You are on page 1of 205

Procurement of Plant

AUTOMATIC FARE COLLECTION (AFC) SYSTEM


DESIGN AND BUILD

Single-Stage: Two-Envelope
Bidding Procedure

BIDDING DOCUMENT
for
Procurement
of
ICB NO.: MMRDA/MMRP/CA-33

DESIGN, MANUFACTURE, SUPPLY, INSTALLATION, TESTING AND


COMMISSIONING AND MAINTENANCE OF AUTOMATIC FARE
COLLECTION (AFC) SYSTEM FOR 52 ELEVATED STATIONS AND AFC
OCC, AFC SOFTWARE TESTING AND DEVELOPMENT CENTER (SDC)
OF METRO LINE 2A (DAHISAR EAST TO DN NAGAR), LINE 2B (ESIC
NAGAR TO MANDALE) AND LINE 7 (ANDHERI EAST TO DAHISAR
EAST) OF MUMBAI METRO RAIL PROJECT OF MMRDA
PART I BIDDING PROCEDURES
Section 1 -Instructions to Bidders (ITB)

Section 2 -Bid Data Sheet (BDS)


.
Section 3 -Evaluation and Qualification Criteria (EQC)

Section 4 -Bidding Forms (BDF)

Section 5 -Eligible Countries (ELC)

Issued on: June 2018


Invitation for Bids No.: ICB No: MMRDA/MMRP/CA-33
Employer: Mumbai Metropolitan Region Development Authority (MMRDA)
Country: INDIA
MMRDA/MMRP/CA-33

Preface
This Bidding Document for Procurement of Plant – Design, Manufacture, Supply,
Installation, and Testing & Commissioning and Maintenance of Automatic Fare Collection
(AFC) System has been prepared by Mumbai Metropolitan Region Development
Authority and is based on the Standard Bidding Document for Procurement of Plant –
Design, Supply, and Installation (SBD Plant).

SBD Plant has the structure and the provisions of the Master Procurement Document
entitled “Procurement of Plant – Design, Supply, and Installation”, prepared by multilateral
development banks and other public international financial institutions except where NDB-
specific considerations have required a change.
MMRDA/MMRP/CA-33

Table of Contents - Summary Description


PART I BIDDING PROCEDURES
Section 1 - Instructions to Bidders (ITB) ------------------------------------------------ 1-1
This Section specifies the procedures by Bidders in the preparation and submission of their Bids
following a Single-Stage, Two-Envelope bidding procedure. Information is also provided on the
submission, opening, and evaluation of bids and on the award of contract.

Section 2 - Bid Data Sheet (BDS) ---------------------------------------------------------- 2-1


This Section consists of provisions that are specific to each procurement and supplement the
information or requirements included in Section 1 - Instructions to Bidders.

Section 3 - Evaluation and Qualification Criteria (EQC) --------------------------- 3-1


This Section contains the bid evaluation criteria to determine the lowest evaluated bid and specifies
the necessary qualifications of Bidders.

Section 4 - Bidding Forms (BDF) ---------------------------------------------------------- 4-1


This Section contains the forms which are to be completed by the Bidder and submitted as part of
its Bid.

Section 5 - Eligible Countries (ELC) ------------------------------------------------------ 5-1


This Section contains the list of eligible countries.

PART II REQUIREMENTS
Section 6 - Employer’s Requirements (ERQ) ------------------------------------------ 6-1
This Section contains the Scope of Supply of Plant and Services, Specifications, the Drawings, and
Supplementary Information that describe the plant and services to be procured, Personnel
Requirements, Equipment Requirements, Certificates, and Change Orders.

PART III CONDITIONS OF CONTRACT AND CONTRACT FORMS


Section 7 - General Conditions of Contract (GCC) ---------------------------------- 7-1
This Section contains the general clauses to be applied in all contracts. These Conditions are
subject to the variations and additions set out in Section 8 (Special Conditions of Contract).

Section 8 - Special Conditions of Contract (SCC) ----------------------------------- 8-1


This Section contains provisions that are specific to each contract and that modify or supplement
the GCC. Whenever there is a conflict, the provisions herein shall prevail over those in the GCC.
The clause number of the SCC is the corresponding clause number of the GCC.

Section 9 - Contract Forms (COF) --------------------------------------------------------- 9-1


This Section contains forms, which, once completed, will form part of the Contract. The forms for
Performance Security and Advance Payment Security, when required, shall only be completed by
the successful Bidder after contract award.
MUMBAI METROPOLITAN REGION DEVELOPMENT AUTHORITY

DESIGN, MANUFACTURE, SUPPLY, INSTALLATION,


TESTING AND COMMISSIONING AND MAINTENANCE OF
AUTOMATIC FARE COLLECTION (AFC) SYSTEM FOR 52
ELEVATED STATIONS AND AFC OCC, AFC SOFTWARE
TESTING AND DEVELOPMENT CENTER (SDC) OF METRO
LINE 2A (DAHISAR EAST TO DN NAGAR), LINE 2B (DN
NAGAR TO MANDALE) AND LINE 7 (ANDHERI EAST TO
DAHISAR EAST) OF MUMBAI METRO RAIL PROJECT OF
MMRDA

CONTRACT NO: MMRDA/MMRP/CA-33

TENDER DOCUMENTS

SECTION 1 - INSTRUCTIONS TO BIDDERS

MUMBAI METROPOLITAN REGION DEVELOPMENT AUTHORITY


Metro PIU, 1st Floor, A-wing, Old Administrative Building,
Bandra-Kurla Complex, Bandra (E), Mumbai –400 051, India
Section 1 - Instructions to Bidders 1-1

Section 1 - Instructions to Bidders(ITB)

Table of Clauses

A. General .....................................................................................................................................1-3
1. Scope of Bid .............................................................................................................................1-3
2. Source of Funds .......................................................................................................................1-3
3. Fraud and Corruption ...............................................................................................................1-3
4. Eligible Bidders ........................................................................................................................1-4
5. Eligible Plant and Services......................................................................................................1-5
B. Contents of Bidding Document .............................................................................................1-5
6. Sections of Bidding Document ................................................................................................1-5
7. Clarification of Bidding Document, Site Visit, Pre-Bid Meeting ................................................1-6
8. Amendment of Bidding Document ...........................................................................................1-7
C. Preparation of Bids .................................................................................................................1-7
9. Cost of Bidding .........................................................................................................................1-7
10. Language of Bid .......................................................................................................................1-7
11. Documents Comprising the Bid ...............................................................................................1-8
12. Letter of Bid and Schedules .....................................................................................................1-8
13. Alternative Bids ........................................................................................................................1-9
14. Documents Establishing the Eligibility of Plant and Services .................................................1-9
15. Documents Establishing the Eligibility and Qualifications of the Bidder ..................................1-9
16. Documents Establishing Conformity of the Plant and Services ...............................................1-9
17. Technical Proposal, Subcontractors ......................................................................................1-10
18. Bid Prices and Discounts .......................................................................................................1-10
19. Currencies of Bid and Payment .............................................................................................1-13
20. Period of Validity of Bids ........................................................................................................1-13
21. Bid Security/ Bid Securing Declaration ..................................................................................1-13
22. Format and Signing of Bid......................................................................................................1-14
D. Submission and Opening of Bids........................................................................................1-15
23. Submission, Sealing, and Marking of Bids .............................................................................1-15
24. Deadline for Submission of Bids ............................................................................................1-15
25. Late Bids ................................................................................................................................1-16
26. Withdrawal, Substitution, and Modification of Bids ...............................................................1-16
27. Bid Opening ...........................................................................................................................1-16

Bidding Document for CA-33 Procurement of Plant Single-Stage: Two-Envelope


1-2 Section 1 - Instructions to Bidders

E. Evaluation and Comparison of Bids ................................................................................... 1-18


28. Confidentiality ........................................................................................................................ 1-18
29. Clarification of Bids ................................................................................................................ 1-18
30. Deviations, Reservations, and Omissions ............................................................................. 1-19
31. Examination of Technical Bids ............................................................................................. 1-19
32. Responsiveness of Technical Bid.......................................................................................... 1-19
33. Nonmaterial Nonconformities ................................................................................................ 1-20
34. Detailed Evaluation of Technical Bids ................................................................................... 1-20
35. Eligibility and Qualification of the Bidder ............................................................................... 1-21
36. Correction of Arithmetical Errors ........................................................................................... 1-21
37. Conversion to Single Currency .............................................................................................. 1-22
38. Margin of Preference ............................................................................................................. 1-22
39. Evaluation of Price Bids ......................................................................................................... 1-22
40. Comparison of Bids ............................................................................................................... 1-23
41. Employer’s Right to Accept Any Bid, and to Reject Any or All Bids ...................................... 1-23
F. Award of Contract................................................................................................................. 1-24
42. Award Criteria ........................................................................................................................ 1-24
43. Notification of Award .............................................................................................................. 1-24
44. Signing of Contract ................................................................................................................ 1-24
45. Performance Security ............................................................................................................ 1-24

Single-Stage: Two-Envelope Procurement of Plant Bidding Document for CA-33


Section 1 - Instructions to Bidders 1-3

Section 1 - Instructions to Bidders


A. General

1. Scope of Bid 1.1 In connection with the Invitation for Bids (IFB) indicated in the Bid Data
Sheet (BDS), the Employer, as indicated in the BDS, issues this Bidding
Document for the procurement of plant and services as specified in
Section 6 (Employer’s Requirements). The name, identification, and
number of lot/s (Contract/s) of the international competitive bidding (ICB)
are provided in the BDS.

1.2 Unless otherwise stated, throughout this Bidding Document definitions


and interpretations shall be as prescribed in Section 7 (General
Conditions of Contract) (GCC).

2. Source of 2.1 The Borrower or Recipient (hereinafter called “Borrower”) indicated in the
Funds BDS has applied for or received financing (hereinafter called “funds”) from
the New Development Bank (hereinafter called “NDB”) toward the cost of
the project named in the BDS. The Borrower intends to apply a portion of
the funds to eligible payments under the Contract(s) for which this Bidding
Document is issued.

2.2 Payments by NDB will be made only at the request of the Borrower and
upon approval by NDB in accordance with the terms and conditions of the
Financing Agreement between the Borrower and NDB (hereinafter called”
Financing Agreement”) and will be subject in all respects to the terms and
conditions of that Financing Agreement. No party other than the Borrower
shall derive any rights from the Financing Agreement or have any claim
to the funds.

3. Fraud and 3.2 The Employer requires that the Bidders/Contractors, their designated
Corruption contractors and/or their agents observe the highest standards of ethics
during Tendering and execution of this Contract. In pursuance with this
policy, the Employer:

a. defines, for the purpose of these provisions, the terms set forth
below as follows:
i. “corrupt practice” means the offering, giving, receiving or
soliciting of anything of value to Employer, Engineer or any of
their employees, influence in the procurement process or in
Contract execution; and
ii. “fraudulent practice” means a concealment or
misrepresentation of facts in order to influence a procurement
process or the execution of a Contract to the detriment of the
Employer, and includes collusive practice among Bidders
(prior to or after bid submission) designed to establish bid
prices at artificial noncompetitive levels and to deprive the
Employer of the benefits of free and open competition.
iii. Breach of any of the contract condition during execution.
b. Will reject the Tender for the Work or rescind the Contract if the
Employer determines that the Bidder/Contractor has engaged in

Bidding Document for CA-33 Procurement of Plant Single-Stage: Two-Envelope


1-4 Section 1 - Instructions to Bidders

corrupt or fraudulent practices.


c. Will declare a Contractor ineligible, either indefinitely or for a stated
period of time, to be awarded a Contract/s if he at any time
determines that the Contractor has engaged in corrupt or
fraudulent practices in competing for, or in executing the Contract.
d. The successful Bidders/Contractors shall apprise the Employer
through Chief Vigilance Officer, MMRDA of any fraud/suspected
fraud as soon as it comes to their notice

3.3 Furthermore, Bidders shall be aware of the provision stated in GCC 9.6
and GCC 42.2.1 (c).

4. Eligible 4.1 A Bidder may be a natural person, private entity, or government-owned


Bidders enterprise subject to ITB 4.5 - or any combination of them with a formal
intent to enter into an agreement or under an existing agreement in the
form of a Joint Venture. In the case of a Joint Venture,
(a) All partners shall be jointly and severally liable, and
(b) The Joint Venture shall nominate a Representative who shall have
the authority to conduct all business for and on behalf of any and all
partners of the Joint Venture during the bidding process and, in the
event the Joint Venture is awarded the Contract, during contract
execution.

4.2 A Bidder, and all partners constituting the Bidder, shall have the
nationality of an eligible country, in accordance with Section 5 (Eligible
Countries). A Bidder shall be deemed to have the nationality of a country
if the Bidder is a citizen or is constituted, incorporated, or registered, and
operates in conformity with the provisions of the laws of that country. This
criterion shall also apply to the determination of the nationality of
proposed Subcontractors or suppliers for any part of the Contract
including related services.

4.3 A Bidder shall not have a conflict of interest. All Bidders found to have a
conflict of interest shall be disqualified. A Bidder may be considered to
be in a conflict of interest with one or more parties in this bidding process
if any of, including but not limited to, the following apply:
(a) they have controlling shareholders in common; or
(b) they receive or have received any direct or indirect subsidy from any
of them; or
(c) they have the same legal representative for purposes of this bid; or
(d) they have a relationship with each other, directly or through common
third parties, that puts them in a position to have access to material
information about or improperly influence the bid of another Bidder,
or influence the decisions of the Employer regarding this bidding
process; or
(e) a Bidder participates in more than one bid in this bidding process,
either individually or as a partner in a joint venture, except for
alternative offers permitted under ITB 13. This will result in the
disqualification of all Bids in which it is involved. However, subject to

Single-Stage: Two-Envelope Procurement of Plant Bidding Document for CA-33


Section 1 - Instructions to Bidders 1-5

any finding of a conflict of interest in terms of ITB 4.3 (a) - (d) above,
this does not limit the participation of a Bidder as a Subcontractor in
another Bid or of a firm as a Subcontractor in more than one Bid; or
(f) a Bidder or any affiliated entity, participated as a consultant in the
preparation of the design or technical specifications of the plant and
services that are the subject of the Bid; or
(g) a Bidder was affiliated with a firm or entity that has been hired (or is
proposed to be hired) by the Employer or Borrower as Project
Manager for the Contract.

4.4 A firm shall not be eligible to participate in any procurement activities


under an NDB-financed, administered, or supported project while under
temporary suspension or debarment by NDB pursuant to its
Anticorruption Policy (see ITB 3), whether such debarment was directly
imposed by NDB, or enforced by NDB pursuant to the Agreement for
Mutual Enforcement of Debarment Decisions. A bid from a temporary
suspended or debarred firm will be rejected.

4.5 Government-owned enterprises in the Borrower’s country shall be eligible


only if they can establish that they (i) are legally and financially
autonomous, (ii) operate under commercial law, and (iii) are not
dependent agencies of the Employer.

4.6 Bidders shall provide such evidence of their continued eligibility


satisfactory to the Employer, as the Employer shall reasonably request.

4.7 Firms shall be excluded if by an act of compliance with a decision of the


United Nations Security Council taken under Chapter VII of the Charter
of the United Nations, the Borrower’s country prohibits any import of
goods or Contracting of works or services from that country or any
payments to persons or entities in that country.

4.8 In case a prequalification process has been conducted prior to the bidding
process, this bidding is open only to prequalified Bidders.

5. Eligible Plant 5.1 The plant and services to be supplied under the Contract shall have their
and Services origin in eligible source countries as defined in ITB 4.2 and all
expenditures under the Contract will be limited to such plant and services.

5.2 For purposes of ITB 5.1 above, “origin” means the place where the plant,
or component parts thereof are mined, grown, produced, or
manufactured, and from which the services are provided. Plant
components are produced when, through manufacturing, processing, or
substantial or major assembling of components, a commercially
recognized product results that is substantially in its basic characteristics
or in purpose or utility from its components.

B. Contents of Bidding Document

6. Sections of 6.1 The Bidding Document consists of Parts I, II, and III, which include all the
Bidding sections indicated below, and should be read in conjunction with any
Document addenda issued in accordance with ITB 8.

Bidding Document for CA-33 Procurement of Plant Single-Stage: Two-Envelope


1-6 Section 1 - Instructions to Bidders

PART I Bidding Procedures


Section 1 - Instructions to Bidders (ITB)
Section 2 - Bid Data Sheet (BDS)
Section 3 - Evaluation and Qualification Criteria (EQC)
Section 4 - Bidding Forms (BDF)
Section 5 - Eligible Countries (ELC)
PART II Requirements
Section 6 - Employer’s Requirements (ERQ)
PART III Conditions of Contract and Contract Forms
Section 7 - General Conditions of Contract (GCC)
Section 8 - Special Conditions of Contract (SCC)
Section 9 - Contract Forms (COF)

6.2 The IFB issued by the Employer is not part of the Bidding Document.

6.3 The Employer is not responsible for the completeness of the Bidding
Document and its addenda, if they were not obtained directly from the
source stated by the Employer in the IFB.

6.4 The Bidder is expected to examine all instructions, forms, terms, and
specifications in the Bidding Document. Failure to furnish all information
or documentation required by the Bidding Document may result in the
rejection of the Bid.

7. Clarification 7.1 A prospective Bidder requiring any clarification on the Bidding Document
of Bidding shall contact the Employer in writing and by email at the Employer’s
Document, address indicated in the BDS or raise inquiries during the pre-bid meeting
Site Visit, Pre- if provided for in accordance with ITB 7.4. The Employer will respond to
Bid Meeting any request for clarification, provided that such request is received no
later than 21 days prior to the deadline for submission of bids. The
Employer’s response shall be in writing with copies to all Bidders who
have acquired the Bidding Document in accordance with ITB 6.3,
including a description of the inquiry but without identifying its source.
Should the Employer deem it necessary to amend the Bidding Document
as a result of a request for clarification, it shall do so following the
procedure under ITB 8 and ITB 24.2.

7.2 The Bidder is advised to visit and examine the site where the plant is to
be installed 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 the provision of plant and services. The
costs of visiting the site shall be at the Bidder’s own expense.

7.3 The Bidder and any of its personnel or agents will be granted permission
by the Employer to enter 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

Single-Stage: Two-Envelope Procurement of Plant Bidding Document for CA-33


Section 1 - Instructions to Bidders 1-7

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 The Bidder’s designated representative is invited to attend a pre-bid


meeting, if provided for in the BDS. The purpose of the meeting will be to
clarify issues and to answer questions on any matter that may be raised
at that stage.

7.5 The Bidder is requested to submit any questions in writing, to reach the
Employer not later than 1 week before the pre-bid meeting.

7.6 Minutes of the pre-bid meeting, including the text of the questions raised,
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 Document in accordance with ITB
6.3. Any modification to the Bidding Document 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.

7.7 Nonattendance at the pre-bid meeting will not be a cause for


disqualification of a Bidder.

8. Amendment 8.1 At any time prior to the deadline for submission of Bids, the Employer may
of Bidding amend the Bidding Document by issuing addenda.
Document

8.2 Any addendum issued shall be part of the Bidding Document and shall be
communicated in writing to all who have obtained the Bidding Document
from the Employer in accordance with ITB 6.3.

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


addendum into account in preparing their Bids, the Employer may, at its
discretion, extend the deadline for the submission of Bids, pursuant to ITB
24.2.

C. Preparation of Bids

9. Cost of 9.1 The Bidder shall bear all costs associated with the preparation and
Bidding submission of its Bid, and the Employer shall in no case be responsible
or liable for those costs, regardless of the conduct or outcome of the
bidding process.

10. Language of 10.1 The Bid, as well as all correspondence and documents relating to the bid
Bid exchanged by the Bidder and the Employer, shall be written in the English
language. 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 into the English language,
in which case, for purposes of interpretation of the Bid, such translation
shall govern.

Bidding Document for CA-33 Procurement of Plant Single-Stage: Two-Envelope


1-8 Section 1 - Instructions to Bidders

11. Documents 11.1 The Bid shall comprise two envelopes submitted simultaneously, one
Comprising containing the Technical Bid (Technical Package) and the other the Price
the Bid Bid, both envelopes enclosed together in an outer single envelope.
(Financial Package) which shall be uploaded on site mentioned in the
BDS.

11.2 The Technical Bid submitted by the Bidder shall comprise the following:
(a) Letter of Technical Bid;
(b) Bid Security or Bid-Securing Declaration, in accordance with ITB 21;
(c) alternative Bids, if permissible, in accordance with ITB 13;
(d) written confirmation authorizing the signatory of the Bid to commit the
Bidder, in accordance with ITB 22.2;
(e) documentary evidence in accordance with ITB 14.1, that the plant
and services offered by the Bidder in its Bid or in any alternative Bid,
if permitted, are eligible;
(f) documentary evidence in accordance with ITB 15, the Bidder’s
eligibility and qualifications to perform the Contract if its Bid is
accepted;
(g) Technical Proposal in accordance with ITB 17.
(h) documentary evidence in accordance with ITB 16, that the plant and
services offered by the Bidder conform to the Bidding Document;
(i) in the case of a bid submitted by a Joint Venture, the Bid shall include
a copy of the Joint Venture Agreement entered into by all partners.
Alternatively, a Letter of Intent to execute a Joint Venture Agreement
in the event of a successful bid shall be signed by all partners and
submitted with the Bid, together with a copy of the proposed
agreement;
(j) list of Subcontractors, in accordance with ITB 17.2; and
(k) any other document required in the BDS.

11.3 The Price Bid submitted by the Bidder shall comprise the following:
(a) Letter of Price Bid;
(b) completed schedules as required, including Price Schedules, in
accordance with ITB 12 and ITB 18;
(c) alternative price Bids, if permissible, in accordance with ITB 13; and
(d) any other document required in the BDS.

12. Letter of Bid 12.1 The Letters of Technical Bid and Price Bid, and the Schedules, and all
and documents listed under ITB 11, shall be prepared using the relevant forms
Schedules furnished in Section 4 (Bidding Forms). The forms must be completed
without any alterations to the text, and no substitutes shall be accepted.
All blank spaces shall be filled in with the information requested and as
required in the BDS.

Single-Stage: Two-Envelope Procurement of Plant Bidding Document for CA-33


Section 1 - Instructions to Bidders 1-9

13. Alternative 13.1 The BDS indicates whether alternative Bids are allowed. If they are
Bids allowed, the BDS will also indicate whether they are permitted in
accordance with ITB 13.3, or invited in accordance with ITB13.2 and/or
ITB 13.4.

13.2 When alternatives to the Time Schedule are explicitly invited, a statement
to that effect will be included in the BDS, and the method of evaluating
different time schedules will be described in Section 3 (Evaluation and
Qualification Criteria).

13.3 Except as provided under ITB 13.4 below, Bidders wishing to offer
technical alternatives to the Employer’s requirements as described in the
Bidding Document must also provide: (i) a price at which they are
prepared to offer a plant meeting the Employer’s requirements; and (ii) all
information necessary for a complete evaluation of the alternatives by the
Employer, including drawings, design calculations, technical
specifications, breakdown of prices, and proposed installation
methodology and other relevant details. Only the technical alternatives, if
any, of the lowest evaluated Bidder conforming to the basic technical
requirements shall be considered by the Employer.

13.4 When Bidders are invited in the BDS to submit alternative technical
solutions for specified parts of the facilities, such parts shall be described
in Section 6 (Employer’s Requirements). Technical alternatives for the
specific parts of the facilities that comply with the performance and
technical criteria specified for the plant and services shall be considered
by the Employer on their own merits, pursuant to ITB 32.

14. Documents 14.1 To establish the eligibility of the plant and services in accordance with ITB
Establishing 5, Bidders shall complete the country of origin declarations in the Price
the Eligibility Schedule Forms, included in Section 4 (Bidding Forms).
of Plant and
Services

15. Documents 15.1 To establish its eligibility and qualifications to perform the Contract in
Establishing accordance with Section 3 (Evaluation and Qualification Criteria), the
the Eligibility Bidder shall provide the information requested in the corresponding
and information sheets included in Section 4 (Bidding Forms).
Qualifications
of the Bidder 15.2 Domestic Bidders, individually or in joint ventures, applying for eligibility
for domestic preference shall supply all information required to satisfy the
criteria for eligibility as described in ITB 38.

16. Documents 16.1 The documentary evidence of the conformity of the plant and services to
Establishing the Bidding Document may be in the form of literature, drawings and data,
Conformity of and shall furnish:
the Plant and
(a) a detailed description of the essential technical and performance
Services
characteristics of the plant and services, including the functional
guarantees of the proposed plant and services, in response to the
Specification;
(b) a list giving full particulars, including available sources, of all spare
parts and special tools necessary for the proper and continuing

Bidding Document for CA-33 Procurement of Plant Single-Stage: Two-Envelope


1-10 Section 1 - Instructions to Bidders

functioning of the plant for the period named in the BDS, following
completion of plant and services in accordance with provisions of the
Contract; and
(c) a commentary on the Employer’s Specifications and adequate
evidence demonstrating the substantial responsiveness of the plant
and services to those specifications. Bidders shall note that
standards for workmanship, materials and equipment designated by
the Employer in the Bidding Document are intended to be descriptive
(establishing standards of quality and performance) only and not
restrictive. The Bidder may substitute alternative standards, brand
names and/or catalog numbers in its Bid, provided that it
demonstrates to the Employer’s satisfaction that the substitutions are
substantially equivalent or superior to the standards designated in the
Specifications.

17. Technical 17.1 The Bidder shall furnish a Technical Proposal including a statement of
Proposal, work methods, equipment, personnel, schedule and any other
Subcontracto information as stipulated in Section 4 (Bidding Forms), in sufficient detail
rs to demonstrate the adequacy of the Bidders’ proposal to meet the work
requirements and the completion time.

17.2 For major items of plant and services as listed by the Employer in
Criterion 2.5 of Section 3 (Evaluation and Qualification Criteria), which
the Bidder intends to purchase or Subcontract, the Bidder shall give
details of the name and nationality of the proposed Subcontractors,
including Manufacturers, for each of those items. In addition, the Bidder
shall include in its Bid information establishing compliance with the
requirements specified by the Employer for these items. Bidders are free
to list more than one Subcontractor against each item of the plant and
services. Quoted rates and prices will be deemed to apply to whichever
Subcontractor is appointed, and no adjustment of the rates and prices will
be permitted.

17.3 The Bidder shall be responsible for ensuring that any Subcontractor
proposed complies with the requirements of ITB 4, and that any plant, or
services to be provided by the Subcontractor comply with the
requirements of ITB 5 and ITB 15.1.

18. Bid Prices 18.1 Unless otherwise specified in the BDS and/or Section 6 (Employer’s
and Requirements), bidders shall quote for the entire plant and services on a
Discounts “single responsibility” basis such that the total Bid price covers all the
Contractor’s obligations mentioned in or to be reasonably inferred from
the Bidding Document in respect of the design, manufacture, including
procurement and Subcontracting (if any), delivery, construction,
installation, and completion of the plant. This includes all requirements
under the Contractor’s responsibilities for testing, pre-commissioning and
commissioning of the plant and, where so required by the Bidding
Document, the acquisition of all permits, approvals, and licenses, etc.; the
operation, maintenance, and training services and such other items and
services as may be specified in the Bidding Document, all in accordance
with the requirements of the General Conditions. Items against which no

Single-Stage: Two-Envelope Procurement of Plant Bidding Document for CA-33


Section 1 - Instructions to Bidders 1-11

price is entered by the Bidder will not be paid for by the Employer when
executed and shall be deemed to be covered by the prices for other items.

18.2 Bidders are required to quote the price for the commercial, contractual
and technical obligations outlined in the Bidding Document.

18.3 Bidders shall give a breakdown of the prices in the manner and detail called
for in the Price Schedules included in Section 4 (Bidding Forms). Where no
different Price Schedules are included in the Bidding Document, Bidders shall
present their prices in the following manner: Separate numbered Schedules
included in Section 4 (Bidding Forms) shall be used for each of the following
elements. The total amount from each Schedule (Nos. 1 to 4) shall be
summarized in a Grand Summary (Schedule No. 5) giving the total bid
price(s) to be entered in the Letter of Price Bid. Absence of the total bid price
in the Letter of Price Bid may result in the rejection of the Bid.

Schedule No. 1: Plant and Mandatory Spare Parts Supplied from


Abroad
Schedule No. 2: Plant and Mandatory Spare Parts Supplied from
Within the Employer’s Country
Schedule No. 3: Design Services
Schedule No. 4: Installation and Other Services
Schedule No. 5: Grand Summary (Schedule Nos. 1 to 4)
Schedule No. 6: Recommended Spare Parts

Bidders shall note that the plant and mandatory spare parts included in
Schedule Nos. 1 and 2 above exclude materials used for civil, building,
and other construction works. All such materials shall be included and
priced under Schedule No. 4, Installation and Other Services.

18.4 In the Schedules, Bidders shall give the required details and a breakdown
of their prices as follows:
(a) Plant to be Supplied from Abroad (Schedule No. 1):
(i) the price of the plant shall be quoted carriage and insurance paid
(CIP)-named place of destination basis specified in the BDS;
(ii) all customs duties and other taxes paid or payable in the
Employer’s country on the plant if the Contract is awarded to the
Bidder; and
(iii) the total price for the plant.

Bidding Document for CA-33 Procurement of Plant Single-Stage: Two-Envelope


1-12 Section 1 - Instructions to Bidders

(b) Plant Supplied from Within the Employer’s Country (Schedule No. 1):
(i) the price of the plant shall be quoted on an EXW Incoterm basis
(ex-works, ex-factory, ex warehouse, ex showroom, as
applicable), including all customs duties and sales and other
taxes already paid or payable on the components and raw
material used in the manufacture or assembly of plant quoted ex
works or ex-factory, or on the previously imported plant of
foreign origin quoted ex warehouse, ex showroom;
(ii) Any taxes payable in the Employer’s country on the plant if the
Contract is awarded to the Bidder, and
(iii) the total price for the plant.

(c) Design Services. (Schedule No. 1). Rates or prices shall include all
taxes, duties, levies, and charges payable in the Employer’s country
as of 28 days prior to the deadline for submission of Bids.
(d) Installation and Other Services (Schedule No. 1) shall be quoted
separately and shall include rates or prices for local transportation,
insurance, and other services incidental to delivery of the plant, all
labor, contractor’s equipment, temporary works, materials,
consumables, and all matters and things of whatsoever nature,
including operations and maintenance services, the provision of
operations and maintenance manuals, training, etc., where identified
in the Bidding Document, as necessary for the proper execution of
the installation and other services, including all taxes, duties, levies,
and charges payable in the Employer’s country as of 28 days prior to
the deadline for submission of bids.
(e) Recommended spare parts (Schedule No. 3) shall be quoted
separately as specified in either subparagraph (a) or (b) above in
accordance with the origin of the spare parts.

18.5 The current edition of Incoterms, published by the International Chamber


of Commerce shall govern.

18.6 The prices shall be either fixed or adjustable as specified in the BDS.
(a) In the case of Fixed Price, prices quoted by the Bidder shall be fixed
during the Bidder’s performance of the Contract and not subject to
variation on any account. A Bid submitted with an adjustable price
quotation will be treated as nonresponsive and rejected.
(b) In the case of Adjustable Price, prices quoted by the Bidder shall be
subject to adjustment during performance of the Contract to reflect
changes in the cost elements such as labor, material, transport, and
Contractor’s equipment in accordance with the procedures specified
in the corresponding appendix to the Contract Agreement. A Bid
submitted with a fixed price quotation will not be rejected, but the
price adjustment will be treated as zero. Bidders are required to
indicate the source of labor and material indexes in the corresponding
Form in Section 4 (Bidding Forms).

Single-Stage: Two-Envelope Procurement of Plant Bidding Document for CA-33


Section 1 - Instructions to Bidders 1-13

18.7 If so indicated in BDS 1.1, Bids are being invited for individual lots
(Contracts) or for any combination of lots (packages). Bidders wishing to
offer any price reduction (discount) for the award of more than one
Contract shall specify in their Letter of Price Bid the price reductions
applicable to each package, or alternatively, to individual Contracts within
the package, and the manner in which the price reductions will apply.

19. Currencies of 19.1 The currency(ies) of the bid shall be, as specified in the BDS.
Bid and
Payment

19.2 Bidders may be required by the Employer to justify, to the Employerʼs


satisfaction, their local and foreign currency requirements.

20. Period of 20.1 Bids shall remain valid for the period specified in the BDS after the bid
Validity of submission deadline date prescribed by the Employer. A bid valid for a
Bids shorter period shall be rejected by the Employer as nonresponsive.

20.2 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 through email or in
writing. If a bid security is requested in accordance with ITB 21, it shall also
be extended 28 days beyond the deadline of the extended bid 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.

21. Bid Security/ 21.1 Unless otherwise specified in the BDS, the Bidder shall furnish as part
Bid Securing of its Bid, in original form, either a Bid-Securing Declaration or a bid
Declaration security as specified in the BDS. In the case of a bid security, the amount
and currency shall be as specified in the BDS.
21.2 If a Bid-Securing Declaration is required pursuant to ITB 21.1, it shall
use the form included in Section 4 (Bidding Forms). The Employer will
declare a Bidder ineligible to be awarded a Contract for a specified
period of time, as indicated in the BDS, if a Bid-Securing Declaration is
executed.

21.3 If a bid security is specified pursuant to ITB 21.1, the bid security shall be,
at the Bidder’s option, in any of the following forms:
(a) an unconditional bank guarantee,
(b) an irrevocable letter of credit, or
(c) a cashier’s or certified check,
all from a reputable source from an eligible country as described in
Section 5 (Eligible Countries). In the case of a bank guarantee, the bid
security shall be submitted using either the Bid Security Form included in
Section 4 (Bidding Forms) or another form acceptable to the Employer.
The form must include the complete name of the Bidder. The bid security
shall be valid for 28 days beyond the original validity period of the Bid, or
beyond any period of extension if requested under ITB 20.2.

Bidding Document for CA-33 Procurement of Plant Single-Stage: Two-Envelope


1-14 Section 1 - Instructions to Bidders

21.4 Unless otherwise specified in the BDS, any Bid not accompanied by a
substantially compliant bid security or Bid-Securing Declaration, if one is
required in accordance with ITB 21.1, shall be rejected by the Employer
as nonresponsive.

21.5 If a bid security is specified pursuant to ITB 21.1, the bid security of the
unsuccessful Bidder shall be returned as promptly as possible upon the
successful Bidder’s furnishing of the performance security pursuant to
ITB 45.

21.6 If a bid security is specified pursuant to ITB 21.1, the bid security of
successful Bidders shall be returned as promptly as possible once the
successful Bidder has signed the Contract and furnished the required
performance security.

21.7 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 Letters of Technical Bid and Price Bid, except
as provided in ITB 20.2 or
(b) if the successful Bidder fails to:
(i) sign the Contract in accordance with ITB 44;
(ii) furnish a performance security in accordance with ITB 45; or
(iii) accept the arithmetical corrections of its Bid in accordance with
ITB 36.

21.8 The bid security or the Bid-Securing Declaration of a Joint Venture shall
be in the name of the Joint Venture that submits the Bid. If the Joint
Venture has not been legally constituted at the time of bidding, the bid
security or the Bid-Securing Declaration shall be in the names of all future
partners as named in the letter of intent referred to in ITB 4.1.

22. Format and 22.1 The Bidder shall prepare one original set of the Technical Bid and one
Signing of Bid original set of the Price Bid comprising the Bid as described in ITB 11 and
clearly mark it “ORIGINAL - TECHNICAL BID” and “ORIGINAL - PRICE
BID”. Alternative bids, if permitted in accordance with ITB 13, shall be
clearly marked “ALTERNATIVE”. In addition, the Bidder shall submit
copies of the Bid, in the number specified in the BDS and clearly mark
each of them “COPY.” In the event of any discrepancy between the
original and the copies, the original shall prevail.

22.2 The original and all copies of the Bid shall be typed and shall be signed by a
person duly authorized to sign on behalf of the Bidder. This authorization
shall consist of a written confirmation as specified in the BDS and shall be
attached to the Bid. The name and position held by each person signing the
authorization must be typed or printed below the signature. All pages of the
bid, except for unamended printed literature, shall be signed or initialed by
the person signing the Bid. If a Bidder submits a deficient authorization,
the Bid shall not be rejected in the first instance. The Employer shall
request the Bidder to submit an acceptable authorization within the

Single-Stage: Two-Envelope Procurement of Plant Bidding Document for CA-33


Section 1 - Instructions to Bidders 1-15

number of days as specified in the BDS. Failure to provide an acceptable


authorization within the prescribed period of receiving such a request
shall cause the rejection of the Bid.

