Part1 Biddingprocedure
Part1 Biddingprocedure
Part1 Biddingprocedure
BID DOCUMENTS
FOR
2. Source of Funds 2.1 The Employer specified in the BDS has received or has
applied for financing (hereinafter called “funds”) from the
funding as (specified in BDS) toward the project named in
the BDS. The Employer intends to apply a portion of the
funds to eligible payments under the contract(s) for which
these Bidding Documents are issued.
3. Corrupt and 3.1 The Agency requires compliance with its policy in regard to
Fraudulent corrupt and fraudulent practices as set forth in Section VI.
Practices
3.2 In further pursuance of this policy, Bidders shall permit and
shall cause its agents (whether declared or not), sub-
contractors, sub-consultants, service providers, or suppliers
and any personnel thereof, to permit the Agency to inspect all
accounts, records and other documents relating to any
prequalification process, bid submission, and contract
performance (in the case of award), and to have them audited
by auditors appointed by the Agency.
4. Eligible Bidders 4.1 A Bidder may be a firm that is a private entity, a
government-owned entity—subject to ITB 4.3—or any
combination of such entities in the form of a joint venture
(JV) under an existing agreement or with the intent to enter
into such an agreement supported by a letter of intent. In the
case of a joint venture, all members shall be jointly and
severally liable for the execution of the Contract in
accordance with the Contract terms. The JV shall nominate a
6.2 The Invitation for Bids issued by the Employer is not part of
the Bidding Documents.
7.2 The Bidder is advised to visit and examine the Site of Works
and its surroundings and obtain for itself on its own
responsibility all information that may be necessary for
preparing the bid and entering into a contract for construction
of the Works. The costs of visiting the Site shall be at the
Bidder’s own expense. (Refer BDS also).
7.3 The Bidder and any of its personnel or agents will be granted
permission by the Employer to enter upon its premises and
lands for the purpose of such visit, but only upon the express
condition that the Bidder, its personnel, and agents will
release and indemnify the Employer and its personnel and
agents from and against all liability in respect thereof, and
will be responsible for death or personal injury, loss of or
damage to property, and any other loss, damage, costs, and
expenses incurred as a result of the inspection.
7.4 If so specified in the BDS, the Bidder’s designated
representative is invited to attend a pre-bid meeting. The
purpose of the meeting will be to clarify issues and to answer
questions on any matter that may be raised at that stage (as
specified in BDS).
7.5 The Bidder is requested, as far as possible, to submit any
questions in writing, to reach the Employer not later than one
week before the meeting. (Refer BDS also).
7.6 Minutes of the pre-bid meeting, if applicable, including the
text of the questions asked by Bidders, without identifying
the source, and the responses given, together with any
responses prepared after the meeting, will be transmitted
promptly to all Bidders who have acquired the Bidding
Documents in accordance with ITB 6.3. Any modification to
the Bidding Documents that may become necessary as a
result of the pre-bid meeting shall be made by the Employer
exclusively through the issue of an Addendum pursuant to
ITB 8 and not through the minutes of the pre-bid meeting.
Non-attendance at the pre-bid meeting will not be a cause for
disqualification of a Bidder.
8. Amendment of 8.1 At any time prior to the deadline for submission of bids, the
Bidding Documents Employer may amend the Bidding Documents by issuing
addenda.
8.2 Any addendum issued shall be part of the Bidding
C. Preparation of Bids
9. Cost of Bidding 9.1 The Bidder shall bear all costs associated with the preparation
and submission of its Bid, and the Employer shall not be
responsible or liable for those costs, regardless of the conduct
or outcome of the bidding process.
10. Language of Bid 10.1 The Bid, as well as all correspondence and documents
relating to the bid exchanged by the Bidder and the
Employer, shall be written in the language specified in the
BDS. Supporting documents and printed literature that are
part of the Bid may be in another language provided they are
accompanied by an accurate translation of the relevant
passages in the language specified in the BDS, in which
case, for purposes of interpretation of the Bid, such
translation shall govern.
11. Documents 11.1 The Bid shall comprise the following:(refer BDS for
Comprising the Bid additional requirement)
(a) Letter of Bid in accordance with ITB 12;
(b) completed schedules as required, including Price
Schedules, in accordance with ITB 12 and 14;
(c) Bid Security or Bid-Securing Declaration, in
accordance with ITB 19.1(as specified in BDS)
(d) alternative bids, if permissible, in accordance with ITB
13 (as specified in BDS);
(e) written confirmation authorizing the signatory of the
Bid to commit the Bidder, in accordance with ITB 20.2;
(f) Statement of Integrity, Eligibility and Social and
Environmental Responsibility duly signed, in
accordance with ITB 12;
(g) documentary evidence in accordance with ITB
17establishing the Bidder’s continued qualified status
or, if post-qualification applies, as specified in
accordance with ITB 4.5, the Bidder’s qualifications to
perform the contract if its Bid is accepted;
13.Alternative Bids 13.1 Unless otherwise specified in the BDS, alternative bids shall
not be considered.
14. Bid Prices and 14.1 The prices and discounts quoted by the Bidder in the Letter
Discounts of Bid and in the Schedules shall conform to the requirements
specified below. (or as specified in BDS)
14.2 The Bidder shall submit a bid for the whole of the Works
described in ITB 1.1, by filling in price(s) for all items of the
works, as identified in Section IV, Bidding Forms. In case of
admeasurement contracts, the Bidder shall fill in rates and
prices for all items of the Works described in the Bill of
Quantities. Items against which no rate or price is entered by
the Bidder shall be deemed covered by the rates for other
items in the Bill of Quantities and will not be paid for
separately by the Employer. An item not listed in the priced
Bill of Quantities shall be assumed to be not included in the
Bid, and provided that the Bid is determined substantially
responsive notwithstanding this omission, the average price
of the item quoted by substantially responsive bidders will be
added to the bid price and the equivalent total cost of the bid
so determined will be used for price comparison. (or as
specified in BDS)
14.3 The price to be quoted in the Letter of Bid shall be the total
price of the Bid, excluding any discounts offered (or as
specified in BDS).
14.4 The Bidder shall quote any discounts and the methodology
for their application in the Letter of Bid (or as specified in
BDS)
14.5 Unless otherwise specified in the BDS and the Contract, the
rate(s) and price(s) quoted by the Bidder are subject to
adjustment during the performance of the Contract in
accordance with the provisions of the Conditions of Contract.
In such a case, the Bidder shall furnish the indices and
weightings for the price adjustment formulae in the Schedule
of Adjustment Data and the Employer may require the Bidder
to justify its proposed indices and weightings.
15. Currencies of Bid 15.1 The currency (ies) of the bid and the currency (ies) of
and Payment payments shall be as specified in the BDS.
15.2 Bidders may be required by the Employer to justify, to the
Employer’s satisfaction, their local and foreign currency
requirements, and to substantiate that the amounts included in
the prices shown in the Schedule of Adjustment Data in the
Appendix to Bid are reasonable, in which case a detailed
breakdown of the foreign currency requirements shall be
provided by Bidders.
16. Documents 16.1 The Bidder shall furnish a Technical Proposal including a
Comprising the statement of work methods, equipment, personnel, schedule
Technical Proposal and any other information as stipulated in Section IV –
Bidding Forms, in sufficient detail to demonstrate the
adequacy of the Bidder’s proposal to meet the work
requirements and the completion time.
17. Documents 17.1 In accordance with Section III, Evaluation and Qualification
Establishing the Criteria, to establish that the Bidder continues to meet the
Qualifications of criteria used at the time of prequalification, the Bidder shall
the Bidder provide in the corresponding information sheets included in
Section IV, Bidding Forms, updated information on any
assessed aspect that changed from that time, or if post-
qualification applies as specified in ITB 4.5, the Bidder shall
provide the information requested in the corresponding
information sheets included in Section IV, Bidding Forms.
17.2 If a margin of preference applies as specified in accordance
with ITB 33.1, domestic Bidders, individually or in joint
ventures, applying for eligibility for domestic preference
shall supply all information required to satisfy the criteria for
eligibility specified in accordance with ITB 33.1.
17.3 Any change in the structure or formation of a Bidder after being
prequalified and invited to Bid (including, in the case of a JV,
any change in the structure or formation of any member
thereto) shall be subject to the written approval of the
Employer prior to the deadline for submission of Bids. Such
approval shall be denied if (i) as a consequence of the change,
the Bidder no longer substantially meets the qualification
criteria set forth in Section III, Qualification Criteria and
18. Period of Validity 18.1 Bids shall remain valid for the period specified in the BDS
of Bids after the bid submission deadline date prescribed by the
Employer in accordance with ITB 22.1. A bid valid for a
shorter period shall be rejected by the Employer as non-
responsive.
18.2 In exceptional circumstances, prior to the expiration of the
bid validity period, the Employer may request Bidders to
extend the period of validity of their bids. The request and the
responses shall be made in writing. If a bid security is
requested in accordance with ITB 19, it shall also be
extended for twenty-eight (28) days beyond the deadline of
the extended validity period. A Bidder may refuse the request
without forfeiting its bid security. A Bidder granting the
request shall not be required or permitted to modify its bid,
except as provided in ITB 18.3.
18.3 unless specified in BDS, if the award is delayed by a period
exceeding fifty-six (56) days beyond the expiry of the initial
bid validity, the Contract price shall be determined as
follows:
(a) In the case of fixed price contracts, the Contract price
shall be the bid price adjusted by the factor specified in
the BDS.
(b) In the case of adjustable price contracts, no adjustment
shall be made.
(c) In any case, bid evaluation shall be based on the bid
price without taking into consideration the applicable
correction from those indicated above.
19. Bid Security 19.1 The Bidder shall furnish as part of its bid, a bid security as
specified in the BDS, in original form and, in the case of a
bid security, in the amount and currency specified in the
BDS.
19.2 A Bid-Securing Declaration shall use the form included in
Section IV, Bidding Forms.
19.3 If a bid security is specified pursuant to ITB 19.1, the bid
security shall be a demand guarantee in any of the following
forms at the Bidder’s option:
22. Deadline for 22.1 When so specified in the BDS, bidders shall have the option
Submission of Bids of submitting their bids electronically. Bidders submitting
bids electronically shall follow the electronic bid submission
procedures specified in the BDS.
22.2 The Employer may, at its discretion, extend the deadline for
the submission of bids by amending the Bidding Documents
in accordance with ITB 8, in which case all rights and
obligations of the Employer and Bidders previously subject
to the deadline shall thereafter be subject to the deadline as
extended.
23. Late Bids 23.1 The Employer shall not consider any bid that is uploaded
after the deadline for submission of bids, in accordance with
ITB 22. Any bid received by the Employer after the deadline
for submission of bids shall be declared late, rejected, and
returned unopened to the Bidder or as specified in BDS
24. Withdrawal, 24.1 Unless specified in BDS, A Bidder may withdraw, substitute,
Substitution, and or modify its bid after it has been submitted by sending a written
Modification of notice, duly signed by an authorized representative, and shall
Bids include a copy of the authorization in accordance with ITB 20.2.
The corresponding substitution or modification of the bid must
accompany the respective written notice. All notices must be:
(a) prepared and submitted in accordance with ITB 20 and
ITB 21 (except that withdrawals notices do not require
copies), and in addition, the respective envelopes shall be
28. Deviations, 28.1 During the evaluation of bids, the following definitions apply:
Reservations, and
Omissions (a) “Deviation” is a departure from the requirements
specified in the Bidding Documents;
(b) “Reservation” is the setting of limiting conditions or
withholding from complete acceptance of the
requirements specified in the Bidding Documents; and
(c) “Omission” is the failure to submit part or all of the
information or documentation required in the Bidding
Documents.
30. Nonmaterial 30.1 Provided that a bid is substantially responsive, the Employer
32. Conversion to 32.1 For evaluation and comparison purposes, the currency(ies) of
Single Currency the Bid shall be converted into a single currency as specified
in the BDS.
34. Subcontractors 34.1 Unless otherwise stated in the BDS, the Employer does not
intend to execute any specific elements of the Works by sub-
contractors selected in advance by the Employer.
35. Evaluation of Bids 35.1 The Employer shall use the criteria and methodologies listed
in this Clause. No other evaluation criteria or methodologies
shall be permitted.
38. Employer’s Right 38.1 The Employer reserves the right to accept or reject any bid,
to Accept Any Bid, and to annul the bidding process and reject all bids at any
and to Reject Any time prior to contract award, without thereby incurring any
or All Bids liability to Bidders. In case of annulment, all bids submitted
and specifically, bid securities, shall be promptly returned to
the Bidders.
F. Award of Contract
39. Award Criteria 39.1 Subject to ITB 38.1, the Employer shall award the Contract
to the Bidder whose bid has been determined to be the lowest
evaluated bid and is substantially responsive to the Bidding
Documents, provided further that the Bidder is determined to
be qualified to perform the Contract satisfactorily. (Ref.
Section-II, BDS )
40. Notification of 40.1 Prior to the expiration of the period of bid validity, the
Award Employer shall notify the successful Bidder, in writing, that
its bid has been accepted. The notification letter (hereinafter
and in the Conditions of Contract and Contract Forms called
the “Letter of Award”) shall specify the sum that the
Employer will pay the Contractor in consideration of the
execution and completion of the Works (hereinafter and in
the Conditions of Contract and Contract Forms called “the
Contract Price”) and the requirement for the Contractor to
remedy any defects therein. At the same time, the Employer
shall also notify all other Bidders of the results of the
bidding.
ITB 1.1
Name of work: Design, Design Verification, Detail Engineering, Manufacture,
The number of the Invitation for this International Competitive Bid (ICB) is :-
KAE-04/2019
The number of the Lot(s) (contract(s)) comprising this ICB is: Not applicable
ITB 1.3 The detailed Scope of Work for the Construction of this contract is further
(Additional described in the Part-2: Section-VII (A), Section-VII (B) Works Requirements
Para) and other documents. The Contractor has to execute the work accordingly with
the approval of Employer. The Bidders are advised to pay attention also to the
IT Requirements of Employer (Clause 2.3 of General Specifications).
The Contractor shall also carry out effective interface and coordination with
Detailed Design Consultants, Designated Working Contractors and other
agencies appointed by the Employer from time to time, during the Contract
Period. Apart from that co-ordinations may be required to be done by the
contractor with the local administration and various other authorities of
Government of Kerala/Government of India.
ITB 1.4 The successful Bidder has to establish its Project Office at Project site of Kochi
(Additional Metro-Phase1 Extension. The cost and expenses for setting up the said office(s)
Para) is deemed to have been included in the Bill of Quantities and no separate / extra
/ additional payment will be made on this account.
ITB 2.1 The Employer is:
Kochi Metro Rail Limited (KMRL)
Source of Fund for the project: The project is proposed to be funded by AFD
for section from Petta to SN Junction ( two stations namely Vadakkekkotta & SN
Junction) and from commercial banks for the section from SN Junction to
Thripunithura Terminal
The name of the Employer is: Kochi Metro Rail Ltd.
Funding for the proposed work: AFD France - Section from Petta to SN
Junction ( two stations namely Vadakkekkotta & SN Junction)
Commercial Banks - Section from S.N Junction to Thripunithura Terminal
(one station only namely Thripunithura Terminal)
Name of the project: Kochi Metro Rail Project.-Phase 1 Extension.
ITB 4.1 Maximum number of members in the JV shall be: 3 (Three)
Lead member shall not have less than 51% participation in the proposed JV /
Consortium for this work. Foreign bidder cannot participate in the bid as a sole
bidder. If a foreign bidder intends to patriciate it must have one JV member of
Indian origin having registered business office in India.
In case of JV / Consortium, change in constitution or percentage participation
of JV / Consortium shall not be permitted at any stage after their submission of
Bid and thereafter.
The authorized representative from lead member of JV/Consortium shall be
signatory of the bid. (Ref. Form-9. Section-IV of Part-1)
ITB 4.2 (e) Following is added to existing ITB 4.2
No Bidder can be a subcontractor while submitting a Bid individually in his own
name or as a partner of a JV / Consortium in the same bidding process. A Bidder,
if proposed as a subcontractor in any Bid, may be a proposed subcontractor in
more than one Bid also, but only in the capacity of Sub-contractor. No bidder
can be JV/consortium partner of more than one bidding JV/ consortium.
ITB 4.5 This Bidding Process is in Single stage two-packet system through e-tender
portal of Kerala Govt. e-tenders (http://etenders.kerala.gov.in) & open to
all eligible bidders as per qualification criteria mentioned under Section-III.
Unless otherwise approved by the Employer, the Bids for this Contract will be
considered only from those companies, corporation, partnerships, consortia and
joint ventures that pass the Eligibility Criteria under Section III based on
submissions with the Bid.
ITB 4.7 The bidders or any member of JV/ Consortium must not have been banned or
(Additional blacklisted by any Central / State government department/ or public sector and
Para) such blacklisting should not be effective on the date of Bid Submission.
Simultaneously the bidder or any of its member of JV/Consortium should not
be listed in exclusion list of world bank (Ref. Section-V Cl. No 2 (vii). The
Bidder should submit undertaking to this effect.
ITB 4.8 In case, the Bidder is a consortium / JV, a detailed Consortium Agreement
(Additional between the Members of such Consortium stating clearly their inter-relationship
Para) and division of work and obligations among the Members as mentioned in ITB
4.13 below should be submitted along with the Bid for proper examination by
KMRL. The format of the Consortium Agreement is provided in Section IV:
Bidding Form (Form 8).
ITB 4.9 Further, a Power of Attorney signed by all the JV/ Consortium Members duly
(Additional supported by their board resolutions or statement of joint decision signed by
Para) directors must also accompany the Bid authorizing the Lead Member, inter alia,
to submit the Bid on their behalf. The formats of the Power of Attorney as well
as the board resolution are provided in Section IV: Bidding Form (Form 9). All
the relevant forms 9A to 9F should be duly signed and be submitted as per the
requirements of the forms.
(e) All members of the Consortium / Joint Venture shall be jointly and severally
responsible for the execution of the Contract in accordance with the terms
and conditions of the Contract.
(f) In case of the Bidder being Successful, the JV / Consortium Agreement shall
be registered at any place in India under the relevant act, laws & provisions
so as be legally valid and binding on all partners / members.
(g) The Bid shall be signed by duly authorized signatory of the Lead Member,
as envisaged in this document, to be legally binding on all the Members of
the JV/ Consortium.
