEP response,
during the mobilisation period, prior to commencement of any production information.
Note that all updates to the MIDP shall follow project change control procedures.
The Supplier shall produce, use and manage all Information Artefacts in accordance with the
procedures set out in Section 5.2 below.
6|Page
A Project Data Environment
MMRCL will provide a designated system accessible to all Task Teams and other
relevant stakeholders (as authorised by MMRCL), which shall be used as a managed
‘single source of truth’ for all Information Artefacts shared for (non-contractual)
coordination and collaboration purposes and for all Information Artefacts published
for (contractual) MMRCL Design Review and Acceptance purposes
MMRCL will provide each Task Team with a dedicated, secure working area (the Task
Team Data Environment) where Information Artefacts shall be Shared and Published,
in accordance with the Master Information Delivery Plan (MIDP).
All Shared and Published Information Artefacts shall first be approved by the Task
Team Manager before issue to the relevant Shared or Published Area of the Project
Data Environment
Note that on request, MMRCL will provide each Task Team with a secure WIP (Work in
Progress) working area, where the Supplier can author and check Information
Artefacts in advance of issuing to the relevant Shared or Published Area of the Project
Data Environment should the Supplier choose to work this way – the Supplier shall
notify and document this intent within the Suppliers BEP response.
Employers
Employers Information
Information Requirements
Requirements
Scope of
EIR IM Protocol Contract
Services
Project
Project Information
Information Requirements
Requirements Handover
Handover
Requirements
Requirements
Design,
EIR Standards, Document BIM Execution
Review &
Methods & Control Plan
Acceptance
Procedures Procedure (Template)
Procedure
Master
Information TBD
Delivery Plan
Please refer to
7|Page
Appendix B: CDE (Common DATA ENVIRONMENT)
Note that Suppliers may optionally choose to develop WIP Information Artefacts within the
MMRCL Task Team Data Environment.
On request, MMRCL shall provide each Task Team with a secure WIP (Work in Progress)
working area, where the Supplier can author and check Information Artefacts in advance of
issuing to the relevant Shared or Published Area of the Project Data Environment should the
Supplier choose to work this way
The Task Team WIP Area of the CDE is where a Task Team can develop content using their
organisations systems and tools. This is the only area of the CDE where Information Artefacts
are to be produced and / or edited.
Access to each Task Team’s WIP Area shall be restricted to those Task Team members who are
authorised (by the Task Team Manager) to author Information Artefacts. Information
Artefacts within this area of the CDE are not to be disseminated or used by other Task Teams,
or the Employer, for any purpose.
All WIP Information Artefacts shall carry a preliminary revision that includes the major
revision and minor version and the suitability ‘S0 – Non Verified Data’ (refer to Appendix D:
CDE – High Level Workflow).
Before Information Artefacts are shared with other Task Teams and other parties including
the Employer, the Task Team Manager shall make sure that all checks and reviews, as
applicable for the purpose for which the Information Artefact is being shared (as set out in
Section 8), have been carried out. The Task Team Manager shall then approve the Information
Artefacts for issuing to the Project Shared Area (forming part of the Project Data
Environment).
Before issuing Information Artefacts to the Project Shared Area, the Task Team Manager shall
make sure that the applicable suitability code and revision have been designated (refer to
Section 8).
The purpose of the Project Shared Area (of the Project Data Environment), is to serve as a
‘single source of truth’ for each Task Team’s issued Information Artefacts. Only Information
Artefacts within this area of the CDE are to be referenced by other Task Teams and other
parties including the Employer. The Information Artefacts are to be used in accordance with
assigned suitability codes. Refer to MMRCL CAD Standard [Ref 4] for a list of suitability codes.
Only Information Artefacts with applicable suitability code and revision, refer to MMRCL CAD
Standard [Ref 4], that have been approved by the applicable Task Team Manager are to be
held within the Project Shared Area of the CDE.
8|Page
All Information Artefacts in the Project Shared Area of the CDE shall be read-only and shall not
to be edited by any Task Team or any other party (including the Employer).
Where changes to the Information Artefacts are required, a new version shall be created and
the revision incremented, ‘+1’ and the minor version reinstated. Refer to MMRCL CAD
Standard [Ref 4]. The new version shall be placed in the Task Team WIP Area and the old
version retained in the Project Archive Area of the CDE.
Before accepting the Information Artefacts and issuing to the Project Published Area, the
Project Manager shall make sure that:
all relevant approvals are in place and the acceptance criteria have been met
the applicable suitability code and revision have been assigned
As part of the Project Data Environment, the Project Published Area of the CDE holds all the
Information Artefacts which have been accepted by the Project Manager.
Only Information Artefacts that have been accepted, meet the acceptance criteria and have
been assigned an applicable suitability code and revision (refer to MMRCL CAD Standard
[Ref4]) are to be held within the Project Published Area.
All Information Artefacts in this area of the CDE shall be read-only and shall not to be edited
by any Task Team, or any other party (including the Employer).
Where changes to the Information Artefacts are required a new version of the file shall be:
created, its revision incremented, ‘+1’ from its previous revision and the minor version
reinstated (refer to MMRCL CAD Standard [Ref 4])
placed in the WIP Area and the old version retained in the Archive area of the CDE
9|Page
5.2.4 Archive
The Archive area of the CDE (within both the Task Team Data Environment and Project Data
Environment) shall hold inactive and / or superseded Information Artefacts.
5.3.1 General
Security and access to the data and information held in each area of the CDE shall be assigned
according to CDE Roles and Competencies.
All Task Team members and other parties including the Employer’s team shall be assigned to a
CDE Role as defined in Section 7. Access to the Area(s) of the CDE shall be determined by
these Roles.
Persons who are required to perform specific tasks (create, edit, approve, or accept) in a given
area of the CDE shall be assigned the appropriate CDE Role.
Note: Although a project team member can be assigned one or more Competency, they
shall not approve Information Artefacts that they have authored.
6. INFORMATION EXCHANGES
6.1 Task Team Data Environment
10 | P a g e
6.2 Project Data Environment
Information Artefacts shall only to be shared with other Task Teams or other parties include
the Employer, through the Project Data Environment.
Information Artefacts to be shared, can be copied from the Project Data Environment to the
Task Team’s Shared Area for (read-only) use, in accordance with the assigned suitability.
The MMRCL CDE is to be used as the Project Data Environment. The Project Data Environment
has been configured to allow all Task Team Managers and the Employer to issue Information
Artefacts, approved by the Task Team Manager, to the Project Shared Area; all other Task
Team members have read-only access to the Project Shared Area.
when a change to the design occurs which may impact another Task Team
when a Task Team needs more space than that which has been allocated in order to
meet design requirements and / or connection points / location of integration
changes
for design review meetings
at each of the agreed project stages (in line with the Accepted Programme), at which
time the Production Information and / or Handover Information shall be in
accordance with MMRCL Standards (see Section 12.1).
Before publishing Information Artefacts to the Project Shared Area Task Team Managers shall:
make sure that Information Artefacts are review and checked in accordance with the
suitability code for which Artefact is being shared
make sure that the appropriate suitability code is assigned
make sure that the appropriate revision code is assigned
make sure that all mandatory metadata is assigned
In addition to the above, the Supplier shall make sure that all Information Artefacts, to be
shared for Employer review and acceptance are:
developed to a level of detail, as agreed within the MDPT and in accordance with
agreed acceptance criteria
checked, reviewed and approved in accordance with all relevant standards
delivered in accordance with agreed project dates, the MIDP(s), MDPT, SMP and BEP
11 | P a g e
6.4 Site Information (including Survey)
If Site Information is to be provided to the Supplier then this shall be documented within the
MIDP and issued as part of the tender documents.
A list of the available Site Information to be provided by the Employer, along with its
suitability for purpose, shall be documented in the MIDP by the Employer.
All Site Information shall be distributed through the Employer’s Project Data Environment.
The following systems are the Employer’s internal solutions for the management of
Information Artefacts.
All Information Artefacts, as per the agreed MIDP shall be distributed, by the Employer’s
Document Controller, through the applicable system (as per Table 6-1).
The Supplier shall maintain a list of persons assigned to each of these roles. It should be noted
that project team members can be allocated one or more of these responsibilities as
necessary.
The Design Coordination Manager (also known as the Design Manager on some contracts)
responsibilities include:
providing the single point of contact for all communications between the design and
construction teams
making sure that all design deliverables, including that of sub-contractors, designers
and specialist designers are integrate with the construction programme
12 | P a g e
making sure that that design deliverables are delivered in accordance with the agreed
programme and MIDP(s).
making sure that all Information Artefacts have been listed in the MIDP(s) and agreed
by all parties
making sure that the project Zones (used to segment the project into manageable
subdivisions) are defined and maintained for the duration of the works (it is
anticipated that a shared Zone Model File shall be maintained for this purpose)
managing coordination and integration of the design, including the development and
approvals of the Information Artefacts
making sure the design is fully co-ordinated and integrated across all disciplines,
existing infrastructure and any adjacent works
Make sure all Information Artefacts are strictly controlled and shared through the
Project Data Environment
the production of the design output for a particular task, or set of tasks allocated to
the Task Team
making sure that all checks and reviews, as applicable for the purpose for which the
Information Artefact is to be shared (refer to Section 8), have been carried out
approving of the Task Team Information Artefacts for issuing to the Project Shared
Area
providing authorisation for access to the Task Team WIP Area
as part of the Task Team, managing the spatial interface with other Tasks (the volume
strategy determines the spatial allocation for each Task Team)
proactively proposing resolutions to co-ordination clashes
For example: If a task requires additional space (i.e. the mechanical task team need to
increase the area required for ventilation units) the interface manager for that task will
discuss the impact of making additional space available with interface managers whose tasks
are/or maybe affected
13 | P a g e
7.5 Project Information Manager (appointed by the Supplier)
making sure that there is a consistent approach to modelling assets physical and
functional characteristics across the project
coordinating the project needs for IT solutions
responsibility to the Task Team Managers and the Project Information Manager
making sure that CAD Information Artefacts are compliant with agreed standards
making sure that all CAD files are shared using the agreed IT solutions
14 | P a g e
7.8 Project Manager (appointed by the Employer)
Making sure that that only compliant Information Artefacts are accepted and if
applicable, making sure that any concessions required are in place before hand
Preparing a check list of reviewable data and inputs required by/from other disciplines
Responding to the deliverables by the stipulated deadlines, and signing off as
acceptable or otherwise each aspect of the design submission
Delegating responsibility for acceptance and sign-off in cases of leave or other
absence
Identifying other parties or reviewers that require to have input into the review
Reviewing comments provided by reviewers before issuing to back to the Supplier
Completing, maintaining and implementing this document and making sure that it is
available to all Task Teams and other Parties including the Employer
managing the processes for information exchanges between the Supplier and
Employer
making sure that project processes are being followed by all Task Teams and other
Parties, including the Employer
providing the focal point for Information Modelling and Management issues
15 | P a g e
making sure that collaborative behaviours are embraced
making sure that project document control procedures are being followed by all Task
Teams members and any other relevant Parties
making sure that all Information Artefacts are delivered using the agreed IT solutions
making sure that only Information Artefacts listed and agreed to be delivered in the
MIDP(s), are delivered and accepted
making sure all Information Artefacts, accepted by, or on behalf of the Project
Manager, are distributed to the applicable MMRCL system (refer to Section 6.5)
Before any Information Artefact is issued to the Project Shared Area, it shall first be checked
and approved by the Task Team Manager. The level of checking and approval required will
depend on the purpose for which the Information Artefact is being shared.
Information Artefacts shall be shared for coordination purposes (with the suitability,
S1 – Issued for Coordination) in accordance with the MIDPs.
Before being issued to the Project Shared Area, all Information Artefacts to be shared
for coordination purposes shall be:
o checked and verified against all applicable data and information standards
(including the SMP and BEP)
o checked for technical content (in accordance with the Design Management Plan)
o approved for issue by the Task Team Manager
Information Artefacts, which have been shared for coordination, shall be used by other
Task Teams and / or stakeholders to coordinate their design
Information Artefacts shall be shared for review and comment purposes (with the
suitability ‘S3 - For Review and Comment’) in accordance with the MIDPs.
The Circumstances under which Information Artefacts are issued for review and
comments shall be specifically identified within the MIDPs but these may include:
16 | P a g e
o If there is a change to a Task Team’s design which potentially impacts on other
Task Teams and / or stakeholders
o the Task Team requires additional space than that already allocated and / or
connection points
o The Task Team requires location integration changes
Where Information Artefacts are to be used, for example in Design Reviews,
Coordination meetings, Inter-Disciplinary Design Review, Inter-Disciplinary Design
Checks, they shall be shared for comment.
Before being issued to the Project Shared Area, all Information Artefacts to be
shared for review and comment purposes shall be:
o checked and verified against all applicable data and information standards
(including the SMP and BEP)
o checked for technical content (in accordance with the Design Management Plan)
o approved for issue by the Task Team Manager
Task Teams and / or other Parties, including the Employer, shall comment as
applicable to make sure issues are identified and resolved.
Note that, Task Teams and / or other Parties, including the Employer, shall not
change or coordinate their design based on Information Artefacts which have been
issued for Review and Comment.
Information Artefacts shall be shared for Employer Review and Approval (S4 – Issued
for Approval) in accordance with the MIDPs.
