CMRL Part 1 2024
CMRL Part 1 2024
PART - 1
BIDDING PROCEDURES
SECTION - I
INSTRUCTION TO BIDDERS (ITB)
JULY 2024
Chennai Metro Rail Project Phase 2 Part 1 – Section I
Tender No. CMRL/PP&D/CON/PHASEII/B-OCC/ MISC-03/2024
1. DISCLAIMER
a. CHENNAI METRO RAIL LIMITED, (hereinafter referred to as ‘CMRL’) does not make any
representation or warranty as to the accuracy, reliability, or completeness of the information in
this Bid Document. Therefore, each Bidder should conduct their own investigations and analysis
and check the accuracy, reliability, and completeness of the information in this Bid Document
and obtain independent advice from appropriate sources. The Bidder shall bear all its costs
associated with the preparation and submission of its Bid including expenses associated with
any clarifications, which may be required by CMRL, or any other costs incurred in connection
with or relating to its Bid. CMRL or any of its employees or advisors shall incur no liability under
any law, statute, rules, or regulations as to the accuracy or completeness of the Bid Document.
b. CMRL will have no liability to any Bidder or any other person under the law of contract, tort,
the principles of restitution or unjust enrichment or otherwise for any loss, expense or
damage which may arise from or be incurred or suffered in connection with anything contained
in this bid document, any matter deemed to form part of this bid document, the award
of the contract, and any information supplied by or on behalf of CMRL or any matter arising
in any way from the selection process of the contract.
c. The issue of this document does not imply that CMRL is bound to select the Bidder
or to appoint the selected Bidder. CMRL reserves the right to reject any or all the bids
submitted in response to this bid document at any stage without assigning any reasons
whatsoever. CMRL also reserves the right to withhold or withdraw the s e l e c t i o n
process at any stage with intimation to all Bidders who have submitted the bid. Such
withholding/withdrawal shall be without any cost liability on CMRL.
d. CMRL reserves the right to change / modify / amend any or all the provisions of this bid
document at any stage. Such changes will be updated in the C e n t r a l P u b l i c
Procurement portal.
e. CMRL reserves the right to accept or reject any tender, to cancel the Tender process
and reject all tenders at any time prior to award of the contract, without thereby incurring any
liability to the affected Bidder any without obligation to inform the affected Bidder of the
grounds for CMRL action.
f. CMRL will not entertain or be liable for any claim and expenses in relation to the
preparation of the Bid/s to be submitted in terms of this Bid Document.
g. Bidders are advised to remain vigilant and monitor the CPP
Portal https://eprocure.gov.in/eprocure/app for all updates on the Tender Document such
as Addendum(s), Reply to Query, Postponement of any schedule etc. No claims or
compensation shall be entertained on account of the Bidder having not read/noticed the
updates.
2.PREAMBLE
a) Law Governing the Contract: The Tender and the contract shall be governed by the
laws of Republic of India, as may be in force from time to time.
b) CMRL, Chennai Metro Rail and Chennai Metro wherever used means Chennai Metro
Rail Limited, (a Joint Venture of Govt. of India and Govt. of Tamil Nadu) with Office
at MetroS, Anna Salai, Nandanam, Chennai – 600 035.
c) Contract means and includes the Contract Agreement, the Letter of Acceptance,
Scope of Work, Technical Specification, General Conditions of Contract, Particular
Conditions of the contract, the Tender and Tender Documents, Notice Inviting Tender,
Instructions to Tenderers, the Schedules and Annexures, and such further
documents which are listed in the Letter of Acceptance or Contract Agreement,
or that may be executed or brought into force in connection with the work.
f) Words importing the singular number shall also include the plural and vice versa
where the context requires and similarly the words ‘men’, ‘he’ or the reference to
masculine gender shall also include women, she and feminine gender and vice versa
where the context requires.
h) Bidder's understanding: It is understood and agreed that the Bidder has, by careful
examination, satisfied himself as to the nature and location of the work, the
conformation of the ground, the character, quality and quantity of the materials to be
encountered, the character of equipment and facilities needed preliminary to and during
the progress of the works, the general and local conditions, the labour conditions
Instruction to Bidders (ITB) ITB 3 July 2024
Chennai Metro Rail Project Phase 2 Part 1 – Section I
Tender No. CMRL/PP&D/CON/PHASEII/B-OCC/ MISC-03/2024
prevailing therein and all other matters which can in any way affect the works under
the contract and basis his / its satisfaction, the Contractor has come forward for
participating in the Tender process.
k) Engineer” means such persons, or firm, as may be appointed from time to time by
CMRL and notified in writing to the Contractor to act as Engineer for the purposes of
the Contract, or any nominated officer of CMRL. Engineer is authorized to issue
instruction to the Contractor on behalf of Employer. Engineer shall perform all other
obligations/duties instructed in Conditions of Contract.
l) DLP: Defect Liability Period. Defect notification period and Defect liability period means
the same
m) Notice Inviting Tender: also termed as NIT means invitation for bids from all the
eligible bidders, issued through CMRL web portal and CPP Portal.
n) Language of Tender: The Tender prepared by the Bidder and all correspondence and
documents relating to the Tender shall be in English language.
o) Currency: The currency for the purpose of the Proposal shall be the Indian National
Rupee (INR) or any other currency specified in Bid Data Sheet.
p) EMD: Earnest Money Deposit means a sum as stated in the Notice Inviting Tender (NIT)
paid by the Bidders to CMRL in connection with and in accordance with this Tender as a Bid
security.
q) “Site" means the area specified in the contract at which work is required to be
executed by the Contractor under the contract or any other place approved by
the Employer for the purpose.
r) “Work" means all the work specified or set forth and required in and by the said
specifications, drawings and Employer’s requirement, hereto annexed or to be implied
there from or incidental thereto, or to be hereafter specified or required in such
explanatory instructions and drawings (being in conformity with the said original
specifications, drawings and requirement).
s) “CPP Portal” means the Central Public Procurement Portal to enable the e-
procurement. This eProcurement System of India enables the bidders to download the
tender document, addendum, corrigendum if any and then submit the bids online
through this portal. The portal address is https://eprocure.gov.in/eprocure/app
t) “Instruction to Bidder” also termed as ITB means the instructions and guidelines to
the prospective bidders to prepare the bid accordingly. “Bid Data Sheet” also termed
as BDS means the supplementary information or data particular to this tender and it
shall be read in conjunction with ITB.
u) “Contractor” means the successful bidder to whom Letter of Acceptance has been
issued and the Contract Agreement is executed by the Employer.
v) “Contract period” means the period from the date of commencement to the date of
issue of performance certificate.
A. General ....................................................................................................................... 8
C. Preparation of Bids................................................................................................... 13
F. Award of Contract..................................................................................................... 27
A. General
3.1 It is the requirement of the Employer that the Bidders and the
Contractors, to observe the highest standard of ethics during the
3. Corrupt and procurement and execution of such contracts. In pursuance of
Fraudulent this requirement, the Employer:
Practices a) will reject a proposal for award if it determines that the Bidder
has engaged in corrupt or fraudulent practices in competing
for the contract in question.
6.2 Unless obtained from the CPP Portal, the Employer is not
responsible for the completeness of the Bidding Document
including the responses to Prebid queries and addendum to the
Bidding Document in accordance with ITB 8. In case of any
contradiction, documents published by the Employer on CPP
Portal shall prevail.
7.2 The Bidder is advised to visit and examine the Site 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 with letter of authorisation
from the bidder, but only upon the express condition 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 and
during course of inspection.
8. Amendment of 8.1 At any time prior to the deadline for submission of Bids, the
Bidding Employer may amend the Bidding Document by issuing
Document addenda.
C. Preparation of Bids
9.1 The Bidder shall bear all costs associated with the preparation
and submission of its Bid, and the Employer shall not be
9. Cost of Bidding responsible or liable for those costs, regardless of the conduct or
outcome of the bidding process including
withholding/withdrawing of such bidding process.
12.1 The Bidder shall complete the Letter of Technical & Financial
Bid and Excel Macros BOQ. The letter of Technical & Financial
12. Letter of Bid and
Bids and Excel BOQ must be completed without any alterations
Schedules
to the text, and no substitutes shall be accepted. All blank
spaces shall be filled in with the information requested.
13. Alternatives to
the Bid
Requirements Not applicable
and Alternative
Bids
14.1 The prices and discounts (including any price reduction) quoted
14. Bid Prices and by the Bidder in the Letter of Price Bid and in Excel pricing
Discounts
document shall conform to the requirements specified below.
14.2 The Bidder shall fill in unit price or lumpsum price for all items of
the Works described in Excel Macros pricing document as per
the type of contract described as below:
(a) Unit Rates for (Item rate contract)
The bidder shall quote the unit price for each item
considering all the Contractor’s obligations for execution and
14.4 The Bidder shall quote any discounts, which has been provided
in Excel Price bid and the methodology for their application in
the Letter of Price Bid, in accordance with ITB 12.1.
15.1 The currency(ies) of the Bid shall be Indian Nation Rupee (INR)
15. Currencies of and any other currency specified in BDS. Payment of the
Bid and Contract Price shall be made in the currency or currencies in
Payment which the Bid Price is expressed in the Bid of the successful
Bidder.
18.1 Bids shall remain valid for the period specified in the BDS after
18. Period of the Bid submission deadline date prescribed by the Employer in
Validity of Bids accordance with ITB 22.1. A Bid valid for a shorter period shall
be rejected by the Employer as non-responsive.
19.1 The Bidder shall furnish as part of its Bid, a Bid Security in the
19. Bid Security amount and currency specified in the BDS.
19.2 The Bidder shall submit with his Bid, a Bid Security for the sum
as specified in BDS 19.1 above in the form of Bank Guarantee
(BG)/e-Bank Guarantee(e-BG) or via RTGS/NEFT/SWIFT
transactions or via Demand Draft (DD).
If Bid Security is submitted in the form of Bank Guarantee, it shall
be from a Scheduled Commercial Bank as defined in Section
2(e) of RBI Act 1934 and shall be as per format given in bid
documents.
A scanned copy of BG/e-BG/Demand Draft (DD)/transaction
copies of NEFT/RTGS/SWIFT is to be uploaded online at the
time of bid submission.
The bidders shall submit the original Bank Guarantee/DD at the
office of the Employer at the address specified in the NIT on or
before the bid submission last date. The Postal/courier or any
other delay shall be the liability of the bidder.
In case of NEFT /RTGS/SWIFT /DD, Name of the Bidder and
Bid Number is to be indicated clearly.
If the Bidder fails either to upload the scanned copy of the DD
/BG / Transaction receipt of NEFT/RTGS/SWIFT online along
with bid submission or fails to submit the original BG/DD at the
aforesaid location and date, his Bid shall not be considered for
evaluation and shall be summarily rejected.
In case the submission date of bid is extended, the bid security
shall also be extended to twenty-eight (28) days beyond the
extended bid validity period.
The Micro and Small Enterprises (MSE) are exempted from
paying Bid security amount and Bid submission Fee. The MSE
firms shall submit the Bid Security declaration form available in
the Section IV Bidding forms on the firm letter head along with
the copy of UDYAM registration along with the Technical Bid.
In case of JV /Consortium, if a lead member is MSE firm, then
JV/consortium will be exempted from paying Bid Security and
Bid submission Fee, otherwise JV/consortium shall have to pay
Bid Security and Bid submission Fee.
20.2 The bidding forms, letter of Technical & Financial Bid shall be
signed and stamped by a person duly authorized to sign on behalf
of the Bidder. This authorization shall be in the form of a Power
of Attorney included in the Bid. If the document is signed outside
the country, it should comply with the applicable
rules/conventions applicable for signing outside the country.