ITB 4.13 The Bidder shall submit with the Bid full details of its ownership and control or,
(Additional if the Bidder is a JV/Consortium, full details of ownership and control of each
Para) Member thereof. The required information should be submitted as per Form 4.11
in the Section IV: Bidding Forms.
ITB 4.14 Indian Bidders, or Indian Members of a JV/ Consortium shall submit, a copy of
(Additional the Permanent Account Number (PAN) issued by the Income Tax Authorities
Para) and a certified copy of the last 3 years (including the latest Financial Year 2018-
19) income tax return, duly acknowledged by Income Tax department with their
Bid and the Technical Package. In case the Indian member of a JV/Consortium
is a wholly owned 100% subsidiary of their foreign partner in the said
JV/Consortium and this Indian company has been formed less than 3 years ago,
the certified copy of the latest Financial Year income tax return (applicable only
if company was formed more than a year ago), duly acknowledged by Income
Tax department shall be submitted in the Technical Package.
The foreign partner of the JV/Consortium shall submit appropriate documents
pertaining to their financial capability/ audited balance sheets and clearances of
taxes as per the relevant law of the country of their origin.
ITB 4.15 Each Bidder (each Member in the case of a JV/Consortium) is required to
(Additional confirm and declare with its Bid that no agent, middleman or any intermediary
Para) has been, or will be, engaged to provide any services, or any other item or work
related to the award and performance of this Contract. Such Bidder or Member
will have to further confirm and declare in the Bid that no agency commission
or any payment which may be construed as an agency commission has been, or
will be, paid and that the Contract Price will not include any such amount. If the
Employer subsequently finds to the contrary, the Employer reserves the right to
declare the Bidder as non-compliant, and declare any Contract if already
awarded to the Bidder to be null and void. Specific declaration to this effect
exactly as per Section IV: Bidding Form (Form 18) shall be submitted with the
Technical Package.
ITB 4.16 Canvassing or offer of an advantage or any other inducement by any person with
(Additional a view to influencing acceptance of a Bid will be an offence under laws of India.
Para) Such action will result in the rejection of the Bid, in addition to other punitive
measures.
ITB 5.2 Bidders are encouraged to adopt Indian sources (as per policy of Make In India
(Additional described in para ITB 33.2 and Annexure-III-A). However, all plant, materials,
Para) supplies, equipment and services shall be to the satisfaction of the Employer and
Engineer. The information on all plant, materials, supplies, equipment and
services included in the Contractor’s Proposal and incorporated into the
Contract shall not, in any event, be construed as a submission to the Employer
under the Contract. Contractor will be required to take specific approval of the
Employer for deployment of plant, materials, supplies, equipment and services
in accordance with the Conditions of Contract and Employer’s Requirements.
The Bidder should note the requirements for transfer of technology.
B. Bidding Documents
ITB 6.1 Replaced provisions of ITB 6.1 with the following:
The Bidding Documents consist of Parts 1, 2, 3 and 4, which include all the Sections
specified below, and which should be read in conjunction with any Addenda issued
in accordance with ITB 8.
ITB 6.2 NIT and all informative document issued on e-tender portal of Kerala Govt. e-
tenders (http://etenders.kerala.gov.in) shall be treated as a part of Bid
Document.
ITB 6.3 Unless obtained directly by the bidder concerned from the Employer’s E-tender
portal, the Employer is not responsible for the completeness of the Bidding
Documents, responses to requests for clarification, the minutes of the pre-Bid
meeting (if any), or Addenda to the Bidding Documents in accordance with ITB 8.
(Downloaded / Uploaded by Bidder). In case of any contradiction, documents
available / uploaded by employer on E-Tender portal of Kerala Govt. e-tenders
(http://etenders.kerala.gov.in) shall prevail.
Failure to comply with the requirements of the Bidding Documents and to furnish
all information required by the Bidding Documents or submission of a Bid not
substantially responsive to the Bidding Documents in every respect will be at the
Bidder’s risk and may result in rejection of its Bid.
ITB 6.5 The Bidder shall not make or cause to be made any alteration, erasure or obliteration
(Additional to the text of the Bid Documents as uploaded on the E-tender portal of Kerala Govt.
Para) e-tenders (http://etenders.kerala.gov.in).
ITB 6.6 The document including the Bid Documents and all annexed documents provided
(Additional by KMRL are and shall remain or becomes the property of KMRL and are
Para) transmitted to the Bidders solely for the purpose of preparation and the submission
of a Bid in accordance herewith. The provisions of this Para shall also apply mutatis
mutandis to the Bids and all other documents submitted by the Bidders, and KMRL
will not return to the Bidders any Bid, document or any information provided along
therewith.
ITB 6.7.1 The reference documents, reports, drawings containing site information
(Additional included in the Bidding Documents are for general information only and any
Para) interpretation of the results shall be construed as opinions only and not as
representations or warranties as to the actual site conditions. The Bidders’
attention is specifically drawn to ITB 6.7.3 below.
ITB 6.7.2 The Bidders shall make their own appraisal regarding existence of over ground,
(Additional at grade and underground structures, utilities and infrastructure in the near
Para) vicinity of the Works to be executed.
ITB 6.7.3 The accuracy or reliability of the documents and reports referred to in this Para
(Additional ITB 6.7 and of any other information supplied, prepared or commissioned at any
Para) time by the Employer or others in connection with the Contract is not warranted.
The Bidders’ attention is drawn to Clause 4.10 of GC / Sub Clause 4.10, Site
data of PC in this regard. The Bidder should visit, examine and assess the Site
including working conditions and will be deemed to have satisfied himself of
the risks and obligations under the Contract.
ITB 7.1 For clarification purposes only, the Employer’s address is:
in the e-tender portal of Kerala Govt. e-tenders within the time and date specified
in the NIT. KMRL will not respond and reply to each of the bidders individually.
ITB 7.1.3 KMRL may also on its own motion, if deemed necessary, issue
(Additional Interpretations and clarifications to all Bidders in the form of Addendum and
Para) the same shall be uploaded on e-tender portal of Kerala Govt. e-tenders
(http://etenders.kerala.gov.in). All clarifications and interpretations issued by
KMRL shall be deemed to be part of the Bid Documents. Verbal clarifications
and information given by KMRL or its employees or representatives shall not
in any way or manner be binding on KMRL.
ITB 7.2 Following is added to existing ITB 7.2
Any site information given in this bidding document is for guidance only. It
shall be deemed that the Bidder has undertaken a visit to the Site of the Works
and is aware of and has ascertained itself, the site conditions, traffic, location,
surroundings, climate, availability of power, water and other utilities for
construction, access to Site, handling and storage of materials, weather data,
applicable laws and regulations, and any other matter considered relevant by it
prior to the submission of the Bid.
ITB 7.4 A Pre-Bid meeting shall take place at the following date, time and place:
Date: 10.04.2020 (As per NIT)
Time: 11.00 Hrs. (As per NIT)
Place: 4th Floor, JLN Metro Station, Kaloor, Kochi- 682017
ITB 7.5 The Bidder is requested, as far as possible, to submit any questions in writing,
to reach the Employer before the date and time specified for Pre-Bid meeting in
NIT & ITB 7.4 above. The bidder may send such queries either by post to the
address mentioned in the bid document or send by mail to queries@kmrl.co.in
or upload the queries at (http://etenders.kerala.gov.in)
ITB 7.6 Minutes of the pre-bid meeting, if applicable, including the text of the questions
asked by Bidders, without identifying the source, and the responses given,
together with any responses prepared after the meeting, will be uploaded on the
E-Tender portal http://etenders.kerala.gov.in of Kerala Govt. e-tenders
accordance with ITB 6.3.
ITB 8.2 Following is added to existing ITB 8.2
Such modification in the form of an addendum will be uploaded on the e-
tendering portal http://etenders.kerala.gov.in within the date given in NIT,
which shall be available for all the prospective Bidders who have purchased the
Bidding Documents in the Bid period. Without prejudice to the general order of
precedence prescribed in the Clause 1.5 of GC and Sub Clause 1.5 Priority of
documents, of PC, the provisions in any such addenda shall take priority over
the Invitation to Bidders and Bidding Documents previously issued. Bidder shall
ensure these documents should be submitted along with their original Bid
However, such documents provide by bidders from a country which has signed Hague
legislation convention 1961 is not required to be endorse by Indian embassy. If it
carries confirming Apostille certificate.
The bidder should provide the relevant contact number and E-mail ID, Contact No.
along with the postal address in English, of issue authority / agency of such documents
for verification purpose. The experience certificate and other documents submitted by
bidders in support of eligibility and qualifications shall be verified by KMRL by
writing letter of request directly to the issuing authority. In case, no reply is received
from issuing authority within a period of 30 days from date of issue of letter of request,
such documents shall not be taken into considerations for evaluation.
ITB 11.1 (c) The Bidder shall, on or before the date and time given in the Notice of Invitation to
Bid, upload his Bid on e-tendering portal http://etenders.kerala.gov.in in
accordance with provisions in ITB 22.1.
The Bidder shall, on or before the date given in NIT, submit his Bid online and follow
the procedure and steps of E-Tender portal of Kerala Govt. e-tenders. Details have
been given in E-Toolkit given in Annexure-II-A
Cost of the bid document : To be Paid online through Kerala Govt. E-Tender portal,
http://etenders.kerala.gov.in
Financial Package: Financial bid (Cost Summary) form to be duly filled up and
upload in the Commercial Section of e-tender portal.
Bidder should ensure that the none of the part of Financial Bid should be
up loaded in anywhere in the technical section, if the bidder does so then
his bid will be considered as invalid bid and rejected outright and not
considered for further evaluation.
ITB 11.1 (i) The bid documents shall include all the corrigendum/ addendum/ clarifications
provided by the Employer during the course before submission of Bid along with list
of documents provided in Appendix 1. Failure of the submission of the same shall
render the bid of the bidder to be non-responsive and the bid will not be evaluated
further.
ITB 11.3 Engagement of any middleman & agent and payment of any commission /
1. Bidder shall first download the Complete Bid Document along with all
Corrigendum/Addendum/Clarification etc. by logging in with E-
Tender using his DSC (i.e. DSC of POA/ Owner) read & examine the
document & process carefully.
2. For submission of Tender Document and Corrigendum, bidder should
upload the documents in the technical packet in kerala e Tenders
portal, http://etenders.kerala.gov.in.
3. If the bidder has completed the submission process of his bid before
due date of submission and in between employer issue a corrigendum,
in this circumstances the bidder has to re-submit his bid using my bid
history to the new added corrigendum, in case the new corrigendum
has any implications to his already submitted bid. Bidder may, at his
option, amend his bid accordingly & re-submit it.
4. Physical Sign & seal of bidder on each page of Bid Documents
available online is required.
5. Scanned copy of all enclosure required as described in the Bid
Document at various place shall be uploaded in Technical Section /
Technical Packaet of E-Tender Portal.
6. Each entity of Technical Section / Technical Envelope have a capacity
to upload a document of 40 MB.
7. If any enclosures is more than 40 MB, it may be split by bidder to the
size of 40 MB or less & proceed further for up loading in Technical
Section / Technical Envelope.
8. If the technical enclosures are more in numbers than the fixed entity
of Technical Section / Technical Envelope. Bidders have option to
upload any number of documents in “Additional Document” section of
“Technical Envelope/ Technical Section” of E-Tender Portal.
9. No information pertaining to “Financial Bid” shall be uploaded or
disclosed anywhere in “Technical Bid” Technical Section/ Technical
Envelope of E-Tender Portal.
10. All uploaded enclosure should bear page numbers and indexed
properly. The first file uploaded by bidder in the technical section shall
be “Index of Enclosures”.
Note: -
(a) The Bidder may be requested by KMRL in writing to amplify, explain and
develop the Contractor's Technical Bid in substantially greater detail during
the detailed technical package evaluation period. This can be incorporated
into the Contract, only those aspects of the Contractor’s Technical Bid that
the Employer (at its sole discretion) considers clearly conforming will form
part of the Contract. Only those aspects of the Contractor’s Technical
Proposal that the Employer (at its sole discretion) considers clearly
conforming will form part of the Contract.
(b) Bidder has to submit the relevant forms as specified in the Part-1 Section-
IV: Bidding forms. The same is to be duly filled and uploaded in the
technical section of e-tender portal, http://etenders.kerala.gov.in.
ITB Submission of Fake & forged document
11.5
Additional (a) If bidder furnish false information, fake & forged experience certificate or
Para) any documents with the bid, which fails in authenticity verification by
KMRL, shall lead to disqualification from the tender process and
forfeitures of Bid Security / EMD and termination of contract even after
award of the contract, including forfeiture of Performance Guarantee.
Such bidder may be debarred from participation in the future bid of KMRL
(b) Submission of inconsistent or misleading information, Tampered/ altered/
Fabricated or concealed information shall lead to rejection of Bid &
forfeiture of EMD / Bid Security.
(c) All submitted work certificate, documents shall be exact certified copy of
original, without any change / alteration / correction / concealment /
forging / Tampering / fabrication. Any document pertains to bidders
eligibility criteria or evaluation criteria or for whatsoever stipulated
anywhere in bid document, submitted by bidder with partial, incomplete,
hidden, tampered or concealed information, shall not be consider in
support of eligibility, evaluation or what so ever mentioned in tender
document & may lead to forfeiture of EMD / Bid Security.
The instruction of Financial Bid & BOQ of Tender Document may be followed
regarding this.
ITB 11.7.2 Bidder shall submit his bid unconditional. No change/alteration in tender
conditions/suggestion sheet/assumption/exclusion or change in any text of bid
document is allowed by bidders. Bid enclosed with any of the above shall be
treated as conditional bid & such bids shall be rejected out rightly.
ITB 12.2 The Letter of Bid with all Schedules/ Forms shall be completed and signed by a
(Additional duly authorized and empowered representative of the Bidder. If the Bidder
Para) comprises a JV/Consortium the Letter of Bid shall be signed by a duly authorized
representative of the Lead Member. Signatures on the Letter of Bid shall be
witnessed and dated. Copies of relevant powers of attorney shall be attached.
ITB 13.1 Alternative bids shall not be permitted under ITB 13.2, ITB 13.3, or ITB 13.4
ITB 13.2 Assigned time of completion of proposed work is 154 (One Hundred and Fifty
Four) Weeks from the date of awards of work.
Alternative times for completion not permitted.
ITB 13.3 Not Applicable.
ITB 13.4 Alternative technical solutions shall not be permitted
ITB 14.1 No discounts are allowed and also not to be quoted by the bidder in the Letter of
Bid and in the Schedules.
ITB 14.2 The bidder shall quote the price only in the Commercial Section of the e-tender
portal of Kerala Govt. e-tenders (http://etenders.kerala.gov.in) in the summary
sheet provided for in the aforesaid commercial section. The price to be quoted shall
be based on item rate basis for schedules and summery sheet, pricing or the bidders
quote should not be given in any other place in the entire bid document.
ITB 14.3 The price quoted in the commercial section in e-tender portal of Kerala Govt. e-
tenders (http://etenders.kerala.gov.in) shall be the total price bid.
ITB 14.4 No discounts or any other methodology shall be quoted by the bidder in the Letter
of Bid by the bidder.
ITB 14.5 Price adjustment / variation during the contract period shall be applicable as per
Price Adjustment Clause of Section-IX, Particular Condition of Contract.
ITB 14.6 No discounts are applicable.
ITB 14.7 The price quoted by bidders shall be to inclusive of all kinds of duties, taxes, Cess
and other levies payable as per GST, Custom tariff act etc. and as prevailing on 28
days (Base Date) prior to final date of submission of bid (Closing time & date of
submission of online bid).The price quoted by bidders deemed to be inclusive of
all kinds of duties, taxes, and other levies payable as per prevailing legislations, act
of Govt. of India, 28 days (Base Date) prior to submission of bid.
ITB 14.8 Bidders shall quote for the entire work on a “single responsibility” basis such that
(Additional the Bid Price covers all Contractor’s obligations mentioned in or to be reasonably
Para) inferred from the Bid Documents in respect this Contract KAE-04/2019 and
completion of the whole of Works. This includes all requirements under the
Contractor’s responsibilities for testing and commissioning of the works executed
including integrated testing and commissioning, the acquisition of all permits,
approvals and tender licenses, etc.; the operation, maintenance and such other
items and services as may be specified in the Bid Documents.
ITB 14.9 The Employer may get, from the Government, partial or complete waiver of taxes,
(Additional royalties, duties, Labour, cess, octroi, and other levies payable to various
Para) authorities. The successful Bidder (the Contractor) shall maintain meticulous
records of all the taxes and duties paid and provide the same with each running
bill. In case the waiver becomes effective, the Contractor will be advised on the
process to be followed to obtain the refund from the concerned authority. The
Contractor shall arrange for the remit of the refund to the Employer. In case of
failure by the Contractor to remit such amounts, the same shall be recovered from
amounts due for payment to the Contractor. The Pro forma of undertaking is
provided in Section IV: Bidding Form (Form 21).
ITB 14.10 With the Bid submission, the Bidder shall submit the Pro forma of undertaking
(Additional provided in Section IV: Bidding Form (Form 22) stating that registrations under
Para) various fiscal and labour laws like Goods and Service Tax (GST), Import Export
Code, Employee State Insurance, Provident Fund, Kerala Labour Welfare Fund,
BOCW shall be obtained by the bidders in the event of award of the work.
ITB 14.12 KMRL project is covered under Project Import chapter 98.01 of Custom Tariff Act
(Additional according to which only concessional custom duty is payable. The Bidder should
Para) avail this benefit and pass on the benefit of the same to KMRL.
As regards registration under Project Import, after the award of the contract,
KMRL at the written request of Contractor shall facilitate the Contractor for
ITB 16.1 “The environmental and social risks are evaluated as high and/or impacts as
(Additional significant. Consequently, the Technical Proposal shall include an environmental,
Para) social, health and safety (ESHS) Methodology meeting the requirements of the
SHE Specifications.
The Bidder shall use the ESHS Methodology Form provided for this purpose in
Section IV.
A Bid not comprising an ESHS Methodology shall be rejected.
ITB 16.2 The Bidder shall be required to amplify, explain and develop the Contractor's
(new Para) Technical Proposals in substantially great details during the Bid evaluation period
such that they may be confirmed as complying clearly with the Works
Requirements and, in accordance with BDS ITB 8.4 herein, can be incorporated
into the Contract. Only those aspects of the Contractor's Technical Proposal that
the Employer (at his sole discretion) considers clearly conforming, will form part
of the Contract.
