Professional Documents
Culture Documents
BIDDINGDOCUMENT
for
Procurement of
“CONSTRUCTION OF UNDERGROUND STATIONS AT KOLATHUR
JUNCTION, SRINIVASA NAGAR, VILLIVAKKAM SUB-URBAN
STATION (VILLIVAKKAM), VILLIVAKKAM BUS-TERMINUS AND
NATHAMUNI (VILLIVAKKAM MTH ROAD) WITH ENTRY / EXIT,
VENTILATION SHAFTS, PLUMBING, EARTHMAT, ARCHITECTURAL
FINISHES & SIGNAGES ETC. INCLUDING TWIN BORED TUNNELS
FROM KOLATHUR JUNTION RETRIEVAL SHAFT TO NATHAMUNI
(VILLIVAKKAM MTH ROAD) LAUNCHING SHAFT AND RAMPS WITH U
- SECTION IN CORRIDOR-5 OF CMRL PHASE-II PROJECT”.
PART - 1
BIDDING PROCEDURES
DECEMBER 2021
CHENNAI METRO RAIL LIMITED
CHENNAI METRO RAIL PROJECT PHASE 2, CORRIDOR 5
TENDER No. CP06/UG06/RT01
BIDDING DOCUMENTS
Section - VI.
Sub Section – A – General
Sub Section – B – Functional
Sub Section – C – Design
Sub Section – D – Construction
Sub Section – E - Appendices
Section - VI A – OHS&E Requirements
Volume 1. Control
Volume 2. Safety Manual
Volume 3. Environment
Volume 4. Tunneling Manual
Section - VII. Outline Construction Specifications
Sub - Section 1. Civil and Structural Works
Sub - Section 2. Tunnel
Sub - Section 3. Geotechnical, Instrumentation and Monitoring
Sub - Section 4. Architectural
Sub - Section 5. Plumbing and Earth mat
Section - VIII. Employer’s Drawings
PART 3 Conditions of Contract and Contract Forms
PART-1
BIDDING PROCEDURES
SECTION – I
DECEMBER 2021
Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – I
TENDER No. CP06/UG06/RT01 Instruction To Bidders(ITB)
Table of Contents
A. General……………………….. ................................................................ 3
1. Scope of Bid............................................................................................ 3
2. Source of Funds ..................................................................................... 3
3. Corrupt and Fraudulent Practices ...................................................... 4
4. Eligible Bidders ..................................................................................... 6
5. Eligible Goods and Services ................................................................. 7
B. Contents of Bidding Document ................................................................ 7
6. Sections of Bidding Document ............................................................. 7
7. Clarification of Bidding Document, Site Visit, Pre-Bid Meeting ..... 8
8. Amendment of Bidding Document ...................................................... 9
C. Preparation of Bids….. ........................................................................... 10
9. Cost of Bidding.................................................................................... 10
10. Language of Bid ................................................................................ 10
11. Documents Comprising the Bid ...................................................... 10
12. Letter of Bid and Schedules ............................................................. 11
13. Alternatives to the Bid Requirements and Alternative Bids ........ 11
14. Bid Prices and Discounts.................................................................. 12
15. Currencies of Bid and Payment ...................................................... 13
16. Technical Proposal and Subcontractors......................................... 14
17. Documents Establishing the Qualifications of the Bidder ............ 15
18. Period of Validity of Bids ................................................................. 15
19. Bid Security ....................................................................................... 16
20. Format and Signing of Bid............................................................... 17
D. Submission and Opening of Bids........................................................... 18
21. Sealing and Marking of Bids ........................................................... 18
22. Deadline for Submission of Bids ..................................................... 20
23. Late Bids… ........................................................................................ 20
24. Withdrawal, Substitution, and Modification of Bids .................... 20
25. Bid Opening....................................................................................... 21
E. Evaluation and Comparison of Bids ..................................................... 24
26.Confidentiality ................................................................................... 24
27.Clarification of Bids .......................................................................... 24
28.Deviations, Reservations, and Omissions ........................................ 24
29.Preliminary Examination of Technical Bids ................................... 25
30.Qualification of the Bidders.............................................................. 25
31.Determination of Responsiveness of Technical Bids ...................... 26
32.Nonmaterial Nonconformities .......................................................... 27
33.Correction of Arithmetical Errors................................................... 27
34.Conversion to Single Currency ........................................................ 28
35.Evaluation of Price Bids ................................................................... 28
36.Comparison of Bids ........................................................................... 29
CMRL ITB - 1 December 2021
Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – I
TENDER No. CP06/UG06/RT01 Instruction To Bidders(ITB)
A. General
1. Scope of Bid
1.1 In connection with the Invitation for Bids specified in
Section-II, Bid Data Sheet (BDS), the Employer as
specified in the BDS located in the Country, as specified
in the BDS, issues this Bidding Document (hereinafter
referred to as “Bidding Document”) for the procurement
of Works as specified in Section VI, Works
Requirements.