20.3 In case of the foreign bidder, The Power of Attorney(s) and Board
Resolution firm shall be submitted duly notarized by the notary
public of country of origin and should be either stamped by
(e) After uploading all the required documents, the bidder can press
“Freeze Bid” button to mark completion of bid uploading and
shall take print out of the acknowledgement which shows the
details of the uploaded tender.
(f) Attempting to upload the bid in the last minute, may result in
JAVA or other related software failures and internet connectivity
failures. The bidder shall be solely responsible for any delay due
to such issues or other related issues and Employer does not
take any responsibility/liability towards bid submission failure in
such circumstances and shall not accept the bid submission
other than CPP Portal.
22. Deadline for 22.1 Bids must be received by the Employer in the CPP Portal, no
Submission of later than the date and time mentioned in Notice Inviting Tender
Bids (NIT) / subsequent corrigendum, if any.
22.2 The Employer may, at its discretion, extend the deadline for the
submission of Bids by amending the Bidding Document in
accordance with ITB 8, in which case all rights and obligations
of the Employer and the Bidders subject to the previous
deadline shall thereafter be subject to the deadline as extended.
23. Mode of Bid 23.1 Any Bid received by the Employer after the deadline for
submission submission of Bids and through any other mode of submission
other than CPP
other than CPP Portal shall be rejected.
Portal
24. Withdrawal, and 24.1 Bidder may withdraw and modify their bid, before the bid
Modification of submission date and time using their DSC by logging into the
Bids CPP Portal with their Login ID and Password.
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.
27.2 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.
29. Preliminary 29.1 The Employer shall examine the Bid to confirm that all
Examination of documents and information requested in ITB 11.1 have been
Bids provided, and to determine the completeness of each document
submitted.
29.2 The Employer shall verify that the following documents and
information have been provided in the Bid. If any of these
documents or information is missing, the Bid shall be liable to
be rejected.
(a) Letter of Technical Bid and Letter of Price Bid
(b) Power of Attorney to commit the Bidder
(c) Bid Security
(d) Signed& stamped Bidding Forms, Documentary Evidence
towards EQC
30.1 The Bidder shall substantially meet or exceed the specified
30. Qualification of qualification requirements. The Employer shall determine to its
the Bidders satisfaction whether the Bidders meet the qualifying criteria
specified in Section III, Evaluation and Qualification Criteria,
during the evaluation of Bids.
31.3 The Employer shall examine the technical aspects of the Bid
submitted in accordance with ITB 16 and Section III, Evaluation
and qualification criteria, in particular, to confirm that all
requirements of Section VI, Works Requirements have been
met without any material deviation, reservation or omission.
32. Nonmaterial 32.1 Provided that a Bid is substantially responsive, the Employer
Nonconformities may waive any minor nonconformities (deviation, reservation or
omission) in the Bid at its absolute discretion.
33.1 The Employer will carry out a detailed technical evaluation of the
Bids not previously rejected as being substantially non-
responsive, in order to determine whether the technical aspects
are in compliance with the Bidding Documents. The Bid that
does not meet minimum acceptable standards of completeness,
consistency and detail, and the specified minimum (or
maximum, as the case may be) requirements for specified
Schedule of Guarantees, will be rejected for non-
responsiveness. In order to reach such a determination, the
Employer will examine and compare the technical aspects of the
Bids on the basis of the information supplied by the Bidders,
33. Detailed Evaluation
taking into account the following:
of Technical Bids
(a) overall completeness and compliance with the
Employer’s Requirements; conformity of the Works
offered with specified performance criteria,
corresponding to each Schedule of Guarantees, as
indicated in the Technical Requirements; suitability of the
Works offered in relation to the environmental and
climatic conditions prevailing at the site; and quality,
function and operation of any process control concept
included in the Bid;
(b) other relevant factors, if any, listed in Section III,
Evaluation and Qualification Criteria.
34.1 Provided that the bid is substantially responsive, the Employer
shall correct arithmetical errors on the following basis:
38. Comparison of 38.1 The Employer shall compare the evaluated prices of all
Bids substantially responsive Bids established in accordance with
ITB 37.1 to determine the lowest evaluated Bid.
38.2 If the Bid results in the lowest Evaluated Bid Price, is seriously
unbalanced or front loaded in the opinion of the Employer, the
Employer may seek the Bidder to produce detailed price
analyses for any or all items detailed in BOQ (in case of
admeasurement contract) and Payment schedule (in case of
lumpsum contract) to demonstrate the internal consistency of
those prices with the construction methods and schedule
proposed. After evaluation of the price analyses, taking into
consideration the schedule of estimated Contract payments, the
Employer may accept the bid and 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. The Employer’s decision is final and binding
in this regard.
39.1 The Employer reserves the right to accept or reject any Bid, and
39. Employer’s
Right to Accept to annul the bidding process and reject all Bids at any time prior
Any Bid, and to to Contract award, without assigning any reason and without
Reject Any or incurring any liability to the Bidders. In case of annulment, all
All Bids Bids submitted and specifically, Bid Securities, shall be promptly
returned to the Bidders.
F. Award of Contract
40.1 Subject to ITB 39.1, the Employer shall award the Contract to
the Bidder whose offer has been determined to be the lowest
40. Award Criteria evaluated Bid and is substantially responsive to the Bidding
Document, provided further that the Bidder is determined to be
qualified to perform the Contract satisfactorily.
41.1 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
41. Notification of Conditions of Contract and Contract Forms called “Letter of
Award Acceptance”) shall specify the sum that the Employer will pay
the Contractor in consideration of the execution and completion
of the Works and remedying any defects therein (hereinafter
and in the Conditions of Contract and Contract Forms called
“Accepted Contract Amount”).
44. Disputes and 44.1 Any dispute or claim on bid submission arising out of this bid
Claims on Bid document, NIT shall be adjudicated only by a court of
submission appropriate jurisdiction in Chennai and not arbitrable under the
Arbitration and Conciliation Act 1996 as amended.
PART - 1
BIDDING PROCEDURES
SINGLE STAGE TWO ENVELOPE BIDDING
SECTION - II
BID DATA SHEET (BDS)
JULY 2024
Chennai Metro Rail Project Phase 2 Part 1-Section II
Tender No. CMRL/PP&D/CON/PHASEII/B-OCC/ MISC-03
A. General
Tender No :
CMRL/PP&D/CON/PHASE-II/B-OCC/MISC-03/2024
The Employer is: Chennai Metro Rail Limited (CMRL), located in
ITB 1.1 Chennai, Tamil Nadu, India.
The Name of the Works is: “Design & Construction of Back-up
Operational Control Centre (B-OCC) facilities at MetroS, Nandanam (in
the Existing Building at 2nd Floor) including Civil, E&M, VAC, Architectural
Finishes and Associated works”.
The Bid validity period shall be 120 days from the last date of the bid
ITB 18.1
submission
ITB 19.1 The amount and currency of the Bid Security shall be INR 23,00,000/-
(Indian Rupees Twenty Three Lakhs only)
PART - 1
BIDDING PROCEDURES
SINGLE STAGE TWO ENVELOPE BIDDING
SECTION - I
EVALUATION AND QUALIFICATION CRITERIA
(EQC)
JULY 2024
Chennai Metro Rail Project Phase 2
Tender No. CMRL/PP&D/CON/PHAEII/B-OCC/MISC-03/2024 Part 1 - Section III
1. Evaluation
The Employer will evaluate the bids as specified in Section-I (Instructions to
Bidders – ITB). Bids will be evaluated through the following two (2) steps:
Step-1: Evaluation of Technical Bids
Step-2: Evaluation of Price Bids
1.1 Technical Evaluation
The technical evaluation consists of the following:
Evaluation of the Bidder’s Technical Proposal will include an assessment of
the Bidder’s technical capacity to execute the contract consistent with its
proposal regarding work methods, scheduling, and material sourcing in
sufficient detail and fully in accordance with the requirements stipulated in
Section VI, Works Requirements.
1.2 Evaluation of Price Bids
In accordance with ITB 37 and ITB 32
2. Qualification
Exchange Rate for Qualification Criteria
Wherever a Form in Section IV, Bidding Forms, requires a Bidder to state
a monetary amount, Bidders should indicate the Indian Rupee (INR)
equivalent using the rate of exchange determined as follows:
a. For turnover or financial data required for each year - Exchange rate
prevailing on the last day of the respective calendar year or fiscal year,
as applicable.
b. Value of contract - Exchange rate prevailing on the date of completion
/ date given in substantial completion certificate as applicable.
c. Price level for value of contract: Assuming 5% inflation for INR per year
(annual compounding) till the 28 days prior to the bid submission date.
Foreign currency component shall be converted into INR equivalent
by applying respective exchange rate as on date of completion
/substantial complete date given in client certificate as applicable.
Upon converting into INR, 5% inflation per year (annual compounding)
shall be applied for updating to the price level as on last date of bid
submission.
A bidder should be
a. A proprietorship firm or partnership firm or an Indian Company
incorporated under Companies Act
OR
b. Foreign proprietorship firm or partnership firm or a Company
registered under relevant legislation in its country of origin and
having a registered office in India to conduct the business
2.1 Eligibility
Submission
No. Factor Requirement Single Firm
Requirements
2.1.1 Nationality Nationality in accordance with ITB 4.3 Must meet requirement Forms ELI –1 with
attachments
2.1.2 Conflict of No conflicts of interest in ITB 4.2 Must meet requirement Letter of Technical
Interest Bid
2.1.3 Ineligibility Not having been declared ineligible by Must meet requirement Letter of Technical
Employer, as described in ITB 4.4. Bid
Not considered ineligible by any Metro Rail
Corporation in India or by Tamil Nadu
State Govt. or Tamil Nadu state
government organisation
Submission
No. Factor Requirement Single Firm
Requirements
2.2.1 Pending Bidder's financial position and prospective Must meet requirement Form CON
Litigation long-term profitability shall be sound
according to criteria established in 2.3.1
below and assuming that all pending
litigation will be resolved against the Bidder.
The pending litigation pertaining to
construction contracts shall not be more
than 50% of net worth in last financial year
2023-2024.
2.2.2 History of Non- Non-performance of a contract did not Must meet requirement Form CON
Performing occur as a result of contractor’s default
Contracts since 1st January 2021
Notes for the Bidders
This requirement also applies to contracts executed by the Bidder as a JV member.
Non-performance, as decided by the Employer, shall include all contracts:
i) where non-performance was not challenged by the contractor, including through referral to the dispute resolution
mechanism under the respective contract, and that were so challenged but fully settled against the contractor.
ii) Non-performance shall not include contracts where Employer’s decision was overruled by the dispute resolution
mechanism. Moreover, 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.
2.3.4 Bid Capacity Available bid capacity = (2xAxN)-B. X =INR 20 Crores Form FIR
Available bid capacity should be ≥ INR “X” Crores.
Notes for the Bidder:
(i) Available bid capacity = (2xAxN) - B. Where,
A = Maximum of the value of works executed in any one year during the last five financial years (assuming an inflation of 5% for
both Indian Rupees and Foreign currency per year). The foreign currency shall be converted into Indian Rupees as per
EQC clause 2 (I). Upon converting into INR, 5% inflation per year (annual compounding) shall be applied for updating to the
current price level.
N = number of years assigned for the completion of the proposed work (if the duration of the Contract is less than 1 year,
consider N=1)
B = Value of existing commitments/work in hand as on Bid submission date and to be completed during the assigned time of the
completion of the proposed work put to the Tender excluding the works going to be completed within 56 days.