At the agreed project stages, as captured in the MIDP(s) and aligned with the
accepted programme, Information Artefacts shall be shared using the suitability, S4 –
Issued for Approval.
Before being approved, by the Task Team Manager and published to the Project
Shared Area for Employer Review and Acceptance, the Supplier shall make sure that
all Information Artefacts:
o are checked and verified against all applicable data and information standards
(including the SMP and BEP)
o have the technical content checked (in accordance with the agreed DMP)
o meet design requirements (appropriate for the stage of the project at which it is
being accepted)
o comply with all applicable MMRCL Standards
o are developed to the Level of Development, agreed within the MIDP(s)
o are approved by the Lead Designer as a coordinated and complete dataset; CAD
files, Non-Graphical Data and Documentation cross-referenced and aligned
o all Model File content is approved by the Lead Designer as being spatially
coordinated
17 | P a g e
8.2 Employer Acceptance
Prior to Information Artefacts being accepted by the Project Manager and moved to the
Project Published Area (of the Project Data Environment), all acceptance criteria shall be in
place; and any comments returned to the Supplier for incorporation prior to acceptance.
When accepted, the Employer shall move the Information Artefacts to the Project Published
Area, in accordance with the Document Control procedure.
Document Renditions are NOT to be accepted until the Model File(s), Composite Model(s),
Non-Graphical Data and Document Definition(s) used to produce them have first been
accepted.
The file ID shall be composed of joining the fields (metadata) as defined in compliance with
the MMRCL - Engineering Assurance File Naming Convention [Ref 5]
10. METADATA
In addition to the metadata required for the unique file ID, all Information Artefacts shall be
attributed the metadata shown in Table 10-1.
Revision P04
Created (Author)
Approved
Authorised
18 | P a g e
Lifecycle Stage Detailed Design
Project / Contract
11. DEFINITIONS
19 | P a g e
Production The Model File(s), Composite Model(s), Non-Graphical Data, Document
Information Definition(s) and Document Rendition(s) which have been agreed
between the Parties to be produced, updated and maintained in order to
provide the Works and be delivered, during the design and construction
stages of the Project, as set out in the MIDP(s).
20 | P a g e
APPENDIX A: DOCUMENT MAP
Employers
Employers Information
Information Requirements
Requirements
Scope of
EIR IM Protocol Contract
Services
Project
Project Information
Information Requirements
Requirements Handover
Handover
Requirements
Requirements
Design,
EIR Standards, Document BIM Execution
Review &
Methods & Control Plan
Acceptance
Procedures Procedure (Template)
Procedure
Master
Information TBD
Delivery Plan
21 | P a g e
APPENDIX B: CDE (COMMON DATA ENVIRONMENT)
For the CDE End to End Process please refer to the following procedure:
MMRCL Level 2 BIM E2E Workflow Process [Ref 10]
22 | P a g e
APPENDIX C: INFORMATION ROLES AND RESPONSIBILITIES
NMRCL/GC
NMRCL/GC Consultant
Consultant // Contractor
Contractor
CAD Manager
Notes:
Notes:
The
The purpose
purpose of
of this
this diagram
diagram isis only
only to
to illustrate
illustrate the
the primary
primary information
information management
management roles
roles
Lines
Lines of
of authority
authority may
may vary
vary
An
An individual
individual may
may undertake
undertake oneone or
or more
more roles
roles
23 | P a g e
APPENDIX D: CDE – HIGH LEVEL WORKFLOW
For the CDE High Level Workflows please refer to the following procedures:
Drawing Information Artefacts: MMRCL Level 3 Drawing Process [Ref 11]
Model Information Artefacts: MMRCL Level 3 Model Process [Ref 13)
24 | P a g e
1.1 IT Requirement of Employer - MMRCL Digital Project management platform to be used
for PMRCL
1.1.1 Employer‟s Enterprise wide IT system i.e.“Digital Project Management Platform” will be the
working environment that enables higher efficiency and effectiveness, not only in internal
functions, but also across the entire ecosystem of the Employer including Contractors and
DDC‟s. The digital platform has following application stack:
(a) Collaborative drawing, transmittals and related document control and management
services (using Bentley ProjectWise and AssetWise solution)
(b) Scheduling services (using Oracle Primavera P6 Enterprise Project Portfolio
Management (EPPM))
(c) Project Management with progress and performance reporting (using Primavera P6 &
Unifier solution)
(d) Progress and performance reporting with visualization (using RIB iTWO )
(e) RFI‟s RA Bills, document submissions to GC and PMRCL (letters , daks, files etc.) using
Enterprise wide ERP SAP implementation
(f) Asset Information management in O&M phase
1.1.2 The proposed IT system has been conceptualized for facilitating preservation of important
artifacts (3D virtual construction federated BIM Models in line with “Modelling guidelines”,
drawings, notes, documents, plans, reports etc.) in a secure and manageable environment in
digitized format. Appropriate triggers shall generate dashboards and management reports
every time an event causes a substantial shift in the project risk or a deviation in processes is
developed. The envisaged system would expedite decision-making, ensure better planning
and coordination between different functions, better data management, effective reporting,
knowledge management etc. Program management shall provide senior management with
critical information related to various contracts, activities and funds in the form of
management dashboards with inbuilt triggers to ensure timely decision-making. Clause 1.1.6
details out the bidder‟s expected involvement on PMRCL‟s Digital platform
1.1.3 The effective use of such IT platform requires availability of system at all requisite locations
i.e. with Employers‟ various offices, Engineer‟s offices, Contractors‟ end, major sub-
contractors‟ end, design consultant ends etc. with certain definite users‟ rights. Data
uploading by various authorized and trained users is key to effective use of the IT system.
Employer has recognized this aspect, and the Contractors are required to consider in their
proposal the cost of PMRCL‟s software usage as „IT administrative charge‟s.
1.1.4 In view of the above, the Contractor (or it‟s approved sub-vendor) shall be required to:
Bidder is expected to review section 1.1.6 for more details for bidder‟s expected involvement on
Employer‟s Digital platform
1.1.5 Employer, his IT Project Team and IT Implementation Agency shall render necessary
assistance for the training of contractor staff.
1.1.6 Bidder will need to be accessing Employer‟s digital platform for at least the mentioned
functions as applicable as per bidder‟s respective scope of work. However the function list is
indicative and precise activities from bidder on Employer‟s digital platform will be updated and
communicated to bidder on time to time basis.
1.1.6.2 Creating 2D drawings extracted from 3D engineered intelligent Models, in CAD – plan,
section, elevation and other relevant details (based on specific engineering disciplines) to be
accessed by the contractors for construction.
1.1.6.3 Bidder need to comply with the following requirements in regards to the production of all the
CAD (3D/2D) data files and building information modeling (BIM) work.
1) Bidder need to generate model files using seed files/template (2D and 3D) in line with
Employer‟s “modelling guidelines”. Seed files/template will standardize all the new drawings
that one creates. It will standardize the same global origin, color table, cell library
attachments, working units, views etc.
2) All graphical elements need to be placed in the model view
3) Model files need to have a title box placed in the sheet view
4) All model files need to be created at 1:1 scale
1) Within the engineering collaboration system the central premise is that only approved data is
shared. Each discipline WIP area can only reference data from the shared area i.e. approved
data. When this data comes together in the composite model it can be fully coordinated and
composite renditions can be produced in 3D.
1) Bidder needs to ensure that the level of complexity and granularity for each discipline CAD
model is appropriate for the stage of Works.
2) DDC‟s/D&C‟s needs to ensure that all disciplines integrate and coordinate their outputs in
terms of both spatial and functional provision. This shall be demonstrated through the
extensive use of coordinated design review sessions which shall include for the coming
together of all relevant discipline models into a common master model (model composite)
where engineering assurance and coordination checks shall take place.
1) Bidder need to model existing infrastructure and systems in sufficient detail as to provide
integration with the works under contract
2) Bidder need to clearly highlight the unresolved areas of non-coordination in
structure/services/finishes/clashes on the drawings and the model at all times in case of
existing infrastructure data sets
3) Bidder need to report back to the owner any discrepancy with the existing data for their action
1 Within the BIM environment each of the disciplines need to reference other models in a timely
manner for coordination purposes. The head of each discipline group shall decide the extent
and nature of supporting discipline data that shall be displayed in each of their own discipline
drawing submissions. Clash detection software routines needs to be run on the multi-
discipline model and on combined master models and any clashes resolved. The reports of
which will be submitted on request of the Engineer
2 Specific drawing packages are required from each discipline. The drawings need to comprise
of 2D extractions of the 3D models from the engineering collaboration system.
3 All CAD drawings need to be comprised of 2D models extracted from the 3D master model.
Any subsequent design scheme changes that are required to be fully coordinated shall be
modelled in 3D and the drawing extraction re-run to produce revised plots.
4 All plot composition files need to be checked as prescribed by the workflow setup in the
engineering collaboration system before submission to the Engineer.
1.1.6.4 The bidder shall take full advantage of the 3D object attributes available in the BIM
environment to prove cost, constructional logic, fabrication, and program as required by the
PMRCL/GC. Engagement modality expected for Project Management works including 4D &
5D BIM requirements: -
1. Bidder will access Project Monitoring application (Primavera) of PMRCL
2. Bidder will have to create Work Breakdown Structure (WBS) for its scope of work in the
master project prepared and released by PMRCL on Primavera.
3. Bidder will have to create all the relationships between various activities to generate a Critical
Path Network on Primavera.
The project plan will be detailed to reflect the planned construction progress as per the
elements defined in the 3D BIM model. Primavera plan will get linked to 3D BIM
collaborated intelligent model to reflect and review time based planned progress of
project on a BIM model. Bidder‟s project plan on PMRCL Primavera platform will be
required at this level.
4. Once the network has been scheduled and baseline by PMRCL, the Project Coordinator will
have to provide periodical updates for various activities.
5. Bidder will also be required to furnish key cost / budget details along with resources on
PMRCL‟s Primavera platform. Level of details for time plan, cost, and resources from bidder
will be communicated to bidder at appropriate stage.
6. During the execution stage bidder will be required to operate on PMRCL‟s Primavera platform
to reflect details towards work performed, progress achieved, resources consumed, forecast
dates, forecast resources, remaining work along with any other key details as required by
PMRCL / GC. PMRCL will be communicating on level of details as well frequency of such
interactions at appropriate stage.
7. Bidder shall update and revise their work program on the integrated master schedule of the
project subject to directions & approval from PMRCL.
8. Bidder will be required to periodically capture actual progress visualization of respective
package work using suitable technology which can be updated in 5D BIM platform.
1.1.6.5 In order to adopt 5D BIM platform bidder need to follow Employer‟s Information Requirement
(EIR), Standards Methods & Procedures (SMP), BIM Execution stage Plan (BEP) template,
CAD standards, BIM Assessment Form and Asset Information Requirement (AIR)
Documents. prepared Bidder has to collect and comply with all these requirements while
bidding. The EIR will enlist the standards, methods and procedures that one has to follow in
order to be BIM Compliant. EIR will have details such as file naming convention, CAD file
transfer format, geo-coordinate system, Common Data Environment (CDE) process, Roles &
Responsibilities, Level Of Definition (LOD) requirements etc. along with other artefacts e.g.
Document Review & Acceptance (DRA) process, CAD standards along with layer naming
convention, Attribute Standards, etc., BIM standards, modelling guidelines, Asset Information
Requirement (AIR) along with asset data Dictionary, Asset Classes, etc.
1.1.6.6 Bidder shall access the enterprise wide Maha metro‟s SAP system to create/provide/ submit
the data and documents for RFI, Billing, Quality inspection records, safety compliance, &
communications with PMRCL & GC like file, dak, letter etc.
1.1.6.7 Bidder shall comply to the requirements in case of changes to the digital platform done to
towards process improvements and statutotry comliances.
1.1.6.8 Minimum login credentials (as decided by PMRCL) per bidder will be provided by PMRCL to
the bidder to access PMRCL digital platform as per against „IT administrative charges‟ as
mentioned in clause 1.1.3. In case, bidder envisages more user licenses for their internal data
preparation through their internal user (like detailed drawing or project plan preparation by
multiple users) which is required for finalizing data to be entered in PMRCL‟s digital platform,
then it will be bidder‟s responsibility to ensure own licenses. However the access to PMRCL‟s
digital platform will be through provided user credential only.
1.1.6.9 Penalty of 0.5% from the bills will be levied in case of non compliance of the process & data
on the MMRCL Digital platform .
