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

0% found this document useful (0 votes)
128 views126 pages

CMRL Part 1 2024

Uploaded by

pksconstruction4
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
0% found this document useful (0 votes)
128 views126 pages

CMRL Part 1 2024

Uploaded by

pksconstruction4
Copyright
© © All Rights Reserved
We take content rights seriously. If you suspect this is your content, claim it here.
Available Formats
Download as PDF, TXT or read online on Scribd
You are on page 1/ 126

CHENNAI METRO RAIL LIMITED

CHENNAI METRO RAIL PROJECT PHASE 2


TENDER No. CMRL/PP&D/CON/PHASE-II/B-OCC/MISC-03/2024
TENDER DOCUMENTS

PART 1 Bidding Procedures

Section - I Instructions to Bidders (ITB)


Section - II Bid Data Sheet (BDS)
Section - III Evaluation and Qualification Criteria (EQC)
Section – IV A Bidding Forms
Section - IV-B Pricing Document
Section - V Eligible Source Countries

PART 2 Works Requirements


Section – VI Employer’s Requirements
Sub-Section – A – General
Sub-Section – B – Functional
Sub-Section – C – Design
Sub-Section – D – Construction
Sub-Section – E – Appendices
Section - VI A – OHS&E Requirements
Volume 1. Control
Volume 2. Safety Manual
Volume 3. Environment
Section – VII A. Outline Design Specification
Sub-Section -1- Building Structural Works
Sub-Section -2- Architectural Works
Sub-Section -3- MEP Works
Sub-Section -4- VAC Works
Section – VII B. Outline Construction Specifications
Sub - Section 1. Building Structural Works
Sub - Section 2. Architectural Works
Sub - Section 3. Electrical Works
Sub - Section 4. Fire Protection System
Sub - Section 5. VAC Works
Section - VIII. Employer’s Drawings

PART 3 Conditions of Contract and Contract Forms


Section - IX. General Conditions (GC)
Section - X. Particular Conditions (PC)
Section - XI. Contract Forms (CF)
CHENNAI METRO RAIL LIMITED
CHENNAI METRO RAIL PROJECT PHASE 2
Tender No. CMRL/PP&D/CON/PHASE-II/B-OCC/MISC-03/2024

“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”

PART - 1
BIDDING PROCEDURES

SINGLE STAGE TWO ENVELOPE BIDDING

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.

Instruction to Bidders (ITB) ITB 2 July 2024


Chennai Metro Rail Project Phase 2 Part 1 – Section I
Tender No. CMRL/PP&D/CON/PHASEII/B-OCC/ MISC-03/2024

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.

d) Tenderer or Bidder shall mean the person / the firm/ company/JV of


company/consortium of company who tenders for the works with a view to execute the
works on contract with the CMRL and shall include their personal representatives,
successors and permitted assigns.

e) Tender Documents means all documents whether containing words, figures or


drawings which are for the purpose of bidder issued before the bid submission, issued
to him by or on behalf of CMRL or embodied by reference in such delivered
documents or specified therein as being available for inspection by the Bidder.

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.

g) Omissions and Discrepancies: Should a Tenderer find discrepancies in or


omissions from the drawings or any of the Tender Documents or should he be in
doubt as to their meaning, he should at once notify CMRL, who may send a written
instruction to all Tenderers. It shall be understood that every endeavour has been
made to avoid any error which can materially affect the basis of Tender and
successful Tenderer shall take upon himself and provide for the risk of any error
which may subsequently be discovered and shall make no subsequent claim on
account thereof.

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.

i) Contractor’s Office: The bidder once the Contract Agreement is executed, he


shall establish an office in Chennai and the a d d r e s s with all contact details of the
same shall be communicated to CMRL. Whenever change of h i s office is affected,
the address of the changed location shall be forthwith intimated to CMRL without fail.

j) “Employer” means Chennai Metro Rail Limited (CMRL)

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

Instruction to Bidders (ITB) ITB 4 July 2024


Chennai Metro Rail Project Phase 2 Part 1 – Section I
Tender No. CMRL/PP&D/CON/PHASEII/B-OCC/ MISC-03/2024

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.

Instruction to Bidders (ITB) ITB 5 July 2024


Chennai Metro Rail Project Phase 2 Part 1 – Section I
Tender No. CMRL/PP&D/CON/PHASEII/B-OCC/ MISC-03/2024

Section I. Instructions to Bidders

Table of ITB Clauses

A. General ....................................................................................................................... 8

1. Scope of Bid ............................................................................................................... 8


2. Source of Funds ........................................................................................................ 8
3. Corrupt and Fraudulent Practices........................................................................... 8
4. Eligible Bidders .......................................................................................................... 9
5. Eligible Goods and Services.................................................................................. 10

B. Contents of Bidding Document .............................................................................. 11

6. Sections of Bidding Document .............................................................................. 11


7. Clarification of Bidding Document, Site Visit, Pre-Bid Meeting ........................ 12
8. Amendment of Bidding Document ........................................................................ 13

C. Preparation of Bids................................................................................................... 13

9. Cost of Bidding ........................................................................................................ 13


10. Language of Bid ...................................................................................................... 13
11. Documents Comprising the Bid ............................................................................ 14
12. Letter of Bid and Schedules .................................................................................. 14
13. Alternatives to the Bid Requirements and Alternative Bids .............................. 14
14. Bid Prices and Discounts ....................................................................................... 14
15. Currencies of Bid and Payment ............................................................................ 16
16. Documents Comprising the Technical Proposal ................................................ 16
17. Documents Establishing the Qualifications of the Bidder ................................. 16
18. Period of Validity of Bids ........................................................................................ 16
19. Bid Security .............................................................................................................. 17
20. Format and Signing of Bid ..................................................................................... 18

D. Submission and Opening of Bids........................................................................... 19

21. Preparation and submission of Bids ..................................................................... 19


22. Deadline for Submission of Bids ........................................................................... 20
23. Mode of Bid submission other than CPP Portal ................................................. 20
24. Withdrawal, and Modification of Bids ................................................................... 20
25. Bid Opening.............................................................................................................. 20

E. Evaluation and Comparison of Bids ...................................................................... 21

26. Confidentiality .......................................................................................................... 21


27. Clarification of Bids ................................................................................................. 21
28. Deviations, Reservations, and Omissions........................................................... 22
29. Preliminary Examination of Bids ........................................................................... 22
30. Qualification of the Bidders .................................................................................... 22

Instruction to Bidders (ITB) ITB 6 July 2024


Chennai Metro Rail Project Phase 2 Part 1 – Section I
Tender No. CMRL/PP&D/CON/PHASEII/B-OCC/ MISC-03/2024

31. Determination of Responsiveness of Bids .......................................................... 23


32. Nonmaterial Nonconformities ................................................................................ 23
33. Detailed Evaluation of Technical Bids.................................................................. 24
34. Correction of Arithmetical Errors ........................................................................... 24
35. Conversion to Single Currency ............................................................................. 25
36. Subcontractor ........................................................................................................... 25
37. Evaluation of Price Bids ......................................................................................... 25
38. Comparison of Bids ................................................................................................. 26
39. Employer’s Right to Accept Any Bid, and to Reject Any or All Bids ................ 27

F. Award of Contract..................................................................................................... 27

40. Award Criteria .......................................................................................................... 27


41. Notification of Award ............................................................................................... 27
42. Signing of Contract.................................................................................................. 28
43. Performance Security ............................................................................................. 28
44. Disputes and Claims on Bid submission ............................................................. 28

Instruction to Bidders (ITB) ITB 7 July 2024


Chennai Metro Rail Project Phase 2 Part 1 – Section I
Tender No. CMRL/PP&D/CON/PHASEII/B-OCC/ MISC-03/2024

A. General

1.1 In connection with the Notice Inviting Tender (NIT), the


Employer issues this Bidding Document (hereinafter referred to
as “Bidding Document”) for the procurement of Works as
1. Scope of Bid specified in Works Requirements.
The name of the Works and the Tender Number are specified
in the BDS.

1.2 Throughout this Bidding Document:


(a) the term “in writing” means communicated in written form
and delivered against receipt either in hardcopy or
electronic mail (e-mail)
(b) except where the context requires otherwise, words
indicating the singular also include the plural and words
indicating the plural also include the singular.
(c) “day” means calendar day.
(d) “firm” means a private entity or a state-owned entity
(e) “Joint Venture” or “JV” means any combination of two or
more firms in the form of a joint venture, consortium,
association or other unincorporated grouping under an
existing agreement or with the intention to enter into such
an agreement supported by a formal letter of intent signed
by both the parties.

2. Source of Funds 2.1 The Employer will fund this Work.

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.

3.2 If the Employer determines, based on reasonable evidence, that


any Bidder has engaged in any corrupt or fraudulent practice,
the Employer may disqualify such Bidder after notifying the
grounds of such disqualification.

3.3 Furthermore, the Bidders shall be aware of the provision stated


in the Conditions of Contract regarding fraudulent and corrupt
practices.

Instruction to Bidders (ITB) ITB 8 July 2024


Chennai Metro Rail Project Phase 2 Part 1 – Section I
Tender No. CMRL/PP&D/CON/PHASEII/B-OCC/ MISC-03/2024

4.1 The Bidder may be a single firm or a JV/Consortium as


specified in BDS. In the case of a JV/Consortium:
(a) All members shall be jointly and severally liable for the
execution of the Contract in accordance with the Contract
terms.
(b) The JV shall nominate a Representative (Project Manager)
who shall have the authority to conduct all business for and
on behalf of any and all the members of the JV during the
bidding process and, in the event the JV is awarded the
Contract, during contract execution.
4. Eligible Bidders (c) A Bid submitted by a JV shall include a copy of the JV
Agreement entered into by all members. Alternatively, a
formal letter of intent to enter into a JV in the event of a
successful Bid shall be signed by all members and
submitted with the Bid, together with a copy of the proposed
Agreement. The JV Agreement or the proposed JV
Agreement, as the case may be, shall indicate at least the
part(s) of the Works to be executed by each member or the
details of Work to be executed by each member, if any such
division contemplated among the JV members.
(d) Maximum of three members are allowed in a JV. The lead
member shall have more share and it should not be less than
40%, and each of other member share shall not be less than
25% in JV.
4.2 The Bidder shall not have a conflict of interest. The Bidder shall
be disqualified under any of the circumstances set forth below,
where it is determined to have a conflict of interest throughout
the bidding/selection process and/or the execution of the
Contract unless the conflict has been resolved in a manner
acceptable to Employer.
(a) A firm shall be disqualified from providing goods or non-
consulting services resulting from or directly related to
consulting services for the preparation or implementation of
a Works that it provided or were provided by any affiliate that
directly or indirectly controls, is controlled by, or is under
common control with that firm. This provision does not apply
to the various firms (consultants, contractors, or suppliers)
only due to the reason that those firms solely or together are
performing the Contractor’s obligations under a turnkey or
design and build contract.
(b) A firm that has a close business relationship with a
professional staff of the Employer, who are directly or
indirectly involved in any part of: (i) the preparation of the
Prequalification Document (if any prepared) and/or the

Instruction to Bidders (ITB) ITB 9 July 2024


Chennai Metro Rail Project Phase 2 Part 1 – Section I
Tender No. CMRL/PP&D/CON/PHASEII/B-OCC/ MISC-03/2024

Bidding Document for the Contract, (ii) the prequalification


evaluation (if any conducted) and/or the Bid evaluation, or
(iii) the supervision of such contract, shall be disqualified.
(c) Based on the “One Bid Per Bidder” principle, which is to
ensure fair competition, a firm and any affiliate that directly or
indirectly controls, is controlled by, or is under common control
with that firm shall not be allowed to submit more than one Bid.
A firm (including its affiliate) acting as a specialized
subcontractor in any Bid may participate in other Bids in the
capacity of specialized subcontractor only and shall not
participate as a Bidder, in such event, the Bid submitted by the
firm as a Bidder shall be Rejected.
(d) A firm having any other form of conflict of interest other than
(a) through (c) above shall also be disqualified.

4.3 The Bidder that has been determined to be ineligible by


Employer in accordance with ITB 3.1 shall not be eligible to be
awarded a Contract.

4.4 The Bidder shall provide such evidence of its eligibility


satisfactory to the Employer, as the Employer shall reasonably
request.
4.5 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 in compliance to DoE Office
Memo F.No. 6/18/2019-PPD dated 23rd July 2020.
4.6 Any Bidder compliant to clause 9 (a) of the Public Procurement
(Preference to Make in India), Order 2017 is eligible to bid in this
tender subject to other eligible conditions mentioned in the
tender document.

4.7 The bidder shall be considered as ineligible, who have


abandoned any contract executed for any Metro Rail
Corporation in India / Tamil Nadu Government or Tamil Nadu
state government organisation during the last 03 years, or
bidders who have been terminated or banned by any Metro Rail
Corporation in India or by Tamil Nadu State Govt. or Tamil Nadu
state government organisation and currently if the ban is
effective on the date of submission of bid. Decision of the
Employer in this regard is final and binding.

5.1 Bidders are encouraged (not mandatory and binding) to adopt


Indian sources to the maximum possible extent. However, all
5. Eligible Goods
and Services materials, supplies, equipment and services shall be to the
satisfaction of the Engineer. The information on all materials,
supplies, equipment, and services included in the bidder’s
Instruction to Bidders (ITB) ITB 10 July 2024
Chennai Metro Rail Project Phase 2 Part 1 – Section I
Tender No. CMRL/PP&D/CON/PHASEII/B-OCC/ MISC-03/2024

proposal and incorporated into the contract shall not, in any


event, be construed as a submission to the employer under the
contract. Bidder will be required to take specific approval of the
employer for deployment of materials, supplies, equipment, and
services in accordance with the conditions of contract and the
employer’s requirements. The guidelines issued by DoE Office
Memo No. F18/37/2020-PPD dated 08th February 2021 on l
importing raw materials, finished goods and sub-contracting shall
be applicable in this regard. Also, refer to Section V, Part 1.

B. Contents of Bidding Document


6.1 The Bidding Document consists of Parts 1, 2, and 3, which
include all the Sections specified below, and which should be
read in conjunction with any addenda issued in accordance with
ITB 8.
PART 1 Bidding Procedures
• Section I. Instructions to Bidders (ITB)
• Section II. Bid Data Sheet (BDS)
• Section III. Evaluation and Qualification Criteria (EQC)
• Section IV. Bidding Forms
6. Sections of • Section V. Eligible source countries
Bidding
Document PART 2 Employer’s Requirements
• Section VI. Employer’s Requirements
• Section VIIA. Outline Design Specifications
• Section VIIB Outline Construction Specifications
• Section VIII. Employer’s Drawings
PART 3 Conditions of Contract and Contract Forms
• Section IX. General Conditions (GC)
• Section X. Particular Conditions (PC)
• Section XI. Contract Forms

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.

6.3 The Bidder is expected to examine all instructions, forms, terms,


and specifications in the Bidding Document and to furnish with
its Bid all information and documentation as is required by the

Instruction to Bidders (ITB) ITB 11 July 2024


Chennai Metro Rail Project Phase 2 Part 1 – Section I
Tender No. CMRL/PP&D/CON/PHASEII/B-OCC/ MISC-03/2024

Bidding Document. The information or documentation shall be


complete, accurate, current, and verifiable.

7.1 The Bidder requiring any clarification of the Bidding Document


shall contact the Employer in writing at the Employer’s address
specified in the BDS or raise its enquiries during the pre-bid
meeting if provided for in accordance with ITB 7.4. The bidder
shall submit the queries as per format given in Bidding Form
7. Clarification of (PDF and editable copy) along with covering letter. The
Bidding Employer will respond in writing to any request for clarification,
Document, Site
provided that such request is received no later than the date
Visit, Pre-Bid
Meeting mentioned in NIT and the Employer is not obligated to respond
to query received after the due date. The Employer will publish
its response on CPP Portal. Should the clarification result in
changes to the essential elements of the Bidding Document, the
Employer shall amend the Bidding Document following the
procedure under ITB 8 and ITB 22.2.

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.

7.4 If so specified in the BDS, the Bidder’s designated


representative is invited to attend a pre-bid meeting. The
purpose of the meeting will be to clarify tender document
requirements and to answer questions on any matter pertaining
to the Tender Document.

7.5 Minutes of the pre-bid meeting, if applicable, including the text


of the questions asked by the Bidders, without identifying the
source, and the responses given, together with any responses
prepared after the meeting, will be transmitted promptly to all
Bidders through CPP Portal
https://eprocure.gov.in/eprocure/app Any modification to the
Bidding Document that may become necessary as a result of

Instruction to Bidders (ITB) ITB 12 July 2024


Chennai Metro Rail Project Phase 2 Part 1 – Section I
Tender No. CMRL/PP&D/CON/PHASEII/B-OCC/ MISC-03/2024

the pre-bid meeting shall be made by the Employer exclusively


through the issue of an addendum pursuant to ITB 8 and not
through the minutes of the pre-bid meeting. Nonattendance at
the pre-bid meeting will not be a cause for disqualification of a
Bidder.

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.

8.2 Any addendum issued shall be part of the Bidding Document


and shall also publish the addendum on CPP Portal in
accordance with ITB 7.1.

8.3 To give the Bidders reasonable time in which to take an


addendum into account in preparing their Bids, the Employer
may extend the deadline for the submission of Bids, pursuant to
ITB 22.2.

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.

10.1 The Bid, as well as all correspondence and documents relating


to the Bid exchanged by the Bidder and the Employer, shall be
written in the language English. The supporting documents and
printed literature that are part of the Bid may be in another
10. Language of Bid language provided they are accompanied by an accurate
translation of the relevant passages in the language English in
which case, for purposes of interpretation of the Bid, such
translation shall govern.