ITB 18.1 The bid validity period shall be 180 days.
ITB 18.3 (a) The bid price shall not be adjusted in event of delay of award.
ITB 19.1 A Bid Security is required as per details below:
INR 4.55 Million ( Four point Five Five Million only) in form of
unconditioned guarantee issued by any Nationalized or Scheduled
Commercial Bank of Indian origin or Scheduled commercial foreign bank
having business office in India. In the form of Bid Security as per Form 6
in Section-IV: Bidding Forms.
ITB 19.7 The bid security may be forfeited or the Bid-Securing Declaration executed:
(a) if a Bidder withdraws its bid during the period of bid validity specified
by the Bidder on the Letter of Bid, or any extension thereto provided by
the Bidder; or
ITB 19.8 The bid security, as specified in Section-II BDS, Cl No. 19.1 can be submitted by
JV/Consortium or lead member only on behalf of the JV/Consortium.
ITB 19.9 Not applicable as Bid Security is required in this bid.
ITB 20.1 Replaced as: The bid is to be submitted electronically through E-Tendering on
Kerala Govt. e-tenders portal (http://etenders.kerala.gov.in).
ITB 20.2 The bid is to be submitted electronically through e-tender portals of E-tender
Kerala by adopting the procedures described at ITB 11.4 above.
ITB 20.3 i. A firm, who has purchased the Bid Document in his name shall submit the
(Additional Bid in his own name by using his DSC.
Para) ii. In case of JV / Consortium the power of attorney holder of lead member is
authorized to sign all legal documents and other enclosures. However the
digital signature (DSC) of any member of JV/Consortium may be used for
accessing/downloading/uploading & submitting the tender documents.
iii. Such digital signature holders who is submitting the bid shall be jointly and
appropriately authorized by all JV/Consortium partner & a notarized
authority letter should be enclosed with the bid.
iv. The facility in the e-tender portal of Kerala Govt. e-tenders is also available
for viewing & downloading the document free of cost.
ITB 21 Bids shall be submitted through e-tender portal of Kerala Govt. e-tenders only.
‘Technical Envelope’ shall contain the Technical Proposal and ‘Commercial
Envelope’, shall contain Schedule of Prices or the Pricing Documents in
accordance with the provisions of ITB 11.4.
ITB 22.1 The deadline for bid submission is:
Date: 30.05.2020 (As per NIT)
Time: 16:00 hrs. (As per NIT)
The Bidder shall, on or before the date and time given in the Notice inviting Bid
or as may have been amended from time to time, upload his Bid on e-tendering
portal http://etenders.kerala.gov.in Bidders may refer to e-tender procedures
(Toolkit for using e-tender portal) at Annexure II-A.
The Bidders shall furnish the information strictly as per the formats given in the
Bid documents without any ambiguity. The KMRL shall not be held responsible if
the failure of any Bidder to provide the information in the prescribed formats
results in a lack of clarity in the interpretation and consequent disqualification of
its Bid.
ITB 23.1 As the bidding process is through online e-tendering process late submission of
bid will not be allowed by the e-tender portal of Kerala.
ITB 23.2 Bids received after due date and time of submission, in any form, shall not be
(new Para) accepted. KMRL will not be responsible for any delay, internet connection
failure or any error in uploading the Bid submission. The Bidders are advised to
upload their submissions well before the due date and time of Bid submission to
avoid any problems and last minute rush.
ITB 23.3 The Employer may, at his own discretion, extend the deadline for submission of
(new Para) Bids by issuing an amendment in accordance with ITB, in which case all rights
and obligations of the Employer and the Bidders previously subject to the
original deadline will thereafter be subject to the deadline as extended.
ITB 24.1, As the bid process is through e-tendering portal of Kerala Govt. e-tenders
24.2 & 24.3 http://etenders.kerala.gov.in only, any amendment/ modification/substitution of
bid can be done by going back into the Re-submit option of the e-tender portal
prior to the submission of bid. Withdraw of already uploaded & submitted bid is
possible before the tender opening.
ITB 25.1 The bid opening/ shall take place at office of:
General Manager (RS&E)
Kochi Metro Rail Limited (KMRL)
4th Floor, JLN Metro Station, Kaloor, Ernakulam - 682017
Date: 06.06.2020 (As per NIT)
Time: 16:00 hrs. (As per NIT)
The bidders have only option to submit their bids electronically, the electronic bid
opening procedure shall be as under:-
ITB 25.6 After the evaluation of the Technical Proposals in accordance with ITB 27, 28, 29
(Additional and ITB 30, the Employer shall prepare a list of responsive Bidders for opening of
Para) their Financial Proposals. A date, time and venue will be electronically notified to
all Bidders for announcing the result of evaluation and opening of Financial
Proposals.
The opening of Financial Proposals shall be done in presence of respective
representatives of responsive Bidders who desires to be present & witness the
opening process.
Result of Technical Evaluation shall be communicated electronically to
bidders only.
E. Evaluation, and Comparison of Bids
ITB 26.4 The Bid Documents, as listed in ITB 6.1 above and any corrigendum / addenda
(Additional thereto, together with any further communications, are issued for the purpose of
Para) enabling the Bidders to submit the Bids only. The Bidder shall not disclose any
information contained in the documents or otherwise supplied in connection with
this Bid invitation to any third party except for the purpose of preparing its Bid.
The Bidder shall maintain complete confidentiality till the Contract is awarded
except otherwise stated in the Bidding Documents and the Contract. A letter of
undertaking is attached in Section IV: Bidding Forms (Form 13) and shall be
completed by the Bidder and returned in the Technical Package. In the event that
such confidentiality is breached, the Employer may reject the Bid. Copyright in
all plans and any other document issued to the Bidder is reserved.
ITB 26.5 The Bid drawings and documentation issued for this work is the property of
(Additional KMRL (Employer) and shall be used solely for bidding purpose as general
Para) guidance. They shall not be used in part or whole or altered form for any other
purpose without the permission in writing of the Employer.
ITB 28.1 (a) The bid submitted by the bidder should be unconditional & No deviation
/ alteration/ reservation & omission is permitted.
ITB 29.1.1 General Evaluation: Prior to the detailed evaluation of Bids, the Employer will
(Additional determine whether each Bid:
Para) All enclosures, declarations, formats and BOQ
the complete bid document should be uploaded to the e-tender portal of Kerala
Govt. e-tenders, http://etenders.kerala.gov.in through digital signature of
bidders along with all enclosures as instructed and procedures describes in
ITB 11.4 above.
has been accompanied by a valid Bid Security; and
meets the Qualification & Evaluation Criteria - Bidders, which do not qualify
in any of the minimum eligibility criteria including Bid Capacity criteria and
other criteria described in bid document elsewhere, shall not be considered for
further evaluation of Technical packages and shall be rejected
meets the other aspects of general evaluation as per BDS ITB 4.9 to 4.17
Statement of Integrity, Eligibility and Social and Environmental
Responsibility as per Appendix 2.2 of Section-IV)
Absence of any of the above items will disqualify the Bid/ Bidder.
29.3(Additio The tenderer should submit an undertaking, in form no.20 of section iv’ that he
nal Para) will make credible arrangements for ensuring availability of critical spares and
technical support, during the service life of the equipments/spares/M&P/systems
commissioned. The tenderer’s technical proposal should also explain as to how
he will ensure availability of critical spares and technical support for
maintenance/up gradation during the service life of the equipment.
Replace existing ITB 31 and its sub-Para as under
ITB 31 Correction of Arithmetical Errors
ITB 31.1 The financial proposals of only those that comply with the General Evaluation
Criteria as per ITB 29.1.1 above and whose Technical Package is found compliant
as per ITB 29 (and its sub-Para) above, will be opened and evaluated.
ITB 31.2 Bids determined to be substantially responsive will be checked by the Employer
for any arithmetic errors. Errors will be corrected by the Employer on the
following basis:
(a) if there is a discrepancy between the unit price and the total price that is
obtained by multiplying the unit price and quantity, the unit price shall
prevail and the total price shall be corrected, unless in the opinion of the
Employer there is an obvious misplacement of the decimal point in the
unit price, in which case the total price as quoted shall govern and the
unit price shall be corrected;
(b) If there is an error in a total corresponding to the addition or subtraction
of subtotals, the subtotals shall prevail and the total shall be corrected;
and
(c) If there is a discrepancy between words and figures, the amount in words
shall prevail, unless the amount expressed in words is related to an
arithmetical error, in which case the amount in figures shall prevail
subject to (A) and (B) above.
(d) If the Bidder does not accept the corrected Bid, its Bid will be rejected
and the Bid Security forfeited.
(e) Bidders are required to quote the price against each item described in
financial bid/BOQ. If bidders fail to quote price of any item/items it will
be assumed that its price has been already considered in the price of
other items and execution of such item shall be binding on the successful
contractor.
ITB 32.1 Bids will be compared in Indian National Rupees (INR) only. This will be
achieved by conversion of the Foreign Currency, if any, of the Bid into Indian
Rupees by using the Exchange Rates at the close of business of the SBI (State
Bank of India) on the Base Date (28 Days prior to final date of Bid
submission), and then adding the same to the Indian Rupee portion (if any) of the
Bid. In case this particular day happens to be a holiday, the exchange rate at the
closing of the business of the SBI (State Bank of India) on the previous working
day will be considered.
ITB 33.1 Please refer “Make In India” policy of Govt. of India, which has been detailed
and enclosed in Annexure-III A of Section-III.
ITB 33.2 - Make In India Guidelines
(Additional
Para) (1) This bid is essentially an ICB (International Competitive Bid) and any
foreign or Indian bidder may participate.
(2) Pursuant to the policy of the Government of India, Department of
Industrial Policy and Promotion (DIPP) have issued ‘Public Procurement
(Preference to Make in India), DIPP Order No. P-45021/2/2017-PP (B.E.-
II) dated 29th may 2019. With respect to the above policy the minimum
local content in procurement value of the Traction & 3rd rail
electrification Tender KAE-04/2019 shall be 50%. The Bidder shall be
required to provide a self-certificate or a certificate from the statutory
auditor or cost auditor giving the percentage only of minimum local
content and this self-certificate or certificate from statutory auditor or cost
auditor shall be attached with the bid uploaded in technical section of e-
tender portal. Only percentage values shall be mentioned in these
certificates and no financial values shall be mentioned. (Please refer form
no. 24 & 25 Section IV, Bidding Forms).
(3) In case only self-certificate as per para (2) above has been submitted, the
Bidder shall also be required to provide a certificate from the statutory
auditor or cost auditor of the company (in case of companies) or from a
practicing cost accountant or practicing chartered accountant (in respect
of suppliers other than companies) giving the percentage of local content
as specified in above point 2 for Bid Submission. The hard copy of
certificates has to be submitted on or before 07.05.2020 during office
hours). In case the certificate is not received within the stipulated time and
duly signed by the person as above, the offer will be considered non-
responsive and rejected; and the financial bid of such bidders shall not be
opened. This local content should be greater than or equal to the minimum
local content specified in Para (2) above for the bid submission to be a
valid offer. Only percentage values shall be mentioned in these certificates
and no financial values shall be mentioned.
This Certificate shall be submitted physically in hard copy in the office of
General Manager (RS&E)/Kochi duly marked “Not to be Opened by
Anyone except General Manager (RS&E)” at the following address:
General Manager(RS&E)
Kochi Metro Rail Limited (KMRL)
4th Floor, JLN Metro Station, Kaloor, Ernakulam 682017
(4) Purchase preference and price matching facility will be given to the local
bidders in awarding this tender and Point no. 3(c) and 6 of the enclosed
order of DIPP letter Order 2019’ vide No. P-45021/2/2017-PP (B.E.-II)
dated 29th May 2019 is applicable. Procedure for verification process, if
needed and penalty for violation shall be applicable as per the above-
referred Order dated 29th May 2019.
(5) For sake of clarity, especially to the foreign bidders, ‘Local Content’
means the amount of value added in India which shall be the total value
of items procured (excluding net domestic indirect taxes) minus the value
of imported content in the item (including custom duties) as a proportion
of the total value, in percent. Foreign bidders may achieve the specified
percentage/value of local content by way of partnerships, co-operation
with Indian companies, setting up production units in India or making
joint ventures with Indian suppliers etc.
(6) The technical offers of the Bidders who do not comply / submit the
documentation as per above Para (2) and (3) with respect to order of DIPP
letter Order 2019’ vide No. P-45021/2/2017-PP (B.E.-II) dated 29th May
2019 shall be rejected and considered non-responsive and their financial
offers shall not be opened.
(7) The minimum local content will further be certified for compliance of
indigenous content by successful Bidder and reviewed during the design
finalization stage.
ITB 34.1 No subcontractor is selected by Employer, however for sub-contracts exceeding Rs
5 million, it will be obligatory for the Contractor to obtain a "No-Objection” from the
Engineer/ Employer.
ITB 34.4 Sub-Contract
(Additional Sub–contracting shall be generally limited to 50% of the awarded price of the work,
Para) excluding the cost of design, if any. The terms and conditions of subcontracts and
the payments that have to be made to the Subcontractors shall be the sole
responsibility of the Contractor.
The Subcontractor / Vendor shall fully comply with the technical specifications
included in the Works Requirements.
ITB 35.2 In evaluating the Bids, the Employer will determine for each Bid the evaluated
Bid price by adjusting the Bid price as follows:
(a) making any corrections for errors pursuant to ITB 31.2;
(b) making appropriate adjustments for conditions, qualifications,
deviations, etc. pursuant to ITB 14.12.
(c) not applicable
(d) converting the amount resulting from applying (A) and (B) above to a
single currency in accordance with ITB 32.1;
(e) not applicable
(f) no change
ITB 35.5 If bidder’s quoted price is lower than the 10% of the estimated cost of the
proposed work, additional performance guarantee at the rate of 10% of the
difference of the lowest allowable limit of quoting and quoted price by the
bidders is to be furnished along with the normal performance guarantee.
Additional Performance Guarantee (APG) shall be calculated as under:-
A=Estimated cost of the work;
B=Quoted price by the bidder;
Difference of cost, C=A-B, if C > (10%A), then
APG = (C-10%A) x 10/100
However, such bid may be accepted by employer solely at their discretion, after
going through the cost analysis submitted by the bidder and finding it workable.
ITB 35.6 Variations, deviations, alternative offers and other factors which are not in line
(Additional with the requirement and conditions of the bidding documents or otherwise result
Para) in the accrual of unsolicited benefits to the Employer shall not be taken into
account in Bid evaluation and such bid shall be considered non responsive and
shall not be considered for Financial Evaluation.
F. Award of Contract
ITB 39.1 Replace the existing ITB 39.1 with the following:
Subject to ITB 33.1, ITB 38.1 and ITB 39.2, the Employer will award the
Contract to the Bidder whose Bid has been determined to be substantially
responsive to the Bidding Documents and who has offered the Lowest Evaluated
Bid Price, and whose offer is balanced in terms of ITB 35.6, provided that such
Bidder has been determined to be eligible and qualified in accordance with
provisions of ITB 4.
The prices quoted by bidder must be realistic and workable and KMRL reserve
the right to ask a detail analysis of price quoted by the bidder. If the quoted price
does not seems workable or bidder fails to justify its workability, in that
circumstance the employer is not bound to award the work to lowest bidder.
ITB 39.2 In case, Successful Bidder is a JV/ Consortium, then the Performance Security
(Additional must be furnished on behalf of the JV/ Consortium by the Lead Member only.
Para) The internal arrangement among the Members of such JV/ Consortium in such
proportion as may be agreed between them as per JV/ Consortium agreement
shall be the internal matter to the members of JV/Consortium.
ITB 40.1 Replace the existing ITB 40.1 with the following:
Prior to the expiration of the period of bid validity, the Employer shall notify the
successful Bidder, in writing, that its bid has been accepted. The “Notification
of Award” letter shall be formal information to the lowest evaluated Bidder
about the acceptance of his bid. The Notification of Award shall not constitute a
binding contract. It shall specify the sum that the Employer will pay the
Contractor in consideration of the execution and completion of the plant and
services (hereinafter and in the Conditions of Contract and Contract Forms
called “the Contract Price”).
ITB 40.4 The “Letter of Award” will be sent in duplicate to the successful Bidder, who
(Additional will return one copy to the Employer duly acknowledged and signed by the
Para) authorized signatory, within one week of receipt of the same by him. The Letter
of Award will constitute a part of the Contract.
ITB 41.2 Addition to the existing ITB 41.2 with the following:
The Bidder should note that after the acceptance of bid (technical & financial)
the successful bidder will be eligible for issuance of Letter of Award. In the
event of successful Bidder’s acceptance of the LOA, the Bidder will be required
to execute the Contract Agreement in the form specified in Section X. Contract
Forms with such modifications as may be considered necessary at the time of
finalization of the Contract.
ITB 42.1 The Performance Guarantee required in accordance with Clause 4.2 of the GC
shall be for an amount as specified in Section IX. Particular Conditions, Part A –
Contract Data in the form of a bank guarantee issued (draft attached in contract
forms) from a Scheduled commercial bank of India (excluding Cooperative
Banks) or from a scheduled Foreign Bank having business office in India as
defined in Section 2(e) of RBI Act 1934 read with Second Schedule in the types
and proportions of currencies in which the Contract Price is payable.
ITB 42.3 The Bidder has to furnish other Guarantees, Undertakings, and Warranties, in
(Additional accordance with the provisions of the General Conditions of Contract and
Para) Particular Conditions of Contract (refer ITB 43).
ITN 42.4 Failure of the successful Bidder to comply with the requirements of ITB 41 and
(Additional ITB 42 shall constitute sufficient grounds for the annulment of the award and
Para) forfeiture of the Bid Security.
ITB 43 Guarantees and Warranties
(Additional The Contractor shall submit other all Warranties, Guarantees & Undertakings
Para) (as applicable) in accordance with New Sub-Clause 4.2A Guarantees and
Warranties & Undertakings of PC and Section I ITB and Section X-Contract
form.
If the Bidder comprises a Consortium, a parent company of each Member of
such Consortium will be required to execute the Undertakings and Guarantees
referred to in sub-paragraphs (b) and (c) of ITB 43.1 above.
The Contractor should note that all Guarantees, Undertakings and Warranties
except Advance Payment Guarantee, Retention Money Guarantee shall be
executed prior to signing of the Contract.
