You are on page 1of 116

MASS RAPID TRANSIT CORPORATION SDN BHD

PROJEK MASS RAPID TRANSIT LALUAN 2 :


SUNGAI BULOH-SERDANG-PUTRAJAYA (SSP)

TENDER DOCUMENT
FOR

SYSTEM WORKS PACKAGE SSP-SY-206: ENGINEERING,


PROCUREMENT, CONSTRUCTION, TESTING & COMMISSIONING
OF COMMUNICATIONS, GOVERNMENT INTEGRATED RADIO
NETWORK, COMMERCIAL TELECOM (INFRA) AND INFORMATION
TECHNOLOGY SYSTEM

VOLUME I OF VI
INSTRUCTION TO TENDERERS AND APPENDICES

TENDER NO.: SSP-MRTC-SS06-OVPR-TEN-00066


MRT PROJECT OWNER: PROJECT DELIVERY PARTNER (PDP):
MASS RAPID TRANSIT CORPORATION SDN BHD MMC GAMUDA KVMRT (PDP SSP) SDN BHD
(Company No. : 902884-V) (Company No. : 1117100-V)
Tingkat 6, Menara I & P 1, Block A, Level 17, Menara Mustapha Kamal,
No. 46 Jalan Dungun, Bukit Damansara, PJ Trade Centre,
50490 Kuala Lumpur, No. 8, Jalan PJU 8/8A,
Malaysia. Bandar Damansara Perdana,
47820 Petaling Jaya,
Selangor Darul Ehsan, Malaysia.
DATE : MARCH 2016
PROJEK MASS RAPID TRANSIT LALUAN 2: SYSTEMS WORKS PACKAGE SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Table of Contents
Tender No. SSP-MRTC- SS06-OVPR-TEN-00066

PROJEK MASS RAPID TRANSIT LALUAN 2: SUNGAI BULOH – SERDANG – PUTRAJAYA (SSP)

PACKAGE SSP-SY-206: ENGINEERING, PROCUREMENT, CONSTRUCTION, TESTING &


COMMISSIONING OF COMMUNICATIONS, GOVERNMENT INTEGRATED RADIO NETWORK,
COMMERCIAL TELECOM (INFRA) AND INFORMATION TECHNOLOGY SYSTEM

(TENDER NO.: SSP-MRTC-SS06-OVPR-TEN-00066)

TABLE OF CONTENTS

VOLUME I – INSTRUCTION TO TENDERERS AND APPENDICES Pages

Section 1 Instructions to Tenderers ITT 1 of 39 – ITT 39 of 39

Section 2 Appendices Instructions to Tenderers App A-1 of 5 – App C-38 of 38

VOLUME II – ARTICLE OF AGREEMENT & CONDITIONS OF CONTRACT

Section 1 Article of Agreement Page 1 of 3 – Page 3 of 3

Section 2 Conditions of Contract Page 1 of 144 - Page 144 of 144

Condition of Contract Appendices 1 to 14 App 1 – 1/3 – App 14 – 4/4

VOLUME III (PART I OF II) – GENERAL SPECIFICATIONS

Part 1 of 5 General Specification GS-1 of 472 – GS-230 of 472

Part 2 of 5 General Specification GS-231 of 472 – GS-472 of 472

Part 3 of 5 General Specification Appendices A to L App A-1 of 108 – App L-71 of 71

TOC 1-5
PROJEK MASS RAPID TRANSIT LALUAN 2: SYSTEMS WORKS PACKAGE SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Table of Contents
Tender No. SSP-MRTC- SS06-OVPR-TEN-00066

VOLUME III (PART II OF II) – PARTICULAR SPECIFICATIONS

Part 4 of 5 Particular Specification

Communications, Government Integrated Radio


Network, Commercial Telecom (Infra) and Information
Technology System COMM, GIRN, CMTS and ITS
1 of 374 – COMM, GIRN,
CMTS and ITS-374 of 374

Part 5 of 5 Particular Specification Appendices A to U App A-1 of 46 - App V-5 of 5

VOLUME IV – DRAWINGS

Section 1 General Drawing

Structure Gauge & Kinematic Envelope


Viaduct CSD
Track Alignment
Earthing and Lightning
Serdang Depot
Stations
Power
Noise & Vibration
Miscellaneous
Option
SBK Line Interface Information

Section 2 System Reference Drawing

SY206S Rail System Specific


Rail Systems General
Option

VOLUME V – PRICING DOCUMENT

Section 1 Preamble PDA-1 of 9 – PDA-9 of 9

Section 2 Pricing Summary PDB-1 of 2 – PDB-2 of 2

Section 3 Pricing Make up

TOC 2-5
PROJEK MASS RAPID TRANSIT LALUAN 2: SYSTEMS WORKS PACKAGE SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Table of Contents
Tender No. SSP-MRTC- SS06-OVPR-TEN-00066

Pricing Summary (Sum of Cost Centre A to H) PDC-1 of 245


Cost Centre A – Preliminaries PDC-2 of 245 – PDC-3 of 245
Cost Centre B – System Study, Design and Eng. (PS&DS) PDC-4 of 245 – PDC-7 of 245
Cost Centre Ca – Supply, Manufacture & Delivery (BTN) PDC-8 of 245 – PDC-24 of 245
Cost Centre Cb – Supply, Manufacture & Delivery
(PABX & CVRS, PAS, PIDS, CCTV and MCS) PDC-25 of 245 – PDC-47 of 245
Cost Centre Cc – Supply, Manufacture & Delivery
(RS, WDCS, and PWN) PDC-48 of 245 – PDC-66 of 245
Cost Centre Cd – Supply, Manufacture & Delivery (GIRN) PDC-67 of 245 – PDC-70 of 245
Cost Centre Ce – Supply, Manufacture & Delivery (CMTS) PDC-71 of 245 – PDC-76 of 245
Cost Centre Cf – Supply, Manufacture & Delivery of (ITS) PDC-77 of 245 – PDC-88 of 245
Cost Centre Da - Installation (BTN) PDC-89 of 245 – PDC-107 of 245
Cost Centre Db - Installation (PABX & CVRS, PAS, PIDS, CCTV
and MCS) PDC-108 of 245 – PDC-132 of 245
Cost Centre Dc - Installation (RS, WDCS, and PWN) PDC-133 of 245 – PDC-152 of 245
Cost Centre Dd - Installation (GIRN) PDC-153 of 245 – PDC-157 of 245
Cost Centre De- Installation of (CMTS) PDC-158 of 245 – PDC-164 of 245
Cost Centre Df - Installation of (ITS) PDC-165 of 245 – PDC-177 of 245
Cost Centre E - Interface to existing SBK migration station
and interchanges PDC-178 of 245 – PDC-221 of 245
Cost Centre Fa - Testing & Commissioning (BTN) PDC-222 of 245 – PDC-224 of 245
Cost Centre Fb - Testing & Commissioning (PABX & CVRS,
PAS, PIDS, CCTV and MCS) PDC-225 of 245 – PDC-227 of 245
Cost Centre Fc - Testing & Commissioning
(RS, WDCS, and PWN) PDC-228 of 245 – PDC-230 of 245
Cost Centre Fd - Testing & Commissioning (GIRN) PDC-231 of 245 – PDC-233 of 245
Cost Centre Fe - Testing & Commissioning (CMTS) PDC-234 of 245 – PDC-236 of 245
Cost Centre Ff - Testing & Commissioning (ITS) PDC-237 of 245 – PDC-239 of 245
Cost Centre G - Training of COMM, GIRN, CMTS and ITS PDC-240 of 245
Cost Centre H - Provisional Sums of COMM, GIRN, CMTS
and ITS PDC-241 of 245 – PDC-245 of 245

Section 4 Schedule of Provisional Sum PDD-1 of 1

TOC 3-5
PROJEK MASS RAPID TRANSIT LALUAN 2: SYSTEMS WORKS PACKAGE SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Table of Contents
Tender No. SSP-MRTC- SS06-OVPR-TEN-00066

Section 5 Schedule of Milestones

Cost Centre A – Preliminaries PDC-1 of 80 – PDC-5 of 80


Cost Centre B – System Study, Design and Eng. (PS&DS) PDC-6 of 80 – PDC-8 of 80
Cost Centre Ca – Supply, Manufacture & Delivery (BTN) PDC-9 of 80 – PDC-11 of 80
Cost Centre Cb – Supply, Manufacture & Delivery
(PABX & CVRS, PAS, PIDS, CCTV and MCS) PDC-12 of 80 – PDC-13 of 80
Cost Centre Cc – Supply, Manufacture & Delivery
(RS, WDCS, and PWN) PDC-14 of 80 – PDC-16 of 80
Cost Centre Cd – Supply, Manufacture & Delivery (GIRN) PDC-17 of 80 – PDC-18 of 80
Cost Centre Ce – Supply, Manufacture & Delivery (CMTS) PDC-19 of 80 – PDC-21 of 80
Cost Centre Cf – Supply, Manufacture & Delivery of (ITS) PDC-22 of 80 – PDC-23 of 80
Cost Centre Da - Installation (BTN) PDC-24 of 80 – PDC-37 of 80
Cost Centre Db - Installation (PABX & CVRS, PAS, PIDS, CCTV
and MCS) PDC-38 of 80 – PDC-44 of 80
Cost Centre Dc - Installation (RS, WDCS, and PWN) PDC-45 of 80 – PDC-50 of 80
Cost Centre Dd - Installation (GIRN) PDC-51 of 80 – PDC-53 of 80
Cost Centre De- Installation of (CMTS) PDC-54 of 80 – PDC-61 of 80
Cost Centre Df - Installation of (ITS) PDC-62 of 80 – PDC-67 of 80
Cost Centre E - Interface to existing SBK migration station
and interchanges PDC-68 of 80 – PDC-70 of 80
Cost Centre Fa - Testing & Commissioning (BTN) PDC-71 of 80
Cost Centre Fb - Testing & Commissioning (PABX & CVRS,
PAS, PIDS, CCTV and MCS) PDC-72 of 80 – PDC-73 of 80
Cost Centre Fc - Testing & Commissioning
(RS, WDCS, and PWN) PDC-74 of 80
Cost Centre Fd - Testing & Commissioning (GIRN) PDC-75 of 80
Cost Centre Fe - Testing & Commissioning (CMTS) PDC-76 of 80
Cost Centre Ff - Testing & Commissioning (ITS) PDC-77 of 80
Cost Centre G - Training of COMM, GIRN, CMTS and ITS PDC-78 of 80 – PDC-79 of 80
Cost Centre H - Provisional Sums of COMM, GIRN, CMTS
and ITS PDC-80 of 80 – PDC-80 of 80

TOC 4-5
PROJEK MASS RAPID TRANSIT LALUAN 2: SYSTEMS WORKS PACKAGE SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Table of Contents
Tender No. SSP-MRTC- SS06-OVPR-TEN-00066

Section 6 Interim Payment Schedule PDF-1 of 12 – PDF-12 of 12

Section 7 Schedule of Rates PDG-1 of 13 – PDG-13 of 13

Section 8 Daywork Schedule PDH-1 of 3 – PDH-3 of 3

Section 9 Schedule of Options PDI-1 of 1

VOLUME VI – INDUSTRIAL COLLABRATION PROGRAMME

Section 1 Industry Collaboration Program (ICP) ICP-1 of 52 – ICP-52 of 52


Requirement Document (IRD)

TOC 5-5
PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang - Putrajaya Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066

PROJEK MASS RAPID TRANSIT LALUAN 2: SUNGAI BULOH – SERDANG – PUTRAJAYA (SSP)
SYSTEMS WORKS TENDER NO: SSP-MRTC-SS06-OVPR-TEN-00066
TABLE OF CONTENTS

SECTION 1 - INSTRUCTION TO TENDERERS


1.0 INTRODUCTION ……………..……………………………………………………………………..……………….……. ITT-1 of 39
1.1 General ……………………………………………………………………………………………………………………...……….. ITT-1 of 39
1.2 The Project …………………………………………………………………………………………………..……….….….…… ITT-1 of 39
1.3 The Works Package Scope of Works ………………………………………….….……….…….. ITT-4 of 39
1.3.1 Communications…………………………………………………………………………….……............ ITT-4 of 39
1.3.2 Government Integrated Radio Networks &
Royal Malaysian Police radio Network……………………….…..………….… ITT-4 of 39
1.3.3 Commercial Telecom (Infra)…………………………………………………….....……..… ITT-4 of 39
1.3.4 Information Technology System………………………………………...…..………… ITT-5 of 39
1.4 Related Works by Others ……………………………………………………………………….…….……….… ITT-5 of 39
1.5 Tender Briefing …………………………………………………………………………………………….…….…………… ITT-5 of 39
2.0 TENDER DOCUMENTS ……………………………………………………………………………………………… ITT-7 of 39
2.1 Contents of the Tender Documents ………………………………………………….….………… ITT-7 of 39
2.2 Purchase of the Tender Documents ……………………………………..…………….….……… ITT-8 of 39
2.3 Tender Table Document …..……..……………………………………………………………….…….…….… ITT-9 of 39
2.4 Addenda ……………………………………………………………………………………………………………….……………… ITT-9 of 39
3.0 TENDERING REQUIREMENTS ……………………………………………..…………………….………… ITT-10 of 39
3.1 Tendering Entity ……………….……………….…………………………….……..………………………….………..… ITT-10 of 39
3.2 Tender from Joint Venture or Consortium…..…………………………………...…..……. ITT-10 of 39
3.3 Authorised Signatory ………………………………………………………………………………………..………… ITT-11 of 39
3.4 Parent Company Guarantee..………………………………………………………………….……………… ITT-12 of 39
3.5 Confidentiality ………………………………………………………………………………………………….…….…..…… ITT-12 of 39
3.6 Anti Collusion ……………………………………………………………………………………………………….………...… ITT-13 of 39
3.7 Tender Validity Period …………………………………………………………………………………..……..….… ITT-14 of 39
3.8 Language …………………………………………………………………………………………………………………….…….…. ITT-14 of 39
3.9 Unit of Measurement …………………………………………………………………………………………….…… ITT-14 of 39
3.10 Standards and Codes of Practice ……………….…………………………………………….………… ITT-14 of 39
3.11 Tender Price, Currency and Payment…………………………………………………….……….… ITT-15 of 39
3.12 Compliance with Construction Industry
Development Board’s (CIDB) Requirements ……………………………………………..… ITT-15 of 39
3.13 Acceptance Conditions of the Tender Submission….……………..……...…….… ITT-16 of 39
3.14 Cost of Adhering to Instruction to Tenderers
and Contract Requirements ………………………………………………………………….…….……….… ITT-16 of 39
3.15 Bumiputera Participation………………………………………………………………………….…………...…. ITT-17 of 39
3.16 Local Participation ………………………………………..………………………………………………….…….…..… ITT-18 of 39
3.17 Contractor Performance Assessment System (CONPAS)….…….….……… ITT-19 of 39
3.18 Statement of Compliance….…………………………………..………………………………………....………. ITT-19 of 39

SSP-PDP2-SS06-OVPR-TEN-000048 ITT-i of iv Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang - Putrajaya Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066

PROJEK MASS RAPID TRANSIT LALUAN 2: SUNGAI BULOH – SERDANG – PUTRAJAYA (SSP)
SYSTEMS WORKS TENDER NO: SSP-MRTC-SS06-OVPR-TEN-00066
TABLE OF CONTENTS

4.0 TENDERING PROCEDURE …………………………………………………………………………..…………… ITT-20 of 39


4.1 Clarification of Tender Documents …………………………………………………..…….…….…. ITT-20 of 39
4.2 MRT Corp.’s Information ………………………………………………………………………….…….……..… ITT-21 of 39
4.3 Annulment Process by MRT Corp …………………………………………………….…….….……… ITT-21 of 39
5.0 PREPARATION OF TENDER …………………………………………………………………..……………..… ITT-22 of 39
5.1 Sufficiency of Tender ……………………………………………………………………………..………………...… ITT-22 of 39
5.2 Inspection of Site …………………………………………………………………………………….…………..……...… ITT-22 of 39
6.0 SUBMISSION OF TENDER ………………………………………………………………….……..….…………… ITT-23 of 39
6.1 Submission Date, Time and Location ................................................................ ITT-23 of 39
6.2 Tenderer’s Responsibility to Fulfil Tender Requirements …………..…..… ITT-23 of 39
6.3 Packaging and Identification of Tender …………………………………….….………….….… ITT-23 of 39
6.4 Number of Copies …………………………………………………………………………………………….……….……. ITT-24 of 39
6.5 Letter of Certification …………………………………………………………………………….……..…….…..…. ITT-24 of 39
6.6 Basic Documents …………………………………………………………………………………………………..……….… ITT-25 of 39
6.6.1 General …………………………………………………………………………………………..……………..…….… ITT-25 of 39
6.6.2 Tender Bond ……………………………………………………………………………………………….……… ITT-25 of 39
6.7 Financial Submission …………………………………………………………………………………………..…..….… ITT-26 of 39
6.7.1 General ……………………………………………………………………………………………..………………..…. ITT-26 of 39
6.7.2 Financial Requirements …………………………………………………………..………….……… ITT-26 of 39
6.8 Technical Submission ………………………………………………………………………………….…………..…… ITT-26 of 39
6.9 Commercial Submission ……………………………………………………………………………..……….…..… ITT-27 of 39
6.9.1 General ……………………………………………………………………………………………..…….……..……… ITT-27 of 39
6.9.2 Form of Tender ……………………………………………………………………………..…….…..….…… ITT-27 of 39
6.9.3 Pricing Document ……………………………………………………………………........................ ITT-28 of 39
6.9.4 Import Duty ……………………………………………………………………..................................... ITT-29 of 39
6.10 Alternative Tender …………………………………………………………………………………………..……………… ITT-30 of 39
6.11 Parent Company Guarantee ………………………………………………………………………………....… ITT-31 of 39
6.12 Legal Submission (Contract Non-Performance and Litigation)......... ITT-31 of 39
6.13 Industrial Collaboration Programme (ICP) Submission……………………...… ITT-32 of 39
6.13.1 ICP Proposal ……………………………………………………………………............................ ITT-32 of 39
7.0 TENDER EVALUATION …………………………………………………………………………………….……..…….. ITT-33 of 39
7.1 MRT Corp.’s Rights to Reject / Disqualify Tender ……..……………....……….…... ITT-33 of 39
7.2 Opening of Tender ……………………………………………………………………………………………………….….. ITT-33 of 39
7.3 Clarification of Tender Submission …………………………………………………….……..….....…. ITT-34 of 39
7.4 MRT Corp.’s Rights to Inspect the Tenderer’s Facility …………………..…...…. ITT-34 of 39
7.5 Tender Evaluation Process ………………………………………………………………………………….…..… ITT-35 of 39

SSP-PDP2-SS06-OVPR-TEN-000048 ITT-ii of iv Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang - Putrajaya Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066

PROJEK MASS RAPID TRANSIT LALUAN 2: SUNGAI BULOH – SERDANG – PUTRAJAYA (SSP)
SYSTEMS WORKS TENDER NO: SSP-MRTC-SS06-OVPR-TEN-00066
TABLE OF CONTENTS

8.0 AWARD OF CONTRACT ……………………………………………………………………..…….…………...…… ITT-38 of 39


8.1 Successful Tenderer ……………………………………………………………………………………..…..……....… ITT-38 of 39
8.2 Essential Documents ………………………………………………………………………………………….........… ITT-38 of 39
8.3 Contract Documentation and Stamp Duty …………………………………………......…… ITT-39 of 39
8.4 Insurance by MRT Corp ……………….…………………………………………………………….………..……… ITT-39 of 39

SSP-PDP2-SS06-OVPR-TEN-000048 ITT-iii of iv Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang - Putrajaya Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066

PROJEK MASS RAPID TRANSIT LALUAN 2: SUNGAI BULOH – SERDANG – PUTRAJAYA (SSP)
SYSTEMS WORKS TENDER NO: SSP-MRTC-SS06-OVPR-TEN-00066
TABLE OF CONTENTS

SECTION 2 - APPENDICES TO THE INSTRUCTION TO TENDERERS


APPENDIX A
A1 Contents Checklist for Envelope 1 (Basic Documents 1 Submission) …. APP A-1 of 5
A2 Contents Checklist for Envelope 2 (Basic Documents 2 Submission) APP A-2 of 5
A3 Contents Checklist for Envelope 3 (ICP Submission) …………………………..…….. APP A-3 of 5
A4 Contents Checklist for Envelope 4 (Financial Submission) ……………………. APP A-4 of 5
A5 Contents Checklist for Envelope 6 (Commercial Submission) …............. APP A-5 of 5
APPENDIX B
B1 ENVELOPE 5 (TECHNICAL SUBMISSION) …………………………………………..……..………… APP B-1 of 1
B2 TECHNICAL SUBMISSION GUIDELINES ……………………………………………………….………… TSG-1 of 18
APPENDIX C
Form C1 Form of Tender ……………………….……………………………………………………………..……… APP C-1 of 38
Form C2 Form of Tender Bond ……………………………………….………………………..…….……….. APP C-6 of 38
Form C3 Statement of Compliance ……………………………………………….…………...………… APP C-8 of 38
Form C4a Form of Tender Clarification (Technical)…………………………..….………… APP C-10 of 38
Form C4b Form of Tender Clarification (Commercial)…………………..….………….. APP C-11 of 38
Form C5 Tenderer’s Declaration ………………………………………………………….…….…...……… APP C-12 of 38
Form C6 Letter of Certification ........................................................................................ APP C-13 of 38
Form C7 Declaration of Non-Collusion ………………………………………………….…....……… APP C-15 of 38
Form C8 Non-Disclosure Agreement ……………………………………………………………...…..… APP C-17 of 38
Form C9 Bumiputera Participation ……………………………………………………………….…..…… APP C-19 of 38
Form C10 Financial Data .......................................................................................................... APP C-22 of 38
Form C11 Letter From Bank / Financial Institution on
Financial Capability of the Tenderer …………………….………………….....…… APP C-26 of 38
Form C12 Consent and Authorisation for Disclosure of
Credit Information …………………………………………………………………………..……..….… APP C-28 of 38
Form C13 Form of Parent Company Guarantee
(Tenderer’s letterhead) ……………………………………………………………………..……... APP C-30 of 38
Form C14 List of Imported Machinery, Equipment and Materials For
Permanent Works (Imported Items) ……..…………………………….…….……… APP C-35 of 38
Form C15 Contract Non-Performance and Litigation……………………………….……… APP C-37 of 38

SSP-PDP2-SS06-OVPR-TEN-000048 ITT-iv of iv Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2:         Systems Works Package SSP‐SY‐206: COMM, GIRN, CMTS and ITS 
Sungai Buloh‐Serdang‐Putrajaya (SSP)     Volume I – Instruction to Tenderers and Appendices
Tender No. SSP‐MRTC‐SS06‐OVPR‐TEN‐00066 

VOLUME I – INSTRUCTION TO TENDERERS AND APPENDICES 

SECTION 1 – INSTRUCTION TO TENDERERS 
PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066

INSTRUCTION TO TENDERERS (“ITT”)

1.0 INTRODUCTION
1.1 General
(a) MASS RAPID TRANSIT CORPORATION SDN BHD (“MRT Corp.”), with
Company No. 902884-V, is the Project Owner for the “PROJEK MASS RAPID
TRANSIT LALUAN 2: SUNGAI BULOH – SERDANG – PUTRAJAYA (SSP)” or
herewith shall be referred to as “KVMRT SSP Line project”.