Instruction to Bidders (ITB) ITB 13 July 2024


Chennai Metro Rail Project Phase 2 Part 1 – Section I
Tender No. CMRL/PP&D/CON/PHASEII/B-OCC/ MISC-03/2024

Tender is called under Single Stage- Two Envelope System. The


bidder shall submit the following documents as part of technical and
financial bid separately. All the required forms and documents part of
bid submission shall be signed and stamped by the authorised
representative of the bidder. No part of the Financial Bid shall be
submitted along with the technical bid, otherwise bid shall be
liable to be rejected summarily.
Letter of Technical Bid
Bid Security and Bid Submission Fee
Power of Attorney, authorizing the signatory of
11. Documents
Comprising the the bid to commit the bidder along with the
Bid Technical Bid board resolution of firm

Documentary evidence towards the EQC criteria


in accordance with ITB 17 and bidding forms

Technical Proposal as per ITB 16 and bidding


forms
Letter of Price Bid
Excel Macros Price Document
Financial Bid
Price Schedule or any other document as per
the requirement of tender document

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

Instruction to Bidders (ITB) ITB 14 July 2024


Chennai Metro Rail Project Phase 2 Part 1 – Section I
Tender No. CMRL/PP&D/CON/PHASEII/B-OCC/ MISC-03/2024

completion of the Works in accordance with the Contract


and remedying of any defects therein. Items against which
no rate or price is entered by the Bidder shall be deemed
covered by the rates and/or prices for other items in the Bill
of Quantities and will not be paid for separately by the
Employer.
For the purpose of evaluation, any item against which no
rate or price is entered by the Bidder shall be assumed to be
not included in the Bid. However, provided that the Bid is
determined to be substantially responsive notwithstanding
this omission, the average price of the item quoted by the
substantially responsive Bidders will be added to the Bid
Price and the total cost of the Bid so determined will be used
for price comparison only.
(b) Lumpsum Price (lump-sum contracts)
The Bidder shall quote a lump sum Price considering the all
the Contractor’s obligations for the design (to the extent
specified in the Contract), execution and completion of the
Works in accordance with the Contract and remedying of
any defects therein. The Schedule of Payment will contain
the apportioned percentage payment for each activity or
stage payment of the Works.
14.3 Absence of the total bid price in the Letter of Bid or absence of
Letter of Price Bid in the bid submission may result in the
rejection of the Bid.

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.

14.5 Unless otherwise specified in the BDS and the Conditions of


Contract, the rates and prices quoted by the Bidder shall be
fixed. If the prices quoted by the Bidder are subject to
adjustment during the performance of the Contract in
accordance with the provisions of the Conditions of Contract,
the Bidder shall agree to the indices and/or weightings for the
price adjustment formulae in the Schedule of Adjustment Data.

14.6 Unless otherwise provided in the BDS, all duties, taxes


except GST, and other levies payable by the Contractor under
the Contract, or for any other cause, as of the date twenty-eight
(28) days prior to the deadline for submission of Bids, shall be
included in the unit rates / prices and the total Bid Price
submitted by the Bidder. The GST shall be reimbursed by the
Employer on submission of documentary evidence by the
Contractor against discharge of his liability.

Instruction to Bidders (ITB) ITB 15 July 2024


Chennai Metro Rail Project Phase 2 Part 1 – Section I
Tender No. CMRL/PP&D/CON/PHASEII/B-OCC/ MISC-03/2024

14.7 The exact amounts and currencies of the Provisional Sums


shall be as specified in the BDS.
The Bidder shall be aware of the provisions stated in the
Conditions of Contract pertaining to provisional Sum.

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.

15.2 The Bidders may be required by the Employer to justify, to the


Employer’s satisfaction, their local and foreign currency
requirements, and to substantiate that the amounts included in
the unit rates and prices and shown in the Schedule of
Adjustment Data (if required in accordance with ITB 14.5) are
reasonable.
15.3 The Contractor shall submit the self-declaration on foreign
currency/imported items requirement along with each interim
payment application.

16.1 The Bidder shall furnish a Technical Proposal including


preliminary design, method statement, details & deployment
16. Documents schedule of key equipment and key personnel, work schedule,
Comprising the OHSE plan, Quality plan, Specialized Subcontractor and any
Technical other information as stipulated in Section IV, Bidding Forms, ITB
Proposal in sufficient detail to demonstrate substantial responsiveness of
the Bidders’ proposal to meet the Works Requirements and the
completion time.

17.1 To establish its qualifications to perform the Contract in


accordance with Section III, Evaluation and Qualification
Criteria, the Bidder shall provide the information requested in
17. Documents
Establishing the the corresponding information sheets included in Section IV,
Qualifications of Bidding Forms.
the Bidder The aforementioned Evaluation and Qualification Criteria
contains, among other things, the requirements as to eligibility
specified in ITB 4.

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.

Instruction to Bidders (ITB) ITB 16 July 2024


Chennai Metro Rail Project Phase 2 Part 1 – Section I
Tender No. CMRL/PP&D/CON/PHASEII/B-OCC/ MISC-03/2024

18.2 In exceptional circumstances, prior to the expiration of the Bid


validity period, the Employer may request the Bidders to extend
the period of validity of their Bids. The request and the
responses shall be made in writing. The Bid Security shall also
be extended for twenty-eight (28) days beyond the deadline of
the extended validity period. A Bidder may refuse the request
without forfeiting its Bid Security. A Bidder granting the request
shall not be required or permitted to modify its Bid.

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.

Instruction to Bidders (ITB) ITB 17 July 2024


Chennai Metro Rail Project Phase 2 Part 1 – Section I
Tender No. CMRL/PP&D/CON/PHASEII/B-OCC/ MISC-03/2024

19.3 Any Bid not accompanied by a substantially responsive Bid


Security shall be rejected by the Employer as non-responsive.

19.4 The Bid securities of the unsuccessful bidders during the


technical stage shall be returned within 30 days of declaration
of results of technical evaluation. Bid Security of the
unsuccessful Bidders during financial stage shall be returned as
promptly as possible upon the successful Bidder furnishes the
Performance Security pursuant to ITB 41 and signing of the
Contract, and not later than 56 days from the issuance of Letter
of Acceptance.

19.5 The Bid Security of the successful Bidder shall be returned as


promptly as possible once the successful Bidder has furnished
the required Performance Security and signed the Contract
19.6 The Bid Security may be forfeited:
(a) if a Bidder withdraws its Bid during the period of Bid validity
specified by the Bidder on the Letter of Bid, or any extension
thereto provided by the Bidder; or
(b) if the successful Bidder fails to:
(i) sign the Contract in accordance with ITB 42; or
(ii) furnish a Performance Security in accordance with
ITB 43.
19.7 The Bid Security of a JV shall be in the name of the JV or in the
name of Lead partner of the JV that submits the Bid.

20.1 The entire tender document available on CPP Portal


https://eprocure.gov.in/eprocure/app with all Corrigendum and
Addendum issued from time to time shall be downloaded. Only
the required documents /forms that are necessary to be filled
20. Format and shall be duly filled, signed & stamp, scanned and uploaded on
Signing of Bid
the CPP Portal by the authorized signatory on behalf of the
Bidder with his digital signature (DSC). The Bidder who fails to
submit as mentioned aforesaid, his Bids shall be treated as
non-responsive and not considered for evaluation.

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

Instruction to Bidders (ITB) ITB 18 July 2024


Chennai Metro Rail Project Phase 2 Part 1 – Section I
Tender No. CMRL/PP&D/CON/PHASEII/B-OCC/ MISC-03/2024

Embassy/High Commission with “Apostille” stamp. Also, in case


the documents are in foreign language the translation of the same
shall be authenticated by Embassy/High Commission.

20.4 A bid submitted by a JV shall be signed by an authorized


representative of the JV in accordance with ITB4.1 (b)
accompanied by a Power of Attorney from each member of the
JV giving that authorized representative the power to sign on
their behalf and legally binding them all. Such power shall also
be given by a person duly authorized to do so on behalf of each
member, evidenced by a Power of Attorney.
20.5 Any interlineations, erasures, or overwriting shall be valid only
if they are signed or initialed by the person signing the Bid.

D. Submission and Opening of Bids

The Bidder shall note that :


(a) It is the directive of Govt. of India to process tendering online to
ensure transparency, and fairness in the process and security
of documents. Hence, the bidder has to submit the bids online
in Central Public Procurement Portal
https://eprocure.gov.in/eprocure/app. No other mode of
submission is allowed. For registration and requirement of bid
submission, the bidders are suggested to refer to the above
website for more information.
(b) The bidder has to agree to the online user portal agreement.
Then only, the system will permit the bidder to proceed further
in the system. Bidder has to fill all mandatory fields indicated by
21. Preparation and an asterisk (*).
submission of (c) It is the bidder’s responsibility to comply with the system
Bids requirement i.e., hardware, software and internet connectivity at
bidder’s premises to access above website. Under any
circumstances, Employer shall not be liable to the bidders for
any direct/indirect loss or damages incurred by them arising out
of incorrect use of the CPP Portal or internet connectivity
failures.
(d) The bidder shall upload scanned copies of the required
documents as per ITB11 above. After uploading successfully,
the system will generate tick marks against the “Technical” and
“Finance” folders icons. The bidder shall fill the rates in all the
required cells highlighted in blue color in Macros enabled Excel
pricing document. The bidder shall not rename the Excel pricing
document or modify the format while up-loading in the system.
The file name should be the same as the file given in the tender.

Instruction to Bidders (ITB) ITB 19 July 2024


Chennai Metro Rail Project Phase 2 Part 1 – Section I
Tender No. CMRL/PP&D/CON/PHASEII/B-OCC/ MISC-03/2024

(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.

24.2 No Bid shall be withdrawn, substituted or modified in the interval


between the deadline for submission of Bids and the expiration
of the period of Bid validity specified by the Bidder on the Letter
of Bid or any extension thereof.

25.1 Opening of Technical Bid


First, Technical bids will be opened in CPP Portal. The
Technical bids will be decrypted and opened by stipulated bid
opening committee of the Employer with their Digital Signature
25. Bid Opening Certificates (DSC) key. After evaluation of technical bids, all the
bidders who submitted the bid will get an information regarding
their acceptance or otherwise rejection of their Technical Bid &
opening of the Financial Bids and also a CPP Portal system
generated email confirmation will be sent to all bidders.

Instruction to Bidders (ITB) ITB 20 July 2024


Chennai Metro Rail Project Phase 2 Part 1 – Section I
Tender No. CMRL/PP&D/CON/PHASEII/B-OCC/ MISC-03/2024

25.2 Opening of Financial Bid


The Financial Bids of only the technically qualified bidders will
be opened in CPP Portal. The Financial bids will be decrypted
and opened by stipulated bid opening committee of Employer
with their Digital Signature Certificates (DSC) key.
On opening the financial bid, the e-procurement system will
automatically generate the Comparative Statement of total
prices quoted by the bidders and the same can be viewed by
bidders.
The Bidders can attend the bid opening online in CPP Portal by
logging in with the DSC.

E. Evaluation and Comparison of Bids


26.1 Information relating to the evaluation of Bids and
recommendation of Contract award shall not be disclosed to the
Bidders or any other persons not officially concerned with the
26. Confidentiality bidding process until information on Contract award is
communicated to all Bidders in accordance with ITB 41.
The use by any Bidder of confidential information related to this
bidding process may result in the rejection of its Bid.

26.2 Any attempt by a Bidder to influence the Employer in the


evaluation of the Bids or Contract award decisions may result in
the rejection of its Bid.

26.3 Notwithstanding ITB 26.2, from the time of Bid opening to the
time of Contract award, if any Bidder wishes to contact the
Employer on any matter related to the bidding process, it shall
do so in writing.

27.1 To assist in the examination, evaluation, and comparison of the


Bids, and qualification of the Bidders, the Employer may, at its
discretion, ask any Bidder for a clarification of its Bid, giving a
reasonable time for a response. Any clarification submitted by a
27. Clarification of Bidder that is not in response to a request by the Employer shall
Bids not be considered. The Employer’s request for clarification and
the response shall be in writing. No change, in the substance
or prices of the Bid including any voluntary increase or decrease
in the prices, shall be sought, offered, or permitted, except to
confirm the correction of arithmetical errors discovered by the
Employer in the evaluation of the Bids, in accordance with ITB
33.

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.

Instruction to Bidders (ITB) ITB 21 July 2024


Chennai Metro Rail Project Phase 2 Part 1 – Section I
Tender No. CMRL/PP&D/CON/PHASEII/B-OCC/ MISC-03/2024

28.1 During the evaluation of Bids, the following definitions apply:


(a) “Deviation” is a departure from the requirements specified
in the Bidding Document;
28. Deviations, (b) “Reservation” is the setting of limiting conditions or
Reservations,
withholding from complete acceptance of the requirements
and Omissions
specified in the Bidding Document; and
(c) “Omission” is the failure to submit part, or all of the
information or documentation required in the Bidding
Document.

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.

30.2 The determination shall be based upon an examination of the


documentary evidence of the Bidder’s qualifications submitted
by the Bidder, pursuant ITB 17. For the purposes of this
determination, only the qualification of the legal entity(ies)
comprising the Bidder shall be considered. In particular, the
qualifications of affiliated entities (such as the parent
company(ies), group companies, subsidiaries or other affiliates)
shall not be considered unless they are parties to the Bidder
under a JV in accordance with ITB 4.1.

30.3 The Employer reserves the right to waiver minor (nonmaterial)


deviations in the qualification criteria if they do not materially
affect the technical capability and financial resources of the
Bidder to perform the contract. The decision of the Employer is
final and binding.

Instruction to Bidders (ITB) ITB 22 July 2024


Chennai Metro Rail Project Phase 2 Part 1 – Section I
Tender No. CMRL/PP&D/CON/PHASEII/B-OCC/ MISC-03/2024

30.4 An affirmative determination shall be a prerequisite for award of


the Contract to the Bidder. A negative determination shall result
in disqualification of the Bid.

31. Determination of 31.1 The Employer’s determination of a Bid’s responsiveness is to


Responsiveness
be based on the contents of the Bid itself, as defined in ITB 11.1.
of Bids

31.2 For the purposes of this determination, a substantially


responsive Bid is one that meets the requirements of the
Bidding Document without material deviation, reservation, or
omission. A material deviation, reservation, or omission is one
that,
(a) if accepted, would
(i) affect in any substantial way the scope, quality, or
performance of the Works specified in the Contract; or
(ii) limit in any substantial way, inconsistent with the Bidding
Document, the Employer’s rights or the Bidder’s
obligations under the proposed Contract; or
(b) if rectified, would unfairly affect the competitive position of
the other Bidders presenting substantially responsive 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.

31.4 If a Bid is not substantially responsive to the requirements of the


Bidding Document, it shall be rejected by the Employer and shall
not subsequently be made responsive by correction of the
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.

32.2 Provided that a Bid is substantially responsive, the Employer


may request that the Bidder submit the necessary information
or documentation, within a reasonable period of time, to rectify
nonmaterial nonconformities in the Bid related to documentation
requirements. Requesting information or documentation on
such nonconformities shall not be related to any aspect of the
price of the Bid. Failure of the Bidder to comply with the request
may result in the rejection of its Bid at its absolute discretion.

Instruction to Bidders (ITB) ITB 23 July 2024


Chennai Metro Rail Project Phase 2 Part 1 – Section I
Tender No. CMRL/PP&D/CON/PHASEII/B-OCC/ MISC-03/2024

32.3 Provided that a Bid is substantially responsive, the Employer


shall rectify quantifiable nonmaterial nonconformities related to
the Bid Price. To this effect, the Bid Price shall be adjusted, for
comparison purposes only, to reflect the price of a missing or
non-conforming item or component. Adjustment to the rates and
prices of the Bill of Quantities shall be made in accordance with
ITB 14.2.

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:

(a) only in the case of an item rate contract, where there is a


discrepancy between the unit price and the total price that
is obtained by multiplying the unit price and quantity, the
34. Correction of unit price shall prevail and the total price shall be corrected,
Arithmetical unless in the opinion of the Employer there is an obvious
Errors
misplacement of the decimal point in the unit price, in which
case the total price as quoted shall govern and the unit price
shall be corrected.
(b) where there is an error in a total corresponding to the
addition or subtraction of subtotals, the subtotals shall
prevail and the total shall be corrected; and

Instruction to Bidders (ITB) ITB 24 July 2024


Chennai Metro Rail Project Phase 2 Part 1 – Section I
Tender No. CMRL/PP&D/CON/PHASEII/B-OCC/ MISC-03/2024

(c) In case of any error in arithmetic formula identified in Excel


Macros pricing document by the bidder, he shall indicate
the quoted price, after correcting arithmetic formula, in the
letter of price bid. However, the employer shall validate
Excel Macros pricing document Formula errors prior to
making determination on quoted price .

34.2 The Bidders shall be requested to accept correction of


arithmetical errors. Failure to accept the correction in
accordance with ITB 33.1, shall result in the rejection of the Bid.

35.1 If specified any foreign currency in ITB 15.1, For evaluation


and comparison purposes, the currency(ies) of the Bid shall be
converted into Indian Rupees (INR). The Employer will convert
the amounts in various currencies in which the Bid Price,
corrected pursuant to ITB 34, is denominated to the single
currency identified above at the selling rates established for
similar transactions by the Financial Benchmarks India Pvt Ltd
35. Conversion to
Single Currency (FBIL) as delegated by the Reserve Bank of India vide their
order no. RBI/2018-19/34 DBR.Ret.BC.No.01/12.01.001/2018-
19 dated August 02,2018.
35.2 The date for the exchange(reference) rate shall be: 28 days
prior to the stipulated date of submission of the Bid as amended
from time to time. For the purpose of determining the exchange
rate, the date/day of bid submission is excluded in the
calculation.
36.1 Unless otherwise stated in the BDS, the Employer does not
intend to execute any specific elements of the Works by
subcontractors selected in advance by the Employer
(nominated subcontractors). The Bidders planning to
subcontract any of the key activities indicated in Section III,
36. Subcontractor Evaluation and Qualification Criteria, shall clearly identify the
proposed specialized subcontractor(s) in Forms ELI-2 and
EXP-2(b) in Section IV, Bidding Forms. Such proposed
specialized subcontractors(s) shall meet the corresponding
qualification requirements specified in Section III, Evaluation
and Qualification
37.1 To evaluate a Price Bid, the Employer shall consider the
following:
(a) the Total Bid Price, excluding the Provisional Sums, GST
37. Evaluation of
Price Bids (b) price adjustment for correction of arithmetic errors in
accordance with ITB 34.1;
(c) price adjustment due to discounts offered in accordance with
ITB 14.4;

Instruction to Bidders (ITB) ITB 25 July 2024


Chennai Metro Rail Project Phase 2 Part 1 – Section I
Tender No. CMRL/PP&D/CON/PHASEII/B-OCC/ MISC-03/2024

(d) the additional evaluation factors specified if any in Section


III, Evaluation and Qualification Criteria;
(e) price adjustment due to quantifiable nonmaterial
nonconformities in accordance with ITB 32.3; and
(f) converting the amount resulting from applying (a) to (e)
above, if relevant, to a single currency in accordance with
ITB 35.