2.4 Experience
Eligibility and Qualification Criteria Compliance Documentation
Requirements
Submission
No. Factor Requirement Single Firm
Requirements
2.4.1 General Experience in construction works in the role of prime Form EXP –1 and
Must meet
Experience contractor (Single member / JV Member) OR subcontractor work completed
for at least last Five (5) Years starting since 1st JANUARY requirement certificates
2019.
2.4.2 Specific Experience Experience in construction contracts in the role of Prime Must meet Form EXP –2(a) with
(a) Contractor (Single member / JV Member) in construction requirement work experience
Works (as defined under 2.4.2(b)) that have been certificates
satisfactorily or substantiallyiii completed during the last 07
(Seven) years since 1st JANUARY 2017 upto the last date
of bid submission, each of minimum value indicated below
shall be considered.
viii) For VAC works, the following requirements shall be met by the Bidder or through specialized sub-contractor
Minimum work done in the last seven years up to the last date of the bid submission should be: at least
One work with Cooling capacity of 250 TR
Or
Two works with Cooling capacity of 125 TR
Or
Three works with Cooling capacity of 80 TR
ix) Bidder shall propose minimum 2 nos of specialized sub-contractor for E&M works and VAC works
PART - 1
BIDDING PROCEDURES
SINGLE STAGE TWO ENVELOPE BIDDING
SECTION - IVA
BIDDING FORMS (BF)
JULY 2024
Chennai Metro Rail Project Phase 2 Part 1-Section IV-B
Tender No. CMRL/PP&D/CON/PHASE-II/B-OCC/MISC-03/2024
Table of Forms
[Prepare this Letter of Technical Bid on stationery with its letterhead clearly showing
the Bidder’s complete name and business address.]
To:
(a) We have examined and have no reservations to the Bidding Document, including
addenda issued in accordance with Instructions to Bidders (ITB) 8. [Insert the
number and issuing date of each addendum];
(b) We meet the eligibility requirements in accordance with ITB 4 and ITB 5.
(d) We offer to execute in conformity with the Bidding Document the following Works:
[insert a brief description of the Works];
(e) Our Bid shall be valid for a period of 120 days 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.
(f) We are not participating, as a Bidder, in more than one Bid in this bidding process in
accordance with ITB 4.2(b).
(g) 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.
(h) We affirm that, within the last three (03) years, we have not abandoned any
contracts with Metro Rail corporations in India or Tamil Nadu State Government or
Tamil Nadu state Government organizations. Additionally, we have not faced
contract terminations, blacklisting, or ban.
(i) If our Bid is accepted, we commit to mobilizing key equipment and personnel in
accordance with the requirements set forth in Section VI (Employer’s Requirements)
and our technical proposal, or as otherwise agreed with the Employer.
[Prepare tis Letter of Price Bid on stationery with its letterhead clearly showing the
Bidder’s complete name and business address.]
To:
(a) We have examined and have no reservations to the Bidding Document, including
addenda issued in accordance with Instructions to Bidders (ITB) 8. [Insert the
number and issuing date of each addendum];
(b) We offer to execute in conformity with the Bidding Document the following Works:
[insert a brief description of the Works];
(a) The total price of our Bid, including any discounts offered is: [insert the total price
and discount in percentage and value of the Bid in words and figures, indicating the
various amounts and the respective currencies]
(b) Our Bid shall be valid for a period of 120 days 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.
(d) We understand that this Bid, together with your written acceptance thereof included
in your Letter of Acceptance, shall constitute a binding contract between us, until a
formal contract is prepared and executed; and
(e) We understand that you are not bound to accept the lowest evaluated Bid or any
other Bid that you may receive.
3. Technical Proposal
The following documents form the Technical Proposal. The bidder shall read the
Employer’s requirement and submit the following signed & stamped copy in the
technical Bid.
b) Method Statement
c) Mobilization Schedule
d) Construction Schedule
e) Preliminary Design
g) Quality Plan
[The Bidder shall list below, specialized subcontractors/Design Consultant (if any)
proposed to be used by the Bidder for the execution of the key activities listed in Section
III, Evaluation and Qualification Criteria, Sub-Factor 2.4.2(b), in accordance with Section
I, Instruction to Bidders, ITB 16.]
Subcontractor
No. Key Activity
Name Nationality
[The Bidder shall provide the names of suitably qualified personnel to meet the
specified requirements stated in Part 2 – Employer’s Requirements, Clause
A.15.8 _____[Bidder need to Insert] ‘Title of Position’ shall be filled in with key
positions as listed in the above clause]
Title of position
1.
Name
Title of position
2.
Name
Title of position
3.
Name
Title of position
4.
Name
[The Bidder shall provide the data on the experience of the personnel indicated in
Form PER-1, in the form below:]
Name of the Bidder
Position
Address of Employer:
Fax: E-mail:
[The Bidder shall summarize professional experience over the last 10 years, in a
reverse chronological order. Indicate particular technical and managerial
experience relevant to the position of the proposed personnel.]
From To Relevant Technical and Management Experience
Company:
Project:
Position:
Experience:
Company:
Project:
Position:
Experience:
Company:
Project:
Position:
Experience:
Company:
Project:
Position:
Experience:
Certification:
Key Personnel
I, the undersigned, certify to the best of my knowledge and belief that:
(i) This CV correctly describes my qualifications and my experience;
(ii) I am committed to undertake the assignment within the validity of Proposal;
(iii) I am, pursuant to Clause A15 of Section VI, Employer Requirements, Part 2 of this
document, eligible for engagement.
I understand that any incorrect information given above may lead to my disqualification or
dismissal, if engaged.
Date:
[Signature of Key Personnel]
Bidder
Certified that I have verified the credentials of Mr………………… proposed for the
key position of ………………….
Authorized Signatory
The Bidder has to propose a suitable number, type and capacity of equipment in its
technical proposal based on his own Construction Methodology, fully taking account of
the productivities and timelines of meeting the key dates. The Contractor will be obliged
to mobilise extra equipment anytime during the project as necessary to meet the timeline
of the project at no extra cost to the Employer.
8. Bidder’s Qualification
To establish its qualifications to perform the Contract in accordance with Section IV,
Evaluation and Qualification Criteria, the Bidder shall provide the information requested
in the corresponding Forms included hereunder:
[Bidders shall provide the following information. The documents listed/ stated below shall
be submitted as attachments hereto.]
[The following form is additional to Form ELI-1 and shall be completed to provide
information relating to each JV member, in case if the Bidder is a JV. The documents
listed /stated as required shall be submitted as attachments hereto.]
NOT APPLICABLE
JV Member’s country of registration:
[insert country of registration]
JV Member’s year of incorporation:
[insert year of incorporation]
JV Member’s legal address in country of registration:
[insert mailing address]
JV Member’s authorized representative information
Name: [insert full name]
Address: [insert mailing address]
Telephone/Fax numbers: [insert telephone/fax numbers, including country and city
codes]
E-mail address: [insert 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.
2. Included are the organizational chart, a list of Board of Directors, and the
beneficial ownership.
[The following form is additional to Form ELI-1 and ELI-2 (if applicable) and shall be
completed to provide information relating to the Specialized Subcontractor(s) (if any)
proposed to be used by the Bidder for the execution of the key activities listed in Section
III, Evaluation and Qualification Criteria, Sub-Factor 2.4.2(b), as appropriate. The
documents listed/ stated as required shall be submitted as attachments hereto.]
[The following form is additional to Form ELI-1 and ELI-2 (if applicable) and shall be
completed to provide information relating to the Design Consultant firm (if any) proposed
to be used by the Bidder for Civil and E&M, VAC design works]
[The following table shall be filled in for the Bidder, and for each JV member if the Bidder is a
JV.]
1. Pending Litigation
In accordance with the Section III, Evaluation and Qualification Criteria, Sub-Factor 2.2.1, as
appropriate:
[The Bidder shall choose the relevant wording below by checking the appropriate box]
there is no pending litigation on Construction Works involving the Bidder.
there is pending litigation on Construction Works involving the Bidder as indicated below:
Year of Amount in dispute Outcome Contract Identification Total Contract
dispute (currency) as Amount
Percentage
of Net
Worth
[insert year] [insert amount] [insert • Contract Identification: [insert current
percentag [indicate complete contract value, currency,
e] name, number, and any exchange rate &
other identification] INR equivalent]
• Name of Employer: [insert
full name]
• Address of Employer:
[insert mailing address]
• Telephone/Fax numbers:
[insert telephone/fax
numbers, including country
and city codes]
• E-mail address: [insert E-
mail address]
• Party who initiated
Litigation: [indicate
“Employer” or “Contractor”]
• Matter in dispute: [indicate
main issues in dispute]
Non-Performing Contracts
In accordance with Section III, Evaluation and Qualification Criteria, Sub-Factor 2.2.2,
since 1st January 2021,
[The Bidder shall indicate the applicable wording below by checking the appropriate
box.]
Non-
performed Total Contract
Year Contract Identification
portion of Amount
contract
[insert [insert Contract identification: [insert [insert current
year] amount and complete contract name, number, and value, currency,
percentage] any other identification] exchange rate
and INR
Name of the Employer: [insert full equivalent]
name]
[The following table shall be filled in for the Bidder, and for each JV member if the Bidder is a
JV. The documents listed/ stated as required shall be submitted as attachments
hereto.]
1. Financial data
Type of Financial information Historic information for previous Five (05) years
in (amount in currency, currency, exchange rate, INR
(currency) equivalent)
The Bidder and its parties shall provide copies of the audited financial statements for the
number of years indicated in the relevant Section III, Evaluation and Qualification Criteria
Sub-Factor 2.3.1, as appropriate. The financial statements shall:
(a) reflect the financial situation of the legal entity(ies) comprising the Bidder, and not of
the affiliated entities (such as parent company(ies), group companies or subsidiaries)
of the Bidder unless they are parties to the Bidder under a JV in accordance with ITB
4.1.
Attached herewith are copies of financial statements for the number of years required above
and complying with the requirements.
[The following table shall be filled in for the Bidder, and for each JV member if the Bidder
is a JV.]
[The following table shall be filled in for the Bidder, and for each JV member if the Bidder
is a JV.]
[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, Sub-Factor 2.3.3.]
Financial Resources
Source of financing1 Amount
No.
(INR equivalent)
1 Working capital from the balance sheets
2 Bank line of credit (if required)
3 Any other document
4 Total
[The following table shall be filled in for the Bidder, and for each JV member if the
Bidder is a JV.]
[The Bidder and each member 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
Taking-over Certificate/ Completion Certificate has yet to be issued, in accordance with
Section III, Evaluation and Qualification Criteria, Sub-Factor 2.3.3]
Total
monthly
cashflow
requirement
(2*A*N) -
A B N
B
[The following table shall be filled in for the Bidder, and for each JV member if the Bidder
is a JV]
[The Bidder shall identify contracts that demonstrate continuous experience pursuant to
Section III, Evaluation and Qualification Criteria, Sub-Factor 2.4.1, and list contracts
chronologically, according to their commencement (starting) dates.]
[The following table shall be filled in for the Bidder, and for each JV member if the Bidder
is a JV. The documents listed/ stated as required shall be submitted as attachments
hereto.]
[The Bidder shall fill out one (1) form per contract, in accordance with Section III,
Evaluation and Qualification Criteria, Sub-Factor 2.4.2(a).]
