Ac02 Itt
Ac02 Itt
TENDER DOCUMENTS
VOLUME 1-A
INSTRUCTION TO TENDERERS
(ITT)
INSTRUCTION TO TENDERERS
TENDER DOCUMENTS
PREPARATION OF TENDERS
1
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
AWARD OF CONTRACT
27.0 Award Criteria .............................................................................................................................35
28.0 Employer's Right to Accept any Tender and to Reject any or All Tenders..........................36
29.0 Notification of Award .................................................................................................................37
30.0 Signing of Agreement ................................................................................................................38
31.0 Performance Security ................................................................................................................39
Checklist of documents to be submitted with the tender (Appendix- I) .................................................40
Index on Proforma of Forms General and Qualification Particulars .................................................... 41
Form of Tender with Appendix ( Form -A) ................................................................................................43
Resources Proposed for the Project-Plant & Equipment ( Form T-V) .................................. 69
2
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
From CH:15738 m to 20900 m on Corridor-2 (including viaducts at Ashok Nagar - KK Nagar and
SIDCO stations but excluding 600m viaducts at Alandur station) for a length of 4562 m.
1.0 GENERAL
1.1 Introduction
CMRL invites sealed tenders under two packet tendering system. Tender documents consist of five
volumes along with Annexures, Appendices as described in Clause 1.1.5 of NIT. Tenders shall be
prepared and submitted in accordance with the instructions given herein.
1.2 Key Relevant information and address for purchase of documents, correspondence and
submission of Tender are provided in NIT. More details are as follows:
(a) Period for which the tender is to be kept valid (Clause 12.0 of ITT) is 120 days from
the date of submission of tender.
(b) Period of commencement of work (Form A) 15 days from the date of issue of "Letter
of acceptance" or as indicated in the letter of acceptance.
(c) “Time for Completion of the Works” (Form A) 730 days from the Commencement
Date
3
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
2.1 This invitation to Tender is open to only those agencies who fulfill the eligibility prescribed
criteria as summarized in clause 1.1.3 of NIT.
2.1.1 Each agency shall submit only one tender either himself or as a Lead Partner/ Lead
Constituent in a joint venture/ consortium for the work. The Tenderer who submits more than
one tender for the same work will be disqualified.
2.2.1 In the case of tender by a joint venture of two or more firms or companies as partners or as
members of a consortium as the case may be, joint venture data must be furnished in the
format prescribed (Form T-I) along with the documents as mentioned therein. The following
requirements shall also be complied with:
a. the tender, and, in the case of a successful tender, the Form of Agreement, shall be
individually signed so as to be legally binding on all partners/constituents as the case may
be.
b. in case of partnership, one of the partners shall be nominated as being In-charge as Lead
or Prime Partner and this authorization shall be evidenced by submitting a power of
attorney signed by the partners or legally authorized signatories of all the partners.
d. Details of the intended percentage participation given by each member, with complete
details of the proposed division of responsibilities and corporate relationships among the
individual members shall be provided in case of a consortium/joint venture.
e. the partner In-charge or the person In-charge as aforesaid shall be authorized to incur
liabilities and receive instructions for and on behalf of any and all the partners of the joint
venture or constituents of the consortium and the entire execution of the contract including
payment shall be carried out exclusively through the partner In-charge of Joint Venture and
person In-charge of a consortium.
f. all partners of the joint venture or constituents of the consortium shall be liable jointly and
severally for the execution of the Contract.
g. in the event of default by any partner in the case of a joint venture and constituent in the
case of a consortium in the execution of his part of the Contract, the partner/person In-
charge will have the authority to assign the work to any other party acceptable to the
Employer to ensure the execution of that part of the Contract.
4
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
h. a copy of the MoU agreement entered into by the joint venture/ consortium partners duly
notarised shall be submitted along with the tender with details of Lead Member, details of
percentage participation and responsibility of each member etc.
2.2.2 To qualify for award of Contract, the Tenderers shall submit a written power of attorney
authorizing the signatory (ies) of the tender to commit the Tenderer or each member of the
partnership, consortium or joint venture. In case of Foreign Partners, Power of Attorney(s)
and Board Resolutions confirming authority on the persons issuing the Power of Attorney for
such actions, shall be submitted duly notarised by the notary public in the country of origin
and stamped by the Indian Embassy / High Commission.
2.5 Each Tenderer, or any associate will be required to confirm and declare in the tender
submittal they have not engaged in any fraudulent and corrupt practice as defined in Clause
15.5 of the Conditions of Contract Part I and that no agent, middleman or any intermediary
has been, or will be, engaged to provide any services, or any other items of work related to
the award and performance of this contract.
5
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
6
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
4.1 Any site information given in this tender document is for guidance only. The Tenderer is
advised to visit and examine the Site of Works and its surroundings at his/their
responsibility, risk and cost and obtain for himself on his own responsibility, all information
that may be necessary for preparing the tender and entering into a Contract.
4.2 The Tenderer shall be deemed to have inspected the Site and its surroundings beforehand
and taken into account all relevant factors pertaining to the Site in the preparation and
submission of his Tender.
4.3 Geotechnical Data in Vol-3 of tender and details of utilities are based on the surveys
conducted by RITES and for reference only. This being a Design and Build Contract,
tenderer is expected to satisfy himself with data furnished and if required carry out
investigations independently for submitting his offer or during execution. Any change in
design or construction methodology later during execution on account of change will be
borne by the Contractor.
7
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
The Tenderer is expected to examine carefully all the contents of the tender documents from
Volume 1 to Volume 5 including instructions, conditions, forms, terms, specifications and
drawings and take them fully into account before submitting his offer. Failure to comply with
the requirements as detailed in these documents shall be at the Tenderer‟s risk. Tenders,
which are not responsive to the requirements of the tender documents, will be rejected.
8
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
6.1 While all efforts have been made to avoid errors in the drafting of the tender documents, the
Tenderer is advised to check the same carefully and seek clarifications within the scheduled
period. No claim on account of any errors detected in the tender documents shall be
entertained.
6.2 A Tenderer requiring any clarification of the tender documents including any error or
mismatch in the tender documents, may notify the CMRL in writing or fax at the mailing
address indicated in NIT. The CMRL will respond in writing to any request for clarification
received in writing from tenderers prior to dead line. Written copies of the CMRL response
will be sent to all prospective Tenderers who have purchased the tender documents and will
also be posted on web site of Chennai Metro Rail Limited or on
www.tenders.tn.gov.in.
9
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
During the tender period, the Employer may issue further instructions to Tenderers or any
modifications to existing tender documents in the form of an addendum. Such an
amendment in the form of an addendum will be sent in writing or by Tele-fax to all
prospective Tenderers who have purchased the tender document in the tender period and
also be posted on web site of Chennai Metro Rail Limited or on
www.tenders.tn.gov.in.
In order to afford prospective Tenderers reasonable time for preparing their tenders after
taking into account such amendments, the Employer may, at his discretion, extend the
deadline for the submission of tenders in accordance with Sub-clause 18.1.
