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

0% found this document useful (0 votes)
34 views25 pages

Tendernotice 1

Delhi Metro Rail Corporation Limited is inviting online tenders for the provision of ticket vending services at various metro stations across multiple lines. The tender, identified as DMRC/TVS-01/2024, has an approximate cost of Rs. 172.80 Crores and requires a tender security of Rs. 25 Lakhs. Interested bidders must meet specific qualification criteria and adhere to submission timelines, with the tender submission period running from January 31, 2025, to February 7, 2025.

Uploaded by

Shaurya Chopra
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)
34 views25 pages

Tendernotice 1

Delhi Metro Rail Corporation Limited is inviting online tenders for the provision of ticket vending services at various metro stations across multiple lines. The tender, identified as DMRC/TVS-01/2024, has an approximate cost of Rs. 172.80 Crores and requires a tender security of Rs. 25 Lakhs. Interested bidders must meet specific qualification criteria and adhere to submission timelines, with the tender submission period running from January 31, 2025, to February 7, 2025.

Uploaded by

Shaurya Chopra
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/ 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.”

DELHI METRO RAIL CORPORATION LIMITED

TENDER FOR “PROVISION OF TICKET VENDING SERVICES AT VARIOUS


METRO STATIONS OF LINE-2, 3, 4, 5, 9, AEL & OTHER LOCATIONS.”

CONTRACT PACKAGE NO.DMRC/TVS-01/2024

TENDER DOCUMENTS

NOTICE INVITING TENDER (NIT)

DELHI METRO RAIL CORPORATION LTD.


5th FLOOR, A-WING, METRO BHAWAN,
FIRE BRIGADE LANE, BARAKHAMBA ROAD,
NEW DELHI-110001.

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

Clause Description Page No.


1.1 General 3
1.1.2 Key Details 3
1.1.3 Qualification Criteria 6
1.1.3.1 Eligible Applicant 6
1.1.3.2 Minimum Eligibility Criteria 16
1.1.3.4 PF & ESI Registration 20
1.1.4 Tender Documents Consist 20
Instructions for online Bid submission 23

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.”

NOTICE INVITING TENDER (NIT)


(e-Tender)

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.”

48 Months (4 Years) (further extendable by 6


months on the sole discretion of DMRC based
on satisfactory performance after the
c. Completion period of Work
performance review of services rendered by
Contractor) from the stipulated date of
commencement.
From 08.01.2025 to 07.02.2025 (upto 1500 hrs) on
e-tendering website
https://eprocure.gov.in/eprocure/app. Tender
document can only be obtained online after
d. Tender Documents on Sale : registration of tenderer on the
website https://eprocure.gov.in/eprocure/app.

For further information in this regard, Bidders are


advised to contact at 0120-4200462, 0120-
4001002/5, 0120-6277787 or 011-23417910/12.
Rs.23,600/- (inclusive of 18% GST) [Non-
Refundable]. Payment of Tender Documents
Cost/ Tender Fee is to be made only by RTGS,
NEFT & IMPS. No other mode of payment will be
accepted. The details of Bank Account of
DMRC are mentioned below of this table. The
Bidders are required to upload scanned copies
of transaction of payment of Tender
Cost of Tender Documents*
e. : Documents Cost/Tender Fee including e-
(Non-Refundable)
receipt (clearly indicating UTR No. & tender
reference i.e. DMRC/TVS-01/2024 must be
entered in the remarks at the time of online
transaction of payment, failing which payment
may not be considered) at the time of online
Bid submission. Copy of GST Registration No. to
be provided along with Tender Documents
Cost/Tender Fee.
17.01.2025 upto 17:00 hrs.
Bidders may note that seeking clarification on
the tender shall be done by sending it either on
given DMRC’s official email id i.e.
Last date of Seeking
f. : [email protected] or on e-tendering
Clarification
portal only. Seeking clarification by fax or post
will not be considered. Queries/clarifications
from prospective Bidders after due date and
time shall not be acknowledged.
21.01.2025 at 1100 hrs.
The Pre-Bid meeting shall be conducted
through videoconferencing by software apps
such as zoom.us, Cisco Webex, Microsoft
Teams etc. All prospective Bidders shall have to
g. Pre-Bid Meeting : provide the details of the person(s) (maximum
up to two) who will be participating in such
virtual meeting at least one day before the
meeting (latest by1100 hrs on 20.01.2025) to the
given DMRC’s official email i.e.
[email protected] so that links having