1.1.6.10 The engineering collaboration platform will be provided by PMRCL and is mandated
for the structure and the controlled sharing of the information created during the process
Category 1 Standard
Computer Aided Design
(CAD) Data
Contents
1 Purpose ____________________________________________________________ 3
2 Scope _____________________________________________________________ 3
3 Requirements _______________________________________________________ 3
3.1 General requirements __________________________________________________ 3
3.2 CAD File requirements _________________________________________________ 3
3.3 Model file requirements _________________________________________________ 5
3.4 Drawing definition requirements___________________________________________ 5
3.5 Presentational requirements _____________________________________________ 6
3.6 Lifecycle stages _______________________________________________________ 7
3.7 Status _______________________________________________________________ 9
3.8 CAD File & layer naming _______________________________________________ 11
3.9 CAD File naming convention ____________________________________________ 11
3.10 CAD Layer naming convention __________________________________________ 12
3.11 Appendix 1 CAD Symbol and Blocks ______________________________________ 21
4 Responsibilities _______________________________________________________ 32
4.1 Author ______________________________________________________________ 32
4.2 Approver____________________________________________________________ 32
4.3 Authorizer ___________________________________________________________ 32
4.4 MMRCL CAD Support Team _____________________________________________ 32
4.5 MMRCL Principal Infrastructure Protection Engineer __________________________ 32
4.6 MMRCL Procurement Agent_____________________________________________ 32
5 Supporting information _________________________________________________ 32
5.1 Background _________________________________________________________ 32
6 References _________________________________________________________ 33
6.1 References __________________________________________________________ 33
6.2 Abbreviations ________________________________________________________ 34
6.3 Definitions ___________________________________________________________ 34
6.4 Technical content manager ______________________________________________ 36
6.5 Document history ______________________________________________________ 36
1 Purpose
1.1 The purpose of this standard is to define requirements for data contained within, and
Meta-data associated with, Computer Aided Design (CAD) files.
2 Scope
2.1 This standard applies to CAD data and meta-data captured, created or generated by MMRCL or
on behalf of MMRCL by its Suppliers.
3 Requirements
3.1.2 Designs that have been developed using other CAD file formats, shall:
a) Have layers, line-types, line-weights, fonts and colors mapped to those fully
Compatible with Bentley’s v8i DGN / DWG (Acad 2014 or Newer) file format; and
3.1.3 Ownership of the data contained within CAD files shall be clear. (As per EIR)
3.1.4 CAD files meta-data, defined within 3.2.9 shall be displayed in both electronic and printed form.
3.1.5 Where CAD layers (see 3.10) are required, but not supplied by MMRCL, these shall be
added to the contracted organization’s library.
3.1.6 Each contracted organization is responsible for the entire content of their CAD files.
3.1.7 Each contracted organization is responsible for ensuring their CAD files are compliant
with this standard.
3.2.2 Document numbers shall be assigned following the CAD file naming convention (see
3.9). (See EIR)
3.2.3 CAD files shall carry the meta-data, ‘Created’, to identify the author at each revision.
3.2.4 CAD files shall carry the meta-data, ‘Approved’, to identify the approver at each
revision.
3.2.5 CAD files shall carry the meta-data, ‘Authorised’, to identify who has accepted each
revision, on behalf of MMRCL.
3.2.6 Custom line styles shall use a scale factor of 1 (one) and be delivered to MMRCL within a
3.2.7 A tag shall be placed in each CAD file containing the following mandatory file meta-data:
Field Clause
a) Project As per Naming
Convention in EIR
b) Owner Organization As per Naming
Convention in EIR
c) Asset Class As per Naming
Convention in EIR
d) Location (LCS Level 1) / Level As per Naming
Convention in EIR
e) Suitability 3.7.2
f) Revision 3.7.3
g) Drawing Number 3.2.2
h) Created (Author) 3.2.3/4.1
i) Approved 3.2.4/4.2
j) Authorized 3.2.5/4.3
k) Title 3.3.1/3.4.1
Notes: Tags containing fields for the mandatory file meta-data will be supplied by the Client.
3.2.8 Additional mandatory meta-data shall be captured against the CAD file (but not placed within the
file), as shown in the table below:
Field Clause
a) Level As per Naming
Convention in EIR
b) Type (of information) As per Naming
Convention in EIR
c) Organizational Role As per Naming
Convention in EIR
d) Number As per Naming
Convention in EIR
e) Pathway Project Code (supplied by Client) N/A
f) Lifecycle Stage 3.6
3.2.9 Should CAD files pass through an environment that cannot track meta-data (MS Windows, CD,
email etc.) then the mandatory file meta-data shall be delivered with the associated CAD files,
within an approved import / export spread sheet.
3.2.10 CAD files shall have file settings set to the values shown below:
Setting Value
a) 2D Global Origin offset from Design Plane Centre -214748.3648, -
(excludes Drawing Definition files (DR)) 214748.3648
b) -214748.3648,-
3D Global Origin offset from Design Plane Centre
214748.3648, 0
(excludes Drawing Definition files (DR))
c)
Resolution 10000 per Distance
Meter
d)
Working units - Accuracy 0.1234
Spatial Data
e)
Working units - Master units Meters (label m)
f)
Working units - Sub units Millimeters (label mm)
Non-Spatial Data
g)
Working units - Master units Millimeters (label mm)
3.3.2 Model files (including Composite Models) shall contain a single model design only.
3.3.4 All references within Model Files shall have display turned off when issued to MMRCL.
3.4.2 Drawings shall be composed through the use of a ‘Drawing Definition File’, which contains
only the relevant annotation, dimensions etc. with all design information attached as reference
file(s), via a composite model (with the exception of schematics and details) (see 7.1).
3.4.3 Drawing definition CAD files shall contain a single drawing definition only.
3.4.4 Drawing borders shall be referenced in the sheet model at a scale of 1:1.
Note: i. Wherever possible (e.g. for ‘drawn to scale’ design drawings), dimensioning should
be associative. Indicative or not to scale dimensions should have, ‘NTS’ placed
next to them
The recommended minimum text height is 2.5mm or 3.5mm for A1 drawings in case these need to be
printed in A3 size also.
3.5.4 All measurements (dimensions, volumes, weights etc.) shall be expressed using units
based on the metric system (international system of units, SI).
Dimensions
3.5.5 Scales used on drawings shall confirm to BS EN ISO 5455, preferred scales shown below:
1:2000 1:10000
1:2500
3.5.6 Terms and abbreviations not defined shall be clearly defined on the associated drawing sheet.
First, a block containing the attributes of the drawing: Titles, numbers, dates …and a table with
the list of all Xref used to produce the drawing.
The second part will be a reference file containing the non-amendable objects of the drawing:
Frame, logos, Project name ….
• These two parts will be set in the paper space, at scale 1=1 mm.
• The block will not be split.
• The reference file of the Title Block will not be merged.
• Only one title block in one file is permitted.
• One File = One Paper space drawing = One Title block
Note: i. If drawing renditions / printed drawings are intended to be displayed as monochrome, the
drawing definition shall be presented in monochrome, not color.
• Initiation
• Concept Stage
• Preliminary Stage
• Detailed Design Stage
• Construction (Installation)
• Hanover
• Operations and Maintenance
3.7 Status
3.7.1 CAD files shall be assigned a status, consisting of:
3.7.2.1 CAD files shall carry the meta-data of ‘suitability’, to indicate the approved use
of the contained information.
3.7.2.2 Suitability codes shall be one or two alpha-numeric and shall be reserved for
use with a specific phase of the collaboration process, as defined in the table
below:
Note: i. ‘As Surveyed’ and ‘As Designed’ are additional to the requirements of
BS1192. ‘For Information’ has been removed to prevent ambiguity around the
suitability of use of that data / information.
3.7.3.1 CAD files shall carry the meta-data of ‘revision’, indicating the issue sequence
of the contained information.
3.7.3.2 as with suitability codes, different sets of revision codes shall be reserved for use within
each section of the defined Common Data Environment (CDE) process.
3.7.3.3 Within ‘Work in Progress’, preliminary revisions shall be 1.1, 1.2, or 2.1, 2.2, etc. The suffix
(.1, .2 etc.) is known as a ‘minor version’ and shall be used to track the iterative progress of
the file prior to being approved for sharing.
3.7.3.4 CAD files approved for sharing shall carry a preliminary revision, 1.0, 2.0, 3.0, etc.
3.8.2 The only exceptions to 3.10.1 shall be the codes for ‘level’ and ‘description’
which are appended following an underscore “_”.
3.8.3 Codes shall be selected from field codes (defined within 3.13).
3.8.4 Codes shall not imply meaning that may be duplicated in other fields.
3.8.6 Codes shall be generated and governed by the MMRCL CAD Support Team.
3.10.1 Examples of CAD Layers Discipline-wise (Final shall be as per Project requirement) :- CAD layers
(Architecture)
4.1 Author
4.2.1 Approving CAD files to be shared and used for the suitability (see 3.7.2) indicated.
4.2.2 Maintaining an audit trail to capture the checks and reviews carried out to gain approvals.
4.3 Authorizer
4.3. 1On behalf of MMRCL, authorizing (accept / reject) CAD files submitted to MMRCL for publishing
for the suitability (see 3.7.2) indicated.
4.5.1 Approving external requests to MMRCL for CAD data, not originating from within an MMRCL
project.
4.6.1 The MMRCL Procurement Agent shall be responsible for incorporating the requirements of
this engineering standard in any contract to which it is relevant and shall stipulate that
a programme of audits is implemented by the contractor which ensures that these
requirements are complied with.
5 Supporting information
5.1 Background
5.1.1 The requirements within this document shall be read in conjunction with the reference
documents listed in 6.1.1.
5.1.2 If you need any technical assistance with any of the requirements within this document,
you can contact the MMRCL CAD Support Team at
6.1 References
6.3 Definitions
Term Definition
Asset Class Highest level of classification of London Underground’s Engineering Assets, as defined in
CAT 1 Standard S1041
CAD Computer Electronic file produced by a CAD application (such as MicroStation or AutoCAD).
Aided Design) Examples of CAD files include Drawing Definitions and Model files.
File
Classification
Systematic arrangement of design and construction activities and assets,
including construction elements, systems and products
Common Data A designated environment with a defined process used to manage all relevant
Environment information. A CDE may comprise of one or more systems supporting a consistent
(CDE) collaborative approach.
Composite
Computer Aided Design (CAD) file that contains one or more Model Files, as references,
Model
for the purpose of spatial coordination; there is no ‘live’ geometry within the file. It may
form part of a Drawing Definition.
Data Set of digital values stored, but not yet interpreted or analysed (un-processed), in a form
that is convenient to move or process. Data is generally represented in a structured and
often tabulated form (rows and columns). ‘Raw Data’ is a relative term and therefore not
used.
DGN Proprietary Bentley Systems file format
Document
Information recorded for a specific purpose, providing a means tocommunicate the
briefing, design, construction, operation, maintenance or decommissioning of an asset.
This includes, but is not limited to, correspondence, Drawing Renditions, schedules,
specifications, calculations, spreadsheets. Note: Documentation must either be in an
immutable format or incorporate a means of controlling changes.
Contract Address:
Contract Number:
Date:
Document No:
Date: October 2016
Revision: R0
Status: Published
Maha Metro Rail Project
Authored by:
Maha Metro Rail Project
Preface
The BEP shall be prepared for each contract and shall be utilised by the supply chain within each
contract for the Project Information Model authoring, coordination, quality assurance and
sharing/publishing processes. The BEP shall list the supplier, Detailed design consultant, contractor
[the supplier] agreed targets for responsibility, timely delivery, exchange, reuse and final handover to
MMRCL or its agents [the Employer]. It will also list all agreed elements as outlined in MMRCL’s
Employers Information Requirements.
This BEP is structured in accordance with MMRCL EIR which is guided by PAS 1192-2-2013
Document Authority
This project plan has been agreed by the representatives of the project team as listed above with the
authority of their parent companies to accept this document as the agreed BIM Execution Plan.
Maha Metro Rail Project
Contents
1 Contract Information ........................................................................................................................... 6
2 Information required by the EIR ......................................................................................................... 7
2.1 Planning of work and data segregation......................................................................................... 7
2.2 Co-ordination and clash detection ................................................................................................ 7
2.3 Collaboration process ................................................................................................................... 7
2.4 Health and safety management .................................................................................................... 7
2.5 Compliance plan ........................................................................................................................... 7
3 Management ........................................................................................................................................ 8
3.1 Roles, responsibilities and authorities........................................................................................... 8
3.2 Major project milestones ............................................................................................................... 9
3.3 Project information model delivery strategy ................................................................................ 10
3.4 Survey strategy ........................................................................................................................... 11
3.5 Approval of information ............................................................................................................... 11
3.6 Production Information authorisation process ............................................................................. 12
4 Planning and documentation ........................................................................................................... 12
4.1 Revised Project Implementation Plan ......................................................................................... 12
4.2 Agreed project processes for collaboration and information modelling ....................................... 13
4.3 Agreed matrix of responsibilities across the supply chain ........................................................... 14
4.4 (Task and) Master Information Delivery Plan (MIDP) ................................................................. 16
5 Standard method and procedure ..................................................................................................... 16
5.1 Production Information origin and orientation ............................................................................. 16
6 IT solutions ........................................................................................................................................ 16
6.1 Software versions ....................................................................................................................... 17
6.2 Exchange formats ....................................................................................................................... 17
6.3 Process and data management systems .................................................................................... 17
Maha Metro Rail Project
List of Tables
1 Contract Information
The management of the modelling process (e.g.model management, naming conventions, etc.)
needs to explicate the compliance strategy to the EIR requirements.The planning of work and
data segregation aspects of the project are described in later parts of the BEP, in particular
Section 3 Management, Section 4 Planning and documentation and Section 5 Standard method
and procedure.
This is described in Section 4.2. Refer to the EIR for the requierements.
3 Management
This section of the BEP covers the requirements of Employers Information Requirements in a
reference to the management procedures:
CAD Coordinator
Company……….
CAD Manager
Company……….
* Note – specify these roles for each task team involved in the project
The responsabilities of the different roles related to production and management of information
are described in the MMRCL EIR Standards, Methods and Procedures (SMP) document.