ITB 44 Insurance
(Additional
The Bidders’ attention is drawn to the provisions contained in Clause 18 of the
Para)
General Conditions of Contract and Sub Clause 18.1 General Requirement for
Insurances , Sub Clause 18.2 Insurance for Works and Contractor’s Equipment
& Sub Clause 19.4 Consequences of Force Majeure of Particular Conditions of
Contract.
100% of the Total Contract Price
The Contractor has to ensure that the insurance taken by the contractor shall
adhere to GIF (Govt. Insurance Fund) Policy of Govt. of Kerala in this regard
vide GR Nos.:
AIF-2183/CR-174/83/ADM-5 dated 16th January 1984
BID DOCUMENTS
FOR
ANNEXURE II-A-Toolkit
E-mail: queries@kmrl.co.in
Website: www.kochimetro.org
Telephone: 0484 2846700
Annexure- II A
(Tool Kit for using E-Tender Portal of Kerala)
TENDERING PROCEDURE
A] Tender Forms.
i. Tender Forms can be purchased from the e-Tendering Portal of Kerala Govt. e-tenders
portal, i.e. http://etenders.kerala.gov.in
ii. Bidder should have valid class II/III digital signature certificates (DSC) obtain from any
certifying authorities.
iii. Bidder should install the Java and NXT Crypto service available on the Home Page of
Download section URL :- http://etenders.kerala.gov.in
The Contractors may obtain the necessary information on the process of enrolment either
from Helpdesk Support Team or may visit the information published under the link Help
manual and tutorials on the Home Page of the Electronic Tendering System.
The Digital Certificates are issued by an approved Certifying Authority authorized by the
Controller of Certifying Authorities of Government of India through their Authorized
Representatives upon receipt of documents required to obtain a Digital Certificate.
Bid data / information for a particular Tender may be submitted only using the Digital
Certificate which is used to encrypt the data / information and sign the hash value during
the Tender Submission stage. In case during the process of preparing and submitting a Bid
for a particular Tender, the Contractor loses his/her Digital Signature Certificate (i.e. due to
Virus attack, hardware problem, operating system problem); he / she may not be able to
submit the Bid online.
Hence, the Users are advised to store his / her Digital Certificate securely and if possible,
keep a backup at safe place under adequate security to be used in case of need.
For information on the process of application for obtaining Digital Certificate, the
Contractors may visit the section Information about DSC on the Home Page of the
Electronic Tendering System.
iii. Recommended Hardware and Internet Connectivity:
To operate on the Electronic Tendering System, the Contractors are recommended to use
Computer System with at least 1 GB of RAM and broadband connectivity with minimum
512 kbps bandwidth.
To operate on the Electronic Tendering System of Kerala Govt. e-tenders portal, the Computer
System of the Contractors is required be set up. The Contractors are required to install Utilities
available under the section Downloads on the Home Page of the System.
The Utilities are available for download freely from the above mentioned section. The
Contractors are requested to refer to the Help manual and Tutorials available online on the
Home Page to understand the process of setting up the System, or alternatively, contact the
Helpdesk Support Team on information / guidance on the process of setting up the System.
C] The e-tender portal contains two section Technical Bid Submission &
Financial Bid Submission.
i. Technical Bid Section: - Technical Bid Section shall contain all Documents
and enclosures as directed in NIT, ITT and EQ. Bidder shall upload the
PDF copy of such documents in Technical Section only.
ii. Financial Bid Section: - All prices/Commercial offers/ or any information
pertain to commercial offer (BOQ) required by KMRL from the bidders,
should be filled/uploaded (If directed by KMRL) in Financial bid Section
only.
iii. No information pertaining to Financial Bid section should be
uploaded/disclosed in Technical Bid Section or vice versa.
D] Steps to be followed by Contractors to participate in the e-Tenders processed
by Kerala Govt. e-tenders portal.
All Contractors enrolled on the Electronic Tendering System of Kerala Govt. e-tenders
portal are provided with dedicated briefcase facility to store documents / files in digital
format. The Contractors can use the online briefcase to store their scanned copies of
frequently used documents / files to be submitted as a part of their bid response. The
Contractors are advised to store the relevant documents in the briefcase before starting the
Tender Submission stage.
In case, the Contractors have multiple documents under the same type (e.g. multiple Work
Completion Certificates) as mentioned above, the Contractors advised to either create a
single pdf file of all the documents of same type.
Note: Uploading of documents in the briefcase does not mean that the documents are
available to KMRL at the time of Tender Opening stage unless the documents are
specifically attached to the Tender during the Tender Submission stage.
The Contractors can view the Detailed Tender Notice (NIT) along with the Time
Schedule (Key Dates) for all the Live Tenders released by KMRL and Eligibility Criteria
(EQ) on the home page of Kerala Govt. e-Tendering Portal on
http://etenders.kerala.gov.in under the section Live Tenders. Viewing & downloading
the NIT & EQ is free of cost.
iii. Download of Tender Documents:
After going through the NIT & EQ, if bidder finds himself eligible for the bidding, he
may download the complete bid document via online mode.
iv. Online Submission of Bid:
a. At the stage of Payment which bidder has to pay online (as per requirement of tender as
specified in BDS in ITB) using SBIMOPS online pay mode. For Tender fee &EMD
payment,
b. Bidder should ensure the payment of online EMD and Tender fee, 72 Hours (Excepting
Holiday if any) prior to the final submission date of the Bid.*
c. Bidder have the option to pay EMD& Tender Fee either at the initial stage of submission
of bid or at the final stage of submission of bid, when all mandatory formats/ documents
filled/ uploaded.
d. Bidders making use of Bank Guarantee (BG) or making Swift Transactions, should use
EMD Exemption Facility to upload the BG copy/Swift transaction receipt and avail the
exemption for the amount transacted (Full or Partial).
e. Payments for variable EMD, avail EMD exemption for the amount for which payment
will not be made.
f. Beyond this stage, you will not be able to edit Fee or Exemption details.
g. Please confirm that the exemption and amount to be paid are correct.
h. Bidder shall download the Complete Bid Document along with all
Corrigendum/Addendum/Clarification etc. by logging in with E-Tender Portal using his
DSC (i.e. DSC of POA/ Owner) & read the all tender Instruction & clauses carefully.
i. For submission of Tender Document and Corrigendum, Submission Process has
been enabled in Technical section of E-Tender Portal of Kerala Govt. e-Tendering
Portal. Further bidder may proceed for submission by clicking submit button.
j. If the bidder has completed the submission process of his bid before due date of
submission and in between employer issue a corrigendum, in this circumstances the
bidder has to re-submit his bid by clicking “My Active Bids” link to the new added
corrigendum, in case the new corrigendum has any implications to his already
submitted bid. Bidder may, at his option, amend his bid accordingly & re-submit it.
k. Physical Sign & seal of bidder on each page of Bid Documents available online is not
required.
l. All required enclosures as per bid document shall be uploaded in “Technical Envelope” /
“Technical Section” of E-Tender portal by using DSC of bidder.
m. The “Technical Envelope” / “Technical Section” of E-Tender portal has been provided
with facilities to upload a file of maximum size of 80 MB only.
n. If bidders are desirous to upload a file more than 80 MB size, he should compress the file
into 80 MB or lesser than 80 MB and can upload the same at “Technical
Envelope/section” of E-Tender Portal.
Note:-
Bidders who are using SBI MOPS other banks Internet Banking are requested to make
online payment 72 hours in advance.
* Help File regarding use of e-Payment Gateway can be downloaded from e-Tendering
Portal.
The Tendering Authority will first open the Technical Bid documents of all Contractors and after
scrutinizing these documents will shortlist the Contractors who are eligible for Financial Bidding
Process. The shortlisted Contractors will be intimated through e Tenders portal.
vi. Opening of the Financial Bids:
The Contractors may or may not remain present in the Office of the Tender Opening Authority at
the time of opening of Financial Bids.
vii. Tender Schedule (Key Dates):
All the online activities are time tracked and the Electronic Tendering System enforces time-
locks that ensure that no activity or transaction can take place outside the Start and End Dates and
Time of the stage as defined in the Tender Schedule.
At the sole discretion of the Tender Authority, the time schedule of the Tender stages may be
extended.
Note: For details illustrations, please refer or down load the PPT demonstration available
on E-Tender portal of http://etenders.kerala.gov.in
BID DOCUMENTS
FOR
Note: - The above list of enclosures is only a guide to bidders and may not cover all the
documents that are required to be uploaded. Bidders are advised to examine the tender
document in detail & enclose the relevant document accordingly
BID DOCUMENTS
FOR
DESIGN, DESIGN VERIFICATION, DETAIL ENGINEERING,
MANUFACTURE, SUPPLY, INSTALLATION, TESTING AND
COMMISSIONING OF 750 V DC THIRD RAIL TRACTION
SYSTEM ELECTRIFICATION AND AUXILIARY SUB STATIONS
(ASS) AND ASSOCIATED SCADA SYSTEMS FOR PHASE – 1
EXTENSION OF KOCHI MRTS PROJECT.
2. Qualification
1
Non-performance, as decided by the Employer, shall include all contracts where (a) non-performance was not challenged by the contractor, including through referral to the dispute resolution mechanism
under the respective contract, and (b) contracts that were so challenged but fully settled against the contractor. Non-performance shall not include contracts where Employers decision was overruled by the
dispute resolution mechanism. Non-performance must be based on all information on fully settled disputes or litigation, i.e. dispute or litigation that has been resolved in accordance with the dispute
resolution mechanism under the respective contract and where all appeal instances available to the Bidder have been exhausted.
2
This requirement also applies to contracts executed by the Bidder as JV member.
KOCHI METRO RAIL LIMITED Page 3 of 20
Tender No. KAE-04/2020 PART 1: Bidding Procedure
SECTION
III: Evaluation and Qualification Criteria
Where,
KOCHI METRO RAIL LIMITED Page 6 of 20
Tender No. KAE-04/2020 PART 1: Bidding Procedure
SECTION
III: Evaluation and Qualification Criteria
(ii-b) Net Worth Net worth of Bidder must be Must meet N/A Must Meet N/A Form FIN - 3.1
positive in at least two years in the requirement requirement
last five financial years ending in
31.03.2019.
3.2 Average Annual Minimum average annual turnover Must meet Must meet Must meet N/A Form FIN – 3.2
Turnover of INR 227.65 Million (or USD requirement requirement requirement
equivalent) equivalent calculated as as per their %
total certified payments received share
for contracts in progress and/or
completed within the last 5 (five)
years
Note:
1. Last five years shall be 2014-15
to 2018-19. In case of
Companies, which follows
Financial Year as Calendar Year
(January to December), data for
the year 2017 shall be treated
equivalent to the data of FY
2017-18 and so on.
In Case of JV/JVA/ Consortium –
tenderer must fulfil the following
conditions:
1. Each partner to have minimum
25% of minimum requirement.
2. At least one partner to have 40%
KOCHI METRO RAIL LIMITED Page 9 of 20
Tender No. KAE-04/2020 PART 1: Bidding Procedure
SECTION
III: Evaluation and Qualification Criteria
3.3 Corporate Debt The bidder having undergone Must Submit N/A Must Submit N/A In case bidder
Restructuring Corporate Debt Restructuring has not under
(CDR) in last five years must gone CDR then
submit their banker’s certificate as sole
stating that their account with the bidder/all
bank is “standard account” as on members in
31/03/2019. case of JV must
submit
undertaking to
the effect of not
having
undergone CDR
4.0 Experience
4.1 General Design, The Tenderers will be qualified Must meet Must Meet Must meet N/A Form EXP – 4.1
Supply & only if they have completed work requirement Requirement requirement
Installation for Design Verification, Detail as per their
KOCHI METRO RAIL LIMITED Page 11 of 20
Tender No. KAE-04/2020 PART 1: Bidding Procedure
SECTION
III: Evaluation and Qualification Criteria
4.2 (c) Quality & EHS 1. ESHS qualification criteria: sub Must meet Must meet N/A Must meet Form PER-2
Qualification section 5 of the qualification table requirement requirement requirement (for CV of EHS
Criteria in Section III specifies new (Lead personnel)
qualification criteria aiming to Member)
ensure that shortlisted contractors
are sufficiently ESHS experienced
and qualified to mitigate the E&S
impact of the works satisfactorily
2. Comprehensive and detailed
ESHS Specifications for work sites
management are included section
VII.
3. An ESHS Methodology is to be
provided by the Bidder as a part of
the Technical proposal; a specific
KOCHI METRO RAIL LIMITED Page 13 of 20
Tender No. KAE-04/2020 PART 1: Bidding Procedure
SECTION
III: Evaluation and Qualification Criteria
Notes:
a) The tenderer shall submit details of work executed by them in the Performa of Annexure-I for the
works to be considered for qualification of work experience criteria. Documented proof such as
completion certificates from client clearly indicating the nature and scope of work, actual
completion cost and actual date of completion for such work should be submitted. The offers
submitted without this documentary proof shall not be evaluated.
b) For completed works, value of work done shall be updated to tender submission date assuming 5%
inflation for Indian Rupees every year and 2% for foreign currency portions per year. For the
purpose of evaluation of work experience, all prices will be converted to Indian Rupees using
the Exchange rates for those currencies at the close of business of the Reserve Bank of India at
31st December of each year for the works completed in respective year. For the works
completed in the latest year before 31st of December of current year, the exchange rates of SBI
(State Bank of India) currency shall be applicable on base date i.e. 28 days before the final date
of tender submission.
c) In case the bidder is existing joint venture / Consortium, full value the work done in the previous
contract shall be considered for evaluations and such joint ventures shall be treated as a single entity
or single bidder. If a member of joint venture participates in the bidding with a new JV/consortium
partner, value of the work as per his percentage share & scope of participation in that previous JV /
consortium shall be considered.
5. Personnel
The bidder must demonstrate that it has the personnel for the key positions that meet the following requirements:
The above requirement are minimum and the contractor should be capable to deploy additional technical
work force if required as per the site condition.
The bidder shall provide the details of the proposed personnel and their experience records using Forms
PER-1 and PER -2 included in section IV, Bidding forms.
6. Domestic Preference: Refer ITB 33.1 & 33.2 of Section-II (BDS) & Annexure-A of Section-III.
DOCUMENTS FOR
March, 2020
BID DOCUMENTS
FOR
DESIGN, DESIGN VERIFICATION, DETAIL ENGINEERING,
MANUFACTURE, SUPPLY, INSTALLATION, TESTING AND
COMMISSIONING OF 750 V DC THIRD RAIL TRACTION
ELECTRIFICATION AND AUXILIARY SUB STATIONS (ASS)
AND ASSOCIATED SCADA SYSTEMS FOR PHASE -1
EXTENSION OF KOCHI MRTS PROJECT
1A. Pro-Forma Letter of Participation from Each Partner of Joint Venture (JV) ...........3
Deleted .......................................................................................................................................5
2. Appendix to Bid....................................................................................................................5
2.1 Schedule of Adjustment Data ..................................................................DELETED
2.2 Statement of Integrity, Eligibility and social and environmental responsibility……9
3. Schedules...............................................................................................................................9
20. Undertaking for ensuring supply of critical spares and availability of technical
support ........................................................................................................................91
22. Undertaking for obtaining registrations under various fiscal and labour laws .........93
25. Performa for submission of the list of the Goods, Works & Services Tentatively….96
1. Letter of Bid
[The Bidder shall prepare his Letter of Bid on a Letterhead paper specifying his name and
address]
Date:
ICB/NCB No.:
Invitation for Bid No.: XXX
Alternative No.: XXX______________
To: _______________________________________________________________________
(a) We have examined and have no reservations to the Bidding Documents, including
Addenda issued in accordance with Instructions to Bidders (ITB 8) ;
(c) We have not been suspended nor declared ineligible by the Employer in absence of a Bid
Security in the Employer’s country in accordance with ITB 4.4.
(d) We offer to execute in conformity with the Bidding Documents the following Works:
;
(e) The total price of our Bid, excluding any discounts offered in item (f) below is:
In case of only one lot, total price of the Bid [price not to be filled]
In case of multiple lots, total price of each lot [price not to be filled]
In case of multiple lots, total price of all lots (sum of all lots) [price not to be filled];
(f) Deleted -The discounts offered and the methodology for their application are:
i) The discounts offered are[price not to be filled]
ii) The exact method of calculations to determine the net price after application of
discounts is shown below:[not to be filled]
(g) Our bid shall be valid for a period of 180 days from the date fixed for the bid submission
deadline in accordance with the Bidding Documents, and it shall remain binding upon us
and may be accepted at any time before the expiration of that period;
(h) If our bid is accepted, we commit to obtain a performance security in accordance with ITB
42 of the Bidding Documents;
(i) We are not participating, as a Bidder, in more than one bid in this bidding process in
accordance with ITB 4.2(e), other than alternative bids submitted in accordance with ITB
13;
(j) We understand that this Bid, together with your written acceptance thereof included in
your notification of award, shall constitute a binding contract between us, until a formal
contract is prepared and executed;
(k) We acknowledge and agree that the Employer reserves the right to annul the bidding
process and reject all Bids at any time prior to contract award without thereby incurring
any liability to us; and
(l) We hereby certify that we have taken steps to ensure that no person acting for us or on our
behalf will engage in any type of fraud and corruption.
(m) We have not paid, or will pay the following commissions, gratuities, or fees with respect
to the bidding process or execution of the Contract
(n) We understand that you are not bound to accept the lowest evaluated bid or any other bid
that you may receive.
*: In the case of the Bid submitted by joint venture specify the name of the Joint Venture as
Bidder
**: Person signing the Bid shall have the power of attorney given by the Bidder to be
attached with the Bid
Note: Para (e) and (f) above are not to be included in the Letter of Bid for Technical
Proposal
From:
……………………..
………………..
To,
THE GENERAL MANAGER (RS&E)
KOCHI METRO RAIL LIMITED
8th Floor, Revenue Tower
Park Avenue Kochi, Kerala
Pin: 682011
Sir,
Regarding:
“[Insert the name of the work]”
We wish to confirm that our company/firm (delete as appropriate) has formed a Joint Venture
with and for the purposes associated with NIT referred to above.
(Member(s) who are not the lead partner of the JV should add the following paragraph)*
‘This JV is led by ……. whom we hereby authorize to act on our behalf for the purpose of
submission of Bid for …….. And authorize to incur liabilities and receive instructions for an
on behalf of any and all the partners or constituents of the Joint Venture.’
OR
(Member being the lead member of the group should add the following paragraph)*
‘In this group we act as leader and, for the purposes of applying for qualification, represent
the Joint Venture.’