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.”

details such as software, meeting ID, password


etc. can be mailed to these persons at least 12
hours before the scheduled virtual pre-Bid
meeting.
Last date of issuing
h. : 28.01.2025
amendment, if any
Tender submission start date : 31.01.2025 (from
1100 hrs)
Date and Time of
i. :
submission of Tender online
Tender submission end date : 07.02.2025 (upto
1500 hrs.)
Date & Time of opening of
j. Tender online (Technical : 10.02.2025 at 1500 Hrs.
Bid)
Authority, place for Sr. GM/Contracts
submission of tender cost & Delhi Metro Rail Corporation Ltd.
Tender Security (EMD), 5th Floor, A-Wing, Metro Bhawan,
k. :
seeking clarifications on Fire Brigade Lane, Barakhamba Road,
tender documents and pre- New Delhi-110001.
Bid meeting Email id: - [email protected]
120 days from the last date of submission of
l. Validity of Tender :
tender.
From the date of issue of “Letter of
Stipulated date of
m. Acceptance” or as per the instructions of
Commencement of work
Engineer.
Will be informed later on after the evaluation of
Date & Time of opening of
n. Technical Bids (Only to the Bidders who will
Financial Bid
successfully qualify the Technical Evaluation)
Open Tenders Two Bid System (Technical &
o. Type of Tender
Financial)
Security
10% of annual accepted value of work (LOA).
p. Deposit/Performance
(As per Clause F5 of ITT)
Security
Validity of Performance 6 (Six) months beyond the expiry of the
q.
Bank Guarantee/Security Contract Period

*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.

In absence of any of the above requirements no exemption for ‘Tender Documents


Cost & Tender Security’ will be allowed and tenderers eligibility shall be dealt as if
they are not registered with MSEs.

No further clarification shall be sought on the above.

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.

1.1.3 QUALIFICATION CRITERIA


1.1.3.1 Eligible Applicant
i. The tenders for this Contract will be considered only from those Tenderers
(Proprietorship Firms, Partnerships Firms, Companies, Corporations, Consortia
or Joint Ventures) who meet requisite eligibility criteria prescribed in the sub-
Clauses of Clause 1.1.3 of NIT. In the case of a JV or Consortium, all members
of the Group shall be jointly and severally liable for the performance of whole
contract. Also, each member shall be individually responsible for its duties as
specified in the MOU/JV Agreement submitted by the Bidder in terms of
Clause 1.1.3.1 vii. (d).

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.”

Performance of each JV/Consortium partner shall also be judged on quarterly


basis. In case, the performance of the partner(s) is not found satisfactory,
actions as deemed appropriate by the Employer may be taken including
termination of Contract or termination of any of JV/Consortium member(s)
from the Contract i.e. Part Termination of the Contract. In case of part
termination of Contract, the Performance Security(ies) submitted by the
member(s) for their portion of work in Contract as per their share in
JV/Consortium shall be forfeited and the scope of the work/duties assigned to
the defaulting JV/Consortium member(s) as per the MOU/Agreement
submitted, may be terminated, however, same may be done by the
Employer only if other member(s) of JV/Consortium are ready to complete
the entire scope of work. In such a case, other member of JV may complete
remaining works pertaining to the scope of defaulting member of JV, in the
following manner: -
(i) At their own, if they have adequate technical competence to the
satisfaction of Employer.
(ii) Deleted
(iii) By induction of new member having adequate technical competence
and meeting the original tender eligibility conditions, acceptable to
the Employer in JV/Consortium replacing the defaulting member(s) &
without any financial implication to the Employer. The new member(s)
shall be jointly & severally liable for the performance of the whole
Contract and also shall submit the Performance Security from their
bank account for an amount equivalent to the amount of forfeited
amount of Performance Security of defaulting member.