The standard authorities of the different roles related to production and management of
information are described in the table 3.
Only the Major milestones are listed. A more detail and co-ordinated MIDP and Project Plan
must be developed and agreed with the stakeholders.
• revised Project Implementation Plan confirming the capability of the supply chain;
• agreed project processes for collaboration and information modelling;
• agreed matrix of responsibilities across the supply chain;
• TIDP; and
• MIDP;
The supply chain capability must be continuously developed and supported (e.g. training and
support). The related strategy shall be referenced here.
This section of the BEP also covers the agreed authorisations for security and extranet access
and authority to distribute documents.
Table 11 – Authorisations for security, extranet and document distribution
Company Authorised Manager Authority (Upload, download,
change Access/Distribution)
Grid Intersection
Bottom Right
Grid Intersection
Top Left
6 IT solutions
This section of the BEP is intended to demonstrate the supply chain IT capability and understanding of the
requirements included within the Employers Information requirements, clause 6.
1. Create Drawing
Deliverable(s) as 2.Use Add Doc 8. Non CAD 15. Create
per agreed Task Wizard for single Placeholder container Transmittal for 23.Acknowledge
Information placeholders created in MDL 14. Prepare Package(s) for Package Receipt of GC
Document Controller
A Deliverables or Bulk Import Utility CAD? No Structure Submission in accordance submission(s) Transmittal
Plan(s) and Scope for multiples 9. Notify responsible C Level A? Yes End
with Task Information 16. Send containing DRCF
of Services under 3. Structure MDL Task Team of Delivery Plan Transmittal 24. Notify Task Team
DDC
Supersede R
CAD QA
Outputs: Passed: WIP CAD Drawings
Failed: Non-compliant Drawingl S0
returned to WIP
Technical
5b – CAD Drawing Approval Check
Inputs: CAD Compliant WIP Drawings
References: Design Requirements; Output
Purpose R
Outputs: Drawings Approved for
Authorisation (S4)
Publication Publication
2 - Create eB Placeholder
Inputs: Allocated design task
Outputs: eB Placeholder document and
automatically created WIP Model (i) R
or Drawing (ii) placeholder in
ProjectWise
eB
3 – Edit Model
Inputs: - eB Created Placeholder From 7,
- Allocated Design Task 8, or 10
References: - Design Requirements
- Standards
- Legislation Work in
- Interfacing Models approved for Progress
Coordination
Outputs: WIP Model in ProjectWise Supersede R
Task
To 3
7b – Approve Task Coordinated Models Coordination
To 3
8b – Approve Group Coordinated Models Group
Shared Models
Coordination
Inputs: Group Coordinated Models
Outputs: Models coordinated, approved, and
fit for Authorisation (S4) R
From
9&10
Management of ProjectWise Model Data
Task
CAD Senior Models Suitability
Activities Revision Action Designer
Check Designer
Design GC NMRCL
Workflow Code
Manager
9 – Authorise CAD Drawings for Publication
Mod
Inputs: Models Approved for
Rev
Authorisation (S4)
Authorise for
Outputs: Drawings Authorised for R S4
Shared
Publication Publication
1200
EXPLODED VIEW
1.2 4
80
TOP VIEW 1.4
2
5.5
50 5.1
42
5.3 5.4
FIXED WITH M6X25 NUT AND BOLT
300
300
ISOMETRIC VIEW
FRONT VIEW SIDE VIEW
NOTE - TECH SPECS FOLLOW AS PER PROTO
P1 Misc-28/2022
1200
80
FIXED WITH POP RIVET
SECTION B-B
1200
174 30 85 30
4
C 80
16 32
B B
300
296
300
32
25 25
D
C DETAIL E
1200 SECTION C-C SCALE 1 : 4
150 150
6
150
22
12
AS PER SITE
25
AS PER SITE
19
50
150
25
13
50
7.5
50
260
80
50
4
DETAIL D 42 10
SCALE 1 : 0.8
5.0mm FELLET WELD
175
75
DRAWING TITLE DRAWING NUMBER DESIGN BY R. GARG THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS OR PARTS THERE OF AND OR
WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED, SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT
SUSPENDED SIGN CHECKED BY Mr. SUKHVINDER PRIOR WRITTEN PERMISSION OF THE COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD. P1 Misc-28/2022
PROJECT NAME CLIENT NAME SCALE REVISION DATE 13-01-2021 GENERAL NOTES
Plot No 108, Sec-44,
PUNE METRO
PUNE METRO 1:10 SHEET NO. 2 OF 2 ALL DIMENSIONS ARE TO BE READ AND NOT MEASURED.
ITEM NO. DESCRIPTION LENGTH FINISH QTY.
1 AL EXTRUSION FRAME 1 1500X300
1.1 80mm AL EXTRUSION PROFILE 1500 RAL CLASSIC 7046 PC 1 1.1.1b
1.2 80mm AL EXTRUSION PROFILE 300 RAL CLASSIC 7046 PC 2
ILLUMINATED
1.3 25X25X3.0 mm MS ANGLE FOR TOP PROFILE 2
1.4 80mm AL EXTRUSION PROFILE 1500 RAL CLASSIC 7046 PC 1
DOUBLE SIDED
1.5 1
2 5 mm THK 0-40 ACRYLIC 2 2
3 LED MODULE 6500 K 17 1.1
4 POWER SUPPLY 1
5 SUSPENDER MECHANISM RAL CLASSIC 7046 PC 2
5.1 DIA 50 X 2 MM THK MS PIPE AS PER SITE 1
1.2
5.2 150 X 150 X 6mm THK MS PLATE 1
5.3 DIA 42 X 2 MM THK MS PIPE 260 1 3
5.4 175 X 75 X 4 mm THK MS PLATE 1
5.5 50X50X5.0mm THK MS RIB 4
1500
150
75
80
EXPLODED VIEW
150 TOP VIEW
1.2 4
1.4
247 1006 247 2
150
5.5 5.2
5.1
470
42
5.3
5.4
300
300
P1 Misc-28/2022
1500
TOP PROFILE AND MS ANGLE 25X25X3.0
FIXED WITH M4 CSK ALLEN BOLT
1496
25X25 X3.0mm THK-50mm
MS ANGLE AND SIDE PROFILE
FIXED WITH POP RIVET
80
SECTION B-B
1500
ACRYLIC INSERT FROM TOP
80
174 30 85 30
C 80 4
16 32
B B
300
296
300
32
25 25
D
C
1500 SECTION C-C
DETAIL E
SCALE 1 : 4
150 150
6
150
22 12
AS PER SITE
AS PER SITE
25
50
19
150
25
13
50
7.5
50
260
50
80
4
42 10
DETAIL D
SCALE 1 : 0.8 5.0mm FELLET WELD
175
75
DRAWING TITLE DRAWING NUMBER DESIGN BY R. GARG THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS OR PARTS THERE OF AND OR
WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED, SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT
SUSPENDED SIGN CHECKED BY Mr. SUKHVINDER PRIOR WRITTEN PERMISSION OF THE COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD. P1 Misc-28/2022
PROJECT NAME CLIENT NAME SCALE REVISION DATE 13-01-2021 GENERAL NOTES
PUNE METRO ALL DIMENSIONS ARE IN MILIMETER UNLES Plot No 108, Sec-44,
PUNE METRO 1:10 SHEET NO. 2 OF 2 ALL DIMENSIONS ARE TO BE READ AND NOT MEASURED.
ITEM NO. DESCRIPTION LENGTH FINISH QTY.
1 AL EXTRUSION FRAME 1 1800X300
1.1 80mm AL EXTRUSION PROFILE 1800 RAL CLASSIC 7046 PC 1 1.1.1c
1.2 80mm AL EXTRUSION PROFILE 300 RAL CLASSIC 7046 PC 2
ILLUMINATED
1.3 80mm AL EXTRUSION PROFILE 1800 RAL CLASSIC 7046 PC 1
1.4 25X25X3.0 mm MS ANGLE FOR TOP PROFILE 2
DOUBLE SIDED
2 5 mm THK 0-40 ACRYLIC 2 2
3 LED MODULE 6500 K 20
1.1
4 POWER SUPPLY 1
5 SUSPENDER MECHANISM RAL CLASSIC 7046 PC 2
5.1 DIA 50 X 2 MM THK MS PIPE 400 1
1.2
5.2 150 X 150 X 6mm THK MS PLATE 1
5.3 DIA 42 X 2 MM THK MS PIPE 260 1
5.4 175 X 75 X 4 mm THK MS PLATE 1 3
5.5 50X50X5.0mm THK MS RIB 4
1800
150
75
80
EXPLODED VIEW
150 TOP VIEW
4
1.2
1.3
247 1306 247 150 2
5.5
FIXED WITH M6X25 NUT AND BOLT
5.2
50
470
5.1
42
5.3
5.4
300
300
P1 Misc-28/2022
TOP PROFILE AND MS ANGLE 25X25X3.0
1800 FIXED WITH M4 CSK ALLEN BOLT
25X25 X3.0mm THK-50mm
1796 MS ANGLE AND SIDE PROFILE
FIXED WITH POP RIVET
80
SECTION B-B
174 30 85 30
C 80 4
16 32
B B
300
296
300
32
25 25
D
C
1800 SECTION C-C
DETAIL E
SCALE 1 : 4
150 150
6
150
22 12
AS PER SITE
AS PER SITE
25
50
19
150
25
13
50
7.5
50
260
50
80
4
42 10
DETAIL D
SCALE 1 : 0.8 5.0mm FELLET WELD
175
75
DRAWING TITLE DRAWING NUMBER DESIGN BY R. GARG THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS OR PARTS THERE OF AND OR
WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED, SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT
SUSPENDED SIGN 1.1.1d CHECKED BY Mr. SUKHVINDER PRIOR WRITTEN PERMISSION OF THE COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD. P1 Misc-28/2022
PROJECT NAME CLIENT NAME SCALE REVISION DATE 13-01-2021 GENERAL NOTES
PUNE METRO ALL DIMENSIONS ARE IN MILIMETER UNLESS . Plot No 108, Sec-44,
PUNE METRO 1:10 SHEET NO. 2 OF 2 ALL DIMENSIONS ARE TO BE READ AND NOT MEASURED.
ITEM NO. DESCRIPTION LENGTH FINISH QTY.
1 AL EXTRUSION FRAME 1 600X300
1.1 80mm AL EXTRUSION PROFILE 600 RAL CLASSIC 7046 PC 1 1.1.1d
1.2 80mm AL EXTRUSION PROFILE 300 RAL CLASSIC 7046 PC 2
ILLUMINATED
1.3 25X25X3.0 mm MS ANGLE FOR TOP PROFILE 2
1.4 80mm AL EXTRUSION PROFILE 600 RAL CLASSIC 7046 PC 1
DOUBLE SIDED
1.5 1
2
2 5 mm THK 0-40 ACRYLIC 2
3 LED MODULE 6500 K 6 1.1
4 POWER SUPPLY 1
5 SUSPENDER MECHANISM RAL CLASSIC 7046 PC 2
3
5.1 DIA 50 X 2 MM THK MS PIPE AS PER SITE 1
5.2 150 X 150 X 6mm THK MS PLATE 1 1.2
5.3 DIA 42 X 2 MM THK MS PIPE 260 1
5.4 175 X 75 X 4 mm THK MS PLATE 1
5.5 50X50X5.0mm THK MS RIB 4
600
4
EXPLODED VIEW
1.2
80
1.4
TOP VIEW 2
5.2
300
150
5.5
5.1
50
FIXED WITH M6X25 NUT AND BOLT
5.4
42
5.3
300
300
P1 Misc-28/2022
600
596
80
FIXED WITH M4 CSK ALLEN BOLT
25X25 X3.0mm THK-50mm
SECTION B-B MS ANGLE AND SIDE PROFILE
4 FIXED WITH POP RIVET
600
16 32
80
32
25 25
DETAIL E
SCALE 1 : 4 80
C
B B
300
D
C
600 SECTION C-C
150 150
6
150
22 12
AS PER SITE
AS PER SITE
25
50
19
150
25
13
50
7.5
50
260
50
80
4
42 10
DETAIL D
SCALE 1 : 0.8 5.0mm FELLET WELD
175
75
1200
EXPLODED VIEW
1.2 4
80
TOP VIEW 1.4
2
5.5
50 5.1
42
5.3 5.4
FIXED WITH M6X25 NUT AND BOLT
300
300
ISOMETRIC VIEW
FRONT VIEW SIDE VIEW
NOTE - TECH SPECS FOLLOW AS PER PROTO
P1 Misc-28/2022
1200
80
FIXED WITH POP RIVET
SECTION B-B
1200
174 30 85 30
4
C 80
16 32
B B
300
296
300
32
25 25
D
C DETAIL E
1200 SECTION C-C SCALE 1 : 4
150 150
6
150
22
12
AS PER SITE
25
AS PER SITE
19
50
150
25
13
50
7.5
50
260
80
50
4
DETAIL D 42 10
SCALE 1 : 0.8
5.0mm FELLET WELD
175
75
DRAWING TITLE DRAWING NUMBER DESIGN BY R. GARG THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS OR PARTS THERE OF AND OR
WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED, SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT
SUSPENDED SIGN CHECKED BY Mr. SUKHVINDER PRIOR WRITTEN PERMISSION OF THE COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD. P1 Misc-28/2022
PROJECT NAME CLIENT NAME SCALE REVISION DATE 13-01-2021 GENERAL NOTES
Plot No 108, Sec-44,
PUNE METRO
PUNE METRO 1:10 SHEET NO. 2 OF 2 ALL DIMENSIONS ARE TO BE READ AND NOT MEASURED.