Key Activity
Single Firm/JV Member
No Description
1 [insert name of Activity [insert full name(s) of Single Firm/JV Member(s)]
No. 1]
(i) ____________________________________________
(ii) ____________________________________________
(iii) ____________________________________________
2 [insert name of Activity [insert full name(s) of Single Firm/JV Member(s]
No. 2]
(i) ____________________________________________
(ii) ____________________________________________
(iii) ____________________________________________
3 [insert name of Activity [insert full name(s) of Single Firm/JV Member(s)/
No. 3] Subcontractor(s)]
(i) ____________________________________________
(ii) ____________________________________________
(iii) ____________________________________________
4 [insert name of Activity [insert full name(s) of Single Firm/JV Member(s)/
No. 4] Subcontractor(s)]
(i) ____________________________________________
(ii) ____________________________________________
(iii) ____________________________________________
Item Information
Contract Identification [insert contract name and number, if applicable]
Award Date [insert day, month, year, e.g., 15 June 2015]
Completion Date [insert day, month, year, e.g., 03 October 2017]
[Insert brief description of the Activity [Describe briefly how the corresponding minimum
No. (1)] requirement is met]
We acknowledge that false declaration by the tenderer regarding local value addition
including payments to be made to their vendors for local value addition shall be treated as a
fraudulent practice under this tender for which the tenderer or its successor can be debarred
for a period up to three years along with such other actions as may be permissible under the
law.
In case of procurement for a value in excess of Rs. 10 crores, we also undertake to submit a
certificate from statutory auditor or cost auditor of the company (in the case of companies) or
from a practicing cost accountant or practicing chartered accountant (in respect of suppliers
other than companies) giving the percentage of local content, in accordance with clause
‘9.b’ of the Order no. P-45021/2/2017-PP (BE-II) of Ministry of Commerce and Industry,
Department for Promotion of Industry and Internal Trade (DPIIT) {formerly Department of
Industrial Policy and Promotion (DIPP)}, Government of India dated 28.05.2018, after
completion of works to the Engineer.
“I have read the clause regarding restrictions on procurement from a bidder of a country
which shares a land border with India; I certify that we as a Single bidder / JV member,
including the beneficial owner of our company is not from such a country or, if from such a
country, has been registered with the Competent Authority. I hereby certify that we fulfill all
requirements in this regard and are eligible to be considered. [Where applicable, evidence of
valid registration by the Competent Authority shall be attached.]”
“l have read the clause regarding restrictions on procurement from a bidder of a country
which shares a land border with India and on sub-contracting to contractors from such
countries; I certify that we as a Single bidder / JV member, including the beneficial owner of
our company is not from such a country or, if from such a country, has been registered with
the Competent Authority and will not sub-contract any work to a contractor from such
countries unless such contractor is registered with the Competent Authority. I hereby certify
that this bidder fulfills all requirements in this regard and is eligible to be considered. [Where
applicable, evidence of valid registration by the Competent Authority shall be attached.]”
XXXXXXXXXXXX,
METROS,
Nandanam, Anna Salai,
Chennai-600 035
We understand that, according to your conditions, Bids submitted by the Micro Small
Enterprise (MSE) firms having valid UDYAM registration must be supported by a Bid-
Securing Declaration.
We hereby declare that our firms comes under Micro/ Small Enterprise firm {select the
appropriate option} and registered under _______ (Works/Supply and fabrication) category
with UDYAM registration Number _________ {Insert the number}.
We accept that we will automatically be suspended from being eligible for bidding in any
contract with the Employer for the period of 2 years starting on the date that we receive a
notification from the Employer, if we are in breach of our obligation(s) under the bid
conditions, because we,
(a) have withdrawn our Bid during the period of bid validity specified in the Letter of Bid.
or
(b) do not accept the correction of errors in accordance with the Instructions to Bidders
(hereinafter “the ITB”),
or
(c) having been notified of the acceptance of our Bid by the Employer during the period of
bid validity, fail or refuse to execute the Contract, if required.
or
(d) has failed to furnish the Performance Security
We understand this Bid-Securing Declaration shall expire if we are not the successful
Bidder, upon the earlier of, (i) our receipt of your notification to us of the name of the
successful Bidder, or (ii) 28 days after the expiration of our Bid.
Signed: [insert signature of person whose name and capacity are shown]
In the capacity of [insert legal capacity of person signing the Bid-Securing Declaration]
Name: [insert complete name of person signing the Bid-Securing Declaration]
Duly authorized to sign the bid for and on behalf of [insert complete name of the Bidder]
Dated on ____________ day of __________________, _______ [insert date of signing]
Corporate Seal [where appropriate]
BANK CERTIFICATE
Signature:
Name of the
Bank:
Bank
Manager:
Address of the
Bank:
SL PART/ CLAUSE
BID CONDITION BIDDER’s QUERIES
NO. SECTION NO.
NO
1
2
3
4
5
Guarantor: [Insert name and address of place of issue, unless indicated in the letterhead]
We have been informed that [insert name of the Bidder, which in the case of a joint venture
shall be the name of the joint venture (whether legally constituted or prospective) or the
names of all members thereof] (hereinafter called "the Applicant") has submitted or will
submit to the Beneficiary its Bid (hereinafter called "the Bid") for the execution of [insert
description of contract].
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 [insert amount in words]
([insert amount in figures]) upon receipt by us of the Beneficiary’s complying 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 Technical Bid and Price 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 of the Beneficiary’s bidding document.
This guarantee shall expire and be returned to us: (a) if the Applicant is the successful
Bidder, upon our receipt of copy of letter of discharge by the Beneficiary 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)
twenty-eight 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)]
PART - 1
BIDDING PROCEDURES
SINGLE STAGE TWO ENVELOPE BIDDING
SECTION - IVB
PRICING DOCUMENT
JULY 2024
Chennai Metro Rail Project Phase 2 Part 1-Section IVB
Tender No. CMRL/PP&D/CON/PHSEII/B-OCC/MISC-03/2024
1.1 Preamble
Instructions for completing the pricing document:
a) General Requirements:
i. This is a Item Rate Contract for the “Design and Construction of Back-Up
Operational Control Centren(B-OCC) facilities at Metros, Nandanam (in the
existing building at 2nd floor) including Civil, E&M, VAC, Architectural finishes
and associated works.”
ii. The Bidder shall quote his rates towards individual items inclusive of all
taxes, levies, duties, cess, insurance Custom tariff etc., and other charges
leviable and payable to the authorities etc. but excluding GST. The GST
shall be reimbursed to the Contractor against the submission of proof of
discharge of his liability. The Contractor shall be solely responsible for
payment of all royalties, custom duties, custom clearances, port handling
charges, freight and fees etc., for all imports if any. The Contractor shall be
solely responsible for all statutory clearances, including customs, excise,
taxes, levies, octroi, transportation etc. required for successful execution of
this Contract.
iii. The successful Bidder shall maintain complete records of duties, taxes, and
levies etc. payable to various authorities in respect of completely assembled
/ manufactured plants / equipment and works and submit the receipts /
records as and when demanded in writing by the Employer for verification.
b) The pricing document shall be read in conjunction with the Notice of invitation to
Bidders. Instruction to Bidders and all Bidding Documents, Specification and
Preliminary Drawings as listed in Contents of Bidding Documents. The pricing of
this contract will be governed by the Conditions of the Contract.
d) The quantities involved in the construction of this project are based on the
Contractor’s design and approved drawings only and the quantification of
progress payments will be based on the actual executed quantities as per
approved design drawings.
e) The individual item descriptions within each Price Centre are indicative only and
works to be executed as per Outline Construction specifications as per Section VI,
Employer’s Requirements and Employer’s Drawings, Part-2.
f) The item descriptions, given, are general summaries only, therefore no omission
from, or error in, item descriptions within this Pricing Document shall not warrant
an adjustment of the Contract Price nor entitle the contractor to seek an extension
of time under the Contract.
g) The rate/price quoted in the Pricing Document is for finished items of work 100%
complete in all respects and shall be held to include but not limited to all waste on
materials, duties, landing charges, shipping costs for transport by air, sea or land
(or any combination thereof), insurance, import taxes and duties, unloading,
storage, getting into position, hoisting, lowering, erection, distributing to positions,
fixing, temporary works including false-work and formwork (shuttering),
demolition, removal of debris, excavation and disposal of muck, all associated
costs including taxes and royalty applicable as per Government guidelines etc.,
labour, materials, scaffolding and staging, plant, supervision, maintenance,
Bidder’s profit and establishment/overheads, all general risks, insurance liabilities,
compliance of labour laws and taxes/duties etc. as per statutory obligations set
out or implied in the Contract excluding GST. The cost shall include making good
prior to handing over to the Employer and anything reasonably to be inferred from
the description of the item and indispensably necessary thereto, and all other
requirements of the Contract.
h) The activity descriptions for items shall be deemed to cover all aspects of the
relevant item scope, irrespective of the fact that the Bidder may not have inserted
an amount against any item description. The rates quoted against individual items
of each price centre shall be deemed inclusive of all the Bidder’s obligations to
execute the part of the Works covered by the Price Centre and to perform all of
his other obligations under the Contract in respect thereof. The Bidder shall not be
entitled to receive any further or additional payment in respect of such item.
i) Payments for this Contract will only be made in Indian Rupees. Bidders shall
quote for the items including all taxes and duties including Customs Duty and fees
but excluding GST.
j) Deleted
k) The total sum of Price Centre ‘’A’’, Preliminaries shall be equal to 5% of sum of
Price Centres B to C (excluding CAMC) as executed under respective IPC after
adjusting the Discount (if any) offered by the successful bidder and excluding GST
& Provisional sum.
l) Each item of Price Centres B to C shall be paid at 95% of the quoted rates against
individual items, after adjusting the discount (if any) for the work executed under
respective IPC.
The totals and the Contract Price shall not be subjected to adjustment by the
Bidder in respect of any error or oversight in the preparation of the Pricing
Document, and they represent the full extent of the Bidders entitlement to receive
payment in respect of such Items.
The price quoted in this Pricing Document is for 100% completion of works in all
respects as stated in the Preamble, Clause 1.1 of this Pricing Document.
a) Payment will be calculated using Price Centre and Stage Payment as given below
and Subjected to the Engineer certifying that the works for each item are actually
completed, as per the Contractor’s Design and approved Drawings, Specification
and Employer’s Requirements.
b) Subject to the Bidder’s Monthly Interim Payment Application (IPA) Statement and
after the Engineer’s assessment, an Interim Payment Certificate calculated on
actual work done under each item will be issued.
a) The Pricing Documents comprise Price Centre ‘’A’’, which represents ‘’Preliminaries
and General Requirements’’ associated with Price Centres B to C excluding the
comprehensive Annual Maintenance (CAMC) and shall be paid based on the
quoted prices of each schedule.
b) The Lumpsum Provisional Sum will be operated for miscellaneous works such as
shifting of all chartered and unchartered utilities and all associated miscellaneous
items such as cut-open and reinstating of roads, foot paths etc. and any other works
or services like payment to DAB etc.
c) The Bidder shall carry out the works relating to the utilities in consultation with the
utility agencies and the utility works shall be preferably procured through the
approved contractors of the respective utility agencies (CMWSSB, TNEB, BSNL
etc.). The Contractor shall be paid as per the current Schedule of Rates or last
accepted rate as certified by the respective departments. If the work is executed
through approved contractor of the Utility agency, then 10% shall paid additional
towards overhead charges and profit.
7 Provisional Sum
8 GST @ 18%
Total 100.00%
% of Stage
Item No Item Description
Payment
C Stage Payment Structure for Price Centre C - Electrical, Firefighting, Fire
alarm works, and VAC works shall be as given below.