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.

ii.(a) A Non-Indian Bidder [not restricted as defined in Clause 1.1.3.1(xi)] is


permitted to participate in the tender only in a Joint Venture or Consortium
arrangement with Indian Contractor or their wholly owned Indian Subsidiary
registered in India under the Companies Act, 2013. In such JV/Consortium,
Indian Contractor or Indian Subsidiary (owned by foreign Bidder) shall have
minimum 74% participation and non-Indian Bidder shall have maximum 26%
participation. Indian Contractor /Indian Subsidiary to be lead member of
JV/Consortium.
ii.(b) A tenderer shall submit only one Bid in the same tendering process, either
individually as a tenderer or as a partner of a JV. A tenderer who submits or
participates in more than one Bid will cause all of the proposals in which the
tenderer has participated to be disqualified. No tenderer can be a sub-
Contractor while submitting a Bid individually or as a partner of a JV in the
same Bidding process. A tenderer, if acting in the capacity of Sub-contractor
in any Bid, may participate in more than one Bid, but only in that capacity.

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.(a) DMRC/any other Metro Organisation (100% owned by Govt.) / Ministry of


Housing & Urban Affairs / Order of Ministry of Commerce, applicable for all
Ministries must not have banned business with the tenderer (including any
member in case of JV/consortium) as on the date of tender submission. The
tenderer should submit Undertaking to this effect in Appendix-19 of Form of
Tender.

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.

v.(c) The overall performance of the tenderer (all members in case of


JV/Consortium separately) shall be examined for all the ongoing “Similar
Works”(as defined in NIT Clause 1.1.3.2A awarded by DMRC/ any other Metro
Organisation (100% owned by Govt.)of value more than INR 17.28 Cr. of Work
and also for all the completed “Similar Works” (as defined in NIT Clause
1.1.3.2A) awarded by DMRC / any other Metro Organisation (100% owned by
Govt.) within last one year (from the last day of the previous month of tender
submission), of value more than INR 17.28 Cr. of work executed either
individually or in a JV/Consortium. The tenderer shall provide list of all such
works in the prescribed Performa given in Appendix-19A of the Form of Tender.
The tenderer (all members in case of JV/Consortium separately) may either
submit satisfactory Performance Certificate issued by the Client / Employer for
the works or give an Undertaking regarding satisfactory performance of the
work with respect to completion of work/execution of work (ongoing works)
failing which their tender submission shall not be evaluated and the tenderer
shall be considered non-responsive and non-compliant to the tender
conditions. In case of non-submission of either satisfactory Performance
Certificate from Client / Employer or Undertaking of satisfactory performance

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.(f) The tenderer (each individual member separately in case of JV/Consortium)


shall not have total amount of dispute in their pending litigation more than
Fifty percent (50%) of the tenderer’s Net Worth (each individual member
separately in case of JV/Consortium). The tenderer (each individual member
separately in case of JV/Consortium) shall be examined for all pending
litigation from all contracts completed or all ongoing contracts. The tenderer
(each individual member separately in case of JV/Consortium) shall provide
detailed information of all such pending litigations in the prescribed proforma
given in Appendix-34 of Form of Tender. The details of all pending litigation
shall comprise of all pending Arbitration cases and also all pending Court
cases irrespective of whether these litigations have been initiated by the
tenderer against their Employer/Client or by the Client/Employer against the
tenderer. The amount of disputes shall also comprise of all the claim amount
and also all counter-claim amount in such Arbitration/Court cases.

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.

vi. If there is any misrepresentation of facts with regards to Undertaking submitted


vide Appendix-19, or performance in any of the works reported in the
Appendix-19A, or Undertaking submitted vide Appendix-20 or Appendix-21,
Appendix-36 or information submitted in Appendix-34, the same will be
considered as “fraudulent practice” under Clause 4.33.1a(ii) of GCC and the
tender submission of such tenderers will be rejected besides taking further
action as per Clause 4.33.1(b) and 13.2.1 of GCC.

vii. LEAD PARTNER/NON SUBSTANTIAL PARTNERS/CHANGE IN JV/CONSORTIUM


(a) Lead partner must be a substantial partner in the JV/Consortium i.e. it should
have a minimum of 26% participation in JV/Consortium. Each substantial
partner in case of JV/Consortium shall have experience of executing at least
one "Similar Works” of minimum INR 17.28 Cr. in last 07 years. The tenderer
shall submit details of above work in the Performa of Appendix-17 & 17A of
FOT as per Notes to Clause 1.1.3.2A. of NIT.