ITEM NO. DESCRIPTION LENGTH FINISH QTY. 1200X300
1 AL EXTRUSION FRAME 1
1.1.2a
1.1 80mm AL EXTRUSION PROFILE 1200 RAL CLASSIC 7046 PC 1
1.2 80mm AL EXTRUSION PROFILE 300 RAL CLASSIC 7046 PC 2 NON -LIT
1.3 25X25X3.0 mm MS ANGLE FOR TOP PROFILE 2 DOUBLE SIDED
1.4 80mm AL EXTRUSION PROFILE 1200 RAL CLASSIC 7046 PC 1 1
1.5 1
1.1
2 5 mm THK 0-40 ACRYLIC 2
3 SUSPENDER MECHANISM RAL CLASSIC 7046 PC 2
3.1 DIA 50 X 2 MM THK MS PIPE AS PER SIT E 1
3.2 150 X 150 X 6mm THK MS PLATE 1 1.2
3.3 DIA 42 X 2 MM THK MS PIPE 260 1
3.4 175 X 75 X 4 mm THK MS PLATE 1
3.5 50X50X5.0mm THK MS RIB 4
1200
EXPLODED VIEW
1.2
150
75
80
150 TOP VIEW 1.4
2
50
3.1
470
42
3.3
3.4
300
300
P1 Misc-28/2022
1200
80
FIXED WITH POP RIVET
SECTION B-B
1200
174 30 85 30
4
80
C
16 32
B B
300
296
300
32
25 25
D
C DETAIL E
1200 SECTION C-C SCALE 1 : 4
15 150
0
6
150
22
12
AS PER SITE
25
AS PER SITE
19
150
50
13
25
50
7.5
50
260
50
80
4
DETAIL D 4 1
SCALE 1 : 0.8 2 0
5.0mm FELLET WELD
17
5 7
5
P1 Misc-28/2022
ITEM NO. DESCRIPTION LENGTH FINISH QTY.
1 AL EXTRUSION FRAME 1 450X450
1.1 80mm AL EXTRUSION PROFILE 450 RAL CLASSIC 7046 PC 1 1.1.2b
1.2 80mm AL EXTRUSION PROFILE 450 RAL CLASSIC 7046 PC 3 NON - ILLUMINATED
1.3 25X25X3.0 mm MS ANGLE FOR TOP PROFILE 2 DOUBLE SIDED
2 5 mm THK 0-40 ACRYLIC 2
3 SUSPENDER MECHANISM RAL CLASSIC 7046 PC 2 2
3.1 DIA 50 X 2 MM THK MS PIPE AS PER SITE 1
3.2 150 X 150 X 6mm THK MS PLATE 1 1.1
3.3 DIA 42 X 2 MM THK MS PIPE 260 1
3.4 175 X 75 X 4 mm THK MS PLATE 1
3.5 50X50X5.0mm THK MS RIB 4
1.2
450
1.2
EXPLODED VIEW
80 1.2
TOP VIEW
225 2
3.2
150
3.5
3.1
50
FIXED WITH M6X25 NUT AND BOLT
42 3.4
3.3
450
450
P1 Misc-28/2022
450
446
80
25X25 X3.0mm THK-50mm
MS ANGLE AND SIDE PROFILE
SECTION B-B
FIXED WITH POP RIVET
4
450
16 32
80
32
25 25 ACRYLIC INSERT FROM TOP
C 80 DETAIL E
SCALE 1 : 4
B B
450
D
C SECTION C-C
450
150 150
6
150
12
22
AS PER SITE
AS PER SITE
25
50
150
19
50
13
50
7.5 25
260
50
80
4
42 10
DETAIL D
SCALE 1 : 0.8 5.0mm FELLET WELD
175
75
DRAWING TITLE DRAWING NUMBER DESIGN BY R. GARG THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS OR PARTS THERE OF AND OR
WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED, SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT
SUSPENDED SIGN 2.1.9a (ILLUMINATED- DOUBLE SIDE) CHECKED BY Mr. SUKHVINDER PRIOR WRITTEN PERMISSION OF THE COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD. P1 Misc-28/2022
PROJECT NAME CLIENT NAME SCALE REVISION DATE 11-01-2021 GENERAL NOTES
PUNE METRO ALL DIMENSIONS ARE IN MILIMETER UNLESS . Plot No 108, Sec-44,
PUNE METRO 1:10 SHEET NO. 2 OF 2 ALL DIMENSIONS ARE TO BE READ AND NOT MEASURED.
ITEM NO. DESCRIPTION LENGTH FINISH QTY.
1 AL EXTRUSION FRAME 1 450X700 2
1.1 80mm AL EXTRUSION PROFILE 450 RAL CLASSIC 7046 PC 1 1.1.3a
1.1
1.2 80mm AL EXTRUSION PROFILE 700 RAL CLASSIC 7046 PC 2 NON- ILLUMINATED
1.3 25X25X3.0 mm MS ANGLE FOR TOP PROFILE 2 SINGLE SIDE
1.4 80mm AL EXTRUSION PROFILE 450 1
2 4.0mm THK ACP SHEET WITH PURE WHITE PA INT 2
3 SUSPENDER MECHANISM RAL CLASSIC 7046 PC 2
3.1 DIA 50 X 2 MM THK MS PIPE AS PER SITE 1
3.2 150 X 150 X 6mm THK MS PLATE 1 1.2
3.3 DIA 42 X 2 MM THK MS PIPE 260 1
3.4 175 X 75 X 4 mm THK MS PLATE 1
3.5 50X50X5.0mm THK MS RIB 4
4.0 5mm THK 0.40 ACRYLIC
450
EXPLODED VIEW
1.2
80
TOP VIEW
225 1.4
24 3.2
3.5
150
3.1
42
3.3
3.4
700
700
P1 Misc-28/2022
450
446
80
25X25 X3.0mm THK-50mm
SECTION B-B MS ANGLE AND SIDE PROFILE
FIXED WITH POP RIVET
450 4
80
16 32
32
C 80
25 25 ACRYLIC INSERT FROM TOP
DETAIL E
SCALE 1 : 4
700
B B
6
150
12
AS PER SITE
AS PER SITE 50
150
25
50
19
13
50
260
50
7.5
4
42 10
80
5.0mm FELLET WELD
DETAIL D 175
SCALE 1 : 0.8 75
DRAWING TITLE DRAWING NUMBER DESIGN BY R. GARG THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS OR PARTS THERE OF AND OR
WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED, SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT
SUSPENDED SIGN 2.1.1a ( NON- ILLUMINATED- SINGLE SIDE) CHECKED BY Mr. SUKHVINDER PRIOR WRITTEN PERMISSION OF THE COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD.
P1 Misc-28/2022
PROJECT NAME CLIENT NAME SCALE REVISION DATE 11-01-2021 GENERAL NOTES
Plot No 108, Sec-44,
PUNE METRO
PUNE METRO 1:10 SHEET NO. 2 OF 2 ALL DIMENSIONS ARE TO BE READ AND NOT MEASURED.
ITEM NO. DESCRIPTION LENGTH FINISH QTY.
1 AL EXTRUSION FRAME 1 1500X300 4
1.1 80mm AL EXTRUSION PROFILE 1500 RAL CLASSIC 7046 PC 1 1.1.3c
2.1.1a 1.1
1.2 80mm AL EXTRUSION PROFILE 300 RAL CLASSIC 7046 PC 2 ILLUMINATED
1.2
1.3 80mm AL EXTRUSION PROFILE 1500 RAL CLASSIC 7046 PC 1 SINGLE SIDE 3
1.4 25X25X3.0 mm MS ANGLE FOR TOP PROFILE 2
2 5 mm THK 0-40 ACRYLIC SIZE 296 X 1496 1
3 4.0mm THK ACP SHEET AT BACK RAL CLASSIC 7046 PC 1
15
4 3.0mm THL AL BARCKET WELD WITH BACK SHEET RAL CLASSIC 7046 PC 2
5 LED MODULE 6500 K 19
115
65
6 POWER SUPPLY 1
25
WALL
EX
PL
OD
ED
VIE
W 1.2 6
1.3
80
2
1500
TOP VIEW
20 25
TOP PROFILE TO BE OPENABL E
15
FIXED WITH M4 CSK ALLEN BO LT
1500
15
1496
3M BLOCKOUT VINYL AS PER
80
APPROVED ARTWORK & COLOUR
SECTION H-H 25
25
H H
300
115
300
300
20
25
80 1500
1500
115
25 65
EX
PL
WALL OD
ED
VIE
W 6
1.2
2 1.4
80
2100
TOP VIEW
20 25 TOP PROFILE TO BE OPENABLE
FIXED WITH M4 CSK ALLEN BOLT
15
2100 3M BLOCKOUT VINYL AS PER
2096 APPROVED ARTWORK & COLOUR
80
SECTION H-H 25
SCALE 1 : 15 ISOMETRIC VIEW
DETAIL I
SCALE 1 : 3
25 25
25
H H
300
115
300
300
20
25
80 2100
2100
BACK VIEW
FRONT VIEW SIDE VIEW
PROJECT NAME CLIENT NAME SCALE REVISION DATE 11-01-2021 GENERAL NOTES
Plot No 108, Sec-44,
PUNE METRO
PUNE METRO 1:10 SHEET NO. 1 OF 1 ALL DIMENSIONS ARE TO BE READ AND NOT MEASURED.
ITEM NO. DESCRIPTION LENGTH FINISH QTY.
1 AL EXTRUSION FRAME 1 600X300
1.1 80mm AL EXTRUSION PROFILE 600 RAL CLASSIC 7046 PC 1 2.1.1c
1.2 80mm AL EXTRUSION PROFILE 300 RAL CLASSIC 7046 PC 2 ILLUMINTED
1.3 25X25X3.0 mm MS ANGLE FOR TOP PROFILE 2 SINGLE SIDE 1.1 3 4
1.4 80mm AL EXTRUSION PROFILE 600 RAL CLASSIC 7046 PC 1 15
2 5 mm THK 0-40 ACRYLIC SIZE 296 X 596 1
1.2
115
65
3 4.0mm THK ACP SHEET AT BACK RAL CLASSIC 7046 PC 1
4 3.0mm THL AL BARCKET WELD WITH BACK SHEET RAL CLASSIC 7046 PC 2
25
5 LED MODULE 6500 K 7
6 POWER SUPPLY 1
WALL
EX 6
PL
OD 1.2
ED
VIE 1.4
W
2
80
600
TOP PROFILE TO BE OPENABLE
TOP VIEW FIXED WITH M4 CSK ALLEN BOLT
20 25
600
15
596
3M BLOCKOUT VINYL AS PER
APPROVED ARTWORK & COLOUR
80
SECTION H-H
25
ISOMETRIC VIEW
DETAIL I
25 25
SCALE 1 : 3
25
H H
300
115
300
300
20
25
80 600
600
115
65
25
WALL
EX
PL
OD
ED
VIE
W 1.2
1.4
80
2
1500
TOP VIEW
20 25
TOP PROFILE TO BE OPENABLE
15
FIXED WITH M4 CSK ALLEN BOLT
1500
15
1496
3M BLOCKOUT VINYL AS PER
80
APPROVED ARTWORK & COLOUR
SECTION H-H 25
25
H H
300
115
300
300
20
25
80 1500
1500
PROJECT NAME CLIENT NAME SCALE REVISION DATE 11-01-2021 GENERAL NOTES
Plot No 108, Sec-44,
PUNE METRO
PUNE METRO 1:10 SHEET NO. 1 OF 1 ALL DIMENSIONS ARE TO BE READ AND NOT MEASURED.
ITEM NO. DESCRIPTION LENGTH FINISH QTY.
1 AL EXTRUSION FRAME 1 1189X841 1.1
1.1 80mm AL EXTRUSION PROFILE 1189 RAL CLASSIC 7046 PC 1 3.1.1a
2.1.2b 3
NON ILLUMINATED 1.2
1.2 80mm AL EXTRUSION PROFILE 841 RAL CLASSIC 7046 PC 2
1.3 25X25X3.0 mm MS ANGLE FOR TOP PROFILE 2 SINGLE SIDED
1.4 80mm AL EXTRUSION PROFILE 1189 RAL CLASSIC 7046 PC 1
2 5 mm THK 0-40 ACRYLIC SIZE 837 X 1185 1 15
3 4.0mm THK ACPSHEET AT BACK RAL CLASSIC 7046 PC 1
115
25 65
4 3.0mm THL AL BARCKET WELD WITH BACK SHEET RAL CLASSIC 7046 PC 2
WALL 2 4
EX
PL
OD
ED 1.2
VIE
80
1189
W
TOP PROFILE TO BE OPENABLE
1.4 FIXED WITH M4 CSK ALLEN BOLT
TOP VIEW
20 25
15
1189
15
1185
80
SECTION H-H
SCALE 1 : 15
25
3M BLOCKOUT VINYL AS PER
DETAIL I APPROVED ARTWORK & COLOUR
SCALE 1 : 3
25
25 ISOMETRIC VIEW
25
H H
841
115
841
841
25
20
80 1189
1189 BACK VIEW
SIDE VIEW
FRONT VIEW
297
WALL
210
210
3M VHB TAPE
DRAWING TITLE DRAWING NUMBER DESIGN BY R. GARG THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS OR PARTS THERE OF AND OR
WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED, SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT
FACE MOUNTED SIGN CHECKED BY Mr. SUKHVINDER PRIOR WRITTEN PERMISSION OF THE COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD.