(b) MRT Corp. has appointed MMC GAMUDA KVMRT (PDP SSP) SDN BHD, with
Company No. 1117100-V, to act as the Project Delivery Partner (“PDP”) who
is responsible for the delivery of the fully commissioned KVMRT SSP Line
project.

(c) MRT Corp. wishes to invite applicants, (hereinafter referred to as


“Tenderer” or “Tenderers”) to tender for the ENGINEERING,
PROCUREMENT, CONSTRUCTION, TESTING & COMMISSIONING OF
COMMUNICATIONS, GOVERNMENT INTEGRATED RADIO NETWORK,
COMMERCIAL TELECOM (INFRA) AND INFORMATION TECHNOLOGY SYSTEM
(hereinafter referred to as the “Works”).

(d) Tenders for the Works will only be considered from Tenderers who have
been Pre-Qualified by MRT Corp.

(e) The Tenderer shall comply with the conditions set out in this ITT for the
preparation and submission of its Tender. The Tenderer shall be deemed to
have read this ITT thoroughly, as failure to fully comply with the instructions
contained herein may result in disqualification of its Tender Submission.

1.2 The Project


(a) Route length shall be approximately 56.8 km (including 4.6 km built under
SBK line) of which approximately 13.5 km is underground through the City
Centre. The SSP Line shall have a total of 30 elevated stations including two
(2) at-grade stations (Jalan Ipoh and Taman Universiti Provision Station) and
four (4) stations as specified in Clause 2.3.3 of Particular Specification. There
are eleven (11) underground stations including one station (Tun Razak
Exchange) built under the SBK Line.

(b) Four (4) stations constructed under SBK Line, to be transferred for operation
of the SSP Line. These stations are:
1) SBK Station : Kwasa Damansara Station,
2) SBK Station : Kampung Selamat Station;
3) SBK Station : Sungai Buloh Station; and
4) SBK Station : Tun Razak Exchange Station.

SSP-PDP2-SS06-OVPR-TEN-000048 ITT-1 of 39 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066

(c) The general alignment and locations of the stations and depots are as shown below:

SSP-PDP2-SS06-OVPR-TEN-000048 ITT-2 of 39 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066

(d) Operational Requirements:


i) Passenger daily service from 06:00hrs to 24:00hrs midnight, i.e.
eighteen (18) hours daily.
ii) Signalling and ATC system will be providing service line headway of
109 seconds with 90 second signalled headway.
iii) Fully automatic train control for the mainline and depot stabling
areas
iv) Electric Train sets, each consisting of four (4) train cars, capable of
achieving a maximum speed of 100km/h on the mainline.
v) Central control from an Operational Control Centre (“OCC”) located
in the Sungai Buloh Depot and a Back Up Control Centre (“BCC”) in
the Serdang Depot.

(e) Systems Works Packages:


i) SSP-SY-201 - Engineering, Procurement, Construction, Testing &
Commissioning of Signalling & Train Control System and Platform
Screen Doors or Automatic Platform Gates.
ii) SSP-SY-202 - Engineering, Procurement, Construction, Testing &
Commissioning of Integrated Control Supervisory System and
Computerised Maintenance Management System.
iii) SSP-SY-203 - Engineering, Procurement, Construction, Testing &
Commissioning of Electric Trains and Depot Equipment.
iv) SSP-SY-204 - Engineering, Procurement, Construction, Testing &
Commissioning of Trackworks and Maintenance Vehicles & Works
Train.
v) SSP-SY-205 - Engineering, Procurement, Construction, Testing &
Commissioning of Power Supply & Distribution System.
vi) SSP-SY-206 - Engineering, Procurement, Construction, Testing &
Commissioning of Communications, Government Integrated Radio
Network, Commercial Telecom (Infra) and Information Technology
System.
vii) SSP-SY-207 - Engineering, Procurement, Construction, Testing &
Commissioning of Automatic Fare Collection System.

SSP-PDP2-SS06-OVPR-TEN-000048 ITT-3 of 39 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066

1.3 The Works Package Scope of Works


The Scope of Works under this package is confined to provision of
Communications, Government Integrated Radio Network, Commercial Telecom
(Infra) and Information System for SSP Line.

The details of the respective Works Package are as follows:-

1.3.1 Communications
The communication for KVMRT – SSP Line is to provide the voice, data and video
communications for the SSP Line Assets buildings such as Administration Centres,
Operational and Backup Control Centres, Stations, Depot, Traction Power Sub-
stations (TPSS) and along the railway line.

The system is to be designed for the management and operation of the railway in
providing reliable, high quality and Electro Magnetic Compatibility (EMC)
compatible communication facilities to all users.

1.3.2 Government Integrated Radio Network & Royal Malaysian Police Radio Network
(GIRN)
The provision of GIRN and RMP’s Radio Network infrastructure is to provide radio
coverage for these radio systems in the KVMRT Underground Section to facilitate
management of accidents/incidents, natural disasters and emergencies.

The network based on RF frequencies allocated is to be designed for provision of


voice and data for various government agencies including Bomba and Police
Radios to function on board the KVMRT Trains, in the stations and inside the
tunnel section.

1.3.3 Commercial Telecom (Infra)


Infrastructure to support the Commercial Mobile Telecommunication Network for
mobile phone coverage to cater for 2G, 3G, 4G (LTE FDD) and future mobile
technologies users on KVMRT alignment is necessary as the needs of passenger
connectivity increases over time.

The network infrastructure should support multiple operators and have proper
coverage planning to ensure that all areas within the SSP Line are connected
during their travelling and waiting time.

The network should enable operators to extend coverage through to stations,


underground section, linkways and other to ensure full coverage of their services.

SSP-PDP2-SS06-OVPR-TEN-000048 ITT-4 of 39 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066

1.3.4 Information Technology System (ITS)


ITS is to provide the SSP Line facilities with relevant hardware and software for the
IT Service within the SSP Line facilities. This is done via the provision of Wifi
network coverage, internet Gateway, Directory Service, Email Server, File Storage
Server, Print Service, workstations and others to be built as an in house ITS.

The ITS is also interfaced and integrated by other railway systems such as
Integrated Control & Supervisory System (ICSS)/ Computerised Maintenance &
Management System (CMMS), Telecommunication Backbone Transmission
Network (BTN) / Wireless Data Communication System (WDCS), Automatic Fare
Collection (AFC) secure data channels.

In addition to that, the ITS will provide the SSP Line personnel with internet
connectivity and also allow for cyber-interaction with customers.

1.4 Related Works by Others


There will be Other Works Contractors, Sub-contractors and Suppliers who may
be appointed by MRT Corp. and/or the PDP to carry out works in the same Site or
adjacent areas. It is of paramount importance that the Tenderer understands and
recognises that the Execution of the Works shall be fully coordinated and
completely interfaced with the Related Works carried out by Other Works
Contractors. The Tenderer shall note that there shall be no exclusive possession
of, or uninterrupted access to the Site. The Tenderer is also obliged to provide
attendance to Other Works Contractors with regard to interface activities.

1.5 Tender Briefing


(a) The Pre-Tender briefing and Tender briefing will be conducted as per the
details stipulated in the Letter of Invitation to Tender. Attendance at both
the Pre-Tender briefing and Tender briefing is mandatory. Tenderers who fail
to attend any of the briefings will be disqualified.

(b) The Tenderer’s representative attending the briefing session shall be a


qualified person with sound knowledge of the Works and shall be duly
authorised by the Tenderer. The Tenderer shall also be deemed to have
satisfied itself as to the extent and nature of Works, equipment and
materials necessary, conditions precedent prior to the start of Works and in
general to have obtained all necessary information influencing or affecting
the Tenderer’s submission of Tender.

(c) The Tenderer shall take note and allow within its submission for any on-
going and concurrent work(s) undertaken by the MRT Corp.’s Other Works
Contractors during the Contract period.

SSP-PDP2-SS06-OVPR-TEN-000048 ITT-5 of 39 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066

(d) Any information provided by MRT Corp. during the Tender briefing shall not
relieve the Tenderer from its obligations under the provisions of this Clause
1.5. MRT Corp. and/or PDP give no guarantee as to the accuracy and/or
sufficiency of the information provided, or as to how the same should be
interpreted. The Tenderer shall make use of and interpret the same entirely
at its own risk.

(e) The Tenderer shall be reminded that MRT Corp. reserves the right to invite
the Tenderer to give a full technical presentation after submission of its
Tender with regards to its Key Personnel as part of the selection process for
the successful Tenderer. All costs incurred by the Tenderer for attending the
presentation shall be borne by the Tenderer. The presentation shall be
conducted at Procurement Department of Mass Rapid Transit Corporation
Sdn. Bhd., Level 6, Menara I&P 1, 46 Jalan Dungun, Bukit Damansara,
50490 Kuala Lumpur, Malaysia or as directed by MRT Corp.

SSP-PDP2-SS06-OVPR-TEN-000048 ITT-6 of 39 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066

2.0 TENDER DOCUMENTS


2.1 Contents of the Tender Documents

(a) The Contents of the Tender Documents comprise the following:-

VOLUME I – Instruction to Tenderers and Appendices


Section 1 Instruction to Tenderers
Section 2 Appendices to the Instruction to Tenderers

VOLUME II – Articles of Agreement and Conditions of Contract


Section 1 Articles of Agreement
Section 2 Conditions of Contract with Appendices 1 to 14

VOLUME III – Specifications


Section 1 General Specification
Section 2 Particular Specification (including Interfacing Specification)

VOLUME IV – Drawings
Section 1 General Drawings
Section 2 System Reference Drawings

VOLUME V – Pricing Documents


Section 1 Preambles
Section 2 Pricing Summary
Section 3 Pricing Make Up
Section 4 Schedule of Provisional Sum
Section 5 Schedule of Milestones
Section 6 Interim Payment Schedule
Section 7 Schedule of Rates
Section 8 Daywork Schedule
Section 9 Schedule of Options

VOLUME VI – Industrial Collaboration Programme


ICP Requirements Document (IRD) for the Procurement of Sungai Buloh –
Serdang – Putrajaya MRT Line

SSP-PDP2-SS06-OVPR-TEN-000048 ITT-7 of 39 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066

(b) The documents described in Clause 2.1(a) of this ITT shall hereinafter be
collectively referred to as the “Tender Documents".

(c) The following documents are for information only and shall not form part of
the Contract:
i) This ITT, with the exception of the Forms given in Appendix C which may
form part of the Contract when duly completed.
ii) Illustrative design drawings.

(d) Words, phrases and expressions in this ITT shall bear the same meanings as
defined or used in the Conditions of Contract unless expressly provided to the
contrary.

2.2 Purchase of the Tender Documents


(a) The following shall be issued to the Tenderer upon receipt of payment for the
documentation fees in the form of a Bank Draft or Banker's Cheque from a
Bank established in Malaysia (“Purchase of the Tender Documents”) and made
payable to MASS RAPID TRANSIT CORPORATION SDN BHD :
i) One (1) set of the Tender Documents in hardcopy; and
ii) A Digital Video Disc (DVD) containing softcopy of the Tender Documents.

Disclaimer Note: It shall be the responsibility of the Tenderer to check and


satisfy itself that the contents of the softcopy Tender Documents are the same
as the hardcopy Tender Document. Should there be any discrepancy between
the two documents, the hardcopy shall prevail.

(b) The documentation fees are non-refundable and shall be used to cover the
cost of lithography and printing.

(c) Upon completion of Purchase of the Tender Documents, the Tenderer shall
acknowledge receipt of the documents/items as detailed in Clause 2.2(a) i)
and ii) using the acknowledgement form provided by MRT Corp. on the day of
the purchase.

SSP-PDP2-SS06-OVPR-TEN-000048 ITT-8 of 39 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066

2.3 Tender Table Document


(a) The Tender Table Document (“TTD”) may be inspected during normal
working hours from 9.00 am to 5.00 pm (Monday to Friday) during the
Tender period at the office of Procurement Department of Mass Rapid
Transit Corporation Sdn. Bhd., Level 6, Menara I&P 1, 46 Jalan Dungun,
Bukit Damansara, 50490 Kuala Lumpur, Malaysia.

(b) It shall be the responsibility of each Tenderer to check the Tender


Documents received against the TTD and to satisfy itself that the Tender
Documents received are complete and conform to the TTD. Should there be
any deficiencies in the Tender Documents received against the TTD, the
Tenderer shall seek written clarification from MRT Corp. in accordance with
Clause 4.1 of this ITT.

(c) Failure to check the completeness of the Tender Documents shall be solely
at the Tenderer’s own risk in its Tender Submission.

2.4 Addenda
(a) Addenda to the Tender Documents may be issued no later than fourteen
(14) Days before the Tender Closing Date (see Clause 6.1 of this ITT) or any
extension to it as advised by MRT Corp., for the purpose of clarification, or
modification made to the Tender Documents. Each Addendum issued shall
be numbered sequentially and distributed to all Tenderers to whom a copy
of the Tender Documents has been issued. Each Tenderer shall acknowledge
receipt of each Addendum by returning the receipt form duly signed. All
Addenda issued shall become part of the Tender Documents.

(b) The Tenderer shall prepare and submit its Tender in compliance with the
Tender Documents and all the Addenda issued.

SSP-PDP2-SS06-OVPR-TEN-000048 ITT-9 of 39 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066

3.0 TENDERING REQUIREMENTS


3.1 Tendering Entity
(a) It shall be the Tenderer’s obligation to notify MRT Corp. and PDP with details
of any change or intended change in its company entity structure at least
forty two (42) Days prior to submission of its Tender upon which MRT
Corp./PDP shall at its discretion accept or reject such change and MRT
Corp./PDP shall not be obliged to disclose the reasons thereof. No extension
of Tender Closing Date shall be granted in relation to this Clause 3.1 (a).

(b) All Tenderers have been Pre-Qualified based on the proposed entity
structure and major Sub-contractors’ experience submitted at Pre-
Qualification stage. Every effort should be made by the Tenderer to maintain
the same structure as was Pre-Qualified. MRT Corp. has the right to disqualify
any Tenderer should there be any major deviation from the proposed entity
structure.

3.2 Tender from Joint Venture or Consortium


(a) If the Tenderer is a Joint Venture or Consortium, full details of the contractual
relationship between the parties shall be provided and incorporated in the
Joint Venture or Consortium Agreement. In this respect, submission of the
certified true copy of the signed Joint Venture or Consortium Agreement is
mandatory. The Joint Venture or Consortium Agreement shall include, but
shall not be limited to :-
i) The name of the Joint Venture or Consortium;
ii) The name and registered address of each Partner of the Joint Venture
or Consortium;
iii) The equity of participation of each Partner;
iv) The description of the roles and responsibilities of each Partner;
v) The name of the Lead Partner who shall hold majority of the Joint
Venture or Consortium equity share and authorisation for Lead Partner
to act on behalf and to bind the Joint Venture or Consortium;
vi) The commitment of all Partners to be jointly and severally liable to MRT
Corp. and PDP for all the obligations of the Joint Venture or Consortium
under the Contract;
vii) The proposed Management Team Structure.
viii) The governing law of the agreement which details the method of
settlement of disputes in respect of the Joint Venture or Consortium
Agreement;
ix) The validity period of the Joint Venture or Consortium Agreement.

SSP-PDP2-SS06-OVPR-TEN-000048 ITT-10 of 39 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066

3.3 Authorised Signatory


(a) The Tender, and any undertaking in relation to the Tender, including the
acknowledgement of award, shall be signed by one or more representative
authorised by the Tenderer (“Authorised Signatory”) to act on its behalf and
bind the Tenderer. The submission of a valid Power-of-Attorney or Board
of Director Resolution (one (1) original and two (2) duplicate copies) by
each Tenderer is mandatory and it shall clearly state the effective date and
the validity period of the Power-of-Attorney and/or Board of Director
Resolution. Such authorisation shall be evidenced as below:-
i) For foreign incorporated company, the Tenderer must submit a valid
Power-of-Attorney.
ii) For local incorporated company, the Tenderer must submit either a
valid Power-of-Attorney or Board of Director Resolution.

(b) The authentication of a valid Power-of-Attorney and Board of Director


Resolution shall be recognised as follows:-

i) The Power-of-Attorney for the respective Tenderer must be duly


authenticated by a Notary Public and registered with the High Court of
Malaysia pursuant to Power-of-Attorney Act 1949 specifically
empowering the signatories to sign any legal binding document under
this Tender.
ii) The Board of Director Resolution for the respective Tenderer must be
certified as true copy by Tenderer’s Company Secretary or
Government Grade A Officer.

(c) If the Tenderer is a Joint Venture or Consortium, there shall be an


Authorised Signatory representing each Joint Venture or Consortium
Partner. The Authorised Signatory from each Joint Venture or Consortium
Partner shall, upon submitting the Tender and any undertaking in relation
to the Tender including the acknowledgment of award, adhere to Clause
3.3(a) of this ITT.

(d) All copies of documents, including certificates, and other information


forming part of the Tender Submission shall be certified as true copies by
the Tenderer's Company Secretary or the Government Grade A Officer (for
local Tenderer), or by the Notary Public (for foreign/international Tenderer),
and stamped with the Company’s official stamp. Documents which are
certified by a Commissioner for Oaths will be rejected in line with the
instruction by the Mahkamah Persekutuan Malaysia [Ruj. 44 JKJMP
53/WP(140/97), 23 June 2005].

SSP-PDP2-SS06-OVPR-TEN-000048 ITT-11 of 39 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066

3.4 Parent Company Guarantee


Tenderers shall provide a Parent Company Guarantee as per the specimen
attached in Appendix C - Form C13 of this ITT where the constitution of the
Tenderer falls within any of the following categories:

(a) where the Tenderer is an unincorporated joint venture or consortium, then


the Tenderer shall procure the parent company of each Partner of the
unincorporated joint venture or consortium to provide a Parent Company
Guarantee; or

(b) where the Tenderer is a joint venture, consortium or special purpose


company specifically incorporated to undertake the Project, then the
Tenderer shall procure each shareholder of the said joint venture,
consortium or special purpose company to provide the Parent Company
Guarantee; or

(c) where the Tenderer is a branch, subsidiary, associate or affiliated company


and whose parent company is not a party to this Tender, then the Tenderer
shall procure its parent company to provide the Parent Company
Guarantee.

(d) where the Tenderers may apply their parent company’s technical or
financial capacity to meet the relevant criteria.

In the case of the successful Tenderer, the Parent Company Guarantee


submitted shall become the Parent Company Guarantee for the Contract
and shall be enforceable by the Owner and/or the PDP, as applicable.

3.5 Confidentiality
(a) The Tender Documents issued to the Tenderer are solely for the purpose of
preparation and submission of its Tender. The Tenderer shall, whether or
not it submits a Tender, treat all details included in the Tender Documents
as strictly private and confidential.

(b) The Tenderer shall under no circumstances disclose the Tender Documents
to any third party for any purpose whatsoever other than for the
preparation of its Tender, which shall be limited to releasing only part of the
Tender Documents relevant to the third parties in obtaining a bid for part of
the Works. Notwithstanding that the Tenderer shall secure an equivalent
undertaking of confidentiality from such third parties.

(c) The Tenderer shall sign and submit together with its Tender Form C8 - Non-
Disclosure Agreement as attached in Appendix C of this ITT.

SSP-PDP2-SS06-OVPR-TEN-000048 ITT-12 of 39 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066

3.6 Anti-Collusion
(a) Subject to Clause 3.11 of this ITT, the Tenderer shall not communicate to any
person other than MRT Corp., the Tender Price or adjust the Tender Price by
arrangement with any other person or make any arrangement with any
other person about whether or not the Tenderer or that other person should
or should not submit a Tender or otherwise collude with any other person in
any manner whatsoever during the tendering process. Any breach or non-
compliance with this Clause 3.6 by the Tenderer shall, without affecting the
Tenderer’s liability for such breach or non-compliance, result in the
disqualification of its Tender.

(b) This Clause 3.6 shall have no application to the Tenderer’s communications
in strict confidence with its own insurers or brokers to obtain an insurance
quotation for computation of the Tender Price (as referred in Volume V –
Pricing Documents) and communications in strict confidence with his
consultants or Sub-contractors to solicit their assistance in the preparation
of its Tender Submission.

(c) The Tenderer shall submit with its Tender a duly signed declaration of non-
collusion in accordance with Form C7 – Form of Declaration of Non-Collusion
attached in Appendix C of this ITT. This Declaration of Non-Collusion Form
shall be signed by the Authorised Signatory in accordance with Clause 3.3 of
this ITT. If the Tenderer is a Joint Venture, the representatives authorised by
each Partner of the Joint Venture shall respectively submit a separate Form
C7 duly signed in accordance with Clause 3.2 of this ITT along with a valid
Power-of-Attorney and/or Board of Director Resolution evidencing their
authorisations to bind the respective Partners of the Joint Venture.

(d) The offer of a bribe, gratification or any other inducement to any person
with the intention to influence the award of the Contract shall result in an
instant disqualification of the Tender. The Tenderer shall complete, sign and
submit Form C5 – Tenderer’s Declaration, as attached in Appendix C of this
ITT.

(e) The Tenderer warrants that it has engaged in no price fixing, bid rigging,
illegal price information exchange agreement or other arrangement in
breach of the Competition Act 2010 (Act 712)

(f) In addition to the above, the successful Tenderer is required to sign an


Integrity Pact with MRT Corp. and PDP to ensure that its employees or
agents are made aware and comply with anti-bribery laws and legislation in
Malaysia. A draft copy of this Integrity Pact will be available as a Tender
Table Document for your reference.

SSP-PDP2-SS06-OVPR-TEN-000048 ITT-13 of 39 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066

3.7 Tender Validity Period


(a) Tenders submitted shall remain valid for acceptance for a period of One
Hundred and Eighty (180) Days (“Tender Validity Period”) from the Tender
Closing Date and shall remain binding upon the Tenderer at any time before
the expiration of the Tender Validity Period. If in the opinion of MRT Corp.,
the decision to be taken for the award of the Contract to the Successful
Tenderer for whatsoever reason takes longer than the Tender Validity
Period, MRT Corp. shall notify the Tenderers not later than thirty (30) Days
prior to the expiration of the Tender Validity Period and request the
Tenderers to extend the Tender Validity Period as well as the Tender Bond at
the Tenderer’s own cost and expense for further periods (but such requests
for extension shall collectively not to exceed One Hundred and Eighty (180)
Days in total) as required by MRT Corp.