However, in case of a joint venture (JV)/consortium comprising a parent


company and its wholly owned subsidiary(ies) including any other
company(ies), it shall not be mandatory for the wholly owned subsidiary(ies)
to have experience in executing at least one similar work valued at a
minimum of INR 17.28 Cr. within the last 07 years as defined in clause 1.1.3.2.A
of NIT. The parent company of JV/Consortium shall submit undertaking in
Appendix-38 of FOT.

(b) Each non-substantial partner should have a minimum of 20% participation in


the JV/Consortium. Partners having less than 26% participation will be termed
as non-substantial partner and their financial soundness and-work-experience
shall not be considered for evaluation of JV/Consortium. In the tender for
“Similar Works”, a Joint Venture / Consortium to qualify, each of its non-
substantial partners must have experience of executing at least one “Similar
Works” of minimum INR 8.64 Cr. in last 07 years. The tenderer shall submit
details of above work in the Performa of Appendix-17 & 17A of FOT as per
Notes to Clause 1.1.3.2 A. of NIT.
However, in case of a joint venture (JV)/consortium comprising a parent
company and its wholly owned subsidiary(ies) including any other
company(ies), it shall not be mandatory for the wholly owned subsidiary(ies)
to have experience in executing at least one Similar work valued at a
minimum of INR 8.64 Cr. within the last 07 years.
The parent company of the JV consortium shall submit undertaking in
Appendix-38 of FOT.

(c) In case of JV/Consortium, change in constitution or percentage participation


shall not be permitted at any stage after their submission of Bids. In case of
changes during tendering stage, the Bid shall be treated as non-responsive.

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.”

(d) The tenderer, in case of JV/Consortium, shall clearly and unambiguously


define the role and responsibilities for each substantial/non-substantial partner
particularly with reference to financial, technical and other obligations in the
JV Agreement/ MOU submitted vide foot note (d) of Appendix-6 of Form of
Tender and acceptable to the Employer, providing clearly that any
abrogation/subsequent re-assignment of any responsibility by any
substantive/non-substantive partner of JV/Consortium in favour of other
JV/Consortium partner or any change in constitution of partners of
JV/Consortium (without written approval of Employer) from the one given in
JV Agreement/MOU at tender stage, will be treated, as ‘Breach of Contract
condition’ and/or ‘concealment of facts’ (as the case may be), vide GCC
Clause 4.33.1 [a (ii) and (iii) and acted accordingly.
Note: - The MOU may stipulate mandatory information to be provided.
However, Bidder can include additional details/arrangements finalized
between the members in this MOU provided these additional
details/arrangements should not be in contravention of Employer's interest as
per terms & conditions of Contract. Bidder may further note that no separate
MOU/JV Agreement should be executed for the sake of working
arrangement amongst the partners other than the MOU/JV Agreement
accepted by the Employer.
In case, it comes to notice of DMRC either during or even after completion of
Work that JV/ Consortium members have either altered / modified the MOU /
JV Agreement w.r.t. to the MOU submitted at tendering stage or entered a
separate MOU/Agreement or made any other arrangement akin to a
contract without the specific approval of Employer in writing, it shall be
treated as a fraudulent practice under GCC Clause 4.33.1(a)(ii) of this tender
for which every constituent of the JV/Consortia is liable to be debarred for a
period upto three years along with such other legal actions as may be
permissible under the law. The JV/Consortium members shall submit
Undertaking to this effect in Appendix-6A of Form of Tender.
(e) The Employer in such cases, may in its sole discretion take action under
Clause 4.33.1(b) and/or under Clause 4.33.1(c) of GCC against any
member(s) for failure in tenderer’s obligation and declare that member(s) of
JV/Consortium ineligible for award of any tender in DMRC or take action to
terminate the contract in part or whole under Clause 13 of GCC as the
situation may demand and recover the cost/damages as provided in
contract.
viii.
(a) Tenderer (including any member in case of JV/consortium) has not been put
on defaulter’s list of EPF/ESI (Medical Insurance Policy to be taken if ESI is
not applicable)/GST/Labour Deptt. etc. during the last three years (from the
last day of the previous month of tender submission). The tenderer should
submit Undertaking to this effect in the Appendix-27 of Form of Tender.
(b) Tenderer (including any member in case of JV/consortium) should not be
involved in any illegal activity and/or has not been charge sheeted for any
criminal act during last three years (from the last day of the previous month of
tender submission). The tenderer should submit Undertaking to this effect in the
Appendix-27 of Form of Tender.
(c) Also, no contract of the tenderer of the value more than INR 4.32 Cr.,
executed either individually or in a JV/Consortium, should have been
foreclosed or scope under that contract is reduced by DMRC after award
during last three years (from the last day of the previous month of tender
submission) due to non-performance of the tenderer or any of JV/Consortium