The name of the Project and the name of the Contract are
specified in the BDS.
Bids may also be invited for multiple lots of the Project,
as specified in the BDS. Bids may be submitted either
for individual lots or for multiple lots in any combination.
1.2 Throughout this Bidding Document:
(a) the term “in writing” means communicated in written
form and delivered against receipt;
(b) except where the context requires otherwise, words
indicating the singular also include the plural and
words indicating the plural also include the singular;
(c) “day” means calendar day;
(d) “firm” means a private entity, a state-owned
enterprise or institution; and
(e) “Joint Venture” or “JV” means any combination of
two or more firms in the form of a joint venture,
consortium, association or other unincorporated
grouping under an existing agreement or with the
intention to enter into such an agreement supported
by a formal Letter of Intent.
2. Source of Funds
2.1 The Borrower specified in the BDS has received or
has applied for a Japanese ODA Loan from the Japan
International Cooperation Agency (hereinafter referred to
as “JICA”), with the number, in the amount and on the
signed date of the Loan Agreement specified in the
BDS, towards the cost of the Project. The Borrower
intends to apply a portion of the proceeds of the Loan to
payments under the contract(s) for which this Bidding
Document is issued.
2.3 The above Loan Agreement will cover only a part of the
project cost. As for the remaining portion, the Borrower,
the Project Executing Agency and the Employer will take
appropriate measures for finance through other sources
specified in the BDS.
(a) all members shall be jointly and severally liable for the
execution of the Contract in accordance with the
Contract terms.
(b) The JV shall nominate a Representative who shall have
the authority to conduct all business for and on behalf of
any and all the members of the JV during the bidding
process and, in the event the JV is awarded the Contract,
during contract execution.
(c) A Bid submitted by a JV shall include a copy of the JV
Agreement entered into by all members. Alternatively, a
formal letter of intent to enter into a JV in the event of a
successful Bid shall be signed by all members and
submitted with the Bid, together with a copy of the
proposed Agreement. The JV Agreement or the proposed
JV Agreement, as the case may be, shall indicate at least
the part(s) of the Works to be executed by each member.
4.2 The Bidder shall not have a conflict of interest. The Bidder
shall be disqualified under any of the circumstances set
forth below, where it is determined to have a conflict of
interest throughout the bidding/selection process and/or
the execution of the Contract unless the conflict has been
resolved in a manner acceptable to JICA.
(a) A firm shall be disqualified from providing goods or non-
consulting services resulting from or directly related to
consulting services for the preparation or implementation
of a project that it provided or were provided by any
affiliate that directly or indirectly controls, is controlled by,
or is under common control with that firm. This provision
does not apply to the various firms (consultants,
contractors, or suppliers) only due to the reason that those
firms together are performing the Contractor’s obligations
under a turnkey or design and build contract.
(b) A firm that has a close business relationship with a
professional personnel of the Borrower (or the Project
Executing Agency, or the Employer), who are directly or
indirectly involved in any part of: (i) the preparation of the
Prequalification Document (if any prepared) and/or the
6.2 The Invitation for Bids issued by the Employer is not part of
the Bidding Document.