10
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
PREPARATION OF TENDERS
11
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
9.1.1 The technical package, clearly labeled as “TECHNICAL PACKAGE”, shall comprise the
followings :
(b) Attested Copy of Power of Attorney (in favour of the Authorised Signatory of the
Tenderer)
(d) The Memorandum of Understanding (MOU) for the consortium or joint venture.
(i) Total value of all on-going contracts to be given in the format prescribed (Form T-
VI)
(ii) All financial data in the prescribed format F1 shall be certified by Chartered
Accountant along with his signature and seal.
(f) Attested copy of the registration certificate and clearance certificate under Tamil Nadu
Govt: VAT Tax Act, 2005 is required to be submitted. In case of Joint
ventures/consortia, the above is required to be submitted by all partners of the same.
In case of the foreign based, contractors shall be required to submit the necessary
documents as applicable to them according to Tamil Nadu VAT Act 2005. As per
Tamil Nadu Govt: VAT Act, the party who is executing work in Tamil Nadu Govt: has
to have registration with TNVAT authorities of Tamil Nadu Govt. If a tenderer is from
outside the Tamil Nadu State and intends to participate in CMRL tender, he can be
permitted provided he gives an undertaking to the fact that he will get himself
registered with Tamil Nadu State Govt: VAT authorities, in the event of issue of Letter
of acceptance to the tenderer and shall submit registration number before claiming
initial advance or first payment whichever is earlier. In the absence of registration
detail with Tamil Nadu Govt: VAT Department, EPF authority, first payment shall not
be released.
12
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
(a) An organization chart with assignment of each key staff member (identified by name),
duration & timing together with clear description of the responsibilities of each key
staff member within the overall work programme. The organization chart must include
a Quality Control Team who is responsible in checking verifying and endorsing
construction before subsequent works is allowed to commence as per the Quality
Assurance Plan; the team must be responsible to the top management of the
organizing direct and delegated with the authority to suspend works as necessary.
The minimum level of supervision and qualification/experience of site-staff are given
under Form-T-III-B.
(b) The name, background and professional experience of each key staff member to be
assigned to the project, with particular reference to his experience of a nature similar
to that of the proposed assignment. The majority of the key staff shall be regular
members of the firm for at least six months (Form T-III-A).
(c) Names and addresses of Sub-contractors who are proposed to be engaged for
execution of different types of works as well as the details of the experience and past
performance of such Sub-contractors will be required to be furnished in accordance
with Clause 4.5 of Conditions of Contract Part I in the format prescribed (Form T-II).
This information shall be given for all critical items of works on/off site irrespective of
the status of the Sub-contractors in the Tender. The total sub-contracting shall not
exceed 50% of the value of work. In case of sub-contractors the complete details as
per the format prescribed (Form T-II) will be furnished.
(d) Details of Plant & Equipment assessed as required for the Tendered Work as well as
those available as on date in the format prescribed (Form T-V). Major Plant &
Equipments are to be provided as per the minimum scale indicated in For T-V. Any
proposal with major Plant & Equipment lesser than specified will not be acceptable.
(e) Tender documents from Volume 1 to Volume 5 (as listed in NIT) except Volume 3
(BOQ) with each page duly signed and stamped:
ii. The general approach and methodology proposed for carrying out the services
covered in the Scope of Work, including such detailed information as deemed
relevant.
13
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
The Works Programme given in the tender shall not in any event be construed
as a submission of the Works Programme as required to be furnished
according to the Employer‟s requirements.
i. The Tenderers shall submit their corporate quality policy document duly signed
by the corporate head or authorized person.
ii. The Tenderers shall submit an OUTLINE Quality Plan, illustrating the intended
means of compliance as per CMRL stringent quality requirements as and
setting out in summary form an adequate basis for the development of the more
detailed document. The Outline Quality Plan shall contain sufficient information
to demonstrate clearly the proposed method of achieving the Tenderer‟s Quality
objectives with regard to the requirements of the contract and shall, as a
minimum, address the quality system elements as required by ISO 9001 – 2008
– “Quality Management Systems - Requirements”.
Details of the quality assurance system and organization to enforce the same
(Tenderer may furnish the details in a narrative form).
iii. The Quality Assurance Plan must incorporate a Quality Control team who is
responsible for independent check on Temporary Works and Permanent Works
which are identified as Hold Point in the Quality Assurance Plan, prior to checks
to be conducted by CMRL / nominated agencies.
iv. The contractor shall also associate for the checks conducted by CMRL /
nominated agencies for the QA and take necessary steps for improvement/
confirmation.
i. The tender shall submit as part of his tender on Outline Safety, Health and
Environmental Plan separately illustrating the intended means of compliance
with Clause 19 of Conditions of Contract Part II , setting out in summary
form an adequate basis for the development of the more detailed document
to be submitted under sub clause (iv) of this clause. The Outline Safety,
14
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
ii. The Outline Safety, Health and Environmental Plan shall be headed with a
formal statement of policy in relation to Safety, Health and Environmental
Management separately and signed by their corporate head or authorized
representative. The Outline Safety, Health and Environmental Plan shall
include the methods and procedures for ensuring Safety, Health and
Environment Impact monitoring of works under the contract.
iii. The Site Safety, Health and Environmental Plan shall include detailed
policies and procedures which when implemented, will ensure compliance
with Clause 19 of Conditions on Contract (Part II) and SHE Manual of the
Employer.
iv. The contractor should associate themselves with any Safety checks
undertaken by the Employer or any agency nominated by it for Safety and
take necessary steps for improvement / confirmation.
The Tenderer must provide and attest information on safety performance in Tender
Form T-IX within the last 5 years ending 30/06/2009.
(j) Past Expereince of the Designer and the Independent Checking Engineer
The tenderers shall submit the past experience of the Designer and the Independent
Checking Engineer in the format prescribed (Form T-VIII A & B)
9.2.1 The financial package, clearly labeled as “ FINANCIAL PACKAGE” will contain the following:
9.2.2 The financial proposal should be separately completed, each page duly signed and stamped
and submitted in a separate sealed envelope. The prices shall be entered at the prescribed
place in the Form of Tender and the BOQ enclosed. These prices should include all costs
associated with the contract except Value Added Tax (VAT), which will be reimbursed at
actuals.
9.2.3 Documents to be submitted by the Tenderer under technical and financial packages have
been described under the respective Clauses 9.1 and 9.2. This list of documents has been
prepared for the convenience of the Tenderer and any omission on the part of the Employer
15
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
shall not absolve the Tenderer of his responsibility of going through the various clauses in
the Tender Documents including the specifications and to submit all the details specifically
called for (or implied) in those clauses.
9.2.4 In the case of a joint venture/consortium, information as required under Clause 2.2, in
respect of each partner/company including Forms T-II to T-VI will be required to be
furnished. Additional sheets may be used where necessary.