22.3 A Bid submitted by a Joint Venture shall be signed so as to be legally


binding on all partners.

22.4 Any amendments such as interlineations, erasures, or overwriting shall


be valid only if they are signed or initialed by the person signing the Bid.

D. Submission and Opening of Bids

23. Submission, 23.1 Bidders may submit their Bids by mail or by hand. When so specified in the
Sealing, and BDS, Bidders shall have the option of submitting their Bids electronically.
Marking of Procedures for submission, sealing and marking are as follows:
Bids
(a) Bidders submitting Bids by mail or by hand shall enclose the original
and each copy of the Bid, including alternative Bids, if permitted in
accordance with ITB 13, in separate sealed envelopes, duly marking
the envelopes as “ORIGINAL,” “ALTERNATIVE,” and “COPY.” These
envelopes containing the original and the copies shall then be
enclosed in one single envelope. The rest of the procedure shall be in
accordance with ITB 23.2 to ITB 23.6.
(b) Bidders submitting Bids electronically shall follow the electronic bid
submission procedures specified in the BDS.

23.2 The inner and outer envelopes shall


(a) bear the name and address of the Bidder,
(b) be addressed to the Employer in accordance with ITB 24.1, and
(c) bear the specific identification of this bidding process indicated in the
BDS 1.1.

23.3 The outer envelopes and the inner envelopes containing the Technical Bid
shall bear a warning not to open before the time and date for the opening of
Technical Bid, in accordance with ITB 27.1.
23.4 The inner envelopes containing the Price Bid shall bear a warning not to open
until advised by the Employer in accordance with ITB 27.7.
23.5 Alternative Bids, if permissible in accordance with ITB 13, shall be
prepared, sealed, marked, and delivered in accordance with the provisions
of ITB 20 and ITB 21, with the inner envelopes marked in addition
“ALTERNATIVE NO….” as appropriate.
23.6 If all envelopes are not sealed and marked as required, the Employer will
assume no responsibility for the misplacement or premature opening of the
Bid..

24. Deadline for 24.1 Bids must be received by the Employer at the address and no later than the
Submission date and time indicated in the BDS.
of Bids

Bidding Document for CA-33 Procurement of Plant Single-Stage: Two-Envelope


1-16 Section 1 - Instructions to Bidders

24.2 The Employer may, at its discretion, extend the deadline for the submission
of bids by amending the Bidding Document in accordance with ITB 8, in
which case all rights and obligations of the Employer and Bidders previously
subject to the deadline shall thereafter be subject to the deadline as
extended.

25. Late Bids 25.1 The Employer shall not consider any Bid that arrives after the deadline for
submission of Bids, in accordance with ITB 24. Any Bid received by the
Employer after the deadline for submission of Bids shall be declared late,
rejected, and returned unopened to the Bidder.

26. Withdrawal, 26.1 A Bidder may withdraw, substitute, or modify its Bid after it has been submitted
Substitution, by sending a written notice, duly signed by an authorized representative, and
and shall include a copy of the authorization in accordance with ITB 22.2, (except
Modification that withdrawal notices do not require copies). The corresponding substitution
of Bids or modification of the Bid must accompany the respective written notice. All
notices must be:
a) prepared and submitted in accordance with ITB 22 and ITB 23 (except
that withdrawal notices do not require copies), and in addition, the
respective envelopes shall be clearly marked “WITHDRAWAL,”
“SUBSTITUTION,” “MODIFICATION;” and
b) received by the Employer prior to the deadline prescribed for submission
of Bids, in accordance with ITB 24.
26.2 Bids requested to be withdrawn in accordance with ITB 26.1 shall be returned
unopened to the Bidders.

26.3 No Bid may be withdrawn, substituted, or modified in the interval between


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

27. Bid Opening 27.1 The Employer shall open the Technical Bids in public at the address, on the
date, and time specified in the BDS in the presence of Bidder’s designated
representatives and anyone who choose to attend. Any specific electronic
bid opening procedures required if electronic bidding is permitted in
accordance with ITB 23.1, shall be as specified in the BDS. The Price Bids
will remain unopened and will be secured in the Employer’s portal until
the specified time of their opening. If the Technical Bid and the Price Bid
are submitted together in one envelope, the Employer may reject the
entire Bid. Alternatively, the Price Bid may be immediately resealed for
later evaluation.

27.2 First, envelopes marked “WITHDRAWAL” shall be opened and read out
and the envelope with the corresponding Bid shall not be opened, but
returned to the Bidder. No bid withdrawal shall be permitted unless the
corresponding withdrawal notice contains a valid authorization to request
the withdrawal and is read out at bid opening.
27.3 Second, outer envelopes marked “SUBSTITUTION” shall be opened.
The inner envelopes containing the Substitution Technical Bid and/or
Substitution Price Bid shall be exchanged for the corresponding

Single-Stage: Two-Envelope Procurement of Plant Bidding Document for CA-33


Section 1 - Instructions to Bidders 1-17

envelopes being substituted, which are to be returned to the Bidder


unopened. Only the Substitution Technical Bid, if any, shall be opened,
read out, and recorded. Substitution Price Bid will remain unopened in
accordance with ITB 27.1. No envelope shall be substituted unless the
corresponding Substitution Notice contains a valid authorization to
request the substitution and is read out and recorded at bid opening.
27.4 Next, outer envelopes marked “MODIFICATION” shall be opened. No
Technical Bid and/or Price Bid shall be modified unless the corresponding
Modification Notice contains a valid authorization to request the
modification and is read out and recorded at the opening of Technical
Bids. Only the Technical Bids, both Original as well as Modification, are
to be opened, read out, and recorded at the opening. Price Bids, both
Original as well as Modification, will remain unopened in accordance with
ITB 27.1.
27.5 All other envelopes holding the Technical Bids shall be opened one at a
time, and the following read out and recorded:
(a) the name of the Bidder;
(b) the presence of a bid security or a Bid-Securing Declaration, if
required; and
(c) any other details as the Employer may consider appropriate.
Only Technical Bids and alternative Technical Bids read out and recorded
at bid opening shall be considered for evaluation. Unless otherwise
specified in the BDS, all pages of the Letter of Technical Bid are to be
initialed by at least three representatives of the Employer attending the bid
opening. No Bid shall be rejected at the opening of Technical Bids except
for late Bids, in accordance with ITB 25.1.

27.6 The Employer shall prepare a record of the opening of Technical Bids that
shall include, as a minimum: the name of the Bidder and alternative Bids;
and the presence or absence of a bid security or a Bid-Securing
Declaration, if one was required. The Bidders’ representatives who are
present shall be requested to sign the record. The omission of a Bidder’s
signature on the record shall not invalidate the contents and effect of the
record. A copy of the record shall be distributed to all Bidders who
submitted Bids on time, and posted online when electronic bidding is
permitted.

27.7 At the end of the evaluation of the Technical Bids, the Employer will invite
bidders who have submitted substantially responsive Technical Bids and
who have been determined as being qualified for award to attend the
opening of the Price Bids. The date, time, and location of the opening of
Price Bids will be advised in writing by the Employer. Bidders shall be
given reasonable notice of the opening of Price Bids.

27.8 The Employer will notify Bidders in writing who have been rejected on the
grounds of their Technical Bids being substantially nonresponsive to the
requirements of the Bidding Document and return their Price Bids
unopened.

Bidding Document for CA-33 Procurement of Plant Single-Stage: Two-Envelope


1-18 Section 1 - Instructions to Bidders

27.9 The Employer shall conduct the opening of Price Bids of all Bidders who
submitted substantially responsive Technical Bids, in the presence of
Bidders` representatives who choose to attend at the address, on the
date, and time specified by the Employer. The Bidder’s representatives
who are present shall be requested to sign a register evidencing their
attendance.

27.10 All envelopes containing Price Bids shall be opened one at a time and the
following read out and recorded:
(a) the name of the Bidder;
(b) whether there is a modification or substitution;
(c) the Bid Prices, including any discounts; and alternative offers; and
(d) any other details as the Employer may consider appropriate.
Only Price Bids, discounts, shall be read out and recorded during the
opening of Price Bids shall be considered for evaluation. Unless otherwise
specified in the BDS, all pages of the Letter of Price Bid and Price
Schedules are to be initialed by at least three representatives of the
Employer attending bid the opening. No Bid shall be rejected at the
opening of Price Bids.

27.11 The Employer shall prepare a record of the opening of Price Bids that
shall include, as a minimum: the name of the Bidder, the Bid Price (per
lot if applicable) and any discounts. The Bidders’ representatives who are
present shall be requested to sign the record. The omission of a Bidder’s
signature on the record shall not invalidate the contents and effect of the
record. A copy of the record shall be distributed to all Bidders who
submitted Bids on time, and posted online when electronic bidding is
permitted.

E. Evaluation and Comparison of Bids

28. Confidentiality 28.1 Information relating to the evaluation of Bids and recommendation of contract
award, shall not be disclosed to Bidders or any other persons not officially
concerned with such process until information on the Contract award is
communicated to all Bidders.

28.2 Any attempt by a Bidder to influence the Employer in the evaluation of the
Bids or Contract award decisions may result in the rejection of its Bid.

28.3 Notwithstanding ITB 28.2, from the time of bid opening to the time of Contract
award, if any Bidder wishes to contact the Employer on any matter related to
the bidding process, it should do so in writing.

29. Clarification 29.1 To assist in the examination, evaluation, and comparison of the Technical
of Bids and Price Bids, and qualification of the Bidders, the Employer may, at its
discretion, ask any Bidder for a clarification of its Bid. Any clarification
submitted by a Bidder that is not in response to a request by the Employer
shall not be considered. The Employer’s request for clarification and the
response shall be in writing. No change in the substance of the Technical
Bid or prices in the Price Bid shall be sought, offered, or permitted, except

Single-Stage: Two-Envelope Procurement of Plant Bidding Document for CA-33


Section 1 - Instructions to Bidders 1-19

to confirm the correction of arithmetic errors discovered by the Employer in


the evaluation of the Bids, in accordance with ITB 36.

29.2 If a Bidder does not provide clarifications of its Bid by the date and time set
in the Employer’s request for clarification, its Bid may be rejected.

30. Deviations, 30.1 During the evaluation of Bids, the following definitions apply:
Reservations,
(a) “Deviation” is a departure from the requirements specified in the
and
Bidding Document;
Omissions
(b) “Reservation” is the setting of limiting conditions or withholding from
complete acceptance of the requirements specified in the Bidding
Document; and
(c) “Omission” is the failure to submit part or all of the information or
documentation required in the Bidding Document.

31. Examination 31.1 The Employer shall examine the Technical Bid to confirm that all
of Technical documents and technical documentation requested in ITB 11.2 have
Bids been provided, and to determine the completeness of each document
submitted. If any of these documents or information is missing, the Bid
may be rejected.

31.2 The Employer shall confirm that the following documents and information
have been provided in the Technical Bid. If any of these documents or
information is missing, the offer shall be rejected.
(a) Letter of Technical Bid;
(b) written confirmation of authorization to commit the Bidder;
(c) Bid Security or Bid-Securing Declaration, if applicable; and
(d) Technical Proposal in accordance with ITB 17.

32. Responsivene 32.1 The Employer’s determination of a bid’s responsiveness is to be based on


ss of the contents of the Bid itself, as defined in ITB 11.
Technical Bid

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

32.3 The Employer shall examine the technical aspects of the Bid submitted in
accordance with ITB 17, Technical Proposal, in particular to confirm that

Bidding Document for CA-33 Procurement of Plant Single-Stage: Two-Envelope


1-20 Section 1 - Instructions to Bidders

all requirements of Section 6 (Employer’s Requirements) have been met


without any material deviation, reservation, or omission.

32.4 If a Bid is not substantially responsive to the requirements of the Bidding


Document, it shall be rejected by the Employer and may not subsequently
be made responsive by correction of the material deviation, reservation, or
omission.

33. Nonmaterial 33.1 Provided that a Bid is substantially responsive, the Employer may waive any
Nonconformit nonconformities in the Bid that do not constitute a material deviation,
ies reservation, or omission.

33.2 Provided that a Bid is substantially responsive, the Employer may request
that the Bidder submit the necessary information or documentation, within
a reasonable period of time, to rectify nonmaterial nonconformities in the
Bid related to documentation requirements. Requesting information or
documentation on such nonconformities shall not be related to any aspect
of the Price Bid. Failure of the Bidder to comply with the request may
result in the rejection of its Bid.

33.3 Provided that a Bid is substantially responsive, the Employer shall rectify
quantifiable nonmaterial nonconformities related to the Bid Price. To this
effect, the Bid Price shall be adjusted, for comparison purposes only, to
reflect the price of a missing or non-conforming item or component. The
adjustment shall be made using the method indicated in Section 3
(Evaluation and Qualification Criteria).

34. Detailed 34.1 The Employer will carry out a detailed technical evaluation of the Bids not
Evaluation of previously rejected as being substantially nonresponsive, to determine
Technical whether the technical aspects are in compliance with the Bidding
Bids Document. The Bid that does not meet minimum acceptable standards of
completeness, consistency, and detail, and the specified minimum and/or
maximum requirements for specified functional guarantees, will be treated
as nonresponsive and hence rejected. To reach such a determination, the
Employer will examine and compare the technical aspects of the bids on
the basis of the information supplied by the Bidders, taking into account
the following:
(a) overall completeness and compliance with the Employer’s
Requirements; deviations from the Employer’s Requirements;
conformity of the plant and services offered with specified
performance criteria; suitability of the plant and services offered in
relation to the environmental and climatic conditions prevailing at the
site; and quality, function and operation of any process control
concept included in the Bid. The Bid that does not meet minimum
and/or maximum acceptable standards of completeness,
consistency, and detail will be rejected for non-responsiveness;
(b) type, quantity, and long-term availability of mandatory and
recommended spare parts and maintenance services; and
(c) other relevant factors, if any, listed in Section 3 (Evaluation and
Qualification Criteria).

Single-Stage: Two-Envelope Procurement of Plant Bidding Document for CA-33


Section 1 - Instructions to Bidders 1-21

34.2 Where alternative technical solutions have been allowed in accordance with
ITB 13, and offered by the Bidder, the Employer will make a similar
evaluation of the alternatives. Where alternatives have not been allowed but
have been offered, they shall be ignored.

35. Eligibility and 35.1 The Employer shall determine to its satisfaction during the evaluation of
Qualification Technical Bids whether a Bidder meets the eligibility and qualifying
of the Bidder criteria specified in Section 3 (Evaluation and Qualification Criteria).

35.2 The determination shall be based upon an examination of the


documentary evidence of the Bidder’s qualifications submitted by the
Bidder, pursuant to ITB 15.

35.3 An affirmative determination shall be a prerequisite for the opening and


evaluation of a Bidder’s Price Bid. A negative determination shall result
into the disqualification of the Bid, in which event the Employer shall
return the unopened Price Bid to the Bidder.

35.4 The capabilities of the manufacturers and Subcontractors proposed in its


Bid for the major items of plant and services to be used by the Bidders
will also be evaluated for acceptability in accordance with Section 3
(Evaluation and Qualification Criteria). Their participation should be
confirmed with a letter of intent between the parties, as needed. Should
a manufacturer or Subcontractor be determined to be unacceptable, the
Bid will not be rejected, but the Bidder will be required to propose, without
changing its bid price, an acceptable substitute manufacturer or
Subcontractor meeting the minimum technical specifications stated in
Section 6 (Employer’s Requirements). If a Bidder does not provide an
acceptable substitute manufacturer or Subcontractor by the date and time
set in the Employerʼs request for substitution of manufacturer or
Subcontractor, its Bid may be rejected.
35.5 Prior to signing the Contract, the corresponding Appendix to the Contract
Agreement shall be completed, listing the approved manufacturers or
Subcontractors for each item concerned.

36. Correction of 36.1 During the evaluation of Price Bids, the Employer shall correct arithmetical
Arithmetical errors on the following basis:
Errors
(a) where there are errors between the total of the amounts given under the
column for the price breakdown and the amount given under the Total
Price, the amounts given under the column for the price breakdown shall
prevail and the Total Price will be corrected accordingly;
(b) where there are errors between the total of the amounts of Schedule Nos.
1 to 4 and the amount given in Schedule No. 5 (Grand Summary), the
total of the amounts of Schedule Nos. 1 to 4 shall prevail and the
Schedule No. 5 (Grand Summary) will be corrected accordingly;
(c) if there is a discrepancy between the grand total price given in Schedule
No. 5 (Grand Summary) and the bid amount in item (c) of the Letter of
Price Bid, the grand total price given in Schedule No. 5 (Grand Summary)
will prevail and the bid amount in item (c) of the Letter of Price Bid will be
corrected; and
(d) 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

Bidding Document for CA-33 Procurement of Plant Single-Stage: Two-Envelope


1-22 Section 1 - Instructions to Bidders

arithmetical error, in which case the amount in figures shall prevail subject
to (a), (b), and (c) above.

36.2 If the Bidder that submitted the lowest evaluated Bid does not accept the
correction of errors, its Bid shall be disqualified and its bid security may be
forfeited or its Bid-Securing Declaration executed.

37. Conversion to 37.1 For evaluation and comparison purposes, the currency(ies) of the Bid shall
Single be converted into a single currency as specified in the BDS .
Currency

38. Margin of 38.1 Unless otherwise specified in the BDS, a margin of preference shall not
Preference apply.

39. Evaluation of 39.1 The Employer shall use the criteria and methodologies listed in this
Price Bids clause. No other evaluation criteria or methodologies shall be permitted.

39.1 I. To evaluate a Price Bid, the Employer shall consider the following:
(a) the bid price, excluding provisional sums and the provision, if any, for
contingencies in the Price Schedules;
(b) price adjustment for correction of arithmetical errors in accordance with
ITB 36.1;
(c) price adjustment due to discounts offered in accordance with ITB 18.7;
(d) price adjustment due to quantifiable nonmaterial nonconformities in
accordance with ITB 33.3;
(e) converting the amount resulting from applying (a) to (c) above, if
relevant, to a single currency in accordance with ITB 37; and
(f) the evaluation factors indicated in Section 3 (Evaluation and
Qualification Criteria).
II. The Employer’s evaluation of a Bid will exclude and not take into account,
(a) in the case of Plant and Mandatory Spare Parts (Schedule No. 1)
supplied from abroad, all taxes and duties, applicable in the Employer’s
country and payable on the Plant and Mandatory Spare Parts if the
Contract is awarded to the Bidder; and
(b) in the case of Plant and Mandatory Spare Parts (Schedule No. 2) supplied
from within the Employer’s country, sales and other taxes, applicable
in the Employer’s country and payable on the Plant and Mandatory
Spare Parts if the Contract is awarded to the Bidder.

39.2 If price adjustment is allowed in accordance with ITB 18.6, the estimated
effect of the price adjustment provisions of the Conditions of Contract,
applied over the period of execution of the Contract, shall not be taken
into account in bid evaluation.

39.3 If this Bidding Document allows Bidders to quote separate prices for
different lots (Contracts), and the award to a single Bidder of multiple lots
(Contracts), the methodology to determine the lowest evaluated price of
the lot (Contract) combinations, including any discounts offered in the

Single-Stage: Two-Envelope Procurement of Plant Bidding Document for CA-33


Section 1 - Instructions to Bidders 1-23

Letter of Price Bid, is specified in Section 3 (Evaluation and Qualification


Criteria).

39.4 If the Bid, which results in the lowest Evaluated Bid Price, is seriously
unbalanced or front loaded in the opinion of the Employer, the Employer
may require the Bidder to produce detailed price analyses for any or all
items of the Price Schedules, to demonstrate the internal consistency of
those prices with the methods and time schedule proposed. After
evaluation of the price analyses, taking into consideration the terms of
payments, the Employer may require that the amount of the performance
security be increased at the expense of the Bidder to a level sufficient to
protect the Employer against financial loss in the event of default of the
successful Bidder under the Contract.

40. Comparison 40.1 The Employer shall compare all substantially responsive Bids to determine
of Bids the lowest evaluated Bid, in accordance with ITB 39.2.

41. Employer’s 41.1 The Employer reserves the right to accept or reject any Bid, and to annul the
Right to bidding process and reject all Bids at any time prior to Contract award,
Accept Any without thereby incurring any liability to Bidders. In case of annulment, all
Bid, and to Bids submitted and specifically, bid securities, shall be promptly returned to
Reject Any or the Bidders.
All Bids

Bidding Document for CA-33 Procurement of Plant Single-Stage: Two-Envelope


1-24 Section 1 - Instructions to Bidders

F. Award of Contract

42. Award 42.1 The Employer shall award the Contract to the Bidder whose offer has been
Criteria determined to be the lowest evaluated Bid and is substantially responsive to
the Bidding Document, provided further that the Bidder is determined to be
eligible and qualified to perform the Contract satisfactorily.

43. Notification of 43.1 Prior to the expiration of the period of bid validity, the Employer shall notify
Award the successful Bidder, in writing, that its Bid has been accepted.

43.2 At the same time, the Employer shall also notify all other Bidders of the
results of the bidding. The Employer will publish in an English language
newspaper or well-known freely accessible website the results identifying
the Bid and lot numbers, and the following information: (i) name of each
Bidder who submitted a bid; (ii) bid prices as read out at bid opening; (iii)
name and evaluated prices of each bid that was evaluated; (iv) name of
Bidders whose Bids were rejected; and (v) name of the winning Bidder,
and the price it offered, as well as the duration and summary scope of the
Contract awarded. After publication of award, unsuccessful Bidders may
request in writing to the Employer for a debriefing seeking explanations
on the grounds on which their Bids were not selected. The Employer shall
promptly respond in writing to any unsuccessful Bidder who, after
publication of Contract award, request for a debriefing.

43.3 Until a formal Contract is prepared and executed, the notification of award
shall constitute a binding Contract.

44. Signing of 44.1 Promptly after notification, the Employer shall send the successful Bidder the
Contract Contract Agreement.

44.2 Within 28 days of receipt of the Contract Agreement, the successful Bidder
shall sign, date, and return it to the Employer.

45. Performance 45.1 Within 28 days of the receipt of notification of award from the Employer, the
Security successful Bidder shall furnish the performance security in accordance with
the conditions of Contract, subject to ITB 39.5, using for that purpose the
Performance Security Form included in Section 9 (Contract Forms), or
another form acceptable to the Employer.

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


Performance Security or sign the Contract shall constitute sufficient
grounds for the annulment of the award and forfeiture of the bid security
or execution of the Bid-Securing Declaration. In that event, the Employer
may award the Contract to the next lowest evaluated Bidder whose offer
is substantially responsive and is determined by the Employer to be
qualified to perform the Contract satisfactorily.

Single-Stage: Two-Envelope Procurement of Plant Bidding Document for CA-33


MUMBAI METROPOLITAN REGION DEVELOPMENT AUTHORITY

DESIGN, MANUFACTURE, SUPPLY, INSTALLATION,


TESTING AND COMMISSIONING AND MAINTENANCE OF
Automatic Fare Collection (AFC) SYSTEM FOR 52 ELEVATED
STATIONS AND AFC OCC, AFC SOFTWARE TESTING AND
DEVELOPMENT CENTER (SDC) OF METRO LINE 2A
(DAHISAR EAST TO DN NAGAR), LINE 2B (DN NAGAR TO
MANDALE) AND LINE 7 (ANDHERI EAST TO DAHISAR EAST)
OF MUMBAI METRO RAIL PROJECT OF MMRDA

CONTRACT NO: MMRDA/MMRP/CA-33

TENDER DOCUMENTS

SECTION 2 - BID DATA SHEET

MUMBAI METROPOLITAN REGION DEVELOPMENT AUTHORITY


Metro PIU, 1st Floor, A-wing, Old Administrative Building,
Bandra-Kurla Complex, Bandra (E), Mumbai –400 051, India
Section 2 - Bid Data Sheet 2-1

Section 2. Bid Data Sheet


This section consists of provisions that are specific to each procurement and supplement the information
or requirements included in Section 1 - Instructions to Bidders.

GENERAL INSTRUCTIONS FOR ONLINE TENDERING SYSTEM: -

1. The intending Bidder must be registered on e-tendering Portal


https://etendermmrda.maharashtra.gov.in. Those who are not registered on the e-tendering Portal
shall be required to get registered beforehand. If needed they can be imparted training on ‘online
Tender process’. After registration, the bidder will get user id and password. On login, bidder can
participate in Tender process and can witness various activities of the process.
2. Bid can only be submitted after uploading the mandatory scanned copy of documents such as
Demand Draft or Pay Order or Banker’s towards cost of Bid Documents (as prescribed in IFB) and
Bid Security (as prescribed in IFB and BDS).
3. The authorized signatory of intending Bidder, as per Power of Attorney (POA), must have valid Class-
II & III digital signature. The Tender document can only be downloaded or uploaded using Class-II &
III digital signature of the authorized signatory.
4. Submission of Tenders shall be closed on e-tendering website
https://etendermmrda.maharashtra.gov.in. at the Date & time of submission prescribed in IFB and/or
BDS after which no tender shall be accepted. It shall be the responsibility of the bidder/tenderer to
ensure that his tender is submitted online on e-tendering website
https://etendermmrda.maharashtra.gov.in. before the deadline of submission. MMRDA will not be
responsible for non-receipt of bidding/tender documents due to any delay and/or loss etc.
5. Bidders shall note that the maximum file size that can be uploaded is 20 MB. All the uploaded files in
Tender submission should be named properly and arrange systematically.
6. The bidders are advised to keep in touch with e-tendering Portal
https://etendermmrda.maharashtra.gov.in. for updates.
7. Please note carefully the requirements for submitting tenders, and the date and time for submittal.
"Late" and "delayed" tenders will not be accepted.

INFORMATION AND INSTRUCTIONS FOR BIDDERS FOR “e-TENDERING” FORMING PART OF BID
DOCUMENTS TO BE POSTED ON WEBSITE

The bidders are required to submit soft copies of their bids electronically on the e-tendering Portal, using
valid Digital Signature Certificates. The instructions given below are meant to assist the bidders in
registering on the e-tendering Portal, prepare their bids in accordance with the requirements and
submitting their bids online on the e-tendering Portal.
More information useful for submitting online bids on the e-tendering Portal may be obtained at:
https://etendermmrda.maharashtra.gov.in.

REGISTRATION

1. Bidders are required to enroll on the e-tendering module (https://etendermmrda.maharashtra.gov.in)


by clicking on the link “Online bidder Enrolment” on the e-tendering Portal which is free of charge.
2. As part of the enrolment process, the bidders will be required to choose a unique username and
assign a password for their accounts.

Bidding Document for CA-33 Procurement of Plant Single-Stage: Two-Envelope


2-2 Section 2 - Bid Data Sheet

3. Bidders are advised to register their valid email address and mobile numbers as part of the
registration process. These would be used for any communication from the e-tendering Portal.
4. Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate (Class-
II or Class-III Certificates with signing key usage) issued by any Certifying Authority recognized by
CCA India (e.g. Sify / nCode / eMudhra etc.), with their profile.
5. Only one valid DSC should be registered by a bidder. Please note that the bidders are responsible to
ensure that they do not lend their DSC’s to others which may lead to misuse.
6. Bidder then logs in to the site through the secured log-in by entering their user ID / password and the
password of the DSC / e-Token.
SEARCHING FOR TENDER DOCUMENTS
1. There are various search options built in the e- tendering Portal, to facilitate bidders to search active
tenders by several parameters. These parameters could include Tender ID, Organization Name,
Location, Date, Value, etc. There is also an option of advanced search for tenders, wherein the
bidders may combine a number of search parameters such as Organization Name, Form of Contract,
Location, Date, Other keywords etc. to search for a tender published on the e-tendering portal.
2. Once the bidders have selected the tenders they are interested in, they may download the required
documents / tender schedules. These tenders can be moved to the respective ‘My Tenders’ folder.
This would enable the e-tendering Portal to intimate the bidders through e-mail in case there is any
corrigendum issued to the tender document.
3. The bidder should make a note of the unique Tender ID assigned to each tender, in case they want to
obtain any clarification / help from the Helpdesk.

PREPARATION OF BIDS

1. Bidder should take into account any corrigendum published on the tender document before
submitting their bids.
2. Please go through the tender advertisement and the tender document carefully to understand the
documents required to be submitted as part of the bid. Please note the number of covers in which the
bid documents have to be submitted, the number of documents - including the names and content of
each of the document that need to be submitted. Any deviations from these may lead to rejection of
the bid.
3. Bidder, in advance, should get ready the bid documents to be submitted as indicated in the tender
document / schedule and generally, they can be in PDF / XLS / RAR / DWF/JPG formats. Bid
documents may be scanned with 100 dpi with black and white option which helps in reducing size of
the scanned document.
4. To avoid the time and effort required in uploading the same set of standard documents which are
required to be submitted as a part of every bid, a provision of uploading such standard documents
(e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to the bidders.
Bidders can use “My Briefcase” or ‘Documents’’ area available to them to upload such documents.
These documents may be directly submitted from the “My Briefcase” area while submitting a bid, and
need not be uploaded again and again. This will lead to a reduction in the time required for bid
submission process.

SUBMISSION OF BIDS

1. Bidder should log into the site well in advance for bid submission so that they can upload the bid in
time i.e. on or before the bid submission time. Bidder will be responsible for any delay due to other
issues.

Single-Stage: Two-Envelope Procurement of Plant Bidding Document for CA-33


Section 2 - Bid Data Sheet 2-3

2. The bidder has to digitally sign and upload the required bid documents one by one as indicated in the
tender document.
3. Bidder has to select the payment option as “online” to pay the tender fee / EMD as applicable and
enter details of the instrument.
4. Bidder should prepare the EMD as per the instructions specified in the tender document. The original
should be posted/couriered/given in person to the concerned official, latest by the last date of bid
submission or as specified in the tender documents. The details of the DD/any other accepted
instrument, physically sent, should tally with the details available in the scanned copy and the data
entered during bid submission time. Otherwise the uploaded bid will be rejected.
5. Bidders are requested to note that they should necessarily submit their financial bids in the format
provided and no other format is acceptable. If the price bid has been given as a standard format with
the tender document, then the same is to be downloaded and to be filled by all the bidders. Bidders
are required to download the Pricing Document file, open it and complete the white coloured
(unprotected) cells with their respective financial quotes and other details (such as name of the
bidder). No other cells should be changed. Once the details have been completed, the bidder should
save it and submit it online, without changing the filename. If the Pricing Document file is found to be
modified by the bidder, the bid will be rejected.
6. The server time (which is displayed on the bidders’ dashboard) will be considered as the standard
time for referencing the deadlines for submission of the bids by the bidders, opening of bids etc. The
bidders should follow this time during bid submission.
7. All the documents being submitted by the bidders would be digitally signed by the authorized
signatory using class-II or class-III digital signature. The data entered cannot be viewed by
unauthorized persons until the time of bid opening. The confidentiality of the bids is maintained.
Overall, the uploaded tender documents become readable only after the tender opening by the
authorized bid openers.
8. The uploaded tender documents become readable only after the tender opening by the authorized
bid openers.
9. Upon the successful and timely submission of bids (ie after Clicking “Freeze Bid Submission” in the
portal), the portal will give a successful bid submission message & a bid summary will be displayed
with the bid no. and the date & time of submission of the bid with all other relevant details.
10. The bid summary has to be printed and kept as an acknowledgement of the submission of the bid.
This acknowledgement may be used as an entry pass for any bid opening meetings.

ASSISTANCE TO BIDDERS

1. Any queries relating to the tender document and the terms and conditions contained therein should
be addressed to the Tender Inviting Authority for a tender or the relevant contact person indicated in
the tender.
2. Any queries relating to the process of online bid submission or queries relating to e-tendering Portal
in general may be directed to the 24x7 e-tendering Portal Helpdesk.

Bidding Document for CA-33 Procurement of Plant Single-Stage: Two-Envelope


2-4 Section 2 - Bid Data Sheet

A. General

ITB 1.1 The number of the Invitation for Bids (IFB) is: MMRDA/MMRP/CA-33.

The Employer is: Mumbai Metropolitan Region Development Authority


(MMRDA).

The name of the international competitive bidding (ICB) is: DESIGN,


MANUFACTURE, SUPPLY, INSTALLATION, TESTING & COMMISSIONING
AND MAINTENANCE OF AUTOMATIC FARE COLLECTION (AFC)SYSTEM
FOR 52 ELEVATED STATIONS and AFC OCC, AFC SOFTWARE TESTING &
DEVELOPMENT CENTRE (SDC) OF METRO LINE 2A (DAHISAR EAST TO DN
NAGAR), LINE 2B (DN NAGAR TO MANDALE) AND LINE 7 (ANDHERI EAST
TO DAHISAR EAST) OF MUMBAI METRO RAIL PROJECT OF MMRDA.
The identification number of the ICB is: MMRDA/MMRP/CA-33.
The number and identification of lots (contracts) comprising this ICB is: One (CA-
33).

ITB 1.1.1 The work comprises “Design, Manufacture, Supply, Installation, Testing &
Commissioning and Maintenance of AUTOMATIC FARE COLLECTION (AFC)
System for 52 Elevated Stations and AFC OCC, AFC Software Testing &
Development Centre (SDC) of Metro Line 2A (Dahisar East To DN Nagar), Line
2B (DN Nagar To Mandale) And Line 7 (Andheri East To Dahisar East) of
Mumbai Metro Rail Project Of MMRDA”.

ITB 1.1.2 The Contractor shall preferably establish facilities for transfer of technology either
independently or with an Indian Partner of proven track record in relative areas of
all imported systems/ sub –systems. The transfer of technology shall cover the
areas listed in Employer’s Requirements, if any.

ITB 1.1.3 Bidders are encouraged to involve domestic firms in the Contract organization
and procurement processes. Bidders to note that requirement of technology
transfer shall be an important aspect of Employer’s Requirements.

ITB 1.1.4 The Contractor shall also carry out effective interface and coordination with
Designated Contractors and others appointed by the Employer from time to time,
during the Contract Period.

ITB 1.1.5 The Contractor shall also carryout Integrated Testing and Commissioning of AFC
system for 52 elevated stations and AFC OCC, AFC Software Testing &
development Centre (SDC) of Metro Line 2A (Dahisar East to DN Nagar), Line
2B (DN Nagar to Mandale) and Line 7 (Andheri East to Dahisar East) in co-
ordination with Designated Contractors, under supervision of Project Manager’s.
He shall also carry out all statutory tests and trials necessary for obtaining
sanction of the Competent Authority for opening AFC system for 52 elevated
stations and AFC OCC, AFC Software Testing & development Centre (SDC) of
Metro Line 2A (Dahisar East to DN Nagar), Line 2B (DN Nagar to Mandale) and
Line 7 (Andheri East to Dahisar East) for public carriage of passengers and
provide assistance, necessary documents and information as required by the
appropriate statutory authorities in India.

Single-Stage: Two-Envelope Procurement of Plant Bidding Document for CA-33


Section 2 - Bid Data Sheet 2-5

ITB 1.1.6 The Contractor shall be required to undertake maintenance of the entire of AFC
system for 52 elevated stations and AFC OCC, AFC Software Testing &
development Centre (SDC) of Metro Line 2A (Dahisar East to DN Nagar), Line
2B (DN Nagar to Mandale) and Line 7 (Andheri East to Dahisar East) during DLP
(mandatory) and provide guarantee for supply of spares.

ITB 1.1.7 The work will also include but not limited to design, supply, inspection, packing,
shipping, transportation, storage, delivery, handling, insurance, installation,
interfacing, integration, testing and commissioning, supply of spares, special
tools, test equipment, training of operation and maintenance personnel,
documentation and providing Defect Liability support for AFC system for 52
elevated stations and AFC OCC, AFC Software Testing & development Centre
(SDC) of Metro Line 2A (Dahisar East to DN Nagar), Line 2B (DN Nagar to
Mandale) and Line 7 (Andheri East to Dahisar East) and associated Interface
system.