7.2 The Bidder is advised to visit and examine the Site and its
surroundings and obtain for itself on its own responsibility all
information that may be necessary for preparing the Bid and
entering into a Contract for construction of the Works. The costs
of visiting the Site shall be at the Bidder’s own expense.
7.3 The Bidder and any of its personnel or agents will be granted
permission by the Employer to enter upon its premises and lands
for the purpose of such visit, but only upon the express condition
that the Bidder, its personnel, and agents will release and
indemnify the Employer and its personnel and agents from and
against all liability in respect thereof, and will be responsible for
death or personal injury, loss of or damage to property, and any
other loss, damage, costs, and expenses incurred as a result of the
inspection.
7.4 If so specified in the BDS, the Bidder’s designated representative
is invited to attend a pre-bid meeting. The purpose of the meeting
will be to clarify issues and to answer questions on any matter
that may be raised at that stage.
7.5 The Bidder is requested to submit any questions in writing, to
reach the Employer not later than seven (7) days before the
meeting.
7.6 Minutes of the pre-bid meeting, if applicable, including the text
of the questions asked by the Bidders, without identifying the
source, and the responses given, together with any responses
prepared after the meeting, will be transmitted promptly to all
Bidders who have acquired the Bidding Document in
accordance with ITB 6.3. Any modification to the Bidding
Document that may become necessary as a result of the pre-bid
meeting shall be made by the Employer exclusively through the
issue of an addendum pursuant to ITB 8 and not through the
minutes of the pre-bid meeting. Nonattendance at the pre-bid
meeting will not be a cause for disqualification of a Bidder.
8.1 At any time prior to the deadline for submission of Bids, the
C. Preparation of Bids
9. Cost of Bidding
9.1 The Bidder shall bear all costs associated with the preparation
and submission of its Bid, and the Employer shall not be
responsible or liable for those costs, regardless of the conduct
or outcome of the bidding process.
10. Language of Bid
10.1 The Bid, as well as all correspondence and documents relating
to the Bid exchanged by the Bidder and the Employer, shall be
written in the language specified in the BDS. Supporting
documents and printed literature that are part of the Bid may
be in another language provided they are accompanied by an
accurate translation of the relevant passages in the language of
Bid, in which case, for purposes of interpretation of the Bid,
such translation shall govern.
14.2 The Bidder shall fill in rates and prices for all items of the
Works described in the Bill of Quantities. Items against
which no rate or price is entered by the Bidder shall be
deemed covered by the rates and/or prices for other items
in the Bill of Quantities and will not be paid for separately
by the Employer.
14.4 The Bidder shall quote any discounts and the methodology
for their application in the Letter of Price Bid, in
accordance with ITB 12.1.
19.1 The Bidder shall furnish as part of its Technical Bid, a Bid
Security in the amount and currency specified in the
BDS.
19.2 The Bid Security shall be at the Bidder’s option, a
demand guarantee in any of the following forms at the
Bidder’s option:
20.1 The Bidder shall prepare one original of the Technical Bid
and one original of the Price Bid comprising the documents
as described in ITB 11 and clearly mark them “TECHNICAL
BID - ORIGINAL” and “PRICE BID - ORIGINAL”, as
37. Employer’s Right to Accept Any Bid, and to Reject Any or All Bids
37.1 The Employer reserves the right to accept or reject any
Bid, and to annul the bidding process and reject all Bids
at any time prior to Contract award, without thereby
incurring any liability to the Bidders. In case of
annulment, all Bids submitted and specifically, Bid
securities, shall be promptly returned to the Bidders.
F. Award of Contract
38. Award Criteria
PART -1
BIDDING PROCEDURES
SECTION – II
BID DATA SHEET (BDS)
DECEMBER 2021
Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section - II
TENDER No. CP06/UG06/RT01 Bid Data Sheet(BDS)
A. General
ITB 2.2 The applicable Guidelines for Procurement under Japanese ODA Loans are
those published in April 2012.
ITB 2.3 The other sources of finance are: from the Government of India, and the
Government of Tamil Nadu.