37.2 If price adjustment is allowed in accordance with ITB 14.5, the


estimated effect of the price adjustment provisions of the
Conditions of Contract, applied over the period of execution of
the Contract, shall not be taken into account in Bid evaluation.

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.

38.3 In the event of identification of a potentially abnormally low Bid,


the Employer shall seek written clarifications from the Bidder,
including detailed price analyses of its Bid Price in relation to the
subject matter of the contract, scope, proposed methodology,
schedule, allocation of risks and responsibilities and any other
requirements of the Bidding Document.
For the purposes of this ITB 38.3, an abnormally low Bid is one
where the Bid price, in combination with other elements of the
Bid, appears so low that it raises material concerns as to the
capability of the Bidder to perform the Contract for the offered
Bid Price.
After evaluation of the price analyses, taking into consideration
the schedule of estimated Contract payments After examining

Instruction to Bidders (ITB) ITB 26 July 2024


Chennai Metro Rail Project Phase 2 Part 1 – Section I
Tender No. CMRL/PP&D/CON/PHASEII/B-OCC/ MISC-03/2024

the explanation given and the detailed price analyses presented


by the bidder, the Employer may:
(a) accept the bid, if the evidence provided satisfactorily
accounts for the low bid price and costs, in which case the
bid is not considered abnormally low;
(b) accept the bid, but 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. The amount of the performance security shall
generally be not more than 20% of the contract price; or
(c) reject the bid if the evidence provided does not satisfactorily
account for the low bid price, and make a similar
determination for the next ranked bid, if required.

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”).

41.2 Until a formal contract Agreement is executed, the Letter of


Acceptance shall constitute a legally binding Contract between
the Employer and Contractor.

41.3 Within Seven (07) days of issue of Letter of Acceptance (LOA)


in accordance with ITB41.1, the successful bidder shall return
the copy of the LOA with unconditional acceptance

Instruction to Bidders (ITB) ITB 27 July 2024


Chennai Metro Rail Project Phase 2 Part 1 – Section I
Tender No. CMRL/PP&D/CON/PHASEII/B-OCC/ MISC-03/2024

41.4 Upon receiving the unconditional acceptance by the contractor,


the Employer shall notify the result of bid evaluation in CPP
Portal

42.1 After submission of performance security, within 28 days of the


42. Signing of issue of LOA, the successful bidder shall sign the contract
Contract agreement. In case of JV /Consortium, all the members shall
sign the contract Agreement.

43.1 Within 21 days of the receipt of the Letter of Acceptance from


the Employer, the successful Bidder shall furnish the
43. Performance Performance Security in accordance with the Conditions of
Security Contract, subject to ITB 38.2, using for that purpose the
Performance Security Form included in Section XI, Contract
Forms, or another form acceptable to the Employer.

43.2 Failure of the successful Bidder to submit the above-mentioned


Performance Security or sign the Contract shall constitute
sufficient grounds for the annulment of the award and forfeiture
of the Bid Security. In that event the Employer will cancel the
tender and issue retender notice.

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.

Instruction to Bidders (ITB) ITB 28 July 2024


CHENNAI METRO RAIL LIMITED
CHENNAI METRO RAIL PROJECT PHASE 2
TENDER No. CMRL/PP&D/CON/PHASE-II/B-OCC/MISC-03/2024
TENDER DOCUMENTS

PART 1 Bidding Procedures

Section - I Instructions to Bidders (ITB)


Section - II Bid Data Sheet (BDS)
Section - III Evaluation and Qualification Criteria (EQC)
Section – IV A Bidding Forms
Section - IV-B Pricing Document
Section - V Eligible Source Countries

PART 2 Works Requirements


Section – VI Employer’s Requirements
Sub-Section – A – General
Sub-Section – B – Functional
Sub-Section – C – Design
Sub-Section – D – Construction
Sub-Section – E – Appendices
Section - VI A – OHS&E Requirements
Volume 1. Control
Volume 2. Safety Manual
Volume 3. Environment
Section – VII A. Outline Design Specification
Sub-Section -1- Building Structural Works
Sub-Section -2- Architectural Works
Sub-Section -3- MEP Works
Sub-Section -4- VAC Works
Section – VII B. Outline Construction Specifications
Sub - Section 1. Building Structural Works
Sub - Section 2. Architectural Works
Sub - Section 3. Electrical Works
Sub - Section 4. Fire Protection System
Sub - Section 5. VAC Works
Section - VIII. Employer’s Drawings

PART 3 Conditions of Contract and Contract Forms


Section - IX. General Conditions (GC)
Section - X. Particular Conditions (PC)
Section - XI. Contract Forms (CF)
CHENNAI METRO RAIL LIMITED
CHENNAI METRO RAIL PROJECT PHASE 2
Tender No. CMRL/PP&D/CON/PHASE-II/B-OCC/MISC-03/2024

“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”

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

SECTION II - Bid Data Sheet


This Section contains information supplement to Section I Instructions to Bidders (ITB)

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”.

ITB 4.1 The bidder shall be : Single entity


B. Contents of Bidding Document
Replace ITB 7.1 with the following
The Bidder requiring any clarification on the Bidding Document shall
contact the Employer in writing at the Employer’s address
Employer’s address is:
ITB 7.1 Office of Chennai Metro Rail Limited,
Address: METROS, Anna Salai, Nandanam, Chennai-600 035,
Tamil Nadu, India.
Phone: 044 2437 8000
E-Mail Address: [email protected]

A Pre-bid meeting will take place at Board Room, METROS, Nandanam,


ITB 7.4 Chennai, physically and online through Microsoft teams meeting as per
date and time specified in NIT.
C. Preparation of Bids
ITB 14.5 Price adjustment Not applicable

Provisional Sum amount shall be INR 1,00,00,000/ (One Crore only)


ITB 14.7 towards shifting of utilities, back up arrangement of services in the existing
building, payment to Dispute Board etc.

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)

Bid Data Sheet (BDS) BDS 1 July 2024


Chennai Metro Rail Project Phase 2 Part 1-Section II
Tender No. CMRL/PP&D/CON/PHASEII/B-OCC/ MISC-03
E. Evaluation and Comparison of Bids
Add the subclause 37.1 with the following
Where there is a discrepancy between the words and figures in BOQ Excel
ITB 37.1 sheet, the amount in figure shall prevail. The bidder shall indicate the total
quoted price and discounts in the letter of price bid. The amount mentioned
in the letter of price bids shall prevail over BoQ excel sheet.

Bid Data Sheet (BDS) BDS 2 July 2024


CHENNAI METRO RAIL LIMITED
CHENNAI METRO RAIL PROJECT PHASE 2
TENDER No. CMRL/PP&D/CON/PHASE-II/B-OCC/MISC-03/2024
TENDER DOCUMENTS

PART 1 Bidding Procedures

Section - I Instructions to Bidders (ITB)


Section - II Bid Data Sheet (BDS)
Section - III Evaluation and Qualification Criteria (EQC)
Section – IV A Bidding Forms
Section - IV-B Pricing Document
Section - V Eligible Source Countries

PART 2 Works Requirements


Section – VI Employer’s Requirements
Sub-Section – A – General
Sub-Section – B – Functional
Sub-Section – C – Design
Sub-Section – D – Construction
Sub-Section – E – Appendices
Section - VI A – OHS&E Requirements
Volume 1. Control
Volume 2. Safety Manual
Volume 3. Environment
Section – VII A. Outline Design Specification
Sub-Section -1- Building Structural Works
Sub-Section -2- Architectural Works
Sub-Section -3- MEP Works
Sub-Section -4- VAC Works
Section – VII B. Outline Construction Specifications
Sub - Section 1. Building Structural Works
Sub - Section 2. Architectural Works
Sub - Section 3. Electrical Works
Sub - Section 4. Fire Protection System
Sub - Section 5. VAC Works
Section - VIII. Employer’s Drawings

PART 3 Conditions of Contract and Contract Forms


Section - IX. General Conditions (GC)
Section - X. Particular Conditions (PC)
Section - XI. Contract Forms (CF)
CHENNAI METRO RAIL LIMITED
CHENNAI METRO RAIL PROJECT PHASE 2
Tender No. CMRL/PP&D/CON/PHASE-II/B-OCC/MISC-03/2024

“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”

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

Evaluation and Qualification Criteria

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

1.3 Alternative Completion Times


Alternative time for Completion is not allowed

1.4 Alternative Technical solution


Alternative Technical solution will not be permitted

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.

Evaluation and Qualification Criteria EQC-1 July 2024


Chennai Metro Rail Project Phase 2
Tender No. CMRL/PP&D/CON/PHAEII/B-OCC/MISC-03/2024 Part 1 - Section III

Exchange rates shall be determined from the Financial Benchmarks India


Pvt Ltd (FBIL) as delegated by the Reserve Bank of India vide their order
no. RBI/2018-19/34 DBR.Ret.BC.No.01/12.01.001/2018-19 dated August
02,2018 or any other extant order issued on this matter. Any error in
determining the exchange rates may be corrected by the Employer.
General Qualification

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

Bidders Qualification Compliance

a) It is the legal entity or entities comprising the Bidder must satisfy


the qualification criteria, and not the Bidder’s parent company(ies),
group companies, subsidiaries, or other affiliates.
b) Bidders from India's land border countries can participate in the
tender only if registered with the Competent Authority, adhering to
DoE Office Memo F.No. 6/18/2019-PPD dated 23rd July 2020 and
GFR Rule No. 144 (xi), as per Section-V Part-1.

Evaluation and Qualification Criteria EQC-2 July 2024


Chennai Metro Rail Project Phase 2
Tender No. CMRL/PP&D/CON/PHAEII/B-OCC/MISC-03/2024 Part 1 - Section
III

2.1 Eligibility

Eligibility and Qualification Criteria Compliance Requirements Documentation

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

Evaluation and Qualification Criteria EQC-1 July 2024


Chennai Metro Rail Project Phase 2
Tender No. CMRL/PP&D/CON/PHAEII/B-OCC/MISC-03/2024 Part 1 - Section III

2.2 Historical Contract Non-Performance and Litigation

Eligibility and Qualification Criteria Compliance Requirements Documentation

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 Financial Situation and Capabilities

Evaluation and Qualification Criteria EQC-2 July 2024


Chennai Metro Rail Project Phase 2
Tender No. CMRL/PP&D/CON/PHAEII/B-OCC/MISC-03/2024 Part 1 - Section III

Eligibility and Qualification Criteria Compliance Requirements Documentation


Submission
No. Factor Requirement Single Firm
Requirements
2.3.1 Financial The audited balance sheets or, if not required by Must meet requirement Form FIN –1
Performance the laws of the Bidder’s country, other financial and audited
statements acceptable to the Employer, for the last balance sheets
Five (5) years shall be submitted and must
demonstrate the current soundness of the Bidder’s
financial position and indicate its prospective long-
term profitability.
As the minimum requirement, the Bidder’s net worth
calculated as the difference between total assets and
total liabilities should be positive in any three years in
last five financial years ending on 31-03-2024.
2.3.2 Average Minimum average annual turnover of INR 7 Crores Must meet requirement Form FIN –2
Annual calculated as total certified payments received for and audited
Turnover contracts in progress and / or completed in last Three balance sheets
years.
2.3.3 Financial The Bidder shall demonstrate that it has access to, Must meet requirement Auditor certified
Capabilities or has available, liquid assets, unencumbered real Form FIN –3&
assets, lines of credit, and other financial means FIN –4, audited
(independent of any contractual advance payment) balance sheets,
sufficient to meet the construction cash flow bank line of
credit/solvency
requirements estimated as INR 6.50 Crores for the
letter
subject contract net of the Bidders other
commitments as on Bid submission date excluding
the works going to be completed within 56 days from
the Bid submission date.
Notes:

Evaluation and Qualification Criteria EQC-3 July 2024


Chennai Metro Rail Project Phase 2
Tender No. CMRL/PP&D/CON/PHAEII/B-OCC/MISC-03/2024 Part 1 - Section III

Eligibility and Qualification Criteria Compliance Requirements Documentation


Submission
No. Factor Requirement Single Firm
Requirements

Financial capabilities will be calculated by the


formulae given below:
Financial resources i.e Working capital and/or bank
line of credit or bank solvency letter) indicated in
(FIN3) - total of Average monthly cashflow
requirement for all the current commitments
excluding the works going to be completed within 56
days from the Bid submission date indicated in
(FIN4).

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.

Evaluation and Qualification Criteria EQC-4 July 2024


Chennai Metro Rail Project Phase 2
Tender No. CMRL/PP&D/CON/PHAEII/B-OCC/MISC-03/2024 Part 1 - Section III

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.

A minimum number of,

(a) One work of value INR 18 Crores or above


Or
(b) Two works each of value INR 12 Crores or above
Or
(c) Three works each of value INR 09 Crores or above

Evaluation and Qualification Criteria EQC-5 July 2024


Chennai Metro Rail Project Phase 2
Tender No. CMRL/PP&D/CON/PHAEII/B-OCC/MISC-03/2024 Part 1 - Section III

Eligibility and Qualification Criteria Compliance Documentation


Requirements
Submission
No. Factor Requirement Single Firm
Requirements
2.4.2 Key activities For the works stated in 2.4.2 (a) above or other contracts Must meet Form EXP –2(b) with
(b) completed and under implementation as prime contractor requirement attachment & ELI-3
(single entity) between 1st January 2017 and the bid with work experience
certificates
submission deadline, a minimum experience in the following
key activities must be satisfactorily/substantially completed
(i) Construction of building (Minimum of G + 2) / Metro
structures / Railway infrastructure (MRTS Stations /
Depot / Maintenance sheds) / Industrial building project
consisting of Civil, Structural, Architectural finishes
including plumbing works.
(ii) In case of no experience in E&M and VAC in the above
Works, should propose specialized sub-
contractorsvii&viii separately including their name and
credentials in form ELI -3 along with the Bid
submission.

Note to the Bidders :


i) Summation of number of small value contracts (less than the value specified under requirement) to meet the overall requirement
shall not be considered under EQC 2.4.2 (a)
ii) Completion shall be evidenced by submission of copy of end-user certificates such as Taking-over Certificates and Completion
Certificates as required to be submitted as attachment to Form EXP-2(a) and/or Form EXP-2(b) of Section IV, Bidding Forms.
iii) The term ‘substantially completed’ for the purpose of this clause means that the works that have been progressed above 80%
of the value of the work excluding GST. Such progress shall be evidenced by the Experience certificate issued by the Employer
or the Interim payment certificates.
iv) For contracts under which the Bidder participated as a JV member, only the Bidder’s share, by value, shall be considered to meet
2.4.2 (a) requirement.

Evaluation and Qualification Criteria EQC-6 July 2024


Chennai Metro Rail Project Phase 2
Tender No. CMRL/PP&D/CON/PHAEII/B-OCC/MISC-03/2024 Part 1 - Section III

Eligibility and Qualification Criteria Compliance Documentation


Requirements
Submission
No. Factor Requirement Single Firm
Requirements
v) In case of a JV, the value of contracts completed by its members shall not be aggregated to determine whether the requirement
of the minimum value of a single work has been met. Instead, each contract performed by each member shall satisfy the minimum
value of a two/three works as required for single entity. In determining whether the JV meets the requirement of total number of
contracts, only the number of contracts completed by all members, each of value equal or more than the minimum value required,
shall be aggregated.
vi) To substantiate the subcontractor’s experience, the Certificates from main contractor shall be appended with consent letters of the
client approving engagement of the sub-contractor.
vii) For E&M works, the following requirements shall be met by the Bidder or through specialized sub-contractor
Minimum value of work doneiii in the last seven years upto the last date of the bid submission should be: at least
One work of INR 6.8 Crores
Or
Two works of INR 3.4 Crores
Or
Three works of INR 2.2 Crores

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

Evaluation and Qualification Criteria EQC-7 July 2024


CHENNAI METRO RAIL LIMITED
CHENNAI METRO RAIL PROJECT PHASE 2
TENDER No. CMRL/PP&D/CON/PHASE-II/B-OCC/MISC-03/2024
TENDER DOCUMENTS

PART 1 Bidding Procedures

Section - I Instructions to Bidders (ITB)


Section - II Bid Data Sheet (BDS)
Section - III Evaluation and Qualification Criteria (EQC)
Section – IV A Bidding Forms
Section - IV-B Pricing Document
Section - V Eligible Source Countries

PART 2 Works Requirements


Section – VI Employer’s Requirements
Sub-Section – A – General
Sub-Section – B – Functional
Sub-Section – C – Design
Sub-Section – D – Construction
Sub-Section – E – Appendices
Section - VI A – OHS&E Requirements
Volume 1. Control
Volume 2. Safety Manual
Volume 3. Environment
Section – VII A. Outline Design Specification
Sub-Section -1- Building Structural Works
Sub-Section -2- Architectural Works
Sub-Section -3- MEP Works
Sub-Section -4- VAC Works
Section – VII B. Outline Construction Specifications
Sub - Section 1. Building Structural Works
Sub - Section 2. Architectural Works
Sub - Section 3. Electrical Works
Sub - Section 4. Fire Protection System
Sub - Section 5. VAC Works
Section - VIII. Employer’s Drawings

PART 3 Conditions of Contract and Contract Forms


Section - IX. General Conditions (GC)
Section - X. Particular Conditions (PC)
Section - XI. Contract Forms (CF)
CHENNAI METRO RAIL LIMITED
CHENNAI METRO RAIL PROJECT PHASE 2
Tender No. CMRL/PP&D/CON/PHASE-II/B-OCC/MISC-03/2024

“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”

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

1. Letter of Technical Bid


2. Letter of Price Bid
3. Technical Proposal
a) Staffing schedule and site organization
b) Method statement
c) Mobilization schedule
d) Construction schedule
e) Preliminary Design
f) Outline safety, Health and Environmental plan
g) Quality Plan
4. Schedule of Specialized Subcontractors.
5. Form PER 1: Proposed Personnel
6. Form PER 2: Resume of Proposed Personnel
7. Form EQU: Equipment
8. Bidder’s qualification
a) Form ELI-1; Bidder Information Form
b) Form ELI-2: JV member Information Form
c) Form ELI3: Specialized Subcontractor Information Form
d) Form CON 1: Pending litigation
e) Form CON 2: History of Non-Performing Contracts.
f) Form FIN-1: Financial Situation
g) Form FIN-2: Average Annual Turnover
h) Form FIN-3: Financial Resources
i) Form FIN-4: Current Contract commitment
j) Form FIR: Bid Capacity
k) Form EXP-1: General Experience
l) Form EXP-2 (a): Specific Experience
m) Exp-2(b): Experience in key activities
n) Undertaking for minimum local content
o) Undertaking regarding restriction on procurement from a bidder a country
which shares a land border with India
p) Undertaking regarding restriction on procurement from a bidder a country
which shares a land border with India and subcontracting
q) Form BSD: Bid Security Declaration (MSE firms)
r) Sample format for Banking solvency letter
9. Form for seeking clarification on Bidding document
10. Form of Bid security
11. Undertaking against Malpractice
12. Undertaking on child labor and bonded labor
13. Certificate Confirming No Deviation from Bid Conditions.