9.2.5 The contractor shall effect and maintain professional indemnity insurance for the amount in
Indian rupees equal to 3% of the contract value against Schedule “A” of BOQ in respect of
“design and construct” to be carried out by or on behalf of them. The contractor shall
produce evidence of coverage of the professional indemnity insurance before any payment
is released to them. The insurance which shall ensure the contractor‟s liability by reason of
professional negligence and errors in design and construction of works, shall be valid from
the date of commencement of works until two years after commissioning of work.
16
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
The Contract shall be for the whole works as described in scope of work. The Tenderer shall
fill in rates and prices for all items of Works described in the Bills of Quantities. Corrections if
any shall be made by crossing out, initialing, dating and rewriting. The Tender prices shall be
governed by Clause 13.1 of Conditions of Contract Part I and shall be subject to limitations
of Clauses 23, 24 and 25 of the Conditions of Contract Part II and nothing extra which is not
included in the contract price shall be payable.
10.1 The Tenderer is required to quote for all the items as per Conditions of Contract Part I and
relevant Clauses of Conditions of Contract Part II.
10.2 The rate for each item shall be reasonable and not unbalanced. Should the Employer‟s
Representative / Employer come across any unbalanced rates, he may require the Tenderer
to furnish detailed analysis to justify the same. If after its examination, the Employer‟s
Representative / Employer still feels the rates to be unbalanced, he may ask the Tenderer
for additional Performance Security or other safeguards to protect Employer‟s interest
against financial loss failing which, his tender shall be liable to be rejected by the Employer,
who may award the Contract to any other Tenderer.
10.3 The Tenderer shall keep the contents of his tender and rates quoted by him confidential.
10.4 The Tenderer shall utilize Indian labour, staff and materials to the maximum extent possible
in execution of Works.
10.5 The Tenderer should quote his rates inclusive of all taxes, duties, royalties etc. TN VAT is to
be quoted separately in the financial offer. It should be noted that CMRL may receive
exemption or reimbursement of certain duties and taxes. The successful Tenderer (the
Contractor) shall maintain meticulous records of all the taxes and duties paid and provide
the same as and when required by the Employer to seek reimbursement. Alternatively, the
Employer may direct the Contractor to get the reimbursements based on exemption
certificates / government‟s order and it shall be obligatory on part of the Contractor to get the
exemptions / reimbursements as the case may be and pass it on to CMRL.
10.6 “Chennnai Metro Rail Limited, a Non-Government Railway, is executing the work under the
“Metro Railways (Construction of Works) Act, 1978” extended to Chennai Metro. Tenderers
are requested to study the Section 65 & 66 of Finance Act, 2005 (budget 2005-06)
regarding Applicability of Service Tax along with the relevant circulars and instructions in the
matter issued by Ministry of Finance, Department of Revenue and bid accordingly.”
17
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
18
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
12.1 The tender shall remain valid and open for acceptance for a period of 120 days from the
Last date of submission of tender as indicated in NIT.
12.2 In exceptional circumstances, prior to expiry of the original tender validity period, the
Employer may request the Tenderers for a specified extension in the period of validity in
writing or by Tele-fax. A Tenderer may refuse the request without forfeiting his tender
security. A Tenderer agreeing to the request, shall not be required or permitted to modify his
tender but will be required to extend the validity of his tender security correspondingly.
19
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
13.1 The Tenderer shall furnish with his tender, as tender security, a Tender Guarantee in form of
Bank Draft in favour of CMRL payable at Chennai from a Scheduled Commercial Bank
based in India or Fixed Deposit Receipt of a Scheduled Commercial bank / Post office based
in India duly pledged in favour of CMRL or in the form of an irrevocable Bank Guarantee
issued by a Scheduled Commercial Bank based in India for the amount mentioned in Notice
Inviting Tender in the form of tender security (Form B) included in this volume of tender
documents. In case of joint venture/consortia tender security shall be in the name of joint
venture/consortia. The Tender Guarantee shall remain valid for 30 days beyond the validity
period of the tender.)
13.2 The Tender Security shall be submitted in a separate envelope super scribed “Tender
security for --------------------------------------------------------------------(Name of Work as mentioned
under Clause 1.1.1 of NIT) ".
13.3 Any tender not accompanied by an acceptable tender security will be summarily rejected.
13.5 The tender security of the successful Tenderer shall be returned upon the Tenderer
executing the Contract Agreement after furnishing the required performance guarantee for
performance, as per the Contract.
b. if the tenderer does not accept the correction of his tendered price in terms of Clause
26.0.
ii. Enter into the Contract within the time limit specified.
13.7 No interest will be payable by the Employer on the tender security amount cited above.
20
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
The Tenderer shall submit his tender without any conditions, deviations etc to the tender
documents. Minor deviations if any shall be in the form of Form C.
21
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
15.2 Pre-Tender meeting will be held in CMRL office on the date as shown in item 1.1.1 of the
Notice Inviting Tender.
22
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
16.1.2 If the tender is submitted by a firm in partnership, it shall be signed by a partner holding the
power of Attorney for the firm. A certified copy of the Partnership deed and power of attorney
shall accompany the tender. Alternatively, it shall be signed by all the partners.
16.1.3 If the tender is submitted by a limited company or a limited corporation, it shall be signed by
a duly authorized person holding the power of attorney for the firm. A certified copy of the
power of attorney shall accompany the tender.
16.1.4 If a tender is submitted by a joint venture or consortium of two or more firms, it shall submit
complete information pertaining to each firm in the joint venture or consortium and state
along with the tender as to which one of the firms shall have the responsibility for tendering
and for completion and due performance of the Contract and also furnish evidence
admissible in law in respect of the authority assigned to such firm on behalf of the joint
venture or consortium for tendering, completion and due performance of the Contract, All
members shall be jointly and severally responsible for all aspects of the Tender and the
consequent Contract.
16.2 All amendments/corrections/ overwriting shall be initialed by the person or persons signing
the tender.
16.3 All witnesses and sureties shall be persons of status and probity and their full names,
occupations and addresses shall be written below their signatures.
23
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
17.1 The tenderer shall submit the tender on the tender documents issued by CMRL in original,
marked as „ORIGINAL‟ and shall submit another copy marked as „COPY‟ (copy should be
photocopy of the original). Each set containing the two packages, TECHNICAL PACKAGE
and FINANCIAL PACKAGE shall be sealed in two separate envelopes clearly marked as
“Original” and “Copy‟. The two envelopes, shall be wrapped in an outer envelope addressed
to Officer on Special Duty, CMRL duly super scribing on top, tender number, name of work,
time and date for submission and time and date for opening. The envelope should also bear
the name and address of the Tenderer.
The contents of Technical Package and Financial Package shall be as detailed under Clauses
9.1and 9.2 herein.
17.2 No responsibility will be accepted by the Employer / Employer‟s Representaive for the
misplacement or premature opening of a tender, not sealed or marked as per aforesaid
instructions.