ITB 1.1.8 The successful Bidder will also be required to provide sufficient technical data
(dimensions, weight and mounting details) including maintenance schedules,
inspection/ repair procedures and machinery / plant required of all equipment for
all sub-systems and cabling/ earthling details etc., to enable other project
Contractors, if any, to proceed in parallel with their design and development.

ITB 1.1.9 Safety worthiness will be evaluated by Commissioner of Metro Railway Safety
under Ministry of Civil Aviation, Government of India. The Contractor should be
in a position to provide necessary support (have experts with adequate
knowledge and experience, qualification, assessment, and to submit such
documentation as required) to assist MMRDA for effective interaction with
Indian authorities viz. Ministry of Railways, RDSO and Commissioner of Metro
Railway Safety. The Contractor shall submit to Employer the safety certificate
for each platform/station in the approved format after completion of
commissioning tests, certifying that the AFC system for 52 elevated stations
and AFC OCC, AFC Software Testing & development Centre (SDC) of Metro
Line 2A (Dahisar East to DN Nagar), Line 2B (DN Nagar to Mandale) and Line
7 (Andheri East to Dahisar East) is safe for Public/Revenue operation along
with the assessment report / certificate of ISA (Independent Safety Assessor).

ITB 1.1.10 The work is to be completed as per the schedule of key dates given as
Appendix 4 of Section 9.

ITB 1.1.11 The Contractor shall also carry out Integrated Testing and Commissioning of
AFC system for 52 elevated stations and AFC OCC, AFC Software Testing &
development Centre (SDC) of Metro Line 2A (Dahisar East to DN Nagar), Line
2B (DN Nagar to Mandale) and Line 7 (Andheri East to Dahisar East)
supervision of Project Manager. He shall also carry out all statutory tests and
trials necessary for obtaining sanction of the Competent Authority viz Mumbai.
However, nothing extra shall be paid on this account.

ITB 1.1.12 The Contractor shall be required to provide, and guarantee supply of spares.

ITB 2.1 The Borrower is: State of Maharashtra through Government of India.
The Borrower has received financing (hereinafter called ‘‘funds’’) from the New
Development Bank (hereinafter called ‘‘NDB’’) towards the cost of the Project-

Bidding Document for CA-33 Procurement of Plant Single-Stage: Two-Envelope


2-6 Section 2 - Bid Data Sheet

MUMBAI METRO RAIL INVESTMENT PROJECT CA-33.

ITB 2.3 If the Government suspends disbursement under its loan, MMRDA shall give
notices of such suspension to the contractor with detailed particulars, including
the date of such notification with a copy to the Project Manager’s within 7 days
receiving such notification if MMRDA is not in a position to make the funds
available in appropriate currencies. If the contractor requests, MMRDA shall
provide reasonable evidence of its financial arrangements within 28 days of
receiving such requests.

ITB 4.8 Replace ITB 4.8 with the following


This Bidding Process is in Single-Stage Two-Envelop system through e-Bid
portal https://etendermmrda.maharashtra.gov.in. Unless otherwise approved by
the Employer, the Bids for this Contract will be considered only from those
companies, corporation, partnerships, consortia and joint ventures who pass the
Eligibility Criteria under Section 3 based on submissions with the Bid.

ITB 4.9 The Bidder shall submit a written power of attorney authorizing the signatory(ies)
of the Bid to commit the Bidder along with Board Resolution confirming authority
on the persons issuing the Power of Attorney for such actions. In case of
partnership, consortium or joint venture, Power of Attorney(s) and Board
Resolution(s) for each member of the partnership, consortium or joint venture
shall be submitted.
In case of Foreign Partners, Power of Attorney(s) and Board Resolution
confirming authority on the persons issuing the Power of Attorney for such
actions shall be submitted duly notarized by the notary public of country of
origin and should be either stamped by Embassy/High Commission or
Member Countries of Hague convention may submit these document with
“Apostille” stamp. Also, in case the documents are in foreign language the
translation of the same shall be authenticated by Embassy/High
Commission.

ITB 4.10 Where the Bidder comprises a joint venture or consortium, the Bidder shall
update the following information:

a. Memorandum of Understanding /Joint Venture agreement / Consortium


agreement signed by all Participants shall be provided.

b. The Memorandum of Understanding /Joint Venture agreement / Consortium


agreement must contain a clause stating, “All the partners are jointly and
severally liable for the execution of the Contract in accordance with the
Contract terms.”
In case of the Bidder being successful, the joint venture/ MoU/ consortium
agreement shall be registered in Mumbai so as to be legally valid and
binding on all partners/ members.

c. Nomination of one of the members of the Joint Venture / Consortium to be


in-charge / Leader; and this authorization shall be covered in the
Memorandum of Understanding /Joint Venture agreement / Consortium
agreement duly signed by the legally authorized signatories of all members
of Joint Venture / Consortium;

d. The in-charge / Leader shall be authorized to incur liabilities, receive

Single-Stage: Two-Envelope Procurement of Plant Bidding Document for CA-33


Section 2 - Bid Data Sheet 2-7

payments and receive instructions for and on behalf of any or all partners of
the joint venture.

e. Details of the intended percentage participation given by each member be


confirmed and expanded with complete details of the proposed division of
responsibilities and corporate relationships among the individual members.
The proposed division of responsibility shall clearly define the responsibility
of the partner on the basis of whose experience, the Joint Venture/Consortia
gets qualified.

f. Documents evidencing company registration for each company and any joint
Venture contract, if appropriate.
In case of foreign Bidders / members of JV of consortium, documents provided
under sub-Clause ITB 4.10 (a) and (f) shall be certified with a conformant
‘Apostille’ if the country of issue has signed The Hague Legislation Convention of
1961. Document provided from the countries, which are not Signatories to the
1961 Convention shall be legalized by a Consular Officer of the country from
which the document is issued.

ITB 4.11 One Bid per Bidder


A Bidder shall submit only one bid, either individually as a Bidder or as a partner
of JV/Consortium. If a Bidder who submits or participates in more than one bid,
all Bids in which the Bidder has participated either as sole Bidder or member of
JV/consortium shall be considered invalid.

ITB 4.12 Cost of Biding


The Bidder shall bear all costs associated with the preparation and submission of
his Bid and the Employer will in no case be responsible or liable for those costs,
regardless of the conduct or outcome of the Bid process.

ITB 6.3 As this is a e-Bid and all relevant document are available on e-Bid Portal
https://etendermmrda.maharashtra.gov.in, hence 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 on e-Bid
portal of Employer shall prevail. In addition an undertaking as per Appendix -15
of Bidding Form must be submitted by the bidders stating that they have
downloaded and read the complete set of Bid
documents/addendum/clarifications, if any, along with the set of enclosures
hosted on e-Bidding portal https://etendermmrda.maharashtra.gov.in. The
bidders shall confirm that they have gone through the bid documents,
addendums and clarifications for this work placed up to the date of opening of
bids on the e-Bidding portal https://etendermmrda.maharashtra.gov.in.The
bidders shall also submit their unconditional acceptance for the same and also
confirm that have considered for these in their financial offer.

ITB 6.5 The documents including the Bid Documents and all attached documents
provided by MMRDA are and shall remain or become the property of MMRDA
and are 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

Bidding Document for CA-33 Procurement of Plant Single-Stage: Two-Envelope


2-8 Section 2 - Bid Data Sheet

Bidders, and MMRDA will not return to the Bidders any Bid, document or any
information provided along therewith.

ITB 6.6 Contents of Supporting Documents


1. Metro railway General rules 2013 or latest version.
2. Opening of Metro Railway for Public Carriage of Passengers Rule 2013 or
latest version.
3. The line profile of the corridors and other documents, enclosed with the Bid
Documents is for general information of the Bidder and may undergo
changes / revisions from time to time.
4. The accuracy or reliability of the documents referred to in this Para and of
any other information supplied, prepared or commissioned at any time by
the Employer or others in connection with this Bid is not guaranteed.

B. Contents of Bidding Documents

ITB 7.1 For clarification purposes only, the Employer’s address is:
Attention: Director (System) – Metro PIU
Street address: Mumbai Metropolitan Region Development Authority (MMRDA),
Bandra-Kurla Complex
Floor/Room number: 1st Floor, A-wing, Old Administrative Building,
City: Mumbai
ZIP code: 400 051
Country: India
Telephone: +91(22) 26597552
Fax: +91-22-26594182
E-mail: metropiu.systems@mailmmrda.maharashtra.gov.in

ITB 7.1.1 Web page: https://etendermmrda.maharashtra.gov.in


All correspondence from MMRDA pertaining to this Bid till award of the work shall
be done by the authorized representative of MMRDA. The bidders are advised to
regularly check their email ID registered with their user account at e-tendering
portal https://etendermmrda.maharashtra.gov.in for any
update/addendum/corrigendum/pre-bid and post-bid queries/any other
correspondence by the Employer.

ITB 7.1.2 Should the Bidder for any reason whatsoever, be in doubt about the meaning of
anything contained in the Bid Documents or the extent of detail in the Employer’s
Requirements (General Specification and Particular Specification) and Bidding
Drawings, the Bidder shall seek clarification from MMRDA, not later than the date
specified.

ITB 7.1.3 MMRDA shall respond to the questions raised or clarifications sought by the
Bidders. However, MMRDA reserves the right not to respond to any question or
provide any clarification, in its sole discretion, and nothing in this Para shall be
taken or read as compelling or requiring MMRDA to respond to any question or

Single-Stage: Two-Envelope Procurement of Plant Bidding Document for CA-33


Section 2 - Bid Data Sheet 2-9

to provide any clarification. MMRDA will comply with the principles of equal
opportunity and fair treatment.

ITB 7.1.4 MMRDA may also on its own discretion, if deemed necessary, issue
interpretations and clarifications to all Bidders. All clarifications and
interpretations issued by MMRDA shall be deemed to be part of the Bid
Documents. All reply of queries & clarification, in writing shall be up loaded on e-
Bid portal https://etendermmrda.maharashtra.gov.in, accessible to all prospective
bidder. No verbal clarification shall be replied except the queries pertaining to the
procedures of submission & uploading of bid on e-Bid portal. It Shall not be send
individually to each bidder. It shall be published on e-Bid portal of
https://etendermmrda.maharashtra.gov.in.

ITB 7.1.5 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. 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 7.1.6 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.

ITB 7.4 In continuation with


A Pre-Bid meeting may take place. If a Pre-Bid meeting will take place, date,
time and place are as follows :
Date: 02nd July 2018
Time: 1500 Hrs
Place: Conference Hall, 6th floor, B-wing, Old Administrative Building, Mumbai
Metropolitan Region Development Authority (MMRDA), Bandra Kurla Complex,
Bandra (E), Mumbai – 400051.
The bidder may send such queries either by post to the address mentioned in the
bid documents or by e-mail upto 1730 hrs on 04th July 2018.
A site visit conducted by the Employer can be organized, if required. The cost of
same shall be borne by bidder/ Contractor.

ITB 7.6 Correspondence: All correspondence from MMRDA pertaining to this Bid till the
award of the work with Bidder shall be done by Director (System) – Metro PIU or
authorized representative.

Bidding Document for CA-33 Procurement of Plant Single-Stage: Two-Envelope


2-10 Section 2 - Bid Data Sheet

ITB 8.2 Replace ITB 8.2 with the following


Such an amendment in the form of an addendum/corrigendum will be made
available at eBidding website https://etendermmrda.maharashtra.gov.in to all
prospective Bidders who have purchased the Bid document in the Bid period.
Any addendum issued shall be part of the Bidding Documents in accordance with
ITB 6.3. The Employer shall also promptly publish the addendum on the
Employer’s web page in accordance with ITB 7.1 Such modification in the form of
an addendum / corrigendum will be uploaded on the e-tendering Bidding portal
https://etendermmrda.maharashtra.gov.in within the date given in IFB, which
shall be available for all the prospective Bidders who have purchased the Bidding
Documents in the Bid period.

ITB 8.4 The Bidder should note that there might be aspects of its Bid and/or the
documents submitted as part of Bid that will necessitate discussion and
clarification. It is intended that any aspect of the said documents and any
amendments or clarification that are to have Contractual effect will be
incorporated into the Contract either:
(a) by way of Special Conditions of Contract to be prepared by the Employer
and agreed in writing by the Bidder prior to and conditional upon acceptance
of the Bid; or
(b) by the Bidder submitting, at the written request of the Employer, documents
which, are expressly stated to form part of the Contract, whether requested
before or after submission of the documents forming part of the Bid, and
whether as supplements to, or amended versions of such documents.
Save as aforesaid, all such amendment or clarification shall not have Contractual
effect.

C. Preparation of Bids

ITB 10.1 The language of the bid is: English


All correspondence exchange shall be in the English language. Language for
translation of supporting documents and printed literature is English. In case any
accompanying printed literature is in other languages, it shall be accompanied by
an English translation. The English version shall prevail in matters of
interpretation.

ITB 11.1 The Bidder shall, on or before the date and time given in the Invitation for Bid,
upload his Bid on e-tendering portal
https://etendermmrda.maharashtra.gov.in. The Bidder shall, on or before the
date given in IFB, submit his Bid clearly marked as:
Technical Package of "Contract CA-33”
Financial Package of "Contract CA-33”
These shall be addressed to MMRDA and uploaded through e-Bid portal
https://etendermmrda.maharashtra.gov.in.

ITB 11.2 (k) Bidder should note that there are two envelopes. One for Technical Bid /
Package and other for Financial Bid / Package.
Further, e-tendering system of MMRDA has two sub-envelopes in Technical Bid

Single-Stage: Two-Envelope Procurement of Plant Bidding Document for CA-33


Section 2 - Bid Data Sheet 2-11

/ Package. The first sub-envelop is Envelope A which consists of Tender


Security (EMD and Bank Guarantee) and Cost of Tender fee. The second sub-
envelop is Envelope B which consists of all Technical Documents.
Financial Bid / Package has only one envelop i.e. Envelope C. Bidder has to
submit their financial bid in Envelope C.

ITB 11.2(l) Statement of Deviation: The Bidder shall submit Statement of Deviation
(without any pricing information) as per format provided in Section 4: Bidding
Form Appendix F-10.

ITB 11.2(m) Certificate confirming submission of all documents of Financial Package in


Technical Package with price left blank (as per format provided in Section 4):
Bidding Form Appendix F-13.

ITB 11.2(n) Outline Quality Plan (Section 4: Bidding Form Appendix F-3): The Bidder shall
submit as part of its Bid an Outline Quality Plan illustrating the intended means of
compliance with the Works Requirements (Part II) and setting out in summary
form an adequate basis for the development of the more detailed document
required under specifications of the Bid. The Outline Quality Plan shall contain
sufficient information to demonstrate clearly the proposed method of achieving
the Bidder’s quality objectives with regard to the requirement of the Contract.
Overall responsibility of quality for design, manufacture, installation, testing,
commissioning, DLP and Supervision of Maintenance shall be with the
Consortium member based on whose experience and strength, the Bidder has
qualified for this Bid.

ITB 11.2(o) Outline Safety Plan (Section 4: Bidding Form Appendix F-4): The Bidder shall
submit as part of its Bid an Outline Safety Plan which shall contain sufficient
information to demonstrate clearly the Bidder’s proposals for achieving effective
and efficient safety procedures in the design, manufacture, supply, installation,
testing & commissioning and maintenance of AFC system for 52 elevated
stations and AFC OCC, AFC Software Testing & development Centre (SDC) of
Metro Line 2A (Dahisar East to DN Nagar), Line 2B (DN Nagar to Mandale) and
Line 7 (Andheri East to Dahisar East) of Mumbai Metro Rail Project of MMRDA
on the section. The Outline Safety 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,
Electro Magnetic Compatibility/Electromagnetic Interference control, reliability,
availability and maintainability requirements as given in the Works
Requirements.
The Outline Safety 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 Site
Safety and Safety in transportation to be submitted in accordance with Works
Requirements.
The Bidder may be requested by MMRDA in writing to amplify, explain or
develop its Outline Safety 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.

Bidding Document for CA-33 Procurement of Plant Single-Stage: Two-Envelope


2-12 Section 2 - Bid Data Sheet

ITB 11.2(p) Outline Environmental Plan (Section 4: Bidding Form Appendix F-5): The
Bidder shall submit as part of its Bid an Outline Environmental Plan setting out in
summary form its intended means of complying with the Employer’s Safety,
Health and Environment Manual (SHE version 1.2). This shall be an adequate
basis for the development of the more detailed document to be submitted under
Works Requirements. This shall form the basis for the submission of a detailed
and comprehensive Environmental Plan to be submitted in accordance with
Works Requirement at the time of detailed design.
The Bidder may be requested by MMRDA in writing to amplify, explain or
develop its Outline Environmental 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.

ITB 11.2(q) The Structure of the Bidder including details of ownership and control of the
Bidder Section 4: Bidding Form Appendix F-7.

ITB 11.2(r) Project Management Plan (Section 4: Bidding Form Appendix F-6): 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 successful Bidder shall deploy those proposed key management and
engineering personnel. Should they be not available for the Work, the successful
Bidder shall deploy an equivalent or superior expert (in qualification, experience
and capability) acceptable to the Employer and subject to the written prior
approval of Employer.

ITB 11.2(s) Staffing Schedule and Organization Chart as per above.

ITB 11.2(t) Bidder’s Proposed Works and Design submission Programme.

ITB 11.2(u) The Bidder shall submit with its Bid, a Works Programme which 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 Commencement Date of
Works.
The Works Programme given in the Bid shall not in any event be construed as a
submission of the Works Programme as required to be furnished according to the
Works Requirements.

ITB 11.2(v) The Bidder shall submit with its Bid its proposed Design Submission Programme
to cover the Design Phase. Such proposed programme shall:
(a) be consistent with the Works Programme as detailed in Works
Requirements;
(b) Include a Schedule identifying, describing, cross-referencing and explaining
the Design Packages and Submissions which the Bidder intends to submit;

Single-Stage: Two-Envelope Procurement of Plant Bidding Document for CA-33


Section 2 - Bid Data Sheet 2-13

(c) take due account of the design co-ordination interface periods during which
the Contractor shall be required to undertake and complete all aspects of
design co-ordination with other contractors (Designated Contractors)
engaged in the design of the Project such that each contractor can complete
its coordinated design in the knowledge that such design will be compatible
and coordinated with others and allowing adequate time for the Employer’s
assessments and decisions.
The proposed Design Submission Programme submitted at the time of Bid shall
be modified and developed as necessary during the Contract Period to
incorporate the Employer’s programme requirements in respect of review by the
Employer and the Engineer.

ITB 11.2(w) The Bidder’s attention is drawn to the Works Requirements and the requirements
that the initial Proposed Works Programme and Design submission Programme
shall be submitted within the period stipulated in Works Requirements. However,
the Bidder should note that it may be requested by MMRDA in writing to amplify,
explain and develop its proposed Works Programme prior to award of Contract.

ITB 11.2(x) The proposed Design Submission Programme and other submissions given in
the Bid shall not, in any event, be construed as a submission as required to be
furnished as per the Works Requirements.

ITB 11.2(y) Manufacture, Supply, Installation, Testing and Commissioning Methods


The Bidder shall submit with its Bid, the methods by which the Bidder intends to
manufacture and test AFC system for 52 elevated stations and AFC OCC, AFC
Software Testing & development Centre (SDC) of Metro Line 2A (Dahisar East to
DN Nagar), Line 2B (DN Nagar to Mandale) and Line 7 (Andheri East to Dahisar
East) offshore as well as in India. Details shall be given of the locations and
arrangements for offshore work, the facilities available and any understanding
from others that the Bidder has in such matters. Details shall also be given of the
locations and arrangements in India for manufacture and testing of AFC system
for 52 elevated stations and AFC OCC, AFC Software Testing & development
Centre (SDC) of Metro Line 2A (Dahisar East to DN Nagar), Line 2B (DN Nagar
to Mandale) and Line 7 (Andheri East to Dahisar East) equipment along with
facilities available and proposed to be set up and any understanding from others
which the Bidder has in such matters. The manufacturing methods to be
employed, the equipments and facilities available or proposed to be set up off-
shore and/or in India, will be analyzed during technical evaluation and shall be in
sufficient detail to allow a full appreciation of the Bidder’s proposals in relation to
all aspects of the Works. The extent of automation involved in manufacture, shall
be clearly stated for both off-shore and indigenous manufacture.

ITB 11.2(y 1) Certificate confirming receipt of all Bidding Documents addenda (as per format
provided in Section 4: Bidding Form Appendix F-12.

ITB 11.2(y 2) Declaration for non-engagement of any agent, middlemen or intermediary (as per
format provided in Section 4: Bidding Form Appendix F-9.

ITB 11.2(y 3) Certificate from the Bidder that all the contents of the Bidding Documents have
been carefully examined by the Bidder and all the pages of Bidder’s proposal
have been signed and stamped as per pro-forma as given in Section 4: Bidding

Bidding Document for CA-33 Procurement of Plant Single-Stage: Two-Envelope


2-14 Section 2 - Bid Data Sheet

Form Appendix F-14.

ITB 11.2(y 4) Letters of undertaking for ensuring supply of critical spares and availability of
technical support.

ITB 11.2(y 5) Bid Index (Section 4: Bidding Form Appendix F-8): The Bidder shall include with
his Bid an index which cross refers all of the Employer’s bidding requirements
elaborated in these documents to all the individual sections of Technical Package
and Financial Package which the Bidder intends to be the responses to each and
every one of those requirements.

ITB 11.2(y 6) Details of providers of guarantees and warranties.

ITB 11.2(y 7) PAN/GST registration details.

ITB 11.2(y 8) One set of complete Bid Documents (including all addenda) un-tampered, signed
and stamped on right hand bottom corner of each page and reference
documents signed and stamped.

ITB 11.2(y 9) A declaration by the Bidders as per Section 4: Bidding Form Appendix F-14 must
be submitted stating that the Bid Documents have been downloaded from official
website of e-tendering portal https://etendermmrda.maharashtra.gov.in and
no changes, what so ever, has been made by the Bidder. Bids received without
the declaration are also liable to be rejected at any stage.

ITB 11.2(y 10) Any further documents which are requested by Employer before submission of
the Bid by way of evaluation documents, but which are not to form part of the
Contract.

ITB 11.3 (d) Bidders shall quote its price as elaborated in Section 4: Bidding Form Pricing
Document& Section 6 (Employer’s Requirement).

ITB 11.4 The Financial Package should be separately completed, each page duly signed
and stamped and submitted / uploaded as per procedure in e-Bid portal. No
pricing information shall be submitted in any manner except in the Financial
Proposal. The Pricing Document or any pricing information, if submitted by the
Bidder along with the Technical Proposal or in any other manner other than the
Financial Proposal Pricing Document, will render the bid liable for rejection.
The prices shall be entered at the prescribed place in the Pricing Document.
These prices should include all costs associated with or required to be incurred
for the purpose of execution of the Contract in accordance with the terms thereof.

ITB 13.1 Alternative bids are not permitted.

ITB 13.2 Alternatives to the Time Schedule shall not be permitted.

ITB 13.4 Alternative technical solutions shall not be permitted for any part or sub
systems.

ITB 16.1 (b) The period following completion of plant and services in accordance with
provisions of the contract shall be 42 Months.

Single-Stage: Two-Envelope Procurement of Plant Bidding Document for CA-33


Section 2 - Bid Data Sheet 2-15

ITB 18.3 Replace provisions of ITB 18.3 with the following:


Bidders shall give a breakdown of the prices in the manner and detail called for
in the Price Schedules included in Section 4 (Bidding Forms). Where no
different Price Schedules are included in the Bidding Document, Bidders shall
present their prices in the following manner: Separate numbered Schedules
included in Section 4 (Bidding Forms) shall be used for each of the following
elements. The total amount from Schedule 1(Cost Center Schedules A1, A2,
L7 B, L7 C, L7 D, L7 E, L2A B, L2A C, L2A D, L2A E, L2B B, L2B C, L2B D,
L2B E) and Schedule 2(Cost Center T&M A, T&M B & MISC A, MISC B, MISC
C) shall be summarized in a Grand Summary (Schedule No. 3) giving the total
bid price(s) to be entered in the Letter of Price Bid. Absence of the total bid
price in the Letter of Price Bid may result in the rejection of the Bid.
Schedule No. 1: Schedules of Rates and Prices (Cost Center
Schedules A1, A2, L7 B, L7 C, L7 D, L7 E, L2A B, L2A
C, L2A D, L2A E, L2B B, L2B C, L2B D, L2B E)
Schedule No. 2: Training & Manuals, Spares, Maintenance (Cost
Center T&M A, T&M B & MISC A, MISC B, MISC C)
Schedule No. 3: Grand Summary (Schedule 1 and Schedule 2)
The Pricing Document is included in Section 4: Bidding Form Pricing Document.
The Bidder shall complete the Pricing Document in accordance with the
instructions given therein. The completed Pricing Document shall be submitted
with the Letter of Financial Bid.
The Bidder is to note that Key Dates are to be determined by reference to
periods from the Commencement Date of the Works. It is the intention that, prior
to Date of Commencement, Key Dates and Milestones will be converted to
calendar dates.
Prior to award of Contract, the successful Bidder shall reformat the Pricing
Document, Schedule of Milestones, Key Dates / and the Work Programme, so as
to correlate between these documents, as required by the Employer.

ITB 18.4 Bidders shall note that the plant and mandatory spare parts included in Schedule
No. 1 and Schedule No. 2.

ITB 18.5 The Incoterm for quoting plant to be supplied from abroad shall be CIP, Mumbai.

Taxes, duties and fees exemptions, to which payments under the Contract are
entitled, are specified in Clause 8 of the Special Conditions of Contract.

ITB 18.6 The prices quoted shall not be adjusted.

ITB 18.7 Bidders shall quote for the entire work on a “single responsibility” basis such that
the Bid Price covers all Contractor’s obligations mentioned in or to be reasonably
inferred from the Bid Documents in respect of Design, Manufacture, Supply,
Installation, Testing and Commissioning of AFC system for 52 elevated stations
and AFC OCC, AFC Software Testing & development Centre (SDC) of Metro
Line 2A (Dahisar East to DN Nagar), Line 2B (DN Nagar to Mandale) and Line 7
(Andheri East to Dahisar East) and completion of the whole of Works. This
includes all requirements under the Contractor’s responsibilities for testing and
commissioning of the works including integrated testing and commissioning, the

Bidding Document for CA-33 Procurement of Plant Single-Stage: Two-Envelope


2-16 Section 2 - Bid Data Sheet

acquisition of all permits, approvals and Bid licenses, etc.; the operation,
maintenance and training services and such other items and services as may be
specified in the Bid Documents.

ITB 19.1 The currencies of the Bid shall be as follows:


(a) The prices shall be quoted either in the currency of the Bidder's home
country, or in any fully convertible currency of up to three foreign currencies.
(b) A Bidder expecting to incur a portion of its expenditures in the performance
of the Contract in more than one currency, and wishing to be paid
accordingly, shall so indicate in the Schedule of Prices and the Letter of
Price Bid.
(c) If some of the contract expenditures related to Design, Installation and Other
Services are to be incurred in the Employer's country, such expenditures
shall be quoted in either foreign and/or local currency, depending upon the
currency in which the costs are to be incurred.
(d) Bidders may be required by the Employer to clarify their local and foreign
currency requirements, and to substantiate that the amounts included in the
Price Schedules are reasonable and responsive to ITB 18.1 in which case a
detailed breakdown of its foreign currency requirements shall be provided by
the Bidder.
(e) During the performance of the contract, the foreign currency portions of the
outstanding balance of the Contract Price may be adjusted by agreement
between the Employer and the Contractor to reflect any changes in foreign
currency requirements for the contract. Any such adjustment shall be
affected by comparing the amounts quoted in the bid with the amounts
already used in the Facilities and the Contractor's future needs for imported
items.

ITB 19.2 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.

ITB 19.3 The Bidder shall submit its Bid without any deviations, conditions, qualifications,
reservations, etc. to the Bid Documents. Where, however the Bidder submits the
Bid price with certain deviations, conditions, qualifications, reservations, etc. it
shall provide in Financial Package the increase or decrease in the Bid price for
the unqualified withdrawal of such deviations, conditions, qualifications,
reservations, etc., separately for each deviation, qualification, conditions, etc.
This shall be taken into account for the purpose of comparative evaluation of the
Bids in accordance with ITB 35. A Bid that contains unpriced deviations,
conditions, qualifications, reservations, etc. is liable to be rejected.

ITB 20.1 The bid validity period shall be 180 days.

ITB 21.1 Bid Security of INR 120.79 Lakhs is required in form of unconditioned guarantee
issued by any Nationalized or Scheduled Commercial Bank (including scheduled
commercial foreign bank) in India. A scanned copy of this BG is to be uploaded
online and the Bidder should ensure physical submission of the original bank

Single-Stage: Two-Envelope Procurement of Plant Bidding Document for CA-33


Section 2 - Bid Data Sheet 2-17

guarantee at the office of Director (System) – Metro PIU at the address given in
the Bid Documents before date & time of submission of Bid.
If the Bidder fails to submit the scanned copy or fails to submit the original bank
guarantee, his bid shall not be considered for opening & rejected outright.
If Bid security is submitted in the form of Banker’s Cheque / Demand Draft, the
same shall be valid for a period of 28 days beyond the tender validity periods.

ITB 21.2 Bid Securing Declaration is not applicable.

ITB 21.3 Replace with


The Tenderer shall submit with his Tender a Bid Security for the sum mentioned
in ITB 21.1 in the following forms:
(a) INR one Lakh EMD should be paid by using any one of the Mode of
Payment:
a) Online payment gateway (i.e. Debit Card/Credit Card/Net-Banking)
b) RTGS / NEFT mode using the System Generated Unique Challan
(Account No for EMD transaction for this particular Tender is
mentioned in the Challan)
(b) The Bidder shall submit with his Bid a Bid Security for the balance
amount in any one of the following forms:
I. Irrevocable bank guarantee issued by a Scheduled Commercial bank
based in India or from a branch in India of a scheduled foreign bank.
II. Demand Draft / Pay Order / Bank Draft in favor of Mumbai Metropolitan
Region Development Authority (MMRDA) payable at Mumbai-400051
from a Scheduled Commercial bank based in India.
III. Fixed Deposit Receipt (FDR) of a Scheduled Commercial bank / Post
office based in India duly pledged in favor of Mumbai Metropolitan
Region Development Authority (MMRDA).
In case of joint venture/consortia, Bank Guarantee or FDR for Bid security shall
be in the name of joint venture/consortia or in the name of lead member and not
in name of individual members. The Bid security shall be submitted at the below
mentioned address in a sealed envelope clearly marked on top “Bid Security
for CA-33” and shall also be uploaded on e-Tendering website in Technical
Package (Envelop A).
Address: Mumbai Metropolitan Region Development Authority (MMRDA)
Floor/Room number: 1st Floor, A-wing, Old Administrative Building,
City: Mumbai
Country: India
EMD Refund:
Bidders should mention the beneficiary details for EMD refund in the Earnest
Money Deposit Form for fields marked as details required for Refund. MMRDA or
e-Tendering Service Provider will not be liable for delays caused in EMD refund
due to incorrect beneficiary details.
The earnest money deposit of unsuccessful bidders will be refunded through

Bidding Document for CA-33 Procurement of Plant Single-Stage: Two-Envelope


2-18 Section 2 - Bid Data Sheet

RTGS, NEFT mode for INR one Lakh and release of Bank Guarantee only after
finalization of the tender for which the above refund details are required. Bidders
should also upload scanned copy of cancelled cheque along with refund letter for
refund of their EMD payment. In case of successful bidder, amount of the earnest
money deposit may be transferred towards part of the security deposit to be paid
after the award of the work, if he intends to do so in writing.
Bidders failing to complete the payment of EMD using the above-mentioned
process of RTGS / NEFT after downloading the system generated challans will
not be able to submit their bids.

ITB 21.4 Replace with


Unless otherwise specified in the BDS, any Bid not accompanied by a compliant
bid security, as required in accordance with ITB 21.1, shall be rejected by the
Employer as nonresponsive.

ITB 22.1 Replace with


The Bidder shall prepare and submit their Bid comprising of (but not limited to)
documents described ITB 11.

ITB 22.2 Replace with


All documents which are to be submitted as scanned documents shall be typed
or written in indelible ink (in the case of copies, legible photocopies are also
acceptable and all the pages shall be signed & stamped by a person or persons
duly authorized to sign on behalf of the Bidder before scanning and uploading (in
.pdf / .jpg / .jpeg format). All pages of the Bid, where entries or amendments
have been made, shall be initialed and dated by the person or persons signing
the Bid. In case of deficient authorization (i.e. in absence of POA etc), bid will be
rejected.

ITB 22.4 Replace with


Documents submitted in Bid submission shall contain no alterations, omissions
or additions, except those to comply with instructions issued by the Employer, or
as necessary to correct errors made by the Bidder, in which case such
corrections shall be initialed and dated by the person or persons signing the Bid
before scanning and uploading/submitting.

D. Submission and Opening of Bids

ITB 23.1 Replace with


Bidders shall submit their bids electronically only. The electronic bidding
submission procedures shall be as given in Bid Data Sheet (BDS).
The Bidder shall, on or before the date and time given in the invitation for
Bidding, upload his Bid on e-tendering portal
https://etendermmrda.maharashtra.gov.in.
The Bidders shall furnish the information strictly as per the formats given in the
Bid documents without any ambiguity. The MMRDA 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. Only ‘Bid Security’ and ‘Cost of bidding document’ shall be submitted in

Single-Stage: Two-Envelope Procurement of Plant Bidding Document for CA-33


Section 2 - Bid Data Sheet 2-19

originals (in physical form) as described below.


The Bidder shall seal the ‘Cost of Bid Documents’ in an envelope, bearing the
following identification for cost of Bid document:
“COST OF BID DOCUMENTS”, Bid Reference No. – CA-33
and submit at the address mentioned below. The Bid shall also mention his
Name and address on above envelope.
The Bidder shall seal the ‘Bid Security’ in an envelope, bearing the following
identification for Bid Security:
“BID SECURITY”, Bid Reference No. – CA-33
and submit at the address mentioned below. The Bidder shall mention his Name
and address on above envelope also.
Director (Projects) – Metro PIU
Mumbai Metropolitan Region Development Authority (MMRDA), Bandra- Kurla
Complex,
1st Floor, A-wing, Old Administrative Building
Mumbai - 400 051, India
Telephone: +91(22) 26597552

ITB 23.2 Replace with


It shall be the responsibility of the bidder / tenderer to ensure that the envelope
containing ‘Tender Security’ and ‘Cost of Tender Document’ is submitted to the
office of Director (System), Metro PIU at above-mentioned address before the
prescribed dead line.

ITB 23.3 ‘Tender Security’ and ‘Cost of Tender Document’ submitted after due date and
time shall not be accepted and online Bids of such Bidders shall liable to be
rejected summarily.

ITB 23.4 Replace with


MMRDA will not be responsible for delay, loss or non-receipt of ‘Tender Security’
and ‘Cost of Tender Document’ sent by post / courier. MMRDA shall not be
responsible for ‘Tender Security’ and ‘Cost of Tender Document’ delivered to any
other place / person in MMRDA other than the designated officer and does not
reach the designated officer before the dead line for submission.

ITB 24.1 For bid submission purposes only, the Employer’s details is

E-tendering portal https://etendermmrda.maharashtra.gov.in.


The deadline for bid submission is
Date: 30th July 2018
Time: 15:00

ITB 25.1 Replace with


Bids have to be submitted online on e-tendering website

Bidding Document for CA-33 Procurement of Plant Single-Stage: Two-Envelope


2-20 Section 2 - Bid Data Sheet

https://etendermmrda.maharashtra.gov.in
It shall be the responsibility of the bidder to ensure that his tender is submitted on
e-tendering website of https://etendermmrda.maharashtra.gov.in before the
deadline of submission prescribed in ITB. Submission of Bids shall be closed on
e-tendering website of MMRDA at the date & time of submission prescribed in
IFB after which no tender shall be accepted. MMRDA will not be responsible for
non-receipt of tender documents due to any delay and/or loss etc. The Employer
may, at his discretion, extend the deadline for submission of Bids by issuing an
amendment, 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 26.1 Replace with


Except where expressly permitted by these Instructions, the Bidder shall not
make or cause to be made any alteration, erasure or obliteration to the text of the
documents prepared by the Employer and submitted by the Bidder with or as part
of his bid. Withdrawal of a Tender during the interval between the deadline for
submission of bids and the expiration of the period of bid validity specified in the
Form of Tender shall result in the forfeiture of the Tender Security.