(b) In the event that any Tenderer refuses to extend the Tender Validity Period
when requested by MRT Corp., the Tender submitted by the particular
Tenderer will be disqualified.

3.8 Language
All Tender documents and all correspondence related to this Tender shall be in the
English Language. The non-English document need to be translated to English and
the translated document must be certified by Applicant’s Company Secretary or a
Grade A officer from Government body. The Tenderer’s Key Personnel (who will be
interfacing with the MRT Corp. and Other Works Contractors) shall be fluent in the
English Language.

3.9 Units of Measurement


All measurements shall be expressed in units of the Metric System.

3.10 Standards and Codes of Practice


The Tenderer is required to comply with the Standards and Codes of Practice
stipulated in the General Specification Clause 2.5.

SSP-PDP2-SS06-OVPR-TEN-000048 ITT-14 of 39 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066

3.11 Tender Price, Currency and Payment


(a) The Tenderer shall submit the Tender Price in Ringgit Malaysia (RM) only;
including Form C10 – Financial Data, Form C11 – Letter from Bank / Financial
Institution on Financial Capacity of the Tenderer and Form C15 – Contract
Non-Performance and Litigation as attached in Appendix C of this ITT. The
financial figures in currencies other than Ringgit Malaysia (RM) shall be
converted to RM equivalent based on Bank Negara of Malaysia’s rate of
exchange. The aforesaid exchange rate shall be based on middle rate at 1700
session as at the date of the Letter of Invitation to Tender. The exchange rate
adopted shall be specified whenever applicable.

(b) The Tender Price submitted by the Tenderer shall include all associated costs
and expenses of whatever nature for the Execution of the Works (as
described in the Tender Documents) and shall include any form of financing
or associated financing costs but exclude GST.

(c) The Tenderer shall include in its Tender all taxes, fees, contributions,
charges, royalties, and other duties legally chargeable under the Laws of
Malaysia.

(d) The Tender Price shall not be subject to amendment to reflect changes in
currency exchange rates and/or changes in the cost of labour, plant and
materials for the duration of the Contract period and any extension thereof.

(e) All payments under the Contract shall be made in accordance with the
Conditions of Contract Clause 62 (Certificates and Payments).

3.12 Compliance with Construction Industry Development Board’s (CIDB)


Requirements
(a) The Tenderer must possess ‘Perakuan Pendaftaran Kontraktor’ (PPK) and
‘Sijil Perolehan Kerja Kerajaan’ (SPKK) with CIDB as follows:
i) Grade: G7
ii) Category: ME
iii) Specialisation: E13 and E14

For Joint Venture or Consortium Tenderers, at least one (1) Partner must possess
registration with CIDB, under relevant specialisation codes.

(b) The locally incorporated and registered foreign owned company must
comply with the requirements of the Companies Commission of Malaysia
(CCM) and CIDB.

SSP-PDP2-SS06-OVPR-TEN-000048 ITT-15 of 39 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066

(c) Foreign and International Tenderers who wish to participate in this Tender
shall possess experience in completing works of a similar nature and produce
a certified true copy of their Company’s Incorporation Certificate.
International Tenderers who wish to participate for the Communications,
Government Integrated Radio Network, Commercial Telecom (Infra) and
Information Technology System Works Package shall NEED to obtain its
provisional registration with CIDB Malaysia.

(d) Certified true copies of the CIDB registration shall be submitted as proof in
Envelope 2 of the Tender Submission.

3.13 Acceptance Conditions of the Tender Submission


(a) The Tenderer’s submission of the Tender Documents is conditional upon the
Tenderer’s acceptance of the condition that MRT Corp.'s decision on the
selection of the Successful Tenderer (see Clause 8.0 of this ITT) shall be final.
The Tenderer shall agree that MRT Corp. shall not be bound to inform the
Tenderer of the reasons for the selection or disqualification/rejection of any
Tender and that MRT Corp. is not obliged to enter into any correspondence
on such matter.

(b) The Tenderer shall bear all costs and expenses incurred with the preparation
and submission of its Tender and shall not be reimbursed for any costs or
expenses incurred of any nature whatsoever.

(c) The Tenderer shall be deemed to be familiar with all the relevant laws, by-
laws and regulations and current construction practices in Malaysia. The
Tenderer shall be solely responsible for obtaining all necessary licenses,
permits, qualifications, right to use patent, and other statutory and legal
approval for the performance of the Works.

(d) The Tenderer must include in its Tender all taxes, fees, contributions,
charges, royalties, and other duties legally chargeable under the Laws of
Malaysia.

3.14 Cost of Adhering to Instruction to Tenderers and Contract Requirements


The Tenderer's attention is drawn to the requirements stated in this ITT and the
Conditions of Contract and shall adhere strictly to the same. All costs and expenses
which may arise due to compliance with such instructions, requirements or
conditions shall be deemed to have been reflected and included in its Tender
Price.

SSP-PDP2-SS06-OVPR-TEN-000048 ITT-16 of 39 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066

3.15 Bumiputera Participation


(a) The Tenderer’s attention is drawn to the requirements of Clause 46
(Bumiputera Participation) of the Conditions of Contract with regard to
Bumiputera participation. The Tenderer is required to complete Form C9 –
Bumiputera Participation as attached in Appendix C of this ITT.

(b) A Bumiputera company based on “Pekeliling Perbendaharaan Bil. 4 Tahun


1995” is defined and shall meet the following criteria:

i) For a Private or Wholly Owned Company


• majority or at least 51% of the shares are owned by a
Bumiputera; and
• At least 51% of the board of directors are a Bumiputera majority;
and
• At least 51% of the management members are a Bumiputera
majority; and
• At least 51% of the employees are Bumiputera; and
• financial management controlled by a Bumiputera; and
• organisation chart and management function shows full control
by a Bumiputera

ii) For Public Listed Company – Bumiputera Controlled Public Listed


Companies (“BCPLC”)
• A company with BCPLC status shall possess a Confirmation Letter
issued by the Economic Planning Unit (“EPU”) or the Ministry of
International Trade and Industries (“MITI”) in accordance with
the “Pekeliling Perbendaharaan Bil. 2.1 Tahun 2013” (including
amendments thereto).

iii) For a Joint Venture between a Local and Foreign Company


• A company recognised as a Joint Venture company (for a Joint
Venture between a Local and Foreign company) shall comply
with the following criteria:
 The Joint Venture company shall be established in
Malaysia; and
 The foreign equity ownership shall not exceed 30%; and
 The Bumiputera equity shall not be less than 30%; and
 The Board of Directors, Management and Employees shall
be constituted in accordance with the percentage of the
equity.

SSP-PDP2-SS06-OVPR-TEN-000048 ITT-17 of 39 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066

iv) For a Joint Venture between a Bumiputera and Foreign Company


• A company recognised as a Joint Venture company (for a Joint
Venture between a Bumiputera and Foreign Company) shall
comply with the following criteria :
 The Joint Venture company shall be established in
Malaysia; and
 The foreign equity ownership shall not exceed 49%; and
 The Bumiputera equity shall not be less than 51%; and
 The Board of Directors, Management and Employees shall
be constituted in accordance with the percentage of the
equity.

Over and above the definition reiterated in Clause 3.15(b), MRT Corp. and PDP
shall recognise the Bumiputera Status Certificate issued by the Ministry of Finance
(MoF) Malaysia or “Sijil Taraf Bumiputera” (STB) issued by Pusat Khidmat
Kontraktor and/or Bahagian Pembangunan Kontraktor Dan Usahawan as a valid
certification for status accorded to the registered Contractor.

3.16 Local Participation


Tenderer is highly encouraged to provide platforms for Malaysian company(ies) to
actively participate in the System Works Package. Participation by Malaysian
company(ies) shall be both at the Tenderer’s Joint Venture or Consortium level
and also sub-contractor / supplier level. At the Joint Venture or Consortium level,
there shall be active participation by the Malaysian company(ies) in the project
management, design, procurement, installation, testing and commissioning
activities. To increase local contents, Malaysian company(ies) shall be engaged for
sub-contract works or supply of materials and equipment wherever possible. The
Tenderer is also encouraged to increase the Bumiputera participation above the
minimum 35% value works threshold as specified under Clause 46 of Condition of
Contracts (Bumiputera Participation).

The extent of Malaysian company(ies) and Bumiputera participation will be


assessed and scored appropriately based on the information submitted by
Tenderer under Form T5 – Project Execution Plan and Form T6 – Project
Organisation, attached in Appendix B of this ITT.

SSP-PDP2-SS06-OVPR-TEN-000048 ITT-18 of 39 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066

3.17 Contractor Performance Assessment System (CONPAS)


(a) The PDP will set up and implement a Contractor Performance Assessment
System (“CONPAS”) to evaluate and keep records of the WPC’s performance
working on the KVMRT SSP Line project. An evaluation will be carried out
randomly and scores will be compiled annually and at the completion of the
Project.

(b) Emphasis will be placed on the performance in the following areas :


i) Technical performance (structural, functional and finishing quality of
works);
ii) Organisation and implementation of Quality, Safety, Health &
Environmental (“QSH&E”) plan;
iii) Project planning and adherence to the delivery schedule;
iv) Public complaints (traffic flow and safety as may be affected by WPC’s
work, cleanliness, noise etc.)

(c) MRT Corp./PDP will use CONPAS records for the technical evaluation of
future tenders. WPCs (see Clause 8.1 of this ITT) that consistently provide
quality, on-time delivery and cost control in conformance with contract
requirements will achieve higher scores and will have added advantage in
future tenders.

(d) The Tenderer’s attention is drawn to the requirements of General


Specification (see Volume III of the Tender Documents) paragraph 2.5
(Standards and Codes of Practice).

3.18 Statement of Compliance


The Tenderer must complete Form C3 – Statement of Compliance, attached in
Appendix C of this ITT.

SSP-PDP2-SS06-OVPR-TEN-000048 ITT-19 of 39 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066

4.0 TENDERING PROCEDURES


4.1 Clarification of Tender Documents
(a) The Tenderer is under full obligation to seek clarification on all matters
which may affect the prices quoted by it, which it considers are unclear or
where in its opinion, there is doubt as to the true meaning or intent and/or
there are discrepancies in the Tender Documents.

(b) Any request for clarification/additional information, including any


discrepancies with regard to the Tender Documents, should be in writing
using Form C4a and C4b – Form of Tender Clarifications for Technical and
Commercial respectively attached in Appendix C of this ITT, via facsimile
transmission (telefax) addressed to Procurement Department of Mass Rapid
Transit Corporation Sdn. Bhd. at fax number +6 03-2095 2121 AND to be
followed by a soft copy via email to procurement@mymrt.com.my AND
copied to PDP’s Office via facsimile transmission (telefax) addressed to MMC
Gamuda KVMRT (PDP SSP) Sdn. Bhd. at fax number +6 03-7722 3042 for the
attention of the Contracts Director AND not later than twenty one (21) Days
prior to the Tender Closing Date (or any extension to it).

(c) All technical and commercial clarifications/ additional information shall be


specifically and clearly defined and listed in a separate table according to the
format shown in Form C4a and C4b – Form of Tender Clarifications attached
in Appendix C of this ITT. Reference shall be made to the specific Tender
Document, paragraph and page numbers in order for the requests for
clarifications/ additional information to be given consideration. Additionally,
the Tenderer shall also clearly state the reference no. in the following
format.
i) Commercial – SSP-SY-20X / TCQ / C / 00X
ii) Technical – SSP-SY-20X / TCQ / T / 00X

(d) MRT Corp. will not entertain any verbal request made by a Tenderer for any
clarification/information. All communications shall be in writing.

(e) In the event that a clarification of, or a rectification to the Tender Documents
is required in the opinion of MRT Corp., an official addendum will be issued.

(f) The Tender submitted should take into account all addenda issued by MRT
Corp. It is the responsibility of the Tenderer to ensure that its Tender
includes all MRT Corp.’s requirements pursuant to the Tender Documents
and addenda issued by MRT Corp.

(g) MRT Corp. shall not be responsible for any delay arising to the Tenderer out
of the aforesaid which may result in the Tenderer's inability to meet the
deadline for submission of its Tender.

SSP-PDP2-SS06-OVPR-TEN-000048 ITT-20 of 39 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066

4.2 MRT Corp.’s Information


The Tenderer shall be fully responsible for the validity, verification and
interpretation of all information or data provided by MRT Corp. in the preparation
of its Tender. The Tenderer shall, at its own cost and expense, obtain all additional
information/data that is required for the preparation and submission of a
conforming Tender and for meeting MRT Corp.’s requirements under the Tender
Documents. MRT Corp. shall not be liable for the accuracy of information provided
to the Tenderer herewith or at any other time for the purpose of this Tender
exercise.

4.3 Annulment Process by MRT Corp.


(a) At any stage of the Tender, MRT Corp. reserves the right to annul this Tender
at its convenience and at any time without having to furnish the Tenderer
reasons for not proceeding with the Tender and reject all Tenders without
providing any reason whatsoever for such rejection.

(b) All Tenderers shall fully understand and accept that they shall have no legal
recourse against MRT Corp., its employees and/or agent for such annulment
and/or rejection in any respect whatsoever.

(c) All Tenderers should note that MRT Corp. is not bound to accept the lowest
Tender Price.

SSP-PDP2-SS06-OVPR-TEN-000048 ITT-21 of 39 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066

5.0 PREPARATION OF TENDER


5.1 Sufficiency of Tender
The Tenderer shall be deemed to have fully examined the Tender Documents and
the Site and to have carried out the necessary surveys, tests and Site investigations
and satisfy itself before submitting its Tender, as to all the conditions and
circumstances affecting the Execution of the Works and the fulfilment of its
obligations under the Contract. The Tenderer shall be deemed to have satisfied
itself as to the sufficiency and correctness of its Tender and to have obtained for
itself all necessary information as to the risks, contingencies and all other
circumstances affecting its Tender.

5.2 Inspection of Site


(a) Notwithstanding the requirements of Clause 20 (Inspection of Site, Etc.) of
the Conditions of Contract the Tenderer shall be deemed to have satisfied
itself as to the nature of the Site and shall have inspected and examined the
extent, nature and practicability of the Works, the position of the Works in
relation to the Site, as well as its surroundings and to have obtained
information in connection therewith, the existing works, buildings and
structures, services, means of access, the availability of materials, the
subsurface conditions (including utilities), the hydrological and climatic
conditions, the requirements of the relevant services authorities, the
relevant planning approval and local authorities having jurisdiction over the
Works, the extent and nature of work and materials necessary for the
completion of the Works, the accommodation it may require and, in general,
shall have obtained all necessary information, relating to risks, contingencies
and all other circumstances which may influence or affect its Tender and to
have taken the same into consideration and made adequate allowance
thereof in its Tender.

(b) Any such information furnished shall not relieve the Tenderer of its
obligations under the provisions of this ITT. MRT Corp. and the PDP give no
guarantee as to the accuracy or sufficiency of the information, or as to how
the same should be interpreted or otherwise howsoever and the Tenderer
shall make use of and interpret the same entirely at its own risk.

SSP-PDP2-SS06-OVPR-TEN-000048 ITT-22 of 39 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066

6.0 SUBMISSION OF TENDER


6.1 Submission Date, Time and Location
The Tender shall be submitted on the date and time period (“Tender Closing
Date”) as specified in the Letter of Invitation to Tender or any other date as
advised by MRT Corp., to the address – Tender Box, Procurement Department of
Mass Rapid Transit Corporation Sdn. Bhd., Level 6, Menara I&P 1, 46 Jalan
Dungun, Bukit Damansara, 50490 Kuala Lumpur, Malaysia. The Tender may be
delivered by registered post or by hand. Evidence of posting shall not constitute
evidence of delivery. Any Tenderer’s submission received after the Tender Closing
Time and Date will be declared as a “Late Tender” and will be returned by MRT
Corp. The Late Tender may not be considered, notwithstanding that it is received
late as a result of circumstances beyond the control of the Tenderer, even if
delivery is accepted by MRT Corp.

6.2 Tenderer’s Responsibility to Fulfil Tender Requirements


The Tenderer is solely responsible for ensuring that it understands and shall fulfil
all requirements as stipulated in the Tender Documents and its Tender Submission
shall reflect that. Failure to understand, adhere to and/or comply with any of the
requirements stipulated in the Tender Documents shall be at the cost and expense
of the Tenderer and may lead to disqualification of the Tender Submission; MRT
Corp will not be responsible in any manner whatsoever.

6.3 Packaging and Identification of Tender


(a) In submitting a conforming Tender, the Tenderer shall complete and return
the documents listed in Appendix A (for Basic Documents Submission, ICP
Submission, Financial Submission and Commercial Submission) AND
Appendix B (Technical Submission) of this ITT. Each set of the Tender
Submission shall consist of and be separated in six (6) different envelopes as
follows:
i) Basic Documents 1 Submission – Envelope 1
ii) Basic Documents 2 Submission – Envelope 2
iii) ICP Submission – Envelope 3
iv) Financial Submission – Envelope 4
v) Technical Submission – Envelope 5
vi) Commercial Submission – Envelope 6

(b) Each envelope shall clearly state:


i) Identification as to whether it is the “Basic Documents 1 Submission”,
“Basic Documents 2 Submission”, “ICP Submission”, “Financial
Submission”, “Technical Submission” or “Commercial Submission”.
ii) Identification as to whether the documents submitted for the purpose
of the Tender are “Original” or “Duplicate”.
iii) Identification as to “Duplicate (1) or (2)”.

SSP-PDP2-SS06-OVPR-TEN-000048 ITT-23 of 39 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066

(c) If any of the Forms require attachments, the attachments shall be clearly
marked (e.g: Attachment 1 to Form A, Attachment 2 to Form A, etc).

(d) The Tenderer shall not mark any of the envelopes with their company name
or logo or any other marking other than that specified above.

(e) The Tenderer shall note that no information relating to commercial matters
shall be included in the Technical Submission and such information if so
included shall not be considered either in the technical or commercial
evaluation.

6.4 Number of Copies


(a) The Tenderer shall submit one (1) set of Original hardcopy, two (2) sets of
Duplicate hardcopies of the Tender and one (1) CD containing a softcopy of
the entire Tender submission in .pdf searchable format and Pricing
Document in Excel format for review and evaluation by MRT Corp and PDP.

(b) The Commercial Submission (Envelope 6) of the Duplicate copies shall be


submitted WITHOUT any reference made to the Tenderer and/or its
organisation which includes but is not limited to the company’s name, logo,
address, contact telephone number and other contact details. It shall be the
responsibility of the Tenderer to ensure that all references and/or
indications made to the Tenderer and/or its organisation are obliterated in
totality.

6.5 Letter of Certification


(a) The Tenderer shall enclose Form C6 - Letter of Certification as attached in
Appendix C of this ITT stating that all copies submitted are identical to and
have been processed from the Originals submitted; except for the Duplicate
copies of the Commercial Submission - Envelope 6, which shall be submitted
WITHOUT any reference being made to the Tenderer and/or its organisation,
including but not limited to the company’s name, logo, address, contact
telephone number and other contact details as described in Clause 6.4(b) of
this ITT.

(b) In the event of any discrepancy between the Original and the Duplicate
copies of the Tender submission, the contents of the Duplicate shall be
deemed to be correct.

SSP-PDP2-SS06-OVPR-TEN-000048 ITT-24 of 39 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066

6.6 Basic Documents


6.6.1 General
The contents of the Basic Documents submission are detailed in Appendix A1 of
this ITT. Failure to comply with this requirement will result in the Tenderer’s
Submission being disqualified by MRT Corp.

6.6.2 Tender Bond


(a) The Tender shall be accompanied by a Tender Bond, in the form of Bank
Guarantee from a First Tier Bank (refer to the Conditions of Contract) and
shall be submitted in accordance with Form C2 – Form of Tender Bond as
attached in Appendix C of this ITT in favour of Mass Rapid Transit
Corporation Sdn. Bhd. (902884V) for a sum of Ringgit Malaysia: Five
Hundred Thousand Only (RM 500,000.00) which shall be valid for a period of
one hundred and eighty (180) Days (Tender Validity Period). MRT Corp. will
disqualify any Tenderer that fails to submit a Tender Bond in the required
amount.

(b) The Tender Bond shall be retained until its expiry or until such earlier time as
a Tender shall have been definitively accepted, thereafter the Tender Bond
shall be returned to the unsuccessful Tenderers without interest. In the case
of the Successful Tenderer (see Clause 8.1 of this ITT), the Tender Bond shall
be retained until the Articles of Agreement have been duly executed and the
Performance Bond referred to Clause 12 of the Conditions of Contract has
been deposited.

(c) Without prejudice to any other rights which MRT Corp. may possess, the
Tender Bond shall be called upon under the following circumstances:-
i) A Tenderer who withdraws its Tender during the Tender Validity Period
(or any extension to the Tender Validity Period).
ii) A Tenderer who submits falsified information and/or falsified
signature(s).
iii) A Tenderer who does not accept a correction to its Tender Price
pursuant to Clause 6.9.2(c) of this ITT.
iv) In the event of its Tender having been accepted, the Successful
Tenderer refuses or fails to execute the formal Contract with MRT
Corp. and the PDP, or refuses to deposit the Performance Bond as
required by the Contract within the stipulated period.
v) A Tender which has been disqualified pursuant to Clause 3.6(d) of this
ITT.

SSP-PDP2-SS06-OVPR-TEN-000048 ITT-25 of 39 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066

(d) The Tender Bond will be returned without interest upon the expiry of Tender
Validity Period or any extension to it under the following circumstances:-
i) Late Tender.
ii) Disqualification and/or rejection of Tender in accordance to Clause
1.5(a), 6.6.1 and 7.1.
iii) A Tenderer who fails to fulfil other stipulated Tender requirements
and/or is disqualified for other reasons than specified in Clause
6.6.2(c) and 6.6.2(d) i) and ii) of this ITT.

(e) If in the opinion of MRT Corp., the award of the Contract to the Successful
Tenderer for whatever reason takes longer than one hundred and eighty
(180) Days from the Tender Closing Date, MRT Corp. shall notify the
Tenderers not later than thirty (30) Days prior to the expiration of the
Tender Bond and request the Tenderer to extend the Tender Bond for a
further period as required by MRT Corp. The extension of the Tender Bond
shall be at no cost to MRT Corp. and such Tender Bond shall be submitted at
least five (5) Days prior to the expiration of validity of the original Tender
Bond.