ITB 3.1(b) The list of ineligible firms and individuals is available at the JICA’s
website: www.jica.go.jp/english/our_work/compliance.
ITB 3.1(c) The list of debarred firms and individuals is available at the World
Bank’s website: www.worldbank.org/debarr.
ITB 4.5 This bidding is not subject to prequalification.
Where the Bidder is a Joint Venture (JV), the Bidder shall submit the
following additional information to meet the qualification criteria for
eligibility:
(a) A Memorandum of Understanding / JV Agreement shall be provided.
(b) Nomination of one of the Members of the Joint Venture to be
incharge (“Lead member”); and this authorization shall be covered in
the Power of Attorney signed by the legally authorized signatories of
all Members of Joint Venture.
(c) Details of the intended percentage participation by each member shall
be furnished with complete details of the work distribution of project
execution responsibilities.
(d) Authorized Representative of the JV shall be authorized to receive
instructions for and on behalf of any or all Members of the Joint
Venture.
(e) All members of the Joint Venture shall be jointly and severally
responsible for the execution of the Contract in accordance with the
terms and conditions of the Contract.
The Letter of Technical Bid (Bidding Form 1.1) and the Letter of Price
Bid (Bidding Form 1.2) and other forms wherever required shall be
stamped & signed by the authorized representative of the JV and shall be
legally binding on all the Members of the JV.
B. Bidding Documents
ITB 6.1 Replace Sub-Clause 6.1 with the following
CMRL and are transmitted to the Bidders solely for the purpose of
preparation and the submission of a Bid in accordance herewith.
ITB 6.6 Add a new Sub-Clause 6.6
Contents of Supporting Documents
The reference documents (other than Geotechnical Investigation Records)
included in the Bidding Documents have been prepared with reference to
actual site conditions, However these documents are indicative only.
The Bidder should visit, examine and assess the Site including working
conditions and will be deemed to have satisfied himself of the risks and
obligations under the Contract.
The Bidder shall, on or before the date given in the Notice of Invitation to
the Bid, upload his Bid (Technical +Financial) on e-tendering portal of
CPP https://eprocure.gov.in/eprocure/app in accordance with provisions
of ITB 21
ITB 11.2 Replace Sub-Clause 11.2 with the following
The Bidder shall follow the procedure and steps of E-tender Portal of
CPP as provided in E-tender Tool Kit (Annexure to BDS).
summarily rejected.
• Bidder should ensure that the no part of the Financial Bid should
be uploaded anywhere in the Technical Bid; if the bidder does so
then his bid will be rejected out rightly.
Add the following Sub-Clause to the end of Sub-Clause 11.2
11.2.1 The Bidder in his Technical Package of the Bid shall
submit/upload (with digital signature of the Authorized
Signatory in E-tender portal of CPP) Bid the following
documents, duly completed. These documents can be uploaded
in multiple files, each file not exceeding 40MB.
a) Letter of Technical Bid;
b) Scanned copy of cost of bid and Bid Security/EMD, in
accordance with BDS 19;
c) All Forms in the relevant formats given in Section IV A:
Bidding Forms, signed by the Authorised Signatory.
d) Copy of Power of Attorney (POA) of the bidder in case of
‘Single Firm’ or the ‘Each Member’ in case of the Joint
venture.
e) Written confirmation authorizing the signatory of the Bid to
commit the Bidder, in accordance with BDS 20.2;
f) In the case of a Bid submitted by a JV, a copy of the MoU or
JV agreement signed by all members, to enter into a JV,
indicating the specified activities of the Works to be
executed by the respective members;
g) Technical Proposal in accordance with ITB 16;
h) Copy of all financial documents (in line with Section-
III Evaluation and Qualification Criteria)
i) Relevant work experience certificate (in line with
Section III: Evaluation and Qualification Criteria).
j) Any other compliance documents which are requested by the
Employer in the submission of the Bid which may form part
of the Contract.
ITB 11.3 (c) The Bidder shall submit the following additional documents in its Price
Bid: None.
ITB 13.1 Alternative times for completion will not be permitted.