ITB 26.2 Replace with


No Tender shall be allowed to be modified by the Tenderer after the deadline for
submission of Tenders

ITB 26.3 Replace with


The Tender submitted online will be taken as a final bid.

ITB 27.1 Replace with


The Bids shall be opened online by the bid opening committee on due date and
time of Bid openings mentioned in IFB at
Street address: Mumbai Metropolitan Region Development Authority (MMRDA)
Floor/Room number: 6th Floor, B-wing, Old Administrative Building,
City: Mumbai
Country: India
Date: 31st July 2018
Time: 12:00 Hrs

ITB 27.2- 27.4 Replace ITB 27.2-27.4 with


Tenders for which an acceptable notice of withdrawal has been submitted
pursuant to paragraph ITB 24 shall not be opened.

ITB 27.1 Replace ITB 27.5 with


(a) Envelop (Envelop A) containing ‘Tender Security’ and ‘Cost of Tender
Documents’ will be opened first. On opening of the same, MMRDA will first
check the details of tender cost and tender security submitted by the tenderer
online and cross verify the same with the hard copy submitted.

Single-Stage: Two-Envelope Procurement of Plant Bidding Document for CA-33


Section 2 - Bid Data Sheet 2-21

(b) Tenders of those tenderers who have not submitted ‘Tender Security’ and
‘Cost of Tender Documents’ shall not be opened.
(c) Tenders of those tenderers who have not submitted valid ‘Tender Security’
and valid ‘Cost of Tender Documents’ shall be considered as non-responsive
and liable to be rejected summarily.
The Letter of Technical Bid shall be initialed by his authorized representatives of
the Employer attending Technical Bid opening.

ITB 27.6 Replace ITB 27.6 with


The Technical Package (Envelop B) of all tenderers who have submitted a valid
tender security and cost of tender document shall be opened in the presence of
representatives of tenderers who choose to attend on date & time as mentioned
in tender document in the office of the Director (System) – Metro PIU.
Street address: Mumbai Metropolitan Region Development Authority (MMRDA),
Bandra- Kurla Complex
Floor/Room number: 6th Floor, B-wing, Old Administrative Building,
City: Mumbai
ZIP code: 400 051
Country: India
Tenderers may visit e-tendering web-site to know latest Technical Opening
information after completion of opening process.

ITB 27.7 Replace ITB 27.7 with


The tenderers name, details of the tender security and such other details as the
Employer or his authorized representative, at his discretion, may consider
appropriate will be announced at the time of tender opening.

ITB 27.8 Replace ITB 27.8 with


The Financial Package (Envelop C) which tenderer(s) have uploaded online will
be opened on a subsequent date after evaluation of technical packages.
Financial packages of only those tenderers whose submissions are found
substantially responsive and technically compliant, will be opened. The time of
opening of financial package shall be informed though website only.
Tenderer can visit to e-tendering website for further information.

ITB 27.9 Deleted

ITB 27.10 Deleted

ITB 27.11 Deleted

ITB 36 Replace with


(b) where there are errors between the total of the amounts of Schedule Nos.
1 to 2 and the amount given in Schedule No. 3 (Grand Summary), the total
of the amounts of Schedule Nos. 1 & 2 shall prevail and the Schedule No.
3 (Grand Summary) will be corrected accordingly;

Bidding Document for CA-33 Procurement of Plant Single-Stage: Two-Envelope


2-22 Section 2 - Bid Data Sheet

(c) if there is a discrepancy between the grand total price given in Schedule
No. 3 (Grand Summary) and the bid amount in item (c) of the Letter of
Price Bid, the grand total price given in Schedule No. 3 (Grand Summary)
will prevail and the bid amount in item (c) of the Letter of Price Bid will be
corrected; and

E. Evaluation and Comparison of Bids

ITB 37.1 Tenders will be compared in Indian Rupees (INR) only. This will be achieved by
converting the Foreign Currency portion into Rupees at the selling The Rate of
Exchange at the close of business of the Reserve Bank of India (web address:
https://www.rbi.org.in/scripts/referenceratearchive.aspx) on the day twenty-eight
days before the latest date of Tender Submittal, and then adding the same to the
Rupee portion of the Tender. In case, the rate of exchange for a specific currency
is not available on RBI web address, the exchange rates as available at the web
address: http://www.xe.com/ shall be followed.

ITB 38.1 A margin of preference shall be applied.

ITB 39 Replace with


The Evaluation of bid shall be inclusive of all taxes for both Foreign and domestic
Bidder. Custom duties will not be considered for evaluation.
Bidder should also note that in case of exemption of any Taxes / duties, the same
shall be pass on to the Employer.
Bidder to provide the details of taxes and duties as mentioned in Price Schedule,
Section 4.

ITB 43.2 For details regarding the results of the Bid, the Bidder to refer the e-tendering
portal.

ITB 44 Signing of Contract


In addition to the stipulations of ITB, the Employer and the Contractor shall
execute a Contract Agreement, with such modifications as may be necessary to
record the Contract. The costs of stamp duties and similar charges imposed by
law shall be borne by the Contractor.

ITB 45.1 Performance Security


The Performance Security required in accordance with Clause 13 of the SCC
shall be for 10% of the Contract Price in the currency in which the Contract Price
is payable. The Performance Security shall be furnished to the Employer within
28 (twenty-eight) days of receipt of the notification of award.
The required Performance Security for the sum mentioned above may be
submitted in any one of the following forms:
(a) Irrevocable bank guarantee in the prescribed format, issued by a Scheduled
Commercial Bank based in India or from a branch in India of a Scheduled
foreign bank.
(b) Bank Draft in favor of Mumbai Metropolitan Region Development Authority
(MMRDA), payable at Mumbai from a Scheduled Commercial Bank based in
India.
(c) Fixed Deposit Receipt of a Scheduled Commercial bank / Post offices based

Single-Stage: Two-Envelope Procurement of Plant Bidding Document for CA-33


Section 2 - Bid Data Sheet 2-23

in India duly pledged in favor of Mumbai Metropolitan Region Development


Authority (MMRDA).

ITB 45.2 Replace with


Failure of the successful Bidder to submit the above-mentioned Performance
Security or sign the Contract shall constitute sufficient grounds for the annulment
of the award and forfeiture of the bid security. In such case, the Employer
reserves the right to decide the next course of action and the decision of the
Employer shall be binding.

Additional Supplementary Agreement AMSC (Annual Maintenance Support Contract)


Clause 46 Separate Supplementary Agreement for AMSC will be entered into by MMRDA.

Bidding Document for CA-33 Procurement of Plant Single-Stage: Two-Envelope


2-24 Section 2 - Bid Data Sheet

Attachment BDS- A1
1. Documents comprising Technical Package
1.1 The Bidder shall, on or before the date given in the Invitation of Bids, submit his Bid as detailed in
ITB 23.2.
These shall be addressed to The Director (System), Metro and submitted at the address given in
the ‘Appendix F-11 to Form of Bid’.
1.2 The Bidder shall submit the documents duly completed with the ‘Technical Package’ of Bid
submission in accordance with “ITB clause 11.2 including Annexure to Technical Bid Submission
Sheet” as applicable along with the following additional documents:
(i) Para wise Yes/No compliance for “Requirements for Qualification Criteria” as per para 2 of this
Section-3 complete with information to be submitted as per forms mentioned for individual item;
(ii) Letter of Application as per Pro-Forma ELI-3 of “Section-4: Bidding Forms”
(iii) Letter of participation from each member of the group as per Pro-Forma ELI-4 of “Section-4: Bidding
Forms”;
(iv) Form of Bid (with Power of Attorneys but without Appendices);
(v) Appendix F-1 to the Bidding Form;
(vi) Appendix F-3 to the Bidding Form: Outline Quality Plan;
(vii) Appendix F-4 to the Bidding Form: Outline Safety Plan;
(viii) Appendix F-5 to the Bidding Form: Outline Environmental Plan;
(ix) Bidder’s Technical Proposals (As per Section 4 (Form BTP-1 to BTP-15 including Clause by Clause
Compliance Matrix.));
(x) Appendix F-6 to the Bidding Form: Project Management Plan;
(xi) Appendix F-7 to the Bidding Form: The Structure of the Bidder;
(xii) Appendix F-8 to the Bidding Form: Details of Bid Index;
(xiii) Appendix F-9 to the Bidding Form: Form of Declaration for Non-engagement of any Agent,
Middleman or Intermediary;
(xiv) Appendix F-10 to the Bidding Form: Statement of deviations;
(xv) Certificate confirming receipt of all Bid Addenda as per pro-forma as given in Appendix F-12 to the
Bidding Form;
(xvi) Copy of all documents of Financial Package with Prices left blank and Certificate from the Bidder as
per pro-forma as given in Appendix F- 13 to the Bidding Form;
(xvii) Certificate from the bidder that all the contents of the Bid Documents have been carefully examined
by the bidder and all the pages of bidder’s proposal have been signed and stamped as per pro-
forma as given in Appendix F-14 to the Bidding Form;
(xviii) One set of complete Bid documents (including all Addenda), signed and stamped on right hand
bottom corner of each page;
(xix) Appendix F-2 to the Bidding Form;
(xx) Any other documents which is not mentioned above but part of the bid documents;
(xxi) Any further documents which are requested in writing by Employer before submission of the Bid by
way of evaluation documents, but which are not to form part of the Contract.
2. Documents comprising Financial Package
The Bidder shall submit in ‘Bid Documents’ the following documents duly completed with ‘Financial
Package’ of the Bid submission: -

Single-Stage: Two-Envelope Procurement of Plant Bidding Document for CA-33


Section 2 - Bid Data Sheet 2-25

(a) Completed Pricing Document including the Bid Total Lump Sum Price, Bid Total, schedule of
amounts apportioned to Cost Centres, monthly cash flows for the Contract etc. (see Paragraph titled
'Pricing Document' below and 'Milestones Payment Schedule'). The price to be quoted shall be the
total price of the Bid.
(b) Pricing of unqualified withdrawal of Conditions, Qualifications, Deviations etc. as per the format
given in Appendix-F10 of Bidding Form to the Price Bid Submission Sheet for all the deviations.
2.1 Pricing Document
The Pricing Document is included in Bidding Form, Section 4. The Bidder shall complete the Pricing
Document in accordance with the instructions provided. The completed Pricing Document shall be
submitted as Appendix F-2 to the Bidding Form.
The Bidder is to note that Key Dates are to be determined by reference to periods from the
Commencement Date of the Works. Milestone dates shall be, likewise, determined by reference to the
respective periods from the Commencement Date of the Works. It is the intention that, prior to
Commencement Date, Key Dates and Milestones will be converted to calendar dates.

Bidding Document for CA-33 Procurement of Plant Single-Stage: Two-Envelope


2-26 Section 2 - Bid Data Sheet

Attachment BDS- A2
1. Deviations from the bid document
All deviations from the bid documents, remarks, comments etc. shall be included in the Statement of
Deviations (Appendix F- 10 to the Bidding Form). The price of unqualified and unconditional withdrawal of
all the conditions, qualifications, deviations etc. as mentioned in Appendix F-10 shall be quoted by the
bidder in the format given duly indicating the Cost Centre & Milestone to which price shall be allocated. All
implicit and explicit deviations, remarks and comments mentioned elsewhere in the bidder’s proposal shall
be treated as NULL and VOID and considered withdrawn unconditionally. Any clause included in the
Statement of Deviations (Appendix F - 10 to the Bidding Form) but not priced, shall be treated as NULL
and VOID and will be considered unconditionally withdrawn.
The Bidder shall provide a valid and fully compliant proposal for the package as detailed in the Employer’s
Requirements. The Bidder shall submit a detailed clause by clause commentary on all the clauses of the
Employer’s Requirements.
Bidders shall note that their comments to the clause by clause commentary wherever given shall only be
in the following form:
• Complied: “Complied” shall be indicated by the bidder where the bidder is able to comply fully with
the clause.
• Noted: Where a clause merely provides information, and no other comment is necessary, “Noted”
will suffice.
• Not Complied: Where the bidder is not able to comply fully with the clause or has any observation
or proposes an alternative design, “Not Complied” shall be indicated and comments if any of the
bidder shall be indicated in detail. All Clauses with status as “Not Complied” shall be included in
the statement of Deviations (Appendix F-10 to Bidding Form) and shall be priced.
Bidder shall also note that:
• Any comment by the bidder in the Clause by Clause Commentary, other than either of “Complied”,
“Noted” or “Not Complied” shall be treated as “Not Complied”. Unless bidder prices against such
clauses, the comment against any clause shall be deemed to have been unconditionally
withdrawn with no financial implications and shall be considered as NULL and VOID.
• Any “Not Complied” comment by the bidder in the Clause by Clause Commentary which has not
been included in the Statement of Deviations (Appendix F-10 to Bidding Form) shall be treated as
“Complied”.
• Any “Not Complied” comment by the bidder in the Clause by Clause Commentary which has also
been included in the Statement of Deviations (Appendix F-10 to Bidding Form) but has not been
priced be treated as null and void and deemed to have been unconditionally withdrawn.
• In case price for unqualified withdrawal of any remark, comment, condition, qualification or
deviation etc. indicated in Appendix F-10 ('A', 'B' and 'C') is not quoted in Appendix F-10 D to
Bidding Form, it shall be considered that the remark, comment, condition, qualification or deviation
is unconditionally withdrawn without any financial implication. However, Employer at its sole
discretion and option may assess the financial implication of the said remark, comment, condition,
qualification or deviation etc. based on best engineering principles and concepts, which shall be
binding on the bidder, and the same may be considered by Employer for financial evaluation.
• A bid without a Clause by Clause Commentary, as stated above, is liable to be rejected.

Single-Stage: Two-Envelope Procurement of Plant Bidding Document for CA-33


Section 2 - Bid Data Sheet 2-27

Attachment BDS- A3
1. Evaluation of Bids and Determination of Responsiveness
Evaluation of Bid and Determination of Responsiveness shall solely be carried out by the employer
(MMRDA).
1.1 General Evaluation
Prior to the detailed technical evaluation of bids, the Employer will determine whether each bid:
(i) is accompanied by the required Bid Guarantee;
(ii) has been properly signed; and
(iii) meets the Requirements for Qualification Criteria – The Employer will evaluate the eligibility
and acceptability based on ‘Requirements for Qualification criteria’ indicated in para 2 of
Section-3: ‘Evaluation and Qualification criteria’. The technical proposals of only those
bidders, who qualify in Requirements for Qualification, will be evaluated.
A ‘NO’ answer to any of the above item will disqualify the bid.

1.2 Evaluation of Technical Proposal


1.2.1 Technical bids of only such bidders, who qualify based on clause 1.1 above, will be evaluated.
1.2.2 The Employer will solely evaluate the technical suitability and acceptability as per Employer’s
Requirements – General Specification and Technical Specification of only such bidders who
qualify based on clause 1.1 above.

1.3 Evaluation of Responsiveness


The Employer will solely determine whether each bid is substantially responsive to the
requirements of bid documents. A substantially responsive bid is one that conforms to all the
terms, conditions and specifications of the Bid documents, without material deviation or
reservation.
Also, Bidder’s final / interim performance for the previous completed / ongoing contracts with
MMRDA (if any) may be considered for the evaluation of responsiveness.

1.4 Evaluation of Material deviation or reservation


Each bid shall be evaluated for any material deviation or reservation. A material deviation or
reservation is one:
(i) which affects in any substantial way the scope, quality or performance of the Works; or
(ii) which limits in any substantial way, is inconsistent with the Bid documents, the Employer's
rights or the Bidder's obligations under the Contract; or
(iii) whose rectification would affect unfairly the competitive position of other Bidders presenting
responsive bids.
Bid having any material deviation or reservation shall be disqualified and rejected.

1.5 Evaluation of Qualifying conditions


Bids that include qualifications which:
1. seek to shift to the Employer, another Government Agency or another contractor all or part of
the risk and/or liability allocated to the Contractor in the Bid Documents; or
2. include a deviation from the Bid Invitation Documents which would render the Works, or any
part thereof, unfit for their intended purpose; or
3. Fail to fulfil the eligibility criteria as mentioned in S. No. 2 of Section-3: ‘Requirements for
Qualification Criteria’; or

Bidding Document for CA-33 Procurement of Plant Single-Stage: Two-Envelope


2-28 Section 2 - Bid Data Sheet

4. Fail to submit satisfactory performance certificate issued by the Client / Employer for the
works or give an undertaking regarding satisfactory performance of the work with respect to
completion of work/execution of work (ongoing works); or
5. Fail to submit CV of Project Manager with required experience; or
6. include a “No” answer to the following question-
“In case of a joint Venture/Consortium, has the proposed leader of the Joint Venture/Consortium for
this project been a leader of any of the Joint Venture/Consortium/Single Entity in at least one similar
contract awarded against ICB in the last five (05) years.; or
7. include a “Yes” answer to the following question-
“Is the applicant currently in the process of financial restructuring under corporate debt restructuring
act?
will be deemed non-conforming and shall be rejected.
1.6 Bids which are
• not fulfilling the General Evaluation Criteria as per clause 1.1 above,
• not substantially responsive,
• having material deviation or reservation as per clause 1.4 above,
• not fulfilling the qualifying conditions as per clause 1.5 above, and
• not fulfilling the Employer’s Requirements – General Specification and Technical Specification as
per clause 1.2 above shall be rejected by the Employer and shall not be allowed subsequently to be
made responsive by correction or withdrawal of the nonconforming deviation or reservation.
1.7 If any bid is rejected, pursuant to paragraph clause 1.6 above, the Financial Package of such bidder
shall be returned unopened.

2. Clarification of Bids
To assist in the examination, evaluation and comparison of bids, the Employer may, at his discretion, ask
any bidder for clarification of his bid. The request for clarification and the response shall be in writing, but
no change in the price or substance of the bid shall be sought, offered or permitted except as required to
confirm the correction of arithmetic errors discovered by the Employer in the evaluation of the bids in
accordance with 'Section-1, ITB 36'. The Employer may call for a meeting with the bidders in this regard.
The minutes of the meeting, if held, with any bidder shall be recorded and acknowledgement obtained
from the concerned bidder.

Single-Stage: Two-Envelope Procurement of Plant Bidding Document for CA-33


MUMBAI METROPOLITAN REGION DEVELOPMENT AUTHORITY

DESIGN, MANUFACTURE, SUPPLY, INSTALLATION, TESTING


AND COMMISSIONING AND MAINTENANCE OF AUTOMATC
FARE COLLECTIOM (AFC) SYSTEM FOR 52 ELEVATED
STATIONS AND AFC OCC, AFC SOFTWARE TESTING AND
DEVELOPMENT CENTER (SDC) OF METRO LINE 2A (DAHISAR
EAST TO DN NAGAR), LINE 2B (DN NAGAR TO MANDALE) AND
LINE 7 (ANDHERI EAST TO DAHISAR EAST) OF MUMBAI
METRO RAIL PROJECT OF MMRDA

CONTRACT NO: MMRDA/MMRP/CA-33

TENDER DOCUMENTS

SECTION 3 - EVALUATION AND QUALIFICATION CRITERIA

MUMBAI METROPOLITAN REGION DEVELOPMENT AUTHORITY


Metro PIU, 1st Floor, A-wing, Old Administrative Building,
Bandra-Kurla Complex, Bandra (E), Mumbai –400 051, India
Section 3 - Evaluation and Qualification Criteria 3-1

Section 3. Evaluation and Qualification Criteria(EQC)


Table of Criteria
Section 3. Evaluation and Qualification Criteria(EQC) .......................................................................3-1
1. Evaluation .............................................................................................................................3-2
1.1 Technical Evaluation............................................................................................................3-2
1.2 Technical Alternatives .........................................................................................................3-4
1.3 Economic Evaluation ...........................................................................................................3-4
1.3.1 Quantifiable Deviations and Omissions ................................................................................ 3-4
1.3.2 Time Schedule ...................................................................................................................... 3-4
1.3.3 Operating and Maintenance (O&M) Costs ............................................................................ 3-5
1.3.4 Functional Guarantees of the Facilities ................................................................................. 3-5
1.3.6 Work, Services, Facilities, etc., to Be Provided by the Employer ......................................... 3-5
1.3.7 Specific Additional Criteria .................................................................................................... 3-5
1.3.8 Domestic Preference ............................................................................................................. 3-5
1.4 Multiple Contracts ................................................................................................................3-5
2. Qualification ..........................................................................................................................3-6
2.1 Bid Capacity..........................................................................................................................3-6
2.2 Eligibility ...............................................................................................................................3-7
2.3 Pending Litigation and Arbitration .....................................................................................3-7
2.4 Financial Situation ...............................................................................................................3-7
2.4.1 Historical Financial Performance .......................................................................................... 3-9
2.4.2 Average Annual Turnover ................................................................................................... 3-10
2.4.3 Financial Resources ............................................................................................................ 3-11
2.5 Bidder’s Experience ...........................................................................................................3-13
2.5.1 Contracts of Similar Size and Nature in implementing AFC system. .................................. 3-13
2.5.2 Experience in Key Activities ................................................................................................ 3-15
2.6 Subcontractors ...................................................................................................................3-17

Bidding Document for CA-33 Procurement of Plant Single-Stage: Two-Envelope


3-2 Section 3 - Evaluation and Qualification Criteria

1. Evaluation
1.1 Technical Evaluation
In addition to the criteria listed in ITB 34.1 (a)-(b), other relevant factors are as follows:
Evaluation of the Bidder’s Technical Proposal will include an assessment of the Bidder’s technical
capacity to mobilize key equipment and personnel for the contract consistent with its proposal
regarding work methods, scheduling, and material sourcing in sufficient detail and fully in accordance
with the requirements stipulated in Section 6 (Employer’s Requirement).
Non-compliance with equipment and personnel requirements described in Section 6 (Employer’s
Requirements) shall not normally be a ground for bid rejection and such non-compliance will be
subject to clarification during bid evaluation and rectification prior to contract award.

1.1.1. Project Organization/ Key Personnel


The Bidder shall demonstrate that it has the personnel for key positions that are listed in the Table
below. The names of proposed personnel shall be included in the site organization chart in Bidder’s
Technical Proposal- Site Organization in Section 4, Part 1.
The Bidder shall have his own design team who has a minimum of 10 years of experience in the
preliminary and detailed design of AFC MRT projects in implementing contactless smart card-based
AFC system.
The design team shall consist of designers and software validators with specific experience which
complies with the design criteria stated in the Technical Specifications.
The Bidder shall provide the names and details of all proposed key personnel, listed below, stating
their experience records in Bid Form PER-1 and PER-2 in Section 4, Part 1.

Minimum no.
S. of Project-
DESIGNATION QUALIFICATION EXPERIENCE LEVEL
No. Personnel
required

Minimum total experience of


Project Manager (Team Graduate in 15 yrs out of which,
1 1
Leader) Electronics Engg. minimum 03 years as In-
charge of similar works

Minimum total experience of


Dy. Project Manager Graduate in
10 yrs out of which,
2 (Electronics/Mechanical Mechanical/ 1
minimum 03 years as In-
Engg.) Electronics Engg.
charge of similar works

Minimum total experience of


AFC System Expert Graduate in 10 yrs out of which,
3 (Electronics/Computer Computer Science/ minimum 05 years as In- 1
Science Engg.) Electronics Engg. charge of AFC System
works

Single-Stage: Two-Envelope Procurement of Plant Bidding Document for CA-33


Section 3 - Evaluation and Qualification Criteria 3-3

Minimum no.
S. of Project-
DESIGNATION QUALIFICATION EXPERIENCE LEVEL
No. Personnel
required

Minimum total experience of


Graduate in 10 years out of which
Senior Quality Assurance Electronics/Electrical minimum 07 yrs. in QA
4 1
A)- Engineer Engg. /Diploma in (field) and at least two years
Quality Assurance as In-Charge/Deputy in
charge.

Total minimum experience


Design Engineer Graduation in
of 05 years out of which
5 Electrical /Electronics/ concerned 2
minimum 03 years’
Mechanical Disciplines
experience in relevant field.

Graduate in the field


Total Minimum experience
of Engineering with
of 10 years out of which
6 Planning Engineer knowledge in MS 1
minimum 3 years in
project / Primavera
Planning of projects.
software

Graduate in the field


of Engineering with Total Minimum experience
7 Interface Manager 1
experience in the of 10 years in relevant field.
AFC system.

Graduate in
Total Minimum experience
8 CAD Engineer Mechanical/ 1
of 10 years in relevant field.
Electronics Engg.

Graduate in
Minimum 07 years for
Electrical Safety /
9 Safety Manager Graduate & 10 years for 1
Diploma in Electrical
Diploma in relevant field
Safety

Graduate or
Diploma in Electrical
Minimum 5 years for Degree
10 Site Engineer / Electronics 6
& 8 years for Diploma
/Mechanical
Engineering

1.1.2. Construction Equipment


The Bidder shall demonstrate that it has the major equipment required for construction,
installation, testing and commissioning:
a) The Bidder shall provide details of the required equipment using Bidder’s Technical
Proposal- Equipment in Section 4, Part 1. The Bidder shall demonstrate that it has access
to required equipment during execution of works. Capacity and number of machines shall be
commensurate with the Works Programme submitted by the Bidder to enable him to finish
the work in stipulated time. The Bidder shall provide ownership/ renting/ leasing arrangement

Bidding Document for CA-33 Procurement of Plant Single-Stage: Two-Envelope


3-4 Section 3 - Evaluation and Qualification Criteria

details.
b) The Bidder shall provide information to ensure that the equipment mentioned are available
for the Project.

1.1.3. Other Technical Requirement

1.1.3.1. Design Proposal


The Bidder shall submit a design proposal taking into consideration the functional and
performance requirements contained in the Technical Specifications. The design proposal shall
include:
a) Bidder’s understanding of the scope of work and interfacing with other contractors.
b) List of preliminary design submissions.
c) Bidder should also submit clause by clause compliance matrix with their proposal.
d) List of detailed design submissions including equipment design and installation design.
1.1.3.2. In addition to above, Bidder needs to submit complete Technical Proposal as mentioned in
Section-4, Part 1.

1.2 Technical Alternatives


Not Applicable.

1.3 Economic Evaluation


In addition to the criteria listed in ITB 39.2 I (a)–(e), other relevant factors are as follows:
Adjustments in price that result from the procedures outlined below shall be added, for purposes of
comparative evaluation only, to arrive at an “Evaluated Bid Price.” Bid prices quoted by Bidders shall
remain unaltered.

The directives issued vide Government of India, Ministry of Commerce and Industry, Department of
Industrial Policy and Promotion’s Order No. P-45021/2/2017-B.E.-II, dated 15th June 2017 and read
with F.No.K-14011/09/2014/UT-II/MRTS-Coord, Govt of India, Ministry of Housing and Urban Affairs
dated 14th November 2017 will be considered while carrying out Financial Evaluation.
1.3.1 Quantifiable Deviations and Omissions
Quantifiable Deviations and Omissions from the contractual obligations: the evaluation shall be
based on the evaluated cost of fulfilling the contract in compliance with all contractual obligations
under this Bidding Document.
“Pursuant to ITB 33.3, the cost of all quantifiable nonmaterial nonconformities or omissions from the
contractual and commercial conditions shall be evaluated. The Employer will make its own
assessment of the cost of any nonmaterial nonconformities and omissions for the purpose of
ensuring fair comparison of Bids.”
1.3.2 Time Schedule
Time to complete the plant and services from the effective date specified in Article 3 of the Contract
Agreement for determining the time for completion of pre-commissioning activities is: as per the Key
Dates specified in Appendix-4 to Section 9. No credit will be given for earlier completion.

Single-Stage: Two-Envelope Procurement of Plant Bidding Document for CA-33


Section 3 - Evaluation and Qualification Criteria 3-5

1.3.3 Operating and Maintenance (O&M) Costs


The O&M cost factors for calculating the life cycle cost are as follows: Not Applicable.
1.3.4 Functional Guarantees of the Facilities
Not Applicable.

1.3.5 Others:
The Bidder shall continue to meet the criteria used at the time of qualification regarding Eligibility
(in Bid Form ELI-1 and Bid Form ELI-2) and Financial Situation (in Bid Form FIN-1, Bid Form FIN-
2 & Bid Form FIN-3).
The following items will also be ensured in the evaluation:
i. Certificate of Compliance in Bid Form BTP-14 of Section 4, Part-1.

ii. Interface requirement undertaking in Bid Form BTP-15 of Section 4, Part-1.

iii. Compliance undertaking for scope of works in Bid Form BTP-16 of Section 4, Part-1.

1.3.6 Work, Services, Facilities, etc., to Be Provided by the Employer


Not Applicable.

1.3.7 Specific Additional Criteria


Not Applicable.

1.3.8 Deleted

1.4 Multiple Contracts


Not Applicable.

Bidding Document for CA-33 Procurement of Plant Single-Stage: Two-Envelope


3-6 Section 3 - Evaluation and Qualification Criteria

2. Qualification
It is the legal entity or entities comprising the Bidder, and not the Bidder’s parent companies,
subsidiaries, or affiliates, that must satisfy the qualification criteria described below.

2.1 Bid Capacity

Criteria Compliance Requirements Documents

Joint Venture
Single Submission
Requirement All Partners Each One
Entity Requirements
Combined Partner Partner
Available Bid Capacity must meet not must meet not Form Fin-6
requirement applicable requirement applicable
As per below mentioned
methodology.

The Bidders will be qualified only if their available bid capacity is more than the approximate cost
of the work. The available bid capacity will be calculated as under;
Available Bid Capacity = 2*A*N – B.

Where,

A = Maximum value of works executed in any one year during the last five financial years (value
of works will be updated to 2017-18, by assuming 5% escalation for Indian Rupees portion
per year and 2% escalation for foreign currency portions per year). In case the value of works
executed is shown in foreign currency, then it shall be converted to INR using RBI’s exchange
rate shown on their website on the last day of the respective calendar month. If the exchange
rate cannot be found on RBI’s website, then it shall be obtained from www.xe.com.
N = No. of years prescribed for completion of the works.
B = Value of existing commitments for ongoing works (During period of completion of work under
this bid).
In the case of a consortium/JV, the above formula will be applied to each member to the extent of
his percentage share in the execution of work under this bid. Fill in the Bid Form FIN-6 Section
4.
Bidders, which do not qualify bid capacity criteria, shall not be considered for further evaluation
and shall be rejected.

Note:
(a) Financial data of work done for latest five financial years has to be submitted by the bidder
in Bid Form FIN-1 along with audited financial statements. The financial data in the
prescribed format shall be certified by the Chartered Accountant with his stamp and
signature. The Employer reserves the right to get it verified from previous Employer’s for
works executed by Bidder in the last 5 years.

(b) Value of existing commitments for on-going works during period of completion of work under
this bid has to be submitted by the bidder in Bid Form FIN-4. These data shall be certified

Single-Stage: Two-Envelope Procurement of Plant Bidding Document for CA-33


Section 3 - Evaluation and Qualification Criteria 3-7

by the Chartered Accountant with his stamp and signature.

Example for calculation of bid capacity in case of JV / Group

Suppose there are ‘P’ and ‘Q’ members of the JV / group with their participation in the JV / group
as 70% and 30% respectively and available bid capacity of these members as per above formula
individually works out ‘X’ and ‘Y’ respectively, then Bid Capacity of JV / group shall be as under:

Bid Capacity of the JV / group = 0.7X + 0.3Y

2.2 Eligibility
Sl. No. Criteria Compliance Requirements Documents Yes No

Joint Venture
Single Submission
Requirement All Partners Each One
Entity Requirements
Combined Partner Partner

Nationality in Forms
2.2.1 must meet must meet must meet not
accordance with ITB requirement requirement requirement applicable ELI – 1; ELI – 2
Nationality Subclause 4.2. with attachments

2.2.2 No conflicts of interest must meet must meet must meet not Letter of
in accordance with ITB requirement requirement requirement applicable Technical Bid
Conflict of Subclause 4.3.
Interest

2.2.3 Not having been must meet must meet must meet not Letter of
declared ineligible by requirement requirement requirement applicable Technical Bid
NDB Eligibility NDB, as described in
ITB Subclause 4.4.

2.2.4 Bidder required to meet must meet must meet must meet not Forms
conditions of ITB requirement requirement requirement applicable ELI – 1; ELI – 2
Government- Subclause 4.5. with attachments
Owned
Enterprise

2.2.5 Not having been must meet must meet must meet not Letter of
excluded by an act of requirement requirement requirement applicable Technical Bid
United Nations compliance with a
Eligibility United Nations Security
Council resolution in
accordance with ITB
Subclause 4.7.

Note:
A “NO” answer to any of the above-mentioned question (i.e. 2.2.1 to 2.2.5) will disqualify the Applicant.
2.3 Pending Litigation and Arbitration
Pending litigation and arbitration criterion shall apply.

Bidding Document for CA-33 Procurement of Plant Single-Stage: Two-Envelope


3-8 Section 3 - Evaluation and Qualification Criteria

2.3.1 Pending Litigation and Arbitration

Criteria Compliance Requirements Documents


Joint Venture
All Submission
Requirement Single Entity Each One
Partners Requirements
Partner Partner
Combined
All pending litigation and must meet not must meet not Form LIT - 1
arbitration, if any, shall be requirement applicable requirement applicable
treated as resolved against by itself or by itself or
the Bidder and so shall in total as partner as partner
not represent more than 60 to past or to past or
percent of the Bidder’s net existing existing
worth calculated as the Joint Joint
difference between total Venture Venture
assets and total liabilities.

Single-Stage: Two-Envelope Procurement of Plant Bidding Document for CA-33


Section 3 - Evaluation and Qualification Criteria 3-9

2.4 Financial Situation

2.4.1 Historical Financial Performance

Criteria Compliance Requirements Documents

Joint Venture
Single Submission
Requirement
Entity All Partners Each One Requirements
Combined Partner Partner

The minimum requirements to ‘Pass’ Must meet must meet must meet not applicable Form FIN - 1 with
requirement requirement requirement attachments
this criteria is that the Balance sheets
should indicate that the Net Worth of
the applicant (to be obtained from
latest audited Balance Sheet/ Form
FIN -1: Historical Financial
Performance mentioned above) shall
be ‘positive’ for atleast 3 (three)
years, out of the last five audited
financial years.
The financial year as applicable in the
country of origin of the bidders would
be considered. The ‘last financial year’
will be the latest financial year that
ended on or before 31.03.2018.
In case of a Joint Venture/Consortium,
the evaluation against the above
eligibility criteria will be done in totality
(i.e. algebraic aggregate of evaluation
of each member) and not as individual
member.
As a minimum, the Bidder’s net worth
should be Positive in atleast 3 (three)
years, out of the last five audited
financial years calculated as the
difference between total assets and
total liabilities.

Bidding Document for CA-33 Procurement of Plant Single-Stage: Two-Envelope


3-10 Section 3 - Evaluation and Qualification Criteria

2.4.2 Average Annual Turnover

Criteria Compliance Requirements Documents

Joint Venture
Single Submission
Requirement
Entity All Partners Requirements
Each Partner One Partner
Combined

The minimum requirements to Must meet must meet must meet not applicable Form FIN - 2
‘Pass’ this criteria is that the requirement requirement requirement
Average Annual Turn Over for
the last five financial years (in
terms of rupee equivalent
adjusted to last date of the
financial year that ended on or
before 31.03.2018, by assuming
5% escalation for Indian Rupee
and 2% for foreign currency per
year) shall not be less than INR
103.53 Crore.
The value of annual turnover
shall be calculated as total
certified payments received for
Contracts in progress and/or
completed, within last Five
Financial years divided by Five
years.
The financial year as applicable
in the country of origin of the
bidders would be considered.
The ‘last financial year’ will be the
latest financial year that ended on
or before 31.03.2018.
In case of a Joint
Venture/Consortium, the above
evaluation will be done in totality
after applying pro-rata
percentage participation of each
member and not as individual
member. For e.g., if there are
three members in a Joint
Venture/Consortium with pro-rata
percentage participation of ‘A%’,
‘B%’ and ‘C%’ and the Average
Annual Turnover of the respective
members are ‘X’, ‘Y’ and ‘Z’, then
the evaluation for the above

Single-Stage: Two-Envelope Procurement of Plant Bidding Document for CA-33


Section 3 - Evaluation and Qualification Criteria 3-11

criteria will be based on the pro-


rata percentage applied algebraic
aggregate i.e. ‘AX+BY+CZ’.