6.7 Financial Submission


6.7.1 General
The required contents of the Financial Submission are detailed in Appendix A4 of
this ITT. Failure to comply with this requirement will result in the Tenderer’s
Submission being disqualified by MRT Corp.

6.7.2 Financial Requirements


(a) Paid up Capital and Retained Earnings (based on the latest financial year)
shall be equal to or not less than Ringgit Malaysia: Forty Million (RM 40
Million). Please refer to Form C10 - Financial Data as attached in Appendix C
of this ITT for detailed requirements as specified; AND

(b) Average Net Profit / Turnover Ratio over the last five (5) years shall be
positive.

6.8 Technical Submission


The particular requirements of the Technical Submission for Envelope 5 are detailed
in Appendix B2 of this ITT. The Tenderer shall take note that its Technical Submission
shall be structured strictly in the format set out in Appendix B1 and in accordance
with the Technical Submission Guideline in Appendix B2 of this ITT.

SSP-PDP2-SS06-OVPR-TEN-000048 ITT-26 of 39 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066

6.9 Commercial Submission


6.9.1 General
(a) The Contents of the Commercial Submission are given in Appendix A5 of this
ITT. Failure to comply with this requirement will result in the disqualification
of the Tenderer’s Submission.

(b) The Commercial Submission shall also conform to the requirements of the
Pricing Document (see Volume V of the Tender Documents).

6.9.2 Form of Tender


(a) The signature, full name and designation of the Tenderer's Authorised
Signatory shall be filled in the Form of Tender (please refer Form C1 – Form
of Tender as attached in Appendix C of this ITT). Each page of the Form of
Tender shall be initialled by the Tenderer’s Authorised Signatory and
stamped with the Tenderer’s company stamp. Such authorisation shall be
evidenced by a valid Power-of-Attorney and/or Board of Director Resolution
authorising the signatory to bind the Tenderer and shall be submitted with
the Form of Tender.

(b) For a Joint Venture/Consortium, the procedure set out in Clause 6.9.2(a) of
this ITT shall be completed by the Authorised Signatory of each Partner of
the Joint Venture/Consortium as set out in Clause 3.2 of this ITT.

(c) The Tenderer shall fill in the total Tender Price in the Form of Tender. In the
event of discrepancy, the amount set out in the Form of Tender shall take
precedence over the total amount in the Pricing Summary. Where there is a
discrepancy between the written figures and the written words of the
Tender Price in the Form of Tender, the written words shall prevail over the
written figures.

(d) The Form of Tender shall be completed and no change shall be made to the
wordings thereof. Any correction to the information filled in by the Tenderer
in the Form of Tender shall be made clearly and initialled by the Tenderer's
Authorised Signatory signing the Form of Tender. Amendments written over
the original wording will not be accepted.

(e) For a Joint Venture/Consortium, the procedure set out in Clause 6.9.2(d) of
this ITT shall be completed by the Authorised Signatory of each Partner of
the Joint Venture/Consortium.

SSP-PDP2-SS06-OVPR-TEN-000048 ITT-27 of 39 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066

(f) The Form of Tender will be considered to be incomplete and the Tender’s
Submission will be disqualified if:
i) There is no Tender Price in either numeric or words in the Form of
Tender and/or
ii) The Tenderer’s Authorised Signatory including Joint Venture or
Consortium failed to sign the Form of Tender.

6.9.3 Pricing Documents


(a) The Pricing Documents and its contents mentioned herewith shall be
referred to Volume V of the Tender Documents.

(b) The Tenderer shall note that with the exception of those items of work in the
Schedule of Provisional Sums (if any), this Contract is a Fixed Price Lump Sum
Contract in Ringgit Malaysia (RM). There shall be no adjustment for price or
currency fluctuation. The lump sum price included in the Tender Price, in
respect of such quantities of work or materials, goods and services to be
supplied, shall not be recalculated or adjusted in the event that the actual
quantities of work or materials, goods and services to be supplied differ from
any estimated quantities of work or materials, goods and services to be
supplied as provided in the Pricing Make Up.

(c) Every page of the Pricing Document shall be duly completed and initialled by
the Tenderer’s Authorised Signatory. The Pricing Summary total shall be
carried forward to the Form of Tender.

(d) For a Joint Venture/Consortium, the initialling shall be carried out by the
Authorised Signatory of each Partner of the Joint Venture/Consortium.

(e) Tenderers shall complete the "Quantity", “Rate” and "Amount" columns so
that the Pricing Make Up accords with the total amount entered into the
Pricing Summary. However, any quantities provided in the Pricing Make-Up,
unless otherwise stated, are for information only and shall not be deemed to
define the scope of works.

(f) In addition to the Original and Duplicates required in Clause 6.4 of this ITT,
the Tenderer shall also enter the price into the softcopy of the Pricing
Document (contained in the DVD as per Clause 2.2(a)ii) of this ITT) using the
latest version of Excel format and submit the same together with the
Original and Duplicate copies in respective Envelope 6 - Commercial
Submission. In the event of any discrepancy, the price quoted in the
hardcopy of the Pricing Document shall prevail over the softcopy of the
same.

SSP-PDP2-SS06-OVPR-TEN-000048 ITT-28 of 39 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066

(g) The Tenderer is required to satisfy itself in respect of the accuracy of any
indicative quantities provided with the Tender. Other than as expressly
provided in the Contract, no claim for additional sums or time shall be
entertained by MRT Corp./PDP for any changes in quantities.

(h) Adjustments
Any arithmetical error or omission in the Pricing Document shall be rectified
before the acceptance of the Tender (in the case where there is a
discrepancy between any rate and its relevant amount, the rate is corrected
and adjusted so that, when correctly calculated, the total amount in the
Pricing Summary shall represent the same amount as the tender amount in
the Form of Tender). The Tender amount shown in the Form of Tender shall
remain unaltered but the net aggregate amount of the difference between
the total adjusted amount in the Pricing Summary and the tender amount
shown in the Form of Tender, whether a net deduction or net addition, shall
be calculated as a percentage of the total adjusted amount shown in the
Pricing Summary and all rates and/or prices throughout the Pricing Make Up
shall be subjected to such percentage discounts or premiums as the case
may be.

6.9.4 Import Duty


(a) The Tenderer is responsible for all matters in relation to customs clearance
including but not limited to payment of duties and taxes which may be
imposed by law in respect of the importation and re-exportation of
machinery, equipment and materials.

(b) The Tenderer is required to complete and provide exhaustive list for the
Permanent Works using the Form C14 – List of Imported Machinery,
Equipment and Materials for Permanent Works (Imported Items) as attached
in Appendix C.

(c) The Tender Sum is deemed to include all duties and taxes except those items
with specific quantity provided in the Approved List of Import Duties
Exemption.

SSP-PDP2-SS06-OVPR-TEN-000048 ITT-29 of 39 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066

6.10 Alternative Tender


(a) The Tenderer may, in addition to submitting a conforming tender, submit an
alternative tender for consideration by MRT Corp./PDP. MRT Corp./PDP may
reject any such alternative tender without further discussion or consideration
of the alternative offer made by the Tenderers thereof unless a conforming
tender is also submitted.

(b) Should the Tenderer wish to submit an alternative tender, he shall submit in
respect of each alternative tender:
i) Form of Tender in the exact format (Form C1 – as attached in Appendix
C of this ITT) that is required for the conforming Tender Submission;
ii) drawings, written explanations, detailed calculations and other
supporting evidence necessary to enable MRT Corp./PDP to fully assess
the technical acceptability of the alternative tender and its effect on
time for completion and cost of the Works, including the identity of any
provision of the Tender Documents in respect of which the alternative
tender would not comply, and the advantages and disadvantage of such
alternative provisions;
iii) any other information in relation to the alternative tender (if any), that
varies from the information provided in Envelope 5 of the conforming
Tender Submission; and
iv) proposed Access Dates, if different from those provided for in the
Particular Specification.

(c) Should the Tenderer wish to submit (in addition to those items noted above),
a specific programme improvement schedule, it shall submit full details of the
impact on the Milestone Dates and alternative Interim Payment Schedule
(IPS), and shall indicate the cost impact over the conforming Tender.

(d) Any alternative tender shall be submitted in the same manner as described in
Clause 6 of this ITT provided that it shall be endorsed “Alternative Tender for
(Project Name)”. If more than one (1) alternative tender is submitted, each
submission shall be numbered sequentially (e.g. “Alternative Tender for
(Project Name) No. 1”, etc.).

(e) The information pertaining to Clause 6.10 (b) ii), iii), and iv); and 6.10(d) (if
any) of this ITT shall be included in Envelope 5 (Technical Submission) of the
alternative Tender submission.

SSP-PDP2-SS06-OVPR-TEN-000048 ITT-30 of 39 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066

6.11 Parent Company Guarantee


The Tender shall be accompanied by a Parent Company Guarantee pursuant to
Clause 3.4 of this ITT. The format of the Parent Company Guarantee shall follow
strictly the format as set out in Form C13 of Appendix C of this ITT. MRT Corp. shall
disqualify any Tender that fails to include a Parent Company Guarantee in the
required format.

6.12 Legal Submission (Contract Non-Performance and Litigation)


(a) The submission of Contract Non-Performance and Litigation shall be included
in Basic Documents Submission as specified in Appendix B1 of this ITT.
Failure to comply with this requirement will result in the Tender Submission
being disqualified by MRT Corp.

(b) Tenderers will be assessed on their contract non-performance and litigation


record in the last ten (10) years. This requirement shall be applicable for all
Partners of a Joint Venture/Consortium. All Applicants are required to
complete Form C15 – Contract Non-Performance and Litigation, attached to
Appendix C of this ITT.

(c) Contract non-performance and litigation is defined as the occurrence of any


one (1) of the following events on a worldwide basis:-
i) Termination of any awarded construction contracts; or
ii) Blacklisted by relevant authorities within Malaysia resulting in the
temporary suspension or delisting of its construction license in
whichever jurisdiction.
iii)
(d) Only those who have complied fully with all Tender requirements and who
have not been involved in contract non-performance (including all the
Partners of the Joint Venture/Consortium) in the last ten (10) years shall be
eligible to be considered to be the WPC (see Clause 8.1 of this ITT) for the
Works.

SSP-PDP2-SS06-OVPR-TEN-000048 ITT-31 of 39 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066

6.13 Industrial Collaboration Programme (ICP) Submission


6.13.1 ICP Proposal

(a) Tenderer’s participation in the Industrial Collaboration Programme (see


Volume VI of the Tender Documents) is mandatory, failing which the Tender
submitted will be disqualified.

(b) The Tenderer shall submit its Industrial Collaboration Programme proposal in
Envelope 3 (ICP Submission) in accordance with the requirements detailed in
Volume VI of the Tender Document to enable MRT Corp., PDP and
Technology Depository Agency (TDA) to fully assess the acceptability of the
Industrial Collaboration Programme and its effect (if any) to the conforming
Tender.

(c) The Tenderer shall take note that the Successful Tenderer will need to
provide detailed ICP implementation plan and the expected outcomes and
deliverables in the 1st Tier ICP Agreement as attached in Volume VI of the
Tender Document. The signing of the 1st Tier ICP Agreement must be signed
at the same time as the Letter of Acceptance for this System Works
Package.

SSP-PDP2-SS06-OVPR-TEN-000048 ITT-32 of 39 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066

7.0 TENDER EVALUATION


7.1 MRT Corp.’s Rights to Reject/Disqualify Tenders
(a) MRT Corp. reserves the right to accept any Tender or to reject any or all the
Tenders, in whole or in part, without specifying any reason(s) and is not
bound to accept the lowest Tender. MRT Corp. will not entertain or accept
any claims for costs or expenses by any Tenderer in relation to the procedure
or results of the tendering process.

(b) Any Tenderer that has not complied with all the foregoing instructions
and/or where the Tenderer neglects, refuses or fails to submit the required
information or submits inadequate, incorrect, inaccurate or misleading
information, (without limitation) may result in its Tender being disqualified.

(c) A Tender will not be considered and will be disqualified if the Tenderer does
not meet one (1) or more of the following (without limitation to all other
requirements in this ITT) :-
i) Fails to submit the complete Basic Documents.
ii) Fails to submit and/or complete the Form of Tender.
iii) Does not achieve or exceed the pass mark for the technical
components.
iv) Fails to submit the Parent Company Guarantee in the format of Form
C13
v) Fails to submit the ICP proposal.
vi) Does not fully comply with all instructions and requirements.
vii) Qualifies its Tender.

7.2 Opening of Tender


Tenders will be opened privately at the MRT Corp. office of Procurement
Department, Mass Rapid Transit Corporation Sdn. Bhd., Level 6, Menara I&P 1, 46
Jalan Dungun, Bukit Damansara, 50490 Kuala Lumpur, Malaysia.

SSP-PDP2-SS06-OVPR-TEN-000048 ITT-33 of 39 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066

7.3 Clarification of Tender Submissions


(a) During the Tender Evaluation period, MRT Corp. may request clarification
from the Tenderer on its Tender Submission.

(b) The Tenderer shall forthwith reply in writing to the request for clarification
together with substantiation documents (if any) via facsimile transmission
(telefax) addressed to Procurement Department at fax number “+6 03-2095
2121 AND copied to PDP’s Office via facsimile transmission (telefax)
addressed to MMC Gamuda KVMRT (PDP SSP) Sdn. Bhd. at fax number +6
03-7722 3042 for the attention of the Contracts Director AND to be followed
by a hard copy submission via registered post to the address – Procurement
Department of Mass Rapid Transit Corporation Sdn. Bhd., Level 6, Menara
I&P 1, 46 Jalan Dungun, Bukit Damansara, 50490 Kuala Lumpur, Malaysia.

(c) The Tenderer’s Authorised Signatory, or in the event of a Joint


Venture/Consortium, the Authorised Signatory of the Lead Partner (as
advised by the Tenderer in Form C1 – Form of Tender), shall also be available
in person to respond to any queries and/or requests for clarification required
by MRT Corp.

(d) The Tenderer's clarifications and/or answers to any queries by MRT Corp.
shall be signed by the Tenderer’s Authorised Signatory and shall become part
of its Tender Submission. In the event that the Tenderer is a Joint
Venture/Consortium, the clarifications and /or answers to any queries by
MRT Corp shall be signed by the Authorised Signatory of each Partner, and
shall become part of its Tender Submission.

7.4 MRT Corp.’s/PDP’s Right to Inspect the Tenderer’s Facility


MRT Corp./PDP reserves the right to inspect the Tenderer’s facility by giving not
less than forty eight (48) hours’ notice and the Tenderer shall provide the
necessary access and obtain permission for MRT Corp./PDP to carry out such
inspection. In addition, the Tenderer also may be required to assist with the visa
application if the Tenderer’s facility is located outside of Malaysia.

SSP-PDP2-SS06-OVPR-TEN-000048 ITT-34 of 39 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066

7.5 Tender Evaluation Process


(a) The Tender Evaluation is a staged process, with the Basic Documents,
Technical, Financial, Commercial, ICP, and lastly Legal submissions assessed
in sequence; as detailed below:

i) Stage 1 – Screening of Basic Documents & Screening of ICP Submission


• It is a mandatory requirement to submit compliant Basic
Documents and ICP submission in full (see ‘Contents Checklist for
Envelope 1 (Basic Documents 1 Submission)’, ‘Contents Checklist
for Envelope 2 (Basic Documents 2 Submission)’ and ‘Contents
Checklist for Envelope 3 (ICP Submission)’ attached respectively
in Appendices A1, A2 and A3 of this ITT). Failure to comply with
this mandatory requirement will result in the Tender Submission
to be disqualified by MRT Corp.

• Envelope 1 will be opened, reviewed and checked to verify that


the Basic Documents 1 have been submitted in full.

• Envelope 2 will be opened, reviewed and checked to verify that


the Basic Documents 2 have been submitted in full.

• Concurrently, the screening of an ICP Programme submission will


be carried out. Failure to submit the ICP proposal will result in
the Tender Submission being disqualified.

Only Tenderers who passed the screening of the Basic Documents and ICP
proposal submissions will have their Technical and Financial Submissions
opened and evaluated next.

ii) Stage 2 – Evaluation of Technical, Financial and Legal Submissions


• The Technical Submission will be opened and evaluated for
compliance with the Works’ requirements and to assess the risk
mitigation measure provisions and methods of work execution.

• The allocation of marks will be based on the information and


supporting documents submitted by the Tenderer (see ‘Envelope
5 (Technical Submission)’ as attached in Appendix B1 of this ITT).
This includes inter alia; completeness of the scope of work,
project implementation schedule, Works programme, project
execution plan, detailed technical requirements, provision of
Quality Assurance (QA) and Safety, Health & Environmental (SHE)
Plans.

SSP-PDP2-SS06-OVPR-TEN-000048 ITT-35 of 39 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066

• Concurrently, the Financial Submission will be evaluated based


on the information provided and submitted as outlined in Form
C10 – Financial Data as attached in Appendix C of this ITT. This
includes checking the completeness of information / data
submitted (see “Contents Checklist for Envelope 4 (Financial
Submission)” as attached in Appendix A4 of this ITT) and carrying
out appropriate financial analysis.

• Concurrently, the Legal Submission (see ‘Contents Checklist for


Envelope 5 (Technical Submission)’ in Appendix B1 of this ITT’)
will be evaluated based on the information provided and
submitted as outlined in Form C15 – Contract Non-Performance
and Litigation, as attached in Appendix C of this ITT.

• Only those who have not been involved in any contract non-
performance in the last ten (10) years shall be considered at this
stage.

• The evaluation scoring will be carried out at this stage. Only


Tenderers who passed Technical, Financial and evaluation will be
evaluated at Stage 3.

iii) Stage 3 – Evaluation of Commercial Submission and Evaluation of ICP


Proposal Submission
• The Commercial Submission (see ‘Contents Checklist for
Envelope 6 (Commercial Submission)’ in Appendix A5 of this ITT’)
will be opened, evaluated and marked in accordance with the
Pricing Document set out in Volume V of the Tender Documents.

• Prices submitted in accordance with the Pricing Document shall


be checked for completeness and arithmetical error(s). Error(s)
discovered shall be treated in accordance with Clause 6.9.3 of
this ITT.

• Concurrently, the ICP Proposal submission (see ‘Contents


Checklist for Envelope 3 (ICP Submission)’ in Appendix A3 of this
ITT’) will be opened, evaluated and marked in accordance with
the ICP requirement set out in

SSP-PDP2-SS06-OVPR-TEN-000048 ITT-36 of 39 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066

• Volume VI of the Tender Documents. Evaluation of an ICP


submission will be based on, but not limited to, the detail
execution plan and the value of benefits that the Tenderer’s
proposal will create.

• The evaluation scoring will be carried out at this stage.

iv) Stage 4 – Ranking of Best Evaluated Tenders


• The Tenderers will be ranked according to their total overall
score and Tender with the highest score will be declared as the
Best Evaluated Tender.

(b) Alternative Tenders submitted (if any) will undergo the same evaluation
process outlined in Clause 7.5(a) i) to iv); provided that the Tenderer
submitted a conforming Tender and meet the requirements as set out in
Clause 6.10 of this ITT.

SSP-PDP2-SS06-OVPR-TEN-000048 ITT-37 of 39 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066

8.0 AWARD OF CONTRACT


8.1 Successful Tenderer
For the purpose of this Tender, the successful Tenderer after the completion of
the Tender Evaluation process shall be referred to as the “Works Package
Contractor” (“WPC”).

8.2 Essential Documents


(a) Following completion of the Tender Evaluation process and the identification
of the successful Tenderer by MRT Corp., MRT Corp. will issue a Letter of
Acceptance (“LOA”) to the successful Tenderer as the WPC, copied to PDP.

(b) The WPC shall return the duly counter-signed copy of the LOA to MRT Corp.
together with the valid Power-of-Attorney and/or Board of Director
Resolution in favour of the signatory to the Contract, if the latter is not the
Authorised Signatory to the Tender.

(c) The PDP reserves the right to instruct the WPC to rationalise the rates in the
Schedule of Rates, in accordance with the market rates, prior to award of the
Contract.

(d) Prior to the commencement of the Works, the WPC shall submit to PDP a
Performance Bond in accordance with the Conditions of Contract Clause 12
(Performance Security).

(e) The WPC shall sign the Articles of Agreement within three (3) Months from
the date of the issue of the LOA. MRT Corp. and the PDP will be the
signatories to the Articles of Agreement and to the Contract.

(f) In the event that the WPC fails or neglects to execute the Articles of
Agreement within three (3) Months from the date of the LOA, the Contract
shall be deemed to be terminated and MRT Corp. shall not be liable to the
WPC for any cost, expense, losses, damages and/or any other type of claims
whatsoever arising thereto. In this respect the WPC shall be liable for all
costs and expenses incurred, including losses and damages suffered by MRT
Corp.

(g) In the event that the WPC fails or neglects to execute the Articles of
Agreement within three (3) Months from the date of the LOA, the Contract
shall be deemed to be terminated and the PDP shall not be liable to the WPC
for any cost, expense, losses, damages and/or any other type of claims
whatsoever arising thereto. In this respect, the WPC shall be liable for all
costs, expenses, losses and/or damages of any types incurred and/or
suffered by the PDP.

SSP-PDP2-SS06-OVPR-TEN-000048 ITT-38 of 39 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066

(h) Where the Tenderer, or a constituent part of the Tenderer (where the Tenderer is a Joint
Venture/Consortium), is carrying on business in Malaysia as a branch subsidiary associated
or affiliated company of a company registered and/or incorporated within and/or outside of
Malaysia, the Tenderer or the relevant constituent part will be required to provide a Parent
Company Guarantee in the format prescribed by the PDP.

8.3 Contract Documentation and Stamp Duty


(a) The WPC shall bear all the costs and expenses incurred from the preparation
of the Tender until the Execution of the Contract and any costs and expenses
incidental thereto.

(b) MRT Corp. shall pay for the stamp duty imposed on the Contract.

8.4 Insurance by MRT Corp.


(a) Without prejudice to the WPC's liability to indemnify MRT Corp. and the PDP
under the Contract, MRT Corp. shall effect and maintain in the names of
MRT Corp., the PDP and the WPC and all its Sub-contractors whether
nominated or otherwise, the Insurance as set out in the Conditions of
Contract Clause 70 (Insurance by The Owner).

(b) If the WPC, having regard to its liability to indemnify MRT Corp. under the
Contract is desirous to have additional coverage to the policies on the risks
specified, the WPC shall do so at its own cost and expense as set out in the
Conditions of Contract Clause 71.2 (Other Insurances).