ITB 13.2 Alternative Bids will not be permitted.
ITB 14.1 Replace Sub-Clause 14.1 with the following
Price bid shall be uploaded only in e-procurement portal as per clause 10
of E-Tender Tool Kit (Annexure to BDS). The prices and discounts
quoted by the Bidder in the Letter of Price Bid and in the Pricing
Schedule shall conform to the requirements specified below. The Letter
of Price Bid shall clearly indicate GST separately.
CMRL BDS - 6 December 2021
Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section - II
TENDER No. CP06/UG06/RT01 Bid Data Sheet(BDS)
ITB 15.1 The currency (ies) of the Bid shall be as described below:
(a) the inputs to the Works that the Bidder expects to supply from within
the Employer’s country shall be quoted in Indian Rupees (INR),
referred to as “the local currency”, with no decimal place(s); and
(b) the inputs to the Works that the Bidder expects to supply from outside
the Employer’s country (referred to as “the foreign currency”), shall
be quoted in:
(i) Japanese Yen (JPY), with no decimal places;
(ii) Internationally traded currencies (USD or EURO), with two
decimal places.
The total bid security/EMD amount shall be equal to INR 15.80 Crores
ITB 19.1 (Indian Rupees Fifteen Crores and Eighty Lakhs Only) or Japanese
YEN 235,420,000.00/- (Japanese YEN Two Hundred Thirty-Five
Million Four Hundred Twenty Thousand only) in the form of BG /
Demand Draft
ITB 19.2
Replace ITB 19.2 with the following
The Bidder shall submit with his Bid, a Bid Security for the sum as
specified in BDS 19.1 above in the form of BG or via RTGS / NEFT
transactions or via demand draft. Such bid security shall be valid for a
period of 28 days beyond the bid validity period stipulated in the bid.
In case the submission date of bid is extended, the bid security shall also
be extended to twenty eight (28) days beyond the extended bid validity
period.
ITB 20.1 Replace Sub-Clause 20.1 with the following
The Bid submission is through E-tender portal of CPP only.
ITB 20.2 Replace Sub-Clause 20.2 with the following
The entire Bid Document available on e-tender portal of CPP with all
Corrigendum and Addendum issued from time to time shall be
downloaded. All document that are necessary to be filled shall be duly
filled and uploaded on the E-tender portal by the authorized signatory on
behalf of the Bidder with his digital signature (DSC).
The Bidder who fails to submit as mentioned aforesaid, his Bids shall be
treated as non-responsive and not considered for evaluation.
D. Submission and Opening of Bids
ITB 21 Replace Sub-Clause 21 with the following
(a) It is the directive of Govt. of India to process tendering online to
ensure transparency, and fairness in the process and security of
documents. Hence, the bidder has to submit the bids online in the
system available at the above referred portal. The bidder has to agree
to the online user portal agreement. Then only, the system will permit
the bidder to proceed further in the system. Bidder has to fill all
mandatory fields indicated by an asterisk (*).
(b)All bids are to be submitted online on the website
http://eprocure.gov.in/eprocure/app
(c) It is the bidder’s responsibility to comply with the system requirement
i.e. hardware, software and internet connectivity at bidder’s premises
to access the e-tender website. Under any circumstances, CMRL shall
not be liable to the bidders for any direct/indirect loss or damages
incurred by them arising out of incorrect use of the e-tender system or
internet connectivity failures.
(d) The bidder has to digitally sign and upload the required Bidding
documents one by one as indicated in the Bidding document.
(e) The bidder shall upload copy of EMD, proof of payment of Cost of
Bidding Documents (NEFT/RTGS receipts or scanned copies of DD)
and Technical documents and financial documents in Bid submission
page of CPP. After uploading successfully, the system shall generate
tick marks against the “Technical” and “Finance” folders icons. The
uploaded documents can be viewed by the bidder. After uploading all
the required documents bidder can press “Freeze Bid” button to mark
completion of tender uploading and shall take print out of the
acknowledgement which shows the details of the uploaded tender.