24
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
Officer on Special Duty, Chennai Metro Rail Limited., 11/6 Seethammal Road, Alwarpet,
Chennai-600018 before scheduled time and last date for submission.
The Employer / Employer‟s Representative may, at his discretion, extend this date for the
submission of tender by amending the Tender Documents in which case all rights and
obligations of the Employer and the Tenderer previously subject to the original date shall
thereafter be subject to the new deadline as extended. If such nominated date for
submission of tender is subsequently declared as a Public Holiday by the Employer, the next
official working day shall be deemed as the date for submission of tender.
18.2 Tenders as sealed above shall be submitted in person to Office of Officer on Special Duty,
CMRL. The Employer cannot take any cognizance and shall not be responsible for delay in
transit.
18.3 Tenders shall ensure submission of the necessary document as mentioned in the check list
(Appendix-I) and fill the Appendix form-I properly.
25
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
19.1 Any tender received in Office of Officer On Special Duty, CMRL after the deadline
prescribed for submission of tenders will be returned unopened to the Tenderer.
26
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
20.1 Except permitted by these instructions, the Tenderer shall not make any alteration, erasure
or obliteration to the text of the documents prepared by the Employer and submitted by the
Tenderer with or as a part of his tender.
20.2 The Tenderer‟s modification or withdrawal notice shall be prepared, sealed, marked and
delivered in accordance with the clause 18.1 of this Instruction to Tenderers, with the outer
and inner envelopes additionally marked “MODIFICATION” or “WITHDRAWAL” as the case
may be.
20.3 No modifications shall be permitted after the deadline for submission of the Tenders.
Withdrawal of the tender after deadline for submission of tenders but prior to the period of
bid validity shall result in forfeiture of the Tender Guarantee.
27
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
21.1 The Employer/ Employer‟s Representative will open the Technical Package, in the presence
of Tenderers or their representatives who choose to attend on date & time as mentioned in
tender document in the office of Officer on Special Duty, CMRL. If such nominated date for
opening of Tender is subsequently declared as a Public Holiday by the Employer, the next
official working day shall be deemed as the date of opening of Technical Package. The
Tender of any Tenderer who has not complied with one or more of the foregoing instructions
may not be considered.
21.2 On opening of the main Tender envelopes, it will be checked if they contain Technical &
Financial Packages.
21.3 Technical Package of the Tender will thereafter be opened and examined to see if they are
complete, whether the requisite Tender security has been furnished, whether the documents
are in order. If the documents do not meet the requirements of the Employer, a note will be
recorded accordingly by the Tender Opening Authority and the said Tenderer‟s Financial
Package will not be considered for further processing.
21.4 The Tenderers name, the presence or absence of the requisite tender security and such
other details as the Employer or his authorized representative, at his discretion, may
consider appropriate will be announced at the time of tender opening.
21.5 The sealed financial package will be kept in the safe custody of the Employer and will be
opened on a subsequent date after evaluation of technical packages. Financial packages of
all technically found suitable offer will be opened and the date for opening of financial
package shall be informed separately.
28
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
22.1 Except the public opening of Tender, information relating to the examination, clarification,
evaluation and comparison of tenders and recommendations concerning the award of
Contract shall not be disclosed to Tenderers or other persons not officially concerned with
such process.
22.2 Any effort by a Tenderer to influence the Employer in the process of examination,
clarification, evaluation and comparison of tenders and in decisions concerning award of
contract, may result in the rejection of the Tenderers tender.
29
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
23.2 To assist in the examination, evaluation and comparison of Financial Package, the
Employer may ask Tenderers individually for clarification of their tenders, including
breakdowns of prices. The request for clarification and the response shall be in
writing or by Tele-fax but no change in the price or substance of the tender shall be
sought, offered or permitted except as required to confirm correction of arithmetical
errors discovered by the Employer‟s Representative during the evaluation of tenders
in accordance with Clause 25.0 herein.
30
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
24.1 Prior to the detailed evaluation of tenders, the Employer will determine whether each tender
is responsive to the requirements of the tender documents
24.2 For the purpose of this Clause, a responsive tender is one, which conforms to all the terms,
conditions and specifications of the tender documents without material deviation or
reservation which include exceptions, exclusions & qualifications. A material deviation or
reservation is one which affects in any substantial way the scope, quality, performance or
administration of the works to be undertaken by the Tenderer under the Contract, or which
limits in any substantial way, the Employer's rights or the Tenderers obligations under the
Contract as provided for in the Tender documents and / or is of an essential condition, the
rectification of which would affect unfairly the competitive position of other Tenderers
presenting substantially responsive tenders at reasonable price. Minor deviation may be
brought out in Form -C.
24.3 If a tender is not substantially responsive to the requirements of the tender documents, it will
be rejected by the Employer, and will not subsequently be permitted to be made responsive
by the Tenderer by correction or withdrawal of the non-conformity or infirmity. The financial
package of such Tenderer shall be returned unopened.
24.4 The decision of the Employer as to which of the tenders are not substantially responsive
shall be final.
31
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
25.1 The tenderers who fulfill the requirements as prescribed in Notice Inviting Tender (NIT)
Clause :1.1.3.2 ,1.1.3.3 and 1.1.3.4 only will be considered for opening the Financial bid.
25.2 All technically acceptable tenders will be eligible for opening of their Financial proposals.
The Employer shall notify all technically qualified Tenderers to attend the opening of the
Financial proposal. The financial proposal will then be opened in front of attending
Tenderers.
25.3 The evaluation of Financial proposals by the Employer will take into account, in addition to
the tender amounts, the following factors:
b. Such other factors of administrative nature as the Employer may consider to have a
potentially significant impact on contract execution, price and payments, including the
effect of items or unit rates that are unbalanced or unrealistically priced.
c. Clause 29.2.d of the Tamil Nadu Transparency in Tender Act 1998. The evaluation
shall include all central duties such as customs duty and central excise duty and sales
tax as a part of the price, as detailed below.
ii. In evaluation of the price of articles which are subject to excise duty, the price
has to be determined inclusive of such excise duty.
Iii In a tender where all the tenders are from within the State of Tamil Nadu, or
where all the tenders are from outside the State of Tamil Nadu, the sales tax
shall be included for the evaluation of the price: and
iv. In a tender where the tenderers are both from the state of Tamil Nadu as well
as from outside the State of Tamil Nadu, the [ sales tax under the Tamil Nadu
General Sales Tax Act, 1959(Tamil Nadu Act 1 of 1959)] shall be excluded for
the evaluation of the price.]
25.4 Offers, deviations and other factors which are in excess of the requirements of the tender
documents or otherwise will result in the accrual of unsolicited benefits to the Employer,
shall not be taken into account in tender evaluation.
25.5 Price adjustment provisions applicable during the period of execution of the contract shall
not be taken into account in tender evaluation.
25.6 Evaluation of financial offer will be based on quantities in Bill of quantities (BOQ) and rates
quoted. Any alteration in BOQ will not be given any cognizance.