SSP-PDP2-SS06-OVPR-TEN-000048 ITT-39 of 39 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066

VOLUME I – INSTRUCTION TO TENDERERS AND APPENDICES

SECTION 2 - APPENDICES TO THE INSTRUCTION TO TENDERERS

APPENDIX A

A1 CONTENTS CHECKLIST FOR ENVELOPE 1 (BASIC DOCUMENTS 1 SUBMISSION)

A2 CONTENTS CHECKLIST FOR ENVELOPE 2 (BASIC DOCUMENTS 2 SUBMISSION)

A3 CONTENTS CHECKLIST FOR ENVELOPE 3 (ICP SUBMISSION)

A4 CONTENTS CHECKLIST FOR ENVELOPE 4 (FINANCIAL SUBMISSION)

A5 CONTENTS CHECKLIST FOR ENVELOPE 6 (COMMERCIAL SUBMISSION)

APPENDIX B

B1 ENVELOPE 5 (TECHNICAL SUBMISSION)

B2 TECHNICAL SUBMISSION GUIDELINE

APPENDIX C

FORMS C1 TO C15
PROJEK MASS RAPID TRANSIT LALAUN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066

VOLUME I – INSTRUCTION TO TENDERERS

APPENDIX A

A1 CONTENTS CHECKLIST FOR ENVELOPE 1 (BASIC DOCUMENTS 1 SUBMISSION)

A2 CONTENTS CHECKLIST FOR ENVELOPE 2 (BASIC DOCUMENTS 2 SUBMISSION)

A3 CONTENTS CHECKLIST FOR ENVELOPE 3 (ICP SUBMISSION)

A4 CONTENTS CHECKLIST FOR ENVELOPE 4 (FINANCIAL SUBMISSION)

A5 CONTENTS CHECKLIST FOR ENVELOPE 6 (COMMERCIAL SUBMISSION)


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix A1 – Basic Documents 1 Submission

APPENDIX A1
Note: MRT Corp. gives no warranty as to the completeness of Appendix A1 Contents
Checklist and it is the Tenderer’s responsibility to ensure that it fulfils all Tender
requirements in its Tender Submission.

CONTENTS CHECKLIST FOR ENVELOPE 1 (BASIC DOCUMENTS 1 SUBMISSION)

A copy of the below checklist shall be duly completed and enclosed in Envelope 1 of the
Tender Submission.

No. Documents Checked

1. Completed Form C1 – Form of Tender

2. Certified true copy of a valid Power of Attorney for the authorised


signatory (For local incorporated company and foreign incorporated
company)

3. Certified true copy of a valid Board of Director Resolution for the


authorised signatory (For local incorporated company only)

SSP-PDP2-SS06-OVPR-TEN-000048 APP A-1 of 5 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix A2 – Basic Documents 2 Submission

APPENDIX A2
Note: MRT Corp. gives no warranty as to the completeness of Appendix A2 Contents
Checklist and it is the Tenderer’s responsibility to ensure that it fulfils all Tender
requirements in its Tender Submission.

CONTENTS CHECKLIST FOR ENVELOPE 2 (BASIC DOCUMENTS 2 SUBMISSION)

A copy of the below checklist shall be duly completed and enclosed in Envelope 2 of the
Tender Submission.

No. Documents Checked

1. Certified true copy of “Perakuan Pendaftaran Kontraktor” (PPK) and


“Sijil Perolehan Kerja Kerajaan” (SPKK) with CIDB Grade G7, under
relevant specialisation codes (for local Tenderer) or Provisional CIDB
certificate (for International Tenderer) valid during the Tender period.

2. Certified True Copy of Joint Venture or Consortium Agreement including


all required information in particular the full details of the contractual
relationship between Partners.

3. Submission of the Original Power of Attorney from the respective


partners (if Joint Venture or Consortium) for the Authorised Signatory.

4. Compliant Tender Bond as provided in Form C2 – Form of Tender Bond

5. Completed Form C3 - Statement of Compliance

6. Completed Form C5 – Tenderer’s Declaration

7. Completed Form C6 – Letter of Certification

8. Completed Form C7 – Declaration of Non-Collusion

9. Completed Form C8 – Non-Disclosure Agreement

SSP-PDP2-SS06-OVPR-TEN-000048 APP A-2 of 5 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix A3 – ICP Submission

APPENDIX A3
Note: MRT Corp. gives no warranty as to the completeness of Appendix A3 contents
checklist and it is the Tenderer’s responsibility to ensure that it fulfils all Tender
requirements in its Tender Submission.

CONTENTS CHECKLIST FOR ENVELOPE 3 (ICP SUBMISSION)

A copy of the below checklist shall be duly completed and enclosed in Envelope 3 of the
Tender Submission.

No. Documents Checked

Please list below documents submitted that form part of the Industrial Collaboration
Programme (ICP) Submission

1.

2.

3.

4.

5.

SSP-PDP2-SS06-OVPR-TEN-000048 APP A-3 of 5 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix A4 – Financial Submission

APPENDIX A4
Note: MRT Corp. gives no warranty as to the completeness of Appendix A4 contents
checklist and it is the Tenderer’s responsibility to ensure that it fulfils all Tender
requirements in its Tender Submission.

CONTENTS CHECKLIST FOR ENVELOPE 4 (FINANCIAL SUBMISSION)

A copy of the below checklist shall be duly completed and enclosed in Envelope 4 of
the Tender Submission.

No. Documents Checked

1. Completed Form C10 – Financial Data

2. Completed Form C11 – Letter From Bank/Financial Institution On


Financial Capability Of The Tenderer

3. Completed Form C12 – Consent and Authorisation for Disclosure of


Credit Information

SSP-PDP2-SS06-OVPR-TEN-000048 APP A-4 of 5 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang - Putrajaya Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix A5 – Commercial Submission

APPENDIX A5
Note: MRT Corp. gives no warranty as to the completeness of Appendix A5 contents
checklist and it is the Tenderer’s responsibility to ensure that it fulfils all Tender
requirements in its Tender Submission.

CONTENTS CHECKLIST FOR ENVELOPE 6 (COMMERCIAL SUBMISSION)

A copy of the below checklist shall be duly completed and enclosed in Envelope 6 of
the Tender Submission.

No. Documents Checked

1. Hardcopy of Pricing Document, duly completed


2. Soft copy of Pricing Document in Excel format (in DVD)

3. Completed Form C9 – Bumiputera Participation

4. Completed Form C13 –Form of Parent Company Guarantee


(Tenderer’s letterhead)

5. Completed Form C14 – List of Imported Machinery, Equipment And


Materials for Permanent Works (Imported Items)

SSP-PDP2-SS06-OVPR-TEN-000048 APP A-5 of 5 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066

VOLUME I – INSTRUCTION TO TENDERERS

APPENDIX B

B1 ENVELOPE 5 (TECHNICAL SUBMISSION)

B2 TECHNICAL SUBMISSION GUIDELINES


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix B1 – Technical Submission

APPENDIX B1 – ENVELOPE 5 (TECHNICAL SUBMISSION)

In addition to the items listed in the table below, the Tenderer is required to list all other
items or documents to be submitted as part of the Technical Submission, in the same
format specified herein.
A copy of the below checklist shall be duly completed and enclosed in Envelope 5 of the
Tender submission.

No. Documents Checked

1. Completed Form C15 – Contract Non-Performance and Litigation

2. Form T.1 – Compliance with Specifications and Technical Substantiation

3. Form T.2 – Proposed Solution – Performance and Service Proof

4. Form T.3 – Work Programme and Compliance with Key Dates

5. Form T.4 – System Interface and Integration Management

6. Form T.5 – Project Execution Plan

7. Form T.6 – Project Organisation

8. Form T.7 – Key Personnel

9. Form T.8 – Maintenance

10. Form T.9 – Quality Assurance and Safety, Health and Environmental
(SHE) Assurance

SSP-PDP2-SS06-OVPR-TEN-000048 APP B-1 of 1 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix B2 – Technical Submission Guidelines

APPENDIX B2 - Technical Submission Guidelines

The following shall be the basis for the Tenderer in preparing and compiling their
Technical Submission.

Technical Information Required for Scoring

Form T.1 Compliance with Specifications and Technical Substantiation

Form T.2 Proposed Solution - Performance and Service Proof

Form T.3 Works Programme and Compliance with Key Dates

Form T.4 System Interface and Integration Management

Form T.5 Project Execution Plan

Form T.6 Project Organisation

Form T.7 Key Personnel

Form T.8 Maintenance

Form T.9 Quality Assurance and Safety, Health and Environmental (SHE) Assurance

SSP-PDP2-SS06-OVPR-TEN-000048 TSG-1 of 18 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix B2 – Technical Submission Guidelines

Form T.1 – Compliance with Specifications and Technical Substantiation


(a) The Tenderer shall complete and return a Compliance Statement to the
entire General Specification; clause-by-clause Compliance Statements for
the Particular Specification except for Chapter 2, and all the Appendices
except for Appendix B, in the form of Table T.1 (A) and Table T.1 (B)
respectively.

(b) For each and every paragraph of the Particular Specification except for
Chapter 2, and all these appendices except for Appendix B, the Tenderer
shall enter the statement “We comply” in the “Compliance” column of the
table. If appropriate, the Tenderer shall provide further comment in the
“Substantiation” column to demonstrate how the Tenderer intends to
comply with the requirement. Substantiation may be by reference to other
documentation submitted as part of the Tender Submission. In such case,
a precise reference must be given to the Paragraph that substantiates the
compliance.

(c) In the event that conflicting requirements are identified, the Tenderer shall
seek clarification from the PDP in accordance with Paragraph 4.1 of the
ITT, before Tender closing. Conflicting requirements shall not form a
justification for claiming non-compliance.

(d) The Tenderer should note that they shall submit a fully compliant Tender
as set out in other sections of this Instruction to Tenderers. Failure to
comply might render the Tender not being evaluated.

(e) The substantiation shall demonstrate compliance with the Specifications


in the following aspects:

 Scope of Works
 Coverage
 Quantities
 Correctness
 Capacity
 Design
 Functional Requirements
 Design Requirements
 Interface and Integration Requirements
 Performance Requirements
 Installation, T&C and Operation Readiness
 Installation
 Testing & Commissioning

SSP-PDP2-SS06-OVPR-TEN-000048 TSG-2 of 18 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix B2 – Technical Submission Guidelines

 Operation Initialisation O&M Support


 Training, O&M Manuals
 Spares, Special Tools and Test Equipment
 Warranty

TABLE T.1 (A) – GENERAL SPECIFICATION COMPLIANCE STATEMENT


General Specification Compliance Remarks
All Paragraphs We Comply No

TABLE T.1 (B) – PARTICULAR SPECIFICATION COMPLIANCE STATEMENT

Particular Specification Compliance Substantiation/Qualification


Paragraph No.
1
1.1
1.1.1 We comply
1.1.2 We comply
1.1.3 We comply

SSP-PDP2-SS06-OVPR-TEN-000048 TSG-3 of 18 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix B2 – Technical Submission Guidelines

Form T.2 – Proposed Solution - Performance and Service Proof

(a) The Tenderer shall give a full technical description of the proposed
technical solution and its achievable performance level in a top-down
manner. The Tenderer shall start from the level of the entire PS & DS and
then breaking down into individual Subsystems describing the technical
solution proposed for each of the Subsystems and what will be their
respective performance standards achievable. Appendix to this Form T.2
outlines the minimum coverage of the Technical Proposal.

(b) The Tenderer shall illustrate to what standard the overall Communications,
Government Integrated Radio Network, Commercial Telecom (Infra) and
Information Technology System are proposed. The Tenderer shall indicate
whether the achievable standard is superior, meeting or inferior to the
respective specified standards. The performance standards cited to be
achievable shall be justified with analysis, tests or track records as follows:
i. Operation Performance (proposed solution meeting the
performance objective and requirement in the specification);
ii. System Performance (reliability, availability, maintainability &
safety);
iii. Track record with capability to hand complex migrations and
phase opening.

(c) The Tenderer shall provide a list of major projects undertaken and similar
Systems/products that have been in service or tested in the last ten (10)
years which are similar in size and scope.

SSP-PDP2-SS06-OVPR-TEN-000048 TSG-4 of 18 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix B2 – Technical Submission Guidelines

Appendix to Form T.2


TECHNICAL PROPOSAL – COMMUNICATIONS, GOVERNMENT INTEGRATED RADIO NETWORK,
COMMERCIAL TELECOM (INFRA) AND INFORMATION TECHNOLOGY SYSTEM

1 INTRODUCTION
1.1 The Technical Proposal submitted by the Tenderer shall be based on the requirements
as stipulated in the Tender Documents, including but not limited to the General
Specification (GS) and the Particular Specification (PS).

1.2 The Tenderer shall provide the technical information as specified in the following
Paragraph 2 to 10 inclusive of this Appendix to Form T.2, to elaborate on their
Technical Proposal. The information specified below is the minimum to be provided
to facilitate the evaluation of the Technical Proposal. The Tenderer can submit
additional information which will aid in the understanding of their Technical Proposal.

2 TECHNICAL SUMMARY
2.1 A short technical summary shall be provided, detailing the key technical features of
the Tenderer’s proposal, including a list of the main suppliers. The summary should
highlight any major area where the Tenderer's offer is novel, innovative or otherwise
exceeds the specified minimum requirements.

3 SYSTEM PROPOSALS
3.1 The Tenderer shall provide the following:
(a) A functional description of the Communications, Government Integrated Radio
Network, Commercial Telecom (Infra) and Information Technology System
proposed for this Contract which shall include System architecture diagrams
showing the Equipment and their interconnections and the external connections
to the interfacing equipment. An functional description for the individual
Subsystems will also be required;

(b) A demonstration of compliance with the key performance and functional


requirements, by means such as drawings, narratives, calculations and
customizations, as appropriate. The Tenderer shall highlight aspects of the
design which offer significant benefits in installation, maintenance, durability
and/or performance;

(c) A statement on the Tenderer’s conformity to the required international


standards and the required performance level as specified in the GS and PS of
the Communications, Government Integrated Radio Network, Commercial
Telecom (Infra) and Information Technology System;

SSP-PDP2-SS06-OVPR-TEN-000048 TSG-5 of 18 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix B2 – Technical Submission Guidelines

(d) A clear understanding of the Scope of Works, the WPC’s responsibilities in the
design of the Works, physical interfaces, civil provisions, and all interface issues
with Other Works Contractors and the PDP;

(e) A clear understanding of the key challenges and likely interface problems of this
Contract and outline resolutions to effectively deal with them;

(f) An outline of the proposed time frame for the submission of technical
information, and a list of what will be included for each submission;

(g) A statement of their understanding of the Schedule of Access Dates as specified


in the GS and PS;

(h) An overview of the Tenderer’s development process for the System, hardware
and software;

(i) A description of the Installation Plan, including testing and commissioning in


order to meet the Key Dates as specified in Appendix 12 of the Conditions of
Contract;

(j) General layouts for the Communications, Government Integrated Radio


Network, Commercial Telecom (Infra) and Information Technology System
showing how the proposed Equipment may be accommodated within the
available space;

(k) Description of the design, installation, testing & commissioning methodology for
integration with the works of the Other Works Contractors;

(l) Selection of Equipment and Materials for the Communications, Government


Integrated Radio Network, Commercial Telecom (Infra) and Information
Technology System, their procurement and delivery to the Site. Supplier details
shall also be included for reference. The number of Suppliers and models of each
piece of Equipment shall be kept to minimum;

(m) A Technical Specification with brochures of major hardware and software; and

(n) A list of additional features offered, where applicable.

SSP-PDP2-SS06-OVPR-TEN-000048 TSG-6 of 18 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix B2 – Technical Submission Guidelines

4. PERFORMANCE REQUIREMENTS
4.1 RAM Performance
4.1.1 The Tenderer shall submit calculations to demonstrate that the service
reliability criteria and requirements stipulated in the GS and PS can be
achieved. All assumptions shall be stated and justified.

4.1.2 The Tenderer shall submit calculations to demonstrate how the availability
requirements as stipulated in the GS and PS will be met. All assumptions
regarding the impact of failures causing interruption to the systems shall be
stated and justified.

4.1.3 The Tenderer shall submit calculations to demonstrate how the maintainability
targets as stipulated in the GS and PS can be achieved. All assumptions shall be
stated and justified.

4.2 Electromagnetic Compatibility


4.2.1 The Tenderer shall submit information to show that the EMC requirements of
the GS and PS will be met.

4.3 System Performance


4.3.1 The Tenderer shall confirm compliance with all the performance requirements
in the GS and PS.

4.3.2 The Tenderer shall provide a description of their approach and methodology
for the Systems design and describe, with substantiation, how the system
performance requirements as stipulated in the GS and PS can be achieved.

4.3.3 The Tenderer shall provide details of the technical particulars of the Equipment
offered in compliance with the performance requirements specified in the GS
and PS.

4.4 Software Performance


4.4.1 The Tenderer shall identify each software package to be used in the project and
include details as follows:

Maturity of Software – Commercial Off The Shelf, proven or development.

Where Commercial Off The Shelf or proven in service Software is proposed, the
supplier shall indicate the previous installations of the software including year
of commissioning.

Where Software is to be developed the tenderer shall provide details of the


development lifecycle, proposed development languages and tools along with
SSP-PDP2-SS06-OVPR-TEN-000048 TSG-7 of 18 Revision: 00
PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix B2 – Technical Submission Guidelines

detailed description of proposed development testing, and independent


review. In addition, for software that is Safety Integrity Level 3 or 4, the
Tenderer shall provide details of the proposed Independent Safety Assessor,
and their involvement in the software development lifecycle.
4.4.2 Software spares and consumables shall be identified in accordance with the PS
and shall be included in the Pricing Document.

5. SYSTEM REQUIREMENTS
5.1 The Tenderer shall demonstrate compliance with the system requirements of the PS
through a requirement tracking document linking the PS requirements to the
functional description provided under Form T.2, paragraph 3.1 above. This may be
combined with the compliance statement provided under Form T. 1.

6. DESIGN REQUIREMENTS
6.1 The Tenderer shall demonstrate the proposed Communications, Government
Integrated Radio Network, Commercial Telecom (Infra) and Information Technology
System to be field proven with applicable references.

6.2 The Tenderer shall describe the design activities to be undertaken for the Works,
including the design interface work with Other Works Contractors.

6.3 The Tenderer shall explicitly state what aspects of the Works are covered in the
conceptual, preliminary and final design stage and the subsequent submissions, for
the Communications, Government Integrated Radio Network, Commercial Telecom
(Infra) and Information Technology System.

6.4 System Design Life


6.4.1 The Tenderer shall provide the Communications, Government Integrated Radio
Network, Commercial Telecom (Infra) and Information Technology System
design life hierarchy down to Equipment level and demonstrate how to achieve
the design life.

6.4.2 The Tenderer shall submit factory certificates in support of the claim of the
design life of Equipment as listed in the hierarchy.

6.5 The Tenderer shall describe the System scalability and spare capacity including
maximum expandable size, upgrade and backward compatibility.

SSP-PDP2-SS06-OVPR-TEN-000048 TSG-8 of 18 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix B2 – Technical Submission Guidelines

7 INSTALLATION
7.1 The Tenderer shall propose details on cables, cable termination and earthing
arrangements, including but not limited to:
(a) Types and specification of the various cables and accessories proposed to be
used;
(b) Cable termination;
(c) Conformity to cable and cabling standards;
(d) Surge protection;
(e) Earthing arrangement; and
(f) EMC considerations.

7.2 The Tenderer shall propose details of Equipment, Equipment mounting and power
supply arrangements, including but not limited to:
(a) Types and specification of the various Equipment and accessories proposed to
be used;
(b) Equipment mounting;
(c) Approach to match with architectural finishes;
(d) Preliminary electrical distribution schematics;
(e) The Uninterruptible Power Supply shall be provided by Civil (Elevated Sections)
or Civil (Underground) under the respective M&E contracts; and
(f) Earthing arrangements to include protection against touch and step potentials
hazard.

7.3 The Tenderer shall propose the methodology to demonstrate their experience and
understanding of the requirements and good practices for railway related installation
in the following areas:
(a) Elevated Stations;
(b) Underground Stations;
(c) Tunnels; and
(d) Viaducts
(e) Depots and Control Centres

7.4 The Tenderer shall demonstrate how the installation design and the proposed
Equipment and Materials comply with the space requirements specified in the GS and
PS.

SSP-PDP2-SS06-OVPR-TEN-000048 TSG-9 of 18 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix B2 – Technical Submission Guidelines

8. TESTING AND COMMISSIONING


8.1 The Tenderer shall provide detailed approaches to the testing and commissioning of
all Equipment and components to be supplied and installed, including but not limited
to the following:
(a) First Article Inspection (FAI);
(b) Type Tests;
(c) Factory Acceptance Tests (FAT);
(d) Installation Tests;
(e) Partial Acceptance Tests (PAT);
(f) System Acceptance Tests (SAT);
(g) System Integration Tests (SIT); and
(h) Trial Operations.

8.2 The Tenderer shall provide details of how it proposes to verify that the
Communications, Government Integrated Radio Network, Commercial Telecom (Infra)
and Information Technology System meet the performance requirements specified in
the GS and PS.

8.3 The Tenderer shall also provide details of their proposed coordination with the Other
Works Contractors.

9. SPECIAL TOOLS AND TEST EQUIPMENT


9.1 The Tenderer shall provide a separate list for each of the following items which he
recommends to be included in the Contract.
(a) Special tools detailing type, quantity and the Equipment to which they are
required for;
(b) Design development tools;
(c) Tools for testing and commissioning; and
(d) Test and diagnostics equipment for first, second and third line maintenance.

10. AMENDMENTS TO MEET DESIGN REQUIREMENTS


10.1 The Tenderer shall submit a conforming tender meeting the performance
requirements, the system functional requirements and the design requirements of the
PS. In the event that he is unable to meet these requirements, he should base his
tender on the specified requirements and submit full justification including details of
any proposed amendments to the specified performance/system functional
requirements for consideration.

SSP-PDP2-SS06-OVPR-TEN-000048 TSG-10 of 18 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix B2 – Technical Submission Guidelines

Form T.3 – WORKS PROGRAMME AND COMPLIANCE WITH KEY DATES

(a) The Tenderer shall prepare a Preliminary Works Programme using


Primavera P6 (release 8.3 or later as required by the PDP) fully logic linked,
in soft copy and hard copy demonstrating the Tenderer’s ability to meet
the Milestones, Key Dates and complete the Works within the timeframe
of the Project, with the committed resources.

(b) A work breakdown structure for the design, manufacture, installation,


testing and commissioning of the Communications, Government
Integrated Radio Network, Commercial Telecom (Infra) and Information
Technology System shall be provided.