2.4.3 Financial Resources

If the bid evaluation process and the decision for the award of the Contract takes more than one (1)
year from the date of bid submission, Bidders shall be asked to resubmit their current contract
commitments and latest information on financial resources supported by latest audited
accounts/audited financial statements, or if not required by the law of the Bidder’s country, other
financial statements acceptable to the Employer, and the Bidders’ financial capacity shall be
reassessed on this basis.

Criteria Compliance Requirements Documents

Joint Venture
Single Submission
Requirement
Entity All Partners Each One Requirements
Combined Partner Partner

Liquidity Must meet must meet must meet not Form FIN – 3 and
requirement requirement requirement applicable Form FIN – 4
It is necessary that the firm can
withstand the Cash Flow that the
contract will require until payment
received from Employer. Liquidity
therefore becomes an important
consideration.
This can be seen from the balance
sheets and/or from the banking
reference. Net current assets
{(Current assets + loans &
advances) – (current liabilities +
provision)} or documents including
banking reference, should show
that the applicant has access to or
has available liquid assets, lines of
credit and other financial means to
meet cash flow INR 11.50 Crore for
this contract, net of applicant’s
commitments for other Contracts.
Banking reference should contain in
clear terms the amount that bank
will be in a position to lend for this
work to the applicant/member of the
Joint Venture/Consortium.
In case the Net Current Assets (as
seen from the Balance Sheets) are

Bidding Document for CA-33 Procurement of Plant Single-Stage: Two-Envelope


3-12 Section 3 - Evaluation and Qualification Criteria

Criteria Compliance Requirements Documents

Joint Venture
Single Submission
Requirement
Entity All Partners Each One Requirements
Combined Partner Partner

negative, only the Banking


references will be considered.
Otherwise the aggregate of the Net
Current Assets and submitted
Banking references will be
considered for working out the
Liquidity.
Liquidity of INR 11.50 Crore
available: Pass
Liquidity of INR 11.50 Crore not
available: Fail
In case of a Joint
Venture/Consortium, the above
evaluation will be done in totality
after applying pro-rata percentage
participation of each member and
not as individual member. For e.g.,
if there are three members in a Joint
Venture/Consortium with pro-rata
percentage participation of ‘A%’,
‘B%’ and ‘C%’ and the calculated
liquidity of the respective members
are ‘X’, ‘Y’ and ‘Z’, then the
evaluation for the above criteria will
be based on the pro-rata
percentage applied algebraic
aggregate i.e. ‘AX+BY+CZ’.
However, in case the applicant is a
Joint Venture/Consortium and if
Banking Reference is issued by the
Bank in favour of the Joint
Venture/Consortium for this
Contract, then it will be considered
for the amount stated in the banking
reference without applying pro-rata
% participation of each member.

Note:

1. The entries made under clause 2.4.2 and 2.4.3 and Section-4 (FIN-1 to FIN-5) shall have
cross references to submitted financial statements. The above statement shall also be

Single-Stage: Two-Envelope Procurement of Plant Bidding Document for CA-33


Section 3 - Evaluation and Qualification Criteria 3-13

certified by chartered accountant.


2. Bidder to note that, in case of foreigner bidder financial year ending on or before 31.12.2017
shall be considered for evaluation.
2.5 Bidder’s Experience
2.5.1 Contracts of Similar Size and Nature in implementing AFC system.
The Bidders will be qualified only if they have completed work(s) during last seven years ending
last day of the month previous to the one in which bids are invited as given below:

Docume
Criteria Compliance Requirements
nts

Joint Venture Submissi


Single on
S. No. Item Requirement
Entity All Partners Each Requirem
One Partner
Combined Partner ents

1 General Experience under the Must Meet not Must Meet not Form EXP - 1
the applicable the applicable
Construction Construction Contracts in the role
requirement requirement
Experience of prime contractor, JV Member or
Management Contractor for at
least the last 10 years.
2 Specific Tenderer should have Experience Must Meet Must Meet not not Form EXP -
the the applicable applicable 1
Construction of satisfactory completion of
requirement requirement
and Contract
• Atleast one *similar work of
Management
metro of value of Rs. 193.26
Crore or more comprising
Design, Supply, Installation,
Testing & Commissioning and
Maintenance of AFC system.

• At least two *similar works of


metro of each of value of Rs.
120.79 Crore or more
comprising Design, Supply,
Installation, Testing &
Commissioning and
Maintenance of AFC system.

• At least three *similar works of


metro of each of value of Rs.
96.63 Crore or more comprising

Bidding Document for CA-33 Procurement of Plant Single-Stage: Two-Envelope


3-14 Section 3 - Evaluation and Qualification Criteria

Design, Supply, Installation,


Testing & Commissioning and
Maintenance of AFC system.

3a Specific If the Bidder is not a registered Must Meet not not not Form EXP -
the applicable applicable applicable 1
Construction Indian firm, then at least one of the
requirement
and Contract *similar work(s) of value Rs. 96.63
Management Crore must have been executed
outside the country of origin of the
Bidder.

OR

3b Specific If the Bidder is a JV/Consortium not not Must Meet not Form EXP -
applicable applicable the applicable 1
Construction and having foreign partner(s), and
requirement
Contract above work(s) have been
Management executed by the foreign partner of
the JV/Consortium and the
work(s) were done in the country
of the foreign partner, then in
addition to this at least one of the
similar work(s) of value Rs. 96.63
Crore must have been executed
by the foreign partner outside the
country of origin of the foreign
partner.

*Similar works shall mean design, manufacture, supply, installation, testing and commissioning maintenance
of AFC system (comprising of AFC gates, TOMs, TVMs, Station Computers and Central Computer) for Metro
rail projects for which client (or end user) has issued Operational Certificate.
Notes:

i. The tenderer shall mention the name of the projects to be used for each of Clause 2.5.1 along with
documentary evidence in the form of client certificate(s).

ii. The similar work should have been executed by the tenderer themselves. The work done by the
concessionaire on BOT basis where more than 50 percent of the work was got executed through
subcontractors etc. shall not be considered for qualification.

iii. The tenderer shall submit details of work executed by them in the Performa of EXP-1 for the works
to be considered for qualification of work experience criteria. 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 C.A., T.D.S certificates for all payments
received and copy of final/last bill paid by client shall also be submitted. Employer reserves the right

Single-Stage: Two-Envelope Procurement of Plant Bidding Document for CA-33


Section 3 - Evaluation and Qualification Criteria 3-15

to get it verified from the previous Employers.

iv. Value of successfully completed portion of any on-going work up to last day of month previous to the
one in which bids are invited will also be considered for qualification of work experience criteria.

v. For completed works, value of work done shall be updated to last day of month previous to the one
in which bids are invited price level assuming 5% inflation for Indian Rupees every year and 2% for
foreign currency portions per year. The exchange rate of foreign currency shall be applicable 28 days
before the submission date of tender.

vi. In case of joint venture / Consortium, full value of the work, if done by the same joint venture shall
be considered. However, if the qualifying work(s) were done by them in JV/Consortium having
different constituents, then the value of work as per their percentage participation in such
JV/Consortium shall be considered.

vii. Lead partner / Non-substantial partner / Change in JV / Consortium


a) Lead partner must have a minimum of 26% participation in the JV / Consortium.
b) Each Partner shall have minimum 25% participation. Partners having less than 25%
participation will be termed as non-substantial partner and will not be considered for evaluation
which means that their financial soundness and work experience shall not be considered for
evaluation of JV / Consortium except to the extent brought out in Note (i) of Clause2.4.1(A).
Thus, all the requirements of clause 2.5.1 to 2.5.3 shall be met by substantial partners only.
c) All members combined shall meet 100% requirement subject to (b) above.
d) In case of JV / Consortium, change in constitution or percentage participation shall not be
permitted at any stage after their submission of application otherwise the applicant shall be
treated as non-responsive.

viii. JV/Consortium: Consequences for deviation from JV/MOU


The tenderer, in case of JV/Consortium, shall clearly and unambiguously define the role and
responsibilities for each substantial/non-substantial partner in the JV/ MOU submitted vide EXP-1,
providing clearly that any abrogation/subsequent re-assignment of any responsibility by any
substantive/non-substantive partner of JV/Consortium in favour of other JV/Consortium partner
(without written approval of Employer) or any change in constitution of partners of JV/Consortium
from the one given in JV/MOU at tender stage, will be treated, as ‘breach of contract condition’
and/or ‘misrepresentation of facts’ (as the case may be), vide GCC clause 6.1.(a).(ii) and acted
accordingly. The Employer in such cases, may in its sole discretion rescind the contract for failure in
tenderer’ obligation and declare that member(s) of JV/Consortium ineligible for award of any tender
in MMRDA or take action to terminate the contract in part or whole as the situation may demand and
recover the cost/damages as provided in contract besides forfeiting the performance and other
guaranties or any other measures as per GCC Clause 6.1.

2.5.2 Experience in Key Activities

Bidding Document for CA-33 Procurement of Plant Single-Stage: Two-Envelope


3-16 Section 3 - Evaluation and Qualification Criteria

Must be complied with by the Bidder. In case of a Joint Venture Bidder, at least one of the partners
must have experience in the key activity. If the activity can be subcontracted, the requirement must
be specified in criterion 2.5 of Section 3.

Criteria Compliance Requirements Documents

Submission
Requirement Single Entity Joint Venture
Requirements

All Partners
Each Partner One Partner
Combined

For the above or other must meet not applicable not applicable must meet
requirements requirements
contracts executed during
the period stipulated in 2.5.1
above, a minimum
experience in the following
key activities:

Design, Manufacture, At least one not applicable not applicable At least two Form EXP –2
completed completed
Supply, Installation, Testing
Similar works for *Similar works
and Commissioning and 22 stations or for 20 stations
Maintenance of Contactless Two completed each for Metro
smartcard-based AFC Similar works for within last seven
14 stations or years
system (comprising of AFC
Three completed
gates, TOMs, TVMs, Station Similar works for
Computers) with central 11 stations or
computer system. above for Metro
within last Ten
years

AND

If the Bidder is not a At least one of the not applicable not applicable not applicable Form EXP –2
above completed
registered Indian firm, then
Similar work for
in addition to this the 14 stations for
Experience of “Design, Metro within last
Manufacture, Supply, Ten years outside
the country of
Installation, Testing and
origin of the
Commissioning of Bidder.
Contactless smartcard-
based AFC system
(comprising of AFC gates,
TOMs, TVMs, Station
Computers) with central
computer system”

Single-Stage: Two-Envelope Procurement of Plant Bidding Document for CA-33


Section 3 - Evaluation and Qualification Criteria 3-17

OR

If the Bidder is a not applicable not applicable At least one of not applicable Form EXP –2
the completed
JV/Consortium having
*Similar work for
foreign partner(s), and 14 stations for
above work(s) have been Metro within last
executed by the foreign Ten years by the
foreign
partner of the JV/Consortium
partner(s)
and the work(s) were done in outside the
the country of the foreign country of origin
partner(s), then in addition to of the foreign
partner(s).
this the Experience of
“Design, Manufacture,
Supply, Installation, Testing
and Commissioning of
Contactless smartcard-
based AFC system
(comprising of AFC gates,
TOMs, TVMs, Station
Computers) with central
computer system” by the
foreign partner(s)

AND

Experience in intermodal must meet must meet not applicable not applicable
requirements requirements
Ticket Integration using
security key arrangements
for Contactless Smart Cards

*Similar works shall mean design, manufacture, supply, installation, testing and commissioning maintenance
of Contactless smartcard-based AFC system for Metro rail projects for which client (or end user) has issued
Operational Certificate.

2.6 Subcontractors
Subcontractors or Manufacturers for the following major items of plant and services must meet the
following minimum criteria, herein listed for that item. In case the bidder fails to provide the above
information & relevant documents at bid stage, Bidder must submit an undertaking in writing that
“We hereby confirm that if we are considered to award this contract, we shall follow all terms and
conditions of MMRDA for deployment of subcontractor and no subcontractor shall be deployed
without prior approval of MMRDA. We also confirm that all the required data/details regarding
subcontractor shall be submitted to MMRDA within one month of issue of Letter of
Acceptance(LOA).”.

Item Documents
Description of Item Minimum Criteria to be met
No. Submission

Bidding Document for CA-33 Procurement of Plant Single-Stage: Two-Envelope


3-18 Section 3 - Evaluation and Qualification Criteria

Requirements

1 Cabling, and Installation of Experience in cabling and Form EXP-3


AFC equipment installation of AFC equipment at
least at Ten Metro stations

In the case of a Bidder who offers to supply and install major items of plant under the contract, which
the Bidder did not manufacture or otherwise produce, the Bidder shall provide the Manufacturerʼs
authorization, using the form provided in Section 4 (Bidding Forms), showing that the Bidder has
been duly authorized by the Manufacturer or producer of the related plant and equipment or
component to supply and install that item in the Employerʼs country. Failure to submit the
Manufacturer’s authorization at the first instance is considered a minor, nonmaterial omission and
shall be subject to clarification. However, failure of the Bidder to submit the omitted authorization
shall lead to rejection of the Subcontractor or Manufacturer of the item under evaluation.

Single-Stage: Two-Envelope Procurement of Plant Bidding Document for CA-33


MUMBAI METROPOLITAN REGION DEVELOPMENT AUTHORITY

DESIGN, MANUFACTURE, SUPPLY, INSTALLATION,


TESTING AND COMMISSIONING AND MAINTENANCE OF
AUTOMATIC FARE COLLECTION(AFC) SYSTEM FOR 52
ELEVATED STATIONS AND AFC OCC, AFC SOFTWARE
TESTING AND DEVELOPMENT CENTER (SDC) OF METRO
LINE 2A (DAHISAR EAST TO DN NAGAR), LINE 2B (DN
NAGAR TO MANDALE) AND LINE 7 (ANDHERI EAST TO
DAHISAR EAST) OF MUMBAI METRO RAIL PROJECT OF
MMRDA

CONTRACT NO: MMRDA/MMRP/CA-33

TENDER DOCUMENTS

SECTION 4 - BIDDING FORMS

MUMBAI METROPOLITAN REGION DEVELOPMENT AUTHORITY


Metro PIU, 1st Floor, A-wing, Old Administrative Building,
Bandra-Kurla Complex, Bandra (E), Mumbai –400 051, India
Section 4 - Bidding Forms 4- 1

Section-4 Bidding Forms (BDF)


This section contains the forms to be completed by the Bidder and submitted as part of
its Bid.

Table of Forms

Section-4 Bidding Forms (BDF) ............................................................................................................ 1

Letter of Technical Bid ........................................................................................................................... 4

Letter of Price Bid ................................................................................................................................... 6

Price Schedules ......................................................................................................................................8

PREAMBLE 8
SCHEDULE 1: STATEMENT OF PRICES .........................................................................................22
Appendix - A ....................................................................................................................................22
Appendix - B ....................................................................................................................................23
Appendix - C ....................................................................................................................................24
Appendix - D ....................................................................................................................................26
Appendix - E ....................................................................................................................................28
Appendix – F ...................................................................................................................................30
Appendix – G ...................................................................................................................................31
Appendix - H ....................................................................................................................................33
Appendix - I .....................................................................................................................................34
Appendix - J ....................................................................................................................................35
Appendix - K ....................................................................................................................................36
Appendix - L ....................................................................................................................................38
Appendix - M ...................................................................................................................................39
Appendix - N ....................................................................................................................................41
Appendix - O ...................................................................................................................................42
Appendix - P ....................................................................................................................................44
SCHEDULE NO. 2: Training & Manuals, Spares, Maintenance (refer Cost Center T&M A, B & MISC
A, B, C) ......................................................................................................................45
Appendix - Q ...................................................................................................................................45
Appendix - R ....................................................................................................................................46
Appendix - S ....................................................................................................................................47
Appendix - T ....................................................................................................................................49
Appendix - U ....................................................................................................................................50
SCHEDULE NO. 3: GRAND SUMMARY ...........................................................................................51

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4- 2

Appendix - V ....................................................................................................................................51
Appendix - W ...................................................................................................................................52
Appendix - X ....................................................................................................................................54
Appendix – Y1 .................................................................................................................................56
Appendix – Y2 .................................................................................................................................57
Appendix – Y3 .................................................................................................................................58

Bid Security - Bank Guarantee ............................................................................................................ 61

Bid-Securing Declaration .................................................................................................................... 62

Bidders Technical Proposal ................................................................................................................ 63

Form BTP - 1: Site Organization .....................................................................................................64


Form BTP - 2: PERSONNEL ..........................................................................................................65
Form BTP - 3: Design Proposal ......................................................................................................67
Form BTP - 4: Method Statement ...................................................................................................68
Form BTP - 5: Mobilization Schedule .............................................................................................69
Form BTP - 6: Construction Schedule ............................................................................................70
Form BTP - 7: Plant.........................................................................................................................71
Form BTP - 8: Equipment ...............................................................................................................72
Form BTP - 9: Proposed Subcontractors and/or Manufacturers for Major Items of Plant and Services
.........................................................................................................................................................73
Form BTP - 10: Manufacturer's Authorization .................................................................................74
Form BTP - 11: Time Schedule .......................................................................................................75
Form BTP - 12: Maintenance Services ...........................................................................................76
Form BTP - 13: Certificate of Compliance ......................................................................................77
Form BTP - 14: Interface requirement undertaking ........................................................................78
Form BTP - 15: Scope of work compliance undertaking.................................................................79

Bidder’s Qualification .......................................................................................................................... 80

Form ELI - 1: Bidder’s Information Sheet .........................................................................................80


Form ELI - 2: Joint Venture Information Sheet .................................................................................81
Form ELI-3: PRO-FORMA LETTER OF APPLICATION ..................................................................82
Form ELI-4: PRO-FORMA LETTER OF PARTICIPATION FROM EACH MEMBER OF A JOINT
VENTURE/CONSORTIUM ..............................................................................................................83
Form FIN - 1: Historical Financial Performance ...............................................................................85
Form FIN - 2: Average Annual Turnover ..........................................................................................86
Form FIN – 3: Availability of Financial Resources............................................................................87
Annexure-1: SAMPLE FORMAT FOR BANKING REFERENCE FOR LINE OF CREDIT .............88
Form FIN- 4: Financial Requirements for Current Contract Commitments.......................................89

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4- 3

Form FIN - 5: Self-Assessment Tool for Bidder’s Compliance to Financial Resources ....................90
Form FIN - 5A: For Single Entities ..................................................................................................90
Form FIN - 5B: For Joint Ventures ..................................................................................................90
Form FIN - 6: Bid Capacity ..............................................................................................................91
Form EXP – 1: Contracts of Similar Size and Nature .......................................................................92
Form EXP - 2: Experience in Key Activities .....................................................................................93
Form EXP - 3: Subcontractors .........................................................................................................94
Form EXP - 4: Undertaking for Not banned for doing business & Non- Termination of Contract due to
Non-Performance.............................................................................................................................95

APPENDICES TO BIDDING FORM ...................................................................................................... 96

APPENDIX F-1 ..................................................................................................................................97


APPENDIX F-2 ..................................................................................................................................99
APPENDIX F-3 ................................................................................................................................100
APPENDIX F-4 ................................................................................................................................101
APPENDIX F-5 ................................................................................................................................102
APPENDIX F-6 ................................................................................................................................103
APPENDIX F-7 ................................................................................................................................104
APPENDIX F-8 ................................................................................................................................106
APPENDIX F 9 ................................................................................................................................107
APPENDIX F-10 ...............................................................................................................................108
APPENDIX F-11 ...............................................................................................................................111
APPENDIX F-12 ...............................................................................................................................116
APPENDIX F-13 ...............................................................................................................................117
APPENDIX F-14 ...............................................................................................................................118

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4- 4

Letter of Technical Bid

-- Note –
The bidder must accomplish the Letter of Technical Bid on its letterhead clearly showing
the bidder’s complete name and address.

Date: .............................................
ICB No.: MMRDA/MMRP/CA-33
Invitation for Bid No.: CA-33

To:

Director (System) – Metro PIU


1st Floor, A-wing, Old Administrative Building
Mumbai Metropolitan Region Development Authority (MMRDA),
Bandra Kurla Complex, Bandra (E),
Mumbai – 400051.

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including
Addenda issued in accordance with Instructions to Bidders (ITB) 8.

(b) We offer to supply in conformity with the Bidding Documents the following:

“MMRDA/MMRP/CA-33: DESIGN, MANUFACTURE, SUPPLY, INSTALLATION,


TESTING & COMMISSIONING AND MAINTENANCE OF AUTOMATIC FARE
COLLECTION(AFC) SYSTEM FOR 52 ELEVATED STATIONS and AFC OCC, AFC
SOFTWARE TESTING & DEVELOPMENT CENTRE (SDC) OF METRO LINE 2A
(DAHISAR EAST TO DN NAGAR), LINE 2B (DN NAGAR TO MANDALE) AND
LINE 7 (ANDHERI EAST TO DAHISAR EAST) OF MUMBAI METRO RAIL
PROJECT OF MMRDA.”

(c) Our Bid consisting of the Technical Bid and the Price 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.

(d) We, including any Subcontractors or Manufacturers for any part of the Contract, have
or will have nationalities from eligible countries, in accordance with ITB 4.2.

(e) We, including any Subcontractors or Suppliers for any part of the Contract, do not
have any conflict of interest in accordance with ITB 4.3.

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4- 5

(f) We are not participating, as a Bidder in more than one bid in this bidding process in
accordance with ITB 4.11 of BDS, other than alternative offers submitted in
accordance with ITB 13.

(g) Our firm, its affiliates or subsidiaries, including any Subcontractors or Suppliers for
any part of the contract, has not been declared ineligible by NDB, under the
Employer’s country laws or official regulations or by an act of compliance with a
decision of the United Nations Security Council.

(h) [We are not a government-owned enterprise] / [We are a government-owned


enterprise but meet the requirements of ITB 4.5].1

(i) We agree to permit NDB or its representative to inspect our accounts and records and
other documents relating to the bid submission and to have them audited by auditors
appointed by NDB.

(j) If our Bid is accepted, we commit to mobilizing key equipment and personnel in
accordance with the requirements set forth in Section 6 (Employer’s Requirements)
and our technical proposal, or as otherwise agreed with the Employer.

Name ...............................................................................................................................
In the capacity of ..............................................................................................................
Signed ..............................................................................................................................
..........................................................................................................................................
Duly authorized to sign the Bid for and on behalf of ..........................................................
Date .................................................................................................................................
..........................................................................................................................................

1
Use one of the two options as appropriate.

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4- 6

Letter of Price Bid

-- Note –
The bidder must accomplish the Letter of Price Bid on its letterhead clearly showing the
bidder’s complete name and address.

Date: .............................................
ICB No.: MMRDA/MMRP/CA-33
Invitation for Bid No.: CA-33

To:

Director (System) – Metro PIU


1st Floor, A-wing, Old Administrative Building
Mumbai Metropolitan Region Development Authority (MMRDA),
Bandra Kurla Complex, Bandra (E),
Mumbai – 400051.

We, the undersigned, declare that:

• We have examined and have no reservations to the Bidding Document, including


Addenda issued in accordance with Instructions to Bidders (ITB) 8.

• We offer to supply in conformity with the Bidding Documents the following:

MMRDA/MMRP/CA-33: DESIGN, MANUFACTURE, SUPPLY, INSTALLATION,


TESTING & COMMISSIONING AND MAINTENANCE OF AUTOMATIC FARE
COLLECTION ( AFC) SYSTEM FOR 52 ELEVATED STATIONS and AFC OCC,
AFC SOFTWARE TESTING & DEVELOPMENT CENTRE (SDC) OF METRO LINE
2A (DAHISAR EAST TO DN NAGAR), LINE 2B (DN NAGAR TO MANDALE) AND
LINE 7 (ANDHERI EAST TO DAHISAR EAST) OF MUMBAI METRO RAIL
PROJECT OF MMRDA.

• The total price of our Bid, excluding any discounts offered in item (d) below is the
sum of

[amount of local currency in words], [amount in figures]

• discounts offered and the methodology for their application are as follows: [. . . insert
discounts and methodology for their application if any . . .]

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4- 7

• Our Bid shall be valid for a period of 180 days from the date fixed for the 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.

• If our Bid is accepted, we commit to obtain a performance security in accordance


with the Bidding Document.

• We have paid, or will pay the following commissions, gratuities, or fees with respect
to the bidding process or execution of the Contract: 2

Name of Recipient Address Reason Amount


.................................... ................................... ............................ ...................
.................................... ................................... ............................ ...................

• 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.

• We understand that you are not bound to accept the lowest evaluated bid or any
other bid that you may receive.

• We agree to permit NDB or its representative to inspect our accounts and records
and other documents relating to the bid submission and to have them audited by
auditors appointed by NDB.

Name ...............................................................................................................................
In the capacity of ..............................................................................................................
Signed ..............................................................................................................................
..........................................................................................................................................
Duly authorized to sign the Bid for and on behalf of ..........................................................
Date .................................................................................................................................
..........................................................................................................................................

2
If none has been paid or is to be paid, indicate “None.”

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4- 8

Price Schedules
PREAMBLE

1. The Bidder's attention is drawn to the General Conditions of Contract, Special


Conditions of Contract and Employer’s Requirements. This Preamble will serve as a
definitive guide to the terms of payment.
The Bidder shall note that this is a fixed priced contract.
2. This Contract is a Design, Manufacture, Supply, Installation, Testing and
Commissioning (including Integrated Testing and Commissioning) and maintenance for
AFC system during 2 (Two) years Defect Liability Period and beyond for the Mumbai
Metro Rail Project, including but not limited to:
• Plans and programs, test procedures, interface co-ordination meetings and
documents; drawings, design calculations, and schedules safety, and quality plans,
etc.
• Offshore manufacture/procurement; operation of quality assurance program at
places of manufacture; carrying out of type tests, prototype tests, factory
acceptance tests, tests before shipment; and the associated provision of necessary
test equipment, tools and materials; inspection, packing, crating, storage and transit
to Port of entry India;
• Manufacture/procurement in India; operation of quality assurance program at
places of manufacture; carrying out of type tests, prototype tests, factory
acceptance tests, tests before shipment; and the associated provision of necessary
test equipment, tools and materials; inspection, packing, crating, Port Handling and
Clearance for offshore products, including temporary storage;
• Loading and transportation of imported and ex-works India to Mumbai, India.
• Installation / erection (including provision of temporary services as required) and
mounting all in accordance with the specifications, aligning, fasteners and securing
devices, adjusting as necessary, installation of power and monitoring devices;
• Testing of all plant and equipment, sub-systems, systems, fault finding,
adjustments and reworking as necessary, submittal of all test reports;
• Attendance upon statutory authority’s inspections and tests, completion of all
modifications to meet authority’s approval and arranging approval from such
authorities;
• Inspection and maintenance of installed plant and equipment;
• O&M Documentation, Transfer of Technology and other obligations;
• Operation, Maintenance and Spare Parts management, Manuals, including
preparation;
• As-Built Drawings including preparation, submission, all subsequent revisions,
changes required and re-submittals as necessary;

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4- 9

• Validation of RAM data as per the actual performance obtained during DLP as per
employer’s requirement.
• Supply of all tools and special test instruments and equipment;
• Training of Employer’s Staff in different disciplines overseas and in India.
3. The items given in the Cost Centers/Schedule are indicative.

4. This is a Lumpsum fixed price contract, Tenderer to note that in case, if any item is
missed in Cost Centers/ Schedules which is required for the completion of the system,
then it is deemed to be covered under scope of works and Tenderer shall provide at his
own cost.

5. Taxes, Levies, Duties, Cess, etc.


While quoting the rates, the Bidder is advised to take into consideration provision of
Clause 14 from General Condition of Contract.
The form of Contract agreement shall be as per the format provided in Special
Condition of Contract.

6. Following Corridors / Sections are covered under this Package: -


52 stations and AFC OCC, AFC Software Testing & development Centre (SDC) of
Metro Line 2A (Dahisar East to DN Nagar), Line 2B (DN Nagar to Mandale) and Line 7
(Andheri East to Dahisar East).

7. Units and Currency


The Bidder shall fill in each column with unit rate or lump sum, whichever the case may
be, for each statement item of the various Statements, provided that he should consider
it a reimbursable item, on the basis of the Bid Documents and pre-Bid meeting and site
visits.
The price shall be quoted in INR and / OR any other freely convertible foreign Currency
as under: -
(i) Plant, Equipment, spare parts & Tools to be supplied from abroad shall be
quoted in any freely convertible foreign Currency.
(ii) Plant, Equipment, Spare Parts & Tools to be supplied from within India shall be
quoted in Indian Rupees.
(iii) Port handling, Port clearance, local transportation, insurance and other local
costs incidental to the delivery of plant and equipment shall be quoted in Indian
Rupees.
(iv) Installation and maintenances services, provision of Operation and Maintenance
manuals,
(v) Training, Transfer of Technology shall be quoted in INR (Indian Rupees).
However, foreign component, if any, of installation and maintenance services
may be quoted in foreign Currency.

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4- 10

8. Rates and Sums to be for Complete Work


Bidders shall be deemed to have read the Employer’s Requirements and other parts of
the Bid Documents to ascertain the full scope of the requirements included in each item
prior to filling in the rates and prices. The Statements of Prices do not describe the
Works completely in all respects and reference must be made to the Conditions of
Contract, Special condition of Contract, General Specification and Technical
Specification on the detailed scope. No claim shall be considered in respect of any
omission or alleged omission in the Statement of Prices of any cost required to bring
the Works to completion.
Notwithstanding any limits that may be implied by wording of the individual items and/or
explanations in the Preamble, the rates and sums, which the Bidder enters in the
Statement of Prices, shall be for the complete work finished in every respect.
The Bidder shall be deemed to have taken full account of all requirements, liabilities,
obligations and risks, whether expressed or implied, and to have priced the items
accordingly. The items in the Statement of Prices are the only items against which
payment will be made. The cost of any item of work not specifically described in the
Statement of Prices but required for the execution of the Contract shall be allowed for in
the unit rates for the items in the Statement of Prices. The entered rates and prices
shall be deemed to be inclusive of labour, material, equipment, overheads, profits and
all other direct and incidental costs of whatever nature and risks of every kind
necessary to design, manufacture, deliver, install, test and commission (including
Integrated Testing and Commissioning) complete, and remedying any defects in the
whole of the Works in accordance with the Contract and fulfilment of Bidder’s
obligations under the Contract.
In case of Quantity Variation of AFC system, the Statement of prices, Cost Center-A will
be applicable and specified in the Variation Order.

9. Allowances in rates
Full allowance shall be made in the rates and sums against the various items in the
Statement of Prices and Quantities for all costs involved in performing the Works except
to the extent that work is specifically described and paid for in the Statement of Prices.
The list below is not exhaustive, and the Bidders are expected to take all costs involved
while quoting the rates that will not be subject to variation on any account.
(i) All setting out and survey work;
(ii) Payment of all patent rights and royalties;
(iii) Safety precautions and all measures to prevent damage and suppress fire and
other hazards;
(iv) The protection and safety of Metro trains and services;
(v) Supply, maintain and remove on completion the Contractor's own
accommodation, offices, depots, stores, workshops, transport, welfare services
and other facilities including telephones and facsimile machines and all charges
in connection therewith;

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4- 11

(vi) The supply, inspection and testing of materials and of the Works as specified
including the provision and use of equipment and arrangements for the
“Engineer” and others;
(vii) Maintaining public access within operating stations;
(viii) Providing transporting to the Site, setting to work, operating (including all fuel
and consumable stores), maintaining and removing from the Site upon
completion all Construction Plant and Contractor's Equipment necessary for the
execution of the Works and including the cost of all tests and other requirements
in respect of such plant and equipment;
(ix) Working adjacent to or across existing services and installations;
(x) Complying with the requirements of the Employer in regard to Safety and
Health, and Quality Assurance;
(xi) Co-ordination and interference to the Works by the works of Designated
Contractors and others employed by employer being legitimate users of the
facilities on or in the vicinity of the Site;
(xii) Remedying of defects and shrinkage, and works of amendment, reconstruction,
replacement of other faults, fair wear and tear excepted, during Defects Liability
Periods;
(xiii) Protection to be implemented against Electro-magnetic effects;
(xiv) Insurance, including all risks in supply, erection, storage, transit, third party,
Workmen’s compensation and the like;
(xv) Tools and test equipment required for all tests prior and after delivery;
(xvi) License from concern state government.

10. Unit Rates


Bidder shall note that prices shall be quoted against each item in the statement of price
even if Quantity indicated is NIL against them. The quoted price against these items
should be comparable with the rates quoted against the items where quantities have
been specified. These rates will not be made part of the evaluation process. The final
accepted prices of these items can be utilized by the Employer at the time of Variation
(if required) even if the present Quantity is NIL.
Items against which, no rate or sum is entered by the Bidder, whether quantities are
stated or not, shall be regarded as covered by other rates in the Statement of Prices.

11. Bid Pricing


a) Bidders shall quote for the entire work on a “single responsibility” basis such that the
total Bid price covers all Contractor’s obligations mentioned in or to be reasonably
inferred from the Bid Documents in respect of the design, manufacture, including
procurement and subcontracting (if any), delivery, construction, installation, completion
of the whole of Works. This includes all requirements under the Contractor’s
responsibilities for testing and commissioning of the works including integrated testing
and commissioning, the acquisition of all permits, approvals and licenses, etc.; the
operation, maintenance and training services and such other items and services as are

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4- 12

specified in the Bid documents. Items against which no price is entered by the Bidder
will not be paid for by the Employer when executed and shall be deemed to be covered
by the prices for other items. The Bidder shall take regard of the actual site conditions
and the items entered in the various Statements. The Bidder shall not fill in the
individual Cost Center item amounts. The amounts for these individual Cost Center
Items will be filled in by the successful Bidder only at the time of awarding the Contract.
They will be based on the amounts previously filled in on the Bid Price.
b) Bidders are required to quote the price for the commercial, contractual and technical
obligations outlined in the Bid documents. If a Bidder wishes to make deviations or
wants to put conditions, qualifications, etc., such deviations, conditions, qualifications
etc. shall be listed in Appendix F-11. The Bidder shall also provide in this statement the
additional price, if any, for the unconditional withdrawal of the deviations, qualifications,
conditions etc. This additional price for the unconditional withdrawal has to be given
separately for each deviation, qualification, condition, etc. Any deviation / qualification /
condition that is not priced for unconditional withdrawal shall not be considered.
The Bidders shall price the Statements of Prices in Indian Rupees, and in freely
convertible foreign Currency

12. The Pricing Document for Base Bid is divided into separate Statements of Prices as
follows:
(i) Cost Centre-A 1
General Requirements
(ii) Cost Centre-A 2
Preliminary Design
(iii) Cost Centre- L7 B
Detailed Design
(iv) Cost Centre-L7 C
Manufacture and Delivery
(v) Cost Centre-L7 D
Installation and Site Testing
(vi) Cost Centre-L7 E
System Acceptance Tests and Integrated Testing and Commissioning and Operational
Acceptance
(vii) Cost Centre- L2A B
Detailed Design
(viii) Cost Centre-L2A C
Manufacture and Delivery
(ix) Cost Centre-L2A D
Installation and Site Testing
(x) Cost Centre-L2A E
System Acceptance Tests and Integrated Testing and Commissioning and Operational
Acceptance
(xi) Cost Centre- L2B B

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4- 13

Detailed Design
(xii) Cost Centre-L2B C
Manufacture and Delivery
(xiii) Cost Centre-L2B D
Installation and Site Testing
(xiv) Cost Centre-L2B E
System Acceptance Tests and Integrated Testing and Commissioning and Operational
Acceptance
(xv) Cost Centre- T&M A
Training
(xvi) Cost Centre- T&M B
Manuals
(xvii) Cost Centre – MISC A
Spares, Special Tools, Testing Equipment, Measuring Instruments and Furniture
(xviii) Cost Centre – MISC B
Assistance for Maintenance
(xix) Cost Centre – MISC C
Annual Maintenance Support Contract
Recommended Spare Parts for 2 years during DLP with a unit price for each spare part
(for reference only), Cost to be included in Cost center-MISC A
13. The Statements do not generally give a full description of the plant and equipment to be
supplied and the services to be performed under each item. Bidder shall be deemed to
have read the Employer’s Requirements to ascertain the full scope of requirements
included in each item prior to filling in the rates and prices. The Contractor shall carry
out all the work necessary to meet the Employer’s Requirements.
14. If Bidders are unclear of any item, they shall seek clarification in accordance with the
Instructions to Bidders prior to submitting their Bid.
15. Contents of the Schedule of Prices/Cost centers
(i) Cost Center A1: General Requirements:
This Cost Centre comprises all those obligations and ongoing activities
throughout the Contract not associated directly with any other Cost Centre
• This Cost Centre includes but is not limited to:
• Works Programme for complete Contract No. CA-33
• Setting up of Project & Site offices & related activities.
• Preliminary System Assurance Plans for L7, L2A, L2B and OCC
• EMC Management Plans.
• RAMS Plans
• Software Quality Assurance Plans.