Total 100%
Total 100.0%
Electrical, Firefighting, Fire alarm works,
D.2
and VAC works
D.2.1 Approval of Lead Designer 5.0%
Total 100.0%
Name of Work:"DESIGN & CONSTRUCTION OF BACK-UP OPERATIONAL CONTROL CENTRE (B-OCC) FACILITIES AT MetroS, NANDANAM (in the existing Building at 2nd Floor) INCLUDING CIVIL, E&M, VAC, ARCHITECTURAL FINISHES AND ASSOCIATED WORKS”
Contract No:
Name of the
Bidder/
Bidding Firm
/ Company :
PRICE SCHEDULE
(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only )
NUMBER # TEXT # NUMBER # NUMBER NUMBER NUMBER NUMBER NUMBER NUMBER # NUMBER # TEXT #
Sl. Item Description Total of price Centers Discount Discount total Tender Sub Total Provisional Sum GST @ 18% TOTAL AMOUNT TOTAL AMOUNT With TOTAL AMOUNT
No. Rs. P (M14*N14) (M14-O14) Without Taxes Taxes In Words
in Rs. P
Rs. P Rs. P
1 2 13 14 15 17 21 22 53 54 55
1 NOTE:
1.Evaluation will be done by excluding Provisional sum and GST
Amount
2.GST is to be quoted @ rate of 18%
1.01 SUMMARY OF PRICE BID 0.00 0.00 0.00 10000000.00 18.00% 10000000.00 11800000.00 INR One Crore Eighteen Lakh Only
Total in Figures 10000000.00 11800000.00 INR One Crore Eighteen Lakh Only
Name of Work: "DESIGN & CONSTRUCTION OF BACK-UP OPERATIONAL CONTROL CENTRE (B-OCC) FACILITIES AT MetroS, NANDANAM (in the existing Building at 2nd Floor) INCLUDING CIVIL, E&M, VAC, ARCHITECTURAL FINISHES AND ASSOCIATED WORKS”
Contract No:
Name of the
Bidder/
Bidding Firm
/ Company :
PRICE SCHEDULE
(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only )
1 2 4 5 13 53 55
Price Centre B: Civil, Structural & Architectural works
Demolishing works
B.1.1 Demolishing cement concrete manually/ by mechanical means including disposal of material within 50 6.34 Cum 0.00 INR Zero Only
metres lead as per direction of Engineer - in - charge.
B.1.2 Demolishing R.C.C. work manually/ by mechanical means including stacking of steel bars and disposal of 83.69 Cum 0.00 INR Zero Only
unserviceable material within 50 metres lead as per direction of Engineer - in- charge.
B.1.3 Extra for cutting reinforcement bars manually/ by mechanical means in R.C.C. or R.B. work (Payment 411.87 Sqm 0.00 INR Zero Only
shall be made on the cross sectional area of R.C.C. or R.B. work) as per direction of Engineerin-charge.
B.1.4 Demolishing brick work In cement mortar manually/ by mechanical means including stacking of 165.00 Cum 0.00 INR Zero Only
serviceable material and disposal of unserviceable material within 50 metres lead as per direction of
Engineer-in-charge.
B.1.5 Carrying out the Ferro Survey for reinforcement and prestress cables identification and checking of the 16.00 Each 0.00 INR Zero Only
concrete cover over large areas for the structural modifications works wherever required in Steel
Columns Base Plate Area
Note :Since the BOCC on the 2nd floor of MetroS Existing building will be built in an in-service building, it BIDDERS NOT TO FILL RATES HERE
USE BOQ EXCEL SHEET FROM EPROCUREMENT WEBSITE
must be ensured before commencing works that, any proposed works will not reduce the strength of the
existing structure. Scans must be undertaken on the existing beams and slab to clearly identify the
location of prestressed cables and care must be taken to ensure that no proposed works infringe with
these.
B.2.1 Providing and laying in position ready mixed or site batched design mix cement concrete for reinforced
cement concrete work; using coarse aggregate and fine aggregate derived from natural sources,
Portland Pozzolana / Ordinary Portland /Portland Slag cement, admixtures in recommended proportions
as per IS: 9103 to accelerate / retard setting of concrete, to improve durability and workability without
impairing strength; including pumping of concrete to site of laying, curing, carriage for all leads; but
excluding the cost of centering, shuttering, finishing and reinforcement as per direction of the engineer-in-
charge; for the following grades of concrete.
B.2.1 Column,RC Beam & Slab 212.54 Cum 0.00 INR Zero Only
Concrete of M30/M35 grade with minimum cement content of 350 kg /cum (All works above plinth level
upto floor V level)
B.2.2 Centering and shuttering including strutting, propping etc. and removal of form for
B.2.2 Column,Pillars,Lintels, beams, plinth beams, girders, bressumers and cantilevers, Suspended floors, 1229.75 Sqm 0.00 INR Zero Only
roofs, landings, balconies and access platform
B.3 Reinforcement Steel
B.3.1 Steel reinforcement for R.C.C. work including straightening, cutting, bending, placing in position and 39.71 MT 0.00 INR Zero Only
binding all complete upto plinth level & above plinth Level Thermo-Mechanically Treated bars of grade Fe-
500D or more as per the Specifications
B.4.1 Structural steel (E-350) work - welded in built up sections, trusses and framed work, including cutting,
hoisting, fixing in position and sand blasting, application of primer and PU enamel paint as per OCS,
Clause VII.B. Sub-section - 1, 1.9 - Structural Steel Works and as directed by the Engineer and as per
the specifications and approved drawings
Drilling suitable holes in reinforced or plain cement concrete with power driven drill machine to a minimum BIDDERS NOT TO FILL RATES HERE
depth of 100mm upto 200mm in RCC beams, lintels, columns and slabs to introduce Anchor
bolts/reinforcement bars for providing new columns and beam including fixing of Bolts/steel bars in
USE BOQ EXCEL SHEET FROM EPROCUREMENT WEBSITE
position using chemical anchor grout of approved make but excluding the cost of reinforcement/bolts, all
complete as per direction of Engineer-In-Charge.
Upto and including 12mm dia rebar/Anchor bolts 40.00 Each 0.00 INR Zero Only
Above 12mm dia upto 32mm dia rebar/Anchor bolts 160.00 Each 0.00 INR Zero Only
B.5.1 Providing and fixing up to floor five level precast cement concrete string or lacing courses, copings, bed 352.56 Cum 0.00 INR Zero Only
plates, anchor blocks, plain window sills, shelves, louvers, steps, stair cases, etc., including hoisting and
setting in position with cement mortar 1:3 (1 Cement : 3 coarse sand), cost of required Centering
complete. 1:1.5:3 (1 cement : 1.5 coarse sand(zone-III) : 3 graded stone aggregate 20mm nominal size)
as per the specifications and approved drawings
B.5.2 Providing and laying autoclaved aerated cement blocks masonry with 100 mm thick AAC blocks in super 225.86 Cum 0.00 INR Zero Only
structure above plinth level up to floor V level in cement mortar 1:4 (1 cement : 4 coarse sand ). The rate
includes providing and placing in position 2 Nos 6 mm dia M.S. bars at every third course of masonry
work as per the specifications and approved drawings
B.5.3 Plastering - 12 mm cement plaster of mix : 1:4 (1 cement: 4 fine sand) 2346.70 Sqm 0.00 INR Zero Only
B.5.4 20 mm cement plaster of mix : 2973.17 Sqm 0.00 INR Zero Only
(1 cement: 4 fine sand)
B.5.5 Finishing walls with 100% Premium acrylic emulsion paint having VOC less than 50 gm/litre and UV 6099.27 Sqm 0.00 INR Zero Only
resistance as per IS 15489:2004, Alkali & fungal resistance, dirt resistance exterior paint of required
shade with silicon additives.
New work (Two or more coats applied @ 1.43 litre/ 10 sqm. Over and including priming coat of exterior
primer applied @ 0.90 litre/10 sqm On Wall Painting
B.5.6 Partition Wall (Dry wall)
Providing and fixing internal wall panels on Light gauge steel frame work with 12.5mm thick gypsum
plaster board conforming IS 2095:2011 fixed on cement board as per standard sizes fixed with self-
drilling / taping screws / fasteners @ 60cm c/c of approved make, Screws shall be of counter sunk rib
head of 1.60mm to 4 mm thick or 8 to 10 gauge of length varying from 25 to 45 mm. Proper taping and
jointing to be done using fiber mesh tape and epoxy and acrylic based jointing compound for seamless
finish with insulation of 200 mm thick factory made Expanded Polystyrene Core (EPS Core) wall panels
consisting of EPS core sandwiched between two Engineered sheets of welded wire fabric mesh duly
finished with shortcrete materials on outer faces. The fabric mesh shall be made of 3 mm dia G.I. wire
mesh with 50 mm pitch in both the directions and on both faces of the wall, kept at 120-135 mm gap and
connected by the zig zag G.I. wire of 3 mm dia at alternate row by welding (at an angle ranging from 50-
70 degree) . The EPS core shall consist of 100 mm thick EPS of density not less than 20 kg/ per cum.
Both the outer faces of the panel shall be finished by applying the layer of 50 mm thick cement mortar 1:3
{1 cement: 3 coarse sand (not having more than 40% stone chips of size upto 6 mm)} À with the help of
shotcreting/guniting equipment etc at a pressure not less than 1 bar (100Kn/m2) and both surfaces
finished with trowel. Fixing operations of wall panels shall be completed in all respect as per drawings and
specifications and under the overall direction of the Engineer-in-charge.(cost of frame work to be paid for
separately)
Cement Fiber Board 8 mm thick as per IS 14862:2000 of type B (High pressure Steam Cured) 456.07 Sqm 0.00 INR Zero Only
B.5.7 Acoustic wall Panel:- 284.24 Sqm 0.00 INR Zero Only
Supply and installation of Anutone / Tectum / Heradesign / Equivalent Brand of Acoustical Slim Wall
Panelling of synth slim, polyfibre panels, core-pigmented, high-density, Synth PF rigid panels of size 1200
x 2400 x 9mm thick, volume density 210 - 230 kg / m3, weight 1.9-2.1 kg/m2 installed by using GI strut
frame work system. The GI strut frame work systems includes GI strut CC 50 cross channel having
thickness 0.7mm, length 3600mm, knurled web 50, depth 25mm and equal flanges 15mm is fastened to
B.5.8 Decorative wall Paper 478.61 Sqm 0.00 INR Zero Only
Designing, printing, supply, and installation of digitally reproduced Scotch print decorative 3M graphics
wallpaper as per theme selected by clients with UV Matte over laminate as per the specifications and
approved drawings
BIDDERS NOT TO FILL RATES HERE
USE BOQ EXCEL SHEET FROM EPROCUREMENT WEBSITE
B.5.9 10mm thick toughened Glass partition (Aluminium Main & Sub frame will be paid separate line 71.23 Sqm 0.00 INR Zero Only
Items)
Providing and fixing 10 mm thick toughened glass partition of approved brand and manufacture,
including providing and fixing top & bottom pivot & double action hydraulic floor spring type fixing
arrangement and making necessary holes etc. for fixing required fittings, all complete as per direction of
Engineer-incharge (Aluminium Main & Sub frame will be paid separate line Items)
B.6 Architectural - Floor Finishing works
B.6.1 Light Weight Material Filling 281.44 Cum 0.00 INR Zero Only
Providing and laying in position of Proprietary light weight filling material as insert for floor filling – void
former or equivalent as per the direction of Engineer in charge
B.6.4 Anti dust sealer paint below false flooring 1201.70 Sqm 0.00 INR Zero Only
Providing and applying two coats (maximun 8 sqm/litre per coat with minimum 25 micron wet film
thickness per coat) of two-part, high build, solvency free, water emulsified epoxy resin based anti-dust
concrete sealer coating on fair faced over primer coat / intial coat as per manufacturer’s recommendation-
all complete to give an even approved shade as per specification including all necessary scaffolding,
cost of materials, labour, lead and lift at all levels and for all heights as approved by the engineer. Rate
shall include cost of primer also.