P1 Misc-28/2022
PROJECT NAME CLIENT NAME SCALE REVISION DATE 08-12-2020 GENERAL NOTES
PUNE METRO ALL DIMENSIONS ARE IN MILIMETER UNLESS . Plot No 108, Sec-44,
PUNE METRO 1:10 SHEET NO. 1 OF 5 ALL DIMENSIONS ARE TO BE READ AND NOT MEASURED.
2 .0mm THK AL SHEET
210X300 (2.1.3b) FINISH WHITE POWDER COAT
PLATE SIGN
WALL
300
300
3M VHB TAPE
DRAWING TITLE DRAWING NUMBER DESIGN BY R. GARG THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS OR PARTS THERE OF AND OR
WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED, SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT
FACE MOUNTED SIGN CHECKED BY Mr. SUKHVINDER PRIOR WRITTEN PERMISSION OF THE COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD.
P1 Misc-28/2022
PROJECT NAME CLIENT NAME SCALE REVISION DATE 08-12-2020 GENERAL NOTES
PUNE METRO ALL DIMENSIONS ARE IN MILIMETER UN. Plot No 108, Sec-44,
PUNE METRO 1:10 SHEET NO. 4 OF 5 ALL DIMENSIONS ARE TO BE READ AND NOT MEASURED.
450X300 (2.1.3c) 2 .0mm THK AL SHEET
PLATE SIGN FINISH WHITE POWDER COAT
450
WALL
300
300
3M VHB TAPE
DRAWING TITLE DRAWING NUMBER DESIGN BY R. GARG THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS OR PARTS THERE OF AND OR
WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED, SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT
FACE MOUNTED SIGN CHECKED BY Mr. SUKHVINDER PRIOR WRITTEN PERMISSION OF THE COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD. P1 Misc-28/2022
PROJECT NAME CLIENT NAME SCALE REVISION DATE 08-12-2020 GENERAL NOTES
Plot No 108, Sec-44,
PUNE METRO
PUNE METRO 1:10 SHEET NO. 5 OF 5 ALL DIMENSIONS ARE TO BE READ AND NOT MEASURED.
150X225 (2.1.4a)
PLATE SIGN
2 .0mm THK AL SHEET
FINISH WHITE POWDER COAT
150
WALL
225
225
3M VHB TAPE
DRAWING TITLE DRAWING NUMBER DESIGN BY R. GARG THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS OR PARTS THERE OF AND OR
WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED, SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT
FACE MOUNTED SIGN CHECKED BY Mr. SUKHVINDER PRIOR WRITTEN PERMISSION OF THE COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD. P1 Misc-28/2022
PROJECT NAME CLIENT NAME SCALE REVISION DATE 08-12-2020 GENERAL NOTES
PUNE METRO ALL DIMENSIONS ARE IN MILIMETER UNLESS . Plot No 108, Sec-44,
PUNE METRO 1:10 SHEET NO. 2 OF 5 ALL DIMENSIONS ARE TO BE READ AND NOT MEASURED.
2 .0mm THK AL SHEET
210X297 (2.1.4b) FINISH WHITE POWDER COAT
PLATE SIGN
WALL
297
297
3M VHB TAPE
DRAWING TITLE DRAWING NUMBER DESIGN BY R. GARG THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS OR PARTS THERE OF AND OR
WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED, SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT
FACE MOUNTED SIGN CHECKED BY Mr. SUKHVINDER PRIOR WRITTEN PERMISSION OF THE COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD.
P1 Misc-28/2022
PROJECT NAME CLIENT NAME SCALE REVISION DATE 08-12-2020 GENERAL NOTES
PUNE METRO ALL DIMENSIONS ARE IN MILIMETER . Plot No 108, Sec-44,
PUNE METRO 1:10 SHEET NO. 3 OF 5 ALL DIMENSIONS ARE TO BE READ AND NOT MEASURED.
450X300 (2.1.4c) 2 .0mm THK AL SHEET
PLATE SIGN FINISH WHITE POWDER COAT
450
WALL
300
300
3M VHB TAPE
DRAWING TITLE DRAWING NUMBER DESIGN BY R. GARG THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS OR PARTS THERE OF AND OR
WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED, SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT
FACE MOUNTED SIGN CHECKED BY Mr. SUKHVINDER PRIOR WRITTEN PERMISSION OF THE COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD.
P1 Misc-28/2022
PROJECT NAME CLIENT NAME SCALE REVISION DATE 08-12-2020 GENERAL NOTES
Plot No 108, Sec-44,
PUNE METRO
PUNE METRO 1:10 SHEET NO. 5 OF 5 ALL DIMENSIONS ARE TO BE READ AND NOT MEASURED.
300X475
(2.1.5a)
292
NON -LIT SIGN
30
300
4
SECTION C-C 29
SCALE 1 : 4
29
3
25X25X3.0mm THK MS ANGLE MS ANGLE FRAME BY CSK SCREW
25
FINISH RAL CLASSIC 7046 PC APPROVED VINYL PASTED OVER IT
300
29
A
C C
30
475
475
R3
20
30
R5
256
A SECTION A-A
SCALE 1 : 4
DRAWING TITLE DRAWING NUMBER DESIGN BY R. GARG THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS OR PARTS THERE OF AND OR
WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED, SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT
FACE MOUNTED SIGN 300X475 SAFETY MESSAGES CHECKED BY Mr. SUKHVINDER PRIOR WRITTEN PERMISSION OF THE COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD. P1 Misc-28/2022
PROJECT NAME CLIENT NAME SCALE REVISION DATE 18-01-2021 GENERAL NOTES
PUNE METRO ALL DIMENSIONS ARE IN MILIMETER UNLESS . Plot No 108, Sec-44,
PUNE METRO 1:10 SHEET NO. 1 OF 1 ALL DIMENSIONS ARE TO BE READ AND NOT MEASURED.
450X700
(2.1.5b)
442 NON -LIT SIGN
30
450
4
SECTION C-C 29
SCALE 1 : 6
3
25X25X3.0mm THK MS ANGLE APPROVED VINYL PASTED OVER IT
25
FINISH RAL CLASSIC 7046 PC
450
29
A
C C
30
700
700
R3
20
30
R5
A 406
SECTION A-A
SCALE 1 : 6
DRAWING TITLE DRAWING NUMBER DESIGN BY R. GARG THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS OR PARTS THERE OF AND OR
WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED, SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT
FACE MOUNTED SIGN 450X700 SAFETY MESSAGES CHECKED BY Mr. SUKHVINDER PRIOR WRITTEN PERMISSION OF THE COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD. P1 Misc-28/2022
PROJECT NAME CLIENT NAME SCALE REVISION DATE 18-01-2021 GENERAL NOTES
PUNE METRO ALL DIMENSIONS ARE IN MILIMETER UNLESS . Plot No 108, Sec-44,
PUNE METRO 1:10 SHEET NO. 1 OF 1 ALL DIMENSIONS ARE TO BE READ AND NOT MEASURED.
3.1.1c ITEM NO. DESCRIPTION LENGTH FINISH QTY.
25X25X1.6 AL TUBE WELD
450 1 SIGNAGE ASSEMBLY 1
WITH EXTRUSION FOR MOUNTING
80 1.1 AL EXTRUSION FRAME 1
1.1.1 80mm AL EXTRUSION PROFILE 450 RAL CLASSIC 7046 PC 2
SIGNAGE FIXED WITH 1.1.2 80mm AL EXTRUSION PROFILE 800 RAL CLASSIC 7046 PC 2
33
M8 X75 NUT & BOLT 1.2 4 MM THK ACP 2
80
33
1.2
2.4
800
735
800
1.3
1.1.1 2.1
1.2
3M BLOCKOUT VINYL
AS PER APPROVED
33
1.3
1.2
3
2.3
60 EXPLODED VIEW
2.2
61
175
175 150 ISOMETRIC VIEW
A 175 SECTION A-A SIDE VIEW
FRONT VIEW SCALE 1 : 12
DRAWING TITLE DRAWING NUMBER DESIGN BY R. GARG THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS OR PARTS THERE OF AND OR
WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED, SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT
POST MOUNTED SIGN 3.1.9a (NON- ILLUMINATED SINGLE SIDE) CHE Mr. SUKHVINDER PRIOR WRITTEN PERMISSION OF THE COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD. P1 Misc-28/2022
PROJECT NAME CLIENT NAME SCALE REVISION DAT 07-01-2021 GENERAL NOTES
PUNE METRO ALL DIMENSIONS ARE IN MILIMETER UNLESS . Plot No 108, Sec-44,
PUNE METRO 1:10 R1 SHEET NO. 1 OF 2 ALL DIMENSIONS ARE TO BE READ AND NOT MEASURED.
150
25
25
274
14
5
DOWN 90° R 1.2
DOWN 30° R 1.2
137
50 250 50
20
12
40
40
0 .5
R4
696
736
175
27
12
R4
175
125
0.5
2000
125
1232
22
F
240
°
41
45
61
210°
61
1.2
19
F 10 155
35 175
50
SECTION F-F
5 150 SCALE 1 : 4
8
DRAWING TITLE DRAWING NUMBER DESIGN BY R. GARG THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS OR PARTS THERE OF AND OR
WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED, SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT
POST MOUNTED SIGN 3.1.9a (NON- ILLUMINATED SINGLE SIDE) CHECKED BY Mr. SUKHVINDER PRIOR WRITTEN PERMISSION OF THE COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD.
P1 Misc-28/2022
PROJECT NAME CLIENT NAME SCALE REVISION DATE 07-01-2021 GENERAL NOTES
PUNE METRO ALL DIMENSIONS ARE IN MILIMETER UNLESS . Plot No 108, Sec-44,
PUNE METRO 1:10 SHEET NO. 2 OF 2 ALL DIMENSIONS ARE TO BE READ AND NOT MEASURED.
3.1.1.d 80 ITEM NO. DESCRIPTION LENGTH FINISH QTY.
USE PACKING TO
28 25 28 1 SIGNAGE ASSEMBLY 1
PREVENT LOOSENESS
1.1 AL EXTRUSION FRAME 1
1800
1.1.1 80mm AL EXTRUSION PROFILE 600 RAL CLASSIC 7046 PC 2
875 1.1.2 80mm AL EXTRUSION PROFILE 1800 RAL CLASSIC 7046 PC 2
1.2 2 MM THK AL SHEET AT FRONT RAL 9010 WHITE PC 1
1.3 2.0mm THK AL SHEET AT REAR RAL CLASSIC 7046 PC 1
1.4 25X25X1.6 AL FRAME WELD WITH EXTRUSION 1
80
1.2
1800
800 80 1.1.2 2.2
2.3
1.1.1
600
596
600
560
1.4.1
1.4.2
3M BLOCKOUT VINYL
AS PER APPROVED
50
2.1
1.3
SIGNAGE BOLT WITH
PIPE PLATE
2500
FRONT AND BACK AL SHEET
FIX WITH CSK SCREW / RIVET
2.6 2.5
1900
1760
60
700 3
58
61
61
150 175
175 FRONT VIEW
A SECTION A-A EXPLODED VIEW
SIDE VIEW ISOMETRIC VIEW
SCALE 1 : 18
DRAWING TITLE DRAWING NUMBER DESIGN BY R. GARG THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS OR PARTS THERE OF AND OR
WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED, SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT
POST MOUNTED SIGN 2.1.7a (NON- ILLUMINATED SINGLE SIDE) CHECKED BY Mr. SUKHVINDER PRIOR WRITTEN PERMISSION OF THE COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD.
P1 Misc-28/2022
PROJECT NAME CLIENT NAME SCALE REVISION DATE 07-01-2021 GENERAL NOTES
PUNE METRO ALL DIMENSIONS ARE IN MILIMETER UNLESS . Plot No 108, Sec-44,
PUNE METRO 1:10 SHEET NO. 1 OF 2 ALL DIMENSIONS ARE TO BE READ AND NOT MEASURED.
800 25
150
120 280 280 120
14
25
100
150
560
560
25
27
20
12
DETAIL D
40
SCALE 1 : 5
10
DETAIL F
SCALE 1 : 5
800
120 280 280 120 60
32
274
R4
175
0.5
DOWN 60° R 1.2
137
700
1760
22
E
240
°
19 41
45
1.2
210°
61
61
50
35 150
E 10 155
150 175
8
SECTION E-E
SCALE 1 : 5
DRAWING TITLE DRAWING NUMBER DESIGN BY R. GARG THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS OR PARTS THERE OF AND OR
WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED, SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT
POST MOUNTED SIGN 2.1.7a (NON- ILLUMINATED SINGLE SIDE) CHECKED BY Mr. SUKHVINDER PRIOR WRITTEN PERMISSION OF THE COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD.