Bidding Forms (BF) BF-2 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

[Prepare this Letter of Technical Bid on stationery with its letterhead clearly showing
the Bidder’s complete name and business address.]

1. Letter of Technical Bid

Date : [Insert date of Bid submission]


NIT No. : [Insert Invitation for Bid
number]

To:

The Director (Projects),


Chennai Metro Rail Limited,
METROS, Anna Salai,
Nandanam, Chennai-600 035,
Tamil Nadu,India.

We, the undersigned, declare that:

(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.

(c) We have no conflict of interest in accordance with ITB 4;

(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.

Bidding Forms (BF) BF-3 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
(j) We understand that any misrepresentation that knowingly or recklessly misleads, or
attempts to mislead may lead to the automatic rejection of the Bid or cancellation of
the contract, if awarded; and may result in remedial actions

Name of the Bidder1 [Insert name of the Bidder]


Name of the person duly authorized to sign the Bid on behalf of the Bidder2 [Insert
complete name of person duly authorized to sign the Bid]
Title of the person signing the Bid [Insert complete title of the person signing the Bid]
Signature of the person named above [Insert signature of person whose name and
capacity are shown above]
Date signed [Insert date of signing] day of [Insert month], [Insert year]

Notes for the Bidders


1. In the case of the Bid submitted by a Joint Venture, specify the name of the Joint
Venture as Bidder. We represent all the members of JV.
2. Person signing the Bid shall have the Power of Attorney given by the Bidder to be
included in the Bid.

Bidding Forms (BF) BF-4 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

[Prepare tis Letter of Price Bid on stationery with its letterhead clearly showing the
Bidder’s complete name and business address.]

2. Letter of Price Bid (Submit as part of Price Bid)

Date : [Insert date of Bid submission]


NIT No. : [Insert Invitation for Bid
number]

To:

The Director (Projects),


Chennai Metro Rail Limited,
METROS, Anna Salai,
Nandanam, Chennai-600 035,
Tamil Nadu, India.

We, the undersigned, declare that:

(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.

(c) If our Bid is accepted, we commit to obtain a Performance Security in accordance


with the Bidding Documents.

(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.

Name of the Bidder1 [Insert name of the Bidder]


Name of the person duly authorized to sign the Bid on behalf of the Bidder2 [Insert
complete name of person duly authorized to sign the Bid]
Title of the person signing the Bid [Insert complete title of the person signing the Bid]
Bidding Forms (BF) BF-5 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
Signature of the person named above [Insert signature of person whose name and
capacity are shown above]
Date signed [Insert date of signing] day of [Insert month], [Insert year]

Notes for the Bidders


1. In the case of the Bid submitted by a Joint Venture, specify the name of the Joint
Venture as Bidder. We represent the all the members of JV.
2. Person signing the Bid shall have the Power of Attorney given by the Bidder to be
included in the Bid.

Bidding Forms (BF) BF-6 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

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.

a) Staffing Schedule and Site Organization

b) Method Statement

c) Mobilization Schedule

d) Construction Schedule

e) Preliminary Design

f) Outline Safety, Health and Environment Plan

g) Quality Plan

h) Any Other as per Section-VI Employer’s Requirement

Bidding Forms (BF) BF-7 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

4. Schedule of Specialized Subcontractors / Design Consultant

[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

Bidding Forms (BF) BF-8 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

5. Form PER-1: Proposed Personnel.

Date: [insert date of Bid Submission]


Bidder’s Legal Name: [insert full name]
JV Member Legal Name: [insert full name]
IFB NO:
Page [insert page number] of [insert page number]

[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

Bidding Forms (BF) BF-9 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

6. Form PER-2: Resume of Proposed Personnel.

Date: [insert date of Bid Submission]


Bidder’s Legal Name: [insert full name]
JV Member Legal Name: [insert full name]
IFB NO:
Page [insert page number] of [insert page number]

[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

Name Date of Birth


Personnel
Information
Professional Qualifications:

Name of the Employer:

Address of Employer:

Present Contact (manager /


Telephone:
Employment: personnel officer):

Fax: E-mail:

Years with present


Job Title:
employer:

[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:

Bidding Forms (BF) BF-10 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

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

Bidding Forms (BF) BF-11 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

7. Form EQU : EQUIPMENT

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.

The Equipment could be Owned, Rented , Leased or Sub-Contractor’s Equipment and


should attach details of ownership / rental or lease agreements specific to the project.)

Bidding Forms (BF) BF-12 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

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:

➢ Form ELI -1 : Bidder Information Form


➢ Form ELI -2 : JV Member Information Form (Not Applicable)
➢ Form ELI-3 : Subcontractor Information Form
➢ Form ELI-3A : Design Consultant Information Form
➢ Form CON : Pending Litigation
➢ Form FIN -1 : Financial Situation
➢ Form FIN -2 : Average Annual Turnover
➢ Form FIN -3 : Financial Resources
➢ Form FIN -4 : Current Contract Commitments
➢ Form EXP -1 : General Experience
➢ Form Exp - 2(a): Specific Experience
➢ Form Exp - 2(b): Experience in Key Activities
➢ Form FIR : Bid Capacity
➢ Undertaking for minimum local content
➢ Undertaking regarding restriction on procurement from a bidder a country which
shares a land border with India
➢ Undertaking regarding restriction on procurement from a bidder a country which
shares a land border with India and subcontracting
➢ Form BSD: Bid Security Declaration (MSE firms)
➢ Sample format for Banking solvency certificate

Bidding Forms (BF) BF-13 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

Form ELI - 1: Bidder Information Form

Date: [insert day, month, year]


NIT No.: [insert number]
Page [insert page number] of [insert total number] pages

[Bidders shall provide the following information. The documents listed/ stated below shall
be submitted as attachments hereto.]

Bidder's legal name:


[insert full name]
In case of a JV, legal name of the representative member and of each member:
[insert full name of each member in the JV and specify the representative member.]
Bidder's actual country of registration:
[insert country of registration]
Bidder's actual year of incorporation:
[insert year of incorporation]
Bidder's legal address in country of registration:
[insert mailing address]
Bidder'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.

Bidding Forms (BF) BF-14 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
Form ELI-2: JV Member Information Form

Date: [insert day, month, year]


NIT No.: [insert number]
Page [insert page number] of [insert total number] pages

[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.]

Bidder’s legal name:


[insert full name]
JV Member’s legal name:
[insert full name of Bidder’s Party]
Percentage participation in the JV for each JV members:

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.

Bidding Forms (BF) BF-15 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

Form ELI-3: Specialized Subcontractor Information Form

Date: [insert day, month, year]


NIT No.: [insert number]
Page [insert page number] of [insert total number] pages

[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.]

Bidder’s legal name:


[insert full name]
Subcontractor’s legal name:
[insert full name of Subcontractor]
Subcontractor’s country of registration:
[insert country of registration]
Subcontractor’s year of incorporation:
[insert year of incorporation]
Subcontratcor’s legal address in country of registration:
[insert mailing address]

Subcontratcor’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]
Notes :
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.

Bidding Forms (BF) BF-16 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

Form ELI-3 A: Design Consultant Information Form

Date: [insert day, month, year]


NIT No.: [insert number]
Page [insert page number] of [insert total number] pages

[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]

Bidder’s legal name:


[insert full name]
Design Consultant’s legal name:
[insert full name of Subcontractor]
Design Consultant’s country of registration:
[insert country of registration]
Design Consultant’s year of incorporation:
[insert year of incorporation]
Design Consultant’s legal address in country of registration:
[insert mailing address]
Design Consultant’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]
Notes :
1. The design and detailed Engineering (For Structural/Architectural/MEP/VAC
Designs) can be done in house, or it can also be done through Design Consultants.

Bidding Forms (BF) BF-17 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

Form CON 1: Pending Litigation

[The following table shall be filled in for the Bidder, and for each JV member if the Bidder is a
JV.]

Date: [insert day, month, year]


Bidder’s Legal Name: [insert full name]
JV Member’s Legal Name: [insert full name]
NIT No.: [insert number]
Page [insert page number] of [insert total number] pages

1. Pending Litigation

Pending Litigation on Construction Works

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]

Bidding Forms (BF) BF-18 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

Form CON 2. History of Non-Performing Contracts:

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.]

contract non-performance did not occur.

contract non-performance occurred as indicated below:

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]

Address of Employer: [insert mailing


address]

Telephone/Fax numbers: [insert


telephone/fax numbers, including
country and city codes]

Email address: [insert email address]

Reason(s) for non-performance:


[indicate main reason(s)]

Bidding Forms (BF) BF-19 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

Form FIN -1: Financial Situation

[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.]

Date: [insert day, month, year]


Bidder’s Legal Name: [insert full name]
JV Member’s Legal Name: [insert full name]
NIT No.: [insert number]
Page [insert page number] of [insert total number] page

1. Financial data

Type of Financial information Historic information for previous Five (05) years
in (amount in currency, currency, exchange rate, INR
(currency) equivalent)

2023-24 2022-23 2021-22 2020-21 2019-2020

Information from Balance Sheet


Total Assets (TA)
Total Liabilities (TL)
Net Worth (NW)
Current Assets (CA)
Current Liabilities (CL)
Working Capital (WC)

Information from Income Statement


Total Revenue (TR)
Profits Before Taxes (PBT)
Profits After Taxes (PAT)
Information from Cash Flow Statement
Cash Flow from
Operating Activities
2. Financial documents

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.

Bidding Forms (BF) BF-20 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
(b) be independently audited or certified in accordance with local legislation.
(c) be complete, including all notes to the financial statements.
(d) correspond to accounting periods already completed and audited.

Attached herewith are copies of financial statements for the number of years required above
and complying with the requirements.

Notes for the bidder:


1. If the most recent set of financial statements is for a period earlier than 12 months
from the date of bid, the reason for this should be justified.

Bidding Forms (BF) BF-21 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

Form FIN -2: Average Annual Turnover

[The following table shall be filled in for the Bidder, and for each JV member if the Bidder
is a JV.]

Date: [insert day, month, year]


Bidder’s Legal Name: [insert full name]
JV Member’s Legal Name: [insert full name]
NIT No.: [insert number]
Page [insert page number] of [insert total number] pages

Annual Turnover Data

Year Amount and Currency Exchange Rate INR equivalent


2023-24
2022-23
2021-22
Average Annual Turnover 1

Notes for the Bidders


1. Total INR equivalent for all years divided by the total number of years, in accordance
with the Section III, Evaluation and Qualification Criteria, Sub-Factor 2.3.2, as
appropriate.

Bidding Forms (BF) BF-22 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

Form FIN -3: Financial Resources

[The following table shall be filled in for the Bidder, and for each JV member if the Bidder
is a JV.]

Date: [insert day, month, year]


Bidder’s Legal Name: [insert full name]
JV Member’s Legal Name: [insert full name]
NIT No.: [insert number]
Page [insert page number] of [insert total number] pages

[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

Notes for the Bidders


1. Sources of financing may include working capital (to be taken from FIN-1), Credit Line
(to be substantiated by a letter from the bank issuing the line of credit), etc.

Bidding Forms (BF) BF-23 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

Form FIN - 4: Current Contract Commitments

(as on 28 days before the Bid submission deadline)

[The following table shall be filled in for the Bidder, and for each JV member if the
Bidder is a JV.]

Date: [insert day, month, year]


Bidder’s Legal Name: [insert full name]
JV Member’s Legal Name: [insert full name]
NIT No. [insert number]
Page [insert page number] of [insert total number] page

[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]

Current Contract Commitments


No. Name of Employer’s Value of Commencement Estimated Average
Contract Mailing Outstanding Date Completion Monthly
Address, Tel, Work Date Invoicing Over
Fax. [Current INR Last Six Months
Equivalent] [INR/month]

Total
monthly
cashflow
requirement

Bidding Forms (BF) BF-24 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

Form FIR: BID CAPACITY


(Bid Capacity Calculation of Single Entity or Members of Joint Venture)

S. Each Maximum of Value of Number of Bid Available Remarks


No Member the value of existing years Capacity bid
Name works commitments/w assigned for (Rupees capacity
executed in ork in the in Crores)
any one year hand as on completion
during the 28 days of the
last five before the proposed
financial proposed work
years Bid
(assuming submission
an inflation of date, (to be
5% per completed
year for Indian during the
Currency. The assigned
foreign time of the
currency shall completion
be converted of the
to Indian proposed
Currency as work put to
per EQC the Tender).
clause 2 (II).)

(2*A*N) -
A B N
B

Bidding Forms (BF) BF-25 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

Form EXP -1: General Experience

[The following table shall be filled in for the Bidder, and for each JV member if the Bidder
is a JV]

Date: [insert day, month, year]


Bidder’s Legal Name: [insert full name]
JV Member’s Legal Name: [insert full name]
NIT No.: [insert number]
Page [insert page number] of [insert total number] pages

[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.]

General Construction Experience

Starting Ending Contract Identification Role of


Year Year Bidder

[indicate [indicate • Contract name: [insert full name] [insert "Prime


year] year] • Brief description of the contract performed by Contractor (single
the Bidder: [describe contract performed briefly] entity or JV
member)” or
• Amount of contract: [insert amount in currency, "Subcontractor”]
mention currency used, exchange rate and INR
equivalent]
• Name of Employer: [indicate full name]
• Address: [indicate mailing address]

Bidding Forms (BF) BF-26 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
Form EXP -2(a): Specific Experience

[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.]

Date: [insert day, month, year]


Bidder’s Legal Name: [insert full name]
JV Member’s Legal Name: [insert full name]
NIT No.: [insert number]
Page [insert page number] of [insert total number] pages

[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).]

Contract of Similar Size and Nature


Similar Contract No. Information
[insert number] of [insert number of
similar contracts required]
Contract Identification [insert contract name and reference identification
number, if applicable]
Award Date [insert day, month, year]
Completion Date [insert day, month, year]

Role in Contract Prime Contractor


[check the appropriate box]
Single entity JV member
 
Total Contract Amount [insert total contract amount INR [insert exchange
and currency(ies)] rate and total contract
amount in INR
equivalent]
If member in a JV, specify [insert [insert total INR [insert exchange rate
participation in total Contract percentage contract and total contract amount
amount participation] amount and in INR equivalent]
currency(ies)]

[describe participation in JV and work performed]

Employer's Name: [insert full name]

Address: [Insert mailing address]

Telephone/fax number [insert telephone/fax numbers, including country and


city area codes]

E-mail: [insert E-mail address, if available]


Description of the similarity in
accordance with Sub-Factor
2.4.2(a) of Section IV:

Bidding Forms (BF) BF-27 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
Contract of Similar Size and Nature
Similar Contract No. Information
[insert number] of [insert number of
similar contracts required]
1. Physical Size of Required [insert physical size of items]
Works items
2. Complexity [insert description of complexity]
3. Construction Methods/ [insert specific aspects of the methods/ technology
Technology involved in the contract]
4. Other Characteristics [insert other characteristics as described in Section
VI, Works Requirements]

Attached herewith are the copies of originals of:


(a) abstracts of contract documents, JV Agreements, etc. evidencing that the size and nature of
the above-mentioned contract meets the requirements specified in Section III, Evaluation
and Qualification Criteria, Sub-Factor 2.4.2(a).
(b) the end-user certificate(s) (i.e. Taking-over Certificate(s)/ Completion Certificate(s)),
evidencing that the contract above-mentioned contract has been successfully completed.

Bidding Forms (BF) BF-28 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

Form EXP -2(b): Experience in Key Activities


[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.]