B.6.5 Granite Flooring 29.59 Sqm 0.00 INR Zero Only
Providing and laying Polished Granite stone flooring in required designband patterns, in linear as well as
curvilinear portions of the building all complete as per the architectural drawings with 18 mm thick stone
slab over 20 mm (average) thick base of cement mortar 1:4 (1 cement : 4 coarse sand) laid and jointed
with cement slurry and pointing with white cement slurry admixed with pigment of matching shade
BIDDERS NOT TO FILL RATES HERE
including rubbing, curing and polishing etc. all complete as specified and as directed by the Engineer-in-
Charge -
USE BOQ EXCEL SHEET FROM EPROCUREMENT WEBSITE
Polished Granite stone slab colour of Black, Cherry/Ruby Red or equivalent
B.6.6 Glazed Floor Tiles 70.40 Sqm 0.00 INR Zero Only
Providing and laying Vitrified tiles in floor in different sizes (thickness to be specified by the manufacturer)
with water absorption less than 0.08% and conforming to IS:15622, of approved brand & manufacturer,
in all colours and shade, laid on 20 mm thick cement mortar 1:4 (1 cement: 4 coarse sand) jointing with
grey cement slurry @3.3 kg/sqm including grouting the joints with white cement and matching pigments
etc. The tiles must be cut with the zero chipping diamond cutter only . Laying of tiles will be done with the
notch trowel, plier, wedge, clips of required thickness, leveling system and rubber mallet for placing the
tiles gently and easily.
Glazed vitrified floor tiles polished finish of size Size of Tile 600 x 600 mm
B.6.8 Metal Floor Decking(Steel Decking sheet) 247.56 Sqm 0.00 INR Zero Only
Providing and fixing steel decking sheet with concrete screed as per the direction of Engineer incharge
and as per the approved Specifications and approved Drawings
B.7.1 Acoustic Baffle Ceiling 327.25 Sqm 0.00 INR Zero Only
Supply and installation of Acoustic suspended Baffle ceilings of Senses Akoutik or equivalent make,
suspended vertically with thickness not less than 20mm from ceilings / soffits with suitable suspension
system as per the approved Specifications and approved Drawings.
B.7.2 Seamless Ceiling 509.85 Sqm 0.00 INR Zero Only
Providing and fixing seamless ceiling as shown in the drawing with Gypboard of 12.5mm thickness fixed
to the underside of suspended grid formed by GI ceiling sections and channels as per the approved
Specifications and approved Drawings.
B.7.3 Finishing walls with 100% Premium acrylic emulsion paint having VOC less than 50 gm/litre and UV 1764.13 Sqm 0.00 INR Zero Only
resistance as per IS 15489:2004, Alkali & fungal resistance, dirt resistance exterior paint of required
shade with silicon additives.
New work (Two or more coats applied @ 1.43 litre/ 10 sqm. Over and including priming coat of exterior
primer applied @ 0.90 litre/10 sqm On Ceiling
B.7.4 Weathering Course as per spec 423.50 Sqm 0.00 INR Zero Only
Providing and laying water proofing treatment on roofs of slabs by applying cement slurry mixed with
water proofing cement compound consisting of applying: after surface preparation, first layer of slurry of
cement @ 0.488 kg/sqm mixed with water proofing cement compound @ 0.253 kg/sqm. (b) laying second
layer of Fibre glass cloth when the first layer is still green. Overlaps of joints of fibre cloth should not be
less than 10 cm. (c) third layer of 1.5 mm thickness consisting of slurry of cement @ 1.289 kg/sqm mixed
with water proofing cement compound @ 0.670 kg/sqm and coarse sand @ 1.289 kg/sqm. This will be
allowed to air cure for 4 hours followed by water curing for 48 hours. The entire treatment will be taken
upto 30 cm on parapet wall and tucked into groove in parapet all around.(d) fourth and final layer of brick
tiling with cement mortar
(For the purpose of measurement the entire treated surface will be measured.)
B.8.2 Providing and fixing of M.S. hand rail of approved size by welding etc. to steel ladder railing, balcony 228.89 Kg 0.00 INR Zero Only
railing, staircase railing and similar works, including applying priming coat of approved steel primer
B.9.1 Providing and fixing ISI marked flush door shutters conforming to IS : 2202 (Part I) decorative type, core 26.14 Sqm 0.00 INR Zero Only
of block board construction with frame of 1st class hard wood and well matched teak 3 ply veneering with
vertical grains or cross bands and face veneers on both faces of shutters.
30 mm thick including ISI marked Stainless Steel butt hinges with necessary screws Including providing
and fixing necessary fittings and locking arrangements.
B.9.2 Providing and fixing glazing in fire resistant door shutters, fixed panels & partitions etc., with G.I. beading 57.02 Sqm 0.00 INR Zero Only
made out of 1.6 mm thick G.I. sheet (zinc coating not less than 120 gm/m²) of size 20 x 33 mm screwed
with M4 x 38 mm SS screws at distance 75 mm from the edges and 150 mm c/c , including applying a
coat of approved fire resistant primer/ powder coating of not less than 30 micron on G.I. beading, &
special ceramic tape of 5 x 20 mm size etc complete in all respect as per NBC 2016, IS 16231 (Part
3):2016 and as per direction of Engineer-in-charge with glass of required thickness having 120 minutes of
fire resistance both integrity & radiation control (EW120) and minimum 20 minutes of insulation (EI20).
The manufacturer have to give test report/ certification of fire glass and the glass should have the stamp
showing the value of E, EW & EI. The glass shall be tested in approved NABL accredited lab or by any
other accreditation body which operates in accordance with ISO/IEC 17011 and accredits labs as per
ISO/IEC 17025 for testing and calibration scopes shall be eligible. The maximum glazing size shall not be
more than 1100x2200 mm (w x h) or 2.42 sqm. including frame and fittings
B.9.3 Providing and fixing aluminium work for doors, windows, ventilatorsand partitions with extruded built up 165.00 Sqm 0.00 INR Zero Only
standard tubular sections/ appropriate Z sections and other sections of approved make conforming to IS:
733 and IS: 1285, fixing with dash fasteners of required dia and size, including necessary filling up the
gaps at junctions, i.e. at top, bottom and sides with required EPDM rubber/ neoprene gasket etc.
Aluminium sections shall be smooth, rust free, straight, mitred and jointed mechanically wherever
required including cleat angle, Aluminium snap beading for glazing / paneling, C.P. brass / stainless steel
screws, all complete as per architectural drawings and the directions of Engineer-in-charge. (Glazing,
paneling and dash fasteners to be paid for separately) :
B.10 External Drain works
B.10.1 Demolishing cement concrete manually/ by mechanical means including disposal of material within 50 203.28 Cum 0.00 INR Zero Only
metres lead as per direction of Engineer - in - charge.
Nominal concrete 1:3:6 or richer mix (i/c equivalent design mix)
B.10.2 Excavating trenches of required width for pipes, cables, etc including excavation for sockets, and 0.00
dressing of sides, ramming of bottoms, depth upto 1.5 m, including getting out the excavated soil, and
then returning the soil as required, in layers not exceeding 20 cm in depth, including consolidating each
deposited layer by ramming, watering, etc. and disposing of surplus excavated soil as directed, within a
lead of 50 m Pipes, cables etc. exceeding 80 mm dia. but not exceeding 300 mm dia
B.10.3 Providing and laying in position ready mixed or site batched design mix cement concrete for plain cement
concrete work; using coarse aggregate and fine aggregate derived from natural sources, Portland
Pozzolana/Ordinary Portland /Portland Slag cement, admixtures in recommended proportions as per IS:
Concrete of M15 grade with minimum cement 16.94 Cum 0.00 INR Zero Only
content of 240 kg /cum
B.10.4 Disposal of moorum/building rubbish/ malba/ similar unserviceable, dismantled or waste material by 203.28 Cum 0.00 INR Zero Only
mechanical transport including loading, transporting, unloading to approved municipal dumping ground for
lead upto 10 km for all lifts, complete as per directions of Engineer-in-charge
Item to be applicable in urban areas having directions for restricted hours for movement/ plying of load
carrying motor vehicle of 3.5 cum or more
B.10.5 Supplying of HDPE Pipe HDPE PIPES - PE 100 AS PER IS 4984/2016 / PN6 SDR-21 200mm Dia 242.00 Rm 0.00 INR Zero Only
B.10.6 Laying DWC pipes including earthwork excavation for trenches in hard stiff clay, 242.00 Rm 0.00 INR Zero Only
blackcotton, hard red earth, shales, murams, gravel, stoney earth and earth mixed with small size
boulders and hard gravelly soil depositing the earth on banks with initial lead of 10 m and initial lift of 2m
carting the pipes from any of the Board’s Stores to the site of work lowering into the trenches, aligning,
watering and ramming to consolidation, etc., complete for the pipes of following diametres. at a Depth of
1.5m Laying and jointing DWC pipes Cost / Metre (in Rupees)- Size of pipe 200mm Dia Pipe
B.10.7 Filling available excavated earth (excluding rock) in trenches, plinth, sides of foundations etc. in layers 203.28 Cum 0.00 INR Zero Only
not exceeding 20cm in depth, consolidating each deposited layer by ramming and watering, lead up to 50
m and lift upto 1.5 m.
B.10.8 Constructing brick masonry circular manhole 1.22 m internal dia at bottom and 0.56 m dia at top in 30.00 Each 0.00 INR Zero Only
cement mortar 1:4 (1 cement :4 coarse sand) inside cement plaster 12 mm thick with cement mortar 1:3
(1 cement : 3 coarse sand) finished with a floating coat of neat cement foundation concrete 1:3:6 (1
cement : 3 coarse sand : 6graded stone aggregate 40 mm nominal size) and making necessary channel
in cement concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size)
finished with a floating coat of neat cement, all complete as per standard design : at a Depth of 1.5 m
with S.F.R.C. cover and frame (heavy duty, HD-20 grade designation) 560 mm internal diameter
conforming to I.S. 12592, total weight of cover and frame to be not less than 182 kg., fixed in cement
concrete 1:2:4 (1 cement : 2 coarse sand : 4 graded stone aggregate 20 mm nominal size) including
centering, shuttering all complete.
With common burnt clay F.P.S. (non modular) bricks of class designation 7.5
Name of Work: "DESIGN & CONSTRUCTION OF BACK-UP OPERATIONAL CONTROL CENTRE (B-OCC) FACILITIES AT MetroS, NANDANAM (in the existing Building at 2nd Floor) INCLUDING CIVIL, E&M, VAC, ARCHITECTURAL FINISHES AND ASSOCIATED WORKS”
Contract No:
Name of the
Bidder/
Bidding Firm
/ Company :
PRICE SCHEDULE
(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only )
1 2 3 4 5 13 53 55
Price Centre C: Electrical, Firefighting, Fire alarm works, and VAC works
Electrical works: Design, Supply, installation, testing and commissioning of Electrical panels and
C.1 distribution boards as per drawing, Outline Design Specifications & Outline Construction
Specifications
Item1 1.00 Each 0.00 INR Zero Only
C.1.1 MDB-1
Supply, laying, testing and commissioning of armoured FS Control cables of following sizes as per List
C.3.3 of approved makes including the cost of jointing & termination with required accessories conforming to
BS 6387. & BS 50288-7
Item35 20.00 metre 0.00 INR Zero Only
C.3.3.1 8 C x 1.5 sq. mm Cu Conductor
Supply, fabrication & installation of perforated return flanged type cable trays with factory fabricated
horizontal & vertical bends, reducers, tee's, cross overs and other accessories as required conforming
to IEC-61537. The tray shall be hot dipped galvanized for corrosion protection conforming to IS 2629, BIDDERS NOT TO FILL RATES HERE
USE BOQ EXCEL SHEET FROM EPROCUREMENT WEBSITE
DIN 267 Part 10, EN 10346, BS EN ISO 1461, GI return flanged cable trays with 2 mm thick GI sheets
C.3.4
conforming to Technical Specifications and IS Code. The trays shall be tested for minimum safe working
load and the deflection should be within the limits as per standard. All accessories including GI angles,
threaded rods, fasteners, clamps etc shall be provided (or installed on wall supported on suitable
brackets as required) complete as per specifications, as required and as below.