In the event of our group being awarded the contract, we agree to be jointly with……… (Names
of other members of our JV)……… and severally liable to the KMRL, its successors and
assigns for all obligations, duties and responsibilities arising from or imposed by the contract
subsequently entered into between KMRL and our JV.
*I/We, further agree that entire execution of the contract shall be carried out exclusively
through the lead partner.
Yours faithfully,
(Signature)
(Name of Signatory)………………….
(Capacity of Signatory)…………………
Seal
* Delete as applicable
Deleted
2. Appendix to Bid
2.1 Schedule of Adjustment Data
[Note: this schedule should be inserted in the Bidding Document when prices are to be
adjustable – refer to BDS ITB 14.5; it must be deleted for a fixed price Contract]
1. We recognise and accept that Agence Française de Développement ("AFD") only finances projects of
the Contracting Authority subject to its own conditions which are set out in the Financing Agreement
which benefits directly or indirectly to the Contracting Authority. As a matter of consequence, no legal
relationship exists between AFD and our company, our joint venture or our suppliers, contractors,
subcontractors, consultants or subconsultants. The Contracting Authority retains exclusive
responsibility for the preparation and implementation of the procurement process and performance of
the contract. The Contracting Authority means the Purchaser, the Employer, the Client, as the case may
be, for the procurement of goods, works, plants, consulting services or non-consulting services.
2. We hereby certify that neither we nor any other member of our joint venture or any of our suppliers,
contractors, subcontractors, consultants or subconsultants are in any of the following situations:
2.1) Being bankrupt, wound up or ceasing our activities, having our activities administered by the
courts, having entered into receivership, reorganisation or being in any analogous situation arising
from any similar procedure;
2.2) Having been:
a. convicted, within the past five years by a court decision, which has the force of res judicata
in the country where the Contract is implemented, of fraud, corruption or of any other offense
committed during a procurement process or performance of a contract (in the event of such
conviction, you may attach to this Statement of Integrity supporting information showing that
this conviction is not relevant in the context of this Contract);
b. subject to an administrative sanction within the past five years by the European Union or by
the competent authorities of the country where we are constituted, for fraud, corruption or for
any other offense committed during a procurement process or performance of a contract (in the
event of such sanction, you may attach to this Statement of Integrity supporting information
showing that this sanction is not relevant in the context of this Contract);
c. convicted, within the past five years by a court decision, which has the force of res judicata,
of fraud, corruption or of any other offense committed during the procurement process or
performance of an AFD-financed contract;
2.3) Being listed for financial sanctions by the United Nations, the European Union and/or France
for the purposes of fight-against-terrorist financing or threat to international peace and security;
2.4) Having been subject within the past five years to a contract termination fully settled against us
for significant or persistent failure to comply with our contractual obligations during contract
performance, unless this termination was challenged and dispute resolution is still pending or has
not confirmed a full settlement against us;
2.5) Not having fulfilled our fiscal obligations regarding payments of taxes in accordance with the
legal provisions of either the country where we are constituted or the Contracting Authority's
country;
2.6) Being subject to an exclusion decision of the World Bank and being listed on the website
http://www.worldbank.org/debarr (in the event of such exclusion, you may attach to this Statement
of Integrity supporting information showing that this exclusion is not relevant in the context of this
Contract);
2.7) Having created false documents or committed misrepresentation in documentation requested by
the Contracting Authority as part of the procurement process of this Contract.
3. We hereby certify that neither we, nor any of the members of our joint venture or any of our suppliers,
contractors, subcontractors, consultants or subconsultants are in any of the following situations of
conflict of interest:
3.1) Being an affiliate controlled by the Contracting Authority or a shareholder controlling the
Contracting Authority, unless the stemming conflict of interest has been brought to the attention of
AFD and resolved to its satisfaction;
3.2) Having a business or family relationship with a Contracting Authority's staff involved in the
procurement process or the supervision of the resulting Contract, unless the stemming conflict of
interest has been brought to the attention of AFD and resolved to its satisfaction;
3.3) Being controlled by or controlling another bidder or consultant, or being under common control
with another bidder or consultant, or receiving from or granting subsidies directly or indirectly to
another bidder or consultant, having the same legal representative as another bidder or consultant,
maintaining direct or indirect contacts with another bidder or consultant which allows us to have or
give access to information contained in the respective applications, bids or proposals, influencing
them or influencing decisions of the Contracting Authority;
3.4) Being engaged in a consulting services activity, which, by its nature, may be in conflict with
the assignments that we would carry out for the Contracting Authority;
3.5) In the case of procurement of goods, works or plants:
i. Having prepared or having been associated with a consultant who prepared
specifications, drawings, calculations and other documentation to be used in the
procurement process of this Contract;
ii. Having been recruited (or being proposed to be recruited) ourselves or any of our
affiliates, to carry out works supervision or inspection for this Contract;
4. If we are a state-owned entity, and to compete in a procurement process, we certify that we have legal
and financial autonomy and that we operate under commercial laws and regulations.
5. We undertake to bring to the attention of the Contracting Authority, which will inform AFD, any
change in situation with regard to points 2 to 4 here above.
6. In the context of the procurement process and performance of the corresponding contract:
6.1) We have not and we will not engage in any dishonest conduct (act or omission) deliberately
indented to deceive others, to intentionally conceal items, to violate or vitiate someone's consent, to
make them circumvent legal or regulatory requirements and/or to violate their internal rules in order
to obtain illegitimate profit;
6.2) We have not and we will not engage in any dishonest conduct (act or omission) contrary to our
legal or regulatory obligations or our internal rules in order to obtain illegitimate profit;
6.3) We have not promised, offered or given and we will not promise, offer or give, directly or
indirectly to (i) any Person who holds a legislative, executive, administrative or judicial mandate
within the State of the Contracting Authority regardless of whether that Person was nominated or
elected, regardless of the permanent or temporary, paid or unpaid nature of the position and
regardless of the hierarchical level the Person occupies, (ii) any other Person who performs a public
function, including for a State institution or a State-owned company, or who provides a public
service, or (iii) any other person defined as a Public Officer by the national laws of the Contracting
Authority’s country, an undue advantage of any kind, for himself or for another Person or entity, for
such Public Officer to act or refrain from acting in his official capacity;
6.4) We have not promised, offered or given and we will not promise, offer or give, directly or
indirectly to any Person who occupies an executive position in a private sector entity or works for
such an entity, regardless of the nature of his/her capacity, any undue advantage of any kind, for
himself or another Person or entity for such Person to perform or refrain from performing any act in
breach of its legal, contractual or professional obligations;
6.5) We have not and we will not engage in any practice likely to influence the contract award
process to the detriment of the Contracting Authority and, in particular, in any anti-competitive
practice having for object or for effect to prevent, restrict or distort competition, namely by limiting
access to the market or the free exercise of competition by other undertakings;
6.6) Neither we nor any of the members of our joint venture or any of our suppliers, contractors,
subcontractors, consultants or subconsultants shall acquire or supply any equipment nor operate in
any sectors under an embargo of the United Nations, the European Union or France;
6.7) We commit ourselves to comply with and ensure that all of our suppliers, contractors,
subcontractors, consultants or subconsultants comply with international environmental and labour
standards, consistent with laws and regulations applicable in the country of implementation of the
Contract, including the fundamental conventions of the International Labour Organisation (ILO) and
international environmental treaties. Moreover, we shall implement environmental and social risks
mitigation measures when specified in the environmental and social commitment plan (ESCP)
provided by the Contracting Authority.
7. We, as well as members of our joint venture and our suppliers, contractors, subcontractors, consultants
or subconsultants authorise AFD to inspect accounts, records and other documents relating to the
procurement process and performance of the contract and to have them audited by auditors appointed
by AFD.
Signature: Dated:
1
In case of joint venture, insert the name of the joint venture. The person who will sign the application, bid or proposal on behalf of the
applicant, bidder or consultant shall attach a power of attorney from the applicant bidder or consultant.
3. Schedules
4. Technical Proposal
- 4.14 Proforma for submitting No-load Iron losses and Full Load
Copper Losses figure
The Bidder shall provide with the Bid a complete Schedule and Organization chart. The
minimum requirements of the key personnel is given in the following Table.
(1) The name, background and professional experience of each key staff member to be
assigned to this project, with particular reference to his experience of a nature similar to
that of the proposed assignment.
(2) 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.
(3) The Bidder must demonstrate that it has the personnel for the key positions that meet the
minimum requirements stipulated in Eligibility Criteria Section III
(4) The Bidder shall provide details of the proposed personnel and their experience records
using Forms PER-1 and PER-2 included in Section IV, Bidding Forms.
(5) Please note that in case Employer judges that the continuation of any person of the Bidder
including its subcontractor(s) is not in the interest of the project, a written notice will be
given to Bidder who will promptly remove the person within a week.
(6) The Bidder shall submit the Site Organization Chart with narrative description and the
relationship between Head Office and the Site Management clearly indicating the clearly
distribution of authority and responsibility between Head Office and Site Management.
We hereby confirm that this is minimum project specific mobilization and these will be suitably
augmented, as required for achieving the Works requirements and key dates. We also confirm
to deploy manpower required for safety as per SHE Manual attached with the Bidding
Documents.
Each Bidder shall set out details of the Method Statement for the Works to demonstrate how it
will meet the Employer’s objective and requirements. As a minimum, the Method Statement
shall address the following:
(a) Details of the arrangements and methods which the Bidder proposes to implement for the
construction of the Works, in sufficient detail to demonstrate their adequacy to achieve
the requirements of the Contract including completion within the Time for Completion
stated in the Particular Conditions of Contract.
(b) Outline of the arrangements of the Bidder to manage coordination of Site access.
(c) Comments on the geotechnical and subsurface aspects of the Works including materials,
material sources and any constraints.
(d) [Comments on any offshore or waterfront aspects of the Works.]; e.g. schedule of
components to be manufactured off-shore and description of plants to be imported etc.
(f) Outline of the arrangements and organisation of the Bidder to ensure compliance with
the Works Requirements.
(g) Outline of the arrangements of the Bidder to carry out testing upon completion as
specified in the Works Requirements.
1. The Bidder shall submit a Work Plan as a part of the Bid, which shall contain the following:
2. The Bidder’s proposed Works Programme shall indicate how the Bidder intends to organize
and carry out the Works and achieve Stages and complete the whole of the Works by the
appropriate Key Dates. The Works Programme shall be prepared in terms of weeks from
the Commencement Date of Works.
3. The Bidder’s Design Submission Programme shall cover the Design phase and include a
schedule identifying, describing, cross-referencing and explaining the Design Packages and
submissions, which it intends to submit-Deleted
4. The Design Submission Programme should take due account of the design coordination
interface periods with other Designated Contractors and be consistent with the Works
Programme-Deleted
5. The Works Programme shall include details as stipulated in the particular specification of
the Works Requirements – General Specification, for review by the Engineer.
7. The proposed Works Programme shall show achievement of all Key Dates as mentioned in
Part -2 Section VII B Chapter 5
8. The proposed Works Programme shall contain sufficient detail to assure the Employer of
the feasibility of the plan and approach proposed by the Tenderer.
9. The Bidder should have regard to the possibility, as per Instructions to Bidders that during
the bid evaluation period the proposed Works Programme may be developed into a
Programme which, in the event of award of the Contract, would be the submission of the
Preliminary Works Programme. To facilitate this process the Bidder shall, in the
preparation of the proposed Works Programme, take due account of the provisions of
Works Requirements in so far as they concern the Works Programme.
10. The proposed Works Programme shall be accompanied by a narrative statement that shall
describe Programme activities, assumptions and logic in developing the works programme
for Construction, EMP works etc.
This narrative statement shall also indicate which elements of the Works, the Bidder intends
to carry out off-shore and/or in India with details of the proposed locations of where any
such work is to be carried out, the facilities available and/or proposed to be set up. In
particular the Bidder must clearly bring out how major activities (specifically the
following) are proposed to be executed and explain his ability to mobilize the required
plant, machinery and resources for the same.
11. The Bidders’ attention is drawn to the Programme Logic Diagrams, which shows the
general relationship between the Works under the Contract, Contract periods of Designated
Contracts and Key Dates (Section IX. Particular Conditions Part A – Contract Data ‘Table:
Summary of Sections’) (including that for completion of the Works). The logic diagrams
shall be developed and submitted along with the Works Programmes as submitted during
the course of the Works.
A.1 The Bidders’ attention is drawn to the List of Definitions and List of Abbreviations in
the Works Requirements and to Clause 1 of the General Conditions in which terms are
defined.
A.2 The Bidders’ Technical Proposals shall comply or, subject to reasonable development,
be capable of complying with the Works Requirements in all respects. The Bidders’
Technical proposal shall demonstrate such compliance.
A.3 The Bidders’ Technical Proposals shall establish the safety standards to be followed and
installation and testing methods that will be employed.
A.4 The following paragraphs list the minimum documentation that shall be supplied by the
Bidder as part of his technical package for technical evaluation of the Bid. The Bidder
shall include any further information necessary to demonstrate the suitability of his
proposal.
B. General Requirements
B.1 The Bidder shall provide a valid fully compliant proposal for the systems as detailed in
the Works Requirement.
B.2 The Bidder shall study all the clauses of the Works Requirements. Where the Bidder is
not able to comply fully with certain clauses and proposes a deviation, which, in his
opinion, is advantageous for the Employer and merits consideration, then the deviations
shall be clearly listed separately in the Statement of Deviations as per Form 4.12 under
Section IV: Bidding Forms, and shall be priced for unconditional withdrawal in Part 4 of
Bill of Quantities -. Excepting the items listed in the statement of deviations, the Bidder
shall give an undertaking for compliance, in the form provided in Appendix 4.4-A herein,
for all items.
B.3 The Bidder shall also advise the conflicts, if any, in the Bidding Documents between
various functional requirements or specifications.
B.5 The Bidder shall provide general schematic drawings for the proposed Contractor’s
Equipment and shall clearly state any limitations and non-compliance.
B.6 The Bidder shall detail any potential problems or hazards that have been identified during
the Bidders’ assessment of the Works Requirement. -Deleted
B.7 Brief plan for installation, testing and commissioning of each system/ arrangements
proposed method of interfacing and final integration of the system with relevant
Designated Contractors shall be given.
B.8 The Bidder shall submit the details of proposed systems with specific reference to the
parameters, such as Reliability, Availability, Maintainability, Safety, Service-Capacity,
and Recoverability and corrosion control as stipulated in Works Requirements. -Deleted
C.1 The Bidder should confirm that in case a Subcontractor / Vendor is proposed for the
major activities, covered in the scope of work, the Bidder will seek prior approval of the
Employer. The Bidder should clearly identify how the following major activities, covered
in the scope of work, are proposed to be executed (refer Clause 4.4 Section IX PC).
C.2 The Bidder should furnish the information for the sub-contracted works proposed by the
Bidder in the format given in the Appendix 4.4-B herein.-
C.3 An undertaking for the subcontractor shall be provided as per Appendix 4.4-D herein
C.4 If the proposed Subcontractor’s / Vendor’s credentials are acceptable to the Employer,
the same will be communicated to the successful Bidder in the Letter of Award.
Otherwise the successful Bidder will be required to approach the Employer for his
approval of the Subcontractors / Vendors proposed, or the alternative as required, during
execution stage
D.1 The Bidder should confirm availability of minimum plant and machinery, specified in
Appendix 4.4-C, he possess or would be available through sub-contractor or through
hiring for the purpose of the Contract. The list should specifically explain mobilization
of plant and machinery for Construction of the proposed work. The same should comply
with Section-III Evaluation of Qualification Criteria.
D.2 During execution this will be required to be suitably augmented to meet the requirements.
The Bidder shall identify items, which he proposes to import, and what methodology will
be adopted by the Bidder for transfer of technology to ensure availability of spares and
services for service life of the equipment. (Refer Form 20 of Section IV. Bidding Forms)
F.1 The Contractor shall develop the design based on this specification and on proven and
reliable Engineering Practices. The design details shall be submitted with technical data
and calculations to the Engineer for review and acceptance.
F.2 The System, including all Sub-systems and Equipment shall be of proven design practice.
Sub-systems and Equipment of similar design philosophy shall have been in use and have
established their performance reliability on at least one Mass Rapid Transit System or
Suburban Railway System in Revenue Service over a period of at least two years. Bidders
are required to submit Performance certificates from users in support of the above
performance requirements.
F.3 Where similar equipment or Sub-systems of a different rating are already proven in
service, then the design shall be based on such equipment. In case these stipulations are
not fulfilled, the Contractor shall furnish sufficient information to prove the basic
soundness and reliability of the offered Sub-system and can be adopted only after the
approval of the Employer. The system will be permitted to be energized only after the
technical audit by an independent renowned agency.
F.4 The Bidder should indicate the details of the sources from which the equipment/systems,
complying with the above requirements, for the following activities are proposed to be
sourced in as per Clause 6 of Part 1: Section III: Evaluation and Qualification
criteria.
F.5 The Bidders should note that the submission of details, in respect of providers of
equipment / systems, does not mean approval of the Vendor. The successful Bidder will
be required to submit proposal for vendor approval for various equipment, assemblies,
sub-assemblies, systems and sub-systems after award of the Contract. The vendor detail
submission at this stage is only from the point of view of understanding of the offer of
the Bidder. The Bidders should satisfy themselves that the vendor details submitted by
them are in line with the requirements of Clause 2.7.2, Works Requirements - General
Specifications.
G. Spares
The Bidder should submit an undertaking, in Form 20 of Section IV. Bidding Forms that
he will make credible arrangements for ensuring availability of critical spares and
technical support, during the service life of the equipment / spares / Machinery & Plant /
systems commissioned. The Bidders’ technical proposal should also explain as to how
he will ensure availability of critical spares and technical support for maintenance / up-
gradation during the service life of the equipment.
H.1 The technical proposal shall also explain the Bidder’s understanding of interfacing with
other designated contractors / power supply authorities / statutory authorities (refer
Appendix 4.4-E herein).
H.2 The technical proposal should also contain the Bidder’s understanding of scope of work
(refer Appendix 4.4-Fherein).
The Bidder shall submit the proposal of Agency for carrying out Simulation Studies to
be done as per Works Requirements. The Agency should have the previous experience
of carrying out Simulation Studies in a Metro rail system.
This Certificate is issued in the full knowledge that the Technical Proposals submitted by us,
are in Clause-by-Clause Compliance with the Works Requirements and other specifications,
including Addenda thereon, except as noted in Form 4.12 (Statement of Deviations) of Section
IV: Bidding Forms accompanying the proposal.