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.”

members. The tenderer should submit Undertaking to this effect in Appendix-


27 of Form of Tender.

ix. Participation by Subsidiary Company / Parent Company with credential of


other Company
(a) Applicant in the capacity of a Subsidiary Company as a single entity is not
permitted to use the credential of its Parent Company and/or its Sister
Subsidiary Company/ Companies unless the Applicant participates in tender
as JV/Consortium with its Parent Company and/or its Sister Subsidiary
Company/Companies as a member(s) in JV with minimum 26% participation
each (as Substantial member) for such member(s).However, in such a case
each substantial member of JV/Consortium has to substantiate the
experience of executing at least one “Similar Works” as per the requirement
of Clause 1.1.3.1vii.(a) in their individual capacity along with all other requisite
conditions stipulated in the tender documents.
(b) Applicant in the capacity of a Parent Company as a single entity is not
permitted to use the credential of its Subsidiary Company/Companies unless
the Applicant participates in tender as JV/Consortium with its Subsidiary
Company/ Companies as a member(s) in JV with minimum 26% participation
each (as substantial member) for such member(s). However, in such a case
each substantial member of JV/Consortium has to substantiate the
experience of executing at least one “Similar Works” as per the requirement
of Clause 1.1.3.1vii (a) in their individual capacity along with all other requisite
conditions stipulated in the tender documents.

x. Purchase Preference to Class-I Local Suppliers/Preference to Make in India:


Only Class-I Local Supplier and Class-II Local Supplier are eligible to
participate/Bid in this tender.
(a) 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 16.09.2020 issued by Department for Promotion of Industry and Internal
Trade (DPIIT).
MINIMUM LOCAL CONTENT FOR CLASS-I LOCAL SUPPLIER SHALL BE 50% 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 50%, as defined under the Order No.P-45021/2/2017-PP (BE-II)
dated 16.09.2020 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
16.09.2020 issued by Department for Promotion of Industry and Internal Trade
(DPIIT).

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.

(b) 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 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 L1Bidder.

(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.

(d) 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.

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).

(e) Complaints relating to implementation of Purchase Preference


Fees for such complaints shall be Rs.2 Lakhs or 1% of the value of the local
item being procured (subject to maximum of Rs.5 Lakhs), whichever is higher.
In case the complaint is found to be incorrect, the complaint fee shall be
forfeited. In case, the complaint is upheld and found to be substantially
correct, deposited fee of the complainant would be refunded without any
interest.