Supply, installation and testing of sheet steel two-compartment raceways in floor, fabricated from 1.5
mm thick GI with minimum coating thicknessas on both sides as per technical specifications and IS
C.3.5 Code with removable cover plate complete with counter sunk cadmium/steel-plated brass screws,
bends, tee-junctions, cross junctions, etc. rendered electrically continuous as approved and of following
sizes:
Item43 76.00 metre 0.00 INR Zero Only
C.3.5.1 200 mm wide & 50 mm deep
Supply, installation and testing of sheet steel raceways in surface/suspendent, fabricated from 1.5 mm
thick GI with minimum coating on both sides as per technical specifications and IS Code with
C.3.6 removable cover plate complete with counter sunk cadmium /steel-plated brass screws, bends,support
rods, tee-junctions, cross junctions, etc. rendered electrically continuous as approved and of following
sizes:
Item44 121.00 metre 0.00 INR Zero Only
C.3.6.1 300 mm wide & 50 mm deep
Supply, laying , Installation & Termination of Conduit & wiring for the following light / Sockets/ Exhaust
C.3.10.1 Fan / Bracket fan point/Signage with 3 x 2.5 sq. mm, 1100 Volt grade as per IS-694 FRLSH copper
conductor wires.(Excluding the cost of switches, MCB, sockets & switch boxes)
Item51 40.00 Each 0.00 INR Zero Only
First point controlled by one switchboard / 10A MCB
Supply, laying , Installation & Termination of Conduit & wiring for the following 16A socket outlet point
C.3.10.4 with 3 x 4 sq. mm, 1100 Volt grade as per IS-694 FRLSH copper conductor wires.(Excluding the cost of
switches, MCB, sockets & switch boxes)
Item55 30.00 Each 0.00 INR Zero Only
C.3.10.4 One no. 16A socket outlet point controlled by one 16A Switch/MCB.
Supply, laying & Termination of wiring (in GI conduit / raceway) for the following 16A socket outlet point
C.3.10.6 with 3 x 4 sq. mm, 1100 Volt grade as per IS-694 & BS 6387 (for cables) FS copper conductor
wires.(Excluding the cost of switches, MCB, sockets & switch boxes)
Item57 30.00 Each 0.00 INR Zero Only
C.3.10.7 One no. 16A socket outlet point controlled by one 16A Switch/MCB.
Supply, laying , Installation & Termination of Conduit & wiring for the following 16A Industrial socket
C.3.10.9 outlet point with 3 x 6 sq. mm, 1100 Volt grade as per IS-694 FRLSH copper conductor wires.
(Excluding the cost of switches, MCB, sockets & switch boxes)
Item59 20.00 Each 0.00 INR Zero Only
C.3.10.9.1 One no. 16A socket outlet point controlled by 16A DP MCB.
C.3.10.9.2 Secondary or looping 1 Nos. 16A socket outlet points wiring using 3 x 4 sq. mm copper (P+N+PE) wires
Supply & installation of following modular grid plate mounted switches and socket/s etc. on a suitable
size electrogalvanised switch boxes complete in single or combination on prorata basis complete with
C.3.14
the connections, earthing and testing as per specifications and as required:(Note the grid plate and GI
BOX shall be selected suitably as per the requirement to fix the switches and sockets).
Item64 53.00 Each 0.00 INR Zero Only
C.3.14.1 1 no. 6A modular switch
a) In case of 10 nos. light fixtures looped together and controlled directly from one no. MCB in DB,
quantity to be paid shall be 1 No. as perFirst Point controlled and quantity of the reamaining to be paid
shall be 9 Nos. as secondary point. The cost of switches, sockets & switch boxes provided as per above
line item.
b) In case of 5 nos. light fixtures looped together and controlled from switch located in different rooms,
quantity to be paid shall be 1 no. as Primary point for the First Light fixture and Quantity of the
reamaining to be paid shall be as secondary point. IThe cost of switches, sockets & switch boxes
provided as per above line item. Switch Board to Switch board connection considered as secondary
point.
Supply, laying,Testing and commissioning of GI Strips for interconnecting the earthing stations
C.3.16 ,panels,DBs etc. of the following sizes in built up trenches/surface/wall/ground complete with holes &
fixing,jointing / terminating accessories as per specifications as required.
Item77 40.00 metre 0.00 INR Zero Only
C.3.16.1 50 mm X 6 mm GI strip
Safety items
C.3.20 Supply and fixing of the following safety equipments in Aux. Sub.Station/MDB room as per detailed
descriptions given below and as per relevant IE rules & code of standard practice
Item87 20.00 metre 0.00 INR Zero Only
1000 mm wide nsulating mat,conforming to IS 15652-2006 suitable to withstand 3.3 kV in front of all
C.3.20.1
panels in UPS Room as required.
Item88 1.00 Each 0.00 INR Zero Only
C.3.20.2 Laminated standard shock treatment charts in Tamil, English & Hindi in UPS Room
Item89 1.00 Each 0.00 INR Zero Only
Danger plate as per approved Style & sample written in Tamil, English & Hindi for MV installations as
C.3.20.3
required as per IE rules,IEC and IS 2551 (latest) in UPS room.
Item90 2.00 Each 0.00 INR Zero Only
First Aid Box (GI Box) Complete as approved by St. John ambulance or Indian Red Cross in ASS
C.3.20.4
room,Pump Room.
Item91 1.00 Each 0.00 INR Zero Only
(i) One Tool kit comprising 1 set of flat spanner (Taparia / Jalan), 1 set of box spanner, 1 no. Hacksaw
frame with 10 No. blades, 1 no. large, medium, small screw drivers, 1 no. insulated plier, 1 no nose
C.3.20.5
plier, 1 no. hand crimping tool upto 16 sq.mm, 1 no. digital multimeter(Fluke or equivalent), 1 no. test
lamp and 1 no. tester. Screw driver set for all types of screw heads to be provided.
UPS Room
C.4.3.15 4C X 1.5 Sq.mm Overall Shield FRLS Red Color Armoured Cable
Supply, Installation, Testing & Commissioning of Signal Initiating (Intelligent Analogue Addressable)
C.5.2 devices complete with Detector Base GI back box, supports and accessories etc. as per
Specifications. All detectors, devices and panels shall be UL listed
Item146 65.00 Each 0.00 INR Zero Only
Intelligent Addressable Combine / Multisensor optical Smoke Detector Monitoring Modules (For False
Floor/Above ceiling /Below ceiling)
Item147 10.00 Each 0.00 INR Zero Only
C.5.2.1 Addressable Fault Isolator
Item148 20.00 Each 0.00 INR Zero Only
C.5.2.2 Addressable Manual Point with Pull Type
C.5.3 CABLING
C.6 VACSYSTEM
Air Handling Units (DX Coil type) with controller and necessary accessories suitable for VFD operation.
C.6.1 Follwing various capacities of Air Handling Units (DX type) In Accordance with VAC Outline design and
Construction Specifications.
Item160 4.00 Nos. 0.00 INR Zero Only
Air flow capacity - 3.3 to 4.6 LPS ( CMS), Cooling Load Capacity - 17 to 24 TR, Total Pressure drop
C.6.1.a
as per design and compatible with VFD Motor
Following various size of Copper Refrigerant Pipes ,Fittings and other accessories of Gas Pipes& Liquid
Pipes In Accordance with VAC Outline design and Construction Specifications.
C.6.7.1 Note: Refrigerant pipe sizes shown in BOQ as per the DDC Design requirement. However, the
contractor to select the suitable sizes during design verification & validation to meet the performance
requirement based on OEM (Original Equipment Manufacturer) recommendation.
Item178 104.00 Rmt 0.00 INR Zero Only
a 54.0 mm O.D -Hard drawn copper tubes
Supply, installation, testing and commissioning of Signal/Communication cable (As Per OEM)shall be
used 2/3 core shield cable cross section 1 sq. mm in GI conduits between indoor/AHU and outdoor unit
C.6.9
& indoor unit & its remote controller. Cable Standards refer specification & Indoor Unit to its Controller
with Temperature Sensor
Item214 1369.00 Rmt 0.00 INR Zero Only
C.6.9.1 2C/3C x 1 sq mm
Condensate Drain Piping & fitting With insulation and Aluminium cladding In Accordance with VAC
C.6.10 Outline design and Construction Specifications. UPVC Pipe and 19 mm closed cell elastometric Nitrile
rubber with factory treated glass woven cloth
Item215 20.00 Rmt 0.00 INR Zero Only
C.6.10.1 40 mm dia
Normal ( Non Fire Rated ) Application. GI Sheet Metal Ducting with necessary supports and other
C.6.12
accessories with VAC Outline design and Construction Specifications.
Item222 400.00 Sqm 0.00 INR Zero Only
C.6.12.1 0.63 mm thick (24 Gauge)
Duct Insulation for Normal and Fire-Rated Application. In Accordance with VAC Outline design and
C.6.13
Construction Specifications.
Item226 442.00 Sqm 0.00 INR Zero Only
50 mm thick rockwool insulation of 105 kg/m3 density ,Suitable adhesive , and other accessories as per
C.6.13.1
VAC Outline design and Construction Specifications.
Item227 1500.00 Sqm 0.00 INR Zero Only
19-25 mm thick Closed cell Elastomeric / Cross linked Closed Cell Polyolefin insulation With fiber glass
C.6.13.2
cloth, adhesive and other accessories as per VAC Outline design and Construction Specifications.
C.6.15 Grilles/Diffusers In Accordance with VAC Outline design and Construction Specifications. USE BOQ EXCEL SHEET FROM EPROCUREMENT WEBSITE
Item229 15.00 Sqm. 0.00 INR Zero Only
C.6.15.a Supply air & Return air diffuser with VCDs ( In various sizes like or to suite site)
C.6.16 Dampers In Accordance with VAC Outline design and Construction Specifications.
Fire rated Vane Axial flow Fans/Mixed flow fans with necessary fixing arrangement and other
C.6.17
accessories In Accordance with VAC Outline design and Construction Specifications.
Item236 2.00 Nos. 0.00 INR Zero Only
C.6.17.a Fan for BOCC Theater
Item237 2.00 Nos. 0.00 INR Zero Only
C.6.17.b Fan for Utility area
Centrifugal fan / Axial fan with necessary fixing arrangement and other accessories In Accordance
C.6.18
with VAC Outline design and Construction Specifications.
Item238 3.00 Nos. 0.00 INR Zero Only
C.6.18.a Fresh Air fan for BOCC & Utility Building
Propeller Fans with necessary fixing arrangement and other accessories In Accordance with VAC
C.6.19
Outline design and Construction Specifications.
Item240 1.00 Nos. 0.00 INR Zero Only
C.6.19.a 355 mm diameter
Supply, Laying, Testing and commissioning at the site of work of 600 / 1000 V grade, Copper XLPE
Insulated, armoured (SWA), Fire Survival Type Cables conforming to BS 7846 & BS 6387 and
Specifications , of the following sizes on existing trays/ walls/ columns /indoor /trenches including the
C.8.1
cost of supports with suitable clamps, saddles, hooks, bolts etc. and including the cost of proper
dressing of cables, markers providing identification tags, earthing of glands armouring etc. complete as
per specifications, as required and as below.