Date: [insert day, month, year]


Bidder’s Legal Name: [insert full name]/
JV Member’s Legal Name: [insert full name]/
Subcontractor’s Legal Name: [insert full name]
NIT No.: [insert number]
Page [insert page number] of [insert total number]
pages

1. Summary of Key Activities


[Fill out if the Bidder is a Single Firm/JV or proposes specialized subcontractors for the
execution of any of the key activities.]
Summary of Single Firm/JV Member for Key Activities

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) ____________________________________________

Bidding Forms (BF) BF-29 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
2. Contract Information
Key Activity No (1): [insert name of Key Activity]
[Fill out one (1) form per contracts performed by the Bidder (Single Firm/ JV member/
specialized subcontractor) as listed in the Summary of Key Activities above in
accordance with Section III, Evaluation and Qualification Criteria, Sub-Factor 2.4.2(b).
The documents listed/ stated as required shall be submitted as attachments hereto.]
(i) [insert full name of Single Firm, JV Member’s/ Subcontractor’s Legal Name]

Contract with Similar Key Activities

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]

Role in Contract Prime Contractor


[check the appropriate box]
Single entity  JV member 
Total Contract Amount [insert total contract amount If foreign currency,
in INR] indicated the exchange
rate and exchange value

[Insert brief description of the Activity [Describe briefly how the corresponding minimum
No. (1)] requirement is met]

Employer’s Name: [insert full name]

Address: [indicate mailing address]

[insert telephone/fax numbers, including country and


Telephone/fax number city area codes]

[insert E-mail address, if available]


e-mail:

Attached herewith are the copies of originals of:


(a) abstracts of contract documents, sub-contract agreements, JV Agreements, etc. evidencing
that the above activity meets the criteria specified in Section III, Evaluation and Qualification
Criteria, Sub-Factor 2.4.2(b).
(b) the end-user certificate(s) (i.e. Taking-over Certificate(s)/ Completion Certificate(s)) for the
above-mentioned contract, evidencing that the above activity has been successfully carried
out.
(ii) [insert full name of Single Firm/JV Member’s Legal Name]
(iii) [insert full name of Single Firm/JV Member’s Legal Name

2. Key Activity No (2): [insert name of Key Activity]

3. Key Activity No (3): [insert name of Key Activity]

Bidding Forms (BF) BF-30 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

Undertaking for Minimum Local Content


(Undertaking as per Section V of DPIIT Order)

We (include name of company, Single bidder/JV member) hereby jointly and


severally certify in accordance with clause ‘9.a’ of Order no.P-45021/2/2017-PP (BE-II) of
Ministry of Commerce and Industry, Department of Promotion of Industry and Internal Trade
(DPIIT) {formerly Department of Industrial Policy and Promotion (DIPP)}, Government of
India dated 28.05.2018 that the item(s) offered meets the minimum local content of 60 %.
The details including name of vendor, location and percentage of local content will be
provided within 15 days of issue of LOA.

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.

STAMP & SIGNATURE OF AUTHORISED SIGNATORY

Bidding Forms (BF) BF-31 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

Undertaking regarding restrictions on procurement from a bidder of a


country which shares a land border with India

“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.]”

STAMP & SIGN OF AUTHORIZED SIGNATORY

Bidding Forms (BF) BF-32 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

Undertaking regarding restrictions on procurement from a bidder of a


country which shares a land border with India and subcontracting

“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.]”

STAMP & SIGN OF AUTHORIZED SIGNATORY

Bidding Forms (BF) BF-33 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

FORM BSD: Bid-Securing Declaration


(To be submitted by the MSE firms)

Date: [insert date (as day, month and year)]


Bidder’s Legal Name: [insert full name]
JV member’s Legal Name:[insert full name]
Bid No.:
To:

XXXXXXXXXXXX,
METROS,
Nandanam, Anna Salai,
Chennai-600 035

We, the undersigned, declare that,

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]

Bidding Forms (BF) BF-34 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

Sample Format for Banking Solvency certificate

[ To be submitted on the letter head of the Bank with Contact Details,


Address, PhoneNumber, E-mail ID etc.]

BANK CERTIFICATE

This is to certify that M/s .................................................. is a reputed company with a good


financial standing.

If the contract for the work, namely .................................................................................................... is


awarded to the above firm, we shall provide overdraft/credit facilities to the extent of
Rs.……………………………… to meet their working capital requirements for executing the
above contract.

Signature:
Name of the
Bank:
Bank
Manager:
Address of the
Bank:

Bidding Forms (BF) BF-35 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

9. Form For Seeking Clarification on Bidding Documents


(Editable word copy shall also be submitted along with the singed PDF copy)

Name of the Bidder:

SL PART/ CLAUSE
BID CONDITION BIDDER’s QUERIES
NO. SECTION NO.
NO
1
2
3
4
5

STAMP & SIGN OF AUTHORIZED SIGNATORY

Bidding Forms (BF) BF-36 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

10. Form of Bid security /EMD Bank Guarantee

[Guarantor letterhead or SWIFT identifier code]

Beneficiary: [Insert its name and address]

NIT No.: [Insert number of Invitation for Bids]

Date: [Insert date of issue]

BID GUARANTEE No.: [Insert guarantee reference number]

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)]

Bidding Forms (BF) BF-37 JULY 2024


CHENNAI METRO RAIL LIMITED
CHENNAI METRO RAIL PROJECT PHASE 2
TENDER No. CMRL/PP&D/CON/PHASE-II/B-OCC/MISC-03/2024
TENDER DOCUMENTS

PART 1 Bidding Procedures

Section - I Instructions to Bidders (ITB)


Section - II Bid Data Sheet (BDS)
Section - III Evaluation and Qualification Criteria (EQC)
Section – IV A Bidding Forms
Section - IV-B Pricing Document
Section - V Eligible Source Countries

PART 2 Works Requirements


Section – VI Employer’s Requirements
Sub-Section – A – General
Sub-Section – B – Functional
Sub-Section – C – Design
Sub-Section – D – Construction
Sub-Section – E – Appendices
Section - VI A – OHS&E Requirements
Volume 1. Control
Volume 2. Safety Manual
Volume 3. Environment
Section – VII A. Outline Design Specification
Sub-Section -1- Building Structural Works
Sub-Section -2- Architectural Works
Sub-Section -3- MEP Works
Sub-Section -4- VAC Works
Section – VII B. Outline Construction Specifications
Sub - Section 1. Building Structural Works
Sub - Section 2. Architectural Works
Sub - Section 3. Electrical Works
Sub - Section 4. Fire Protection System
Sub - Section 5. VAC Works
Section - VIII. Employer’s Drawings

PART 3 Conditions of Contract and Contract Forms


Section - IX. General Conditions (GC)
Section - X. Particular Conditions (PC)
Section - XI. Contract Forms (CF)
CHENNAI METRO RAIL LIMITED
CHENNAI METRO RAIL PROJECT PHASE 2
Tender No. CMRL/PP&D/CON/PHASE-II/B-OCC/MISC-03/2024

“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”

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.

c) The Work shall be carried out as per Specifications and Employer’s


Requirements. Progress Payments will be based on the executed quantities of
work at site.

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

Pricing Document BOQ 2 July 2024


Chennai Metro Rail Project Phase 2 Part 1-Section IVB
Tender No. CMRL/PP&D/CON/PHSEII/B-OCC/MISC-03/2024

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.

1.2 Contract Price


The total of all items as shown in the Pricing Summary after adjusting the
Discount (if any) offered by the successful Bidder constitutes the ‘’Contract Price’’
which shall be the total amount to be paid to the Bidder for executing the works
and performing all obligations under the Contract and subject to adjustment as per
Conditions of Contract. It includes GST also.

GST shall be reimbursed to the Contractor against the submission of proof of


discharge ofhis liability.

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.

1.3 Price/Cost Breakdown


The totals for each item of this Pricing Document shall be deemed to include all
costs associated with the supply, manufacture and delivery to the Site of such
item by the Bidder (including, without limitation, the cost of supply, manufacture,
packing, supply and delivery to site, testing and commissioning, labour cost if

Pricing Document BOQ 3 July 2024


Chennai Metro Rail Project Phase 2 Part 1-Section IVB
Tender No. CMRL/PP&D/CON/PHSEII/B-OCC/MISC-03/2024

applicable, preliminaries and other general requirements, overheads and profit)


irrespective of the quantity of the items to be supplied.

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.

1.4 Payment Concept

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.

1.5 Description of Pricing Centres

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.

d) GST shall be reimbursed to the Contractor against the submission of proof of


discharge of his liability.

Pricing Document BOQ 4 July 2024


Chennai Metro Rail Project Phase 2 Part 1-Section IVB
Tender No. CMRL/PP&D/CON/PHSEII/B-OCC/MISC-03/2024

Price Centre -Abstract


Amount in
S. No Description Figures
(INR)
AMOUNT NOT TO BE
1 Price Centre B: Civil, Structural & Architectural works FILLED HERE.
KINDLY FILL THE PRICE
Price Centre C: Electrical, Firefighting, Fire alarm
2 BID FORM AVAILABLE
works, and VAC works
IN E-PROCUREMENT
3 Price Centre D: Design and Engineering PORTAL

4 Price Centre Total = B+C+D

5 Discount (if any)

6 Tender Sub-Total (including Discount)

7 Provisional Sum

8 GST @ 18%

9 Total Amount including Provisional Sum and GST

Pricing Document BOQ 5 July 2024


Chennai Metro Rail Project Phase 2 Part 1-Section IVB
Tender No. CMRL/PP&D/CON/PHSEII/B-OCC/MISC-03/2024

Price Centre - A "Preliminaries and General Requirements"


Item No Item Description Unit % of Sub
Items

A Preliminaries shall be equal to 5% of Total of Price Centre B & C


excluding CAMC of Price Centre C
A.1 Contractual/Statuary Submissions

A.1.1 Submission of Performance BG Item 3%


Submission of Bond, Insurances, Professional
A.1.2 Indemnity Insurance Policies (P&M, Labour Item 5%
License, BOCWR etc)
A.1.3 Submission of CAR Policy (Insurance) Item 5%

A.2 General Items

Submission & approval of Initial work Programme


A.2.1 Item 3%
and Detailed work programme, Updates, revision

Submission & approval of Monthly Progress


A.2.2 Monthly 7%
Reports and Three Months Rolling programme

Submission of OHSE plan, Compliance with OHSE


A.2.3 Monthly 14%
Plan, OHSE Monthly and Quarterly Audits

Submission of Quality Assurance Plan, Quality


A.2.4 Monthly 14%
Control & Quality audits
Submission of Interface management plan and all
interface management and coordination, including
A.2.5 Monthly 14%
provision of service for interfacing Contractors and
quarterly audits etc.
Contractor’s Staff and organization Plan &
A.2.6 Monthly 15%
Deployment of Key staff
Project Management Information System
(The contractor to manage the system for their
contract package as required and share the cost
A.2.7 (0.05% of the Contract Value excluding GST) Monthly 10%
towards Cloud, Primavera and any other software
required to manage the information other than
PMIS basic software)

A.3 Establishing Contractor’s site office & maintenance Monthly 10%

Total 100.00%

Pricing Document BOQ 6 July 2024


Chennai Metro Rail Project Phase 2 Part 1-Section IVB
Tender No. CMRL/PP&D/CON/PHSEII/B-OCC/MISC-03/2024

Stage Payment Structure for Price Centre C

% 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.

1 Supply and delivery of equipment/material to site 55%

2 Installation / Erection of equipment/material 15%

3 Testing and Commissioning of system/equipment/material 10%

4 Integrated Testing and commissioning 10%

5 Submission of O&M manuals and training 5%

6 Upon successful completion of DLP 5%

Total 100%

Pricing Document BOQ 7 July 2024


Chennai Metro Rail Project Phase 2 Part 1-Section IVB
Tender No. CMRL/PP&D/CON/PHSEII/B-OCC/MISC-03/2024

Price Centre - D "Design & Drawings"

Item No Item Description % of Sub Items

D Price Centre “D” Design & Drawings

D.1 Civil, Structural & Architectural

D.1.1 Approval of Lead Designer 5.0%

D.1.2 Approval of Lead Design Checker 5.0%

Submission and approval of Preliminary


D.1.3 15.0%
Designs and Architectural Layout

D.1.4 Submission and approval of Detailed Designs 40.0%

Submission and approval of Construction


D.1.5 10.0%
Reference Drawings

D.1.6 Submission of Working Drawings 10.0%

D.1.7 Submission and approval of As-Built Drawings 15.0%

Total 100.0%
Electrical, Firefighting, Fire alarm works,
D.2
and VAC works
D.2.1 Approval of Lead Designer 5.0%

D.2.2 Approval of Lead Design Checker 5.0%

Submission and approval of Preliminary


D.2.3 15.0%
Designs

D.2.4 Submission and approval of Detailed Designs 40.0%

Submission and approval of Construction


D.2.5 10.0%
Reference Drawings

D.2.6 Submission of Working Drawings 10.0%

D.2.7 Submission and approval of As-Built Drawings 15.0%

Total 100.0%

Pricing Document BOQ 8 July 2024


Validate Print Item Wise BoQ
Help

Tender Inviting Authority: CHENNAI METRO RAIL LIMITED

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%

BIDDERS NOT TO FILL RATES HERE


3.The bid price shall be net of Input Tax credit availed by the bidder
i.e., base price shall not have any GST component in it. In effect,
the clause 171 of GST, that is, the Anti-Profiteering Rule shall be
adhered to. A self-declaration from the bidder on clause 171, shall USE BOQ EXCEL SHEET FROM EPROCUREMENT WEBSITE
be attached with the invoice. The output GST paid by the bidder
shall be reimbursed by CHENNAI METRO RAIL LIMITED on
production of the documentry evidence

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

Quoted Rate in Words INR One Crore Eighteen Lakh Only


Validate Help
Item Rate BoQ
Print

Tender Inviting Authority: CHENNAI METRO RAIL LIMITED

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 # TEXT # NUMBER # NUMBER # TEXT #


Sl. Item Description Quantity Units BASIC RATE In TOTAL AMOUNT TOTAL AMOUNT
No. Figures To be entered Without Taxes In Words
by the Bidder in in
Rs. P Rs. P

1 2 4 5 13 53 55
Price Centre B: Civil, Structural & Architectural works

B.1 General 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 Concrete works

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 Structural steel

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

Mezzanaine Floor Level 24.20 MT 0.00 INR Zero Only

False Ceiling support 6.05 MT 0.00 INR Zero Only

Staircase & Other 3.30 MT 0.00 INR Zero Only

B.4 Structural steel

B.4.2 Anchroing Fastners

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 Architectural - Wall Finishing works

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.6.2 Raised Access False Flooring


Providing and fixing removable raised/false access flooring with system and its components of approved
make for different plenum height with possible height adjustment upto 50 mm,comprising of modular load
bearing floor panels supported on G.I. rectangular stinger frame work and G.I. Pedestal etc. all complete,
as per the architectural drawings, as specified and as directed by Engineer-in-charge consisting of:
(a) Providing at required spacing to form modular framework, pedestals made out of GI tube of thickness
minimum 2 mm and 25 mm outer diameter, fully welded on to the G.I. Base plate of size 100mm x
100mmx 3mm at the bottom of the pedestal tube, G.I. pedestal head of size 75mmx75mmx3.5 mm
welded with GI fully threaded stud 16mm outer diameter with two GI Check nuts screwed on the stud for
level adjustment upto 50mm, locking and stabilizing the pedestal head in position at the required level.
The pedestals shall be fixed to the subfloor (base) through base plate using epoxy based adhesive of
approved make or the machine screw with rawl plug.
(b) Stringers system in all steel construction hot dipped galvanized of rectangular size 1250.70 Sqm 0.00 INR Zero Only
570x20x30x0.80mm thick having holes at both ends for securing the stringers on to the pedestal head
using fully threaded screws ensuring maximum lateral stability in all directions, the grid formed by the
pedestal and stringer assembly shall receive the floor panel, this system shall provide adequate solid,
rigid support for access floor panel, the system shall provide a minimum clear uninterrupted clearance
between the bottom of the floor for electrical conduits and wiring etc. all complete as per the architectural
drawings, as specified and as directed by the Engineer-in-charge.
(c) Providing and fixingAccess Floor panel of 600x600x32 mm medium grade Filled Steel anti static high
pressure Lamination of 800H grade (FS800H). Access Floor panel shall be steel welded construction with
an enclosed bottom pan with uniform pattern of 64 hemispherical cones.
The top and bottom plates of Steel Gauges: top 0.6 mm and bottom 0.7 mm fused spot welded together
(minimum 64 welds in each dome and 20 welds along each flange). The panel should be Corroresist
epoxy coated for lifetime rust protection and cavity formed by the top and bottom plate is filled with
Pyrogrip noncombustible Portland cementitious core mixed with lightweight foaming compound. The
access floor shall be factory finished with Anti-static High Pressure laminate with Non Warp technology
upto 1mm thickness for superior adhesion and Surface flatness within 0.75mm.The panel is to withstand
a Concentrated Load of 363 kgs applied on area 25mm x 25mm without collapse in the centre of the
panel which is placed on four steel blocks. The panel will withstand and Uniformly Distributed Load (UDL)
minimum 1250 kg/sqm and an impact load of 50kg all complete as per the approved manufacturers
specification and as per the direction of Engineer-in-charge. All specification must be printed on the side
of the panel to ensure the quality of the product 450 mm Finished Floor Height (FFH)

B.6.3 Carpet Tiles 735.90 Sqm 0.00 INR Zero Only


Providing and fixing Modular carpet tiles made with 100% nylon with PU underscore
cushion or PET hard backing to be installed with adhesive as per the specifications.

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.6.7 Haronite Flooring 163.90 Sqm 0.00 INR Zero Only


“Providing and laying of 50 mm thick Cement Concrete flooring with STANDARD hardener topping as
approved by Engineer- in charge as the hardening compound application at the rate of 5kg/sqm as per
the specifications approved by the Engineer. The rate is inclusive of Labour Charges of Levelling,
Application of Floor Hardener, Rough Finishing using skim Floater, Final Finishing as required at the site
using Power Trowel machine as per the approved specifications.”

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 Architectural - Ceiling Finishing works

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 Architectural - Hand Rail works

B.8.1 S.S Handrail: 101.71 Kg 0.00 INR Zero Only


Providing and fixing stainless steel ( Grade 304) railing made of Hollow tubes, channels, plates etc.,
including welding, grinding, buffing, polishing and making curvature (wherever required) and fitting the
same with necessary stainless steel nuts and bolts complete, i/c fixing the railing
with necessary accessories & stainless steel dash fasteners , stainless steel bolts etc., of required size, BIDDERS NOT TO FILL RATES HERE
USE BOQ EXCEL SHEET FROM EPROCUREMENT WEBSITE
on the top of the floor or the side of waist slab with suitable arrangement as per approval of Engineer-
incharge, (for payment purpose only weight of stainless steel members shall be considered excluding
fixing accessories such as nuts, bolts, fasteners etc.).

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 Architectural - Doors & Windows works

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

For Pipe Laying 242.00 metre 0.00 INR Zero Only

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:

BIDDERS NOT TO FILL RATES HERE


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; and finishing as per
direction of the engineer-in-charge; for the following grades of concrete.
Note: Extra cement up to 10% of the minimum specified cement content USE BOQ EXCEL SHEET FROM EPROCUREMENT WEBSITE
in design mix shall be payable separately. In case the cement content
in design mix is more than 110% of the minimum specified cement
content, the contractor shall have discretion to either re-design the
mix or bear the cost of extra cement.