(c) The Tenderer shall indicate reasonable duration for each of the activities;
and logical sequence between various activities.

(d) The Programme shall identify the resulting critical path and floats
adequate to contain the programme risk within comfortable level.
Measures to control any slippage to the completion of activities on the
critical path shall also be explored and shown.

(e) The Tenderer shall illustrate the resources (man, machine, materials,
spaces and facilities) available and committed to support this Programme.

(f) The Tenderer shall show a Project S-Curve for each individual or respective
sub-system.

(g) The Programme shall also indicate the dates and periods relating to the
interfaces with the work of Other Works Contractors and show
submissions for review and review periods for all major documentation
required by the Contract.

(h) The activities on the Preliminary Works Programme shall be organised to


include, but shall not be limited to, the following phases:
 mobilisation of resources
 design
 procurement / production of major components and Material
 Factory Acceptance Tests, delivery
 Installation
 Partial Acceptance Tests (PAT), System Acceptance Tests (SAT)
 Training for both the operations and maintenance staff of the PDP and
the future Operations and Maintenance organisation
 Maintenance

SSP-PDP2-SS06-OVPR-TEN-000048 TSG-11 of 18 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix B2 – Technical Submission Guidelines

 handover to the PDP and the future Operations and Maintenance


organisation

(i) The Preliminary Works Programme shall be accompanied by a narrative


statement that shall describe:
 the basic programme assumptions, logic and the critical path
 major constraints and areas of concern in the organisation and
execution of the Works
 factors that may affect progress of the Works, and how to deal with
such factors should any of them materialise

(j) The Tenderer shall demonstrate his ability and commitment to meet the
Key Dates. The Tenderer shall outline approaches on how to achieve such
dates including but not limited to procurement strategy, design strategy,
materials management system, installation strategy, and testing and
commissioning strategy.

SSP-PDP2-SS06-OVPR-TEN-000048 TSG-12 of 18 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix B2 – Technical Submission Guidelines

Form T.4 – SYSTEM INTERFACE AND INTEGRATION MANAGEMENT

(a) The Tenderer shall submit a systematic Preliminary Interface Management


Plan which shall describe the process showing how the interface and
integration activities will be managed throughout the whole Project life
cycle with Other Works Contractors.

(b) The Plan shall demonstrate a good understanding of the interfaces


involved.

(c) The Tenderer shall provide a statement of their understanding of their


roles and Other Works Contractors' roles in the development of the
Interface Management Plan and Interface Control Document in the Plan.

(d) The Plan shall illustrate a sound methodology to ensure seamless and
compatible interfaces.

(e) The Plan shall eventually demonstrate how the entire integrated Systems
to be provided are able to meet the various requirements of the
Specification.

(f) The Plan shall explicitly describe the methodology and approach to
coordinate and interface with Other Works Contractors to facilitate the
provision of fully integrated Systems. Past working experience on
interfacing with Other Works Contractors shall be given.

SSP-PDP2-SS06-OVPR-TEN-000048 TSG-13 of 18 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix B2 – Technical Submission Guidelines

Form T.5 – PROJECT EXECUTION PLAN

(a) The Tenderer shall submit a Project Execution Plan which describes clearly
how the Project execution is proposed to be managed and implemented.
In the case of a joint venture, the involvement of each of the Joint Venture
Partner shall be clearly described and the approximately value of the
tender that they are responsible for. If part of the work is outsourced, the
Sub-Contractors or Suppliers shall be identified and proof of their
engagement shall be submitted together with the approximate value of
the sub-contract or supply. The involvement of these identified Sub-
Contractors or Suppliers will be incorporated into the Contract of the
successful Tenderer.

(b) The Project Execution Plan shall cover each of the following activities:
 Project Management
 Design development, control and verification
 Manufacture
 Installation on-site
 Testing and Commissioning off-site and on-site

(c) In each of the above-mentioned activities, the Tenderer shall clearly


describe the management of the following aspects:
 Organization Structure, Key Personnel (with CVs) and Manpower
loading
 Locations of the various activities identified in the Plan
 Facilities and Equipment to be deployed
 Computerised Systems
 Policy and Procedures to be applied
 High Level Programme of all activities

SSP-PDP2-SS06-OVPR-TEN-000048 TSG-14 of 18 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix B2 – Technical Submission Guidelines

Form T.6 – PROJECT ORGANISATION

(a) The Tenderer shall submit Organisation Charts presenting personnel


proposed to be employed in the execution of the Works with respect to
functions including design, procurement, engineering support, interfaces,
integration with the Other Works Contractors, installation, testing and
commissioning. The charts shall include:
 lines of authority, responsibility and communication;
 division of responsibilities between their Local office(s) and any
oversea organisations or locations;
 names, titles and functions of all supervisory and other personnel; and
 the total number of professional and technical personnel proposed to
be employed in the execution of the Works and the proportion of local
and/or Bumiputera personnel.

(b) The names of the individuals should correspond with the resumes
submitted under Form T.7 below. The proposed locations of Key Personnel
should be indicated in the title block of the Organisation Chart for each
proposed position including their expected involvement in the Contract in
terms of percentage of their time.

(c) The Tenderer shall provide a list of the vendors and suppliers which the
Tenderer proposes to employ for major components of the Works.

SSP-PDP2-SS06-OVPR-TEN-000048 TSG-15 of 18 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix B2 – Technical Submission Guidelines

Form T.7 – KEY PERSONNEL

(a) The Tenderer shall nominate Key Personnel at Director and Manager levels
(with CVs provided) responsible for the following key areas:
 Project Management
 System Interfaces
 Integration with Other Works Contractors
 Design
 Procurement
 SHE Personnel
 Installation
 Testing & Commissioning
 O&M Training and Manuals
 Maintenance

(b) Each CV shall include the following information as a minimum:


 Name
 Educational and professional qualifications (including membership of
relevant Professional Societies)
 Present position in Tenderer's organisation
 Proposed position in the project team
 Relevant experience (including dates for each assignment)
 Employment history (including dates of employment)
 Citizenship/Permit to work in Malaysia
 Proposed working location
 Primary responsibilities and involvement
 Availability/Current commitment
 Percentage of time to be committed to the Works

(c) Nominated Key Personnel who have been accepted by MRT Corp./PDP will
be incorporated into the Contract of the successful Tenderer.
Replacements will not be acceptable unless equal or better candidate is
provided, and the PDP’s prior written approval has been obtained.

SSP-PDP2-SS06-OVPR-TEN-000048 TSG-16 of 18 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix B2 – Technical Submission Guidelines

Form T.8 – MAINTENANCE

(a) The Tenderer shall submit a Preliminary Maintenance Plan describing the
arrangement for provisions of full maintenance services and support
during the Defects Liability Period (DLP) and a Maintenance Proposal for
the maintenance service option after the DLP, as described in the GS and
PS.

(b) The Preliminary Maintenance Plan shall clearly describe the following
aspects:
 Description of the maintenance services;
 Maintenance requirements and necessary tasks for first line, second
line, third line and corrective maintenance, including frequency of
each maintenance task;
 Labour, technical personnel, material, documentation, spares, parts
and equipment for first, second and third line maintenance;
 Organisation and manpower;
 Maintenance philosophy detailing how preventive, reactive, condition
based and risk based maintenance approaches etc. will be applied to
the maintenance of the System and its components;
 Logistics management for spares and repairs; and
 Arrangements for handover to the PDP and the future Operation and
Maintenance organisation after expiration of the contracted
maintenance services

(c) The Tenderer shall provide a Contract Spares List in their Tender
Submission which shall be considered as essential to ensure that the PDP
will have sufficient spares to deliver the required service performance
after expiration of the maintenance services by the WPC.

(d) The Tenderer shall provide an estimation of the period that the proposed
quantity of spares will be able to support the maintenance of the
Communications, Government Integrated Radio Network, Commercial
Telecom (Infra) and Information Technology System. The Tenderer shall
submit a list of Contract Spares, including quantities and the estimated
period that the quantities will be able to support maintenance, in a tabular
format.

(e) The Tenderer shall describe the maintenance services to be provided for
the maintenance contract (option for maintenance services after DLP) as a
maintenance proposal in the Preliminary Maintenance Plan.

(f) The Tenderer shall provide track records showing his past experience in
maintenance of systems of a similar scale and application.
SSP-PDP2-SS06-OVPR-TEN-000048 TSG-17 of 18 Revision: 00
PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix B2 – Technical Submission Guidelines

Form T.9 – QUALITY ASSURANCE AND SAFETY, HEALTH AND ENVIRONMENTAL (SHE)
ASSURANCE

(a) The Tenderer shall describe and commit to a strong and effective Quality
Assurance organisation and implement a set of Quality Assurance policies
and procedures to ensure that the high quality standards expected for the
Communications, Government Integrated Radio Network, Commercial
Telecom (Infra) and Information Technology System to be delivered, are
achievable.

(b) The Tenderer shall provide a detailed Safety and Health Register that
covers specific challenges relevant to Communications, Government
Integrated Radio Network, Commercial Telecom (Infra) and Information
Technology System Works Package at each of the stages from delivery,
installation, testing and commissioning. The risk register shall include but
not be limited to the following:
 Identification of Hazards
 Assessment and ranking of risks
 Control measures

(c) The Tenderer shall provide a project specific Safety and Health Plan based
upon the findings in the risk register, which details the arrangement of a
Safety and Health management system for the project. The Safety and
Health Plan shall include but not be limited to the following:
 Safety and Health Policy signed by the Managing Director
 An Organisation Chart detailing the Safety and Health responsibilities
of the Management and Key Personnel listed in Form T.6
 Arrangement to enable safety system of work
 List of Key Procedures to be developed
 Proposed training packages to be developed

(d) The Tenderer shall develop a project specific Environmental Management


Plan (EMP) which shall cover the following elements as applicable:
 Flood Mitigation Measure
 Erosion and Sedimentation Control
 Noise and Vibration Control
 Air and Water Pollution Control
 Waste Management (Construction and Scheduled Waste)

SSP-PDP2-SS06-OVPR-TEN-000048 TSG-18 of 18 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066

VOLUME I – INSTRUCTION TO TENDERERS

APPENDIX C
FORMS
Form C1 - Form of Tender
Form C2 - Form of Tender Bond
Form C3 - Statement of Compliance
Form C4a - Form of Tender Clarification (Technical)
Form C4b - Form of Tender Clarification (Commercial)
Form C5 - Tenderer’s Declaration
Form C6 - Letter of Certification
Form C7 - Declaration of Non-Collusion
Form C8 - Non-Disclosure Agreement
Form C9 - Bumiputera Participation
Form C10 - Financial Data
Form C11 - Letter from Bank / Financial Institution on Financial
Capability of the Tender
Form C12 - Consent and Authorisation for Disclosure of Credit
Information
Form C13 - Form of Parent Company Guarantee (Tenderer’s letterhead)
Form C14 - List of Imported Machinery, Equipment and Materials for
Permanent Works (Imported Items)
Form C15 - Contract Non-Performance and Litigation
PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix C – Forms

Form C1 – FORM OF TENDER

PROJEK MASS RAPID TRANSIT LALUAN 2: SUNGAI BULOH – SERDANG – PUTRAJAYA


(SSP)
SYSTEMS WORKS PACKAGE
SSP-SY-206
[ENGINEERING, PROCUREMENT, CONSTRUCTION, TESTING & COMMISSIONING OF
COMMUNICATIONS, GOVERNMENT INTEGRATED RADIO NETWORK, COMMERCIAL
TELECOM (INFRA) AND INFORMATION TECHNOLOGY SYSTEM]

TENDER NO. SSP-MRTC-SS06-OVPR-TEN-00066

FORM OF TENDER

To: MASS RAPID TRANSIT CORPORATION SDN. BHD. (MRT CORP.) (902884V)
Procurement Department
Level 6, Menara I & P 1,
46 Jalan Dungun,
Bukit Damansara,
50490 Kuala Lumpur,
Malaysia.

We, [ insert Tenderer's Name ] whose registered office is situated at [ insert Tenderer's
Address ] having examined the Articles of Agreement, Conditions of Contract including
the Appendices annexed thereto, the Specifications, Drawings, Pricing Documents and
other documents forming part of the Tender Documents and any addenda thereto, for
the execution of SYSTEMS WORKS PACKAGE (ENGINEERING, PROCUREMENT,
CONSTRUCTION, TESTING & COMMISSIONING OF COMMUNICATIONS, GOVERNMENT
INTEGRATED RADIO NETWORK, COMMERCIAL TELECOM (INFRA) AND INFORMATION
TECHNOLOGY SYSTEM) (“the Works”), hereby offer to enter into the Articles of
Agreement and to undertake to carry out the whole of the Works in conformity with the
Articles of Agreement, Conditions of Contract including Appendices annexed thereto, the
Specifications, Drawings, Pricing Documents and any other supplementary documents
thereto, all of which are attached to this Form of Tender, for the total sum of Ringgit
Malaysia:_______________________________________________________________
_______________________________________________________________________
___________________________(RM___________________________) or such other
sum as may be ascertained in accordance with the said Conditions of Contract and to
complete the whole of the Works on or before the Date for Line Completion as stated in
Appendix 1 of the Conditions of Contract (or such extended time as may be allowed
under Clause 44 (Procedure for Extension of Time) of the Conditions of Contract).

SSP-PDP2-SS06-OVPR-TEN-000048 APP C-1 of 38 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix C – Forms

ALTERNATIVE TENDER – Contractor’s Proposed Design


Alternatively, we hereby offer to enter into the Articles of Agreement and to undertake
to design and carry out the whole of the Works in conformity with the Articles of
Agreement, Conditions of Contract including Appendices annexed thereto, the
Specifications, Drawings, Pricing Documents and any other supplementary documents
thereto and our proposal annexed herewith, for the total sum of Ringgit
Malaysia:________________________________________________________________
________________________________________________________________________
__________________________(RM___________________________) or such other sum
as may be ascertained in accordance with the said Conditions of Contract and to complete
the whole of the Works on or before the Date of Line Completion as stated in Appendix 1
of the Condition of Contract (or such extended time as may be allowed under Clause 44
(Procedure for Extension of Time) of the Conditions of Contract).

2. By this Tender we hereby further offer, required by MRT Corp. to obtain and deliver
(in accordance with the provisions of Clause 12 (Performance Security) of the
Conditions of Contract), an on-demand bank guarantee in favour of the PDP in the
form set out in Appendix 2 (Form of Performance Bond) of the Conditions of Contract
issued by a First Tier Bank set out in Appendix 12 (List of Approved First Tier Banks) of
the Conditions of Contract for a sum equivalent to ten percent (10%) of the Contract
Sum to secure the due performance of our obligations under the Contract .

3. We irrevocably confirm and agree that :-

(a) Upon acceptance of this Tender by MRT Corp., we shall be contractually obliged
to execute and deliver to MRT Corp. the Articles of Agreement together with:-

(i) the Letter of Acceptance;


(ii) the Conditions of Contract including the Appendices annexed hereto;
(iii) the Specifications;
(iv) the Drawings;
(v) the Pricing Documents; and
(vi) such other letters or documents forming part of the Tender and signed by us
required by MRT Corp. (in the Letter of Acceptance of this Tender) which
shall form part of the Contract.

(b) Notwithstanding such acceptance, if we fail to comply fully with our obligations
under Clause 2 of this Form of Tender prior to the commencement of the Works
and in accordance with Clause 12 (Performance Security) of the Conditions of
Contract or we fail to execute and deliver to MRT Corp. the Articles of Agreement
together with the attachments thereto referred to in Clause 3(a) of this Form of
Tender duly signed where required, MRT Corp. may at any time terminate its
acceptance of this Tender or any other contract otherwise in force between us
(the Tenderer and MRT Corp.) by giving written notice to us (the Tenderer). There
shall have no claim whatsoever against MRT Corp for any loss, costs, damages,
SSP-PDP2-SS06-OVPR-TEN-000048 APP C-2 of 38 Revision: 00
PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix C – Forms

expenses (including loss of profit) incurred by the Tenderer howsoever arising


thereto.
4. We understand that MRT Corp. is not bound to accept the lowest or any Tender.

5. We undertake to hold all information relating to the Works, the Invitation to Tender
and this Tender, in strict confidence until we receive MRT Corp.’s policy regarding the
release of such information and we shall comply with such policy.

6. This Tender shall remain valid and open for acceptance by MRT Corp. up to and
including the Day which is one hundred and eighty (180) Days (and any extension
thereof) after the due date of the submission of tenders, after which, unless accepted
by MRT Corp. on or before that date or extended date in writing by us, it shall be
deemed withdrawn.

7. We confirm that at the time of submission of this Tender, the acceptance of any tender
submitted by us to others, or due to be submitted by us to others, will not in any way
affect our ability to carry out the Works.

8. We declare that at the time of submission of this Tender, all information provided
herein is true and valid.

Dated this …………. day of …………. 20………….

Tenderer's Authorised
Representative Signature : ……………….……………………………………………….
Name in Full : ……………………….……………………………………….
In the capacity of : ……………………………….……………………………….
NRIC No./Passport No. : ……………………………………….……………………….

Duly authorised to sign


for and on behalf of
Company's Official Stamp : ………….…………………………………………………….
Address : ………………….…………………………………………….
………………………….…………………………………….
Date : ………………………………….…………………………….

Witness’ Signature : ………………………………….…………………………….


Name in Full : ………………………………….…………………………….
NRIC No./Passport No. : ……………………………….……………………………….

SSP-PDP2-SS06-OVPR-TEN-000048 APP C-3 of 38 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix C – Forms

Designation : ……………………………………….……………………….
s : …………………………………….………………………….
……………………………………….……………………….
Date : ……………………………………….……………………….
For Joint Venture / Consortium 2nd Partner (if applicable)

Tenderer's Authorised
Representative Signature : …………………………………….………………………….
Name in Full : …………………………………………….………………….
In the capacity of : …………………………………………………….………….
NRIC No./Passport No. : …………………………………………………………….….
Duly authorised to sign
for and on behalf of
Company's Official Stamp : …………………………………….………………………….

Address : …………………………………….………………………….
…………………………….………………………………….
Date : ……………………………………………….……………….

Witness’ Signature : ………………………………………….…………………….


Name in Full : ………………………………………………….…………….
NRIC No./Passport No. : ………………………………………………………….…….
Designation : ………………….…………………………………………….
Address : …………………………..…………………………………….
………………….………………….………………………….
Date : …………………………………………….…………………..

SSP-PDP2-SS06-OVPR-TEN-000048 APP C-4 of 38 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix C – Forms

For Joint Venture / Consortium 3rd Partner (if applicable)

Tenderer's Authorised
Representative Signature : ………………………….…………………………………….
Name in Full : ………….…………………………………………………….
In the capacity of : ………………….…………………………………………….
NRIC No./Passport No. : ………………………….…………………………………….

Duly authorised to sign


for and on behalf of
Company's Official Stamp : …………….………………………………………………….
Address : …………………….………………………………………….
…………………………….………………………………….
Date : …………………………..…………..……………………….

Witness’ Signature : ……………………………….……………………………….


Name in Full : ……………………………………….……………………….
NRIC No./Passport No. : …………….………………………………………………….
Designation : …………………….………………………………………….
Address : …………………………….………………………………….
…………………………………….………………………….
Date : ……………………………………………..………………….

Note: Please submit a Power-of-Attorney authorising the above to sign on behalf of the
Company or each of the Partner in the Joint Venture/Consortium including the Lead
Partner.

SSP-PDP2-SS06-OVPR-TEN-000048 APP C-5 of 38 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix C – Forms

Form C2 – FORM OF TENDER BOND


(to be issued under Guarantor Bank’s letterhead)

To: Mass Rapid Transit Corporation Sdn Bhd (902884V)


Level 6, Menara I & P 1,
46, Jalan Dungun,
Bukit Damansara,
50490 Kuala Lumpur,
Malaysia.
Sir,
BANK GUARANTEE FOR TENDER BOND
SYSTEMS WORKS PACKAGE - SSP-SY-206: ENGINEERING, PROCUREMENT,
CONSTRUCTION, TESTING & COMMISSIONING OF COMMUNICATIONS, GOVERNMENT
INTEGRATED RADIO NETWORK, COMMERCIAL TELECOM (INFRA) AND INFORMATION
TECHNOLOGY SYSTEM.
(TENDER NO : SSP-MRTC-SS06-OVPR-TEN-00066)
As requested by the Tenderer, [ insert name of Contractor ], we, [ insert name of
Guarantor Bank ], hereby irrevocably and unconditionally guarantee to immediately pay
you on demand the sum of RM______________ (Ringgit Malaysia:__________________)
being the amount of Tender Bond required to be deposited with …………… (hereinafter
known as “MRT Corp.”) in accordance with the conditions of the tender for the
Engineering, Procurement, Construction, Testing & Commissioning of Communications,
Government Integrated Radio Network, Commercial Telecom (Infra) and Information
Technology System (SSP-SY-206) notwithstanding any contestations or protest by the
Tenderer or by any other party and without the need for you to provide any proof or
conditions. Any demand by you under this Guarantee shall be made by way of a notice in
writing to us. All payments made by us to you, shall be without any right of set off and
counterclaim and shall be made free and clear of and without deduction for or on account
of any present or future taxes, duties, charges, fees, deductions, withholdings or any
nature whatsoever and by whomsoever imposed.

This Guarantee shall be effective from [ DD/MM/YYYY ] being the date for submission of
the Tender and shall remain in force until [ DD/MM/YYYY ] (insert end date of the Tender
Validity Period (and any extension thereof) required by the Instruction to Tenderers (see
Clause 3.7)).
This Guarantee shall be governed by the laws of Malaysia.
IN WITNESS WHEREOF this Guarantee has been executed on the ……... day of 20…….

The Common Seal of )


[the Guarantor Bank] )
was hereunto affixed in )
the presence of ) ……………………………..……………………..
(Signature)
SSP-PDP2-SS06-OVPR-TEN-000048 APP C-6 of 38 Revision: 00
PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix C – Forms

Name in Block Letters : ……………………………………………..………


Designation : ……………………………………………………..
NRIC No./Passport No. : ……………………………………………………..

Witness Signature : …………………………………………………..


Name in Block Letters : …………………………….……………………..
Designation : ……………..…………………………………….
NRIC No./Passport No. : ……………………………………………………

OR
Signed by [ insert Name ] )

For and on behalf of )


[ insert the Guarantor Bank ])
the presence of ) ……………………………………………………
(Signature)
Name in Block Letters : …………………………………………….………
Designation : ………………………………………….…………
NRIC No./Passport No. : …………………………………………...……….

Witness Signature : …………………………………………………..


Name in Block Letters : …………………………….……………………..
Designation : ……………..…………………………………….
NRIC No./Passport No. : ……………………………………………………

Note: The above format and contents shall be followed strictly without any amendment.