25.7 Bid capacity of Tenderer shall be evaluated as per Annexure F2 which is based on works
on hand data submitted in Form T-VI .
32
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
25.8 Tenders for contract nos. ECV02-02 and ECV12-03 are being invited simultaneously and will
be evaluated at the same time, based on the least overall cost to the Employer. If both
contracts are awarded to a single contractor, the contractor shall first satisfy all cumulative
eligibility criteria of both the contracts as a pre-requisute.
33
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
26.1 Tenders determined to be technically acceptable after technical evaluation will be checked
by the Employer for any arithmetical errors in computation and summation during Financial
evaluation. Errors will be corrected by the Employer as follows:
a. Where there is a discrepancy between amounts in figures and in words, the amount in
words will govern; and
b. Where there is a discrepancy between the unit price and the total amount derived from
the multiplication of the unit price and the quantity, the unit price as quoted will normally
govern unless in the opinion of the Employer there is an obviously gross misplacement
of the decimal point in the unit price, in which event, the total amount as quoted will
govern.
26.2 If a Tenderer does not accept the correction of errors as outlined above, his tender will be
rejected and the tender security forfeited.
34
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
AWARD OF CONTRACT
27.1 Subject to Clause 25.0, the Employer will award the Contract to the Tenderer, whose tender
is responsive, complete and in accordance with the tender documents, and whose
Evaluated Price is determined to be the lowest.
35
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
28.1 Notwithstanding Clause 27.0, the Employer reserves the right to accept or reject any tender,
and to annul the tender process and reject all tenders, at any time prior to award of Contract,
or to divide the Contract between/amongst Tenderers without thereby incurring any liability
to the affected Tenderer or Tenderers or any obligations to inform the affected Tenderer or
Tenderers of the grounds for the Employer's action.
36
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
29.1 Prior to the expiry of the period of tender validity prescribed by the Employer, the Employer
will notify the successful Tenderer by telegram or Tele-fax, to be confirmed in writing by
registered letter, that his tender has been accepted. This letter (hereinafter and in the
Conditions of Contract called 'the Letter of Acceptance') shall name the sum which the
Employer will pay to the Contractor in consideration of the execution, completion,
maintenance and guarantee of the works by the Contractor as prescribed by the Contract
(hereinafter and in the Conditions of Contract called 'the Contract Price'). The "Letter of
Acceptance" will be sent in duplicate to the successful Tenderer, who will return one copy to
the Employer duly acknowledged and signed by the authorized signatory, within one week of
receipt of the same by him. No correspondence will be entertained by the Employer from the
unsuccessful Tenderers.
29.3 Upon "Letter of Acceptance" being signed and returned by the successful Tenderer as per
Clause 29.1, the employer will promptly notify the unsuccessful Tenderers and discharge /
return their tender securities.
37
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
30.1 The Employer shall prepare the Agreement in the Proforma (Form E) included in this
Document, duly incorporating all the terms of agreement between the two parties. Within 2
weeks of receipt of the documents as mentioned in clause 30.2, the successful tenderer will
be required to execute the Contract agreement. One copy of the Agreement duly signed by
the Employer and the Contractor through their authorized signatories, will be supplied by the
Employer to the Contractor.
30.2 The successful tenderer shall submit the following documents within a period of 2 Weeks from
the date of issue of the Letter of Acceptance:
a. Performance Guarantee
b. Power of Attorney(s) and Board Resolution (In case of Foreign Partners, to be duly
notarised by notary public and stamped by the Indian Embassy/High Commission) in
case of any change than submitted alongwith tender submittals.
38
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
31.1 The successful Tenderer shall furnish to the Employer a performance security in accordance
with sub clause 4.2 of the Conditions of Contract Part I. The Form of Performance Security
(Form-D)‟s Volume shall be used.
39
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
APPENDIX-I
Page 1 of 3
Reference to
Clause No. of
Sl. No. of sets to be
Document "Instructions
No. submitted
to
Tenderers"
SEPARTE SEALED ENVELOPE
1. Tender security (Form B) (Original & 13.0
Copy)
TECHNICAL PACKAGE COMPRISING OF:
1. Tender documents (Original) 9.1.2 (e)
2. Power of attorney for individuals signing on behalf of (Original & 2.2.2 &16.0
Company/Firm Copy)
Or A. 2.2.2 & 16.0
Power of attorney in favour of the leading member of B.
Joint Venture/ Consortium (Original &
Copy)
3. The Memorandum of Understanding (MOU) of the (Original & 9.1.1(d)
consortium or joint venture in case of more than one Copy)
member,
4. Data regarding works on hand (Form T-VI) (Original & 9.1.1(e)
Copy)
5. Tamil Nadu Value Added Tax Clearance/ Registration (Original & 9.1.1 (f)
Certificate Copy)
6. Technical Package (Original & 9.1.1 &9.1.2
Copy)
7. Statement of deviations from Tender Documents (Form - (Original & 24.2
C) Copy)
FINANCIAL PACKAGE COMPRISING OF:
1 Form of Tender and Appendix thereof (Form-A) (Original & 9.2
Copy)
2 Bill of Quantities (Original & 9.2
Copy)
40
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
APPENDIX-I
Page 2 of 3
Descriptions Form
41
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
APPENDIX-I
PAGE 3 OF 3
Descriptions Form
vi. Resources Proposed for the Project-Plant & Equipment T-V (Pages 1)
42
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
FORM A
PAGE 1 OF 8
FORM OF TENDER
Note :
ii. Tenderers are required to fill up all the blank spaces in this form of Tender and
Appendix.
To,
1. Having visited the site and examined the Conditions of Contract Part I & Part II, TNPWD
specifications MoRT&H Specifications with updated correction slip, other departments
specification, updated correction slip, Special Specifications, Instructions to Tenderers,
Preliminary Drawings, Quality Assurance Requiremets, Safety, Health & Environment
(SHE) Manual, Environmental Impact Assessment Report and Addenda for the execution of
above named works, we the undersigned, offer to execute and complete such works and
remedy defects therein in conformity with the said Conditions of Contract, Specifications,
Tender Drawings and Addenda for the sum of
_________________________________________________________________________
_ (Amount in figures and words) for Contract – ECV02-02 - Design & Construction of
Elevated Viaduct of length 4562 m plus including structural work may be ascertained in
accordance with the said conditions.
3. We undertake, if our Tender is accepted, to commence the works within 15 days of issue of
the Employer's Representative‟s order to commence and to complete the whole of the
Works comprised in the Contract within 730 days calculated from the Commencement Date,
as indicated in the Appendix.
43
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
FORM A
PAGE 2 OF 8
4. If our Tender is accepted, we will furnish a Bank Guarantee for Performance as security for
the due performance of the Contract. The amount and form of such guarantee or bond will
be in accordance with Clause 4..2 of the Conditions of the Contract Part I and as indicated
in the Appendix.