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

Total in Figures 0.00 INR Zero Only

Quoted Rate in Words INR Zero Only


Validate Help
Item Rate BoQ
Print

Tender Inviting Authority: CHENNAI METRO RAIL LIMITED

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 # TEXT # NUMBER # TEXT # NUMBER # NUMBER # TEXT #


Sl. Item Description Item Code / Quantity Units BASIC RATE In Figures TOTAL AMOUNT TOTAL AMOUNT
No. Make To be entered by the Without Taxes In Words
Bidder in in
Rs. P Rs. P

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

Item2 1.00 Each 0.00 INR Zero Only


C.1.2 UPS OUTPUT PANEL

Item3 4.00 Each 0.00 INR Zero Only


C.1.3 LDBs (8way)

Item4 4.00 Each 0.00 INR Zero Only


C.1.4 PDBs (8way)

Item5 4.00 Each 0.00 INR Zero Only


C.1.5 ULDBs(8way)

Item6 4.00 Each 0.00 INR Zero Only


C.1.6 UPDBs (8 way)

Item7 1.00 set 0.00 INR Zero Only


UPS AND BATTERIES : Design,Supply,installation,testing and commisioning of 2 x 250 KVA UPS,, 3
C.1.7 Phase AC Input & 3 Phase AC Output, UPS System having an Ingress protection Rating of IP 20 (1hour
backup)

BIDDERS NOT TO FILL RATES HERE


USE BOQ EXCEL SHEET FROM EPROCUREMENT WEBSITE
C.2 LIGHT FIXTURES

Design,Supply,installation,testing and commisioning of Lighting including lighting control system as per


C.2.1
Outline Construction Specification.
Item8 100.00 Each 0.00 INR Zero Only
C.2.1.1 LED battern 40W (IP-20)

Item9 75.00 Each 0.00 INR Zero Only


C.2.1.2 LED battern 40W (IP-65)

Item10 150.00 Each 0.00 INR Zero Only


C.2.1.3 LED 2x2 36W

Item11 60.00 Each 0.00 INR Zero Only


C.2.1.4 LED-(12-14W)down light

CABLE,CABLE TERMINATION,CABLE TRAY &RACEWAY,EARTHING,LIGHTNING


C.3
PROTECTION,GENERAL SOCKETS &WIRING ACCESSORIES AND SAFETY ITEMS
Cable and cable termination
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
C.3.1 Specifications , of the following sizes on existing trays/ walls/ columns /indoor /trenches including the
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.
Item12 750.00 metre 0.00 INR Zero Only
C.3.1.1 4 core 300 sq mm CU Conductor

Item13 150.00 metre 0.00 INR Zero Only


C.3.1.2 4 core 240 sq mm CU Conductor

Item14 25.00 metre 0.00 INR Zero Only


C.3.1.3 4 core 185 sq mm Cu Conductor

Item15 10.00 metre 0.00 INR Zero Only


C.3.1.4 4 core 150 sq mm Cu Conductor

Item16 10.00 metre 0.00 INR Zero Only


C.3.1.5 4 core 95 sq mm Cu Conductor

Item17 160.00 metre 0.00 INR Zero Only


C.3.1.6 4 core 70 sq mm Cu Conductor

Item18 160.00 metre 0.00 INR Zero Only


C.3.1.7 4 core 50 sq mm Cu Conductor

Item19 940.00 metre 0.00 INR Zero Only


C.3.1.8 4 core 35 sq mm Cu Conductor

Item20 10.00 metre 0.00 INR Zero Only


C.3.1.9 4 core 25 sq mm Cu Conductor

Item21 10.00 metre 0.00 INR Zero Only


C.3.1.10 4 core 16 sq mm Cu Conductor

Item22 250.00 metre 0.00 INR Zero Only


C.3.1.11 4 core 10 sq mm Cu Conductor

Item23 0.00 INR Zero Only


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.3.2 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.
Item24 10.00 metre 0.00 INR Zero Only
C.3.2.1 4 core 300 sq mm CU Conductor

Item25 12.00 metre 0.00 INR Zero Only


C.3.2.2 4 core 240 sq mm CU Conductor

Item26 2.00 Each 0.00 INR Zero Only


C.3.2.3 4 core 185 sq mm Cu Conductor

Item27 2.00 Each 0.00 INR Zero Only


C.3.2.4 4 core 150 sq mm Cu Conductor

Item28 2.00 Each 0.00 INR Zero Only


C.3.2.5 4 core 95 sq mm Cu Conductor

Item29 8.00 Each 0.00 INR Zero Only


C.3.2.6 4 core 70 sq mm Cu Conductor

Item30 8.00 Each 0.00 INR Zero Only


C.3.2.7 4 core 50 sq mm Cu Conductor

Item31 24.00 Each 0.00 INR Zero Only


C.3.2.8 4 core 35 sq mm Cu Conductor
Item32 2.00 Each 0.00 INR Zero Only
C.3.2.9 4 core 25 sq mm Cu Conductor

Item33 2.00 Each 0.00 INR Zero Only


C.3.2.10 4 core 16 sq mm Cu Conductor

Item34 4.00 Each 0.00 INR Zero Only


C.3.2.11 4 core 10 sq mm Cu Conductor

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

Item36 20.00 metre 0.00 INR Zero Only


C.3.3.2 10 C x 1.5 sq. mm Cu Conductor

Item37 100.00 metre 0.00 INR Zero Only


C.3.3.3 12 C x 1.5 sq. mm Cu Conductor

C.3.4 Cable tray and raceway

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.

Item38 296.00 metre 0.00 INR Zero Only


C.3.4.1 600 mm wide x 75 mm deep x 2 mm thick

Item39 186.00 metre 0.00 INR Zero Only


C.3.4.2 450 mm wide x 75mm deep x 2 mm thick

Item40 1677.00 metre 0.00 INR Zero Only


C.3.4.3 300 mm wide x 50 mm deep x 2 mm thick

Item41 10.00 metre 0.00 INR Zero Only


C.3.4.4 200 mm wide x 50 mm deep x 2 mm thick

Item42 460.00 metre 0.00 INR Zero Only


C.3.4.5 150 mm wide x 50 mm deep x 2 mm thick

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

Item44 64.00 metre 0.00 INR Zero Only


C.3.5.2 100 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

Item45 77.00 metre 0.00 INR Zero Only


C.3.6.2 200 mm wide & 50 mm deep
Item46 56.00 metre 0.00 INR Zero Only
C.3.6.3 150 mm wide & 50 mm deep

Item47 36.00 metre 0.00 INR Zero Only


C.3.6.4 100 mm wide & 50 mm deep

Item48 7.00 Sqm 0.00 INR Zero Only


Supply & Installation for closing of wall and floor penetrations which has multiple non combustible
C.3.7
penetrants with Mortar based UL listed firestop system to provide 2 Hr Fire rating.

Item49 7.00 Sqm 0.00 INR Zero Only


Supply and installation for closing of wall and floor penetrations which has cable tray penetrants with
C.3.8 intumescent sealant based UL listed firestop system to provide 2 Hr Fire rating and water resistant
properties.
Item50 500.00 Kg 0.00 INR Zero Only
Supply ,fabrication and installation of fabricated GI steel work,This item can be operated wherever the
C.3.9 G.I work is needed but not inculded in that specific line item. And the requirement at site shall be based
on Engineer 's approval.This includes all the fixing accessories like fasterners and all masonary works.

C.3.10 Conduit wiring,Switch and socket

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

Item52 150.00 Each 0.00 INR Zero Only


Secondary or looping points wiring as specified above using 3x2.5 copper (P+N+PE) wires (in GI
C.3.10.2
conduit / raceway) for lights, fans, socket outlets.

BIDDERS NOT TO FILL RATES HERE


Supply, laying , Installation & Termination of Conduit & wiring for the following light / Sockets/ Exhaust
Fan / Bracket fan point/Signage with 3 x 2.5 sq. mm, 1100 Volt grade as per IS- 694 (for wires) & BS
C.3.10.3
6387 (for cables) FS copper conductor wires.(Excluding the cost of switches, MCB, sockets & switch
boxes) USE BOQ EXCEL SHEET FROM EPROCUREMENT WEBSITE
Item53 25.00 Each 0.00 INR Zero Only
C.3.10.3.1 First point controlled by one switchboard / 10A MCB

Item54 150.00 Each 0.00 INR Zero Only


Secondary or looping points wiring as specified above using 3x2.5 copper (P+N+PE) wires (in GI
C.3.10.3.2
conduit / raceway) for lights, fans, socket outlets.

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.

Item56 30.00 Each 0.00 INR Zero Only


Secondary or looping 2 Nos. 6A or 1 No. 16A socket outlet points wiring as specified in drawings using
C.3.10.5
3 x 4 sq. mm copper (P+N+PE) wires.

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.

Item58 45.00 Each 0.00 INR Zero Only


Secondary or looping 2 Nos. 6A or 1 No. 16A socket outlet points wiring as specified in drawings using
C.3.10.8
3 x 4 sq. mm copper (P+N+PE) wires.

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.

Item60 12.00 Each 0.00 INR Zero Only

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

Item61 10.00 metre 0.00 INR Zero Only


Supply & laying of 20mm heavy gauge GI conduit surface run with GI saddles, or concealed including
C.3.11 wall chases and complete with GI junction boxes, pull boxes, inspection boxes,bends & other
accessories etc.
Supply & laying of 25mm heavy gauge GI conduit surface run with GI saddles, or concealed including Item62 10.00 metre 0.00 INR Zero Only
C.3.12 wall chases and complete with GI junction boxes, pull boxes, inspection boxes,bends & other
accessories etc.
Item63 10.00 metre 0.00 INR Zero Only
Supply & laying of 32mm heavy gauge GI conduit surface run with GI saddles, or concealed including
C.3.13 wall chases and complete with GI junction boxes, pull boxes, inspection boxes,bends & other
accessories etc.

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

Item65 10.00 Each 0.00 INR Zero Only

C.3.14.2 1 no. 6A switch & 1 # 6A socket

Item66 2.00 Each 0.00 INR Zero Only


C.3.14.3 1 no. 6A socket

Item67 11.00 Each 0.00 INR Zero Only


C.3.14.4 1 no. 16A socket(for Exhaust Fan) BIDDERS NOT TO FILL RATES HERE
USE BOQ EXCEL SHEET FROM EPROCUREMENT WEBSITE
Item68 4.00 Each 0.00 INR Zero Only
C.3.14.5 2 No.of 6 Amp Universal socket with 16 amp modular switch for UPS Power

Item69 75.00 Each 0.00 INR Zero Only


C.3.14.6 6/16 Amp Universal socket with 16 amp modular switch

Item70 32.00 Each 0.00 INR Zero Only


C.3.14.7 6/16 Amp Universal socket with 16 amp modular switch for Addvertisement

Item71 52.00 Each 0.00 INR Zero Only


C.3.14.8 Blanking Plate for Switch/Socket

Item72 3.00 Each 0.00 INR Zero Only


C.3.14.9 Electronic stepped fan Regulator

For Point wiring sample measurement system to be followed is given below :-

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.

C.3.15 Earthing system


Supply, laying, termination, Testing and commissioning of XLPE insulated, PVC Sheathed, FRLSH,
Flexible (Unarmoured) Copper Cables for Earthing in green colour, as per IS 7098 and Specifications,
C.3.15
for interconnecting the earth station with METs of the following sizes in trenches/surface/wall/ground
complete with accessories as per specifications as required.
Item73 10.00 metre 0.00 INR Zero Only
C.3.15.1 1Cx150 Sq. mm, Cu Cable

Item74 10.00 metre 0.00 INR Zero Only


C.3.15.2 1Cx95 Sq. mm, Cu Cable

Item75 10.00 metre 0.00 INR Zero Only

C.3.15.3 1Cx70 Sq. mm, Cu Cable

Item76 10.00 metre 0.00 INR Zero Only


C.3.15.4 1Cx35 Sq. mm, Cu Cable

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

Item78 150.00 metre 0.00 INR Zero Only


C.3.16.2 40 mm x 6 mm GI strip

Item79 750.00 metre 0.00 INR Zero Only


C.3.16.3 25 mm X 6 mm GI strip

Item80 161.00 metre 0.00 INR Zero Only


C.3.16.4 25 mm X 3 mm GI strip

Item81 100.00 metre 0.00 INR Zero Only


C.3.17 Supply, installation and testing of 8 SWG Cu wire for earthing purpose wherever required.

Item82 153.00 metre 0.00 INR Zero Only


C.3.18 Supply, installation and testing of 14 SWG Cu wire for earthing purpose wherever required.

BIDDERS NOT TO FILL RATES HERE


C.3.19
Supply, Laying of GI Main Earth Terminal points including DMC/SMC insulator, anchor fastener, nut,
bolts, etc. as required. Necessary fixing arrangement like holes of suitable dia. and number of holes with USE BOQ EXCEL SHEET FROM EPROCUREMENT WEBSITE
Nut, bolt, spring lock washer for
termination of lugs/Strip shall be provided.
Item83 17.00 Each 0.00 INR Zero Only
C.3.19.1 250mm x 50mm x 10mm thick GI

Item84 8.00 Each 0.00 INR Zero Only


C.3.19.2 500mm x 50mm x 10mm thick GI

Item85 2.00 Each 0.00 INR Zero Only


C.3.19.3 750mm x 50mm x 10mm thick GI

Item86 2.00 Each 0.00 INR Zero Only


C.3.19.4 1000mm x 50mm x 10mm thick GI

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.

C.4 Fire Fighting Works

C.4.1 MISCELLANEOUS FIRE SERVICES EQUIPMENT

Item92 15.00 Each 0.00 INR Zero Only


Providing and fixing portable fire extinguisher, dry powder type (ABC type) of 6 Kg (gas cartridge) with
C.4.1.1 90% MAP and initially fully charged cylinder, complete with standard discharge valve with tube, CI
bracket for wall mounting etc. conforming to relevant standard IS 15683 : 2018)

Item93 15.00 Each 0.00 INR Zero Only


Providing and fixing initially fully charged Portable Fire Extinguisher of 4.5 Kg. capacity conforming to IS
2878, carbon dioxide type with cylinder with CO2 gas, complete with squeeze lever Discharge Valve,
C.4.1.2
Pressure Gauge, Discharge Tube Horn including CI bracket for wall mounting etc. conforming to IS
15683 : 2018

Item94 4.00 Each 0.00 INR Zero Only


Providing and fixing of CO2 extinguisher trolley type with 22.5 kgs capacity conforming to IS 2878 and
initially fully charged cylinder, complete with squeeze lever Discharge Valve, Pressure Gauge,
C.4.1.3
Discharge Tube Horn including CI bracket for
wall mounting etc. conforming to IS 15683 : 2018.

Item95 1.00 Each 0.00 INR Zero Only


Providing and fixing of 9 ltr. Mechanical Foam Cartridge type Fire Extinguishers filled with AFFF
Foam confirms to IS 4989 (Part-II), Controllable discharge mechanism, Average Discharge is 95%,
C.4.1.4 Controllable discharge mechanism with EPDM Hose & Air aspirated Nozzle, CO2 gas Cartridge of 60
gm. Confirms to IS 4947, External Pure polyester powder coated (UV Resistant) and Internal Plastic
lining, Sheet metal thickness : 2 mm, As per 15683:2018, ISI Marked
Item96 1.00 Each 0.00 INR Zero Only
Water-Gel fire blanket consisting scientifically formulated cooling gel and a carrier in size 96" * 72" n
C.4.1.5
canister.
Item97 1.00 Each 0.00 INR Zero Only
Water-Gel fire blanket consisting scientifically formulated cooling gel and a carrier in size 72" * 60" n
C.4.1.6
canister.

C.4.2 ROOM AND PANEL FLOODING FIRE SUPPRESSION SYSTEM

C.4.2 TOTAL ROOM FLOODING FIRE SUPPRESSION SYSTEM (NOVEC 1230)


BIDDERS NOT TO FILL RATES HERE
C.4.2
Design, Supply, Installation & Commisioning of Novec 1230 Fire Suppression System Automatic
Clean Agent Novec 1230 (UL/VDs/FM approved ) Fire Detection & Suppression System, Consisting of
USE BOQ EXCEL SHEET FROM EPROCUREMENT WEBSITE
the following Rooms.