Signed
Authorized Representative
Seal:
Date:
1. The Bidders shall furnish, in the format of Table-2, experience records of each Sub-
contractor by way of works executed by them in last five years and of works in progress at
present. Details may be furnished of only works similar in nature to the work proposed for
subcontracting.
2. In Col.3 of Table 2 “Employer” means the organization which paid for the works and the
“Engineer” means the consulting Engineer for the project.
placed at
Name of Subcontractor
Original Actual
Subcontractor was
millions)
Completion Date
Completion Date
Annexure No.
Page No.
Start Date
Start Date
1 2 3 4 5 6 7 8 9 10 11
Notes:
1. Details submitted in any other proforma will not be considered.
2. The Bidder is required to submit completion certificates in support of the above.
3. Additional pages may be attached if required.
4. All the pages must be signed by the authorized signatory of the Bidder
Requirements for Subcontractors whose experience is being considered for evaluation
The proposals for the subcontractors whose experience is being utilized for pre-qualification
purpose shall include the following:
(i) The MOU will be in line with the contractual obligations and the subcontractor
shall be responsible for their scope of work and accountable to Employer in
accordance with the contract terms, and a relevant statement to this effect shall
be included in the MOU.
(ii) Subcontractor’s Scope of work: The scope of work awarded to the subcontractor
shall be clearly defined and it shall be in accordance with the Pre-qualification
requirement.
(iii) The subcontractor’s compliance for the SHE policy, Labour Laws and Quality
assurance during execution of the works.
(iv) The subcontractor’s compliance and appropriate resource commitment for the
Employer’s IT requirements
(v) All the resources including manpower, tools and test equipment shall be
deployed as per the work programme of the Bidder.
3. Site organisation chart of the subcontractor and supervising manpower from the Bidder
(over subcontractor) as per their scope of work
4. The details of manpower deployment of key-personnel’s with their CV as per the format
given in Form 4.6 of Section IV. Bidding Forms.
5. The undertaking from the subcontractor that the resources proposed will entirely be
dedicated for this project only and will not be shared with other contractors.The
subcontractor shall provide an undertaking that:
“We confirm that Experts included for this contract will be solely assigned for this project
only and if any expert once approved is not found suitable and/or continuation of any
person, if not in the interest of the project he will be suitably replaced.”
7. The subcontractor has to execute the subcontractor’s warranty after award of the works as
per the format given in Section X. Contract Forms.
We hereby confirm that if any sub-contractor is proposed by us for any of the works listed
below, we will submit a proposal, complying with sub-contractor’s requirement of GC and PC
for Employer’s approval.
We also confirm that Electrical Sub contractor works will be executed by Licensed Electrical
Sub Contractors
We hereby confirm that our offer is fully compliant with the interfacing requirement with Other
Designated Contractors/ Power Supply Authorities/ Statutory Authorities.
We hereby confirm that our offer is fully compliant with the scope of work detailed in Works
Requirements, except deviations listed separately in the statement of Deviations (Form 4.12 of
Section IV: Bidding Forms) and the price of withdrawal of deviations is included in Part 4 of
Bill of Quantities under Financial Package.
The Bidder shall provide adequate information to demonstrate clearly that it has the capability to meet the requirements
for the key equipment listed in Section III, Evaluation and Qualification Criteria. A separate Form shall be prepared for
each item of equipment listed, or for alternative equipment proposed by the Bidder.
Item of equipment
Agreements Details of rental / lease / manufacture agreements specific to the project: ___________________
____________________________________________________________________________
____________________________________________________________________________
____________________________________________________________________________
4.6 Personnel
Bidders should provide the names of suitably qualified personnel to meet the specified requirements. The
data on their experience should be supplied using the Form below for each candidate.
1. Title of position*
Name
2. Title of position*
Name
3. Title of position*
Name
4. Title of position*
Name
Name of Bidder
Position
Professional qualifications
Address of employer
Fax E-mail
Summarize professional experience over the last 10 years, in reverse chronological order. Indicate
particular technical and managerial experience relevant to the project.
The Contractor shall establish and maintain a Quality Assurance System in construction
procedures and the interfaces between them. This Quality Assurance system shall be applied
without prejudice to, or without in any way limiting, any Quality Assurance Systems that the
Contractor already maintains.
The Bidder shall submit as part of his Bid an Outline Quality Plan which shall contain sufficient
information to demonstrate clearly the Bidder’s proposals for achieving effective and efficient
Quality Assurance System. The Outline Quality Plan should include an outline of the
procedures and regulations to be developed and the mechanism by which they will be
implemented for ensuring Quality as required.
The Bidder may be requested to amplify, explain or develop its Outline Quality Plan prior to
the date of acceptance of the Bid and to provide more detail with a view to reaching provisional
acceptance of such a plan.
Overall responsibility for Quality assurance for manufacture, testing, commissioning and DLP
shall be with the Consortium member based on whose experience and strength, the Bidder has
qualified for this Bid.
The Bidder shall submit as part of its Bid an Outline System Safety Assurance Plan which shall
contain sufficient information to demonstrate clearly the Bidder’s proposals for achieving
effective and efficient safety procedures in the design, manufacture, transport, integrated
testing and commissioning of Works. The Outline System Safety Assurance Plan should
include an outline of the safety procedures and regulations to be developed and the mechanism
by which they will be implemented for ensuring safety including Hazard Analysis, Fire
Control, Electromagnetic compatibility / Electro-magnetic Interference Control, reliability,
availability and maintainability as given in this Bid.
The Bidder shall also include in the Outline Safety Plan sufficient information to demonstrate
clearly the Bidder’s proposal for the safety of the Works / Plant / Equipment and personnel at
the site. On the basis of this information, the Contractor shall develop a Detailed Site Safety
Plan as given in this Bid.
The Outline System Safety Assurance Plan shall be headed with a formal statement of policy
in relation to safety and shall be sufficiently informative to define the Bidder’s safety plans and
set out in summary an adequate basis for the development of the Safety Plan to be submitted
in accordance with the conditions of this Bid.
The Bidder may be requested to amplify, explain or develop its Outline System Safety
Assurance Plan prior to the date of acceptance of the Bid and to provide more details with a
view to reaching provisional acceptance of such a Plan.
The Bidder shall submit as part of his Bid an Outline Safety, Health & Environment Plan which
shall contain sufficient information to demonstrate clearly the Bidder’s proposals for achieving
effective and efficient compliance to the conditions of contract on SHE manual. The Outline
Plan should include an outline of the procedures and regulations to be developed and the
mechanism by which they will be implemented for ensuring safety as required by Sub-Clause
4.18 of the GC and Clause 14 of PC.
The Outline Plan shall be headed with a formal statement of policy in relation to Safety, Health
& Environment protection and shall be sufficiently informative to define the Bidder’s plans
and set out in summary an adequate basis for the development of the Site Safety, Health &
Environment Plan to be submitted in accordance with Sub-Clause 4.18 of the GC and Clause
14 of PC.
The Bidder may be requested to amplify, explain or develop its Outline Environmental Plan
prior to the date of issue of Letter of Acceptance and to provide more details with a view to
reaching provisional acceptance of such a plan.
The Bidder shall submit with its Bid a Project Management Plan as prescribed in Works
Requirements - inter-alia indicating names, qualifications, professional experience and
corporate affiliation of all proposed key management and engineering personnel (above the
level of supervisor) and specialists.
The Bidder shall include its proposals for its Co-ordination Control Team and include the name
and qualifications of the Team Leader responsible for the interface co-ordination with
Designated Contractors.
The Bidders shall provide a complete staffing schedule and organization chart as required by
BDSITB 11.4.1.13.
The Bidder shall include in its proposals the methods that it shall employ to implement the
Employer’s requirements for Quality, Safety and Environmental Assurance. These shall
include a commentary on how the programmes shall be initiated, maintained and reported, the
tests that shall be carried out, and who shall be responsible for controlling and monitoring the
programmes.
The Bidder shall supply a chart particularizing the structure of the Bidder (identifying all companies
comprising the Bidder in the event that the Bidder is a Consortium) and the ownership of the Bidder
including the ownership of each of the companies comprising the Bidder, identifying all respective
intermediate and ultimate holding companies.
DELETED
4.12 Statement of Deviations
Note:
1. We hereby confirm that the pricing for unconditional withdrawal of the above
deviations has been given in the financial bid.
2. We hereby confirm that all implicit and explicit deviations, comments and remarks
mentioned elsewhere in our proposal shall be treated as NULL and VOID and stand
withdrawn.
3. We hereby confirm that but for the deviations noted in herein, our proposal is fully
and truly compliant.
4. We hereby confirm that all implicit and explicit deviations, comments and remarks
mentioned in this ‘Form 4.12 Statement of Deviations’ but are not priced in Part 4
of Bill of Quantities (to be included with mention of price in Column D & E in
financial package only) for its unqualified withdrawal, shall be treated as NULL
and VOID and stand withdrawn.
SIGNATURE OF BIDDER
DELETED
(B) STATEMENT OF DEVIATIONS FROM THE GC AND PC
Clause Details of Deviations Remarks explaining Price for Unqualified
Numbe reasons for deviations Withdrawal given in
r and why it may be Financial Package
considered by the (YES/NO)
Employer
Note:
1. We hereby confirm that the pricing for unconditional withdrawal of the above
deviations has been given in the financial bid.
2. We hereby confirm that all implicit and explicit deviations, comments and remarks
mentioned elsewhere in our proposal shall be treated as NULL and VOID and stand
withdrawn.
3. We hereby confirm that but for the deviations noted in herein, our proposal is fully
and truly compliant.
4. We hereby confirm that all implicit and explicit deviations, comments and remarks
mentioned in this ‘Form 4.12 Statement of Deviations’ but are not priced in Part 4
of Bill of Quantities (to be included with mention of price in Column D & E in
financial package only) for its unqualified withdrawal, shall be treated as NULL
and VOID and stand withdrawn.
SIGNATURE OF BIDDER
DELETED
(C) STATEMENT OF DEVIATIONS FROM THE WORKS REQUIREMENT
Clause Details of Deviations Remarks explaining Price for Unqualified
Numbe reasons for deviations Withdrawal given in
r and why it may be Financial Package
considered by the (YES/NO)
Employer
Note:
1. We hereby confirm that the pricing for unconditional withdrawal of the above
deviations has been given in the financial bid.
2. We hereby confirm that all implicit and explicit deviations, comments and remarks
mentioned elsewhere in our proposal shall be treated as NULL and VOID and stand
withdrawn.
3. We hereby confirm that but for the deviations noted in herein, our proposal is fully
and truly compliant.
4. We hereby confirm that all implicit and explicit deviations, comments and remarks
mentioned in this ‘Form 4.12 Statement of Deviations’ but are not priced in Part 4
of Bill of Quantities (to be included with mention of price in Column D & E in
financial package only) for its unqualified withdrawal, shall be treated as NULL and
VOID and stand withdrawn.
SIGNATURE OF BIDDER
DELETED
(D) UNDERTAKING FOR PRICING FOR DEVIATIONS WITHDRAWAL
(To be submitted on Bidder’s Letterhead)
Dated:…………..
To:
Letter of Undertaking
1. We hereby confirm that the pricing for unconditional withdrawal of the deviations in
statements A, B and C of ‘Form 4.12 Statement of Deviations’ has been given in the
financial bid.
2. We hereby confirm that all implicit and explicit deviations, comments and remarks
mentioned elsewhere in our proposal shall be treated as NULL and VOID and stand
withdrawn.
3. We hereby confirm that but for the deviations noted in ‘Form 4.12 Statement of
Deviations’, our proposal is fully and truly compliant.
4. We hereby confirm that all implicit and explicit deviations, comments and remarks
mentioned in ‘Form 4.12 Statement of Deviations’ but are not priced in Part 4 of Bill of
Quantities for its unqualified withdrawal, shall be treated as NULL and VOID and stand
withdrawn.
Signed……………..
For on behalf of
(Name of Bidder / Consortium)
4.14 Proforma for submitting No-load Iron losses and Full Load Copper
Losses figure (Added)
Auxiliary Transformer
1 33Kv/0.415Kv 500 36
KVA
2 33KV/0.415KV 11
630KVA
3 33KV/0.415KV 2
1000KVA
4 33KV/0.415KV 2
1600KVA
5 33KV/0.415KV 2
2500KVA
Rectifier Transformer
6 33KV/0.59KV 24
2600KVA
Note:
The transformers shall be designed for minimum losses,
When comparing between different tenders the present value of the capitalized cost of losses
in the transformers shall be added to their financial bid by the following formula
PW= K*365*24*C (Wir+b2Wcu)/1000
Where
- PW is the present worth (in IR) of annual capitalized cost of losses at 8% rate of
interest over 25 years.
- K is the present worth factor (8% interest ,25 years)= {(1+0.08)25-
1}/{0.08*(1+0.08)25}= 10.675
- C is the cost of the kWh (in Indian Rupees) which is equal to 4.35 INR
- Wir is the iron losses in Watts at normal voltage and main tapping
- Wcu is the full load copper losses in Watts at normal voltage and main tapping at
95°C
- b is the load factor of transformer =50%
Thus
PW=10.675*365*24*C(Wir + b2Wcu)/1000
PW= 93.51*C* (Wir +0.25 Wcu)
In case the transformer losses during tests are found greater than the values guaranteed
in the offer, a consolidated penalty shall be paid by the contractor,according to the
following formula.
Where:
- d Wir and d Wcu are the differences between the test values of iron losses at full
voltage and copper losses at full load on one transformer at main tapping and the
values guaranteed in the offer.
(To be enclosed)
To establish its qualifications to perform the contract in accordance with Section III
(Evaluation and Qualification Criteria) the Bidder shall provide the information requested
in the corresponding Information Sheets included hereunder.
Bidder's name
In case of Joint Venture (JV), name of each member:
Bidder's actual or intended country of registration:
[indicate country of Constitution]
Bidder's actual or intended year of incorporation:
Date: _______________
ICB No. and title: __________________
Page _______________of ____________pages
Bidder’s JV name:
JV member’s name:
Non-Performed Contracts in accordance with Section III, Evaluation and Qualification Criteria
Contract non-performance did not occur since 1st January 2013 specified in Section III, Evaluation
and Qualification Criteria, Sub-Factor 2.1.
Contract(s) not performed since 1st January 2013 specified in Section III, Evaluation and
Qualification Criteria, requirement 2.1
Year Non- Contract Identification Total Contract
performed Amount (current
portion of value, currency,
contract exchange rate
and US$
equivalent)
[insert [insert amount Contract Identification: [indicate complete contract[insert amount]
year] and percentage] name/ number, and any other identification]
Name of Employer: [insert full name]
Address of Employer: [insert street/city/country]
Reason(s) for non-performance: [indicate main
reason(s)]
Pending Litigation, in accordance with Section III, Qualification Criteria and Requirements
No pending litigation in accordance with Section III, Qualification Criteria and Requirements,
Sub-Factor 2.3.
Pending litigation in accordance with Section III, Evaluation and Qualification Criteria, Sub-Factor
2.3 as indicated below.
1. Financial data
2. Financial documents
The Bidder and its parties shall provide copies of financial statements for 5 (five) years pursuant
Section III, Evaluation and Qualifications Criteria, Sub-factor 3.1. The financial statements shall:
(a) Reflect the financial situation of the Bidder or in case of JV member, and not an
affiliated entity (such as parent company or group member).
Attached are copies of financial statements1 for the 5 (five) years required above and
complying with the requirements
1
If the most recent set of financial statements is for a period earlier than 12 months from the date of bid, the
reason for this should be justified.
Financial Resources
Specify proposed sources of financing, such as liquid assets, unencumbered real assets,
lines of credit, and other financial means, net of current commitments, available to meet
the total construction cash flow demands of the subject contract or contracts as specified in
Section III (Evaluation and Qualification Criteria)
Financial Resources
No. Source of financing Amount (US$ equivalent)
* See Section III Evaluation and Qualification Criteria – Sub Factor 4.1
Information
Similar Contract No.
Contract Identification
Award date
Completion date
Role in Contract Prime Member in Management Sub-
Contractor JV Contractor contractor
If member in a JV or sub-
contractor, specify participation in
total Contract amount
Employer's Name:
Address:
Telephone/fax number
E-mail:
1. Amount
3. Complexity
4. Methods/Technology
6. Other Characteristics
Notes:
Documentary proof such as completion certificates from client clearly indicating the nature/scope of work, actual
completion cost and actual date of completion 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, copy of work order,
bill of quantities, bill wise details of payment received certified by CA, TDS certificates for all payments received
and copy of final/last bill paid by client shall be submitted.
Value of successfully completed portion of any ongoing work up to date of Bid submission will also be considered
for qualification of work experience criteria.
For completed works, value of work done shall be updated to Bid submission date assuming 5% inflation for
Indian Rupees every year and 2% for foreign currency portions per year. For the purpose of evaluation of work
experience, all prices will be converted to Indian Rupees using the Exchange (selling) rates for those currencies
at the close of business of the State Bank of India at 31 st December of each year for the works completed in
respective year. For the works completed in the latest year before 31 st of December of current year, the exchange
rates of foreign currency shall be applicable 28 days before the Bid submission date.
In case of JV / Consortium, full value the work, if done by the same JV / Consortium or any of members of the
JV / Consortium shall be considered. If the work done by them in any other JV / Consortium, value of work as
per his percentage participation in that JV / Consortium shall be considered.
Information
Contract Identification
Award date
Completion date
Role in Contract Prime Member in Management Sub-
Contractor JV Contractor contractor
Year 1
Year 2
Year 3
Year 4
3
If applicable
Information
Employer’s Name:
Address:
Telephone/fax number
E-mail:
Notes:
Documentary proof such as completion certificates from client clearly indicating the nature/scope of work, actual
completion cost and actual date of completion 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, copy of work order,
bill of quantities, bill wise details of payment received certified by CA, TDS certificates for all payments received
and copy of final/last bill paid by client shall be submitted.
Value of successfully completed portion of any ongoing work up to date of Bid submission will also be considered
for qualification of work experience criteria.
For completed works, value of work done shall be updated to Bid submission date assuming 5% inflation for
Indian Rupees every year and 2% for foreign currency portions per year. For the purpose of evaluation of work
experience, all prices will be converted to Indian Rupees using the Exchange (selling) rates for those currencies
at the close of business of the State Bank of India at 31st December of each year for the works completed in
respective year. For the works completed in the latest year before 31 st of December of current year, the exchange
rates of foreign currency shall be applicable 28 days before the Bid submission date.