5. We have independently considered the amount shown in Clause 8.6 of the FIDIC
Conditions of Contract for Design – Build and Turnkey Part I and Clause 21 of Conditions
of Contract Part II as liquidated damages and agree that it represents a fair estimate of the
damages likely to be suffered by you in the event of the work not being completed in time.
6. We agree to abide by this Tender for a minimum period of 120 days from the date fixed for
receiving the same and it shall remain binding upon us and may be accepted at any time
before the expiry of that period or any extended period mutually agreed to.
7. Unless and until a formal Agreement is prepared and executed, this Tender, together with
your written acceptance thereof, shall constitute a binding contract between us.
8. We declare that the submission of this Tender confirms that no agent, middleman or any
intermediary has been, or will be engaged to provide any services, or any other item of
work related to the award and performance of this Contract. We acknowledge the right of
the Employer, if he finds to the contrary, to declare our Tender to be non-compliant and if
the Contract has been awarded to declare the Contract null and void.
9. We understand that you are not bound to accept the lowest or any tender you may receive.
10. If our Tender is accepted we understand that we are to be held solely responsible for the
due performance of the Contract.
Signature …………………………………
Address ……………………………………………………………………..………..
Name ……………………………………………..
Address ………………………………………………………………………………
Occupation…………………………………………………………………………
44
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
FORM A
PAGE 3 OF 8
Sl. CoC
Item Sub-Clause Description
No.
7. Law of the Contract Part I 1.4 Laws for the time being in force in India
45
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
FORM A
PAGE 4 OF 8
11. Confidential details Part I 1.12 Details which are not related to the
contract and also not required by the
Tender documents or Contract documents
14. Time for submission of Part I 4.14 28 days after the Effective Date
programme
Part II 10
Part II 18
16. Liquidated damages Part I 8.6 Whole of the Works : Rs. 5 Lakhs per day
for the Works
Each Section : Refer to Sl. No. 39
Part II 21
46
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
FORM A
PAGE 5 OF 8
21. Start repayment of Part II 25 When 20% of the original Contract Value of
advance payment the work has been paid.
47
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
FORM A
PAGE 6 OF 8
25. If Sub-Clause 13.5 applies : Part II 25 Limited to 80% of the actual value or
assessed value of these materials and
Plant and Materials for
the total advance on account of
payment
construction materials at a time shall
when delivered to the Site
be limited to 3% percent of original
Contract Price or likely average
consumption of such materials for
three months, whichever is less and at
any time the total outstanding advance
against material at Site shall not
exceed 4% percent of the original
Contract Price.
29. Amount of insurance for Part I 18.1 3% of the contract value against
design Schedule “A” of BOQ
30. Amount of third party Part I 18.3 Rs. 0.50 Million for any one incident,
insurance with number of incidents unlimited.
48
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
FORM A
PAGE 7 OF 8
38 If ICC rules are NOT to apply Part I 20.6 The President of FIDIC or a person
– Either : appointed by such President
Arbitration rules to be
administered by
49
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
FORM A
PAGE 8 OF 8
If there are Sections:
39
Definition of Sections
i)
Section I Access to Station Contractors in the Rs. 50,000
16th Month
sections within the Station areas per day
50
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
FORM B
PAGE 1 OF 2
AND WHEREAS the Tenderer is required to furnish a Bank Guarantee for the sum of Rs
________________ as Tender Security against the Tenderer‟s offer as aforesaid.
a. That the Employer may without affecting this guarantee grant time or other indulgence
to or negotiate further with the Tenderer in regard to the conditions contained in the
said tender and thereby modify these conditions or add thereto any further conditions
as may be mutually agreed upon between the Employer and the Tenderer.
b. That the guarantee hereinbefore contained shall not be affected by any change in the
constitution of our Bank or in the constitution of the Tenderer.
c. That any account settled between the Employer and the Tenderer shall be conclusive
evidence against us of the amount due hereunder and shall not be questioned by us.
d. That this Guarantee commences from the date hereof and shall remain in force till
_________ (date to be filled up) (up to 150 days from the date of tender).
e. That the expression „the Tenderer‟ and „the Bank‟ herein used shall, unless such an
interpretation is repugnant to the subject or context, include their respective
successors and assigns.
51
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
FORM B
PAGE 2 OF 2
a. if the Tenderer withdraws his Tender during the period of Tender validity specified in
the Form of Tender, or
b. if the Tenderer does not accept the correction of his tender price in terms of Clause
26.0 of the “Instructions to Tenderers”.
c. if the Tenderer having been notified of the acceptance of his tender by the Employer
during the period of tender validity :
i. fails or refuses to furnish the Performance Security in accordance with Clause 31.0
of the “Instructions to Tenderers” and/or
ii. fails or refuses to enter into a Contract within the time limit specified in Clause 30.0
of the “Instructions to Tenderers”.
We undertake to pay to the Employer mere on demand without demur upto the above
amount upon receipt of his first written demand, without the Employer having to
substantiate his demand provided that in his demand the Employer will note that the
amount claimed by him is due to him owing to the occurrence of any one or more of the
conditions (a), (b), (c) mentioned above, specifying the occurred condition or conditions.
Signature of ………………………….
Authorized Official of the Bank
…………………………………….
52
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
FORM- C
PAGE 1 OF 1
1. The following are the particulars of deviations from the requirements of the Tender
Specifications :
2. The following are the particulars of deviations from the requirements of the “Instructions to
Tenderers” and “Conditions of Contract Part I & Part II” :
Signature of Tenderer
Note
1. Where there is no deviation, the statement should be returned duly signed with an
endorsement indicating „No Deviations‟.
2. The Tenderer shall indicate price adjustment against each deviation, which he shall like to
add to the tender price for withdrawing his deviations if the same are unacceptable to the
Employer.
53
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
FORM- D
PAGE 1 OF 3
1. This deed of Guarantee made this day of_________ between Bank of_______________
(hereinafter called the “Bank”) of the one part, and Chennai Metro Rail Limited (hereinafter
called “the Employer”) of the other part.
2. Whereas Chennai Metro Rail Limited, has awarded the contract for ______ (Name of work as
per annexure 1 of NIT) (hereinafter called the contract) to ______________ (hereinafter called
the Contractor).
(Name of the Contractor)
3. AND WHEREAS the Contractor is bound by the said Contract to submit to the Employer a
Performance Security for a total amount of
Rs.____________________________________(Amount in figures and words).
5. After the Contractor has signed the aforementioned Contract with the Employer, the Bank is
engaged to pay the Employer, any amount up to and inclusive of the aforementioned full
amount upon written order from the Employer to indemnify the Employer for any liability of
damage resulting from any defects or shortcomings of the Contractor or the debts he may have
incurred to any parties involved in the Works under the Contract mentioned above, whether
these defects or shortcomings or debts are actual or estimated or expected. The Bank will
deliver the money required by the Employer immediately on demand without delay and demur
and without reference to the Contractor and without the necessity of a previous notice or of
judicial or administrative procedures and without it being necessary to prove to the Bank the
liability or damages resulting from any defects or shortcomings or debts of the Contractor. The
Bank shall pay to the Employer any money so demanded notwithstanding any dispute/disputes
raised by the Contractor in any suit or proceedings pending before any Court, Tribunal or
Arbitrator/s relating thereto and the liability under this guarantee shall be absolute and
unequivocal.