PS/OHE Server Room

UPS Room

Signaling Server room - SER

Telecommunication equipment room - (TER)

TVS / SCADA server room

The following items shall be provided for the above rooms

Item98 2000.00 Kg 0.00 INR Zero Only


C.4.2.1 N1230 - Novec (kg)

Item99 1.00 Each 0.00 INR Zero Only


C.4.2.2 150 Liters (71.44 - 178.6 kg) Capacity Cylinders / Valve Asssembly

Item100 6.00 Each 0.00 INR Zero Only


C.4.2.3 120 Liters (59.6 - 145.1 kg) Capacity Cylinders / Valve Asssembly

Item101 1.00 Each 0.00 INR Zero Only


C.4.2.4 80 Liters (39.7 - 95.7 kg) Capacity Cylinders / Valve Asssembly
Item102 1.00 Each 0.00 INR Zero Only
C.4.2.5 40 Liters (19.9 - 48.1 kg) Capacity Cylinders / Valve Asssembly

Item103 2.00 Each 0.00 INR Zero Only


C.4.2.6 Cylinder Strap for 150 Liters (71.44 - 178.6 kg) Capacity Cylinders

Item104 8.00 Each 0.00 INR Zero Only


C.4.2.7 Cylinder Strap for 120 Liters (59.6 - 145.1 kg) Capacity Cylinders

Item105 1.00 Each 0.00 INR Zero Only


C.4.2.8 Cylinder Strap for 80 Liters (39.7 - 95.7 kg) Capacity Cylinders
Item106 1.00 Each 0.00 INR Zero Only
C.4.2.9 Cylinder Strap for 40 Liters (19.9 - 48.1 kg) Capacity Cylinders

Item107 3.00 Each 0.00 INR Zero Only


C.4.2.10 SOL-EA45s - Electric Solenoid 24 VDC - Stackable

Item108 3.00 Each 0.00 INR Zero Only


C.4.2.11 Mechanical Acuator

Item109 3.00 Each 0.00 INR Zero Only


C.4.2.12 Pneumatic Actuator Assembly

Item110 9.00 Each 0.00 INR Zero Only


C.4.2.13 360 Nozzle 1/2"

Item111 3.00 Each 0.00 INR Zero Only


C.4.2.14 360 Nozzle 1"

Item112 3.00 Each 0.00 INR Zero Only


C.4.2.15 360 Nozzle 1 1/2"
BIDDERS NOT TO FILL RATES HERE
C.4.2.16 Discharge Pressure Switch USE BOQ
Item113
EXCEL SHEET FROM EPROCUREMENT
3.00 Each 0.00 INR Zero Only
WEBSITE
Item114 4.00 Each 0.00 INR Zero Only
C.4.2.17 Flexible Hose Ø1.25"x30" Single Braid; NPT - NPT

Item115 3.00 Each 0.00 INR Zero Only


C.4.2.18 Check Valve Ø1.25" NPT - NPT

Item116 1.00 Lot 0.00 INR Zero Only


C.4.2.19 C.S Seamless Pipes as per ASTM-A-106 Gr.B with Forged socket weldable type and fittings

Item117 3.00 Each 0.00 INR Zero Only


C.4.2.20 Gas Release Panel UL Listed

Item118 12.00 Each 0.00 INR Zero Only


C.4.2.21 Response Indicator

Item119 6.00 Each 0.00 INR Zero Only


C.4.2.22 7 AH Battery

Item120 12.00 Each 0.00 INR Zero Only


C.4.2.23 Conventional Photo Electric Smoke Detector
Item121 12.00 Each 0.00 INR Zero Only
C.4.2.24 Conventional Heat Detector

Item122 3.00 Each 0.00 INR Zero Only


C.4.2.25 Manual Gas Discharge Switch - UL Listed

Item123 3.00 Each 0.00 INR Zero Only


C.4.2.26 Abort Switch - UL Listed

Item124 3.00 Each 0.00 INR Zero Only


C.4.2.27 Fire Alarm Bell

Item125 3.00 Each 0.00 INR Zero Only


C.4.2.28 Horn Strobe for Indoor Application-High volume

Item126 3.00 Each 0.00 INR Zero Only


C.4.2.29 Gas Release Sign

Item127 450.00 metre 0.00 INR Zero Only


C.4.2.30 2C X 1.5 Sq.mm Overall Shield FRLS Red Color Outer Sheath Armoured Cable

Item128 150.00 metre 0.00 INR Zero Only


C.4.2.31 Cable Tray 100mm Width x 60mm Height with cover

C.4.3 ROOM FLOODING SYSTEM FOR BATTERY ROOM (AEROSOL BASED)


Supply, installation, Testing and Commissioning of Aerosol System for Battery Room. The following
C.4.3
items shall be provided for the room flooding system

Item129 2.00 Each 0.00 INR Zero Only


C.4.3.1 Fire Extinguishing Generator

Item130 1.00 Each 0.00 INR Zero Only


C.4.3.2 Sequential Activator - Standard Box

Item131 1.00 Each 0.00 INR Zero Only


C.4.3.3 Gas Discharge Sign

Item132 2.00 Each 0.00 INR Zero Only


C.4.3.4 Simulation Lamp

Item133 1.00 Each 0.00 INR Zero Only


C.4.3.5 Fire Alarm Bell

Item134 1.00 Each 0.00 INR Zero Only


C.4.3.6 FS Releasing Fire Control Panel 230V
Item135 1.00 Each 0.00 INR Zero Only
C.4.3.7 Horn Strobe

Item136 2.00 Each 0.00 INR Zero Only


C.4.3.8 Conventional Photo Electric Smoke Detector - System Sensor

Item137 2.00 Each 0.00 INR Zero Only


C.4.3.9 Conventional Heat Detector - System Sensor

Item138 1.00 Each 0.00 INR Zero Only


C.4.3.10 Manual Isolation Switch
BIDDERS NOT TO FILL RATES HERE
C.4.3.11 Manual Abort Switch
USE BOQ
Item139
EXCEL SHEET FROM EPROCUREMENT
1.00 Each 0.00 INR Zero Only
WEBSITE
Item140 1.00 Each 0.00 INR Zero Only
C.4.3.12 Manual Gas Release Switch
Item141 2.00 Each 0.00 INR Zero Only
C.4.3.13 7A/H 12V BATTERY
Item142 20.00 metre 0.00 INR Zero Only
C.4.3.14 GI Cable Tray 100mm Width X 60mm height with cover

Item143 10.00 metre 0.00 INR Zero Only

C.4.3.15 4C X 1.5 Sq.mm Overall Shield FRLS Red Color Armoured Cable

Item144 75.00 metre 0.00 INR Zero Only


C.4.3.16 2C X 1.5 Sq.mm Overall Shield FRLS Red Color Armoured Cable

C.5 FIRE DETECTION & ALARM SYSTEM

C.5.1 FIRE ALARM PANELS

Item145 2.00 Each 0.00 INR Zero Only


C.5.1 Loop card for connect with Existing Fire Aalrm Panel

C.5.2 DETECTORS AND DEVICES

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

Item149 20.00 Each 0.00 INR Zero Only


C.5.2.3 Addressable Sounder with strobe light
Item150 10.00 Each 0.00 INR Zero Only
C.5.2.4 Response Indicator

Item151 25.00 Each 0.00 INR Zero Only


C.5.2.5 Intelligent Addressable Control Module

Item152 20.00 Each 0.00 INR Zero Only


C.5.2.6 Intelligent Addressable Relay Module

Item153 30.00 Each 0.00 INR Zero Only


C.5.2.7 Intelligent Addressable Monitoring Modules/ water Flow Monitoring Modules

C.5.3 CABLING

Item154 180.00 Metre 0.00 INR Zero Only


Supplying, Laying, Termination, Testing &Commisioning of Fire Survival Cables (confirming to BS:
7629 and Section specifications for perfomance requirements of Fire Survival Cables) armoured, 1 pair
C.5.3.1
2.5 sq.mm, screened / shielded, Copper conductor cable complying the CWZ category along with
necessary supports, saddles and accessories etc.
Item155 350.00 Metre 0.00 INR Zero Only
Supplying, Laying, Termination, Testing &Commisioning of Fire Survival Cables (confirming to BS:
7629 and specifications for perfomance requirements of Fire Survival Cables) armoured, 1 twisted pair
C.5.3.2
1.5 sq.mm, screened / shielded copper conductor cable complying the CWZ category for looping of
detection units along with necessary supports, saddles and accessories etc

C.5.4 ASPIRATION TYPE SMOKE DETECTION

Item156 1.00 Each 0.00 INR Zero Only


Supply, Installation, Testing and Commissioning necessory mounting accessories complete as recuirer
- Coverane Area shall be 500 / 800 som (as per room size
- Mnimum 8000 Event Memory
- Dust res start Flier
- Indicator for Ar fox & Smoke value
BIDDERS NOT TO FILL RATES HERE
C.5.4.1
-Operating temperature of -20 den C to +60 deg C
- Minimum 3 Relay Alarm outout
USE BOQ EXCEL SHEET FROM EPROCUREMENT WEBSITE
- 1P30 rated
- UL listed / Vds approved
- Power supply unit

Item157 2.00 Set 0.00 INR Zero Only


Supply, Installation Testing and Commissioning of Sampling points, Capillary tube and connectors as
C.5.4.2
required

Item158 15.00 metre 0.00 INR Zero Only


Supply, Installation Testing and Commissioning of CPVC 25mm piping complete as required
C.5.4.3
including mounting clamps etc.

Item159 1.00 Each 0.00 INR Zero Only


0f-gas sensors to sense lithium-on battery electrolte solvent vapours, compatible with all forms of ithium-
C.5.4.4
on battery form factors

C.6 VACSYSTEM

Design ,Manufacture, Supply, Delivery, Installation, Testing (Factory acceptance test,Partial


acceptance test & System Acceptance Testing), Integrated Testing Commissioning & DLP of following
C.6.1 equipment's / materials.The Capacity and quantity specified in the VAC BOQ are indicative; however ,
the contractor should design and build the system in accordance with the outline construction
specification to meet the performance requirements.

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

VRF Outdoor Units


C.6.2 Following various capacities of outdoor units (ODU). In Accordance with VAC Outline design and
Construction Specifications.

Item161 1.00 Nos. 0.00 INR Zero Only


C.6.2.a 10 HP (8 TR)

Item162 1.00 Nos. 0.00 INR Zero Only


C.6.2.b 12 HP (9.6 TR)

Item163 1.00 Nos. 0.00 INR Zero Only


C.6.2.c 14 HP (11.2 TR)

Item164 1.00 Nos. 0.00 INR Zero Only


C.6.2.d 16 HP (12.8 TR)

Item165 4.00 Nos. 0.00 INR Zero Only


C.6.2.e 18 HP (14.4TR)

Item166 16.00 Nos. 0.00 INR Zero Only


C.6.2.f 20 HP (16TR)

VRF Indoor Units & Accessories


Following various capacities of In door units(IDU) & Accessories In Accordance with VAC Outline design
C.6.3
and Construction Specifications. Including Corded/Cordless Remote controllers for operation of indoor
units. :It is the contractor's responsibility to select the appropriate IDU model from the chosen OEM that BIDDERS NOT TO FILL RATES HERE
will meet the minimum cooling load and minimum airflow rate requirement specified in the design
documents/drawings.
USE BOQ EXCEL SHEET FROM EPROCUREMENT WEBSITE

C.6.3.1 HIGH STATIC DUCTABLE/ CONCEALED INDOOR UNITS

Item167 1.00 Nos. 0.00 INR Zero Only


C.6.3.1.1 7.1kW (2.0TR)

Item168 2.00 Nos. 0.00 INR Zero Only


C.6.3.1.2 12.3kW (3.5TR)

Item169 3.00 Nos. 0.00 INR Zero Only


C.6.3.1.3 14.1kW (4.01TR)

Item170 1.00 Nos. 0.00 INR Zero Only


C.6.3.1.4 15.8kW (4.5TR)

Item171 2.00 Nos. 0.00 INR Zero Only


C.6.3.1.5 22.4kW (6.4TR)

Item172 18.00 Nos. 0.00 INR Zero Only


C.6.3.1.6 28kW (7.96TR)

C.6.3.2 CASSETTE TYPE INDOOR UNIT

Item173 2.00 Nos. 0.00 INR Zero Only


C.6.3.2.1 7.1 KW (2.02 TR)

Item174 3.00 Nos. 0.00 INR Zero Only


C.6.3.2.2 8.7 KW (2.5 TR)

Item175 4.00 Lot 0.00 INR Zero Only


Electronic Expansion Valve & Communication Kit for AHUs including Air temperature sensor,
Refrigerant temperature sensor, Remote, Wiring, Hot dip galvanized steel support & other related
C.6.4
accessories etc. - In Accordance with VAC Outline design and Construction Specifications. (Quantity/Lot
shall be based on Number of VRF circuits)
Item176 65.00 Nos 0.00 INR Zero Only
Refrigerant Y-joints & distributer of sizes as required to suit Various capacity of Indoor units (IDU) &
C.6.5
AHU In Accordance with VAC Outline design and Construction Specifications.
Item177 2.00 Nos. 0.00 INR Zero Only
Intelligent Programmable Central Remote Controller(Master Controller) for VRF with digital touch screen
C.6.6 type of latest generation and GI powder coated enclosure In Accordance with VAC Outline design and
Construction Specifications.

C.6.7 Copper Pipes and Accessories

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

Item179 624.00 Rmt 0.00 INR Zero Only


b 41.3 mm O.D.-Hard drawn copper tubes

Item180 26.00 Rmt 0.00 INR Zero Only


c 38.1 mm O.D.-Hard drawn copper tubes

Item181 46.00 Rmt 0.00 INR Zero Only


d 34.9 mm O.D.-Hard drawn copper tubes

Item182 104.00 Rmt 0.00 INR Zero Only


e 31.8 mm O.D-Hard drawn copper tubes

Item183 150.00 Rmt 0.00 INR Zero Only


f 28.6 mm O.D-Hard drawn copper tubes

Item184 20.00 Rmt 0.00 INR Zero Only


g 25.4 mm O.D.-Hard drawn copper tubes

Item185 624.00 Rmt 0.00 INR Zero Only


h 22.2 mm O.D.-Hard drawn copper tubes

Item186 312.00 Rmt 0.00 INR Zero Only


i 19.1 mm O.D.-Hard drawn copper tubes

Item187 150.00 Rmt 0.00 INR Zero Only


j 15.9 mm O.D.-Hard drawn copper tubes

Item188 150.00 Rmt 0.00 INR Zero Only


k 12.7 mm O.D.-Soft copper tubes

Item189 52.00 Rmt 0.00 INR Zero Only


l 9.53 mm O.D.-Soft copper tubes

Item190 30.00 Rmt 0.00 INR Zero Only


m 6.4 mm O.D.-Soft copper tubes

BIDDERS NOT TO FILL RATES HERE


Following various size of Copper Tubes Insulation made up of closed cell elastometric Nitrile rubber
C.6.7.2 with factory treated glass woven cloth In Accordance with with VAC Outline design and Construction
Specifications.
USE BOQ EXCbEL SHEET FROM EPROCUREMENT WEBSITE
C.6.7.2.1 Gas Pipes

Item191 104.00 Rmt 0.00 INR Zero Only


a 32 mm thickness (54.0 mm O.D.)

Item192 624.00 Rmt 0.00 INR Zero Only


b 32 mm thickness (41.3 mm O.D.)

Item193 26.00 Rmt 0.00 INR Zero Only


c 32 mm thickness (38.1 mm O.D.)

Item194 46.00 Rmt 0.00 INR Zero Only


d 32 mm thickness (34.9 mm O.D.)

Item195 104.00 Rmt 0.00 INR Zero Only


e 32 mm thickness (31.8 mm OD)

Item196 150.00 Rmt 0.00 INR Zero Only


f 32 mm thickness (28.6 mm O.D.)
Item197 20.00 Rmt 0.00 INR Zero Only
g 32 mm thickness (25.4 mm O.D.)

Item198 50.00 Rmt 0.00 INR Zero Only


h 32 mm thickness (22.2 mm O.D.)

Item199 30.00 Rmt 0.00 INR Zero Only


i 32 mm thickness (19.1 mm O.D.)

Item200 20.00 Rmt 0.00 INR Zero Only


j 25 mm thickness (15.9 mm O.D.)

Item201 20.00 Rmt 0.00 INR Zero Only


k 25 mm thickness (12.7 mm O.D.)

C.6.7.2.2 Liquid Pipes

Item202 574.00 Rmt 0.00 INR Zero Only


a 13 mm thickness (22.2 mm O.D.)

Item203 282.00 Rmt 0.00 INR Zero Only


b 13 mm thickness (19.1 mm O.D.)

Item204 150.00 Rmt 0.00 INR Zero Only


c 13 mm thickness (15.9 mm O.D.)

Item205 150.00 Rmt 0.00 INR Zero Only


d 13 mm thickness (12.7 mm O.D.)

Item206 52.00 Rmt 0.00 INR Zero Only


e 13 mm thickness (9.5 mm O.D.)

Item207 30.00 Rmt 0.00 INR Zero Only


f 13 mm thickness (6.4 mm O.D.)
BIDDERS NOT TO FILL RATES HERE
C.6.7.8
Hot dip Galvanised 2mm thick Raceway/Trunking ,1.6 mm thick cover with necessary supports and
other accessorieswith VAC Outline design and Construction Specifications.
USE BOQ EXCEL SHEET FROM EPCUREMENT WEBSITE
Item208 300.00 Rmt 0.00 INR Zero Only
C.6.7.8.1 300 mm wide / 100mm depth / 2 mm thick

Item209 250.00 Rmt 0.00 INR Zero Only


C.6.7.8.2 450 mm wide/ 100mm depth / 2 mm thick

Item210 200.00 Rmt 0.00 INR Zero Only


C.6.7.8.3 600 mm wide / 100mm depth / 2 mm thick

Item211 50.00 Rmt 0.00 INR Zero Only


C.6.7.8.4 300 mm wide / 150mm depth / 2 mm thick

Item212 50.00 Rmt 0.00 INR Zero Only


C.6.7.8.5 450 mm wide / 150mm depth / 2 mm thick

Item213 50.00 Rmt 0.00 INR Zero Only


C.6.7.8.6 600 mm wide /150mm depth / 2 mm thick

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

Item216 80.00 Rmt 0.00 INR Zero Only


C.6.10.2 32 mm dia

Item217 56.00 Rmt 0.00 INR Zero Only


C.6.10.3 25 mm dia
Fire Rated Application : GI Sheet Metal Ducting with fire paint necessay supports and other accessories
C.6.11
In Accordance with VAC Outline design and Construction Specifications.
Item218 100.00 Sqm. 0.00 INR Zero Only
C.6.11.1 0.63 mm thick (24 Gauge)

Item219 150.00 Sqm. 0.00 INR Zero Only


C.6.11.2 0.83 mm thick (22 Gauge)

Item220 100.00 Sqm. 0.00 INR Zero Only


C.6.11.3 1.00 mm thick (20 Gauge)

Item221 50.00 Sqm. 0.00 INR Zero Only


C.6.11.4 1.20 mm thick (18 Gauge)

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)

Item223 400.00 Sqm 0.00 INR Zero Only


C.6.12.2 0.83 mm thick (22 Gauge)

Item224 300.00 Sqm 0.00 INR Zero Only


C.6.12.3 1.00 mm thick (20 Gauge)

Item225 200.00 Sqm 0.00 INR Zero Only


C.6.12.4 1.20 mm thick (18 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.

Item228 10.00 Sqm 0.00 INR Zero Only


Factory fabricated flexible duct connector (Canvas) In Accordance with VAC Outline design and
BIDDERS NOT TO FILL RATES HERE
C.6.14
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)

Item230 15.00 Sqm. 0.00 INR Zero Only


C.6.15.b Fresh air grilles with VCDs ( In various sizes like or to suite site)

Item231 8.00 Sqm. 0.00 INR Zero Only


C.6.15.c Fresh air and exhaust Louvers (In various sizes like or to suite site)

C.6.16 Dampers In Accordance with VAC Outline design and Construction Specifications.