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.”

b) In works contracts, including turnkey contracts, contractors 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. The definition of “contractor from a country which shares land
border with India” shall be as in Para e (iv) below.
[Note: Procurement of raw material, components, etc. does not constitute sub-
contractoring.]
a) The registration shall be valid at the time of submission of bid and at the time
of acceptance of bid. If the bidder was validly registered at the time of
acceptance/placement of order, registration shall not be a relevant
consideration during contract execution.
d) Certificate of Compliance
An undertaking shall be taken from bidders as per Appendix-33 and Appendix-33A
of FOT, certifying that the bidders fulfil all the requirements contained in the
aforesaid clause.
e) Definitions:
I. "Bidder" (including the term 'tenderer', 'consultant' 'vendor' 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.
II. “ Transfer of Technology” means dissemination and transfer of all forms of
commercially usable knowledge such as transfer of know-how, skills,
technical expertise, designs, processes and procedures, trade secrets, which
enables the acquirer of such technology to perform activities using the
transferred technology independently. (Matters of interpretation of this term
shall be referred to the Registration Committee constituted by the
Department of industry and internal Trade, and the interpretation of the
Committee shall be final.)
III. “Specified Transfer of Technology” in this tender means a transfer of technology
in the technologies, specified under Schedule-III (List of sensitive
Technologies) of the order dated 23.02.2023 referred above.
IV. "Bidder (or entity) from a country which shares a land border with India" 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

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.”

V. "Beneficial owner" 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(s), 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 the majority of the directors or to
control the management or policy decisions, including by virtue of their
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 (i) or (ii) or (iii) 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.
VI. "Agent" is a person employed to do any act for another, or to represent another
in dealings with third persons.
xii Eligible Applicant:
The tenderer shall be required to submit with his tender the copies of
registration with appropriate authorities i.e. EPF, ESI, Income Tax (PAN Card),
Service Tax, PSARA(i) and copy of GST registration in the state of Delhi(ii) or
shall submit an undertaking that he will get registered with appropriate GST
authorities in the state of Delhi(ii) in case of award of LOA to them as per
relevant act. In case of non-compliance of aforesaid requirements, the
tender is liable to be summarily rejected”.

1.1.3.2 Minimum Eligibility Criteria


A. Work Experience: The tenderers will be qualified only if they have successfully
completed or substantially completed ‘Similar Works’ during last seven years
ending last day of the month previous to the month of tender submission as
given below: -
(i) At least one ‘Similar Works’ of value of INR 34.56 Cr. or more
OR

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.”

value of work as per their percentage participation in such JV/Consortium


shall be considered.
g. If the above work(s) comprise(s)of works other than ‘Similar Works’ also, then
client’s certificate clearly indicating the amount of work done in respect of
the ‘Similar Works’ shall be furnished by the tenderer in support of work
experience along-with their tender submissions.
h. Only work experience certificate having stamp of Name and Designation of
officer along with the Name of client shall be considered for the evaluation.
However, if any work experience certificate has been issued prior to
01.07.2019, same shall be considered for evaluation even if it is not stamped.
i. After opening of financial Bids, the work experience credentials (work
experience certificate along with other documents if any) of L-1Bidder shall
be sent for verification and certification to the concerned client(s). In case,
(i) If any concealment or misrepresentation of facts have been found,
appropriate action(s) in accordance with Tender Conditions and
“Suspension/Banning Policy, August 2019” of DMRC shall be taken.
(ii) If credentials do not get verified in a period of two months from the date of
issue of Letter of Acceptance (LOA), it would be treated as resorting to
fraudulent practice by the contractor and appropriate action in accordance
with Tender Conditions and “Suspension/Banning Policy, August 2019” of
DMRC, may be taken.
The copy of “Suspension/Banning Policy, August 2019” of DMRC can be
downloaded from tender section of DMRC website i.e.
www.delhimetrorail.com”

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.

The banking reference should be from a Scheduled Banking India or in case of


foreign parties from an International Bank of repute acceptable to DMRC as
per standard performa given in FOT as Appendix-23 of FOT and it should not
more than 3 Months old as on date of submission of Bids.

The Banking Reference should be on the letter head of the Bank.

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.”

In Case of JV- Requirement of liquidity is to be distributed between members


as per their percentage participation and every member should satisfy the
minimum requirement.

Example: Let member-1 has percentage participation =M and member-2 has


percentage participation = N.

If minimum liquidity required is ‘W’ then liquidity of member-1≥ WM/100 and


liquidity of member-2 ≥ WN/100

(ii) T2- Profitability: deleted

(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.

The average annual turnover of JV will be based on percentage participation


of each member.