54
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
FORM- D
PAGE 2 OF 3
6. This Guarantee is valid till ………………….. (The initial period for which this Guarantee will be
valid must be for at least 6-months (six months) longer than the anticipated expiry date of defect
liability period as stated in Clause 4.2 of the “Conditions of Contract Part I”.)
7. At any time during the period in which this Guarantee is still valid, if the Employer agrees to
grant a time extension to the Contractor or if the Contractor fails to complete the Works within
the time of completion as stated in the Contract, or fails to discharge himself of the liability or
damages or debts as stated under Para 5, above, it is understood that the Bank will extend this
Guarantee under the same conditions for the required time on demand by the Employer and at
the cost of the Contractor.
8. The Guarantee hereinbefore contained shall not be affected by any change in the Constitution
of the Bank or of the Contractor.
9. The neglect or forbearance of the Employer in enforcement of payment of any moneys, the
payment whereof is intended to be hereby secured or the giving of time by the Employer for the
payment hereof shall in no way relieve the bank of their liability under this deed.
10. The expressions “the Employer”, “the Bank” and “the Contractor” hereinbefore used shall
include their respective successors and assigns.
a) Our liability under this Bank Guarantee shall not exceed Rs………
(Rupees…………………………………..)
c) We are liable to pay the guarantee amount or part thereof under this Bank Guarantee only
& only if you serve upon us a written claim or demand on or
before………………………………….
55
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
FORM- D
PAGE 3 OF 3
In witness whereof I/We of the bank have signed and sealed this guarantee on the _____________
day of __________ (Month) 2009 being herewith duly authorized.
The………………………….Bank.
Signature of Authorized Bank official
Name: …………………………….. ……………………………..
Witness 1 Witness 2.
56
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
Form E
Page 1 of 3
FORM OF CONTRACT AGREEMENT
(Refer Clause 30.0 of “Instructions to Tenderers”)
This Agreement is made at Chennai on the ___________ day of _____________ 2009 Between
Chennai Metro Rail Limited, 11/6 Seethammal Road, Alwarpet, Chennai-600018 hereinafter called
“the Employer” of the one part and _________________ (Name of Contractor) (Address of
Contractor) ______________________________________ ____________________ of
____________ hereinafter called “the Contractor” of the other part.
Whereas the Employer is desirous that (*** certain Goods and Services should be provided and) the
Works should be executed, viz. ---------- (Name of work as mentioned under Clause 1.1.1) hereinafter
called “the Works” and has accepted a Tender by the Contractor for the execution and completion of
such works (*** as well as guarantee of such works) and the remedying of defects therein. NOW THIS
AGREEMENT WITNESSETH as follows:
1. In this Agreement words and expression shall have the same meanings as are respectively
assigned to them in the Conditions of Contract hereinafter referred to.
2. The following documents shall be deemed to form and be read and construed as part of this
Agreement, viz:
(a) Letter of Acceptance (LoA)
(b) Letter of Clarifications (LoC)
(c) Addenda to the Tender document, if any
(d) Said Tender with Appendices
(i) Notice Inviting Tender (NIT)
57
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
FORM E
PAGE 2 OF 3
4. The Employer hereby covenants to pay the Contractor in consideration of the execution and
completion of the works and the remedying of defects therein, the Total Contract Price of
**Rs _________________ being the sum stated in the letter of acceptance subject to such
additions thereto or deductions there from as may be made under the provisions of the
Contract at the times and in the manner prescribed by the Contract.
The contractor shall ensure full compliance with tax laws of India with regard to this contract
and shall be solely responsible for the same. The contractor shall submit copies of
acknowledgements evidencing filing of returns every year and shall keep the Employer fully
indemnified against liability of tax, interest, penalty etc. of the contractor in respect thereof,
which may arise.
6. JURISDICTION OF COURT
The Courts at Chennai shall have the exclusive jurisdiction to try all disputes arising out of
this agreement between the parties.
IN WITNESS WHEREOF the parties hereto have caused their respective Common Seals to be
hereunto affixed / (or have hereunto set their respective hands and seals) the day and year first above
written.
58
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
FORM E
PAGE 3 OF 3
For and on behalf of the Contractor For and on behalf of the Employer
Address__________________ Address___________________
________________________ _________________________
Note :
* To be made out by the Employer at the time of finalisation of the Form of Agreement.
** Blanks to be filled by the Employer at the time of finalisation of the Form of Agreement.
59
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
FORM T-I
PAGE 1 OF 2
Date……………………………….
Applicant Information
Tenderer‟s authorized
representative
In case of single entity, articles of incorporation or constitution of the legal entity named above.
60
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
Form T-I
Page 2 of 2
JV Information Sheet
for JV Partners
Date……………………………….
Page ……….. of ……….. pages
JV Partner‟s authorized
representative information
(name, address, telephone
numbers, fax numbers, email
address)
Notes : (i) Attach an attested photocopy of Certificate of Registration and ownership as well as of
Constitution and legal status.
61
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
FORM T-II
PAGE 1 OF 2
(i) In Para 2 furnish experience record of each sub-contractor by way of works executed during the
last five years and of works in progress now. Details may be furnished of only works similar in
nature to the work proposed for Sub-contracting.
(ii) In Para 2 col.3 “Employer” means the organization which paid for the works and the “Engineer”
means the consulting Engineer for that project.
Sl. No. Description of Works proposed for sub- Name and Address of Sub-Contractor/Associate identified for
contracting executing such work
1 2 3
62
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
FORM T-II
PAGE 2 OF 2
1 2 3 4 5 6a 6b 6c 7a 7b
Notes :
(ii) All the details should be supported by attested copies of certificates from clients for
each entry otherwise it will not be considered.
(iv) All the pages must be signed by the authorized signatory of the Tenderer.
63
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
Form T-III-A
Page 1 of 2
The figures indicated below are the minimum number of Project-Personnel required which are to be
deployed as per the minimum level of supervision and qualification/experience of site-staff is given
under Annexure – A.
Any proposal with manpower lesser than as specified below will not be acceptable
and considered as non-compliant to tender requirement.
Minimum no. of
Total years of
Education
experience
experience
Project-
Name
Relevant
Sr.No. Sector
Personnel
required
1. Project Manager 1
2. Dy.PM (Viaduct) 1
4. Civil Engineer 5
5. Structural Engineer 2
6. Geo-Technical Engineer 1
7. Environmental Specialist 1
1) The minimum level of supervision and qualification/experience of site staff is given under
Annexure -A.
2) A summary of the qualification and work experience of each key staff (CV) to be
attached .