In case of JV / Consortium, full value the work, if done by the same JV / Consortium shall be considered. If the
work done by them in any other JV / Consortium, value of work as per his percentage participation in that JV /
Consortium shall be considered.
This Bank Guarantee shall be valid and binding on this Bank upto and inclusive of ____________________
(mention here the date of validity of Bank Guarantee) and shall not be terminated or affected by liquidation or
winding up or insolvency or change in constitution of the tenderer or for any other reason. This guarantee shall
not be terminated by the guarantor under any circumstances including change in the constitution of the Bank and
our liability hereunder shall not be impaired or discharged by any extension of time or variations or alterations
made, given, conceded with or without our knowledge or with or without consent by or between the Tenderer and
the beneficiary.
NOT WITHSTANDING anything contained hereinbefore, our liability under this Guarantee is restricted to Rs.
_________________ (amount of EMD) (Rupees _________________ (in words). Our Guarantee shall remain
inforce till _____________ (---- days after the date of validity of the Bid/tender as stipulated). Unless demands or
claims under this Bank Guarantee are made to us in writing on or before ___________ ((date should be at least
one year over and above the validity period of BG), all rights of Beneficiary under this Bank Guarantee shall be
forfeited and we shall be released and discharged from all liabilities there under.
The bank do hereby guarantee and undertake to pay the Employer, immediately on demand any or all monies
payable under this BG to the extent of the BG value at any designated branch in Kochi.
Place:
Signature of the Bank’s Authorized Signatory
Date: with Official Seal
FORM DELETED
(The Bidding JV/consortium should list the name, address of its registered office and other
details of all the JV/consortium Members)
for the purpose of submitting the Bid in response to the Bidding Documents and in the event
of selection as Successful Bidderto execute the Contract Agreement and/or other requisite
documents, and to carry out the ‘……………….’ (“Works”) for Kochi Metro Rail Project to
be awarded by Kochi Metro Rail Limited (hereinafter referred as “KMRL ” or “the Company”).
Party 1, Party 2, and Party 3 are hereinafter collectively referred to as the “Parties” and
individually as a “Party”.
WHEREAS KMRL has desired to engage a contractor for ………………. [name of the Works]
AND WHEREAS the JV/Consortium of [.................................] (insert the names of all the
Members) intends to participate for the Bid, against the Bidding Documents issued to
……………. [Insert the name of purchaser of Bidding Document].
AND WHEREAS Para BDS ITB 4.7 of the Instructions to Bidder stipulates that the Bidders
bidding on the strength of a consortium shall submit a legally enforceable JV/Consortium
Agreement in a format specified in the Bidding Documents.
In consideration of the above premises and agreement, all the parties in this Consortium do
hereby mutually agree as follows:
2. The Lead Member is hereby authorized by the Members of JV/Consortium and Parties
to the JV/Consortium Agreement to bind the JV/Consortium and receive instructions
and ensure its compliance for and on behalf of all Members. It is agreed by all the
Members that entire execution of the Contract including payment shall be carried as
under;:-
(a) Exclusively through the Lead Member. (If the successful bidders are under JV
agreement)
(b) To each member of Consortium with a covering letter of Lead member of
Consortium specifying the payable amount , bank details & detail of part of the
work done (If the successful bidders are under Consortium Agreement)
In both the cases above all the JV/Consortium members are not exempted from their
legal & contractual obligation collectively with KMRL . All the members are jointly &
severely liable to complete the entire legal & contractual obligation with KMRL and
none of the member shall deny to complete the balance work in case of default of any
member of JV/Consortium
3. The Lead Member shall be liable and responsible for co-ordinating and ensuring the
individual and collective commitment of each of the Members of the JV/Consortium in
discharging all their respective obligations under the Contract with KMRL . Each
JV/Consortium Member further undertakes to be individually liable for the
performance of its part of the obligations without in any way limiting the scope of
collective liability envisaged in this Agreement. However in case of default of any
member the entire JV/Consortium member shall be jointly & severely liable
4. In case of any breach of any of the obligations as specified under clause 3 above by any
of the JV/Consortium Members, all the members shall be liable to fulfil such obligation.
7. It is hereby agreed that the Lead Member shall furnish the Bid Security, as stipulated
in the Bidding Documents, on behalf of the JV/Consortium.
Or
The Performance Security as stipulated in the Bidding Documents shall be furnished
by the Members on behalf of the JV/Consortium in such proportion as may be agreed
to between us.
10. The Lead Member is authorized and shall be fully responsible for the accuracy and
veracity of the representations and information submitted by the JV/Consortium
Members respectively from time to time in response to the Bidding Documents for the
purposes of the Bidding.
11. It is expressly understood and agreed between the Members that the responsibilities and
obligations of each of the Members shall be as follows: (Responsibility along with the
value of work shall be pre-defined & Annexed as Annexure-A)
……………………………..
……………………………..
……………………………..
……………………………….
………………………………
12. It is agreed by the Members that the above sharing of responsibilities and obligations
shall not in any way be a limitation of joint and several responsibilities and liabilities
of the Members, with regards to all matters relating to the execution of the Awarded
Works as envisaged in the Bidding Documents and the Contract. The Parties shall be
jointly and severally liable for execution of the Works in accordance with the terms of
the Contract and the Bidding Documents.
13. It is clearly agreed that the Lead Member shall ensure the performance under the
Contract and if one or more JV/Consortium Members fail to perform its /their respective
obligations under the agreement(s), the same shall be deemed to be a default by all the
JV/Consortium Members and penal action shall be taken against all members of
JV/Consortium as per provision of Contract Agreement
14. It is agreed by all the Members that there shall be separate Bank Account (distinct from
the bank accounts of the individual Members) in the name of JV, to which the individual
Members shall contribute their share capital and /or working capital and the financial
obligations of the JV shall be discharged through the said JV Bank Account only and
also all the payments received by the JV from the Employer shall be through that
account alone. (Applicable in case Joint Venture)
Or
It is agreed by all the Members that the payment shall be received from the Employer
(KMRL) to Bank Account of each member in proportion to their executed work. Such
payment shall be forwarded to Employer (KMRL) with a covering letter &
recommendation of Lead member of Consortium specifying the payable amount, Bank
Account & detail of the part of the work done etc. (Applicable in case of Consortium
Agreement)
15. It is hereby expressly agreed between the Parties to this JV/Consortium Agreement that
neither Party shall assign or delegate its rights, duties or obligations under this
Agreement except with prior written consent of KMRL.
16. We hereby agree to ratify all acts, deeds and things lawfully done by the aforesaid Lead
Member pursuant to this Agreement and that all acts, deeds and things done by the
aforesaid Lead Member shall and shall always be deemed to have been done by
us/Consortium.
(a) has been duly executed and delivered on behalf of each Party hereto and constitutes the
legal, valid, binding and enforceable obligation of each such Party,
(b) sets forth the entire understanding of the Parties hereto with respect to the subject
matter hereof including the JV/Consortium/Bidder’s legal persona and there is or are
no other agreements relating to the Consortium/Bidder’sincorporation, constitution,
powers or organisation which may affect in any way its ability to carry out the Works;
(c) may not be amended or modified except in writing signed by each of the Parties and
with prior written consent of KMRL .
IN WITNESS WHEREOF, the Parties to the Consortium Agreement have, through their
authorized representatives, executed these presents and affixed common seals of their
respective companies on the Day, Month and Year first mentioned above.
……………………………….. ………………………………………
(Signature) (Signature of authorized
representative)
Name: …………………. Name:
Designation:………………….. Designation: ……………………..
Place: …………………….
Date: …………………………
Witness:
1. …………………………………….
(Signature)
Name ……………………………….
Designation...........…………………..
2. …………………………………….
(Signature)
Name ……………………………….
Designation...........…………………..
………………………………. …………………………………….
(Signature) (Signature of authorized
representative)
Name: Name:
Designation: Designation:
Place:
Date:
WITNESS
1. …………………………………….
(Signature)
Name ……………………………….
Designation...........…………………..
2. …………………………………….
(Signature)
Name ……………………………….
Designation...........…………………..
Attested:
…………………………….
(Signature)
(Notary Public)
Place: ………………………….
Date: …………………………….
………………………………. …………………………………….
(Signature) (Signature of authorized
representative)
Name: Name:
Designation: Designation:
Place:
Date:
WITNESS
1. …………………………………….
(Signature)
Name ……………………………….
Designation...........…………………..
2. …………………………………….
(Signature)
Name ……………………………….
Designation...........…………………..
Attested:
…………………………….
(Signature)
(Notary Public)
Place: ………………………….
Date: ……………………………
(A) Format for the Board resolution to be passed by a Bidder (not applicable in case of
consortium)
The Board, after discussion, at the duly convened Meeting on ………… (Insert date), with
the consent of all the Directors present and in compliance of the provisions of the
Companies Act, 1956, passed the following Resolution:
RESOLVED THAT pursuant to the applicable provisions of the Companies Act, 1956 and
as permitted under the Memorandum and Articles of Association of the Company,
approval of the Board be and is hereby accorded to submit a Bid in response to the Bidding
Documents dated ___________ issued by Kochi Metro Rail Limited (KMRL) for [Insert
name of the work] for Kochi Metro Rail Project.
FURTHER RESOLVED THAT a power of attorney as per the draft attached to the
Bidding Documents be issued in favour of the above named person, ____________, to be
executed by Mr._________ or Mr. _______________, Directors of the Company under
the Common seal of the Company, affixation thereof to be witnessed by one or both of the
above named Directors and by Mr. _____________, (insert the name and designation of
the concerned official of the Company) or as per the Memorandum and Articles of
Association of the Company.
Notes:
1. This certified true copy should be submitted on the letterhead of the Company,
signed by the Company Secretary / Managing Director/Director of the Bidder.
2. The contents of the format may be suitably re-worded indicating the identity of the
entity passing the resolution.
3. In the event the Board resolution is from a company incorporated outside India, the
same needs to be notarized by a notary in the home country of company passing
the resolution and legalized by the Indian Embassy there. However, in case such
company is from a country which has signed The Hague Legislation Convention
1961, then the Board Resolution is not required to be legalized by the Indian
Embassy if it carries a conforming Appostille certificate.
4. This format may be modified only to the limited extent required to comply with
the local regulations and laws applicable to a foreign entity submitting this
resolution. For example, reference to Companies Act 1956 may be suitably
modified to refer to the law applicable to the entity submitting the resolution.
However, in such case, the foreign entity shall submit an unqualified opinion issued
by the legal counsel of such foreign entity, stating that the Board resolutions are in
compliance with the applicable laws of the respective jurisdictions of the issuing
company and the authorizations granted therein are true and valid.
(B) Format for the Board resolution to be passed by Lead Member of Consortium
(applicable in case the Bidder is a consortium)
The Board, after discussion, at the duly convened Meeting on ………… (Insert date), with
the consent of all the Directors present and in compliance of the provisions of the
Companies Act, 1956, passed the following Resolution:
RESOLVED THAT pursuant to the applicable provisions of the Companies Act, 1956 and
as permitted under the Memorandum and Articles of Association of the Company,
approval of the Board be and is hereby accorded to submit a Bid in response to the Bidding
Documents dated ___________ issued by Kochi Metro Rail Limited (KMRL) for
‘……………….’ [Name of the work] for Kochi Metro Rail Project in consortium with
________________ (insert the name and address of the other consortium members).
Agreement as per the format annexed to the aforesaid Bidding Documents with
________________ (insert the name and address of the other consortium members).
FURTHER RESOLVED THAT approval of the Board be and is hereby accorded to the
Company to accept and act as the Lead Member of the aforesaid Consortium and also as
true and lawful attorney to do in the name and on behalf of the Consortium, all such acts,
deeds and things necessary in connection with or incidental to submission of Consortium’s
Bid in response to the Bidding Documents dated __________ issued by KMRL for
‘……………….’ [name of the work] including signing and submission of the Bid and all
documents related to the Bid as specified in the Bidding Documents, including but not
limited to undertakings, letters, certificates, acceptances, clarifications, guarantees or any
other document, which KMRL may require us to submit and carrying out the Contract and
doing all necessary deeds and things as may be required in respect of the above and also
for making representations to KMRL and providing information / responses to KMRL,
representing the Consortium in all matters before KMRL, and generally dealing with
KMRL and/or any other authority in all matters in connection with Consortium’s Bid, till
completion of the bidding process in accordance with the Bidding Documents and further
till the Contract is entered into with KMRL and thereafter till the expiry of the Contract.
FURTHER RESOLVED THAT a power of attorney as per the draft attached to the
Bidding Documents be issued in favour of the above named person, ____________, to be
executed by Mr._________ or Mr. _______________, Directors of the Company under
the Common seal of the Company, affixation thereof to be witnessed by one or both of the
above named Directors and by Mr. _____________, (insert the name and designation of
the concerned official of the Company) or as per the Memorandum and Articles of
Association of the Company.
Notes:
1. This certified true copy should be submitted on the letterhead of the Company,
signed by the Company Secretary / Managing Director/Director of the Bidder.
2. The contents of the format may be suitably re-worded indicating the identity of the
entity passing the resolution.
3. In the event the Board resolution is from a company incorporated outside India, the
same needs to be notarized by a notary in the home country of company passing
the resolution and legalized by the Indian Embassy there. However, in case such
company is from a country which has signed The Hague Legislation Convention
1961, then the Board Resolution is not required to be legalized by the Indian
Embassy if it carries a conforming Appostille certificate.
4. This format may be modified only to the limited extent required to comply with
the local regulations and laws applicable to a foreign entity submitting this
resolution. For example, reference to Companies Act 1956 may be suitably
modified to refer to the law applicable to the entity submitting the resolution.
However, in such case, the foreign entity shall submit an unqualified opinion issued
by the legal counsel of such foreign entity, stating that the Board resolutions are in
compliance with the applicable laws of the respective jurisdictions of the issuing
company and the authorizations granted therein are true and valid.
(C) Format for the Board resolution to be passed by a Member other than the Lead
Member of Consortium (applicable in case the Bidder is a consortium)
The Board, after discussion, at the duly convened Meeting on ………… (Insert date), with
the consent of all the Directors present and in compliance of the provisions of the
Companies Act, 1956, passed the following Resolution:
RESOLVED THAT pursuant to the applicable provisions of the Companies Act, 1956 and
as permitted under the Memorandum and Articles of Association of the Company,
approval of the Board be and is hereby accorded to submit a Bid in response to the Bidding
Documents dated ___________ issued by Kochi Metro Rail Limited (KMRL) for
‘……………….’ [name of the work] for Kochi Metro Rail Project in consortium with
________________ (insert the name and address of the other consortium members).
the Lead Member of the aforesaid Consortium and also as true and lawful attorney, to do
in the name and on behalf of the Consortium, all such acts, deeds and things necessary in
connection with or incidental to submission of Consortium’s Bid in response to the
Bidding Documents dated __________ issued by KMRL for ‘……………….’ [name of
the work] including signing and submission of the Bid and all documents related to the
Bid as specified in the Bidding Documents, including but not limited to undertakings,
letters, certificates, acceptances, clarifications, guarantees or any other document, which
KMRL may require us to submit and carrying out the Contract and doing all necessary
deeds and things as may be required in respect of the above and also for making
representations to KMRL and providing information / responses to KMRL, representing
the Consortium in all matters before KMRL, and generally dealing with KMRL and/or any
other authority in all matters in connection with our Bid, till completion of the bidding
process in accordance with the Bidding Documents and further till the Contract is entered
into with KMRL and thereafter till the expiry of the Contract.
FURTHER RESOLVED THAT a power of attorney as per the draft attached to the
Bidding Documents be issued in favour of the above said Lead Member, ____________,
to be executed by Mr._________ or Mr. _______________, Directors of the Company
under the Common seal of the Company, affixation thereof to be witnessed by one or both
of the above named Directors and by Mr. _____________, (insert the name and
designation of the concerned official of the Company) or as per the Memorandum and
Articles of Association of the Company.
FURTHER RESOLVED THAT a power of attorney as per the draft attached to the
Bidding Documents be issued in favour of Mr./Ms………………., (insert the name and
designation of the concerned official of the Company) to be executed by Mr._________
or Mr. _______________, Directors of the Company under the Common seal of the
Company, affixation thereof to be witnessed by one or both of the above named Directors
and by Mr. _____________, (insert the name and designation of the concerned official of
the Company) or as per the Memorandum and Articles of Association of the Company.
Notes:
1. This certified true copy should be submitted on the letterhead of the Company,
2. The contents of the format may be suitably re-worded indicating the identity of the
entity passing the resolution.
3. In the event the Board resolution is from a company incorporated outside India, the
same needs to be notarized by a notary in the home country of company passing
the resolution and legalized by the Indian Embassy there. However, in case such
company is from a country which has signed The Hague Legislation Convention
1961, then the Board Resolution is not required to be legalized by the Indian
Embassy if it carries a conforming Appostille Certificate.
4. This format may be modified only to the limited extent required to comply with
the local regulations and laws applicable to a foreign entity submitting this
resolution. For example, reference to Companies Act 1956 may be suitably
modified to refer to the law applicable to the entity submitting the resolution.
However, in such case, the foreign entity shall submit an unqualified opinion issued
by the legal counsel of such foreign entity, stating that the Board resolutions are in
compliance with the applicable laws of the respective jurisdictions of the issuing
company and the authorizations granted therein are true and valid.
(D) Power of Attorney to be provided by each of the Members of the Consortium (other
than the Lead Member) in favour of the Lead Member
WHEREAS Kochi Metro Rail Limited, (the Company) has issued the Bidding Documents on
_______ for inviting Bids for ‘……………….’ [name of the work] for Kochi Metro Rail
Project on the terms and contained in the Bidding Documents;
AND WHEREAS all the Members of the Consortium have agreed under the Consortium
Agreement dated ………….. entered into between all the Members and submitted along with
the Bid to appoint ……….. (Insert the name and address of the Lead Member) as Lead Member
to represent all the Members of the Consortium for all matters regarding the Bidding
Documents and the Bid;
AND WHEREAS pursuant to the terms of the Bidding Documents and the Consortium
Agreement, we, the Members of the Consortium hereby designate M/s ………….. (Insert name
of the Lead Member) as the Lead Member to represent us in all matters regarding the Bid and
the Bidding Documents, in the manner stated below:-
We, as Members of the Consortium, hereby agree to ratify all acts, deeds and things done by
our said attorney pursuant to this Power of Attorney and that all acts, deeds and things done by
our aforesaid attorney shall be binding on us and shall always be deemed to have been done by
us.