Item254 25.00 metre 0.00 INR Zero Only
C.8.1.1 4 core 6 sq mm Cu Conductor
Supply, Laying, Testing and commissioning at the site of work of 1.1KV grade, Copper /Aluminium
Supply, Installation and Terminations conforming to specifications for XLPE insulated, FRLSH and Fire
Survivalarmoured cables of sizes given below including the cost of supplying, fixing and crimping electro-
C.8.3 tinned copper /bimetallic lugs, double compression Flame proof/Weatherproof brass glands, shrouds,
insulation tape etc. This also includes making holes in gland plate complete as per
specifications and as required.
Supply, fabrication & installation of perforated return flanged type cable trays with factory fabricated
horizontal & vertical bends, reducers, tee's, cross overs and other accessories as required conforming
to IEC-61537. The tray shall be hot dipped galvanized for corrosion protection conforming to IS 2629,
DIN 267 Part 10, EN 10346, BS EN ISO 1461, GI return flanged cable trays with 2 mm thick GI sheets
C.8.4
conforming to Technical Specifications and IS Code. The trays shall be tested for minimum safe working
load and the deflection should be within the limits as per standard. All accessories including GI angles,
threaded rods, fasteners, clamps etc shall be provided (or installed on wall supported on suitable
brackets as required) complete as per specifications, as required and as below.
Item293 100.00 metre 0.00 INR Zero Only
C.8.4.1 600 mm wide x 75 mm deep x 2 mm thick
Supply, laying,Testing and commissioning of GI Strips for interconnecting the earthing stations USE BOQ EXCEL SHEET FROM EPCUREMENT WEBSITE
C.8.5 ,panels,DBs etc. of the following sizes in built up trenches/surface/wall/ground complete with holes &
fixing,jointing / terminating accessories as per specifications as required.
Item298 20.00 metre 0.00 INR Zero Only
C.8.5.1 50 mm X 6 mm GI strip
PRICE SCHEDULE
(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bidder is liable to be rejected for this tender.
Bidders are allowed to enter the Bidder Name and Values only )
1 2 53 55
1 0.00 INR Zero Only
Total Amount for Price Centre B : Civil ,Structural & Architectural
work
2 0.00 INR Zero Only
Total Amount for Price Centre C : Electrical, Firefighting, Fire BIDDERS NOT TO FILL RATES HERE
alarm works, and VAC works
USE BOQ EXCEL SHEET FROM EPCUREMENT WEBSITE
3 0.00 INR Zero Only
Total Amount of Price Centre D
Name of Work: "DESIGN & CONSTRUCTION OF BACK-UP OPERATIONAL CONTROL CENTRE (B-OCC) FACILITIES AT MetroS, NANDANAM (in the existing Building at 2nd Floor) INCLUDING CIVIL, E&M, VAC, ARCHITECTURAL FINISHES AND ASSOCIATED WORKS”
Contract No:
Name of the
Bidder/
Bidding Firm
/ Company :
PRICE SCHEDULE
(This BOQ template must not be modified/replaced by the bidder and the same should be uploaded after filling the relevent columns, else the bidder is liable to be rejected for this tender. Bidders are allowed to enter the Bidder Name and Values only )
Electrical, Firefighting, Fire alarm works, and VAC works 1.00 Job 2750000.00
D.2 Select 0.00 INR Zero Only
PART - 1
BIDDING PROCEDURES
SINGLE STAGE TWO ENVELOPE BIDDING
SECTION - V
ELIGIBLE SOURCE COUNTRIES(ESC)
JULY 2024
Chennai Metro Rail Project Phase 2 Part 1-Section V
Tender No. CMRL/PP&D/CON/PHSEII/B-OCC/MISC-03/2024
A. Requirements of a Bidder from a Country which shares Land Border with India
a) Any bidder from a country which shares a land border with India will be eligible to bid
in this tender only if the bidder is registered with the Competent Authority specified in
Annex-I. Further any bidder (including bidder from India) having specific Transfer of
Technology (ToT) arrangement with an entity from a country which shares a land
border with India, shall also require to be registered with the same Competent
Authority.
b) “Bidder" (including the term 'tenderer', ‘consultant’ or ‘service provider’ in certain
contexts) means any person or firm or company, including any member of a
consortium or joint venture (that is an association of several persons, or firms or
companies), every artificial juridical person not falling in any of the descriptions of
bidders stated hereinbefore, including any agency branch or office controlled by such
person, participating in a procurement process.
c) “Bidder from a country which shares a land border with India" for the purpose of this
Order means: -
1. An entity incorporated, established or registered in such a country; or
2. A subsidiary of an entity incorporated, established or registered in such a
country; or
3. An entity substantially controlled through entities incorporated, established or
registered in such a country; or
4. An entity whose beneficial owner is situated in such a country; or
5. An Indian (or other) agent of such an entity; or
6. A natural person who is a citizen of such a country; or
7. A consortium or joint venture where any member of the consortium or joint
venture falls under any of the above
d) The beneficial owner for the purpose of (iii) above will be as under:
1. In case of a company or Limited Liability Partnership, the beneficial owner is the
natural person(s), who, whether acting alone or together, or through one or more
juridical person, has a controlling ownership interest or who exercises control
through other means.
Explanation——
a. “Controlling ownership interest” means ownership of or entitlement to more
than twenty-five per cent. of shares or capital or profits of the company;
b. “Control" shall include the right to appoint majority of the directors or to
control the management or policy decisions including by virtue of their
A. The Competent Authority for the purpose of registration under this Order shall be the
Registration Committee constituted by the Department for Promotion of Industry and
Internal Trade (DPIIT)*.
B. The Registration Committee shall have the following members*:
i. An officer, not below the rank of Joint Secretary, designated for this purpose by
DPllT, who shall be the Chairman.
ii. Officers (ordinarily not below the rank of Joint Secretary) representing the
Ministry of Home Affairs, Ministry of External Affairs, and of those Departments
whose sectors are covered by applications under consideration.
Eligible Source Countries ESC 4 July 2024
Chennai Metro Rail Project Phase 2 Part 1-Section V
Tender No. CMRL/PP&D/CON/PHSEII/B-OCC/MISC-03/2024
iii. Any other officer whose presence is deemed necessary by the Chairman of the
Committee.
iv. With effect from 01/04/2023, an officer (ordinarily not below the rank of Joint
Secretary) representing the National Security Council Secretariat
C. DPllT shall lay down the method of application, format etc. for such bidders as stated
in para 1 of this Order.
D. On receipt of an application seeking registration from a bidder from a country covered
by Order, the Competent Authority shall first seek political and security clearances
from the Ministry of External Affairs and Ministry of Home Affairs, as per guidelines
issued from time to time. Registration shall not be given unless political and security
clearance have both been received.
E. The Ministry of External Affairs and Ministry of Home Affairs may issue guidelines for
internal use regarding the procedure for scrutiny of such applications by them.
F. The decision of the Competent Authority, to register such bidder may be for all kinds of
tenders or for a specified type(s) of goods or services and may be for a specified or
unspecified duration of time, as deemed fit. The decision of the Competent Authority
shall be final.
G. Registration granted by the Competent Authority of the Government of India shall be
valid not only for procurement by Central Government and its agencies/ public
enterprises etc. but also for procurement by State Governments and their agencies/
public enterprises etc. No fresh registration at the State level shall be required.
H. The Competent Authority is empowered to cancel the registration already granted if it
determines that there is sufficient cause. Such a cancellation by itself, however, will not
affect the execution of contracts already awarded. Pending cancellation, it may also
suspend the registration of a bidder, and the bidder shall not be eligible to bid on any
further tenders during the period of suspension.
I. For national security reasons, the Competent Authority shall not be required to give
reasons for rejection / cancellation of registration of a bidder.
J. Note:
Definitions
i. Local content’ means the amount of value added in India which shall, unless
otherwise prescribed by the Nodal Ministry, be the total value of the item
procured (excluding net domestic indirect taxes) minus the value of imported
content in the item (including all custom duties) as a proportion of the total
value, in percent.
ii. Class-I local supplier’ means a supplier or service provider, whose goods,
services or works offered for procurement, has local content equal to or more
than 50% as defined under the Order No. P-45021/2/2017-PP(BE-II) dated
04.06.2020 issued by Department for Promotion of Industry and Internal Trade
(DPIIT). Minimum local content for class-I local supplier shall be 60% for the
subject tender.
iii. Class-II local supplier’ means a supplier or service provider, whose goods,
services or works offered for procurement, has local content more than 20%
but less than 60%, as defined under the Order No. P-45021/2/2017-PP(BE-II)
dated 04.06.2020 issued by Department for Promotion of Industry and Internal
Trade (DPIIT).
iv. Non-local supplier’ means a supplier or service provider, whose goods,
services or works offered for procurement, has local content less than or equal
to 20%, as defined under the Order No. P-45021/2/2017-PP(BE-II) dated
04.06.2020 issued by DPIIT.
v. ‘L1’ means the lowest tender or lowest bid, or the lowest quotation received in
a tender, bidding process or other procurement solicitation as adjudged in the
evaluation process as per the tender or other procurement solicitation. Incase
of Joint Venture/Consortium, the local content of the lead member shall be
considered for whole JV/consortium.
vi. ‘Margin of purchase preference’ means the maximum extent to which the price
quoted by a “Class-I local supplier” may be above the L1 for the purpose of
purchase preference. Margin of purchase preference shall be 20% for the
subject tender.
i. Among all qualified bids, the lowest bid will be termed as L1. If L1 is ‘Class-I local
supplier’, the contract for full quantity will be awarded to L1.
ii. If L1 bid is not a ‘Class-I local supplier’, 50% of the order quantity shall be awarded
to L1. Thereafter, the lowest bidder among the ‘Class-I local supplier’, will be
invited to match the L1 price for the remaining 50% quantity subject to the Class-I
local supplier’s quoted price falling within the margin of purchase preference, and
contract for that quantity shall be awarded to such ‘Class-I local supplier’ subject to
matching the L1 price.
iii. In case such lowest eligible ‘Class-I local supplier’ fails to match the L1 price or
accepts less than the offered quantity, the next higher ‘Class-I local supplier’ within
the margin of purchase preference shall be invited to match the L1 price for
remaining quantity and so on, and contract shall be awarded accordingly.
iv. In case some quantity is still left uncovered on Class-I local suppliers, then such
balance quantity may also be ordered on the L1 bidder.
i. The ‘Class-I local supplier’ / ‘Class-II local supplier’ at the time of tender,
bidding or solicitation shall be required to indicate percentage of minimum
local content and provide self-certification that the item offered meets the
minimum local content requirement for ‘Class-I local supplier’ / ‘Class-II local
supplier’, as the case may be. They shall also give details of the location(s)
at which the local value addition is made.
ii. In case of procurement for a value in excess of Rs. 10 crores, the ‘Class-I local
supplier’ / ‘Class-II local supplier’ shall be required to provide a certificate
from the statutory auditor or cost auditor of the company (in case of
companies) or from a practicing cost accountant or practicing chartered
accountant (in respect of suppliers other than companies) giving the
percentage of local content after completion of works to the Engineer.
iii. If any false declaration regarding local content is found, the company shall be
debarred for a period of three years from participating in tenders of all metro
rail companies.
iv. Supplier/bidder shall give the details of the local content in a format attached in
bidding form duly filled to be uploaded along with the technical bid. In case,
bidder do not upload the bidding form pertaining to local content along with
their technical bid, supplier/bidder shall be considered as ‘non-local supplier’.
Eligible Source Countries ESC 7 July 2024