64
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
Page 2 of 2
Signature of Tenderer
65
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
Form T-III-B
Experience required for project personal
Minimum level of supervision & qualification/ experience of site staff is as follows:
66
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
NOTE:
i) Diploma with 5 years experience in relevant field will be considered equivalent to degree.
ii) Minimum level of Shift In-charge should be Senior Engineer with 5 years of field experience in
concerned area of activity.
67
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
FORM T-IV
PAGE 1 OF 1
* Indicate clearly distribution of authority and responsibility between Head Office and Site Management.
68
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
FORM T-V
PAGE 1 OF 2
The figures indicated below are the minimum number of equipment required. Any proposal with Plant
& Equipment lesser than as specified below will not be acceptable and considered as non compliant
to tender requirement.
1 Construction Equipment
g) Transit Mixtures 4
69
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
PAGE 2 OF 2
We confirm to deploy resources as per the above mentioned minimum requirement and also confirm to
deploy plants & equipments over and above the minimum numbers indicated above, if the work
requires so.
SIGNATURE OF TENDERER
70
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
FORM T-VI
PAGE 1 of 1
List of all Ongoing Contracts (For each member separately in case of Group/JV/Consortium)
Applicant (each member of the group) should provide information on their current commitments or all
contracts that have been awarded or for which a letter of intent or acceptance has been received or for
contracts approaching completion but for which a completion certificate is yet to be issued. This sheet
should be certified by Company Auditor/ Chartered Accountant along with his signature and seal.
** THIS FIGURE SHOULD ALSO INCLUDE THE YEAR-WISE BREAK-UP OF PART VALUE OF
WORKS TO BE EXECUTED IN THESE TWO YEARS PERIOD EVEN IF COMPLETION OF SUCH
WORKS SPILLS OVER BEYOND THESE THREE YEARS PERIOD
71
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
FORM T-VII
PAGE 1 OF 1
TECHNICAL PROPOSAL
(Refer Clause 9.1.2 (F))
* Indicate clearly distribution of authority and responsibility between Head Office and Site Management.
72
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
FORM T-VIII - A
PAGE 1 OF 1
PAST EXPERIENCE OF THE DESIGNER
(Refer Clause 9.1.2 (j))
73
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
FORM T-VIII - B
PAGE 1 OF 1
74
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
FORM T-IX
PAGE 1 OF 1
75
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
If there is an accident connected with work and your employee, or self-employed person
working on the premises sustains a major injury, or a member of the public suffers an
injury and is taken to hospital from the site of the accident, you must notify the enforcing
authority.
76
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
If there is an accident connected with work (including an act of physical violence) and an
employee, or a self-employed person working on your controlled premises, suffers an over-
three-day injury you must report it to the enforcing authority.
An over-3-day injury is one which is not "major" but results in the injured person being away
from work OR unable to do their full range of their normal duties for more than three days.
If a doctor notifies that an employee suffers from a reportable work-related disease, then this
must be reported to the enforcing authority.
certain poisonings;
some skin diseases such as occupational dermatitis, skin cancer, chrome ulcer, oil
folliculitis/acne;
lung diseases including: occupational asthma, farmer's lung, pneumoconiosis,
asbestosis, mesothelioma;
infections such as: leptospirosis; hepatitis; tuberculosis; anthrax; legionellosis and
tetanus;
other conditions such as: occupational cancer; certain musculoskeletal disorders;
decompression illness and hand-arm vibration syndrome.
If something happens which does not result in a reportable injury, but which clearly could
have done, then it may be a dangerous occurrence which must be reported.
77
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
78
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
Annexure-1
PAGE-1 of 2
Client:
Client's Representative: Tel.:
Type of Contract (a) Construct (b) Design and Construct
S.no. Specialized works Total Qty. Executed Total Amount (in Rs.)
executed
1 a) Pile Foundation M
3
2 b) Mass Concrete & RCC M
3
3 c) Pre-Cast Pre-stressed M
segmental Girder
including launching
Date of commencement of work …………………………… Date of completion of work ………………........
Was the date of completion given in the original contract extended?
If so, how much and why
Contract Value* (in Rupees as assuming 5% inflation for Indian Rupees every year and 2.0% for foreign currency
portion per year)
At the time of Award Rs.……………………………………………………as on 31-03-2009 Rs
.……………………………………………………
Were Quality Assurance obligations required in the contract? Y N
If Yes whether they were fulfilled?
If not, why? Y N
* only the value of contract as executed by the applicant/ member in his own name should be indicated. 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.
79
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
Annexure-1
PAGE-2 of 2
No. of
Total value
contracts
of all
Total delayed, i.e.,
works
Name of Number Number of contracts Number for which the completed
completed
the of Works of each type applicant went in for beyond the
in the
Applicant Each original date
last5-
(Each Costing of
Years
member more completion
80
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
Annexure - F1
FINANCIAL DATA
Date ……………………….…
1. Total Assets
2. Current Assets
3. Total Liabilities
4. Current Liabilities
5. Profits Before
Taxes
6. Profits After Taxes
7. Net Worth
[= 1 - 3]
8. Working Capital
[=2 - 4]
9. Annual Turnover
o Attached copies of the audited balance sheets, including all related notes, income statements for the last
four years, as indicated above, complying with the following conditions.
o All such documents reflect the financial data of the Applicant or partner to a JV, and not sister or parent
company.
o Historic financial statements must be audited by a certified accountant
o Historic financial statements must be complete, including all notes to the financial statements.
o Historic financial statements must correspond to accounting periods already completed and audited (no
statements for partial periods will be accepted.
o The financial data in above prescribed format shall be certified by Chartered Accountant alongwith his
signature & seal.
81
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
Annexure – F2
The applicants who meet the minimum qualification criteria will be qualified only if their available bid
capacity is more than the approximate cost of this work. Available bid capacity will be calculated as
under:
Where,
A= Maximum Value of works executed in any one year during the last 5 years (updated to 31-
03-2009 price level) (assuming 5% inflation for Indian Rupees every year and 2% for foreign
currency portions per year).
N= No. of years prescribed for completion of works (N will be 2 years for this work)
B= Value (at 31.03.09 price level) of existing commitments and ongoing works to be
completed during next 2 years .
NOTE:
In the case of a group, the above formula will be applied to each member to the extent of his
proposed participation in the execution of the work. If the proposed % participation is not mentioned
then equal participation will be assumed.
82
Chennai Metro Rail Project-Phase-I-Contract No: ECV02-02(Instruction to Tenderers)
Annexure - A
Name of Applicant:………………………………………………..
1 Has the Applicant abandoned any work in the last five years or has it been
blacklisted by any Government department / PSU or has any of its contract
terminated for failure to perform?
2 Has the Applicant involved in frequent litigations in the last five years?
3 Has the Applicant paid liquidated damage more than 5% of the contract
value in a contract due to delay or penalised due to any other reason in
the last five years?
5 Has the Applicant suffered bankruptcy / insolvency in the last five years?
7 Is the applicant not having the required bid capacity for the work?
Note: A “YES” answer to any of the questions will disqualify the Applicant.
83