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4- 14

• Quality Plans.
• Site Safety Plans.
• Site Environmental Plans.
• Interface Management Plan with Designated Contractors.
• Interface Management Plan with Designated CCHS Provider
• Any other item(s) considered necessary to comply with the Scope of
Work

(ii) Cost Center A2: Preliminary Design


This Cost Centre comprises all those obligations and ongoing activities
throughout the Contract not associated directly with any other Cost Centre.
This Cost Centre includes but is not limited to:
• Preliminary System design for Automatic Fare Collection System for
complete Contract No. CA-33
• Software & System verification and validation standards with complete
verification and validation documents for L7, L2A, L2B and OCC
• Specifications for station equipment for L7, L2A, L2B and OCC including
the requirement of power, space and mounting details.
• Preliminary system design with quantities of each component / station
and cabling details for complete Contract No. CA-33.
• Specification of Equipment and Cable Layout Plans in Central Computer
System for complete Contract No.CA-33.
• Layout plan of Software Testing & Development Centre (SDC).for gates
installation and ticket office machine installation, TVM and Add Value
Machine installation including cable routes.
• Any other item(s) considered necessary to comply with the Scope of
Work

(iii) Cost Center: L7 - B: Detailed Design


This Cost Centre comprises all those obligations and ongoing activities
throughout the Contract not associated directly with any other Cost Centre.
This Cost Centre includes all activities for CA-33 generally and Section L7 in
particular but is not limited to:
• Complete specifications for various sub-systems e.g. Automatic Gates,
Ticket Office Machine, Ticket Vending Machine, Add Value Machines,
CSC reader, CSC processor, Card Initialization Machine, Ticket Reader,
Portable ticket analyzer, cabling, Station Computer, Central Computer,
etc. for complete CA-33 Contract.
• Final design for Automatic Fare Collection system, for complete CA-33
Contract

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4- 15

• Requirement of gates and Ticket Office Machine, Ticket Vending


Machine at Software Testing & Development Centre (SDC).
• Requirement of gates and Ticket Office Machine, Ticket Vending
Machine in each station as per the passenger data.
• Layout plan of Software Testing & Development Centre (SDC).for gates
installation and ticket office machine installation, TVM and Add Value
Machine installation including cable routes.
• Final System Assurance Plans for CA-33.
• Final drawings for the accepted Final designs submitted by the
Contractor including requirement layout plans, Central computer
positions etc.
• Complete specification of cables, power supply, network components,
terminations etc,. for L7.
• Delivery Schedules for Materials.
• Complete configuration data and all related software.
• Any other item(s)considered necessary to comply with Scope of Work

(iv) Cost Center: L7 - C: Manufacture and Delivery


This Cost Centre comprises all those obligations and ongoing activities
throughout the Contract not associated directly with any other Cost Centre.
This includes all activities for Section L7 but is not limited to:
Receipt/delivery of following equipment for Section L7 after type test, factory
acceptance test, provision of bank guarantee and proof of insurance:
• Delivery of automatic gates including reversible, wide bidirectional gates
at Contractor’s premises
• Delivery of ticket office machine, TVM and AVM at Contractor’s premises
• Delivery of Station Computer, Central Computer system, Card
Installation machine (CIM) hubs and switches at Contractor’s premises
• Delivery of all type of cables, connectors, racks at Contractor’s premises
• Delivery of PTA with all accessories at Contractor’s premises
• Delivery of CSC (Contactless Smart Card) ticket readers, CSC
(Contactless Smart Card) processors at Contractor’s premises
• Delivery of tickets and other consumables at Contractor’s premises
• Any other item(s) considered necessary to comply with Scope of Work.

(v) Cost Center: L7 - D: Installation and Site Testing:


This Cost Centre comprises all those obligations and ongoing activities
throughout the Contract not associated directly with any other Cost Centre.
This shall include all activities for Section L7 but not be limited to:

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4- 16

• Delivery to Site from Contractor’s premises in Mumbai, installation and


testing of all equipment including Central Computer system, Station
computer, automatic gates, ticket office machine, TVM, AVM, CSC
processor, station computer card initialization machine, ticket reader,
and associated accessories.
• Submission of Construction Plan, installation drawings, circuit diagrams
for construction.
• Receipt of equipment at Site, pre-installation tests, inspection of
equipment and Site preparations.
• Complete fixing and wiring of equipment in accordance with circuit and
installation diagrams.
• Post installation tests including: Pre-power up checking, power up
customization and configuration of equipment.
• Perform Partial Acceptance Tests in accordance with the accepted PAT
Plan for Automatic Fare Collection system.
• Any other item(s) considered necessary to comply with the Scope of
Works.

(vi) Cost Center: L7 - E: System Acceptance Tests and Integrated Testing and
Commissioning and Operational Acceptance.
This Cost Centre comprises all those obligations and ongoing activities
throughout the Contract not associated directly with any other Cost Centre.
This shall include all activities for Section L7 but not be limited to:
• System Acceptance Tests in accordance with accepted System
Acceptance Plan
• Integrated Testing and Commissioning
• Service Trials
• Safety Certification, in the approved format, for opening Section L7 for
Revenue Operation for Automatic Fare Collection system.
• Detailed report on security standards of software for Automatic Fare
Collection System
• Guarantee test to obtain operational acceptance certificate
• Any other item(s) considered necessary to comply with the Scope of
Work.

(vii) Cost Center: L2A - B: Detailed Design:


This Cost Centre comprises all those obligations and ongoing activities
throughout the Contract not associated directly with any other Cost Centre.
This Cost Centre includes all activities for CA-33 generally and Line 2A in
particular but is not limited to:
• Complete specifications for various sub-systems e.g. automatic gates,
ticket office machine, Ticket Vending Machine, Add Value Machines,
CSC reader, CSC processor, card initialization machine, ticket reader,

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4- 17

cabling, station computer, central computer, portable ticket analyzer etc.


for complete CA-33 Contract.
• Final design for Automatic Fare Collection system, for complete CA-33
Contract
• Requirement of gates and Ticket Office Machine, Ticket Vending
Machine at SDC(Software testing & development centre).
• Requirement of gates and Ticket Office Machine, Ticket Vending
Machine in each station as per the passenger data.
• Final System Assurance Plans for L2A.
• Complete specification of cables, power supply, network components,
terminations etc for L2A
• Delivery Schedules for Materials.
• Complete configuration data and all related software.
• Any other item(s)considered necessary to comply with Scope of Work

(viii) Cost Center: L2A - C: Manufacture and Delivery


This Cost Centre comprises all those obligations and ongoing activities
throughout the Contract not associated directly with any other Cost Centre.
This includes all activities for Section L2A but is not limited to:
Receipt/delivery of following equipment for Section S1aC1 after type test,
factory acceptance test, provision of bank guarantee and proof of insurance:
• Delivery of automatic gates including reversible, wide bidirectional gates
at Contractor’s premises
• Delivery of Ticket Office Machine, TVM and AVM at Contractor’s
premises
• Delivery of all type of cables, connectors, racks at Contractor’s premises
• Delivery of PTA with all accessories at Contractor’s premises
• Delivery of CSC (Contactless Smart Card) ticket readers,
CSC(Contactless Smart Card) processors at Contractor’s premises
• Delivery of tickets and other consumables at Contractor’s premises
• Any other item(s) considered necessary to comply with Scope of Work.

(ix) Cost Center: L2A - D: Installation and Site Testing


This Cost Centre comprises all those obligations and ongoing activities
throughout the Contract not associated directly with any other Cost Centre.
This shall include all activities for Section L2A but not be limited to:
• Delivery to Site from Contractor’s premises in Mumbai, installation and
testing of all equipment including, Automatic Gates, Ticket Office
Machine, TVM, AVM, CSC processor, station computer, ticket reader,
and associated accessories.
• Submission of Construction Plan, installation drawings, circuit diagrams
for construction.
• Receipt of equipment at Site, pre-installation tests, inspection of
equipment and Site preparations.
• Complete fixing and wiring of equipment in accordance with circuit and
installation diagrams.

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4- 18

• Post installation tests including: Pre-power up checking, power up


customization and configuration of equipment.
• Perform Partial Acceptance Tests in accordance with the accepted PAT
Plan for Automatic Fare Collection system.
• Any other item(s) considered necessary to comply with the Scope of
Works.

(x) Cost Center: L2A - E: System Acceptance Tests and Integrated Testing
and Commissioning and Operational Acceptance.
This Cost Centre comprises all those obligations and ongoing activities
throughout the Contract not associated directly with any other Cost Centre.
This shall include all activities for Section L2A but not be limited to:
• System Acceptance Tests in accordance with accepted System
Acceptance Plan
• Integrated Testing and Commissioning
• Service Trials
• Safety Certification, in the approved format, for opening Section L2A for
Revenue Operation for Automatic Fare Collection system.
• Detailed report on security standards of software for Automatic Fare
Collection System
• Guarantee test to obtain operational acceptance certificate
• Any other item(s) considered necessary to comply with the Scope of
Work.

(xi) Cost Center: L2B - B: Detailed Design


This Cost Centre comprises all those obligations and ongoing activities
throughout the Contract not associated directly with any other Cost Centre.
This Cost Centre includes all activities for Section L2B but is not limited to:
• Requirement of gates and Ticket Office Machine, Ticket Vending
Machine in each station as per the passenger data.
• Layout plan of each station for gates installation and ticket office
machine installation, TVM and Add Value Machine installation including
cable routes.
• Final System Assurance Plans for L2B
• Final drawings for the accepted Final designs submitted by the
Contractor including requirement layout plans, station computer positions
etc.
• Complete specification of cables, power supply, network components,
terminations etc,. for L2B.
• Delivery Schedules for Materials.
• Complete configuration data and all related software.
• Any other item(s)considered necessary to comply with Scope of Work

(xii) Cost Center: L2B - C: Manufacture and Delivery


This Cost Centre comprises all those obligations and ongoing activities
throughout the Contract not associated directly with any other Cost Centre.
This includes all activities for Section L2B but is not limited to:
Receipt/delivery of following equipment for Section L2B after type test, factory
acceptance test, provision of bank guarantee and proof of insurance:

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4- 19

• Delivery of automatic gates including reversible, wide bidirectional gates


at Contractor’s premises
• Delivery of ticket office machine, TVM, AVM and TR at Contractor’s
premises
• Delivery of station computer, Central Computer system, Card Installation
machine (CIM), hubs and switches at Contractor’s premises
• Delivery of all type of cables, connectors, racks at Contractor’s premises
• Delivery of PTA with all accessories at Contractor’s premises
• Delivery of CSC (Contactless Smart Card) ticket readers, CSC
(Contactless Smart Card) processors at Contractor’s premises
• Delivery of tickets and other consumables at Contractor’s premises
• Any other item(s) considered necessary to comply with Scope of Work.

(xiii) Cost Center: L2B - D: Installation and Site Testing:


This Cost Centre comprises all those obligations and ongoing activities
throughout the Contract not associated directly with any other Cost Centre.
This shall include all activities for Section L2B but not be limited to:

• Delivery to Site from Contractor’s premises in Mumbai, installation and


testing of all equipment including Central Computer system, Station
computer, automatic gates, ticket office machine, TVM, AVM, CSC
processor, station computer card initialization machine, ticket reader,
and associated accessories.
• Submission of Construction Plan, installation drawings, circuit diagrams
for construction.
• Receipt of equipment at Site, pre-installation tests, inspection of
equipment and Site preparations.
• Complete fixing and wiring of equipment in accordance with circuit and
installation diagrams.
• Post installation tests including: Pre-power up checking, power up
customization and configuration of equipment.
• Perform Partial Acceptance Tests in accordance with the accepted PAT
Plan for Automatic Fare Collection system.
• Any other item(s) considered necessary to comply with the Scope of
Works.

(xiv) Cost Center: L2B - E: System Acceptance Tests and Integrated Testing
and Commissioning and Operational Acceptance.
This Cost Centre comprises all those obligations and ongoing activities
throughout the Contract not associated directly with any other Cost Centre.
This shall include all activities for Section L2B but not limited to:
• System Acceptance Tests in accordance with accepted System
Acceptance Plan
• Integrated Testing and Commissioning
• Service Trials
• Safety Certification, in the approved format, for opening Section L2B for
Revenue Operation for Automatic Fare Collection system.
• Detailed report on security standards of software for Automatic Fare
Collection System
• Guarantee test to obtain operational acceptance certificate
• Any other item(s) considered necessary to comply with the Scope of
Work.

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4- 20

(xv) Cost Center T&M-A: Training:


This Cost Centre comprises of all those obligations and ongoing activities
throughout the contract not associated directly with any other cost center.
This shall include but is not limited to:
• Training of operation and maintenance and software engineering
personnel of the Employer, overseas in Contractors/Subcontractors
works.
• Training of Employer’s personnel at Mumbai Metro premises in India as
per Chapter 10 of Technical Specifications under Employer’s
Requirements.
• Supplying training manuals and associated materials.
• Any other item(s) considered necessary to comply with scope of work.

(xvi) Cost Center T&M -B: Manuals


This Cost Centre comprises all those obligations and ongoing activities
throughout the Contract not associated directly with any other Cost Centre.
This shall include but not be limited to:
• Provision of Operating Manuals - (hard copies and in electronic format)
• Provision of Maintenance Manuals - (hard copies and in electronic
format)
• Provision of sub-systems/systems and Illustrated spare parts catalogue -
hard copies and in electronic format)
• Any other item(s) considered necessary to comply with the Scope of
Work.

(xvii) Cost Center MISC - A: Spares, Special Tools, Testing Equipment,


Measuring Instruments and Furniture:
This Cost Centre comprises all those obligations and ongoing activities
throughout the Contract not associated directly with any other Cost Centre.
This shall include but not be limited to:
• Supply of Spares for Automatic Fare Collection System as per Chapter
9.5 of Technical Specifications and Chapter 8 of General Specifications
under Employer’s Requirements.
• Supply of special tools and equipment, testing and measuring
instruments as per Chapter 9.5 of Technical Specifications and Chapter
8 of General Specifications under Employer’s Requirements.
• Supply of furniture for various stages
• Any other item(s) considered necessary by the Contractor to comply with
the Scope of Work.

(xviii) Cost Center MISC-B: Maintenance


This Cost Centre comprises the Maintenance of Automatic Fare Collection
System.
• The Contractor shall provide Qualified Maintenance and supervision
resources for maintenance in accordance with Chapter 9 of Technical
Specifications under Employer’s Requirements.
• Staff and Labour will be provided by the Employer.
• The Experts will be required during the interval commencing from
commencement of Completion of L7 until the end of Defect Liability
Period of L2B.
(xix) Cost Center MISC-C: Annual Maintenance Support Contract

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4- 21

• The Contractor shall provide quote for Annual Maintenance Support


Contract as mentioned in Technical Specifications under Employer’s
Requirements.

15. Penalty
➢ Please refer SCC sub clause 27.2

16. TERMS OF PAYMENT

➢ In accordance with the provisions of Contract the Employer will pay the Contractor in the
following manner and at the following times on the basis of the Prices given in the
Statement of Prices. Retention money will be deducted from the payments due in
accordance with the Conditions of Contract.

➢ Payments will be made to the Contractor in the currency or currencies indicated for each
respective Statement item. Notwithstanding anything stated herein the “Engineer” retains
the right to withhold payment on any pay item due for payment when the service to be
performed is not performed or is not carried out to the “Engineer’s” satisfaction.

➢ Design, Manufacture, Supply Installation Testing and Commissioning of AFC System.


The amount entered shall be the total price to be paid for the design, manufacture, Supply
Installation Testing and Commissioning of AFC system, Including Integrated Testing and
Commissioning and/or procurement of all AFC system together with all ancillary equipment
and components to be supplied

➢ The stage payment under this statement will be released as per the agreed milestones
indicated at respective cost centers.

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4- 22

SCHEDULE 1: STATEMENT OF PRICES

Appendix - A
Statement of Anticipated Monthly Cash Flow
This Document is to be prepared and completed by the successful Bidder at the time of signing the
Contract agreement

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4- 23

Appendix - B
Brief Description of Sections /Stages
SECTION/STAGES Brief Description of Activities
A1 : General Requirements General Requirements as detailed in General Specifications and
Technical Specifications.
A2 : Preliminary Design Preliminary System Design, Software & System Verification,
Specifications for Equipment, Cable Layout Plans as detailed in
General Specifications and Technical Specifications
L7 From Stations Andheri East to Automatic Fare Collection System consisting of:-
Dahisar East and SDC and OCC at • AFC Equipments at thirteen (13) Stations Andheri East to
Charkop Ovaripada
• Central Computer System at OCC
• Software Testing & Development Centre (SDC).at Charkop
L2A from Stations Dahisar East to DN Automatic Fare Collection System consisting of :-
Nagar • AFC Equipments at Seventeen (17) Stations: from Dahisar to DN
Nagar
• Related Works at Central Computer System
L2B from stations ESIC Nagar to Automatic Fare Collection System consisting of :-
Mandale Metro • AFC Equipments at Twenty-Two (22) Stations: Related Works at
Central Computer System
• Related Works at Central Computer System

OCC at Aarey (considered of part of • Setting up of OCC at Aarey Depot and converting the OCC set up
L2B) at Charkop as Back Up Control Centre (BCC)

T&M Training and Manuals for all the stages


MISC : Miscellaneous : • Spares, tools, testing and measuring equipment special
instruments and furniture.
• Supervision of Maintenance

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4- 24

Appendix - C
Cost Center Schedules
Cost Center A1: General Requirements
Work Quantity Indian Foreign Foreign Foreign Percentage
Cost
Description and/or Rupees Currency 1 Currency 2 Currency3 for
Centers
(Milestone) frequency A C D D Sub-Items

Obtain the ”Notice of No


Objection” or “Notice of
No Objection subject
to……..” from the
Employers’
Representative for :

Works
Programme for
A1.1 complete Item 5
Contract No.CA-
33. The Bidder shall not fill in the
individual Cost Center item
amounts here.
Provide, erect The amounts for these individual
Cost Center Items will be filled in by
and equip the successful Bidder only at the
Project Office time of awarding the Contract. They
Item
and Site Office will be based on the amounts
previously filled in on the Bid Price 3
as required.
Total Summary in the Appendix B
a)- Set up of of Schedule and the %’s detailed in
Project Office. the “% for sub items” columns
A1.2

b)- Provide erect


and equip site
Item 12
office as
required.

Preliminary
System
A1.3 item 10
Assurance Plans
for sections.

System Safety
A1.4 Plans and Item 10
audits.

A1.5 Site Safety plan. Item 10

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4- 25

Work Quantity Indian Foreign Foreign Foreign Percentage


Cost
Description and/or Rupees Currency 1 Currency 2 Currency3 for
Centers
(Milestone) frequency A C D D Sub-Items
OHS&E Plans.
A1.6 Site Item 5
Environmental.
Plans
Interface
Management
Plan with
A1.7 Item 10
Designated
Contractors and
Audit.
Interface
Management
Plan with
A1.08 Item 10
Designated
CCHS/ITS
Provider.

Quality
Assurance &
A1.09 Item The Bidder shall not fill in the 5
Quality Control
individual Cost Center item
Plans & Audits. amounts here.
Contractor’s The amounts for these individual
Cost Center Items will be filled in by
Staff the successful Bidder only at the
A1.10 Organization Item time of awarding the Contract. They 5
Plan & Key will be based on the amounts
previously filled in on the Bid Price
Staff.
Total Summary in the Appendix B
of Schedule 2 and the %’s detailed
System in the “% for sub items” columns
Reliability,
Availability and.
A1.11 Item 10
Maintainability
Plans and
audits.

Any other
item(s)
considered
A1.12 Item 5
necessary to
comply with the
scope of Works.

Cost Center A1 : Total 100%

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4- 26

Appendix - D
Cost Center Schedules
Cost Center A2: Preliminary Design
Indian Foreign Foreign Foreign Percentage
Cost Work Description
Rupees Currency1 Currency2 Currency3 for
centers (Milestone)
A B C D Sub-Items

Obtain the ”Notice of No


Objection” or “Notice of No
Objection subject to……..”
from the Employers’
Representative for :
Preliminary System
design for Automatic
Fare Collection
System including
A2.1 quantities of 10
components in each
The Bidder shall not fill in the
station and ticket individual Cost Center item
inventory for L7, L2A, amounts here.
L2B. The amounts for these individual
Cost Center Items will be filled in by
Preliminary System the successful Bidder only at the
design for Automatic time of awarding the Contract. They
will be based on the amounts
Fare Collection
previously filled in on the Bid Price
System Central Total Summary in the Appendix B
Computer System of Schedule 2 and the %’s detailed
A2.2 and Software Testing in the “% for sub items” columns 10
& Development
Centre (SDC).at
Charkop & Aarey to
complete Contract
No. CA-33.
Software & System 1
verification and
validation standards
with complete
A.2.3 10
verification and
validation documents
for L7, L2A, L2B and
OCC.
Specifications for
Automatic Fare
Collection equipment
for L7, L2A, L2B and
A2.4 OCC Including the 10
requirement of
power, space and
mounting details.

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4- 27

Indian Foreign Foreign Foreign Percentage


Cost Work Description
Rupees Currency1 Currency2 Currency3 for
centers (Milestone)
A B C D Sub-Items

Layout Plan of AFC


equipments at
Software Testing &
A2.5 Development Centre 5
(SDC) including
cable routes.

Layout Plan of
equipment and
cables etc. for
A2.6 Central Computer 5
System for complete
Contract No. CA-33.
The Bidder shall not fill in the
A2.7 Typical Layout Plan individual Cost Center item
of equipment and amounts here.
The amounts for these
cables etc. for each 20
individual Cost Center Items will
station for complete be filled in by the successful
Contract No. CA-33. Bidder only at the time of
A2.7 Layout Plan of AFC awarding the Contract. They will
equipment at final be based on the amounts
previously filled in on the Bid
CC Location 10
Price Total Summary in the
including cable Appendix B of Schedule 2 and
routes. the %’s detailed in the “% for
sub items” columns
A2.8 Preliminary design of
connectivity between
the stations and
10
Server at OCC with
quantities of each
component.
A2.9 Earthing and
Lightning protection
Arrangements for 5
L7,L2A, L2B and
OCC.
Any other item(s)
considered
A2.10 necessary to comply 5
with the scope of
Works.

Cost Center A2 : Total 100%

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4- 28

Appendix - E
Cost Center Schedules
Cost Center: L7 - B: Detailed Design
Indian Foreign Foreign Foreign Percentage
Cost
Work Description (Milestone) Rupees Currency1 Currency2 Currency3 for
centers
A B C D Sub-Items

Obtain the ”Notice of No Objection” or “Notice of No


Objection subject to……..” from the Employers’
Representative for the following milestones :

Specifications for all sub-systems, for


Automatic Fare Collection e.g.
automatic gates, ticket office machine,
TVM, AVM, CSC reader, CSC The Bidder shall not fill in the
processor, encoder/sorter, ticket reader, individual Cost Center Item
L7-B1 amounts here. 15
cabling, station computers and central
computers, portable ticket analyzer, The amounts for these
Card Initialization Machine etc for individual Cost Center Items will
complete CA-33 Contract. be filled in by the successful
Bidder only at the time of
awarding the Contract. They will
Final Design for Automatic Fare
be based on the amounts
L7-B2 Collection system for complete CA-33 15
previously filled in on the Bid
Contract.
Price Total Summary in the
Detailed design calculations and Appendix B of Schedule 2, the
supporting drawings, documents Cost Centers Summaries, and
L7-B3 including requirement of all other the percentages detailed in the 5
equipment at Software Testing & “percentage for sub-items”
Development Centre (SDC), OCC. columns.
Detailed design calculations and
supporting drawings, documents
L7-B4 including requirement of gates, and all 5
other equipment in each station as per
passenger data for L7.
Detailed data of consumables for the
L7-B5 system for L7. 5

Layout plan of each station for gate


installation and ticket office machine,
L7-B6 TVM, AVM installation including cable 5
routes for L7.

Final drawings for the accepted Final


L7-B7 Design for Automatic Fare Collection 5
system for L7.

L7-B8 Final System Assurance for L7. 5

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4- 29

Indian Foreign Foreign Foreign Percentage


Cost
Work Description (Milestone) Rupees Currency1 Currency2 Currency3 for
centers
A B C D Sub-Items

Design of installation of station


computer, central computer, Card
Initialization Machine, hubs and
L7-B9 switches and other required AFC 10
equipment for Software Testing &
Development Centre (SDC), Central
Computer System.

Equipment installation methods, floor


L7-B10 plans, cable route plans, cable 5
termination and distribution plans.
List of Materials required for this Section
L7-B11 and Delivery Schedule thereof. 5

Complete configuration data and all


L7-B12 10
related software.
Any other item(s) considered necessary
L7-B13 to comply with Scope of Work. 10

Cost Center L7 - B: Total 100%

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4- 30

Appendix – F
Cost Center Schedules
Cost Center: L7- C : Manufacture and Delivery
Indian Foreign Foreign Foreign Percentage
Work Description
Cost Center Rupees Currency1 Currency2 Currency3 of
(Milestone) A B C D sub items

Obtain the” Notice of No Objection” or


“Notice of No Objection subject to……..”
from the Employers’ Representative for
each of the following Milestones after:
• certification of type tests
• certification of factory acceptance test
• provision of Bank guarantee
• proof of insurance

Delivery of Automatic Gates


including, reversible, wide
L7-C1 The Bidder shall not fill in the 20
bidirectional gates at
Contractor’s premises. individual Cost Center Item
amounts here.
Delivery of ticket office The amounts for these
L7-C2 machine, TVM and AVM at individual Cost Center Items will 15
Contractor’s premises. be filled in by the successful
Bidder only at the time of
Delivery of station computer, awarding the Contract. They will
central computer system, be based on the amounts
L7-C3 Card Initialization Machine previously filled in on the Bid 25
(CIM), hubs and switches at
Price Total Summary in the
Contractor’s premises.
Appendix B of Schedule 2, the
Delivery of all type of cables, Cost Centers Summaries, and
L7-C4 connectors, racks at the percentages detailed in the 15
Contractor’s premises. “percentage for sub-items”
columns.
Delivery of PTA with all
L7-C5 accessories at Contractor’s 10
premises.

Delivery of CSC ticket


L7-C6 readers, CSC processors at 5
Contractor’s premises.

Delivery of tickets and other


L7-C7 consumables at Contractor’s 5
premises.

Any other item(s) considered


L7-C8 necessary to comply with 5
Scope of Work.

Cost Center L7 – C : Total 100%

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4- 31

Appendix – G
Cost Center Schedules
Cost Center: L7 - D: Installation and Site Testing

Indian Foreign
Foreign Foreign Percentage
Cost Center Work Description (Milestone) Rupees Currency1 Currency2 Currency3 of
A B C D sub items

Obtain the ”Notice of No Objection” or “Notice of


No Objection subject to……..” from the
Employers’ Representative for : The Bidder shall not fill in the
individual Cost Center Item
Delivery to Site from Contractor’s amounts here.
premises in Mumbai installation and The amounts for these
testing (includes pre-installation individual Cost Center Items will
tests, post installation tests and be filled in by the successful
L7-D1 15
PAT for all sub-systems) of all Bidder only at the time of
equipment such as, central awarding the Contract. They will
computer, card initialization be based on the amounts
machine at AFC OCC at Charkop. previously filled in on the Bid
Price Total Summary in the
Delivery to Site from Contractor’s Appendix B of Schedule 2, the
premises in Mumbai, installation Cost Centers Summaries, and
and testing (includes pre-installation the percentages detailed in the
tests, post installation tests and
“percentage for sub-items”
PAT for all sub-systems) of all columns.
equipment such as automatic
gates, ticket office machine, TVM,
AVM, card initialization machine,
ticket reader, CSC processor,
station computer, central computer
For Software Testing & 10
L7-D2 Development Centre (SDC) at
Charkop.
Delivery to Site from Contractor’s
premises in Mumbai, installation
and testing (includes pre-installation
tests, post installation tests and
PAT for all sub-systems) of all
equipment such as automatic
gates, ticket office machine, TVM,
AVM, ticket reader, CSC processor,
station computer.

L7-D3 for Ovaripada 5

L7-D4 for National Park 5

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4- 32

Indian Foreign
Foreign Foreign Percentage
Cost Center Work Description (Milestone) Rupees Currency1 Currency2 Currency3 of
A B C D sub items

L7-D5 for Devi Pada 5

L7-D6 for Magathane 5

L7-D7 for Mahindra and Mahindra 5

L7-D8 for Bandongri 5

L7-D9 for Pushpa Park 5

L7-D10 For Pathanwadi 5

L7-D11 For Aarey 5

L7-D12 For Mahanand 5

L7-D13 For JVLR Junction 5

L7-D14 For Shankarwadi 5

L7-D15 For Andheri East 5

Completion of Partial Acceptance


Tests for Automatic Fare Collection
L7-D16 system for the whole of Section L7 5
and integration with Central
Computer System.

Any other item(s) considered


L7-D17 necessary to complete the Scope of 5
Work.

Cost Center L7 – D : Total 100%

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4- 33

Appendix - H
Cost Center Schedules
Cost Center: L7 - E: System Acceptance Tests and Integrated Testing
and Commissioning and Operational Acceptance.

Indian Foreign Foreign Foreign Percentage


Cost Centre Work Description (Milestone) Rupees Currency1 Currency2 Currency3 of
A B C D sub items

Obtain the “Notice of No Objection” or “Notice of


No Objection Subject to ---“ from the Employers’
Representative for :- The Bidder shall not fill in the
individual Cost Center Item
The System Acceptance Test amounts here. 5
L7-E1 (SAT) Plan for Section L7. The amounts for these
individual Cost Center Items will
The Integrated Testing and be filled in by the successful 5
L7-E2 Commissioning Plan for the Bidder only at the time of
Section L7. awarding the Contract. They will
be based on the amounts
The Service Trial Plan for the previously filled in on the Bid 5
L7-E3
Section L7. Price Total Summary in the
Appendix B of Schedule 2, the
The completion of System 20
Cost Centers Summaries, and
L7-E4 Acceptance Tests (SAT) for the
the percentages detailed in the
Section L7.
“percentage for sub-items”
The completion of Integrated columns. 15
L7-E5 Testing and Commissioning Tests
for the Section L7.

The completion of Service Trials 20


L7-E6
for the Section L7.

15
Safety Certifícate and Software
L7-E7 Security Certifícate for opening
Section L7 for Revenue Operation.

Operational Acceptance Certificate 10


L7-E8
for the Section L7.

5
Any other item(s) considered
necessary to comply with the
L7-E9
Scope of Work including DLP of 2
years.

Cost Center L7 – E : Total 100%

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4- 34

Appendix - I
Cost Center Schedules
Cost Center: L2A - B : Detailed Design
Indian Foreign Foreign Foreign Percentage
Cost Center Work Description (Milestone) Rupees Currency1 Currency2 Currency3 of sub
A B C D items

Obtain the ”Notice of No Objection” or “Notice of


No Objection subject to……..” from the Employers’
Representative for the following milestones :

Detailed design calculations and


supporting drawings, documents
L2A-B1 including requirement of gates, and 15
all other equipment in each station
as per passenger data for L2A
Detailed data of consumables for the
L2A-B2 system for L2A. 5
The Bidder shall not fill in the
Layout plan of each station for gate individual Cost Center Item
installation and ticket office machine amounts here.
L2A-B3 installation, TVM, AVM and TR The amounts for these 20
installation including cable routes for individual Cost Center Items will
L2A. be filled in by the successful
Final drawings for the accepted Final Bidder only at the time of
L2A-B4 Design for Automatic Fare Collection awarding the Contract. They will 10
system for L2A. be based on the amounts
previously filled in on the Bid
L2A-B5 Final System Assurance for L2A. 10
Price Total Summary in the
Design of installation of station Appendix B of Schedule 2, the
computers, hubs and switches in the Cost Centers Summaries, and
L2A-B6 10
station control room and Central the percentages detailed in the
Computer System. “percentage for sub-items”
columns.
Equipment installation methods, floor
L2A-B7 plans, cable route plans, cable 10
termination and distribution plans.
List of Materials required for this
L2A-B8 Section and Delivery Schedule 10
thereof.
Complete configuration data and all
L2A-B9 related software 10

Any other item(s) considered


L2A-B10 necessary to comply with the Scope 5
of Work including DLP of 2 years.

Cost Center L2A - B : Total 100%

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4- 35

Appendix - J
Cost Center Schedules
Cost Center: L2A - C: Manufacture and Delivery
Indian Foreign Foreign Foreign Percentage
Cost
Work Description (Milestone) Rupees Currency 1 Currency 2 Currency 3 of sub
Center
A B C D items
Obtain the ”Notice of No Objection” or “Notice of
No Objection subject to……..” from the
Employers’ Representative for each of the
following Milestones after:
• certification of type tests
• certification of factory acceptance test
• provision of Bank guarantee
• proof of insurance

Delivery of automatic gates


including, reversible, wide
L2A-C1 20
bidirectional gates at Contractor’s The Bidder shall not fill in the
premises. individual Cost Center Item
Delivery of ticket office machine,
amounts here.
L2A-C2 TVM and AVM at Contractor’s The amounts for these 20
premises. individual Cost Center Items will
be filled in by the successful
Delivery of station computer, hubs Bidder only at the time of
L2A-C3 and switches at Contractor’s awarding the Contract. They will 15
premises. be based on the amounts
previously filled in on the Bid
Delivery of all type of cables,
Price Total Summary in the
L2A-C4 connectors, racks at Contractor’s 15
Appendix B of Schedule 2, the
premises.
Cost Centers Summaries, and
the percentages detailed in the
L2A-C5
Delivery of PTA with all accessories “percentage for sub-items” 10
at Contractor’s premises. columns.

Delivery of CSC ticket readers,


L2A-C6 CSC processors at Contractor’s 10
premises.

Delivery of tickets and other


L2A-C7 consumables at Contractor’s 5
premises.

Any other item(s) considered


necessary to comply with the
L2A-C8 5
Scope of Work including DLP of 2
years.

Cost Center L2A – C : Total 100%

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4- 36

Appendix - K
Cost Center Schedules
Cost Center: L2A - D: Installation and Site Testing
Indian Foreign Foreign Foreign
Cost Percentage of
Work Description (Milestone) Rupees Currency1 Currency2 Currency 3
Center1 sub items
A B C D

Obtain the ”Notice of No Objection” or “Notice


of No Objection subject to……..” from the
Employers’ Representative for :

Delivery to Site from Contractor’s premises in


Mumbai, installation and testing (includes pre-
installation tests, post installation tests and
PAT for all sub-systems) of all equipment such
as automatic gates, ticket office machine,
TVM, AVM, ticket reader, CSC processor,
station computer:

5
L2A-D1 For Dahisar East station

The Bidder shall not fill in the 5


L2A-D2 For Anand Nagar station
individual Cost Center Item
amounts here. 5
L2A-D3 For Rushi Sankool station The amounts for these individual
Cost Center Items will be filled in
by the successful Bidder only at 5
L2A-D4 For IC Colony Station
the time of awarding the Contract.
They will be based on the 5
L2A-D5 For Eksar Station
amounts previously filled in on
the Bid Price Total Summary in 5
L2A-D6 For Don Bosco station
the Appendix B of Schedule 2, the
L2A-D7 Cost Centers Summaries, and 5
For Shimpoli station
the percentages detailed in the
“percentage for sub-items” 5
L2A-D8 For Mahavir Nagar station columns.
L2A-D9 5
For Kamraj Nagar station

5
L2A-D10 For Charkop station

5
L2A-D11 For Malad Metro station

5
L2A-D12 For Kasturi Park Station

5
L2A-D13 For Bangur Nagar Station

5
L2A-D14 For Goregaon Metro station

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4- 37

Indian Foreign Foreign Foreign


Cost Percentage of
Work Description (Milestone) Rupees Currency1 Currency2 Currency 3
Center1 sub items
A B C D

5
L2A-D15 For Adarsh Nagar Station

5
L2A-D16 For Shastri Nagar Station

5
L2A-D17 For DN Nagar Station

Completion of Partial Acceptance 10


Tests for Automatic Fare
L2A -D18 Collection system for the whole of
Section L2A and integration with
Central Computer System.

Any other item(s) considered 5


necessary to comply with the
L2A-D19
Scope of Work including DLP of 2
years.

Cost Center L2A – D: Total 100%

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4- 38

Appendix - L
Cost Center Schedules
Cost Center: L2A - E: System Acceptance Tests and Integrated
Testing and Commissioning and Operational Acceptance.
Indian Foreign Foreign Foreign Percentag
Cost
Work Description (Milestone) Rupees Currency1 Currency2 Currency3 e of sub
Center
A B C D items

Obtain the “Notice of No Objection” or “Notice


of No Objection Subject to ---“ from the
Employers’ Representative for :-

The System Acceptance Test The Bidder shall not fill in the
L2A-E1 5
(SAT) Plan for Section L2A. individual Cost Center Item
amounts here.
The Integrated Testing and The amounts for these
L2A-E2 Commissioning Plan for the individual Cost Center Items will 5
Section L2A. be filled in by the successful
Bidder only at the time of
The Service Trial Plan for the awarding the Contract. They will
L2A-E3 5
Section L2A. be based on the amounts
previously filled in on the Bid
The completion of System Price Total Summary in the
L2A-E4 Acceptance Tests (SAT) for the Appendix B of Schedule 2, the 20
Section L2A. Cost Centers Summaries, and
the percentages detailed in the
The completion of Integrated “percentage for sub-items”
L2A-E5 Testing and Commissioning columns. 15
Tests for the Section L2A.

The completion of Service Trials


L2A-E6 20
for the Section L2A.

Safety Certificate and Software


S1aC1-E7 Security Certificate for opening 15
Section L2A for Revenue
Operation.

Operational Acceptance
S1aC1-E8 10
Certificate for the Section L2A.

Any other item(s) considered


necessary to comply with the
S1aC1-E9 5
Scope of Work including DLP of
2 years.

Cost Center L2A – E : Total 100%

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4- 39

Appendix - M
Cost Center Schedules
L2B: Stations of Line 2B : 22 Stations between DN Nagar and
Mandale Metro
Cost Center:L2B - B : Detailed Design
Foreign
Indian Foreign Foreign Percentag
Cost Currenc
Work Description (Milestone) Rupees Currency2 Currency3 e of sub
Center y1
A C D items
B

Obtain the ”Notice of No Objection” or “Notice of


No Objection subject to……..” from the Employers’
Representative for the following milestones :

Detailed design calculations and


supporting drawings, documents
L2B-B1 including requirement of gates, and all 15
other equipment in each station as per
passenger data for L2B.
Detailed data of consumables for the
L2B-B2 5
system for L2B.
Layout plan of each station for gate The Bidder shall not fill in the
installation and ticket office machine individual Cost Center Item
L2B-B3 installation, TVM, AVM and TR amounts here. 20
installation including cable routes for The amounts for these
L2B. individual Cost Center Items will
be filled in by the successful
Final drawings for the accepted Final Bidder only at the time of
L2B-B4 Design for Automatic Fare Collection 10
awarding the Contract. They will
system for L2B. be based on the amounts
Final System Assurance for L2B. previously filled in on the Bid
L2B-B5 10
Price Total Summary in the
Design of installation of station Appendix B of Schedule 2, the
computer, central computer, Card Cost Centers Summaries, and
L2B-B6 Initialization Machine, hubs and the percentages detailed in the 10
switches and other required AFC “percentage for sub-items”
equipment. columns.
Equipment installation methods, floor
L2B-B7 plans, cable route plans, cable 10
termination and distribution plans.

List of Materials required for this


L2B -B8 Section and Delivery Schedule 10
thereof.

L2B-B9 Complete configuration data and all 10


related software.
Any other item(s) considered
L2B-B10 necessary to comply with the Scope of 5
Work including DLP of 2 years.

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4- 40

Foreign
Indian Foreign Foreign Percentag
Cost Currenc
Work Description (Milestone) Rupees Currency2 Currency3 e of sub
Center y1
A C D items
B

Cost Center L2B - B : Total 100%

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4- 41

Appendix - N
Cost Center Schedules
Cost Center: L2B - C : Manufacture and Delivery
Indian Foreign Foreign Foreign
Cost Percentage
Work Description (Milestone) Rupees Currency1 Currency2 Currency3
Center of sub items
A B C D

Obtain the ”Notice of No Objection” or “Notice of


No Objection subject to……..” from the
Employers’ Representative for each of the
following Milestones after:
• certification of type tests
• certification of factory acceptance test
• provision of Bank guarantee
• proof of insurance
Delivery of Automatic gates
including reversible, wide
L2B -C1 20
bidirectional gates at Contractor’s The Bidder shall not fill in the
premises. individual Cost Center Item
amounts here.
Delivery of Ticket Office machine,
The amounts for these
L2B -C2 TVM and AVM at Contractor’s 20
individual Cost Center Items will
premises.
be filled in by the successful
Delivery of station computer, Bidder only at the time of
central computer system, Card awarding the Contract. They will
L2B -C3 Initialization Machine (CIM), hubs be based on the amounts 15
and switches at Contractor’s previously filled in on the Bid
premises. Price Total Summary in the
Appendix B of Schedule 2, the
Delivery of all type of cables, Cost Centers Summaries, and
L2B -C4 connectors, racks at Contractor’s the percentages detailed in the 15
premises. “percentage for sub-items”
columns.
Delivery of PTA with all
L2B -C5 accessories at Contractor’s 10
premises.

Delivery of CSC ticket readers,


L2B -C6 CSC processors at Contractor’s 10
premises.

Delivery of tickets and other


L2B -C7 consumables at Contractor’s 5
premises.

Any other item(s) considered


L2B -C8 necessary to comply with Scope of 5
Work.

Cost Center L2B – C : Total 100%

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4- 42

Appendix - O
Cost Center Schedules
Cost Center: L2B - D : Installation and Site Testing
Indian Foreign Foreign Foreign Percentage
Cost
Work Description (Milestone) Rupees Currency1 Currency2 Currency3 of Sub-
Center
A B C D items

Obtain the ”Notice of No Objection” or “Notice of


No Objection subject to……..” from the
Employers’ Representative for :
Delivery to Site from Contractor’s
premises in Mumbai, installation and
testing (includes pre-installation The Bidder shall not fill in the
tests, post installation tests and PAT individual Cost Center Item
L2B-D1 for all sub-systems) of all equipment amounts here. 4
such as automatic gates, ticket The amounts for these
office machine, TVM, AVM, ticket individual Cost Center Items will
reader, CSC processor, station be filled in by the successful
computer for ESIC Nagar station. Bidder only at the time of
L2B-D2 For Prem Nagar Station awarding the Contract. They will 4
be based on the amounts
L2B-D3 For Indira Nagar Station previously filled in on the Bid 4
L2B-D4 For Nanavati Hospital Station Price Total Summary in the 4
Appendix B of Schedule 2, the
L2B-D5 For Khira Nagar Station 4
Cost Centers Summaries, and
L2B-D6 For Sarswat Nagar Station the percentages detailed in the 4
“percentage for sub-items”
L2B-D7 For National College Station 4
columns.
L2B-D8 For Bandra Metro Station 4
L2B-D9 For MMRDA office Station 4
L2B-D10 For Income Tax office Station 4
L2B-D11 For ILFS Station 4
L2B-D12 For MTNL Metro Station 4
L2B-D13 For SG Barve Marg Station 4
L2B-D14 For Kurla Terminal Station 4
L2B-D15 For Kurla East Station 4
L2B-D16 For EEH Station 4
L2B-D17 For Chembur Station 4
L2B-D18 For Diamond Garden Station 4
L2B-D19 For Shivaji Chowk Station 4
L2B-D20 For BSNL Metro Station 4
L2B-D21 For Mankhurd Metro Station 4
L2B-D22 For Mandale Metro Station 4

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4- 43

Indian Foreign Foreign Foreign Percentage


Cost
Work Description (Milestone) Rupees Currency1 Currency2 Currency3 of Sub-
Center
A B C D items

Completion of Partial Acceptance


Tests for Automatic Fare Collection
L2B -D23 system for the whole of Section L2B 3
and integration with Central
Computer System.
Delivery to Site from Contractor’s
premises in Mumbai installation and
testing (includes pre-installation
tests, post installation tests and PAT
L2B -D24 7
for all sub-systems) of all equipment
such as, central computer, card
initialization machine at AFC OCC at
Aarey.
Any other item(s) considered
L2B -D25 necessary to complete the Scope of 2
Work.

Cost Center L2B – D: Total 100%

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4- 44

Appendix - P
Cost Center Schedules
Cost Center: L2B - E: System Acceptance Tests and Integrated
Testing and Commissioning and Operational Acceptance.

Indian Foreign Foreign Foreign Percentage


Cost
Work Description (Milestone) Rupees Currency1 Currency2 Currency3 of
Center
A B C D Sub-items

Obtain the “Notice of No Objection” or “Notice of


No Objection Subject to ---“ from the Employers’
Representative for The Bidder shall not fill in the
individual Cost Center Item
The System Acceptance Test (SAT) amounts here. 5
L2B-E1
Plan for Section L2B. The amounts for these individual
Cost Center Items will be filled in by
The Integrated Testing and the successful Bidder only at the 5
L2B-E2 Commissioning Plan for the Section time of awarding the Contract.
L2B. They will be based on the amounts
previously filled in on the Bid Price
The Service Trial Plan for the Total Summary in the Appendix B 5
L2B-E3
Section L2B. of Schedule 2, the Cost Centers
The completion of System Summaries, and the percentages
detailed in the “percentage for sub-
L2B-E4 Acceptance Tests (SAT) for the 20
items” columns.
Section L2B.
The completion of Integrated
L2B-E5 Testing and Commissioning Tests 15
for the Section L2B.
The completion of Service Trials for
L2B-E6 20
the Section L2B.
Safety Certificate and Software
L2B-E7 Security Certificate for opening 15
Section L2B for Revenue Operation.
Operational Acceptance Certificate
L2B-E8 10
for the Section L2B.
Any other item(s) considered
L2B-E9 necessary to comply with the Scope 5
of Work.

Cost Center L2B – E : Total 100%

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-45

SCHEDULE NO. 2: Training & Manuals, Spares, Maintenance


(refer Cost Center T&M A, B & MISC A, B, C)
Appendix - Q
Cost Center T&M-A: Training

Foreign
Indian Foreign Foreign
Cost WORK DESCRIPTION Currency
Rupees Currency 2 Currency 3
Centers (MILESTONES) 1
A C D
B

Obtain the “Notice of No Objection” or “Notice of


No Objection Subject to ---“ from the Employers’
Representative for the following in accordance
with the Employer’s Requirements:

Training of Employer’s Personnel


T&M - A1 (15 Man Months): Overseas in
Contractors/Subcontractors works.
Training of Employer’s Personnel At
Mumbai Metro Premises in India as
T&M -A2 per Chapter 10 of Technical
Specifications under Employer’s
Requirements.

Supply of Training Manuals (one in


T&M -A3 electronic format and one original
plus five hard copies).

Any other item(s) considered


T&M -A4 necessary to comply with scope of
work.

Cost Center T&M A: Total Carried


to Cost Center Summary.

AUTHORISED SIGNATURE OF BIDDER WITH COMPANY SEAL

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-46

Appendix - R
Cost Center T&M-B: Manuals

Indian Foreign Foreign Foreign


Cost WORK DESCRIPTION Rupees Currency 1 Currency 2 Currency 3
center (MILESTONES)
A B C D

Obtain the “Notice of No Objection” or “Notice of No


Objection Subject to ---“ from the Employers’
Representative on delivery of the following :
Operating Manual (One in electronic
T&M -B1 format and one Original plus five hard
copies).
Maintenance Manual (One in electronic
T&M -B2 format and one Original plus five hard
copies).
Sub-systems/Systems Illustrated Spare
parts catalogue (One in electronic
T&M -B3
format and one Original plus five hard
copies).
Any other item(s) considered necessary
T&M -B4
to comply with the scope of Works.
Cost Center T&M-B: Total Carried to Cost Center
Summary.

AUTHORISED SIGNATURE OF BIDDER WITH COMPANY SEAL

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-47

Appendix - S
Cost Center MISC -A:
Spares, Special Tools, Testing Equipment, Measuring Instruments
and Furniture
Indian Foreign Foreign Foreign
Cost WORK DESCRIPTION
Rupees Currency 1 Currency 2 Currency 3
Centers (MILESTONES)
A B C D
Obtain the “Notice of No Objection” or
“Notice of No Objection Subject to ---“ from
the Employers’ Representative for delivery
of the following in accordance with the
Employer’s Requirements:
MISC -A1 Delivery of spares for Section
L7.
MISC-A2 Delivery of spares for Section
L2A.
MISC -A3 Delivery of spares for Section
L2B.
MISC –A4 Delivery to Site of special tools,
testing equipment and
measuring instruments.
MISC –A5 Delivery to Site of furniture
required for various stages for
central computer system, Ticket
booking office, SCR, OCC,
Software Testing &
Development Centre (SDC) etc
as per Employer’s
Requirements.
MISC –A6 Any other item(s) considered
necessary to comply with the
Scope of Work.
Cost Center MISC-A: Total Carried to
Cost Center Summary.

Notes :
1) List of Spares are as defined in Chapter 8 of General Specifications & Chapter 9 of Technical
Specifications under Employers Requirement and shall be sufficient to cover maintenance
requirements during the periods defined in Notes 2, 3 & 4, under normal operation and
maintenance conditions but exclude the spares required to fulfill the Contractors
responsibilities with regard to the Defects Liability Periods.

2) The quantity of contract spares associated with Line 7 equipment shall be sufficient for the
period between the issuance of the completion certificate for Line 7 until the end of the
Defects Liability Period for the Line 2B works.

3) The quantity of contract spares associated with Line 2A equipment shall be sufficient for the
period between the issuance of the completion certificate for Line 2A until the end of the
Defects Liability Period for the Line 2B works.

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-48

4) The quantity of contract spares associated with Line 2B equipment shall be sufficient for the
period between the issuance of the completion certificate for Line 2B until the end of the
Defects Liability Period for the stage 2 works.

5) Bidders are to submit Lump Sums for the above Items MISC-A1, MISC-A2 MISC-A3 and
MISC-A4 in Cost Center MISC-A above, which will form part of the Bid Evaluation.

6) Bidders are to submit lists of spares for the above Items MISC-A1, MISC-A2 MISC-A3 &
MISC-A4 in accordance with Chapter 8 of General Specifications & Chapter 9 of Technical
Specifications under Employers requirements, complete with Unit Prices to substantiate the
above Lump Sums. The lists contained in Appendix C & D of Technical Specifications under
Employer Requirements may be added to, as deemed appropriate by the Bidder, but are not
to be reduced in scope. The following format will be used for this purpose:

Unit Price Total Price


No. Indian Foreign Foreign Foreign Indian Foreign Foreign Foreign
item Qty
Item Rupees Currency Currency 2 Currency 3 Rupees Currency 1 Currency2 Currency 3
A 1B C D A B C D

Total Price

7) The Unit Prices shall be valid to the end of the Defects Liability Period of
Line 2B.

8) During the periods detailed in Notes 2, 3 & 4, the Employer reserves the right to purchase
additional quantities of spares over and above the original quantities in the Bidders Lists at the
same Unit Prices referred to in note 6 above.

9) The Employer further reserves the right to purchase spares detailed in notes above during 3
years beyond the end of Defects Liability Period of L2B.

AUTHORISED SIGNATURE OF BIDDER WITH COMPANY SEAL

a
Specify currency in accordance with ITB 19.1 of the BDS.

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-49

Appendix - T
Cost Center MISC-B:
Assistance for Maintenance during DLP
Indian Foreign Foreign Foreign
Cost Man
WORK DESCRIPTION Rupees Currency 1 Currency 2 Currency 3
center Months
A B C D

Obtain the “Notice of No Objection” or “Notice


of No Objection Subject to ---“ from the
Employers’ Representative for completion of
the following in accordance with the
Employer’s Requirements:

MISC-B1 Management /Planning Experts 20

MISC-B2 Technical Maintenance Experts 100

Cost Center MISC B: Total Carried to Cost


Center Summary.

Notes:
1. The Bidder is to refer to Chapter 9 of Technical Specifications under Employer requirements and is
complete the above Cost Center for Automatic Fare Collection System Assistance for Maintenance,
for the period commencing from the issuance of the Completion Certificate for L7 Works until the
end of Defects Liability Period for L2B Works. The Bidder is to submit associated Prices per Man
Month, to give Total Prices, which are to be Carried to the Bid Price Total summary.
2. The provision of Supervisory Resources for Maintenance excludes any of the Contractor’s
Contractual obligations and responsibilities during the Defects Liability Period.
3. The Deployment of the Experts under this Cost Centre may not be continuous, and they may be
required to supervise the maintenance in short periods at a time as required by the Employer.
Payment for this Cost Centre will be made on man-month or pro-rata man-month basis.

AUTHORISED SIGNATURE OF BIDDER WITH COMPANY SEAL

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-50

Appendix - U
Cost Center MISC-C
Annual Maintenance Support Contract
Prices per Man Month Total Prices
Cost Man
DESCRIPTION Foreign Currency Foreign Currency
center Months Indian Indian
Rupee Rupee
No1 No.2 No.3 No.1 No.2 No.3

Obtain the “Notice of No Objection” or


“Notice of No Objection Subject to ---“from
the Employers’ Representative for
completion of the following in accordance
with the Employer’s Requirements:

MISC-C1 Management /Planning Experts 20

MISC-C2 Technical Maintenance Experts 100

SUB-TOTAL OF ITEMS MISC-C1 to MISC-C2 :


COST CENTER TOTAL

Notes:
1. The Bidder is to refer to Technical Specifications under Employer requirements and is to complete
the above Cost Center for Automatic Fare Collection System Annual Maintenance Support, for a
period 03 (Three) years commencing from Completion of DLP for L2B Works
2. The provision of resources for Annual Maintenance Support Contract excludes any of the
Contractor’s Contractual obligations and responsibilities during the Defects Liability Periods.
3. The number of Man Months quoted for the Bid will be adjustable dependent upon the Employer’s
maintenance policy and payment for this Cost Center will be made on a Man Month basis or a pro-
rata Man Month basis for actual resources utilized.

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-51

SCHEDULE NO. 3: GRAND SUMMARY


Appendix - V
Bid Price Total
The Lump Sum Price of this Contract is:

In Rupees.…………………………………… (in figures) …………………………………….


…………………………………………………………………………………..………….. (in words)

Plus …………………………… (figures) in Foreign Currency 1 …………………………………..


…………………………………………………………………………………..………….. (in words)

Plus …………………………… (figures) in Foreign Currency 2 …………………………………..


…………………………………………………………………………………..………….. (in words)
Plus ……………………………. (figures) in Foreign Currency 3……….
………………………………………..
…………………………………………………………………………………..………….. (in words)

AUTHORISED SIGNATURE OF BIDDER WITH COMPANY SEAL

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-52

Appendix - W
Bid Price Total Summary: Apportionment of Lump Sum Price
Total Apportioned Amounts * Apporti
Range
onment
Item Cost centers, Stages for
Indian Foreign Foreign Foreign of Part
No. and Sections Apportio
Rupees currency 1 Currency 2 Currency 3 Price
nment
A B C D Total %

General
A1
Requirements:
Not More
Preliminary than 5%
A2
Design:

Line 7: 13 stations
from Andheri East to
L7 Dashisar East Not More
OCC, SDC at than 25%
Charkop Depot

Line 2A: 17 Stations Not More


L 2A from Dahisar East to than 27%
DN Nagar

Line 2B: 22 stations


from DN Nagar to Not More
L2B Mandale Metro, OCC than 30%
at Aarey Depot

T&M Not More


Training and Manuals
than 5%
Spares, Special
Tools, Testing
Equipment,
Measuring
Instruments and
Furniture

Software Support for


Maintenance during
MISC DLP

Annual Maintenance
Support Contract

(For all MISC items,


Bidder may refer
Section-6: Technical
Specification)

BID PRICE TOTAL

*Total number of currencies not to exceed four including local currency.


Notes :
1) If there are discrepancies between the Bid Price Total amount filled up in Appendix A and the
column total for the respective currencies in the Bid Price Total Summary in this Appendix, the
column totals will be taken as the Bid Price Total amount, for all purposes.

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-53

2) If the Column total contains an arithmetic error, it will be corrected by taking the individual
figures as correct, for all purposes.
3) For the purpose of Bid Evaluation, the amounts mentioned above, other than Indian Rupees,
will be converted to Indian Rupees by using the Bill Selling rates of exchange for those
currencies at the close of business of the State Bank of India on the working day 28 days before
the last date of submission of bid.
4) The Apportioned amounts in the Bid Price Total Summary to be filled in by the Bidders are for
the purposes of evaluation only. The actual payments for the delivery of the Facilities and other
items of work/ services will be made as per the details given in Terms and Procedures of
Payment as referred in Appendix 1 of Section 9.
5) The sum of the amounts apportioned to Cost Center A (A1 & A2) shall not exceed 5 % of the
Part Price Total.
6) The amounts apportioned to Section L7 shall not exceed 25% of the Bid Price Total.
7) The amounts apportioned to Section L2A shall not exceed 25 % of the Bid Price Total.
8) The amounts apportioned to Section L2B shall not exceed 25% of the Bid Price Total.
9) GST shall be reimbursed by MMRDA on the actual production of documentary evidence of the
payment of same including tax invoice, subject to ceiling equivalent to total liability of GST to a
maximum value as indicated by the Bidder in his financial Bid.
10) In case, if any item is missed in Cost Centres/ Schedules, then it is deemed to be covered
under scope of works. Tenderer to quote accordingly.

AUTHORISED SIGNATURE OF BIDDER WITH COMPANY SEAL

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-54

Appendix - X
Details of Taxes/Duties/Levies etc. included in the Bid Price Total
Taxes, Duties etc. Total
Section Amount of all
/ Cost Custom Duty GST Any other Tax
Centre /
(1) (2) (3)
Milestone (4) = Sum of
Rate (1) to
Amount Rate (%) Amount Rate (%) Amount (3)
(%)

Total

NOTES :
The Bidder to give in his Bid offer breakdown of his lump sum price clearly giving the following:
(a) Customs duty in India on offshore manufactured plant and equipment , if any, along with rate of
Custom duty after considering the concessional rate of basic customs duty available under
Project Import scheme. Customs duty on imported components/parts which go into
manufacturing of plant and equipment in India will NOT be mentioned in this Table. These rates
will be subject to the Deemed Export and Concessional duty (for metro rail projects) benefits if
any.

(b) GST Shall be reimbursed by MMRDA on the actual production of documentary evidence of the
payment of same including tax invoice, subject to ceiling equivalent to total liability of GST to a
maximum value as indicated by the Bidder in his financial Bid.

(c) For evaluation of the bid, the component of Basic Customs Duty & Taxes would not be
considered.

(d) Custom duty on imported spares, Jigs, Fixtures, Special Tools and Diagnostic Equipments etc,
along with rate of Custom duty.

(e) GST on Spares, Jigs, Fixtures, Special tools, Testing and Diagnostic equipments etc; along with
rate of GST.

(f) GST on the completely assembled/manufactured plant and equipment.

(g) GST on the indigenous finished Spares, Jigs, Fixtures, Special tools and Testing and Diagnostic
equipments etc along with rate.

(h) Other levies/ Cess etc. as applicable

(i) The Bidders shall note that the customs duty, GST, etc. indicated in the above Table are

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-55

considered to be included in the lump sum Bid Price Total, and will be reimbursed by the
Employer, on proof of payment / liability, subject to the ceiling of the amounts indicated in this
Table. All taxes mentioned here shall be in Indian Rupees only.
(j) Taxes and/or duties shall be excluded from bid evaluation in accordance with ITB 39.2.
(k) Bidder to specify the taxes and duties breakup for each cost center above.

AUTHORISED SIGNATURE OF BIDDER WITH COMPANY SEAL

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-56

Appendix – Y1
Cost Center Summaries
L7 : Line 7 : consisting of 13 stations from Andheri East to Dahisar
East and AFC OCC and AFC SDC at Charkop Depot
Indian Foreign Foreign Foreign
% for sub
Cost Centers Description of Cost Centers Rupees Currency 1 Currency 2 Currency3
items
A B C D

L7-B Detailed Design The Bidder shall not fill in the individual 20
Cost Center Summary amounts here.
The amounts for these Cost Center
L7-C Manufacture and Delivery Summaries will be filled in by the 40
successful Bidder only at the time of
L7-D Installation and Site Testing awarding the contract. They will be 20
System Acceptance Tests, based on the amounts previously filled in
on the Bid Price Total Summary in the
Integrated Testing and Appendix B of Schedule 2 and the %’s
L7 -E 20
Commissioning and detailed in the “% for sub items columns
Operational Acceptance.

Total L 7: 100%

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-57

Appendix – Y2
Cost Center Summaries
L2A: Line 2A : Consisting of 17 stations from Dahisar to DN Nagar
and Related works at Central Computer .
Foreign
Indian Foreign Foreign
Cost Currency 1 % for sub
Description of Cost Centers Rupees Currency 2 Currency 3
Centers items
A C D
B

L2A-B Detailed Design 20


L2A-C Manufacture and Delivery The Bidder shall not fill in the individual 40
Cost Center Summary amounts here.
Installation and Site The amounts for these Cost Center
L2A-D Summaries will be filled in by the
20
Testing
successful Bidder only at the time of
awarding the Contract. They will be
System Acceptance Tests,
based on the amounts previously filled in
Integrated Testing and on the Bid Price Total Summary in the
L2A-E 20
Commissioning and Appendix B of Schedule 2 and the %’s
Operational Acceptance. detailed in the “% for sub items columns

Total L2A : 100%

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-58

Appendix – Y3
Cost Center Summaries
L2 B : Consisting of 22 stations from DN Nagar to Mandale Metro,
AFC OCC at Aarey and Related Works at Central Computer System
Foreign
Foreign Foreign % for
Cost Description of Cost Indian Currency
Currency 1 Currency 2 sub
Centers Centers Rupees 3
B C items
D

L2B-B Detailed Design 20


The Bidder shall not fill in the individual
Manufacture and Cost Center Summary amounts here.
L2B-C The amounts for these Cost Center 40
Delivery Summaries will be filled in by the
Installation and Site successful Bidder only at the time of
L2B-D awarding the Contract. They will be 20
Testing based on the amounts previously filled in
on the Bid Price Total Summary in the
System Acceptance Appendix B of Schedule 2 and the %’s
Tests, Integrated Testing detailed in the “% for sub items columns
L2B-E and Commissioning and 20
Operational Acceptance.

Total L2B : 100%

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-59

Tables of Adjustment Data

Table A - Local Currency

To be entered by the bidder

Bidder’s Bidder’s
Index Index Source of Base Value
Local Currency Proposed
Code Description Index and Date
Amount Weighting
a: 0.15
Nonadjusta --- --- --- Nonadjustable
ble b:
c:
d:
e: _________

Total 1.00

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-60

Table B - Foreign Currency

Name of Currency:
__________________________________________________________________
Insert name of currency. If the Bidder wishes to quote in more than one foreign currency, but
in no case more than three, this table should be repeated for each foreign currency.
To be entered by the bidder

Bidder’s
Base Bidder’s
Index Index Source of Currency in Equivalent
Value Proposed
Code Description Index Type/Amou in FC1
and Date Weighting
nt
a: 0.15
Nonadjustable --- --- ---
b:
c:
d:
e: _________

Total 1.00 Total 1.00 Total

- Note -
The base date shall be the date 28 days prior to the deadline for submission of the bid.

Tables of Adjustment Data shall only be included if prices are to be quoted as adjustable
prices in accordance with ITB 18.6.

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-61

Bid Security - Bank Guarantee


............................. Bank’s name, and address of issuing branch or office1 .................
Beneficiary: .......................... Name and address of the employer ............................
Date: ...........................................................................................................................
Bid Security No.: ......................................................................................................

We have been informed that . . . . . name of the bidder. . . . . (hereinafter called "the
Bidder") has submitted to you its bid dated . . . . . . . . . (hereinafter called "the Bid") for the
execution of . . . . . . . . name of contract . . . . . . . under Invitation for Bids No. . . . . . . . . .
(“the IFB”).
Furthermore, we understand that, according to your conditions, bids must be supported
by a bid guarantee.
At the request of the Bidder, we . . . . . name of Bank. . . . . hereby irrevocably undertake
to pay you any sum or sums not exceeding in total an amount of . . . . . . . . . .amount in
words . . . . . . . . . (. . . . . . .amount in figures . . . . . . . ) upon receipt by us of your first
demand in writing accompanied by a written statement stating that the Bidder is in breach
of its obligation(s) under the bid conditions, because the Bidder:
(a) has withdrawn its Bid during the period of bid validity specified by the Bidder in the
Letters of Technical and Price Bid; or
(b) does not accept the correction of errors in accordance with the Instructions to Bidders
(hereinafter “the ITB”); or
(c) having been notified of the acceptance of its Bid by the Employer during the period of
bid validity, (i) fails or refuses to execute the Contract Agreement, or (ii) fails or
refuses to furnish the Performance Security, in accordance with the ITB.
This guarantee will expire (a) if the Bidder is the successful Bidder, upon our receipt of
copies of the Contract Agreement signed by the Bidder and the Performance Security
issued to you upon the instruction of the Bidder; or (b) if the Bidder is not the successful
Bidder, upon the earlier of (i) our receipt of a copy of your notification to the Bidder of the
name of the successful Bidder, or (ii) 28 days after the expiration of the Bidder’s bid.
Consequently, any demand for payment under this guarantee must be received by us at
the office on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees, ICC Publication
No. 458.2
. . . . . . . . . . . Authorized signature(s) and bank’s seal (where appropriate) . . . . . . . . . .

-- Note –
In case of a joint venture, the bid security must be in the name of all partners to the joint
venture that submits the bid.

1
All italicized text is for use in preparing this form and shall be deleted from the final document.
2
Or 758 as applicable.

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-62

Bid-Securing Declaration
Not Applicable

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-63

Bidders Technical Proposal


Bidder to prepare and submit in compliance with Technical Specifications & General
Specifications under Employers Requirements also include details like system architecture,
brief hardware & software details, power consumption, heat load and other details deemed
necessary.

Form BTP-1: Site Organization


Form BTP-2: Personnel
Form BTP-3: Design Proposal
Form BTP-4: Method Statement
Form BTP-5: Mobilization Schedule
Form BTP-6: Construction Schedule
Form BTP-7: Plant
Form BTP-8: Equipment
Form BTP-9: Proposed Subcontractors for Major Items of Plant and Services
Form BTP-10: Manufacturer’s Authorization
Form BTP-11: Time Schedule
Form BTP-12: Maintenance Services
Form BTP-13: Certificate of Compliance
Form BTP-14: Interface requirement undertaking
Form BTP-15: Scope of work compliance undertaking

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-64

Form BTP - 1: Site Organization

The Bidder shall provide with the Bid a complete Schedule and Organization chart required.

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 requirements mentioned as per EQC 1.1.1, Section-3, Part 1.

In case MMRDA judges that the continuation of any person of the tenderer Including
'its subcontractors is not in the Interest of the project, a written notice will be given
to the tenderer who will promptly remove the person within a week. MMRDA can
withdraw the approval of such persons If continuation of the person is judged by the
MMRDA.

4) The Bidder shall provide details of the proposed personnel and their experience
records using Forms PER-1 and PER-2 as below in Section IV, Bidding Forms.

We hereby confirm that this is minimum project specific mobilization, and these will be
suitably augmented, as required for achieving the tender requirements and key dates.

SIGNATURE OF AUTHORIZED SIGNATORY ON BEHALF OF BIDDER

Date
Seal

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-65

Form BTP - 2: PERSONNEL

Form PER-1: Proposed Personnel

Bidder should provide the details of the proposed personnel and their experience record
in the relevant information forms below for each candidate:

Title of position*
1.

Name

2. Title of position*

Name

3. Title of position*

Name

4. Title of position*

Name

etc. Title of position*

Name

-- Note --
* As listed in Section 6 (Employer’s Requirements).

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-66

Form PER-2: Resume of Proposed Personnel

The bidder shall provide all the information requested below. Use one form for each
position.

Position

Personnel Name Date of birth


information

Professional qualifications

Present Name of employer


employment

Address of employer

Telephone Contact (manager/personnel officer)

Fax E-mail

Job title Years with present employer

Summaries professional experience in reverse chronological order. Indicate particular


technical and managerial experience relevant to the project.

From To Company/Project/Position/Relevant Technical and Management Experience

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-67

Form BTP - 3: Design Proposal

[The Bidder shall provide design Proposal as described in Part 1, Section 3, Design Proposal]
Bid Ref
Design Proposal

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-68

Form BTP - 4: Method Statement

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
Special 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.
(e) Comments on logistics and traffic management [as may be appropriate].
(f) Outline of the arrangements and organization 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.
(h) [Insert other information, as may be appropriate.]

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-69

Form BTP - 5: Mobilization Schedule

Mobilization schedule confirming to the project plan shall be submitted by the contractor.

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-70

Form BTP - 6: Construction Schedule

1. The Bidder shall submit a Work Plan as a part of the Bid, which shall contain the
following:
a. Proposed Works Programme.
b. Proposed Design Submission Programme.
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.
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.
5. The Works Programme shall include details as stipulated in Chapter 2, 3 and 4 of the
Works Requirements – General Specification, for review by the Engineer.
6. The proposed Works Programme or Programmes shall be developed as a critical path
network using the Precedence Diagramming Method and be presented in bar chart
and time scaled logic network format and shall clearly show the division of the Works,
the start and completion dates for each activity and their inter-relationships and Key
Dates. The network must be fully resourced and show the co-ordination with
Designated Contractors.
7. The proposed Works Programme shall show achievement of all Key Dates.
8. The proposed Works Programme shall contain sufficient detail to assure the Employer
of the feasibility of the plan and approach proposed by the Bidder.
9. The Bidder should have regard to the possibility, 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 the proposed work.

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-71

Form BTP - 7: Plant

NOT USED

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-72

Form BTP - 8: Equipment

The Bidder shall provide adequate information and details to demonstrate clearly that it has
the capability to meet the equipment requirements indicated in Section 6 (Employer’s
Requirements), using the Forms below. A separate Form shall be prepared for each item of
equipment listed, or for alternative equipment proposed by the Bidder.

Item of Equipment

Equipment Name of manufacturer Model and power rating


Information

Capacity Year of manufacture

Current Current location


Status

Details of current commitments

Source Indicate source of the equipment


 Owned  Rented  Leased  Specially manufactured

Omit the following information for equipment owned by the Bidder.

Owner Name of owner

Address of owner

Telephone Contact name and title

Fax Telex

Agreements Details of rental/lease/manufacture agreements specific to the project

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-73

Form BTP - 9: Proposed Subcontractors and/or Manufacturers for Major Items of


Plant and Services

The following Subcontractors and/or Manufacturers are proposed for carrying out the item of
the facilities indicated. Bidders are free to propose more than one for each item.

Major Items of Plant and Proposed Subcontractors or Nationality


Services Manufacturers

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-74

Form BTP - 10: Manufacturer's Authorization


Date: . . . . . [insert date (as day, month, and year) of bid submission] . . . . .
ICB No.: . . . . . [insert number of bidding process] . . . . .
To: . . . . . [insert complete name of the employer] . . . . .
WHEREAS

We . . . . . [insert complete name of the manufacturer or manufacturer’s authorized agent ] . . . . ., who are
official Manufacturers or agent authorized by the Manufacturer of . . . . . [insert type of goods
manufactured] . . . . ., having factories at . . . . . [insert full address of manufacturer’s factories ] . . . . ., do
hereby authorize . . . . . [insert complete name of the bidder] . . . . . to submit a Bid the purpose of
which is to provide the following goods, manufactured by us . . . . . [insert name and/or brief
description of the goods] . . . . ., and to subsequently negotiate and sign the Contract.