SSP-PDP2-SS06-OVPR-TEN-000048 APP C-7 of 38 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix C – Forms

Form C3 – STATEMENT OF COMPLIANCE

(Please tick () accordingly)  Joint Venture or Consortium  Individual

PROJEK MASS RAPID TRANSIT LALUAN 2: SUNGAI BULOH – SERDANG – PUTRAJAYA


(SSP)
SYSTEMS WORKS PACKAGE
SSP-SY-206
[ENGINEERING, PROCUREMENT, CONSTRUCTION, TESTING & COMMISSIONING OF
COMMUNICATIONS, GOVERNMENT INTEGRATED RADIO NETWORK, COMMERCIAL
TELECOM (INFRA) AND INFORMATION TECHNOLOGY SYSTEM]

TENDER NO. SSP-MRTC-SS06-OVPR-TEN-00066

The Tenderer hereby affirms that he has read and understood each and every Clause of the
Articles of Agreement, Conditions of Contract and any/all attachments and Appendices
thereto (“COC”). The Tenderer hereby accepts in its entirety and in conformity all the COC
provided in the Tender Document. This Form C3 and any attachment must be signed by the
Tenderer's Authorised Representative.

In the event of any inconsistency, discrepancy or conflict, this Form C3 shall take precedence
and supersedes any deviations the Tenderer may have included in its submission in
connection with the COC.

Tenderer’s Signature :………………………………………………………………


Name in full :………………………………………………………………
(Authorised Representative)
Designation :………………………………………………………………
Company Name :………………………………………………………………
Date :………………………………………………………………

For Joint Venture or Consortium 2nd Partner (if applicable)

Tenderer’s Signature :…………………………………………………………………….


Name in full :…………………………………………………………………….
(Authorised Representative)
Designation :…………………………………………………………………….

SSP-PDP2-SS06-OVPR-TEN-000048 APP C-8 of 38 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix C – Forms

Company Name :…………………………………………………………………….


Date :…………………………………………………………………….
For Joint Venture or Consortium 3rd Partner (if applicable)

Tenderer’s Signature :…………………………………………………………………….


Name in full :…………………………………………………………………….
(Authorised Representative)
Designation :…………………………………………………………………….
Company Name :…………………………………………………………………….
Date :…………………………………………………………………….

SSP-PDP2-SS06-OVPR-TEN-000048 APP C-9 of 38 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix C – Forms

Form C4a – FORM OF TENDER CLARIFICATION (TECHNICAL)


To: Mass Rapid Transit Corporation Sdn. Bhd.
Level 6, Menara I & P 1,
46, Jalan Dungun,
Bukit Damansara,
50490 Kuala Lumpur, Malaysia.
Fax no. +6 03-2095 2121
CC: MMC Gamuda KVMRT (PDP SSP) Sdn. Bhd.
17th Floor, Block A, Menara MK, PJ Trade Center,
No.8, Jalan PJU 8/8A,
Bandar Damansara Perdana,
47820 Petaling Jaya, Selangor Darul Ehsan, Malaysia.
Fax no. 03-7722 3042
PROJEK MASS RAPID TRANSIT LALUAN 2: SUNGAI BULOH – SERDANG – PUTRAJAYA
(SSP)
SYSTEMS WORKS PACKAGE
SSP-SY-206
[ENGINEERING, PROCUREMENT, CONSTRUCTION, TESTING & COMMISSIONING OF
COMMUNICATIONS, GOVERNMENT INTEGRATED RADIO NETWORK, COMMERCIAL
TELECOM (INFRA) AND INFORMATION TECHNOLOGY SYSTEM]

TENDER NO. SSP-MRTC-SS06-OVPR-TEN-00066


Reference no. : “Package no.”/TCQ/T/”00X” (for technical clarification)
No. Reference to Tender Item Description of the Questions
Documents Tender Documents

(i.e. clause no., drawing


no. etc.)

Form of Tender Clarification submission no._____


Page no. .. of ......
Tenderer's Signature : …………………………….……………………….………
Name in Full : ………………………………………..…………….………
Designation : ………………………………………………….….………
Company Name : ……………………….…………………………….………
Date : ………………………….………………………….………

Acknowledgement Receipt
MRT Corp. hereby acknowledges receipt of the above and shall respond accordingly.
Name : ………………………….………………………….………
Designation : ………………………….………………………….………
Date : ………………………….………………………….………
SSP-PDP2-SS06-OVPR-TEN-000048 APP C-10 of 38 Revision: 00
PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix C – Forms

Form C4b – FORM OF TENDER CLARIFICATION (COMMERCIAL)


To: Mass Rapid Transit Corporation Sdn. Bhd.
Level 6, Menara I & P 1,
46, Jalan Dungun,
Bukit Damansara,
50490 Kuala Lumpur, Malaysia.
Fax no. +6 03-2095 2121
CC: MMC Gamuda KVMRT (PDP SSP) Sdn. Bhd.
17th Floor, Block A, Menara MK, PJ Trade Center,
No.8, Jalan PJU 8/8A,
Bandar Damansara Perdana,
47820 Petaling Jaya, Selangor Darul Ehsan, Malaysia.
Fax no. 03-7722 3042
PROJEK MASS RAPID TRANSIT LALUAN 2: SUNGAI BULOH – SERDANG – PUTRAJAYA
(SSP)
SYSTEMS WORKS PACKAGE
SSP-SY-206
[ENGINEERING, PROCUREMENT, CONSTRUCTION, TESTING & COMMISSIONING OF
COMMUNICATIONS, GOVERNMENT INTEGRATED RADIO NETWORK, COMMERCIAL
TELECOM (INFRA) AND INFORMATION TECHNOLOGY SYSTEM]

TENDER NO. SSP-MRTC-SS06-OVPR-TEN-00066


Reference no. : “Package no.”/TCQ/C/”00X” (for commercial clarification)
No. Reference to Tender Item Description of the Questions
Documents Tender Documents

(i.e. clause no., drawing


no. etc.)

Form of Tender Clarification submission no._____


Page no. .. of ......
Tenderer's Signature : …………………………….……………………….………
Name in Full : ………………………………………..…………….………
Designation : ………………………………………………….….………
Company Name : ……………………….…………………………….………
Date : ………………………….………………………….………

Acknowledgement Receipt
MRT Corp. hereby acknowledges receipt of the above and shall respond accordingly.
Name : ………………………….………………………….………
Designation : ………………………….………………………….………
Date : ………………………….………………………….………
SSP-PDP2-SS06-OVPR-TEN-000048 APP C-11 of 38 Revision: 00
PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix C – Forms

Form C5 – TENDERER’S DECLARATION

(Please tick () accordingly)  Joint Venture or Consortium  Individual

Note: If a Joint Venture or Consortium is proposed, this Form is to be duplicated and


completed separately by each Partner of the company together with its relevant supporting
documents.

PROJEK MASS RAPID TRANSIT LALUAN 2: SUNGAI BULOH – SERDANG – PUTRAJAYA


(SSP)
SYSTEMS WORKS PACKAGE
SSP-SY-206
[ENGINEERING, PROCUREMENT, CONSTRUCTION, TESTING & COMMISSIONING OF
COMMUNICATIONS, GOVERNMENT INTEGRATED RADIO NETWORK, COMMERCIAL
TELECOM (INFRA) AND INFORMATION TECHNOLOGY SYSTEM]
TENDER NO. SSP-MRTC-SS06-OVPR-TEN-00066
I, [Name of Company Representative], NRIC No./Passport No. …………………….. representing
[Name of Company] with registration number [Company Registration Number]. I hereby
declare that I, or any individual(s) representing this company, shall not offer or give bribes
to any individual(s) in Mass Rapid Transit Corporation Sdn. Bhd. and/or MMC Gamuda
KVMRT (PDP SSP) Sdn. Bhd. or any other individual(s), as an inducement to be selected in
the aforementioned tender. I attach herewith a Letter of Authorisation in the form of
Certified True Copy of Board of Director Resolution/ a valid Power of Attorney duly
authenticated and deposited in the High Court of Malaysia which empowers me, as a
representative of the aforementioned company, to make this declaration.

2. If I, or any individual(s) representing this company, is offering or giving any bribes to


any individual(s) in Mass Rapid Transit Corporation Sdn. Bhd. and/or MMC Gamuda
KVMRT (PDP SSP) Sdn. Bhd. or any other individual(s) as an inducement to be selected in
the aforementioned tender, I hereby agree, as a representative of the aforementioned
company, for the following actions to be taken:
2.1 Tender Bond shall be forfeited during Tender stage; or
2.2 Revocation of the Contract offer for the aforementioned Tender; or
2.3 Termination of the Contract for the aforementioned Tender; and
2.4 Other disciplinary actions according to the Government procurement rules and
regulations currently in force.

3. In the event where there is any individual(s) who attempts to solicit any bribe from
me or any individual(s) related to this company as an inducement to be selected for the
aforementioned Tender, I hereby pledge to immediately report such acts to the Malaysian
Anti-Corruption Commission (MACC)'s office or at the nearest police station.
Sincerely,

(Name and NRIC No./Passport No.)


Company Stamp:
SSP-PDP2-SS06-OVPR-TEN-000048 APP C-12 of 38 Revision: 00
PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix C – Forms

Form C6 – LETTER OF CERTIFICATION

PROJEK MASS RAPID TRANSIT LALUAN 2: SUNGAI BULOH – SERDANG – PUTRAJAYA


(SSP)
SYSTEMS WORKS PACKAGE
SSP-SY-206
[ENGINEERING, PROCUREMENT, CONSTRUCTION, TESTING & COMMISSIONING OF
COMMUNICATIONS, GOVERNMENT INTEGRATED RADIO NETWORK, COMMERCIAL
TELECOM (INFRA) AND INFORMATION TECHNOLOGY SYSTEM]

TENDER NO. SSP-MRTC-SS06-OVPR-TEN-00066

LETTER OF CERTIFICATION
The Tenderer hereby confirms that all copies of the following Tender Documents
submitted:-
1.
2.
3.
4.
5.
are identical true copies of and process from the Original, except for the Duplicate copies
of the Commercial Submission - Envelope 6 and shall be submitted WITHOUT any
reference being made to the Tenderer and/or its organisation which includes but is not
limited to the company’s name, logo, address, contact telephone number and other
contact details.

The form and any attachment must be signed by the Tenderer's Authorised Signatory.

Tenderer's Signature : ………………………….………………………….………

Name in full : ………………………….………………………….………


(Authorised Representative)

Designation : ………………………….………………………….………

Company Name : ………………………….………………………….………

Date : ………………………….………………………….………

SSP-PDP2-SS06-OVPR-TEN-000048 APP C-13 of 38 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix C – Forms

For Joint Venture or Consortium 2nd Partner (if applicable)

Tenderer’s Signature :…………………………………………………………………….


Name in full :…………………………………………………………………….
(Authorised Representative)
Designation :…………………………………………………………………….
Company Name :…………………………………………………………………….
Date :…………………………………………………………………….

For Joint Venture or Consortium 3rd Partner (if applicable)

Tenderer’s Signature :…………………………………………………………………….


Name in full :…………………………………………………………………….
(Authorised Representative)
Designation :…………………………………………………………………….
Company Name :…………………………………………………………………….
Date :…………………………………………………………………….

SSP-PDP2-SS06-OVPR-TEN-000048 APP C-14 of 38 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix C – Forms

Form C7 – DECLARATION OF NON-COLLUSION

(Please tick () accordingly)  Joint Venture or Consortium  Individual

Note: If a Joint Venture or Consortium is proposed, this Form is to be duplicated and


completed separately by each Partner of the company together with its relevant supporting
documents.

PROJEK MASS RAPID TRANSIT LALUAN 2: SUNGAI BULOH – SERDANG – PUTRAJAYA


(SSP)
SYSTEMS WORKS PACKAGE
SSP-SY-206
[ENGINEERING, PROCUREMENT, CONSTRUCTION, TESTING & COMMISSIONING OF
COMMUNICATIONS, GOVERNMENT INTEGRATED RADIO NETWORKS, COMMERCIAL
TELECOM (INFRA) AND INFORMATION TECHNOLOGY SYSTEM]

TENDER NO. SSP-MRTC-SS06-OVPR-TEN-00066

DECLARATION OF NON-COLLUSION

1. We hereby declare that this is a bona fide Tender intended to be competitive, and
that we have not fixed or adjusted the amount of the Tender by or under any
agreement or arrangement with any other person.

2. We further declare that we have not done and we undertake that we will not do
at any time before the hour and date specified for the return of this Tender, any of
the following acts:-
2.1 Communication with a person other than the person calling for the
Tender, the amount or approximate amount of the proposed Tender except
where the disclosure in confidence of the approximate amount of the Tender
is necessary to obtain the insurance premium quotations required for the
preparation of the Tender;
2.2 Enter into any agreement or arrangement with any other person that he/she
shall refrain from tendering or to the Tender Price to be submitted;
2.3 Offer or pay or give or agree to pay or give any sum of money or valuable
consideration directly or indirectly to any person for doing or having done or
causing or having caused or to be done in relation to any other Tender or
proposed Tender for the said Works described above.

3. We take note that any reference to the word ‘person’ includes any person(s) or
anybody or association or corporate or otherwise and the word ‘any agreement
SSP-PDP2-SS06-OVPR-TEN-000048 APP C-15 of 38 Revision: 00
PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix C – Forms

or arrangement’ includes any transaction formal or informal, and whether legally


binding or not.

4. We also declare that the principles described above have been or will be brought
to the attention of all Sub-contractors, Suppliers and associated companies
providing services or materials connected with the Tender. Any Contract with the
Sub-contractors, Suppliers or associated companies will be made by all parties on
the basis of compliance with the above principles.

5. We confirm that any breach of the conditions of this non-collusion tendering


declaration may inevitably lead to rescission of the contract by MRT Corp.

We hereby caused this agreement to be executed on the date written below.

Tenderer’s Signature : ………………………….………………………….………

Name in full : ………………………….………………………….………


(Authorised Representative)

Designation : ………………………….………………………….………

Company Name : ………………………….………………………….………

Date : ………………………….………………………….………

SSP-PDP2-SS06-OVPR-TEN-000048 APP C-16 of 38 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix C – Forms

Form C8 – NON-DISCLOSURE AGREEMENT

(Please tick () accordingly)  Joint Venture or Consortium  Individual

Note: If a Joint Venture or Consortium is proposed, this Form is to be duplicated and


completed separately by each Partner of the company together with its relevant supporting
documents.
PROJEK MASS RAPID TRANSIT LALUAN 2: SUNGAI BULOH – SERDANG – PUTRAJAYA
(SSP)
SYSTEMS WORKS PACKAGE
SSP-SY-206
[ENGINEERING, PROCUREMENT, CONSTRUCTION, TESTING & COMMISSIONING OF
COMMUNICATIONS, GOVERNMENT INTEGRATED RADIO NETWORK, COMMERCIAL
TELECOM (INFRA) AND INFORMATION TECHNOLOGY SYSTEM]
TENDER NO. SSP-MRTC-SS06-OVPR-TEN-00066

NON-DISCLOSURE AGREEMENT
We, the Tenderer in this Non-Disclosure Agreement hereby agree not to disclose, utilise
and/or provide any information whatsoever, duly provided by MASS RAPID TRANSIT
CORPORATION SDN BHD except to the extent insofar necessary towards the preparation
of the submission of the Tender entitled:
SYSTEMS WORKS PACKAGE
SSP-SY-206
[ENGINEERING, PROCUREMENT, CONSTRUCTION, TESTING & COMMISSIONING OF
COMMUNICATIONS, GOVERNMENT INTEGRATED RADIO NETWORK, COMMERCIAL
TELECOM (INFRA) AND INFORMATION TECHNOLOGY SYSTEM]
TENDER NO. SSP-MRTC-SS06-OVPR-TEN-00066

We hereby agree not to make any announcement and/or release any information
whatsoever relating to this Tender, to any official body, press and/or public at any time
and for whatsoever purpose unless a prior written approval has been furnished by the MRT
Corp./ PDP.
We shall ensure that the terms and conditions of this agreement are fully complied with
by all employees, agents, Sub-contractors, vendors, equipment or material Suppliers,
consultants and/or any other relevant third parties whom we may be in contact with the
MRT Corp./ PDP’s confidential information for the purpose of preparation of this Tender.

We hereby caused this agreement to be executed on the date written below.

SSP-PDP2-SS06-OVPR-TEN-000048 APP C-17 of 38 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix C – Forms

Tenderer’s Signature : ………………………….………………………….………


Name in full : ………………………….………………………….………
(Authorised Representative)
Designation : ………………………….………………………….………
Company Name : ………………………….………………………….………
Date : ………………………….………………………….………

SSP-PDP2-SS06-OVPR-TEN-000048 APP C-18 of 38 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix C – Forms

Form C9 – BUMIPUTERA PARTICIPATION

PROJEK MASS RAPID TRANSIT LALUAN 2: SUNGAI BULOH – SERDANG – PUTRAJAYA (SSP)
SYSTEMS WORKS PACKAGE
SSP-SY-206
[ENGINEERING, PROCUREMENT, CONSTRUCTION, TESTING & COMMISSIONING OF COMMUNICATIONS, GOVERNMENT INTEGRATED
RADIO NETWORK, COMMERCIAL TELECOM (INFRA) AND INFORMATION TECHNOLOGY SYSTEM]

TENDER NO. SSP-MRTC-SS06-OVPR-TEN-00066

Conforming to Clause 46 (Bumiputera Participation) of Conditions of Contract, the Tenderer shall indicate the approximate value of work
included in the Tender to be carried out by the proposed Bumiputera Contractor(s).

The works to be sub-contracted to Proposed Bumiputera Contractor(s)


Scope of Work “Sijil Taraf Bumiputera” Contractor Approximate Value of Work
Registration from Pusat Khidmat Kontraktor (RM)
and/or Bahagian Pembangunan Kontraktor
dan Usahawan (To specify Grade where
appropriate)

The Tenderer is required to elaborate in its proposal/ plan for the appointment of the proposed Bumiputera Contractor(s) based on the following:
a) Method of appointment of the Bumiputera Contractor(s) (e.g. through tender, direct negotiation, etc.)
……………………………………………………………………………………………………………………………………………………………………………………………………………………
……………………………………………………………………………………………………………………………………………………………………………………………………………………

SSP-PDP2-SS06-OVPR-TEN-000048 APP C-19 of 38 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix C – Forms

b) Major criteria to be used for selection of the Bumiputera Contractor(s).


…………………………………………………………………………………………………………………………………………………………………………………………………………………
…………………………………………………………………………………………………………………………………………………………………………………………………………………
…………………………………………………………………………………………………………………………………………………………………………………………………………………

c) Other action plans


…………………………………………………………………………………………………………………………………………………………………………………………………………….….…
…………………………………………………………………………………………………………………………………………………………………………………………………….……….……
……………………………………………………………………………………………………………………………………………………………………………………………….…………….……

Tenderer’s Signature : ……………………………………………………………………


Name in full : ……………………………………………………………………
Designation : ……………………………………………………………………
(Authorized Representative)

Company Name : …………………………………………………………………..

Date : …………………………………………………………………..

SSP-PDP2-SS06-OVPR-TEN-000048 APP C-20 of 38 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix C – Forms

For Joint Venture or Consortium 2nd Partner (if applicable)

Tenderer’s Signature :…………………………………………………………………….


Name in full :…………………………………………………………………….
(Authorised Representative)
Designation :…………………………………………………………………….
Company Name :…………………………………………………………………….
Date :…………………………………………………………………….

For Joint Venture or Consortium 3rd Partner (if applicable)

Tenderer’s Signature :…………………………………………………………………….


Name in full :…………………………………………………………………….
(Authorised Representative)
Designation :…………………………………………………………………….
Company Name :…………………………………………………………………….
Date :…………………………………………………………………….

SSP-PDP2-SS06-OVPR-TEN-000048 APP C-21 of 38 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Purtrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix C – Forms

Form C10 – FINANCIAL DATA

(Please tick () accordingly)  Joint Venture or Consortium  Individual

Note: If a Joint Venture or Consortium is proposed, this Form is to be duplicated and


completed separately by each Partner of the company together with its relevant supporting
documents.

PROJEK MASS RAPID TRANSIT LALUAN 2: SUNGAI BULOH – SERDANG – PUTRAJAYA


(SSP)
SYSTEMS WORKS PACKAGE
SSP-SY-206
[ENGINEERING, PROCUREMENT, CONSTRUCTION, TESTING & COMMISSIONING OF
COMMUNICATIONS, GOVERNMENT INTEGRATED RADIO NETWORK, COMMERCIAL
TELECOM (INFRA) AND INFORMATION TECHNOLOGY SYSTEM]
TENDER NO. SSP-MRTC-SS06-OVPR-TEN-00066

Company's Name: ..............................................................................................................


1. Summary of assets and liabilities as shown in the audited balance sheets for the last 5
financial years
Item Description Actual : Last 5 Financial Years
(RM)
Year…… Year….. Year….. Year….. Year…..
1 Authorised Capital

2 Paid Up Capital

3 Total Assets

4 Current Assets

5 Total Liabilities

6 Current Liabilities

7 Net Worth

8 Shareholders’ Funds

9 Working Capital

10 Annual Turnover

11 Net Profit
SSP-PDP2-SS06-OVPR-TEN-000048 APP C-22 of 38 Revision: 00
PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Purtrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix C – Forms

a. Names and addresses of the Banks where the Accounts are opened

1) ………………………………..……………………………………………………………………………………..

2) ……………………………..…………………………………………………………………………………….....

3) ………………………………………………………………………………………………………………………..

b. Account Numbers

1) ………………………………..………………………………………………………………………………………

2) ……………………………..…………………………………………………………………………………….....

3) ………………………………………………………………………………………………………………………..

2. Credit Facilities

a. Names and addresses of the Banks / Financial Institutions providing credit


facilities

1) ………………………………..………………………………………………………………………………………

2) ……………………………..…………………………………………………………………………………….....

3) ………………………………………………………………………………………………………………………..

b. Types and Balance of the amount which can be used for the Works.

Types Amount Committed Balance of amount for


on other works the Works
(RM) (RM)
(i) Overdraft Or Annual Credit
(ii) Secured Overdraft
(iii) Fixed Loan
(iv) Letter of Credit
(v) Others (Please specify)

SSP-PDP2-SS06-OVPR-TEN-000048 APP C-23 of 38 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Purtrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix C – Forms

Notes:

 All financial figures filled in by the Tenderer shall be converted to RM equivalent


based on Bank Negara of Malaysia’s rate of exchange as at the Letter of Invitation to
Tender. The exchange rate adopted shall be specified whenever applicable.