P1 Misc-28/2022
PROJECT NAME CLIENT NAME SCALE REVISION DATE 07-01-2021 GENERAL NOTES
Plot No 108, Sec-44,
PUNE METRO
PUNE METRO 1:10 SHEET NO. 2 OF 2 ALL DIMENSIONS ARE TO BE READ AND NOT MEASURED.
5.1.2a
R450.00 150.00
3254.00
Imformation Sign Facia Imformation Sign Facia
4mm thk ACP with approved 4mm thk ACP with approved
Vinyle Graphics. Vinyle Graphics.
450.00
150.00
400.00 10mm thk MS Base Plate.
Front View Isometric View
Side View
M16 X 200mm Chemical Fastener
DRAWING TITLE DRAWING NUMBER DESIGNBY SHEET NO. THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS
Pune Metro Totem OR PARTS THERE OF AND OR WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED,
Pune Totem SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT PRIOR WRITTEN PERMISSION OF THE
Aashish 1 of 7 COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD.
P1 Misc-28/2022
PROJECT NAME DATE SCALE QTY. Checked By REV. General Notes
Plot No 108, Sec-44,
Pune Metro
27-08-2021 1:20 Sukhvinder Singh Gurugram-122003, Haryana
website: satinneodimensions.com
1072.00
5.1.2a
400.00 150.04
Side View
A R450.00 150.00 B
900.90
975.00
4388.00
785.00 873.80
3254.00
3254.00
Alu Extrusion Profile-3
448.80
C
975.00
150.00 150.00
A 10.00
Front View Side View
SECTION A-A DETAIL C
DRAWING TITLE DRAWING NUMBER DESIGNBY SHEET NO. THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS
Pune Metro Totem OR PARTS THERE OF AND OR WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED,
Pune Totem SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT PRIOR WRITTEN PERMISSION OF THE
Aashish 2 of 7 COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD.
P1 Misc-28/2022
PROJECT NAME DATE SCALE QTY. Checked By REV. General Notes
Plot No 108, Sec-44,
Pune Metro
27-08-2021 1:25 Sukhvinder Singh Gurugram-122003, Haryana
website: satinneodimensions.com
5.1.2a
Aluminium Profile
15.00
150.04
32.77
PROFILE - 1
Aluminium Profile
35.04
57.79
56.50
34.00
PROFILE - 3
144.04
PROFILE - 2
DRAWING TITLE DRAWING NUMBER DESIGNBY SHEET NO. THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS
Pune Metro Totem OR PARTS THERE OF AND OR WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED,
Pune Totem SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT PRIOR WRITTEN PERMISSION OF THE
Aashish 3 of 7
Totam Profile COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD.
P1 Misc-28/2022
PROJECT NAME DATE SCALE QTY. Checked By REV. General Notes
Plot No 108, Sec-44,
Pune Metro
27-08-2021 1:20 Sukhvinder Singh Gurugram-122003, Haryana
website: satinneodimensions.com
5.1.2a
Internal MS Structure
1060.00
MS Pipe Frame
3216.00
3558.29
Base Assembly
621.00 Isometric View
179.00
Front View
DRAWING TITLE DRAWING NUMBER DESIGNBY SHEET NO. THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS
Pune Metro Totem OR PARTS THERE OF AND OR WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED,
Pune Totem SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT PRIOR WRITTEN PERMISSION OF THE
Aashish 4 of 7 COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD.
P1 Misc-28/2022
PROJECT NAME DATE SCALE QTY. Checked By REV. General Notes
Plot No 108, Sec-44,
Pune Metro
27-08-2021 1:20 Sukhvinder Singh Gurugram-122003, Haryana
website: satinneodimensions.com
5.1.2a
1060.00
40.00
3216.00 725.00 3216.00
ISOMETRIC VIEW
635.00
525.00
590.00
40.00 SIDE VIEW
FRONT VIEW
DRAWING TITLE DRAWING NUMBER DESIGNBY SHEET NO. THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS
Pune Metro Totem OR PARTS THERE OF AND OR WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED,
Pune Totem SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT PRIOR WRITTEN PERMISSION OF THE
Aashish 5 of 7 COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD.
P1 Misc-28/2022
PROJECT NAME DATE SCALE QTY. Checked By REV. General Notes
Plot No 108, Sec-44,
Pune Metro
27-08-2021 1:20 Sukhvinder Singh Gurugram-122003, Haryana
website: satinneodimensions.com
5.1.2a 3mm thk ring
400.00
60x60X8mm thk
Square Pipe
400.00
Top View
ISometric View
60.00 67.00
89.41
100.00
100.00 200.00
12.00 @3 in
Pipe and also ring
800.00
800.00
100.00 200.00
250.00
200.59
400.00 10.00
Exploded View
Front View Side View
DRAWING TITLE DRAWING NUMBER DESIGNBY SHEET NO. THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS
Pune Metro Totem OR PARTS THERE OF AND OR WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED,
Pune Totem SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT PRIOR WRITTEN PERMISSION OF THE
Aashish 6 of 7 COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD.
P1 Misc-28/2022
PROJECT NAME DATE SCALE QTY. Checked By REV. General Notes
Plot No 108, Sec-44,
Pune Metro
27-08-2021 1:10 Sukhvinder Singh Gurugram-122003, Haryana
website: satinneodimensions.com
BASE ASSEMBLY RING 5.1.2a
67.00 248.21
DOWN 90° R 3
DOWN 90° R 3
DOWN 90° R 3
67.00
100.00
3.00
63.00
TOP VIEW
12.00 @2
100.00 100.00
SIDE VIEW
FRONT VIEW
ISOMETRIC VIEW
DRAWING TITLE DRAWING NUMBER DESIGNBY SHEET NO. THIS DRAWING WITH ALL ITS CONTENTS IS THE PROPERTY OF SATIN NEO DIMENSIONS PVT. LTD. NO PARTS
Pune Metro Totem OR PARTS THERE OF AND OR WHOLE OF THIS DRAWING DOCUMENT CAN BE REPRODUCED, ALTERED,
Pune Totem SUBSTITUTED, CONSTRUCTED OR EXECUTED AT SITE WITHOUT PRIOR WRITTEN PERMISSION OF THE
Aashish 7 of 7 COMPANY. ALL INTELLECTUAL PROPERTY RIGHTS RESERVED BY SATIN NEO DIMENSIONS PVT. LTD.
P1 Misc-28/2022
PROJECT NAME DATE SCALE QTY. Checked By REV. General Notes
Plot No 108, Sec-44,
Pune Metro
27-08-2021 1:20 Sukhvinder Singh Gurugram-122003, Haryana
website: satinneodimensions.com
5.1.1a 5.1.1b 5.1.1c
5.1.1d
5.1.1e
5.1.1f
5.1.1h
5.1.1g
5.1.1j
5.1.1i Street Signage Graphics
P1 Misc-28/2022
SIGNAGE GRAPHIC SCHEDULE TYPICAL STATION
Ground Level (Identification Signages)
DATE - 11-11-2021 REV. - 1
P1 Misc-28/2022 Page 1
ID06 297x210 2.1.3a FACE 1 SIDED NI
P1 Misc-28/2022
Page 2
Only for Reference
P1 Misc-28/2022 Page 3
WF04 1500x300 1.1.1b PROJECTED 2 SIDED IL
P1 Misc-28/2022
Page 4
IN02 1100x4200 5.1.2a TOTEM 2 SIDED IL
P1 Misc-28/2022
Page 5
IN05 1189X841 3.1.1a POST 1 SIDED ONLY FOR REFRENCE NI
P1 Misc-28/2022
Page 6
IN09 1189X841 3.1.1a POST 1 SIDED ONLY FOR REFRENCE NI
P1 Misc-28/2022 Page 7
IN12 500x500 5.1.1a POST 2 SIDED NI
P1 Misc-28/2022
Page 8
IN16 1100x4200 5.1.2a TOTEM 2 SIDED IL
P1 Misc-28/2022 Page 9
ST03 297x210 2.1.3a FACE 1 SIDED NI
P1 Misc-28/2022
Page 10
ST09 150x225 2.1.4a FACE 1 SIDED NI
P1 Misc-28/2022
Page 11
SIGNAGE GRAPHIC SCHEDULE TYPICAL STATION
Concourse Level (Identification Signages)
DATE - 11-11-2021 REV. - 1
P1 Misc-28/2022 Page 12
ID06 450x700 1.1.3a SUSPENDED 1 SIDED NI
P1 Misc-28/2022
Page 13
ID13 210x297 2.1.3a FACE 1 SIDED NI
P1 Misc-28/2022 Page 14
ID20 297x210 2.1.3a FACE 1 SIDED NI
ID22 AS/ SITE 2.1.6a FACE 1 SIDED only for refrence VINYL
ID24 AS/ SITE 2.1.6a FACE 1 SIDED only for refrence VINYL
P1 Misc-28/2022 Page 15
ID27 1500x300 2.1.2a FACE 1 SIDED NI
P1 Misc-28/2022
Page 16
ID34 297x210 2.1.3a FACE 1 SIDED NI
P1 Misc-28/2022 Page 17
ID41 297x210 2.1.3a FACE 1 SIDED NI
ID43 AS/ SITE 2.1.6a FACE 1 SIDED only for refrence VINYL
P1 Misc-28/2022 Page 18
Concourse Level (Way Finding Signages)
SIGN TYPE FACE ILLUMI-
SIGN NO. SIZE IN MM FIXING ARTWORK
AS PER BOQ TYPE NATION
P1 Misc-28/2022
Page 19
WF07 1500x300 1.1.1b SUSPENDED 2 SIDED IL
P1 Misc-28/2022 Page 20
WF14 1800x300 1.1.1c SUSPENDED 2 SIDED IL
P1 Misc-28/2022
Page 21
WF21 1800x300 1.1.1c SUSPENDED 2 SIDED IL
P1 Misc-28/2022 Page 22
WF28 1800x300 1.1.1c SUSPENDED 2 SIDED IL
P1 Misc-28/2022
Page 23
WF35 1800x300 1.1.1c SUSPENDED 2 SIDED IL
P1 Misc-28/2022 Page 24
WF42 1800x300 1.1.1c SUSPENDED 2 SIDED IL
P1 Misc-28/2022
Page 25
IN01 1189X841 3.1.1a POST 1 SIDED ONLY FOR REFRENCE NI
P1 Misc-28/2022 Page 26
Design under approval (
IN05 1189X841 2.1.2b FACE 1 SIDED NI
In Marathi Language)
IN07 AS/ SITE 2.1.6a FACE 1 SIDED ONLY FOR REFRENCE VINYL
Page 27
P1 Misc-28/2022
IN09 600x1800 3.1.1b POST 1 SIDED NI
P1 Misc-28/2022 Page 28
IN11 600x1800 3.1.1b POST 1 SIDED NI
P1 Misc-28/2022
Page 29
IN15 1189X841 3.1.1a POST 1 SIDED NI
P1 Misc-28/2022 Page 30
Design under approval (
IN19 1189X841 2.1.2b FACE 1 SIDED NI
In Hindi Language)
P1 Misc-28/2022 Page 31
Design under approval (
IN23 1189X841 2.1.2b FACE 1 SIDED NI
In Marathi Language)
IN24 AS/ SITE 2.1.6a FACE 1 SIDED ONLY FOR REFRENCE VINYL
P1 Misc-28/2022 Page 32
IN26 600x1800 3.1.1b POST 1 SIDED NI
P1 Misc-28/2022 Page 33
IN28 600x1800 3.1.1b POST 1 SIDED NI
P1 Misc-28/2022 Page 34
Design under approval (
IN31 1189X841 2.1.2b FACE 1 SIDED NI
In Hindi Language)
P1 Misc-28/2022 Page 35
ST 03 297x210 2.1.3a FACE 1 SIDED NI
P1 Misc-28/2022
Page 36
ST 08 150x225 2.1.4a FACE 1 SIDED NI
P1 Misc-28/2022
Page 37
ST 13 450x700 2.1.5b FACE 1 SIDED NI
P1 Misc-28/2022 Page 38
ST 18 150x225 2.1.4a FACE 1 SIDED NI
P1 Misc-28/2022 Page 39
ST 23 450x700 2.1.5b FACE 1 SIDED NI
P1 Misc-28/2022 Page 40
ST 27 150x225 2.1.4a FACE 1 SIDED NI
P1 Misc-28/2022 Page 41
ST 33 450x700 2.1.5b FACE 1 SIDED NI
P1 Misc-28/2022
Page 42
Concourse Level (Fire Signages)
SIGN TYPE FACE ILLUMI-
SIGN NO. SIZE IN MM FIXING ARTWORK
AS PER BOQ TYPE NATION
P1 Misc-28/2022 Page 43
FI 06 1189X841 3.1.1a POST 1 SIDED ONLY FOR REFRENCE NI
P1 Misc-28/2022 Page 44
FI 10 600x300 1.1.1d SUSPENDED 2 SIDED IL
P1 Misc-28/2022
Page 45
FI 15 600x300 1.1.1d SUSPENDED 2 SIDED IL
P1 Misc-28/2022
Page 46
SIGNAGE GRAPHIC SCHEDULE TYPICAL STATION
Platform Level (Identification Signages)
DATE - 11-11-2021 REV. - 1
P1 Misc-28/2022 Page 47
ID06 1500x300 2.1.2a FACE 1 SIDED NI
P1 Misc-28/2022 Page 48
WF03 1200x300 1.1.1a PROJECTED 2 SIDED IL
P1 Misc-28/2022
Page 49
Platform Level (Information Signages)
SIGN TYPE FACE ILLUMI-
SIGN NO. SIZE IN MM FIXING ARTWORK
AS PER BOQ TYPE NATION
P1 Misc-28/2022
Page 50
IN05 600x1800 3.1.1b POST 1 SIDED NI
P1 Misc-28/2022
Page 51
IN09 1800x600 3.1.1d POST 1 SIDED NI
P1 Misc-28/2022 Page 52
IN13 600x1800 3.1.1b POST 1 SIDED NI
FLOOR
ST02 140500x100 4.1.1b FACE 1 SIDED
VINYL
P1 Misc-28/2022
Page 53
ST03 450x800 3.1.1c POST 1 SIDED NI
P1 Misc-28/2022
Page 54
ST08 150x225 2.1.4a FACE 1 SIDED NI
P1 Misc-28/2022 Page 55
ST13 210x300 2.1.3b FACE 1 SIDED NI
P1 Misc-28/2022 Page 56
ST17 450x300 2.1.3c FACE 1 SIDED NI
P1 Misc-28/2022 Page 57
Location as per metro door FLOOR
ST21 300x300 5.3a FACE 1 SIDED
marking VINYL
P1 Misc-28/2022
Page 58
ST26 297x210 2.1.3a FACE 1 SIDED NI
P1 Misc-28/2022 Page 59
FLOOR
ST31 140500x100 4.1.1b FACE 1 SIDED
VINYL
P1 Misc-28/2022 Page 60
FI 03 600x300 1.1.1d SUSPENDED 2 SIDED IL
Page 61
P1 Misc-28/2022
FI 07 600x300 1.1.1d SUSPENDED 2 SIDED IL
P1 Misc-28/2022 Page 62
FI 11 600x300 1.1.1d SUSPENDED 2 SIDED IL
P1 Misc-28/2022 Page 63
1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16
TOWARDS PCMC STATION TOWARDS RANGE HILL STATION
A A
B B
C C
D D
E E
F F
G G
H H
I I
Legend
Symbol Code Description
J A
WF Wayfinding Sign J
A
ID Identification Sign
ST Statutory Sign
IN Information Sign
ARCHITECTURE
PMRP BEFORE EXECUTION OF WORK AT SITE. OBJECTION'. Center, Near Saint Mira's Girls College, Koregaon
CORPORATION
4. THIS DRAWING MUST BE READ IN CONJUNCTION WITH ALL PROOF CONSULTANT Issued As Good For Construction. Park, Pune - 411001, MH, India
DDC CONTRACTOR LTD.