Example: Let member 1 has percentage participation = M and Member 2 has


percentage = N, Let the averages annual turnover of member 1 is A and that
of member 2 is B, then average annual turnover of JV will be = AM+BN
100
Notes:
 Financial data for last five audited financial years has to be uploaded by the
tenderer in Appendix-18 of Form of Tender along with audited balance sheets.
The financial data in the prescribed format shall be certified by Chartered
Accountant with his stamp, signature, membership number & Unique
Documents Identification Number (UDIN). In case audited balance sheet of
the last financial year is not made available by the Bidder, he has to submit an
affidavit (As per format provided in Appendix-18A to Form of Tender)
certifying that ‘the balance sheet has actually not been audited so far’. In
such a case the financial data of previous ‘4’ audited financial years will be
taken into consideration for evaluation. If audited balance sheet of any other
year than the last year is not uploaded, the tenderer may be considered as
non-responsive.

However, the tenderer including all substantial members of JV/Consortium


should have been incorporated more than three years earlier from the last
day of the previous month of tender submission. In this case, for such tenderer,
the average annual turnover shall be arrived considering ‘nil’ turnover for the
financial year(s) for which tenderer was not able to submit audited balance
sheet on account of non-incorporation of tenderer. Such data shall be
divided by 5 to work out the average annual turnover. In case balance sheet
of the last year has not been audited so far, then data shall be divided by 4 to
work out the average annual turnover.

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.”

 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.
 Where a work is undertaken by a group, only that portion of the contract
which is undertaken by the concerned applicant/member should be
indicated and the remaining done by the other members of the group be
excluded. This is to be substantiated with documentary evidence.

1.1.3.3 Bid Capacity Criteria: DELETED

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.

1.1.4 Tender documents consist of the following: -


a. Notice Inviting Tender (NIT)
b. Instructions to Tenderers (Including Annexures)(ITT)
c. Form of Tender (Including Appendices) (FOT)
d. General Conditions of Contract (GCC)
e. Special Conditions of Contract (SCC)
f. Employer’s Requirement(Including Appendices) (ER)
g. Bill of Quantities (BOQ)
h. Payment Terms
i. Other documents /Addendum (if any)

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.”

1.1.9 The authorized signatory of intending tenderer, as per Power of Attorney


(POA), must have valid Class-II or Class-III Digital Signature. The tender
document can only be downloaded from e-tendering portal using Class-II or
Class-III Digital Signature. However, the tenderer shall upload their tender on
https://eprocure.gov.in/eprocure/app using Class-II or Class-III Digital
Signature of the authorized signatory only.
1.1.10 Tender submissions shall be done online on
https://eprocure.gov.in/eprocure/app after uploading the mandatory
scanned copies of transaction of payment of Tender Documents Cost/ Tender
Fee (in the form of RTGS, NEFT and IMPS.) and towards Tender Security (in the
form of Bank Guarantee or Demand Draft or Banker’s Cheque or Fixed
Deposit Receipt (FDR) or RTGS/NEFT/IMPS from a Scheduled Commercial Bank
based in India) and other documents as stated in the tender document.
Instructions for online Bid submission are furnished hereinafter.
1.1.11 Submission of Tenders shall be closed on e-tendering website of DMRC at the
date & time of submission prescribed in NIT after which no tender can be
uploaded. It shall be the responsibility of the Bidder / tenderer to ensure that
his tender is uploaded online on e-tendering website
https://eprocure.gov.in/eprocure/app before the deadline of submission.
DMRC will not be responsible for non-receipt of tender documents due to any
delay and/or loss etc.
1.1.12 Tenders shall be valid for a period of 120 days (both days inclusive i.e. the
date of submission of tenders and the last date of period of validity of the
tender) from the latest Date of Submission of Tender and shall be
accompanied with a Tender Security of the requisite amount as per Clause
C17 of ITT.
1.1.13 DMRC reserves the right to accept or reject any or all proposals without
assigning any reasons. No tenderer shall have any cause of action or claim
against the DMRC for rejection of his proposal.
1.1.14 Tenderers are advised to keep in touch with e-tendering portal
https://eprocure.gov.in/eprocure/app for updates.
1.1.15 The Letter of Acceptance to the successful Bidder shall be uploaded on
procurement portal which can be downloaded by the successful Bidder.
1.1.16 For any complaints, tenderers may be lodged/uploaded vigilance related
complaint through the Vigilance Complaint Portal (VCP), whose website is
https://vcp.delhimetrorail.com
1.1.17 Tenderers are to carry out their self-assessment in respect of their capacity in
terms of manpower and finance. He may indicate separate set of
manpower in different tenders. Once a tender is accepted, resources
required for its execution shall not be accepted for assessment of other
tender. The tenderer is to consider positive variation in annual value to the
extent of 50% (rounded to nearest higher Whole number) and should be able
to take up additional similar services at short notice at the accepted rate.
Similarly the scope of work may also be reduced on account of poor
performance and contractor shall have no right for any claims due to
reduction in scope of work. Also, the deployment of manpower may be
reduced or redeployed to other locations as per requirements of DMRC.
1.1.18 Deleted
1.1.19 Tenderers should note that DMRC is concurrently inviting four (04) tenders for
Ticketing Vending Services (TVS) namely Contract No. DMRC/TVS-01/2024,
DMRC/TVS-02/2024, DMRC/TVS-03/2024 and DMRC/TVS-04/2024 (04 tenders).
Post technical evaluation, the Financial Bid of technically qualified bidders,
individually for these four (04) tenders, will be opened in the sequence of their