All the terms used herein but not defined shall have the meaning ascribed to such terms in the
Bidding Documents.
Accepted
………………………………
Signature of Attorney
(Name, designation and address of the Attorney)
Attested
…………………………………..
(Signature of the executant)
(Name, designation and address of the executant)
…………………………………….
Signature and stamp of Notary of the place of execution
Common seal of ……………… has been affixed in my/our presence pursuant to Board of
Director’s Resolution dated……
WITNESS:
1. ……………………………………………….
(Signature)
Name ………………………………….
Designation...........…………………..
2. ……………………………………………….
(Signature)
Name ………………………………….
Designation...........…………………..
Notes:
1. The mode of execution of the power of attorney should be in accordance with the
procedure, if any, laid down by the applicable law and the charter documents of the
executant(s) and the same should be under common seal of the executant affixed in
accordance with the applicable procedure. Further, the person whose signatures are to
be provided on the power of attorney shall be duly authorized by the executant(s) in
this regard.
2. In the event, power of attorney has been executed outside India, the same needs to be
notarized by a notary in the home country of company executing this power of attorney
and legalized by the Indian Embassy there. However, in case such company is from a
country which has signed The Hague Legislation Convention 1961, then the said power
of attorney is not required to be legalized by the Indian Embassy if it carries a
conforming Appostille certificate.
3. Also, wherever required, the executant(s) should submit for verification the extract of
the chartered documents and documents such as a Board resolution / power of attorney,
in favour of the person executing this power of attorney for delegation of power
hereunder on behalf of the executant(s).
Have entered into a Joint Venture/Consortium agreement for the purpose of request for
qualification/proposal/securing the work of ___________ vide tender No:
________________________ and with our principal place of business at ____________
(hereinafter referred as “________”, which the term shall unless otherwise repugnant to the
context shall mean and include all its successors and permitted assigns)
We, the above said parties, through this power of attorney mutually agrees to hereby constitute,
nominate and appoint “_________”, who is the lead member of the JV/Consortium as our duly
constituted Lawful Attorney (hereinafter referred as “Attorney/Lead Member”) to exercise all or
any of the powers for and on behalf of the Joint Venture Company/Consortium Members in
regards to the Specification No: ___________ the bids for which have been invited by the Kochi
Metro Rail Limited (herein after referred to as “KMRL”)
It is expressly understood that this Power of Attorney shall remain valid, binding and irrevocable
until the completion of the tender or till the completion of the tenure of contract to be executed
between the Joint Venture/Consortium and Kochi Metro Rail Limited, if tender is awarded in
favour of the JV/Consortium.
We hereby agrees to ratify all the acts, deeds and things lawfully done by the Attorney/Lead
Member and its authorised person/s pursuant to this Power of Attorney and that all acts, deeds
and things done by above mentioned Attorney/Lead Member shall always be deemed to have
been done by us.
IN WITNESS THEREOF, the Members constituting the Joint Venture/Consortium as
previously mentioned have executed these presents on this ___ day of ______ under the Common
Seal(s) of their companies.
For ________________________ For _______________________
Have entered into a Joint Venture/Consortium agreement for the purpose of request for
qualification/proposal/securing the work of ___________ vide tender No:
________________________ and with our principal place of business at ____________
(hereinafter referred as “________”, which the term shall unless otherwise repugnant to the
context shall mean and include all its successors and permitted assigns)
We, the above said parties, through this power of attorney mutually agrees to hereby constitute,
nominate and appoint “_________”, who is the lead member of the JV/Consortium as our duly
constituted Lawful Attorney (hereinafter referred as “Attorney/Lead Member”) to exercise all or
any of the powers for and on behalf of the Joint Venture Company/Consortium Members in
regards to the Specification No: ___________ the bids for which have been invited by the Kochi
Metro Rail Limited (herein after referred to as “KMRL”)
It is expressly understood that this Power of Attorney shall remain valid, binding and irrevocable
until the completion of the tender or till the completion of the tenure of contract to be executed
between the Joint Venture/Consortium and Kochi Metro Rail Limited, if tender is awarded in
favour of the JV/Consortium.
We hereby agrees to ratify all the acts, deeds and things lawfully done by the Attorney/Lead
Member and its authorised person/s pursuant to this Power of Attorney and that all acts, deeds
and things done by above mentioned Attorney/Lead Member shall always be deemed to have
been done by us.
IN WITNESS THEREOF, the Members constituting the Joint Venture/Consortium as
previously mentioned have executed these presents on this ___ day of ______ under the Common
Seal(s) of their companies.
For ________________________ For _______________________
POWER OF ATTORNEY
(To be printed on Non-Judicial Stamp paper of appropriate value and duly notarized)
To know all men by these presents that, I, ____________, holding the post of _______________
and competent authority of __________________ (the Bidder/Lead Member of the Joint
Venture/Consortium) do hereby constitute, appoint, authorise and nominate ------------------------
--(Name & Designation) to do all such acts, deeds and things necessary to the application in
connection or incidental with the RFQ/ RFP/Tender No: __________, floated by M/s Kochi
Metro Rail Limited for ---------------) including signing and submission of all the documents and
providing necessary information/response to Kochi Metro Rail Limited and also to bid, negotiate
and also to execute the contract, in case is the tender is awarded.
This Power of Attorney shall remain valid, binding and irrevocable until the completion of the
tender or till the completion of the tenure of contract to be executed between ------(the
Bidder/Joint Venture/Consortium) and Kochi Metro Rail Limited, if tender is awarded in favour
of ------(the Bidder / JV/Consortium), whichever is applicable.
We hereby agrees to ratify all the acts, deeds and things lawfully done by the Attorney pursuant to
this Power of Attorney and that all acts, deeds and things done by above mentioned Attorney shall
always be deemed to have been done by us on behalf of ------(the Bidder/ Joint
Venture/Consortium).
IN WITNESS THEREOF, WE ----(the Bidder/ Lead Member of the Joint Venture/Consortium
as previously mentioned) have executed these presents on this ___ day of ______ at______.
For -----(Bidder/ Lead Member)
Competent Authority
The Packages submitted must be clearly presented, all pages numbered and laid out in a logical
sequence with main and subheadings to facilitate evaluation.
SN Volume Clause
Bid Condition Bidder’s Queries
No. No.
1.
2.
3.
4.
5.
6.
7.
8.
9.
10.
We (Name of Bidder / Consortium) hereby undertake that the Bid drawings, both in hard copy
and digitized format, and the Bidding documents purchased as a necessary part of our
preparation of this Bid shall be used solely for the preparation of the Bid and that if the Bid is
successful, shall be used solely for the execution of Works.
We further undertake that the aforesaid Bid drawings and documents prepared by KMRL, shall
not be used in whole, in part or in any altered form on any other project, scheme, design or
proposal that the Bidder / Consortium / Members of Consortium or its/their parent companies
or sub-contractors of the Bidder / Consortium are, or will be involved with either in India or in
any other Country.
Signed: ……………………….
We hereby confirm that, we have downloaded , read and understood well the complete set of Bid
Documents, addendum, corrigendum, clarifications along with the set of enclosures hosted in e-
tendering portal http://etenders.kerala.gov.in . We confirm that the Bidding Documents has not
been edited or modified by us. In case, it is observed by KMRL that the Bidding Documents have
been edited or modified, we agree for the rejection of our Bid by KMRL. We confirm that we have
gone through the bid documents, addendums, corrigendum and clarifications for this work placed
up to the date of opening of bid on the e-tendering portal http://etenders.kerala.gov.in. We confirm
our unconditional acceptance for the same and have considered for these in the submission of our
financial bid.
(To be submitted on the letter head of the Bank with Contact details, Address, Phone Number, E.
Mail id, etc.)
BANK CERTIFICATE
This is to certify that M/s .................................................... is a reputed company with a good
financial standing.
If the contract for the work, namely..............................................................................is awarded to the
above firm, we shall provide overdraft / credit facilities to the extent of Rs....................... to meet
their working capital requirements for executing the above contract.
Signature: - ___________
Name of Bank: __________
Senior Bank Manager_____________
Address of the Bank_______________
This is to certify that M/s ................................................... who has formed a JV / Consortium with
M/s .................................................... and M/s .................................................... for participating in
this bid, is a reputed company with a good financial standing.
If the contract for the work, namely..............................................................................is awarded to the
above joint venture / Consortium, we shall provide overdraft / credit facilities to the extent of
Rs....................... to M/s .................................................... to meet their working capital requirements
for executing the above contract.
Signature: - ___________
Name of Bank: __________
Senior Bank Manager_____________
Address of the Bank_______________
[This should be given by the JV members in proportion to their financial participation]
1. This is to certify that the copy of all the documents of Financial Package, submitted with
the Technical Package, is a true Copy of the Financial Package with prices left blank.
2. It is further certified that there are no additional comments, remarks, deviations, terms and
conditions in our Financial Package and even if it is there, it shall be treated as NULL and
VOID and stand withdrawn.
SIGNATURE OF BIDDER
SIGNATURE OF BIDDER
(In case of a partnership, joint venture or consortium, to be submitted by the each constituent member)
@ Strike out whichever is not applicable
SIGNATURE OF BIDDER
@In case of a joint venture or consortium, such pages to be signed by authorized signatory of
the Lead member.
Letter of Undertaking
CONTRACT No. [“Insert Contract No.”]
[“Insert Name of the work”]
We hereby certify that we will make credible arrangements for ensuring supply of critical
spares and availability of technical support for maintenance and up gradation of equipment /
systems / Machinery & Plant / Software, etc., which will become part of the Permanent Works
executed under the contract [“Insert Contract No.”]during their service life.
Signed……………..
For on behalf of
(Name of Bidder / Consortium)
I agree to adjustment of any benefits/ duty draw back / export, import incentive / exemptions /
concessions to be made from the balance due to me without any prejudice.
I also undertake to indemnify KMRL in case of any loss caused due to non-reimbursement /
passing on the benefit of duty draw back / export, import incentive / exemption / concession
etc.
Signed……………..
For on behalf of
(Name of Bidder / Consortium)
Letter of Undertaking
CONTRACT No. [“Insert Contract No.”]
[“Insert Name of the Work.”]
I _________ (State Name of Director/Partner/ Karta/Authorized Person) in capacity of
_______ of __________(State name of the undertaking organization) here by undertake to get
registered under _________ (state the type of registration to be obtained) before ______ (state
time line) (preferably immediately after award of Contract).
I also undertake to indemnify KMRL in case of any loss caused due to non-registration.
Signed……………..
For on behalf of
(Name of Bidder / Consortium)
(Signature(s))
6 See “Guidelines for the Assignment of Consultants in Financial Cooperation with Partner Countries“ and “Guidelines for
Procurement of Goods, Works and associated Services in Financial Cooperation with Partner Countries”
We acknowledge that false declaration by the tenderer regarding local value addition
including payments to be made to their vendors for local value addition shall be treated as a
fraudulent practice under GCC clause 15.6 of this tender for which the tenderer or its
successors can be debarred for a period upto three years along with such other actions as may
be permissible under the law.
In cases of procurement for a value in excess of Rs. 10 crores, we also undertake to submit
a certificate from statutory auditor or cost auditor of the company (in the case of companies)
or from a practicing cost accountant or practicing chartered accountant (in respect of
suppliers other than other than companies) giving the percentage of local content, in
accordance with clause ‘9.a’ of the Order no. No. P-45021/2/2017-PP (B.E.-II) dated 29th
May 2019 of Ministry of Commerce and Industry, Department for Promotion of Industry and
Internal Trade (DPIIT) {formerly Department of Industrial Policy and Promotion (DIPP)},
Government of India dated 29.11.2019, after completion of works to the Engineer.
Note :
1. This form no.24 need to be submitted only if bidder wants to avail the purchase preference as
2. The undertaking shall be signed by authorized signatory of the tenderer. In case of JV/Consortium by
the authorized signatory of the constituent members counter signed by the authorized signatory of
tenderer.
Certification by Auditor
[This Cost Schedule should be inserted into the Bill of Quantities under the Bill “General
Items”. Amendments to the ESHS Specifications, if any, may require adjustment of the
ESHS Cost Schedule]
Amount [specify
ESHS currency]
Item N° Description Unit
Specification
(to be filled in Financial
s Clause N°
bid)
ESHS costs are deemed to cover operations on all Sites (as defined in Clause 1.3 of ESHS Specifications)
Interim payment certificates shall include the portion of each ESHS cost amounting to the percentage of
the actual progress achieved in executing the ESHS measures in compliance with the ESHS Specifications
and approved by the Engineer.
Annexure I
Form CER
Quality Management / Environmental, Social, Health and Safety
(ESHS) Certification
DESCRIPTION INFORMATION
Identification of the certificate _______________ [insert full name of the certificate]
First award date ________________ [insert day, month, year of first
certificate award]
Last update of the certificate __________ [insert day, month, year of latest
renewal, if any]
Issuers Name _______________ [insert full name]
Annexure I
Form ESHS
Environmental, Social, Health and Safety (ESHS) Documentation
The Bidder shall demonstrate the existence of the following in-house policies and procedures.
DESCRIPTION SUPPORTING DOCUMENTATION
REQUIRED IN ENGLISH (ORIGINAL OR
TRANSLATION)
1 Health & Safety Policy Policy document or the index of the health & safety
manual or other relevant documents acceptable to
the Employer.
2 Environmental Management Policy Policy document or the index of the Environmental
Management manual or other relevant documents
acceptable to the Employer
3 Declaration of compliance with ILO core The Bidder certifies (by ticking explicitly)
labour standards4 in operations complying with the following core labour standards
Freedom of Association
Forced Labour
Discrimination
Child Labour
4 Reviews, inspections and audits related Provide detailed samples of such reviews or audits
to ESHS issues within the company and which were carried out during the past 5 years
especially on construction sites
5 Internal and external integration and Provide information on:
enforcement policy
- how the Bidder ensures that subcontractors,
suppliers or temporary workforce a) are aware
of and b) comply with ESHS requirements
4
See relevant ILO conventions C087, C098, C029, C105, C100, C111, C138, C182; more detailed information
are available at www.ilo.org/ilolex/english/docs/declworld.htm.
The Bidder shall demonstrate the existence of the following in-house policies and procedures.
DESCRIPTION SUPPORTING DOCUMENTATION
REQUIRED IN ENGLISH (ORIGINAL OR
TRANSLATION)
- nature and content of the ESHS trainings
provided to employees
6 Procedures on main ESHS issues Unless information is already provided in policy
documents submitted under the requirements of
Articles 1 and 2 above, provide in-house procedures
for managing the following E&S issues, acceptable
to the Employer:
[Delete items if not applicable and add items
specific to the works and resulting from the
project’s ESMP if any – refer to the “User Guide for
including Environmental and Social (E&S)
Criteria” located at the start of this SBD of Works]
a) Wastewater effluents
b) Air emissions, noise and traffic
c) Waste
d) Erosion and sedimentation
e) Site rehabilitation and revegetation
f) Hazardous products
g) Training and recruitment
h) Safety on construction sites
i) First aid and medical evacuation for staff
j) Control of infectious and communicable
diseases (HIV/AIDS, malaria…)
Annexure I
BID DOCUMENTS
FOR
Section-V:
Eligibility Criteria and Social and Environmental
Responsibility
Eligibility in AFD-Financed Procurement
1. Financing allocated by the AFD to a Contracting Authority has been entirely untied since
1st January 2002. To the exception of any equipment or any sector which is subject to an
embargo by the United Nations, the European Union or France, all goods, works, plants,
consulting services and non-consulting services are eligible for the AFD financing
regardless of the country of origin of the supplier, contractor, subcontractor, consultant or
sub consultant inputs or resources used in the implementation processes. The Contracting
Authority means the Purchaser, the Employer, the Client, as the case may be, for the
procurement of goods, works, plants, consulting services or non-consulting services.
2. Natural or legal persons (including all members of a joint venture or any of their
suppliers, contractors, subcontractors, consultants or sub consultants) shall not be awarded
an AFD-financed contract if, on the date of submission of an application, a bid or a
proposal, or on the date of award of a contract, they:
2.1) Are bankrupt or being wound up or ceasing their activities, are having their
activities administered by the courts, have entered into receivership, or are in any
analogous situation arising from a similar procedure;
2.2) Have been:
a. convicted, within the past five years by a court decision, which has the force
of res judicata in the country where the contract is implemented, of fraud,
corruption or of any other offense committed during a procurement process or
performance of a contract, unless they provide supporting information together
with their Statement of Integrity (Form available as Appendix to the
Application, Bid or Proposal Submission Form) which shows that this
conviction is not relevant in the context of this contract;
b. subject to an administrative sanction within the past five years by the
European Union or by the competent authorities of the country where they are
constituted, for fraud, corruption or for any other offense committed during a
procurement process or performance of a contract, unless they provide
supporting information together with their Statement of Integrity (Form
available as Appendix to the Application, Bid or Proposal Submission Form)
which shows that this sanction is not relevant in the context of this contract;
c. convicted, within the past five years by a court decision, which has the force
of res judicata, of fraud, corruption or of any other offense committed during
the procurement process or performance of an AFD-financed contract;
2.3) etAre listed for financial sanctions by the United Nations, the European
Union and/or France for the purposes of fight-against-terrorist financing or threat
3. State-owned entities may compete only if they can establish that they (i) are legally and
financially autonomous, and (ii) operate under commercial law. To be eligible, a state-
owned entity shall establish to the AFD’s satisfaction, through all relevant documents,
including its Charter and other information the AFD may request, that it: (i) is a legal
entity separate from their state (ii) does not currently receive substantial subsidies or
budget support; (iii) operates like any commercial enterprise, and, inter alia, is not obliged
to pass on its surplus to their state, can acquire rights and liabilities, borrow funds and be
liable for repayment of its debts, and can be declared bankrupt.
BID DOCUMENTS
FOR
DESIGN, DESIGN VERIFICATION, DETAIL ENGINEERING,
MANUFACTURE, SUPPLY, INSTALLATION, TESTING AND
COMMISSIONING OF 750 V DC THIRD RAIL TRACTION
ELECTRIFICATION AND AUXILIARY SUB STATIONS (ASS) AND
ASSOCIATED SCADA SYSTEMS FOR PHASE -1 EXTENSION OF
KOCHI MRTS PROJECT.
Section VI.