RELEVANT ARCHITECTURAL, STRUCTURAL, PLUMBING & FIRE
FIGHTING, ELECTRICAL AND TRAFFIC MANAGEMENT DRAWINGS. P1 Misc-28/2022
SIGN: SIGN: SIGN: SIGN: SIGN: SIGN: SIGN: SIGN: DY. HOD
5. ALL DOOR/WINDOW CILL & LINTEL LEVELS ARE MEASURED
FROM MAIN FLOOR FINISHED LEVELS. DATE: 30-10-2021 DATE: 30-10-2021 DATE: 30-10-2021 DATE: 30-10-2021 DATE : DATE: DATE: DATE:
CLIENT: MAHARASHTRA METRO RAIL CORPORATION LTD.
L E E
6. ALL PEB TO BE PU PAINTED NAME: AJAY KUMAR NAME : GURPREET NAME: AJIT KUMAR NAME: SUKHVINDER NAME : --- NAME:BL--- NAME: --- NAME: --- LOCATION: TYPICAL STATION
AB A
DRAWN BY DESIGN BY CHECKED BY APPROVED BY ICBY
ACCEPTED IC
REVIEWED BY (STRUCT . ENGG.) APPROVED BY (TEAM LEADER) REVIEWED BY APPROVED BY
PL P L
TITLE: GROUND LEVEL- SIGNAGE
DETAIL DESIGN CONSULTANT :
AP A P
SYSTRA-AECOM-EGIS-RITES
HOD
L T T L
O O SCALE: NTS DATE: STATUS: REVISION NO:
N N (GENERAL CONSULTANT TO PUNE
METRO RAIL PROJECT) DRG NO:
A A
B B
C C
D D
E E
F F
G G
H H
I I
Legend
Symbol Code Description
J A
WF Wayfinding Sign J
A
ID Identification Sign
ST Statutory Sign
IN Information Sign
ARCHITECTURE
PMRP BEFORE EXECUTION OF WORK AT SITE. CORPORATION
Center, Near Saint Mira's Girls College, Koregaon
4. THIS DRAWING MUST BE READ IN CONJUNCTION WITH ALL PROOF CONSULTANT Issued As Good For Construction. Park, Pune - 411001, MH, India
DDC CONTRACTOR LTD.
RELEVANT ARCHITECTURAL, STRUCTURAL, PLUMBING & FIRE
FIGHTING, ELECTRICAL AND TRAFFIC MANAGEMENT DRAWINGS. SIGN: SIGN: SIGN: SIGN: SIGN: SIGN: SIGN: SIGN: DY. HOD
5. ALL DOOR/WINDOW CILL & LINTEL LEVELS ARE MEASURED
FROM MAIN FLOOR FINISHED LEVELS. DATE: 30-10-2021 DATE: 30-10-2021 DATE: 30-10-2021 DATE: 30-10-2021 DATE: DATE: DATE: DATE:
CLIENT: MAHARASHTRA METRO RAIL CORPORATION LTD.
L E E
6. ALL PEB TO BE PU PAINTED NAME: AJAY KUMAR NAME : GURPREET NAME: AJIT KUMAR NAME: SUKHVINDER NAME : --- NAME:BL--- LOCATION: TYPICAL STATION
AB
NAME: --- NAME: ---
A
DRAWN BY DESIGN BY CHECKED BY APPROVED BY ACCEPTED
L ICBY IC
REVIEWED BY (STRUCT . ENGG.) APPROVED BY (TEAM LEADER)
L REVIEWED BY APPROVED BY
P P TITLE: CONCOURSE LEVEL- IDENTIFICATION AND STATUTORY SIGNAGE
DETAIL DESIGN CONSULTANT :
AP A P HOD
L T T L
O O SCALE: NTS DATE: STATUS: REVISION NO:
N N (GENERAL CONSULTANT TO PUNE
METRO RAIL PROJECT) DRG NO:
A A
B B
C C
D D
E E
F F
G G
H H
I I
Legend
Symbol Code Description
J A
WF Wayfinding Sign J
A
ID Identification Sign
ST Statutory Sign
IN Information Sign
ARCHITECTURE
OBJECTION'. P1 Misc-28/2022 Center, Near Saint Mira's Girls College, Koregaon
PMRP BEFORE EXECUTION OF WORK AT SITE. CORPORATION
4. THIS DRAWING MUST BE READ IN CONJUNCTION WITH ALL PROOF CONSULTANT Issued As Good For Construction. Park, Pune - 411001, MH, India
DDC CONTRACTOR LTD.
RELEVANT ARCHITECTURAL, STRUCTURAL, PLUMBING & FIRE
FIGHTING, ELECTRICAL AND TRAFFIC MANAGEMENT DRAWINGS. SIGN: SIGN: SIGN: SIGN: SIGN: SIGN: SIGN: SIGN: DY. HOD
5. ALL DOOR/WINDOW CILL & LINTEL LEVELS ARE MEASURED
FROM MAIN FLOOR FINISHED LEVELS. DATE: 30-10-2021 DATE: 30-10-2021 DATE: 30-10-2021 DATE: 30-10-2021 DATE: DATE: DATE: DATE:
CLIENT: MAHARASHTRA METRO RAIL CORPORATION LTD.
L E E
6. ALL PEB TO BE PU PAINTED NAME: AJAY KUMAR NAME : GURPREET NAME: AJIT KUMAR NAME: SUKHVINDER NAME : --- NAME:BL--- LOCATION: TYPICAL STATION
AB
NAME: --- NAME: ---
A
DRAWN BY DESIGN BY CHECKED BY APPROVED BY ICBY
ACCEPTED IC
REVIEWED BY (STRUCT . ENGG.) APPROVED BY (TEAM LEADER) REVIEWED BY APPROVED BY
PL P L
TITLE: CONCOURSE LEVEL- INFORMATIONS SIGNAGE
DETAIL DESIGN CONSULTANT :
AP AP
SYSTRA-AECOM-EGIS-RITES
HOD
L T T L
O O SCALE: NTS DATE: STATUS: REVISION NO:
N N (GENERAL CONSULTANT TO PUNE
METRO RAIL PROJECT) DRG NO:
A A
DELETED
DELETED
DELETED
DELETED
DELETED
B B
C C
A
B
A
B
D D
E E
A
B
F F
G G
H H
I I
Legend
Symbol Code Description
J A
WF Wayfinding Sign J
A
ID Identification Sign
ST Statutory Sign
IN Information Sign
ARCHITECTURE
PMRP BEFORE EXECUTION OF WORK AT SITE. OBJECTION'. Center, Near Saint Mira's Girls College, Koregaon
CORPORATION
4. THIS DRAWING MUST BE READ IN CONJUNCTION WITH ALL PROOF CONSULTANT Issued As Good For Construction. Park, Pune - 411001, MH, India
DDC CONTRACTOR LTD.
RELEVANT ARCHITECTURAL, STRUCTURAL, PLUMBING & FIRE
FIGHTING, ELECTRICAL AND TRAFFIC MANAGEMENT DRAWINGS. SIGN: SIGN: SIGN: SIGN: SIGN: SIGN: SIGN: SIGN: DY. HOD
5. ALL DOOR/WINDOW CILL & LINTEL LEVELS ARE MEASURED
FROM MAIN FLOOR FINISHED LEVELS. DATE: 30-10-2021 DATE: 30-10-2021 DATE: 30-10-2021 DATE: 30-10-2021 DATE : DATE: DATE: DATE:
CLIENT: MAHARASHTRA METRO RAIL CORPORATION LTD.
L E E
6. ALL PEB TO BE PU PAINTED NAME: AJAY KUMAR NAME : GURPREET NAME: AJIT KUMAR NAME: SUKHVINDER NAME : --- NAME:BL--- NAME: --- NAME: --- LOCATION: TYPICAL STATION
AB A
DRAWN BY DESIGN BY CHECKED BY APPROVED BY ICBY
ACCEPTED IC
REVIEWED BY (STRUCT . ENGG.) APPROVED BY (TEAM LEADER) REVIEWED BY APPROVED BY
PL P L
TITLE: CONCOURSE LEVEL- WAYFINDING AND FIRE SIGNAGE
DETAIL DESIGN CONSULTANT :
AP A P
SYSTRA-AECOM-EGIS-RITES
HOD
L T T L
O O SCALE: NTS DATE: STATUS: REVISION NO:
N N (GENERAL CONSULTANT TO PUNE
METRO RAIL PROJECT) DRG NO:
B B
C C
D D
E A A E
B B
F F
G G
H H
I I
Legend
Symbol Code Description
J A
A WF Wayfinding Sign J
ID Identification Sign
ST Statutory Sign
IN Information Sign
ARCHITECTURE
PMRP BEFORE EXECUTION OF WORK AT SITE. OBJECTION'. P1 Misc-28/2022 Center, Near Saint Mira's Girls College, Koregaon
CORPORATION
4. THIS DRAWING MUST BE READ IN CONJUNCTION WITH ALL PROOF CONSULTANT Issued As Good For Construction. Park, Pune - 411001, MH, India
DDC CONTRACTOR LTD.
RELEVANT ARCHITECTURAL, STRUCTURAL, PLUMBING & FIRE
FIGHTING, ELECTRICAL AND TRAFFIC MANAGEMENT DRAWINGS. SIGN: SIGN: SIGN: SIGN: SIGN: SIGN: SIGN: SIGN: DY. HOD
5. ALL DOOR/WINDOW CILL & LINTEL LEVELS ARE MEASURED
FROM MAIN FLOOR FINISHED LEVELS. DATE: 30-10-2021 DATE: 30-10-2021 DATE: 30-10-2021 DATE: 30-10-2021 DATE : DATE: DATE: DATE:
CLIENT: MAHARASHTRA METRO RAIL CORPORATION LTD.
L E E
6. ALL PEB TO BE PU PAINTED NAME: AJAY KUMAR NAME : GURPREET NAME: AJIT KUMAR NAME: SUKHVINDER NAME : --- NAME:BL--- NAME: --- NAME: --- LOCATION: TYPICAL STATION
AB A
DRAWN BY DESIGN BY CHECKED BY APPROVED BY ICBY
ACCEPTED IC
REVIEWED BY (STRUCT . ENGG.) APPROVED BY (TEAM LEADER) REVIEWED BY APPROVED BY
PL P L
TITLE: PLATFORM LEVEL- SIGNAGE
DETAIL DESIGN CONSULTANT :
AP A P HOD
L T T SCALE: NTS DATE: L
O O STATUS: REVISION NO:
N N (GENERAL CONSULTANT TO PUNE
METRO RAIL PROJECT) DRG NO: