Tendernotice 1
Tendernotice 1
TENDER DOCUMENTS
Page 1 of 25
Tender No. DMRC/TVS-01/2024 – “Provision of Ticket Vending Services at Various Metro Stations of Line-
2, 3, 4, 5, 9, AEL & Other Locations.”
INDEX
Page 2 of 25
Tender No. DMRC/TVS-01/2024 – “Provision of Ticket Vending Services at Various Metro Stations of Line-
2, 3, 4, 5, 9, AEL & Other Locations.”
1.1 GENERAL
1.1.1a)Name of the Work: Delhi Metro Rail Corporation (DMRC) Ltd. invites online
Open e-tenders from eligible applicants, who fulfill qualification criteria as
stipulated in Clause 1.1.3 of NIT, for the work Tender Package No.
DMRC/TVS-01/2024 – “PROVISION OF TICKET VENDING SERVICES AT VARIOUS
METRO STATIONS OF LINE- 2, 3, 4, 5, 9, AEL & OTHER LOCATIONS.”
1.1.1b)Successful Bidder [Contractor] may be asked to provide entire/partial services
to other Lines and upcoming Lines of Delhi Metro network, in case of any
need/ emergency.
1.1.1c)Financial Package of this tender will be opened in a manner as detailed in
Clause E5 of ITT.
1.1.2 The brief scope of the work is provided in ClauseA1 of ITT and Employer’s
Requirements. Key details of the tender are as under: -
KEY DETAILS: -
Approximate Cost of the
a. : Rs.172.80 Crores (inclusive of GST)
Works
Amount of Tender Security: Rs 25 Lakhs
Validity of Tender Security in case of BG:
21.07.2025.
Tender Security in case of BG, FDR, Demand
Draft, Banker’s Cheque (in Original) as per
Clause C18 of ITT shall be accepted only upto
1500 hrs. on 07.02.2025 in the Office of
Sr.General Manager/Contracts at the address
mentioned hereinafter.
In case of RTGS/NEFT/IMPS transactions, Bidders
shall upload the scanned copies of transaction
of payment of Tender Security/EMD including
e-receipt (indicating UTR No.) at the time of
online Bid submission. The Tender Reference
Number i.e. DMRC/TVS-01/2024 shall be clearly
Tender Security* entered in remarks/descriptions at the time of
b. :
(Earnest Money Deposit) online transaction of payment, failing which
payment may not be considered. The detail of
Bank Account of DMRC is mentioned below this
table.
Note: Bidders may note that the payment of
Tender Security shall be made from the
account of Bidder only. However, in case of
JV/Consortium, the Tender Security can either
be paid from JV/Consortium account or from
the account of one of the constituent
members of JV/Consortium.
If Tender Security is paid from any other Bank
Account than the Bank Account mentioned
above, same shall not be accepted and all
such Bids shall be considered ineligible &
summarily rejected.
Page 3 of 25
Tender No. DMRC/TVS-01/2024 – “Provision of Ticket Vending Services at Various Metro Stations of Line-
2, 3, 4, 5, 9, AEL & Other Locations.”
Page 4 of 25
Tender No. DMRC/TVS-01/2024 – “Provision of Ticket Vending Services at Various Metro Stations of Line-
2, 3, 4, 5, 9, AEL & Other Locations.”
*To facilitate payment of Tender Fee and Tender Security through RTGS, NEFT & IMPS,
the details of DMRC’s Bank Account is mentioned below: -
Name of Account
Bank’s Address Account Name & No. IFSC code
Bank Type
ECE House Branch,
Punjab DMRC Ltd. O&M
Connaught
National Expenditure A/C, Current PUNB0112000
Place, New
Bank 1120005800000032
Delhi-110001
*Tender Documents Cost and Tender Security is exempted for Bidders [Micro & Small
Enterprises (MSEs)] registered with District Industries Centre or Khadi & Village
Industries Commission or Khadi & Village Industries Board or Coir Board or National
Small Industries Corporation or Dte. Of Handicraft & Handloom or any other bodies
specified by Ministry of Micro, Small & Medium Enterprises for appropriate category
“Manpower Services” category/Class Code No. [7830] (in case of UDYAM
Certificate), and have valid registration certificate as on date of tender submission.
Page 5 of 25
Tender No. DMRC/TVS-01/2024 – “Provision of Ticket Vending Services at Various Metro Stations of Line-
2, 3, 4, 5, 9, AEL & Other Locations.”
The MSEs would not be eligible for exemption of tender security if;
Either they are not registered for appropriate “Manpower Services” category
/Class Code No. [7830] (in case of UDYAM Certificate).
Or they do not have valid registration as on the date of tender submission.
The tenderers seeking exemption from ‘Tender Documents Cost’ and ‘Tender
Security’, being MSEs, shall ensure their eligibility w.r.t. above and submit Registration
Certificate issued by the body under which they are registered which clearly
mentions category of registration “Manpower Services” category/Class Code No.
[7830] (in case of UDYAM Certificate) and Terminal Validity of registration.
Notes:
1. In case Bidder is a JV/Consortium, then registration of Bidder with the bodies
mentioned above must be in the name of JV/Consortium.
2. In case the Bidder who has been exempted for payment of Tender
Documents Cost/Tender Security, being Micro & Small Enterprise, and;
(i) withdraws his Tender during the period of Tender validity; or
(ii) becomes the successful Bidder, but fails to commence the work (for
whatsoever reasons) as per terms & conditions of Tender; or
(iii) refuses or neglects to execute the contract; or
(iv) fails to furnish the required Performance Security within the specified
time,
The Bidder shall be debarred from participating in future tenders for a period
of 1 year from the date of discharge of tender/date of cancellation of
LOA/annulment of award of Contract, as the case may be. Thereafter, on
expiry of period of debarment, the Bidder may be permitted to participate in
the procurement process only on submission of required Tender Documents
Cost/Tender Security.
Further the DMRC may advise the Authority responsible for issuing the
Exemption Certificate to take suitable actions against the Bidder such as
cancellation of Enlistment / Exemption Certificate etc.
Page 6 of 25
Tender No. DMRC/TVS-01/2024 – “Provision of Ticket Vending Services at Various Metro Stations of Line-
2, 3, 4, 5, 9, AEL & Other Locations.”
In case of (i) & (ii) above, forfeited amount of Performance Security(ies) of the
defaulting member(s) shall be submitted by other member(s) of the
JV/Consortium. Further, the performance of each of JV/Consortium member
may also be specifically stated in the Work Experience Certificate /
Performance Certificates which may be issued to the Bidder during or after
execution of Work for their Business Development purposes. In this regard, an
Undertaking by JV/Consortium members is required to be submitted as per
the format Appendix-6A of Form of Tender.
Page 7 of 25
Tender No. DMRC/TVS-01/2024 – “Provision of Ticket Vending Services at Various Metro Stations of Line-
2, 3, 4, 5, 9, AEL & Other Locations.”
iii. Tenderers shall not have a conflict of interest. All Tenderers found to have a
conflict of interest shall be disqualified. Tenderers shall be considered to have
a conflict of interest with one or more parties in this Bidding process, if: -
(a) A tenderer has been engaged by the Employer to provide consulting
services for the preparation related to procurement or implementation
of the Project;
(b) A tenderer is any associates/affiliates (inclusive of parent firms)
mentioned in sub-paragraph (a) above; or
(c) A tenderer lends, or temporarily seconds its personnel to firms or
organizations which are engaged in consulting services for the
preparation related to procurement for an implementation of the
project, if the personnel would be involved in any capacity on the
same project.
iv. The payment of the Tender Documents Cost is acceptable from any Account.
However, tenderer shall submit such transaction details along with their tender
submission on e-portal. If the same transaction reference number has been
submitted for more than one Bid, then all such Bids shall be considered
ineligible and summarily rejected.
v.(b) Also no contract of the tenderer of the value more than INR 4.32 Cr. of Work,
executed either individually or in a JV/Consortium, should have been
rescinded / terminated by DMRC / any other Metro Organisation (100%
owned by Govt.) after award during last 03 years (from the last day of the
previous month of tender submission) due to non-performance of the tenderer
or any of JV/Consortium members. The tenderer should submit Undertaking to
this effect in Appendix-19 of Form of Tender.
Page 8 of 25
Tender No. DMRC/TVS-01/2024 – “Provision of Ticket Vending Services at Various Metro Stations of Line-
2, 3, 4, 5, 9, AEL & Other Locations.”
of any of the above work, the performance of such work shall be treated as
unsatisfactory while evaluating the overall performance of tenderer in terms of
Note (b) of Appendix-19A of Form of Tender. In case of Performance
Certificate issued by the Client, same should not be older than three months
(from the last day of the previous month of tender submission) for the ongoing
works. In case the tenderer does not have any work falling in above criteria,
his performance will not be judged unsatisfactory.
v.(d) Tenderer (including any member in case of JV/consortium) for the works
awarded by DMRC/any other Metro Organisation (100% owned by Govt.)
must have been neither penalized with liquidated damages of 10% (or more)
of the contract value due to delay nor imposed with penalty of 10% (or more)
of the contract value due to any other reason in any ‘similar work’ of value
more than INR 4.32 Cr. of work, during last three years(from the last day of the
previous month of tender submission). The tenderer should submit undertaking
to this effect in Appendix-20 of Form of Tender.
v.(e) Tenderer (any member in case of JV/consortium) must not have suffered
bankruptcy/insolvency during the last 5 years (from the last day of the
previous month of tender submission). The tenderer should submit Undertaking
to this effect in Appendix-21 of Form of Tender.
v.(g) If the Tenderer or any of the constituent JV/Consortium member(s) does not
meet the criteria stated in the Appendix-19 or Appendix-19A or Appendix-20
or Appendix-21 or pending litigation criteria as per Clause 1.1.3.1 v.(f), the
tenderer including the constituent JV/Consortium member(s) shall be
considered ineligible for participation in tender process and they shall be
considered ineligible applicants in terms of Clause 1.1.3.1 of NIT.
v.(h) “The tenderers shall submit a notarized affidavit on a non-judicial stamp paper
of Rs 100 in the prescribed performs given in Appendix-36 of FOT stating that
all their statements/documents submitted along with bid are true and factual.
Non submission of affidavit by the tenderer shall result in rejection of their bid
and it shall be mandatorily incumbent upon the tenderer to identify state and
submit the supporting documents duly self-attested by which tenderer is
qualifying the minimum eligibility criteria mentioned in the Tender Document.
It will not be obligatory on the part of DMRC to scrutinize beyond the
submitted document of tenderer as far as his qualification for the tender is
Page 9 of 25
Tender No. DMRC/TVS-01/2024 – “Provision of Ticket Vending Services at Various Metro Stations of Line-
2, 3, 4, 5, 9, AEL & Other Locations.”
concerned.” The DMRC reserves the right to verify all statements, information
and documents submitted by the tenderer in his tender offer, and the
tenderer shall, when so required by the DMRC, make available all such
information, evidence and documents as may be necessary for such
verification. Any such verification or lack of such verification, by the DMRC
shall not relieve the tenderer of its obligations or liabilities hereunder nor will it
affect any rights of the DMRC thereunder.
Page 10 of 25
Tender No. DMRC/TVS-01/2024 – “Provision of Ticket Vending Services at Various Metro Stations of Line-
2, 3, 4, 5, 9, AEL & Other Locations.”
Page 11 of 25
Tender No. DMRC/TVS-01/2024 – “Provision of Ticket Vending Services at Various Metro Stations of Line-
2, 3, 4, 5, 9, AEL & Other Locations.”
Page 12 of 25
Tender No. DMRC/TVS-01/2024 – “Provision of Ticket Vending Services at Various Metro Stations of Line-
2, 3, 4, 5, 9, AEL & Other Locations.”
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.
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. The Margin of Purchase Preference shall be
20% of subject tender.
(c) 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 L1price.
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.
Page 13 of 25
Tender No. DMRC/TVS-01/2024 – “Provision of Ticket Vending Services at Various Metro Stations of Line-
2, 3, 4, 5, 9, AEL & Other Locations.”
ii. In cases 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 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 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 as Appendix-31 and Appendix-32 of FOT duly filled to be uploaded
along with the technical Bid. In case, Bidder do not upload Appendix-31 and
Appendix-32 of FOT duly filled along with their technical Bid, supplier/Bidder
shall be considered as ‘Non-Local Supplier’ and will not be eligible to
participate for estimated value of purchases upto Rs. 200 Crores except
Global tender enquiries in terms of Clause 3(b) of Order No. P-45021/2/2017-
PP(BE-II) dated 16.09.2020 issued by Department for Promotion of Industry and
Internal Trade (DPIIT).
xi. Restriction of Bidders from Countries sharing Land Borders with India under
Rule 144 (xi) of the General Financial Rules (GFRs) 2017 issued under Order
(Public Procurement No.4) No.F.7/10/2021- PPD (1) dated 23.02.2023 issued
by Procurement Policy Division, Department of Expenditure, Ministry of
Finance, Government of India: Few Salient features of this order are as below:
a) Any bidder from a country which shares a land border with India will be eligible
to bid as a member of a JV / Consortium only if the bidder is registered with
the Competent Authority. Further, any bidder (including bidder from India)
who has a specified 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. The Competent Authority for
registration will be the Registration Committee constituted by the Department
for Promotion of Industry and Internal trade (DPIIT). Political & Security
clearance from the Ministries of External and Home Affairs respectively will be
mandatory. However, above condition shall not apply to bidders from those
countries (even if sharing a land border with India) to which the Government
of India has extended lines of credit or in which the Government of India is
engaged in development projects. Updated lists of countries to which lines of
credit have been extended or in which development projects are
undertaken are given in the website of the Ministry of External Affairs.
Page 14 of 25
Tender No. DMRC/TVS-01/2024 – “Provision of Ticket Vending Services at Various Metro Stations of Line-
2, 3, 4, 5, 9, AEL & Other Locations.”
Page 15 of 25
Tender No. DMRC/TVS-01/2024 – “Provision of Ticket Vending Services at Various Metro Stations of Line-
2, 3, 4, 5, 9, AEL & Other Locations.”
Page 16 of 25
Tender No. DMRC/TVS-01/2024 – “Provision of Ticket Vending Services at Various Metro Stations of Line-
2, 3, 4, 5, 9, AEL & Other Locations.”
(ii) Two ‘Similar Works’ each of value of INR 21.60 Cr. or more
OR
(iii) Three ‘Similar Works’ each of value of INR 17.28 Cr. or more.
‘Similar Works’ for this contract shall be works involving “Supply of Skilled Category
manpower for works involving ticketing services:
At Metro Rail/ Railways / Road Transportation System /At Parking Lots /At any
other Commercial / Public places
Wherein work of issuance of tickets on collection of applicable charges is done
/ executed”.
If the tenderer is a JV/Consortium having foreign partner(s) and above work(s)
have been executed by the foreign partner of JV and the work(s) were done in
the country of the foreign partner, then in addition to this the foreign partner must
have executed works (which need not be similar in nature) of total put together
of value INR 17.28 crore or more outside the country of the foreign partner.
Notes:
a. The Work experience of only substantial partner (partner with share of 26% or
more in the JV/Consortium) shall be considered for evaluating of
JV/Consortium
b. Substantial completion shall be 80% (value wise) or more works completed
under the contract based on Original Scope of Work / Revised Scope of
Work, whichever is less.
c. The tenderer shall submit details of works executed by them in the Performa
prescribed in Appendix-17 & 17A of FOT for the works to be considered for
qualification of work experience criteria. Documentary proof such as
Completion Certificate/ Substantial Completion Certificate from client clearly
indicating the nature/scope of work, actual completion cost/value of
actually executed works and actual date of completion (in case of
completed works) for such work should be submitted. The offers submitted
without this documentary proof shall not be evaluated. In case the work is
executed for private client, in addition to above documents, copy of work
order, bill of quantities, bill wise details of payment received certified by CA,
containing the details of TDS (Tax deducted at Source) referring the relevant
entry/ies in the T.D.S certificates (26AS), TDS Certificates for all payments
received and copy of final/last bill paid by client shall also be submitted. Any
certification or document required to be provided by CA, must contain UDIN
thereon and the particulars of certifications must be same as mentioned on
document/certification and submitted to ICAI on its website which can be
verified online.
d. In case of any Composite Work (work involving other than ‘Similar Works’
also),value of successfully completed or substantially completed portion of
similar work up to last day of the month previous to the month of tender
submission shall be considered for qualification of Work Experience Criteria.
e. For completed Works, value of work done shall be updated to last day of the
month previous to the month of tender submission price level assuming 5%
inflation for Indian Rupees every year and 2% for foreign currency portions per
year. The exchange rate of foreign currency shall be applicable 28 days
before the submission date of tender.
f. In case of Joint Venture / Consortium, full value of the work, if done by the
same Joint Venture shall be considered. However, if the qualifying work(s)
were done by them in JV/Consortium having different constituents, then the
Page 17 of 25
Tender No. DMRC/TVS-01/2024 – “Provision of Ticket Vending Services at Various Metro Stations of Line-
2, 3, 4, 5, 9, AEL & Other Locations.”
B. Financial Standing: The tenderers will be qualified only if they have minimum
financial capabilities as below:-
(i) T1-Liquidity: It is necessary that the firm can withstand cash flow that the
contract will require until payments received from the Employer. Liquidity
therefore becomes an important consideration.
This shall be seen from the last audited balance sheet and/or from the
banking reference. Net current assets and/or documents including banking
reference (as per proforma given in Appendix-23 of Form of Tender), should
show that the applicant has access to or has available liquid assets, lines of
credit and other financial means to meet cash flow of Rs.6.18 Crore for this
contract, net of applicant’s commitments for other contracts. Banking
reference should contain in clear terms the amount that bank will be in a
position to lend for this work to the applicant/member of the Joint
Venture/Consortium. In case the Net Current Assets (as seen from the Balance
Sheets) are negative, only the Banking references will be considered.
Otherwise the aggregate of the Net Current Assets and submitted Banking
references will be considered for working out the Liquidity.
Page 18 of 25
Tender No. DMRC/TVS-01/2024 – “Provision of Ticket Vending Services at Various Metro Stations of Line-
2, 3, 4, 5, 9, AEL & Other Locations.”
(iii) T3-Net Worth: Net Worth of tenderer during last audited financial year should
be ≥ Rs.8.64 crore
In case of JV- Net worth will be based on the percentage participation of
each Member.
Example: Let Member-1 has percentage participation = M and Member-2 has
= N. Let the Net worth of Member-1 is ‘A’ and that of Member-2 is ‘B’, then the
Net worth of JV will be = (AM+BN)/100.
(iv) T4- Annual Turnover: The average annual turnover of the tenderer during last
five audited financial years should be ≥ Rs. 34.56 Crore.
Page 19 of 25
Tender No. DMRC/TVS-01/2024 – “Provision of Ticket Vending Services at Various Metro Stations of Line-
2, 3, 4, 5, 9, AEL & Other Locations.”
1.1.3.4 PF & ESI Registration: The tenderers will be qualified only if they are registered
with PF and ESI authorities. They have to submit attested copy of the
certificate of registration with PF and ESI authorities.
1.1.3.5 DELETED
1.1.3.6 The tenderers, who do not qualify the Minimum Eligibility Criteria stipulated in
the Clauses 1.1.3.2 above, shall not be considered for further evaluation and
therefore rejected. The mere fact that the tenderer is qualified as mentioned
in Sub-Clause 1.1.3.2 shall not imply that his Bid shall automatically be
accepted. The same should contain all technical data as required for
consideration of tender prescribed in the ITT.
1.1.5 Deleted
1.1.6 The Tenderers may obtain further information/ clarification, if any, in respect
of these tender documents from the office of Sr. General Manager/Contracts,
Delhi Metro Rail Corporation, 5th Floor, A-Wing, Metro Bhawan, Fire Brigade
Lane, Barakhamba Road, New Delhi-110001.
1.1.7 All Tenderers are hereby cautioned that tenders containing any material
deviation or reservations as described in Clause E4.4 of “Instructions to
Tenderers” and/or minor deviation without quoting the cost of withdrawal
shall be considered as non-responsive and is liable to be rejected.
1.1.8 The intending tenderers must be registered on e-tendering portal
https://eprocure.gov.in/eprocure/app. Those who are not registered on the
e-tendering portal shall be required to get registered beforehand. After
registration, the tenderer will get user id and password. On login, tenderer can
participate in tendering process and can witness various activities of the
process.
Page 20 of 25
Tender No. DMRC/TVS-01/2024 – “Provision of Ticket Vending Services at Various Metro Stations of Line-
2, 3, 4, 5, 9, AEL & Other Locations.”
Page 21 of 25
Tender No. DMRC/TVS-01/2024 – “Provision of Ticket Vending Services at Various Metro Stations of Line-
2, 3, 4, 5, 9, AEL & Other Locations.”
numbers only, i.e. firstly the Financial Bid of Tender No. DMRC/TVS-01/2024 will
be opened, then Financial Bid of Tender No. DMRC/TVS-02/2024, then
Financial Bid of Tender No. DMRC/TVS-03/2024 and finally Financial Bid of
Tender No. DMRC/TVS-04/2024 will be opened. Tenderers must note that
maximum one (1) tender out of these four tenders will be awarded to one
Bidder either in individual capacity or in Joint Venture (JV)/Consortium, while
they can participate in all the four (04) tenders. Tenderers are cautioned that
this condition will also be applicable even if some member(s) of the
JV/Consortium are different in respective tenders. The Financial Bid(s) of the
tenderer(s) who have been awarded one of the aforesaid tenders, shall not
be opened for the remaining tenders.
Sr.GM/Contracts
Delhi Metro Rail Corporation Limited
Page 22 of 25
Tender No. DMRC/TVS-01/2024 – “Provision of Ticket Vending Services at Various Metro Stations of Line-
2, 3, 4, 5, 9, AEL & Other Locations.”
The Bidders are required to submit soft copies of their Bids electronically on the CPP
Portal, using valid Digital Signature Certificates. The instructions given below are
meant to assist the Bidders in registering on the CPP Portal, prepare their Bids in
accordance with the requirements and submitting their Bids online on the CPP
Portal.
More information useful for submitting online Bids on the CPP Portal may be obtained
at: https://eprocure.gov.in/eprocure/app.
REGISTRATION
1) Bidders are required to enroll on the e-Procurement module of the Central
Public Procurement Portal (URL: https://eprocure.gov.in/eprocure/app) by
clicking on the link “Online Bidder Enrollment” on the CPP Portal which is free
of charge.
2) As part of the enrolment process, the Bidders will be required to choose a
unique username and assign a password for their accounts.
3) Bidders are advised to register their valid email address and mobile numbers
as part of the registration process. These would be used for any
communication from the CPP Portal.
4) Upon enrolment, the Bidders will be required to register their valid Digital
Signature Certificate (Class-II or Class-III Certificates with signing key usage)
issued by any Certifying Authority recognized by CCA India (e.g. Sify / nCode
/ eMudhra etc.), with their profile.
5) Only one valid DSC should be registered by a Bidder. Please note that the
Bidders are responsible to ensure that they do not lend their DSC’s to others
which may lead to misuse.
6) Bidder then logs in to the site through the secured log-in by entering their user
ID / password and the password of the DSC / e-Token.
PREPARATION OF BIDS
1) Bidder should take into account any corrigendum published on the tender
document before submitting their Bids.
2) Please go through the tender advertisement and the tender document
carefully to understand the documents required to be submitted as part of
the Bid. Please note the number of covers in which the Bid documents have
Page 23 of 25
Tender No. DMRC/TVS-01/2024 – “Provision of Ticket Vending Services at Various Metro Stations of Line-
2, 3, 4, 5, 9, AEL & Other Locations.”
SUBMISSION OF BIDS
1) Bidder should log into the site well in advance for Bid submission so that they
can upload the Bid in time i.e. on or before the Bid submission time. Bidder will
be responsible for any delay due to other issues.
2) The Bidder has to digitally sign and upload the required Bid documents one
by one as indicated in the tender document.
3) Tender Fee /Cost of Tender Documents: Bidder has to select the instrument
type & enter the details of transaction of payment of tender fee / Tender
Documents cost done by RTGS / NEFT / IMPS as applicable and upload
scanned copy of transaction receipt as documentary proof for payment. For
further details tenderer may refer Clause C18 of ITT of the Tender Documents.
4) Tender Security / Earnest Money Deposit (EMD): Bidder should submit the
EMD/Tender Security as per the instructions specified in Clause C18 of ITT of
the Tender Documents.
5) Bidders are requested to note that they should necessarily submit their
Financial Bids in the format provided and no other format is acceptable. If the
price Bid has been given as a standard BOQ format with the tender
document, then the same is to be downloaded and to be filled by all the
Bidders. Bidders are required to download the BOQ file, open it and complete
the white coloured (unprotected) cells with their respective financial quotes
and other details (such as name of the Bidder). No other cells should be
changed. Once the details have been completed, the Bidder should save it
and submit it online, without changing the filename. If the BOQ file is found to
be modified by the Bidder, the Bid will be rejected.
6) The server time (which is displayed on the Bidders’ dashboard) will be
considered as the standard time for referencing the deadlines for submission
of the Bids by the Bidders, opening of Bids etc. The Bidders should follow this
time during Bid submission.
7) All the documents being uploaded by the Bidders would be encrypted using
PKI encryption techniques to ensure the secrecy of the data. The data
entered cannot be viewed by unauthorized persons until the time of Bid
opening. The confidentiality of the Bids is maintained using the secured
Socket Layer 128 bit encryption technology. Data storage encryption of
sensitive fields is done. Any Bid document that is uploaded to the server is
subjected to symmetric encryption using a system generated symmetric key.
Page 24 of 25
Tender No. DMRC/TVS-01/2024 – “Provision of Ticket Vending Services at Various Metro Stations of Line-
2, 3, 4, 5, 9, AEL & Other Locations.”
ASSISTANCE TO BIDDERS
a. Any queries relating to the Tender Documents and the terms and conditions
contained therein should be addressed to the Tender Inviting Authority for a
tender or the relevant contact person indicated in the tender.
b. Any queries relating to the process of online Bid submission or queries relating
to CPP Portal in general may be directed to the 24x7 CPP Portal Helpdesk.
c. For any Technical queries related to Operation of the Central Public
Procurement Portal Contact at: -
Mobile Numbers: 91 7878007972, 91 7878007973, 91 7574889871, 91
7574889874, 91 8826246593 Tel: The 24 x 7 Toll Free Telephonic Help Desk
Number 1800 3070 2232. Other Tel: 0120-4200462, 0120-4001002. E-Mail: cppp-
nic[at]nic[dot]in.