We hereby extend our full guarantee and warranty in accordance with Clause 27 of the General
conditions of Contract, with respect to the goods offered by the above firm.

Signed: . . . . . [insert signature(s) of authorized representative(s) of the manufacturer ] . . . . .

Name: . . . . . [insert complete name(s) of authorized representative(s) of the manufacturer] . . . . .

Title: . . . . . [insert title] . . . . .

Duly authorized to sign this Authorization on behalf of . . . . . [insert complete name of the manufacturer] . .
...

Dated on ____________ day of ____________, ____________ [insert date of signing]

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-75

Form BTP - 11: Time Schedule

As per Employer’s Requirement

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-76

Form BTP - 12: Maintenance Services

[The Bidder shall provide maintenance proposal as detailed below;]

Maintenance Plan and Maintenance Management Information System Bid Ref

1 The Bidder shall provide a Maintenance plan for the system for a period of 02
years (during DLP) and 03 years (during CAMC). The maintenance plan shall
include the following:
a) General Philosophy for Preventive & Corrective Maintenance.
b) Particular strategy and plan for how the maintenance team will interface
with the manufacturer of the system.
c) Proposed job description of Maintenance positions.

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-77

Form BTP - 13: Certificate of Compliance

This certificate is issued in the full knowledge that the Technical Proposals
submitted by us, are in Clause by Clause Compliance with the Employer’s
Requirements including Addenda thereon. We are also including our Clause by
Clause Compliance Matrix to the Employer’s Requirements including Addenda
thereon.

Bidder Company Name:


Bidder’s Representative Name:
Signature:
Date of Submission:

Company Seal

NOTE: Bidder must enclose Clause by Clause Compliance Matrix to the Employer’s Requirements including
Addenda thereon along with Bidder’s comments if any.

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-78

Form BTP - 14: Interface requirement undertaking

W E HEREBY CONFIRM THAT OUR OFFER IS FULLY COMPLAINT WITH THE INTERFACING
REQUIREMENT WITH OTHER DESIGNATED CONTRACTOR, POWER SUPPLY
AUTHORITIES AND OTHER AUTHORITIES.

Bidder Company Name:


Bidder’s Representative Name:
Signature:
Date of Submission:

Company Seal

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-79

Form BTP - 15: Scope of work compliance undertaking

We hereby confirm that our offer is fully complaint:


1. With the scope of work detailed in Bid Specifications.
2. With the requirement to possess full electrical license in carrying out all electrical
works or will undertake to obtain the License following the award of Contract.
3. Will make credible arrangement for ensuring availability of spares and software
during the Equipment Service Life.

Bidder Company Name:


Bidder’s Representative Name:
Signature:
Date of Submission:

Company Seal

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-80

Bidder’s Qualification
To establish its qualifications to perform the contract in accordance with Section 3 (Evaluation
and Qualification Criteria) the Bidder shall provide the information requested in the
corresponding Information Sheets included hereunder.

Form ELI - 1: Bidder’s Information Sheet

Bidder’s Information

Bidder’s legal name

In case of a Joint
Venture, legal name
of each partner

Bidder’s country of
constitution

Bidder’s year of
constitution

Bidder’s legal
address in country
of constitution

Bidder’s authorized
representative
(name, address,
telephone number(s),
fax number(s), e-mail
address)
Attached are copies of the following documents:.
❑ 1. In case of a single entity, articles of incorporation or constitution of the legal entity named above,
in accordance with ITB 4.1 and ITB 4.2

❑ 2. Authorization to represent the firm or Joint Venture named above, in accordance with ITB 22.2
❑ 3. In case of a Joint Venture, a letter of intent to form a Joint Venture or Joint Venture agreement, in
accordance with ITB 4.1

❑ 4. In case of a government-owned enterprise, any additional documents not covered under 1 above
required to comply with ITB 4.5

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-81

Form ELI - 2: Joint Venture Information Sheet

Each member of the Joint Venture must fill out this form separately. Subcontractor must fill out
this form.

Joint Venture/Subcontractor Information

Bidder’s legal name


Joint Venture Partner’s or
Subcontractor’s legal name
Joint Venture Partner’s or
Subcontractor’s country of
constitution
Joint Venture Partner’s or
Subcontractor’s year of
constitution
Joint Venture Partner’s or
Subcontractor’s legal address
in country of constitution
Joint Venture Partner’s or
Subcontractor’s authorized
representative information
(name, address, telephone
number(s), fax number(s), e-mail
address)
Attached are copies of the following documents:
❑ 1. Articles of incorporation or constitution of the legal entity named above, in accordance
with ITB 4.1 and ITB 4.2
❑ 2. Authorization to represent the firm named above, in accordance with ITB 22.2
❑ 3. In the case of a government-owned enterprise, documents establishing legal and
financial autonomy and compliance with commercial law, in accordance with ITB 4.5

Subcontractors are those listed in Technical Proposal – Proposed Subcontractors and/or


Manufacturers for Major Items of Plant and Services.

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-82

Form ELI-3: PRO-FORMA LETTER OF APPLICATION

(on Firm's Letter Head)


To:
Director (System) – Metro PIU,
1st Floor, A-wing, Old Administrative Building
Mumbai Metropolitan Region Development Authority (MMRDA),
Bandra Kurla Complex, Bandra (E),
Mumbai – 400051.
(Applicant to provide date and reference)
LETTER OF APPLICATION
BID NUMBER CA-33
Dear Sir,
We hereby make application for Qualification as a Bidder of the “DESIGN, MANUFACTURE, SUPPLY,
INSTALLATION , TESTING AND COMMISSIONING AND MAINTENANCE OF AUTOMATIC FARE
COLLECTION ( AFC) SYSTEM FOR 52 ELEVATED STATIONS AND AFC OCC, AFC SOFTWARE
TESTING AND DEVELOPMENT CENTER (SDC) OF METRO LINE 2A (DAHISAR EAST TO DN
NAGAR), LINE 2B (DN NAGAR TO MANDALE) AND LINE 7 (ANDHERI EAST TO DAHISAR EAST)
OF MUMBAI METRO RAIL PROJECT OF MMRDA”. In support of the application we have uploaded
all the documents required for bid.
(In the case of other than a sole proprietorship firm add the following paragraph)
A Power of Attorney to sign and submit this letter is attached.
(In the case of a joint venture/consortium add the following paragraph)
This application is submitted on behalf of a joint venture/consortium (applicant to delete as appropriate)
comprising ……………………………………….. (Applicant to state the names of each member)
………………………………………………… and of which ……………. (Applicant to insert name of
leading member of joint venture/consortium) has agreed to act as leader. Each member has prepared a
statement of participation in relation to this application and these are contained in Section 2 herewith.
Yours faithfully,
…………………………. (Signature)
Name of signatory: ………………………………
Capacity of signatory: ……………………………
Name and address of applicant (or of leader if applicant is a Joint Venture/Consortium)

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-83

Form ELI-4: PRO-FORMA LETTER OF PARTICIPATION FROM EACH MEMBER OF A


JOINT VENTURE/CONSORTIUM

(on Firm's Letter Head)

To:
Director (System) – Metro PIU,
1st Floor, A-wing, Old Administrative Building
Mumbai Metropolitan Region Development Authority (MMRDA),
Bandra Kurla Complex, Bandra (E),
Mumbai – 400051.
(Applicant to provide date and reference)
LETTER OF APPLICATION AS JOINT VENTURE/CONSORTIUM
BID NUMBER CA-33
We wish to confirm that our company/firm (delete as appropriate) has formed/intends (delete as
appropriate) to form a Joint Venture/Consortium with …………………. (Member to insert names of all
other members of the group) for purposes associated with Bid Number CA-33.
(Members who are not the lead member of the Joint Venture/Consortium should add the following
paragraph).
The Joint Venture/Consortium is led by (member to insert name of lead member) whom we hereby
authorise to act on our behalf for the purposes of applying for Qualification.
(The lead member of the Joint Venture/Consortium should add the following paragraph)
In this Joint Venture/Consortium we act as leader and, for the purposes of applying for Qualification,
represent the group.
In the event of our Joint Venture/Consortium being invited to Bid for Bid Number CA-33, we agree to be
jointly (with other members of our Joint Venture/Consortium) and severally liable to the Mumbai
Metropolitan Region Development Authority (MMRDA), its successors and assigns for all obligations,
duties and responsibilities arising from or imposed by any contract subsequently entered into between
the MMRDA and our Joint Venture/Consortium.
Yours faithfully,
(Signature) ……………………………………………………
(Name of Signatory) …………………………………………
(Capacity of Signatory) ……………………………………..

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-84

Form LIT – 1: Pending Litigation and Arbitration

Each Bidder must fill out this form if so required under Criterion 2.2 of Section 3 (Evaluation and
Qualification Criteria) to describe any pending litigation or arbitration formally commenced against it.

In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and provide
the Joint Venture Partner’s name below:

Joint Venture Partner: ___________________

Pending Litigation and Arbitration

Choose one of the following:

❑ No pending litigation and arbitration.

❑ Below is a description of all pending litigation and arbitration against the Bidder (or each Joint Venture member if
Bidder is a Joint Venture).

Value of
Value of
Pending
Pending
Year Matter in Dispute Claim as a
Claim in INR
Percentage
Equivalent
of Net Worth

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-85

Form FIN - 1: Historical Financial Performance

Each Bidder must fill out this form.

In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and
provide the Joint Venture Partner’s name below:

Joint Venture Partner: ___________________

Financial Data for Previous . . . .Years


Year 1: Year 2: Year 3: Year 4: Year 5:

Information from Balance Sheet

Total Assets (TA)

Total Liabilities (TL)

Net Worth = TA-TL

Current Assets (CA)


Current Liabilities
(CL)
Working Capital = CA
- CL

To be obtained for most recent year and carried


Most Recent forward to FIN - 3 Line 1; in case of Joint Ventures,
Working Capital to the corresponding Joint Venture Partner’s FIN –
3.
Information from Income Statement
Total Revenues
Profits Before Taxes
Profits After Taxes

❑ Attached are copies of financial statements (balance sheets including all related notes,
and income statements) for the last _____ years, as indicated above, complying with
the following conditions.
• Unless otherwise required by Section 3 of the Bidding Documents, all such documents reflect the
financial situation of the legal entity or entities comprising the Bidder and not the Bidder’s parent
companies, subsidiaries or affiliates.
• Historical financial statements for last 05 years must be audited by a certified accountant and to be
submitted.
• Historical financial statements must be complete, including all notes to the financial statements.
• Historical financial statements must correspond to accounting periods already completed and audited
(no statements for partial periods shall be requested or accepted).

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-86

Form FIN - 2: Average Annual Turnover

Each Bidder must fill out this form.

The information supplied should be the Annual Turnover of the Bidder or each member of a
Joint Venture in terms of the amounts billed to clients for each year for work in progress or
completed, converted to US dollars at the rate of exchange at the end of the period reported.

In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and
provide the Joint Venture Partner’s name below:

Joint Venture Partner: ___________________

Annual Turnover Data for the Last . . . . Years


Amount Exchange $
Year
Currency Rate Equivalent

Average Annual Turnover

Note: Average Annual Turnover must be audited by a certified accountant

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-87

Form FIN – 3: Availability of Financial Resources

Bidders must demonstrate sufficient financial resources, usually comprising of Working Capital
supplemented by credit line statements or overdraft facilities and others to meet the Bidder’s
financial requirements for

(a) its current contract commitments, and


(b) the subject contract.

In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and
provide the Joint Venture Partner’s name below:

Joint Venture Partner: ___________________

Financial Resources
No. Source of financing Amount ($ equivalent)

1 Working Capital (to be taken from FIN - 1)

2 Credit Linea

3 Other Financial Resources

Total Available Financial Resources

a To be substantiated by a letter (as per attached format Annexure-1) from the bank
issuing the line of credit.

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-88

Annexure-1: SAMPLE FORMAT FOR BANKING REFERENCE FOR LINE OF


CREDIT

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 be able to provide overdraft / credit facilities to the extent of Rs...................... to
meet their working capital requirements for executing the above contract.

___Sd.___
Name of Bank:__________
Senior Bank Manager_____________
Employees Code No: _____________
Address of the Bank_______________

• Change the text as follows for Joint Venture:

This is to certify that M/s .................................................... who has formed a JV 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, we shall be able to provide overdraft / credit facilities to the extent of
Rs....................... to M/s .................................................... to meet their working capital requirements for
executing the above contract.
[This should be given by the JV members in proportion to their financial participation]

Note: Tenderer should submit the banking reference certificate in the above proforma only. No other
proforma will be considered for evaluation.

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-89

Form FIN- 4: Financial Requirements for Current Contract Commitments

Bidders (or each Joint Venture partner) should provide information on their current
commitments on all contracts that have been awarded, or for which a letter of intent or
acceptance has been received, or for contracts approaching completion, but for which an
unqualified, full completion certificate has yet to be issued.

In case of a Joint Venture, each Joint Venture Partner must fill out this form separately and
provide the Joint Venture Partner’s name below:

Joint Venture Partner: ___________________

Current Contract Commitments


Remaining
Employer’s Outstanding Monthly Financial
Contract Contract
Name of Contact Contract Resources
Sr.No Completion Period in
Contract (Address, Value Requirement
Date months
Tel, Fax) (X) a (X / Y)
(Y) b

Total Monthly Financial Requirement for Current Contract Commitments . . . . . . . . . . . . . . . .


.

a
Remaining outstanding contract values to be calculated from 28 days prior to the bid
submission deadline ($ equivalent based on the foreign exchange rate as of the same
date).

b Remaining contract
period to be calculated from 28 days prior to bid submission deadline.

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-90

Form FIN - 5: Self-Assessment Tool for Bidder’s Compliance to Financial Resources

(Criterion 2.3.3 of Section 3)

This form requires the same information submitted in Forms FIN - 3 and FIN - 4. All conditions
of “Available Financial Resources Net of CCC ≥ Requirement for the Subject Contract” must
be satisfied to qualify.

Form FIN - 5A: For Single Entities

Total Monthly Results:


Total Available Financial Requirement Available Requirement Yes or No
Financial for Current Contract Financial for the [D must be
For Single Resources Commitments (CCC) Resources Net Subject greater than or
Entities: from FIN – 3 from FIN – 4 of CCC Contract equal to E]
(A) (B) (C) D = (B - C) (E) (F)

_________ .........
(Name of ..
Bidder)

Form FIN - 5B: For Joint Ventures


Total Monthly
Total Results:
Financial Available Requirement
Available Yes or No
Requirement for Financial for the
For Joint Ventures: Financial [D must be
Current Contract Resources Net Subject
(A) Resources greater than or
Commitments of CCC Contract
from FIN – 3 equal to E]
(CCC) from FIN – 4 D = (B - C) (E)
(B) (F)
(C)
One Partner:

____________
(Name of Partner) ..........
Each Partner:

_____________
(Name of Partner 1) ..........
_____________
(Name of Partner 2) ..........
_____________
(Name of Partner 3) ..........

∑ D = Sum of available financial


All partners
resources net of current contract ∑ D = ______ ..........
combined
commitments for all partners

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-91

Form FIN - 6: Bid Capacity

[The following table shall be filled in for the Bidder and for each member of a JV.]
Date: [insert day, month, year]
Bidder’s Legal Name: [insert full name]
Joint Venture Party Legal Name: [insert full name]
IFB No.: MMRDA/MMRP/CA-33
Page [insert page number] of [insert total number] pages

Bid Capacity Calculation of Single Entity or Members of Consortium/JV

S. Each Maximum Value of Price No. of years Bid Balance Remarks


No Member value of works level, of prescribed Capacity bid
Name executed in existing for (million capacity
any one year commitments Completion USD) approx.
during the last and ongoing of the works (2*A*N-B) > INR
five years works (During for which 217.41
(Updated to period of bids are Cr.
2017-18 price completion of invited,
level) work under N=3.5 Years
(A) this bid) (N)
(B)

Note: Bidder should submit this form duly certified by Charted Accountant with M. Number and stamped.

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-92

Form EXP – 1: Contracts of Similar Size and Nature


Fill out one (1) form per contract. Contract of Similar Size and Nature
Contract No . . . . . . Contract
of . . . . . Identification

Award Date Completion Date

❑ Management
Role in Contract ❑ Contractor ❑ Subcontractor
Contractor

Total Contract
Amount

If partner in a Joint
Venture or
subcontractor,
Percent of Total Amount
specify participation
of total contract
amount

Employer’s name
Address
Telephone number
Fax number
E-mail

Description of the Similarity in Accordance with Criterion 2.4.1 of Section 3 (Evaluation


and Qualification Criteria)

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-93

Form EXP - 2: Experience in Key Activities


Fill out one (1) form per contract.
Contract with Similar Key Activities
Contract No . . . . . . Contract
of . . . . . Identification

Award Date Completion Date

❑ Management
Role in Contract ❑ Contractor ❑ Subcontractor
Contractor

Total Contract
Amount

If partner in a Joint
Venture or
subcontractor,
Percent of Total Amount
specify participation
of total contract
amount

Employer’s name
Address
Telephone number
Fax number
E-mail

Description of the Key Activities in Accordance with Criterion 2.4.2 of Section 3


(Evaluation and Qualification Criteria)

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-94

Form EXP - 3: Subcontractors


Fill out one (1) form per contract.
Contract for the Major Items
Contract No . . . . . . Contract
of . . . . . . Identification

Award Date Completion Date

❑ Management
Role in Contract ❑ Contractor ❑ Subcontractor
Contractor

Total Contract
Amount

If partner in a Joint
Venture or
subcontractor,
Percent of Total Amount
specify participation
of total contract
amount

Employerʼs name
Address
Telephone number
Fax number
E-mail

Description of the Major Items in Accordance with Criterion 2.5 of Section 3 (Evaluation
and Qualification Criteria)

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-95

Form EXP - 4: Undertaking for Not banned for doing business & Non- Termination of
Contract due to Non-Performance

We do hereby undertake that MMRDA/any other Metro Organization (100% owned by Govt.) /
Ministry of Housing & Urban Affairs / Order of Ministry of Commerce, applicable for all ministry
has not banned business with us as on the date of Tender submission. Also any the work of
the value more than 10% of NIT cost of work, executed either individually or in a JV/
Consortium, has not been rescinded/ terminated by MMRDA / any other Metro Organization
(100% owned by Govt.) , after award of contract to us during last 3 years (from the last day of
the previous month of Tender submission) due to our non-performance.

STAMP & SIGNATURE OF AUTHORISED SIGNATORY

___________________________________________________________________________
______
Note :

1. In case of JV/Consortium, the undertaking shall be submitted by each member of the


JV/Consortium.
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.

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-96

APPENDICES TO BIDDING FORM

Appendix F-1: Contract Conditions


Appendix F -2: Pricing Document (to be included in Financial Package
only).
Appendix F-3: Outline Quality Plan
Appendix F-4: Outline Safety Plan
Appendix F-5: Outline Environmental Plan
Appendix F-6: Outline Project Management Plan
Appendix F-7: Structure of the Bidder
Appendix F-8: Bid Index
Appendix F-9: Form of Declaration for Non-engagement of any agent,
middleman or intermediary
Appendix F-10: Statement of Deviations
Appendix F-11: Form of Bid
Appendix F-12: Form of Certificate confirming receipt of all Bid Addenda
Appendix F-13: Form of Certificate confirming submission of all documents
of Financial Package in the Technical Package with prices
left blank
Appendix F-14: Form of Certificate confirming careful examination of all the
contents of Bid documents and signing of all pages of
Bidder’s proposal.

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-97

APPENDIX F-1

CONTRACT CONDITIONS

As per Annexure-III of SCC.

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-98

KEY DATES

As per key dates in Appendix-4, Section 9 of Contract.

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-99

APPENDIX F-2

PRICING DOCUMENT

The pricing document will form a part of Technical Package but with prices left blank. The
pricing Document along with price shall be included in Financial Package only.

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-100

APPENDIX F-3
OUTLINE QUALITY PLAN
The Bidder shall submit as part of his Bid an Outline Quality Plan illustrating the intended
means of compliance with the Employer’s Requirements and setting out in summary form an
adequate basis for the development of the more detailed document required at the post award
stage. The Outline Quality Plan shall contain sufficient information to demonstrate clearly the
proposed method of achieving the Bidder’s quality objectives with regard to the requirement of
the Contract.

The Bid 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 details 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.

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-101

APPENDIX F-4

OUTLINE SAFETY PLAN

The Bidder shall submit as part of his 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 complete system. 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 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.

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-102

APPENDIX F-5

OUTLINE ENVIRONMENTAL PLAN

The Bidder shall submit as part of his Bid an Outline Environmental Plan illustrating the
intended means of compliance with the
Employer’s Safety, Health and Environment Manual and Employer's Requirements including
noise standards for the system. This shall form the basis for the development of the more
detailed document to be submitted as per conditions of this Bid. The Outline Environmental
Plan shall contain sufficient information to demonstrate clearly the proposed method of
achieving the Bidder's environmental objectives with regard to the requirement of the Contract.

The Bidder may be requested to amplify, explain or develop his Outline Environmental 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.

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-103

APPENDIX F-6

PROJECT MANAGEMENT PLAN

The Bidder shall provide a Project Management Plan as required by BDS 11.3.1.13.

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-104

APPENDIX F-7

STRUCTURE OF THE BIDDER


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 joint venture or
consortium) and the ownership of each of the companies comprising the Bidder, identifying
all respective intermediate and ultimate holding companies.

COMPOSITION OF THE BIDDER


1. A notarized copy of Memorandum of Understanding (MOU) relating to the
composition of the Bidder shall be submitted. For guidance, if the Bidder is a joint
venture or a consortium then the joint venture or consortium agreement is to be
submitted by the Bidder. Should the Bidder be an entity established or to be
established to Bid for this Contract, details of the shareholders’ agreement or
proposed shareholders’ agreement shall be supplied together with the percentage
participation and percentage equity in the agreements.
2. The contractual arrangements and copies of agreements in relation thereto must, as
a minimum, provide information on all members or participants involved, their
respective participation in the Bidder, the management structure, ownership and
control of the members or participants comprising the Bidder and if, appropriate, the
name of the member or participant who would have overall lead management
responsibility for the Works, the registered addresses of all parties and the names of
their respective senior partners, chairmen or managing directors as appropriate.
Such agreements should also reflect the joint and several liabilities of the members to
the Employer in the event that the Contract is awarded to them and provide
“deadlock” provisions in the event that decisions of the joint venture or consortium
cannot be reached by unanimous agreement.
3. “The Bidder shall confirm that the broad scope split of work amongst the
Consortium/Joint Venture members shall be as hereunder: -
4.

Work & Responsibility Partner Qualifying Local partner (if any)

1. DESIGN
2. ENGINEERING
3. QC for
MANUFACTURING –
OFF SHORE and ON
SHORE
4. MANUFACTURING –
OFF SHORE
5. MANUFACTURING –
ON SHORE
6. 6. INTERFACING
7. TESTING AND
COMMISSIONING

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-105

Work & Responsibility Partner Qualifying Local partner (if any)

8. DESIGN VALIDATION
and TYPE TESTING

9. WARRANTY
SERVICES
10. PROJECT
MANAGEMENT
11. TRAINING
(OFFSHORE &
ONSHORE)
12. MANUALS

P – RESPONSIBLE PARTNER – Primary Responsibility


S – SUPPORT PARTNER – Secondary Responsibility
X – NO ROLE

Note : The responsibilities as confirmed in the table above are independent of the invoicing
structure given in the pricing document of the financial package.
4. The Bidder shall provide written confirmation that:
(a) The agreement or agreements submitted represent the entire agreement
between the members or participants comprising the Bidder as to the Bidder’s
legal persona;
(b) There is or are no other agreements relating to the Bidder’s incorporation,
powers or organization which may affect in any way his ability to carry out the
Works; and
(c) No changes will be made to any such agreements during the Bid period or
during the contract period (if contract awarded) without first obtaining the
Employer’s agreement to the proposed change or changes.

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-106

APPENDIX F-8

BID INDEX
The Bidder shall include with his Bid a Bid Index. The Bid Index should indicate where within
the Technical Package as well as Financial Package, the Bidder has included his
responses/comments to the Bid requirements and conditions elaborated in these Bid
documents.

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-107

APPENDIX F 9

FORM OF DECLARATION FOR NON-ENGAGEMENT OF ANY


AGENT, MIDDLEMAN OR INTERMEDIARY

We hereby jointly and severally declare that the submission of this Bid confirms that no
agent, middleman or any intermediary 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. We further
confirm and declare that no agency commission or any payment which may be construed as
an agency commission has been, or will be paid and that the Bid price does not include any
such amount. We acknowledge the right of the Employer, if he finds to the contrary, to
declare our Bid to be non-compliant and if the Contract has been awarded to declare the
Contract NULL and VOID.

SIGNATURE OF THE BIDDER

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-108

APPENDIX F-10

STATEMENT OF DEVIATIONS

(A) STATEMENT OF DEVIATIONS FROM THE BID DATA SHEET AND BIDDING FORM

Remarks explaining reasons for


Clause
Details of Deviations deviations and why it may be
Number
considered by the 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 this Appendix F-11, our
proposal is fully and truly compliant.

SIGNATURE OF BIDDER

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-109

(B) STATEMENT OF DEVIATIONS FROM THE GCC AND SCC

Remarks explaining reasons


for deviations and why it may
Clause Number Details of Deviations
be considered by the
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 this Appendix FT-11, our proposal is
fully and truly compliant.

SIGNATURE OF BIDDER

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-110

(C) STATEMENT OF DEVIATIONS FROM THE EMPLOYER’S REQUIREMENT-


GENERAL SPECIFICATIONS AND TECHNICAL SPECIFICATIONS

Remarks explaining reasons for


Clause
Details of Deviations deviations and why it may be
Number
considered by the 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 this Appendix F-11, our proposal is
fully and truly compliant.

SIGNATURE OF BIDDER

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-111

APPENDIX F-11
FORM OF BID

Date: …………………….

To:
Director (System) – Metro PIU,
1st Floor, A-wing, Old Administrative Building
Mumbai Metropolitan Region Development Authority (MMRDA),
Bandra Kurla Complex, Bandra (E),
Mumbai – 400051.

Name of Work: MMRDA/MMRP/CA-33: Design, Manufacture, Supply, Installation,


Testing & Commissioning and Maintenance of AFC System for 52 Elevated Stations and AFC
OCC, AFC Software Testing and Development Centre (SDC) of Metro Line 2A (Dahisar East to
DN Nagar), Line 2B (DN Nagar to Mandale) and Line 7 (Andheri East to Dahisar East) of
Mumbai Metro Rail Project Of MMRDA.

CONTRACT PACKAGE MMRDA/MMRP/CA-33


GENTLEMEN,
1. Having inspected the Site, examined the General Conditions of Contract, Special
Conditions of Contract, Technical Specifications, Tender Drawings and Instruction to
Tenderers including Scope of Works, and addenda thereto (if any) issued by the
MMRDA in respect of above-mentioned Works, and the matters set out in Appendix 1
hereto, and having completed and prepared Appendices hereto, we hereby (jointly and
severally)* offer to construct and complete the whole of the said Works and
Commissioning and remedying any defects therein, in conformity with the above
documents within the completion period of 42 months (from the date of
commencement) for the sum stated in the Pricing Document as completed by us and
appended hereto.

2. We undertake (jointly and severally)*:

(a) To keep this Tender open for acceptance without unilaterally varying or amending its
terms for the period stated in Notice of Invitation to Tender hereto (the withdrawal of
any member or any other change in the composition of the partnership/joint
venture/consortium on whose behalf this Tender is submitted shall constitute a breach
of this undertaking)*; and

(b) If this Tender is accepted, to provide Guarantees, Undertakings & Warranties for the
due performance of the Contract as stipulated in the General Conditions of Contract,
Special Conditions of Contract and Appendix 1 hereto; and

(c) To hold in confidence all documents and information whether technical or commercial
supplied to us at any time by or on behalf of the MMRDA in connection with this Tender
or with the above-mentioned Works and, without your written authority or as otherwise
required by law, not to publish or otherwise disclose the same.

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-112

3. We submit with this Tender a duly executed Tender Guarantee in respect of our
obligations under this Tender.

4. Unless and until a formal agreement is prepared and executed, this Tender together with
your written acceptance thereof, shall constitute a binding contract between us.

5. We understand that you are not bound to accept the lowest or any tender you may
receive.

6. We declare that the submission of this Tender confirms that no agent, middleman or any
intermediary has been, or will be engaged to provide any services, or any other item of
work related to the award and performance of this Contract. We further confirm and
declare that no agency commission or any payment which may be construed as an
agency commission has been, or will be, paid and that the tender price does not include
any such amount. We acknowledge the right of the Employer, if he finds to the contrary,
to declare our Tender to be non-compliant and if the Contract has been awarded to
declare the Contract null and void.

7. This Tender shall be governed by and construed in all respects according to the laws for
the time being in force in India. The courts at Mumbai will have exclusive jurisdiction in
the matter.
8. We acknowledge that the Appendix forms an integral part of the Tender.
9. We have independently considered the percentage shown Clause 26.2 of the General
Conditions of Contract as liquidated damages and agree that they represent a fair
estimate of the damages likely to be suffered by you in the event of the work not being
completed in time.

10. If our Tender is accepted we understand that we are to be held solely responsible for the
due performance of the Contract.

We are, Gentlemen,

Yours faithfully,

Signature: .............................

Date.......................................

Name ....................................
For and on behalf of .............
Address. ...............................
Witness:
1. 2.
Signature: --------------------- Signature: ---------------------
Date ------------ Date ------------
Name -------------------------- Name --------------------------
Address ------------------------ Address ------------------------

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-113

* Note:
If the Tenderer comprises a partnership, joint venture or consortium:
(a) The provisions marked with an asterisk are to be retained subject to deletion of the
brackets and inapplicable descriptions (i.e. partnership, joint venture or consortium).

(b) The liability of each member under the Tender, and under any contract formed upon its
acceptance, will be joint and several.

(c) An authorized representative of each member must sign the Tender.

(d) Signature on the Form of Tender shall be witnessed and dated.

(e) Copies of the relevant power of attorney shall be attached.

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-114

APPENDIX-1
[REQUIREMENTS UNDER GENERAL CONDITIONS OF CONTRACT (GCC)]

S.N DESCRIPTION Clause Ref. REQUIREMENT

i Amount of Performance Clause 13 of SCC 10% of the Contract Price in types and
Security Clause 13.3 of the proportions of currencies in which the
GCC contract price is payable. In the event of
variations during the execution of the
contract which result in payments to the
Contractor over and above the contract
price, the Performance Security shall be
suitably adjusted.

ii Latest date for Clause 5 of the SCC As per the referred clauses of SCC
commencement’ of the Works & Clause 8.1 of GCC

iii ‘Time for completion’ of the work Clause 6 of the SCC 42 months
from the date of commencement & Clause 8.2 of GCC
of the work

iv Liquidated Damages during Clause 33 of the (i) 0.05% of the fixed Lump Sum price per
execution SCC & Clause 26.2 week of delay for the Key Dates related to
of GCC the Taking-Over of a Section, and the
Taking-Over of the whole of the Works.

(ii) 0.005% of the fixed Lump Sum price


per week of delayed other than the ones
relating to the Taking-Over of a Section.

(iii) Liquidated damages shall be levied as


per the rate given in Appendix 4 of Section
9 for non-achievement of Key dates.

(iv) The maximum limit shall be 10% of


the contract price.
As per clause 34 of SCC after the date of
v ‘Defects Liability Period’ for the Clause 34 of the
issue of Completion Certificate for the Part of
whole of the Works SCC
the Works or from the date of ROD for the
equipment’s and systems employer starts
using and accepted by employer for DLP.

vi Amount of advance payment Clause 12 of the As per the referred clauses of SCC
SCC

AOA (any one accident) limit equal to 6% of


vii Amount of Professional Indemnity Clause 60 of SCC
the contract value against BOQ in
Insurance (PII). (for the contracts
respect of ‘design and construct’ with AOY (
having Design in scope of work)
any one year) limit of 2 incidents in a year. In
the Professional Indemnity insurance Policy
the deductible amount shall not be more than
5% of AOA limit. PII Policy shall be obtained

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-115

S.N DESCRIPTION Clause Ref. REQUIREMENT

within four weeks from ‘date of


commencement’ and shall be valid for five
years after date of issue of ‘Performance
Certificate’.

Wherever the contractor submits policy for


shorter period /annual renewable policy, the
same shall be renewed before its expiry date.
In such situation, the performance guarantee
(5% of contract value) shall be retained till
required validity period. The contractor’s
submission of such shorter period /renewable
policy shall be construed as their irrevocable
consent for retention of the performance
guarantee.
100% of the Total Contract Price.
viii Insurance cover for Contractor’s Clause 34 of the
All Risk and other requirements as GCC
specified in the GCC

INR 0.50 Million for any one incident, with no.


ix Amount of Third Party Insurance Clause 34 of GCC
of incidents unlimited.

x Period in which all insurances Clause 34 of GCC Within 4 weeks from the “Date of
have to be submitted commencement of Work”

As per Section-9 (Contract Forms)


xi Contract Key Dates

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-116

APPENDIX F-12

FORM OF CERTIFICATE CONFIRMING RECEIPT OF ALL BID ADDENDA

This is to certify that we, M/s ________________________________[* Name of the Company]


have received all Bid Addenda to Bid ‘CA-33’, as listed below:

1. Addendum No. …………


2. …………………………..
3. …………………………..
4. ……………………………
.
.

SIGNATURE OF BIDDER

* In case of a joint venture or consortium, to be submitted by each constituent member.

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-117

APPENDIX F-13

FORM OF CERTIFICATE CONFIRMING SUBMISSION OF ALL


DOCUMENTS OF FINANCIAL PACKAGE IN THE TECHNICAL PACKAGE
WITH PRICES LEFT BLANK

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 unconditionally withdrawn without any financial implications.

SIGNATURE OF BIDDER

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


Section 4 - Bidding Forms 4-118

APPENDIX F-14

FORM OF CERTIFICATE CONFIRMING CAREFUL EXAMINATION OF


ALL THE CONTENTS OF BID DOCUMENTS AND SIGNING OF ALL
PAGES OF BIDDER’S PROPOSAL

This is to certify that we, M/s [*Name of the company] have carefully examined
all the contents of the Bid Documents including Bid Addenda (if any) and all the pages of our
proposal have been signed and stamped (by each constituent member in case of a joint venture or
consortium).

SIGNATURE OF BIDDER

*In case of a joint venture or consortium, to be submitted by each constituent member.

Bidding Document for ‘CA-33’ Procurement of Plant Single-Stage: Two-Envelope


MUMBAI METROPOLITAN REGION DEVELOPMENT AUTHORITY

DESIGN, MANUFACTURE, SUPPLY, INSTALLATION,


TESTING AND COMMISSIONING AND MAINTENANCE OF
AUTOMATIC FARE COLLECTION(AFC) SYSTEM FOR 52
ELEVATED STATIONS AND AFC OCC, AFC SOFTWARE
TESTING AND DEVELOPMENT CENTER (SDC) OF METRO
LINE 2A (DAHISAR EAST TO DN NAGAR), LINE 2B (DN
NAGAR TO MANDALE) AND LINE 7 (ANDHERI EAST TO
DAHISAR EAST) OF MUMBAI METRO RAIL PROJECT OF
MMRDA

CONTRACT NO: MMRDA/MMRP/CA-33

TENDER DOCUMENTS

SECTION 5 - ELIGIBLE COUNTRIES

MUMBAI METROPOLITAN REGION DEVELOPMENT AUTHORITY


Metro PIU, 1st Floor, A-wing, Old Administrative Building,
Bandra-Kurla Complex, Bandra (E), Mumbai –400 051, India
Section 5 - Eligible Countries 5-1

Section 5 - Eligible Countries (ELC)


This is an open tender. Any Bidder from any country is eligible to take participate in the bidding
process provided they meet the set criteria’s defined in the Tender Documents.

Bidding Document for CA-33 Procurement of Plant Single-Stage: Two-Envelope

You might also like