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.”

INSTRUCTIONS FOR ONLINE BID SUBMISSION

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.

SEARCHING FOR TENDER DOCUMENTS


1) There are various search options built in the CPP Portal, to facilitate Bidders to
search active tenders by several parameters. These parameters could include
Tender ID, Organization Name, Location, Date, Value, etc. There is also an
option of advanced search for tenders, wherein the Bidders may combine a
number of search parameters such as Organization Name, Form of Contract,
Location, Date, Other keywords etc. to search for a tender published on the
CPP Portal.
2) Once the Bidders have selected the tenders they are interested in, they may
download the required documents / tender schedules. These tenders can be
moved to the respective ‘My Tenders’ folder. This would enable the CPP
Portal to intimate the Bidders through SMS / e-mail in case there is any
corrigendum issued to the tender document.
3) The Bidder should make a note of the unique Tender ID assigned to each
tender, in case they want to obtain any clarification / help from the Helpdesk.

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.”

to be submitted, the number of documents - including the names and


content of each of the document that need to be submitted. Any deviations
from these may lead to rejection of the Bid.
3) Bidder, in advance, should get ready the Bid documents to be uploaded as
indicated in the tender document / schedule and generally, they can be in
PDF / XLS / RAR / DWF/JPG formats. Bid documents may be scanned with 100
dpi with black and white option which helps in reducing size of the scanned
document.
4) To avoid the time and effort required in uploading the same set of standard
documents which are required to be uploaded as a part of every Bid, a
provision of uploading such standard documents (e.g. PAN card copy,
annual reports, Auditor certificates etc.) has been provided to the Bidders.
Bidders can use “My Space” or ‘’Other Important Documents’’ area
available to them to upload such documents. These documents may be
directly submitted from the “My Space” area while submitting a Bid, and
need not be uploaded again and again. This will lead to a reduction in the
time required for Bid submission process.

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.”

Further this key is subjected to asymmetric encryption using buyers/Bid


openers public keys. Overall, the uploaded tender documents become
readable only after the tender opening by the authorized Bid openers.
8) The uploaded tender documents become readable only after the tender
opening by the authorized Bid openers.
9) Upon the successful and timely submission of Bids (i.e. after Clicking “Freeze
Bid Submission” in the portal), the portal will give a successful Bid submission
message & a Bid summary will be displayed with the Bid no. and the date &
time of submission of the Bid with all other relevant details.
10) The Bid summary has to be printed and kept as an acknowledgement of the
submission of the Bid. This acknowledgement may be used as an entry pass
for any Bid opening meetings.

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.

Signature Not Verified


Digitally signed by Gopal Kandoi
Date: 2025.01.07 17:17:26 IST
Location: eProcure-EPROC
Page 25 of 25

You might also like