Item232 15.00 Sqm. 0.00 INR Zero Only


C.6.16.a Volume Control dampers ( In various sizes like or to suite site)

Item233 5.00 Sqm. 0.00 INR Zero Only


C.6.16.b Fusible link fire damper (In various sizes like or to suite site)

Item234 8.00 Sqm. 0.00 INR Zero Only


C.6.16.c Motorized Fire & Smoke dampers ( In various sizes like or to suite site) With actuator and limit switch

Item235 5.00 Sqm. 0.00 INR Zero Only


C.6.16.d Motorized Smoke dampers ( In various sizes like or to suite site) With actuator and limit switch

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

Item239 1.00 Nos. 0.00 INR Zero Only


C.6.18.b Pantry Exhaust inline duct fan

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

Item241 1.00 Nos. 0.00 INR Zero Only


C.6.19.b 380 mm diameter

Item242 37.00 Sq.Mtr 0.00 INR Zero Only


Sound Attenuator with necessary fixing arrangement and other accessories (Sizes are indicative ,
C.6.20 Bidders to supply as per selection of fans & other equipment's), In Accordance with VAC Outline
design and Construction Specifications.
Item243 100.00 Sq.Mtr 0.00 INR Zero Only
50mm thick Rock wool insulation, Density 105 Kg/m3 acoustic lining , finished with 0.80 mm
C.6.21 perforated aluminium sheet with necessary fixing arrangement and other accessories In
Accordance with VAC Outline design and Construction Specifications.
Item244 20.00 Sq.Mtr 0.00 INR Zero Only
Fire Stopper-Fire Sealant with 50mm thick Mineral wool of 96 Kg/m3 density with necessary fixing
C.6.22 arrangement and other accessories In Accordance with VAC Outline design and Construction
Specifications.
Item245 1.00 Job 0.00 INR Zero Only
C.6.23 Comprehensive Maintenance -CAMC for 3 Years (Post DLP)
BIDDERS NOT TO FILL RATES HERE
C.6.24
Supply, delivery, Installation, Testing and commissioning and handover of Temporary Split AC System
on Monthly rental basis: USE BOQ EXCEL SHEET FROM EPROCUREMENT WEBSITE
Item246 8.00 Months 0.00 INR Zero Only
1.5 TR Indoor & Outdoor unit and associated copper tubes & insulation and other ncessary components
C.6.24.a
/ accessories etc., with Cordless remote
Item247 8.00 Months 0.00 INR Zero Only
2.0 TR Indoor & Outdoor unit and associated copper tubes & insulation and other ncessary components
C.6.24.b
/ accessories etc., with Cordless remote
Item248 8.00 Months 0.00 INR Zero Only
2.5 TR Indoor & Outdoor unit and associated copper tubes & insulation and other ncessary components
C.6.24.c
/ accessories etc., with Cordless remote

C.7 VAC Electrical System

Item249 1.00 Each 0.00 INR Zero Only


VAC Panel 1 (BOCC Theater Area-All the Equipments as listed in the BOQ shall be considered).
VFD shall be provided for the AHU & Fresh air fans , Soft starters shall be provided for the Smoke
C.7.1 Exhaust fans and other motor Starters shall be considered for all the fans .Incoming breakers
,Outgoing breakers ,Copper Busbar ,Surge protection device etc shall be provided in accordance with
Outline construction specification to meet the safety and performance requirements.
Item250 1.00 Each 0.00 INR Zero Only
VAC Panel 2 (BOCC Theater Area - VRF Outdoor Unit).
MCCB shall be provided for the VRF Outdoor unit panel and Isolater shall be provided near to Outdoor
C.7.2 units.Incoming breakers ,Outgoing breakers ,Copper Busbar ,Surge protection device etc shall be
provided in accordance with Outline construction specification to meet the safety and performance
requirements.
Item251 1.00 Each 0.00 INR Zero Only
VAC Panel 3 (Utility Building Area-All the Equipments as listed in the BOQ shall be considered).
Soft starters shall be provided for the Smoke Exhaust fans and other motor Starters shall be considered
C.7.3 for all the fans .Incoming breakers ,Outgoing breakers ,Copper Busbar ,Surge protection device etc
shall be provided in accordance with Outline construction specification to meet the safety and
performance requirements.
Item252 2.00 Each 0.00 INR Zero Only
C.7.4 VAC DBs (8 Way) for Utility Building and BOCC Theater Area)

Item253 3.00 Each 0.00 INR Zero Only


C.7.5 VAC DBs (12 Way) for Utility Building and BOCC Theater Area)

CABLE,CABLE TERMINATION,CABLE TRAY &RACEWAY,EARTHING,LIGHTNING


C.8
PROTECTION,GENERAL SOCKETS &WIRING ACCESSORIES AND SAFETY ITEMS
C.8.1 Cable and cable termination

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

Item255 10.00 metre 0.00 INR Zero Only


C.8.1.2 3 core 16 sq mm Cu Conductor

Item256 30.00 metre 0.00 INR Zero Only


C.8.1.3 3 core 10 sq mm Cu Conductor

Item257 30.00 metre 0.00 INR Zero Only


C.8.1.4 3 core 6 sq mm Cu Conductor

Item258 40.00 metre 0.00 INR Zero Only


C.8.1.5 3 core 4 sq mm Cu Conductor

Item259 600.00 metre 0.00 INR Zero Only


C.8.1.6 3 core 2.5 sq mm Cu Conductor

Supply, Laying, Testing and commissioning at the site of work of 1.1KV grade, Copper /Aluminium

BIDDERS NOT TO FILL RATES HERE


Conductor, XLPE Insulated, armoured, Flame Retardant Low Smoke Halogen Free Type Cables
conforming to specifications, of the following sizes on existing trays/ walls/ columns /indoor /trenches
C.8.2
including the 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. USE BOQ EXCEL SHEET FROM EPCUREMENT WEBSITE
conforming to the specifications,as required and as below.
Item260 25.00 metre 0.00 INR Zero Only
C.8.2.1 4 core 300 sq mm CU Conductor

Item261 32.00 metre 0.00 INR Zero Only


C.8.2.2 4 core 240 sq mm CU Conductor

Item262 205.00 metre 0.00 INR Zero Only


C.8.2.3 4 core 185 sq mm Cu Conductor

Item263 102.00 metre 0.00 INR Zero Only


C.8.2.4 4 core 150 sq mm Cu Conductor

Item264 108.00 metre 0.00 INR Zero Only


C.8.2.5 4 core 95 sq mm Cu Conductor

Item265 82.00 metre 0.00 INR Zero Only


C.8.2.6 4 core 70 sq mm Cu Conductor

Item266 91.00 metre 0.00 INR Zero Only


C.8.2.7 4 core 50 sq mm Cu Conductor

Item267 45.00 metre 0.00 INR Zero Only


C.8.2.8 4 core 35 sq mm Cu Conductor

Item268 43.00 metre 0.00 INR Zero Only


C.8.2.9 4 core 25 sq mm Cu Conductor

Item269 47.00 metre 0.00 INR Zero Only


C.8.2.10 4 core 16 sq mm Cu Conductor

Item270 1107.00 metre 0.00 INR Zero Only


C.8.2.11 4 core 10 sq mm Cu Conductor

Item271 22.00 metre 0.00 INR Zero Only


C.8.2.12 4 core 6 sq mm Cu Conductor

Item272 51.00 metre 0.00 INR Zero Only


C.8.2.13 3 core 16 sq mm Cu Conductor

Item273 80.00 metre 0.00 INR Zero Only


C.8.2.14 3 core 10 sq mm Cu Conductor
Item274 105.00 metre 0.00 INR Zero Only
C.8.2.15 3 core 6 sq mm Cu Conductor

Item275 80.00 metre 0.00 INR Zero Only


C.8.2.16 3 core 4 sq mm Cu Conductor

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.

Item276 2.00 Each 0.00 INR Zero Only


C.8.3.1 4 core 300 sq mm CU Conductor

Item277 2.00 Each 0.00 INR Zero Only


C.8.3.2 4 core 240 sq mm CU Conductor

Item278 8.00 Each 0.00 INR Zero Only


C.8.3.3 4 core 185 sq mm Cu Conductor

Item279 8.00 Each 0.00 INR Zero Only


C.8.3.4 4 core 150 sq mm Cu Conductor

Item280 12.00 Each 0.00 INR Zero Only


C.8.3.5 4 core 95 sq mm Cu Conductor

Item281 4.00 Each 0.00 INR Zero Only


C.8.3.6 4 core 70 sq mm Cu Conductor

Item282 4.00 Each 0.00 INR Zero Only


C.8.3.7 4 core 50 sq mm Cu Conductor

Item283 BIDDERS NOT TO FILL RATES HERE0.00 INR Zero Only


2.00 Each
C.8.3.8 4 core 35 sq mm Cu Conductor USE BOQ EXCEL SHEET FROM EPCUREMENT WEBSITE
Item284 2.00 Each 0.00 INR Zero Only
C.8.3.9 4 core 25 sq mm Cu Conductor

Item285 2.00 Each 0.00 INR Zero Only


C.8.3.10 4 core 16 sq mm Cu Conductor

Item286 58.00 Each 0.00 INR Zero Only


C.8.3.11 4 core 10 sq mm Cu Conductor

Item287 2.00 Each 0.00 INR Zero Only


C.8.3.12 4 core 6 sq mm Cu Conductor

Item288 4.00 Each 0.00 INR Zero Only


C.8.3.13 3 core 16 sq mm Cu Conductor

Item289 4.00 Each 0.00 INR Zero Only


C.8.3.14 3 core 10 sq mm Cu Conductor

Item290 6.00 Each 0.00 INR Zero Only


C.8.3.15 3 core 6 sq mm Cu Conductor

Item291 4.00 Each 0.00 INR Zero Only


C.8.3.16 3 core 4 sq mm Cu Conductor

Item292 12.00 Each 0.00 INR Zero Only


C.8.3.17 3 core 2.5 sq mm Cu Conductor

C.8.4 Cable tray and raceway

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

Item294 250.00 metre 0.00 INR Zero Only


C.8.4.2 450 mm wide x 75mm deep x 2 mm thick

Item295 25.00 metre 0.00 INR Zero Only


C.8.4.3 300 mm wide x 50 mm deep x 2 mm thick

Item296 80.00 metre 0.00 INR Zero Only


C.8.4.4 200 mm wide x 50 mm deep x 2 mm thick

Item297 250.00 metre 0.00 INR Zero Only


C.8.4.5 150 mm wide x 50 mm deep x 2 mm thick

BIDDERS NOT TO FILL RATES HERE


C.8.5 Earthing system

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

Item299 100.00 metre 0.00 INR Zero Only


C.8.5.2 40 mm x 6 mm GI strip

Item300 300.00 metre 0.00 INR Zero Only


C.8.5.3 25 mm X 6 mm GI strip

Item301 50.00 metre 0.00 INR Zero Only


C.8.5.4 25 mm X 3 mm GI strip

Item302 120.00 metre 0.00 INR Zero Only


C.8.5.5 Supply, installation and testing of 8 SWG Cu wire for earthing purpose wherever required.

Item303 50.00 metre 0.00 INR Zero Only


C.8.5.6 Supply, installation and testing of 14 SWG Cu wire for earthing purpose wherever required.

Total in Figures 0.00 INR Zero Only

Quoted Rate in Words INR Zero Only


Item Rate BoQ
Validate Print Help

Tender Inviting Authority: CHENNAI METRO RAIL LIMITED


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 # TEXT #


Sl. Item Description Price Centre AMOUNT Price Centre AMOUNT Excluding GST
No. Excluding GST In Words
in
Rs. P

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

Total in Figures 0.00 INR Zero Only

Quoted Rate in Words INR Zero Only


Validate Print Help Item Wise BoQ

Tender Inviting Authority: CHENNAI METRO RAIL LIMITED

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 # TEXT # NUMBER TEXT # NUMBER # NUMBER # TEXT #


Sl. Quantity Units Base Value Select Basic Rate in TOTAL AMOUNT Without TOTAL AMOUNT
No. Percentage Figures to Taxes In Words
entered by the bidder in in
% above or below Rs. P
1 2 4 5 6 9 13 53 55

BIDDERS NOT TO FILL RATES HERE


Detailed Design and drawings with Proof checking by another consultant, Getting approval of
D GC/Engineer, including preparation of As-built drawings and submission of Soft & hard
Copies at the time of Handing over.
USE BOQ EXCEL SHEET FROM EPCUREMENT WEBSITE
Civil , Structural & Architectural works 1.00 Job 1000000.00
D.1 Select 0.00 INR Zero Only

Electrical, Firefighting, Fire alarm works, and VAC works 1.00 Job 2750000.00
D.2 Select 0.00 INR Zero Only

Total in Figures 0.00 INR Zero Only


CHENNAI METRO RAIL LIMITED
CHENNAI METRO RAIL PROJECT PHASE 2
TENDER No. CMRL/PP&D/CON/PHASE-II/B-OCC/MISC-03/2024
TENDER DOCUMENTS

PART 1 Bidding Procedures

Section - I Instructions to Bidders (ITB)


Section - II Bid Data Sheet (BDS)
Section - III Evaluation and Qualification Criteria (EQC)
Section – IV A Bidding Forms
Section - IV-B Pricing Document
Section - V Eligible Source Countries

PART 2 Works Requirements


Section – VI Employer’s Requirements
Sub-Section – A – General
Sub-Section – B – Functional
Sub-Section – C – Design
Sub-Section – D – Construction
Sub-Section – E – Appendices
Section - VI A – OHS&E Requirements
Volume 1. Control
Volume 2. Safety Manual
Volume 3. Environment
Section – VII A. Outline Design Specification
Sub-Section -1- Building Structural Works
Sub-Section -2- Architectural Works
Sub-Section -3- MEP Works
Sub-Section -4- VAC Works
Section – VII B. Outline Construction Specifications
Sub - Section 1. Building Structural Works
Sub - Section 2. Architectural Works
Sub - Section 3. Electrical Works
Sub - Section 4. Fire Protection System
Sub - Section 5. VAC Works
Section - VIII. Employer’s Drawings

PART 3 Conditions of Contract and Contract Forms


Section - IX. General Conditions (GC)
Section - X. Particular Conditions (PC)
Section - XI. Contract Forms (CF)
CHENNAI METRO RAIL LIMITED
CHENNAI METRO RAIL PROJECT PHASE 2
Tender No. CMRL/PP&D/CON/PHASE-II/B-OCC/MISC-03/2024

“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”

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

Bidders of Indian Origin and Foreign firms having


registered office in India
(For Bidders from a Country which shares Land Border with India, refer
Clause below)

Eligible Source Countries ESC 2 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

Eligible Source Countries ESC 3 July 2024


Chennai Metro Rail Project Phase 2 Part 1-Section V
Tender No. CMRL/PP&D/CON/PHSEII/B-OCC/MISC-03/2024

shareholding or management rights or shareholders agreements or voting


agreements;
2. In case of a partnership firm, the beneficial owner is the natural person(s) who,
whether acting alone or together, or through one or more juridical person, has
ownership of entitlement to more than fifteen percent of capital or profits of the
partnership;
3. In case of an unincorporated association or body of individuals, the beneficial
owner is the natural person(s), who, whether acting alone or together, or through
one or more juridical person, has ownership of or entitlement to more than fifteen
percent of the property or capital or profits of such association or body of
individuals;
4. Where no natural person is identified under (1) or (2) or (3) above, the beneficial
owner is the relevant natural person who holds the position of senior managing
official.
5. In case of a trust, the identification of beneficial owner(s) shall include
identification of the author of the trust, the trustee, the beneficiaries with fifteen
percent or more interest in the trust and any other natural person exercising
ultimate effective control over the trust through a chain of control or ownership.
e) An Agent is a person employed to do any act for another. or to represent another in
dealings with third person.
f) The successful bidder shall not be allowed to sub-contract works to any contractor
from a country which shares a land border with India unless such contractor is
registered with the Competent Authority.
g) A Bidder is permitted to procure raw material, components, sub-assemblies etc. from
the vendors from countries which shares a land border with India. Such vendors will
not be required to be registered with the Competent Authority, as it is not regard as
‘’sub-contracting’ ’However, in case a Bidder has proposed to supply finished goods
procured directly/indirectly from the vendors from the countries sharing land border
with India, such vendor will be required to be registered with the competent authority.

Annex I: Competent Authority and Procedure for Registration

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:

Eligible Source Countries ESC 5 July 2024


Chennai Metro Rail Project Phase 2 Part 1-Section V
Tender No. CMRL/PP&D/CON/PHSEII/B-OCC/MISC-03/2024

B. PURCHASE PREFERENCE TO MAKE IN INDIA

(i) Purchase Preference to Class-I local supplier/Preference to Make in India: Only


'Class-I local supplier' and 'Class-Il local supplier', as defined below, are eligible
to participate for the subject tender.

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.

(ii) Procedure for Purchase Preference to ‘Class-I local supplier’ in procurement of


goods or works which are divisible in nature: NOT APPLICABLE 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

Eligible Source Countries ESC 6 July 2024


Chennai Metro Rail Project Phase 2 Part 1-Section V
Tender No. CMRL/PP&D/CON/PHSEII/B-OCC/MISC-03/2024

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.

(iii) Procedure for Purchase Preference to ‘Class-I local supplier’ in procurement of


goods or works which are not divisible in nature and in procurement of services
where the bid is evaluated on price alone: APPLICABLE 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 will be awarded to L1.
ii. If L1 is not ‘Class-I local supplier’, the lowest bidder among the ‘Class-I local
supplier’, will be invited to match the L1 price subject to Class-I local supplier’s
quoted price falling within the margin of purchase preference, and the contract
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,
the ‘Class-I local supplier’ with the next higher bid within the margin of
purchase preference shall be invited to match the L1 price and so on and
contract shall be awarded accordingly.
iv. In case none of the ‘Class-I local supplier’ within the margin of purchase
preference matches the L1 price, the contract may be awarded to the L1
bidder.
(iv) Minimum Local content and verification of local content

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

You might also like