 Tenderer shall submit the audited Company Account by Certified Accountant for the
last five (5) years, in supporting the data submitted. The Tender submitted without
the certified audited accounts shall be disqualified.

 Tenderer shall submit the certified copy of the Monthly Bank Statement for the last
three (3) Months including certificate/ latest statement for unpledged deposits and
other unpledged short term investment. The Tender submitted without this
statement shall be disqualified.

 The Tenderer shall obtain and submit the Confidential Report from the
Banks/Financial Institutions using format shown in Form C11 - Letter From Bank/
Financial Institution on Financial Capacity of the Tender, in a sealed envelope.

 All attachments shall be certified as true copies by the Tenderer’s company secretary
or a Grade A officer from a Government body (for local companies) and/or by the
Notary of Public (for foreign companies).

SSP-PDP2-SS06-OVPR-TEN-000048 APP C-24 of 38 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Purtrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix C – Forms

3. Approximate value of the balance of work in hand as at Tender Closing Date

Name of Contract % Completion as Balance to be Schedule of Works


Project Value at Tender Closing Completed to be Completed
(RM) Date
% (RM) % (RM)

Total Value of Balance of Work

Note: Please attach a certified copy of the latest interim payment certificate for each
project and a certified copy of Letter of Award/ Acceptance.
For payment certificate and/or copy of Letter of Award/Acceptance that are not
written in English language, the Tenderer is responsible to provide an English
translated version and the English version shall prevail in the event of any
discrepancies between the original and translated version submitted.

Tenderer’s Signature : ……………………………………………………………………


Name : ……………………………………………………………………
Designation : ……………………………………………………………………
Company Name : ……………………………………………………………………
Date : ……………………………………………………………………

SSP-PDP2-SS06-OVPR-TEN-000048 APP C-25 of 38 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix C – Forms

Form C11 – LETTER FROM BANK/FINANCIAL INSTITUTION ON FINANCIAL CAPABILITY


OF THE TENDERER

(Please tick () accordingly)  Joint Venture or Consortium  Individual

PROJEK MASS RAPID TRANSIT LALUAN 2: SUNGAI BULOH – SERDANG – PUTRAJAYA


(SSP)
SYSTEMS WORKS PACKAGE
SSP-SY-206
[ENGINEERING, PROCUREMENT, CONSTRUCTION, TESTING & COMMISSIONING OF
COMMUNICATIONS, GOVERNMENT INTEGRATED RADIO NETWORK, COMMERCIAL
TELECOM (INFRA) AND INFORMATION TECHNOLOGY SYSTEM]
TENDER NO. SSP-MRTC-SS06-OVPR-TEN-00066
Note: If a Joint Venture or Consortium is proposed, this Form is to be duplicated and
completed separately by each Partner of the company together with its relevant supporting
documents.
(This form shall be completed by the Bank / Financial Institution and handed over to the
Tenderer. The Tenderer shall submit this form together with its Tender in a sealed envelope.)
To: Mass Rapid Transit Corporation Sdn. Bhd.
Procurement Department
Level 6, Menara I & P 1,
46 Jalan Dungun,
Bukit Damansara,
50490 Kuala Lumpur,
Malaysia.

Tenderer’s Name : …………………………………………………………………………………………………


Tender Title : PROJEK MASS RAPID TRANSIT LALUAN 2:
SUNGAI BULOH – SERDANG – PUTRAJAYA (SSP)
SYSTEMS WORKS PACKAGE SSP-SY-206: Engineering, Procurement,
Construction, Testing & Commissioning of Communications, Government
Integrated Radio Network, Commercial Telecom (Infra) and Information
Technology System
(TENDER NO.: SSP-MRTC-SS06-OVPR-TEN-00066)

(A) We, the undersigned at the request of the Tenderer, undertake and guarantee to
MASS RAPID TRANSIT CORPORATION SDN BHD (902884V), the following upon the
award of the above mentioned Works to:

………………………………………………………………………………………………………………………….………

………………………………………………………………………………………………………………………………….
(Tenderer’s Name and Address)
SSP-PDP2-SS06-OVPR-TEN-000048 APP C-26 of 38 Revision: 00
PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix C – Forms

(B) Credit facilities which can be used for design and execution of the Works:

Credit facilities which was approved and minimum additional credit which need to
be obtained by the Tenderer are as follows:
Type of Credit Facilities Total Approved Balance from Amount Minimum Additional to Total
(RM) Approved (RM) be Approved (RM)
(a) (RM) (c)=(a)+(b)
(b)
1. Overdraft Or Annual
Credit
2. Secured Overdraft

3. Fixed Loan

4. Letter of Credit

5.

Total:

(C) Comments on the Tenderer’s financial capacity and account.

…………………………………………………………………………………………………………………….…………

…………………………………………………………………………………………………………………………………

Signed for and on behalf of


the Bank/Financial Institution : ……….………………………………………………………………….

Bank Name & Address : ………………………………..…………………………………………

……………………………………………………………………………

Name of Bank Officer : ……………..……………………………………………………………

Designation : ………………………………..…………………………………………

Banker’s Seal : …………………………………………………………………………..

Date : …………………………….……………………………………………

SSP-PDP2-SS06-OVPR-TEN-000048 APP C-27 of 38 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix C – Forms

Form C12 – CONSENT AND AUTHORISATION FOR DISCLOSURE OF CREDIT INFOMATION

(Please tick () accordingly)  Joint Venture or Consortium  Individual

Note: If a Joint Venture or Consortium is proposed, this Form is to be duplicated and


completed separately by each Partner of the company together with its relevant supporting
documents.

PROJEK MASS RAPID TRANSIT LALUAN 2: SUNGAI BULOH – SERDANG – PUTRAJAYA


(SSP)
SYSTEMS WORKS PACKAGE
SSP-SY-206
[ENGINEERING, PROCUREMENT, CONSTRUCTION, TESTING & COMMISSIONING OF
COMMUNICATIONS, GOVERNMENT INTEGRATED RADIO NETWORK, COMMERCIAL
TELECOM (INFRA) AND INFORMATION TECHNOLOGY SYSTEM]
TENDER NO. SSP-MRTC-SS06-OVPR-TEN-00066

Re: Letter of Irrevocable Consent and Authorisation for Disclosure of Credit Information
of Company and Directors / Shareholders

We, ……………………………. (Company No. …………………..) (“the Company”) hereby irrevocably


consent and authorise Mass Rapid Transit Corporation Sdn Bhd (“MRT Corp”) and MMC
Gamuda KVMRT (PDP SSP) Sdn Bhd (“PDP”) to carry out checks, searches, obtain, collect,
store, retain, disclose, transmit, reproduce and use all and any credit, financial, legal, risk
and company information / data including but not limited to details of the directors and
shareholders of the Company (“Purpose”) that may be disclosed in this tender, or
otherwise obtained from the Companies Commission of Malaysia, Insolvency Department
or any other bodies including but not limited to any credit reporting agencies or any source
that MRT Corp. and/or PDP deem appropriate.

The Company hereby confirms and undertakes to MRT Corp. and/or PDP that it has duly
obtained all consents from its employees, directors and shareholders for the Purpose as
stated above.

The Company further agrees that MRT Corp. may use, disclose and transfer all information
/ data about the Company whatsoever with MRT Corp.’s subsidiaries, associates, affiliates
and/or any third parties as MRT Corp. deems appropriate but limited to consultants,
auditors, solicitors, etc. engaged or appointed from time to time by MRT Corp. for the
KVMRT SSP Line project, stakeholder and/or government or local authority.

The Company further agrees that PDP may use, disclose and transfer all information / data
about the Company whatsoever with PDP’s subsidiaries, associates, affiliates and/or any
third parties as PDP deems appropriate but limited to consultants, auditors, solicitors, etc.
engaged or appointed from time to time by PDP for the KVMRT SSP Line Project,
stakeholder and/or government or local authority.
SSP-PDP2-SS06-OVPR-TEN-000048 APP C-28 of 38 Revision: 00
PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix C – Forms

Tenderer’s Signature : ………………………………..…………………………………………

Name in full : ………………………………..…………………………………………


(Authorised Representative)

Designation : ………………………………..…………………………………………

Company Name : ………………………………..…………………………………………

Date : ………………………………..…………………………………………

SSP-PDP2-SS06-OVPR-TEN-000048 APP C-29 of 38 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix C – Forms

Form C13 – FORM OF PARENT COMPANY GUARANTEE

[Issued under Tenderer’s Parent Company’s Letterhead]

ISSUED BY THE GUARANTOR IN FAVOUR OF MRT CORP. AND/OR THE PDP

Particulars of Parent Company Guarantee (“Guarantee”):

The Date: [insert date]


The Guarantor: [insert name of Works Package Contractor’s Parent Company] a
company duly incorporated under the laws of …………., whose business
address is [insert address]
Works Package [insert name of company] a company duly incorporated under the
Contractor: laws of …………., whose business address is [insert address]
Owner: MASS RAPID TRANSIT CORPORATION SDN. BHD.
(Company No. 902884V)
Level 6, Menara I & P 1,
46 Jalan Dungun,
Bukit Damansara,
50490 Kuala Lumpur,
Malaysia
PDP: MMC GAMUDA KVMRT (PDP SSP) SDN. BHD.
(Company No. 1117100-V)
Block A, Level 17, Menara Mustapha Kamal,
PJ Trade Centre,
No. 8, Jalan PJU 8/8A, Bandar Damansara Perdana,
47820 Petaling Jaya
Selangor Darul Ehsan
Malaysia
Project: Project Mass Rapid Transit Laluan 2: Sungai Buloh – Serdang –
Putrajaya (SSP)
Contract: Engineering, Procurement, Construction, Testing & Commissioning of
Communications, Government Integrated Radio Network,
Commercial Telecom (Infra) and Information Technology System

In consideration of the Owner and/or the PDP accepting the Guarantor’s obligations as set
out in this Guarantee, the Guarantor hereby irrevocably and unconditionally guarantees
and undertakes to the Owner and the PDP, their respective successors and assigns as
follows:

1. The due, proper and punctual performance, observance and compliance by the
Works Package Contractor, its successors and assigns of each and every terms,
provisions, conditions, duties, requirements, responsibilities, obligations and
undertakings whether expressly or impliedly made in the Contract as may, from time
to time, be amended (“Guaranteed Obligations”). The Guarantor agrees to any
SSP-PDP2-SS06-OVPR-TEN-000048 APP C-30 of 38 Revision: 00
PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix C – Forms

amendment, modification, variation or supplemental made to the Contract, the due


performance and compliance thereof by the Works Package Contractor is likewise
herein guaranteed.

2. Upon receipt of a written demand made by the Owner and/or the PDP, from time to
time or at any time and without need for the Owner and/or the PDP to take legal
action against or obtain the consent of the Works Package Contractor and without
any further proof or conditions and without any right of set off and counterclaim
and notwithstanding any protest/objection by the Works Package Contractor or the
Guarantor, the Guarantor shall immediately undertake to perform those
Guaranteed Obligations.

3. Upon the occurrence of Clause 2 above, the Guarantor shall be liable to perform the
Guaranteed Obligations as if the Guarantor was the party to the Contract. The
Guarantor’s obligations under this Guarantee shall be co-extensive with the Works
Package Contractor’s obligations, duties and undertakings of the Works Package
Contractor under and pursuant to the Contract.

4. Notwithstanding the provisions in Clauses 2 and 3 hereinabove, the Guarantor also


hereby irrevocably and unconditionally undertakes to indemnify the Owner, the
PDP, their respective successors and assigns against all losses, damages, costs and
expenses suffered or incurred by the Owner, the PDP, their respective successors
and assigns by reason of any act, omission, default or breach on the part of the
Works Package Contractor in performing and observing its obligations, duties and
undertakings under and pursuant to the Contract.

5. The obligations of the Guarantor hereunder shall not be affected by any act,
omission, matter or thing which but for this provision might operate to release or
otherwise exonerate the Guarantor from the Guarantor’s obligations hereunder in
whole or in part, including without limitation and whether or not known to the
Guarantor or the Owner and/or the PDP:

(a) any time or waiver granted to or composition with the Works Package
Contractor or any other person;

(b) the taking, variation, compromise, renewal or release of or refusal or neglect


to perfect or enforce any rights, remedies or securities against the Works
Package Contractor or any other person;

(c) any legal limitation, disability, incapacity or other circumstances relating to


the Works Package Contractor or any other person;

(d) any variation of or amendment to the Contract or any other document or


security so that references to the Contract in this Guarantee shall include
each such variation amendment and addendum;
SSP-PDP2-SS06-OVPR-TEN-000048 APP C-31 of 38 Revision: 00
PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix C – Forms

(e) any unenforceability, invalidity or frustration of any obligations of the Works


Package Contractor or any other person under the Contract or any other
document or security, to the intent that the Guarantor’s obligations
hereunder shall remain in full force and this Guarantee be construed
accordingly as if there were no such unenforceability, invalidity or
frustration;

(f) any other fact, circumstance, provision of statute or rule of law which might,
were the Guarantor’s liability to be secondary rather than primary, entitle
the Guarantor to be released in whole or in part from its undertaking.

6. Where any discharge (whether in respect of the obligation of the Works Package
Contractor or any security therefore or otherwise) is made in whole or in part or any
arrangement is made on the faith of any payment, security or other disposition
which is avoided or must be repaid on bankruptcy, liquidation or otherwise without
limitation, the liability of the Guarantor under this Guarantee shall continue as if
there had been no such discharge or arrangement. The Owner and/or the PDP shall
be entitled to concede or compromise any claim that any such payment, security or
other disposition is liable to avoidance or repayment.

7. The Owner and/or the PDP shall not be obliged before taking steps to enforce this
Guarantee to take action or proceedings against or to make or file any claim in the
bankruptcy or liquidation of the Works Package Contractor or any other person.

8. Until all the obligations, duties and undertakings of the Works Package Contractor
under and pursuant to the Contract have been discharged in full, the Guarantor shall
not after default by the Works Package Contractor and a claim has been made
pursuant to this Guarantee be subrogated to any rights, security or monies held,
received or receivable by the Owner and/or the PDP or be entitled to any right of
contribution in respect of any payment made or monies received on account of the
Guarantor’s liability hereunder.

9. This Guarantee shall be in addition to and shall not in any way be prejudiced by:

(a) any other security now or hereafter held by the Owner and/or the PDP as
security for the obligations of the Works Package Contractor under the
Contract; or

(b) any other right against any third party which the Owner and/or the PDP may
have for performance of all or any of the Guaranteed Obligations.

10. The Guarantor undertakes to the Owner and/or the PDP that the Guarantor has not
taken and will not take any security from the Works Package Contractor in respect
of the Guarantor’s obligations hereunder. Any security taken by the Guarantor in
breach of this provision and all monies at any time received in respect thereof shall

SSP-PDP2-SS06-OVPR-TEN-000048 APP C-32 of 38 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix C – Forms

be held in trust for the Owner and/or the PDP as security for the obligations of the
Guarantee hereunder.

11. Any payment to be made hereunder by the Guarantor shall be made without set-off
or counterclaim and shall be made free and clear of, and without deduction for or
an account of, any present or future taxes, duties, charges, fees, deductions or
withholdings of any nature whatsoever and by whomsoever imposed.

12. The provisions of this Guarantee shall be binding on and ensure to the benefit of the
Guarantor, and the Owner, the PDP, their respective successors and assigns.
Provided that the Guarantor may not assign or transfer any of the Guarantor’s rights
or obligations hereunder without the prior written consent of the Owner and/or the
PDP.

13. If the Contract is or becomes totally or partially invalid, illegal or unenforceable the
Guarantor shall nevertheless be liable under this Guarantee as a primary obligor.

14. Any amount which is not recoverable from the Guarantor under this Guarantee
because of any legal limitation, disability or incapacity of the Guarantor shall be
recoverable from the Guarantor on the basis of an indemnity.

15. Any claim under this Guarantee shall be made by notice in writing by the Owner
and/or the PDP addressed to any of the directors or the secretary of the Guarantor
at its registered office stating that the Works Package Contractor is in breach of the
Guaranteed Obligations. Such notice may be given by post or delivered by hand.
Notices shall be deemed to be served if by post two (2) calendar days after posting
and if by personal delivery when delivered.

16. If any dispute or difference arises between the Guarantor, the Owner and/or the
PDP in connection with this Guarantee which cannot be resolved by mutual
agreement it shall be referred to arbitration and final decision of a person to be
agreed between the parties, or, in default of agreement within fourteen (14)
calendar days after either party has given the other a written request to concur in
the appointment of an arbitrator, the person to be nominated at the request of
either party by the Director of the Kuala Lumpur Regional Centre for Arbitration. The
arbitration shall be held at the Kuala Lumpur Regional Centre for Arbitration, using
the facilities and assistance available at the Kuala Lumpur Regional Centre for
Arbitration and shall be conducted in English. Any such reference to arbitration shall
be deemed to be a submission to arbitration within the meaning of the Arbitration
Act 2005 of Malaysia or any other law amending or replacing this Act.

17. In this Guarantee words and expressions have the same meaning as in the Contract
and the Guarantor shall be deemed to have full knowledge of all terms and
conditions of the Contract.

SSP-PDP2-SS06-OVPR-TEN-000048 APP C-33 of 38 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix C – Forms

18. The guarantee in this Guarantee shall be a continuing guarantee and shall remain in
full force and effect until all the Works Package Contractor’s obligations under or
pursuant to the Contract shall have been duly performed.

19. This Guarantee shall be governed by and construed in accordance with the laws of
Malaysia.

IN WITNESS WHEREOF this Guarantee has been executed on the …………. day of ………….
20………….

The Common Seal of )


was hereunto affixed )
in the presence of )

................................................ .....................................................
Director Director /Secretary

SSP-PDP2-SS06-OVPR-TEN-000048 APP C-34 of 38 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix C – Forms

FORM C14 – LIST OF IMPORTED MACHINERY, EQUIPMENT AND MATERIALS FOR PERMANENT WORKS
(Imported Items)
PROJEK MASS RAPID TRANSIT LALUAN 2: SUNGAI BULOH-SERDANG-PUTRAJAYA (SSP)
SYSTEMS WORKS PACKAGE
SSP-SY-206
[ENGINEERING, PROCUREMENT, CONSTRUCTION, TESTING & COMMISSIONING OF COMMUNICATIONS, GOVERNMENT INTEGRATED
RADIO NETWORK, COMMERCIAL TELECOM (INFRA) AND INFORMATION TECHNOLOGY SYSTEM]
TENDER NO. SSP-MRTC-SS06-OVPR-TEN-00066
Name of company / institution:
…..............................................................................................................................................................................
Address of premises:
…...............................................................................................................................................................................................

Quantity CIF Function of each Justification


HS tariff Country of Port of Total duty/tax
No Description of Item applied (Not Value Import Duty item
code origin Discharge (RM)
more than the (RM)
Approved
Quantity
Value
specified in Rate
(RM)
Appendix 13
of CoC
Remark: to provide
Based on approved list photographs or
catalogue

Tenderer’s Signature : ………………………….………………………….………

SSP-PDP2-SS06-OVPR-TEN-000048 APP C-35 of 38 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix C – Forms

Name : ………………………….………………………….………
Designation : ………………………….………………………….………
Company Name : ………………………….………………………….………
Date : ………………………….………………………….………

For Joint Venture or Consortium 2nd Partner (if applicable)


Tenderer’s Signature :…………………………………………………………………….
Name in full :…………………………………………………………………….
(Authorised Representative)
Designation :…………………………………………………………………….
Company Name :…………………………………………………………………….
Date :…………………………………………………………………….

For Joint Venture or Consortium 3rd Partner (if applicable)

Tenderer’s Signature :…………………………………………………………………….


Name in full :…………………………………………………………………….
(Authorised Representative)
Designation :…………………………………………………………………….
Company Name :…………………………………………………………………….
Date :…………………………………………………………………….

SSP-PDP2-SS06-OVPR-TEN-000048 APP C-36 of 38 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix C – Forms

Form C15 – CONTRACT NON-PERFORMANCE AND LITIGATION

(Please tick () accordingly)  Joint Venture or Consortium  Individual

Note: If a Joint Venture or Consortium is proposed, this Form is to be duplicated and filled in
separately by each Partner of the company together with its relevant supporting documents.

PROJEK MASS RAPID TRANSIT LALUAN 2: SUNGAI BULOH – SERDANG – PUTRAJAYA


(SSP)
SYSTEMS WORKS PACKAGE
SSP-SY-206
[ENGINEERING, PROCUREMENT, CONSTRUCTION, TESTING & COMMISSIONING OF
COMMUNICATIONS, GOVERNMENT INTEGRATED RADIO NETWORK, COMMERCIAL
TELECOM (INFRA) AND INFORMATION TECHNOLOGY SYSTEM]
TENDER NO. SSP-MRTC-SS06-OVPR-TEN-00066

Company’s Name: .............................................................................................................. .

1. The Tenderer shall provide information on any contract non-performance of any


projects in the last ten (10) years including current ones, if any.
Item Contract Non- Details Year
Performance
1 Termination of Contract by
Employer
2 Blacklist by the registration
authorities within Malaysia
or the Employer resulting
in temporary suspension

Note: All details must be provided where applicable. Where there is nothing to declare,
please state ‘not applicable’.
2. The Tenderer shall provide information on any potential, alleged or current proceeding
on corruption, bribery, fraud and/or any other related activities in the last ten (10) years
including current ones, if any.
Item Details Year
1
2

Note: All details must be provided where applicable. Where there is nothing to declare,
please state ‘not applicable’.

SSP-PDP2-SS06-OVPR-TEN-000048 APP C-37 of 38 Revision: 00


PROJEK MASS RAPID TRANSIT LALUAN 2: Systems Works Package SSP-SY-206: COMM, GIRN, CMTS and ITS
Sungai Buloh – Serdang – Putrajaya (SSP) Volume I - Instruction to Tenderers and Appendices
Tender No. SSP-MRTC-SS06-OVPR-TEN-00066 Appendix C – Forms

3. The Tenderer shall provide information on any history of litigation or arbitration


resulting from contracts executed for the last ten (10) years and currently under
execution.)

Award FOR/ Name Cause Matter Final Disputed


Year AGAINST Of of in Contract Amount
Applicant Employer Litigation/ Dispute Amount
(RM) Arbitration (RM)

Note: All details must be provided where applicable. Where there is nothing to declare,
please state ‘not applicable’.

Tenderer’s Signature : ……………………………………………………………………


Name : ……………………………………………………………………
Designation : ……………………………………………………………………
Company Name : ……………………………………………………………………
Date : ……………………………………………………………………

SSP-PDP2-SS06-OVPR-TEN-000048 APP C-38 of 38 Revision: 00

You might also like