(f) Bidder should log into the CPP Portal site with USER ID and
Password well in advance for tender submission so that they can
upload the bid in time i.e. on or before the last date and time of bid
submission as given in NIT. Bidder shall have a valid DSC to
digitally sign the documents. Attempting to upload the bid in the last
minute, may result in JAVA or other related software failures and
internet connectivity failures. Bidder will be solely responsible for
any delay due to such issues or other related issues and CMRL does
not take any responsibility/liability towards bid submission failure in
such circumstances.
(g) For detailed e-procurement procedure, please refer Annexure to BDS
– “E-tender tool kit (Annexure to BDS)” of this document.
ITB 22.1 Replace Sub-Clause 22.1 with the following
The Bid Documents comprising Technical Bid and Financial Bid shall be
uploaded in the E-procurement portal of CPP on or before the date and
time for submission as indicated in the NIT or as amended by
Corrigendum and as per instructions in E-tender Tool Kit.
ITB 23.1 Replace Sub-Clause 23.1 with the following
The Bidder shall submit his Bid through E-tender portal of CPP before
the date and time for submission specified in the NIT or amended by a
corrigendum/addendum in accordance with ITB 8.2.
Submission of bids shall be closed on CPP portal at the date & time of
submission as specified in the NIT or as amended by Corrigendum after
which no bid can be uploaded.
ITB 24.1 Replace Sub-Clause 24.1 with the following
Bidder may withdraw their bid, before the bid submission date and time
using their DSC by logging into the e-tendering portal with their
Login ID and Password.
ITB 24.2 Not Applicable
ITB 25.1 Replace Sub-Clause 25.1 with the following
The e-tender opening shall take place at the time and address specified in
NIT. The Technical bids will be decrypted and opened online. Till such
time, the bids will be only in the encrypted form.
After the scheduled time, the bids will be opened by stipulated bid
openers with their Digital Signature Certificates (DSC) key.
ITB 25.2 to
Not applicable
ITB 25.6
ITB 25.7 Replace Sub-Clause 25.7 with the following
After evaluation of Technical bids, an email will be sent to all
Technically responsive bidders communicating the date and time of
opening of price bid to their registered e-mail ID.
ITB 25.8 Not applicable
ITB 25.9 Replace Sub-Clause 25.9 with the following
The Employer shall conduct the electronic opening of Financial parts on
e-tendering portal. The opening of Financial bids and subsequent details
can be viewed by the bidders by logging on the e-tendering portal.
ITB 25.10 Replace Sub-Clause 25.10 with the following
CMRL BDS - 10 December 2021
Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section - II
TENDER No. CP06/UG06/RT01 Bid Data Sheet(BDS)
On opening the Financial bid, the system will automatically generate the
Comparative Statement of total prices quoted by the bidders and the same
can be viewed by bidders.
ITB 25.11 Replace Sub-Clause 25.11 with the following
The bids are opened electronically with the DSC key of bid opening
authorities which can be viewed by all the bidders by logging into the
CPP portal.
ITB 33.1 Replace the 33.1 (c) and add the following
The bidder shall indicate the total quoted price and discounts in the letter
of price bid. The amount mentioned in letter of price bids shall prevail
over BOQ excel sheet.
(a)An abnormally low bid is one where the bid price, in combination
with other elements of the bid raises concerns as to the capability of
the Bidder to perform the contract for the offered bid price.
With regard to (b) above, the Employer will seek a written explanation
from the Bidder of the reasons for the offered bid price, including a
detailed analysis of costs and unit prices, by reference to the scope,
proposed methodology, schedule and allocation of risk and
responsibilities. This may also include information regarding the
economy of the manufacturing process; the services to be provided or
the construction method to be used; the technical solutions to be
adopted; and any exceptionally favorable conditions available to the
Bidder for the works, equipment or services proposed.
(c) After examining the explanation given and the detailed price
Annexure to BDS
The bidders are required to submit soft copies of their bids electronically on the CPP Portal, using valid
Digital Signature Certificates. The instructions given below are meant to assist the bidders in registering
on the CPP Portal, prepare their bids in accordance with the requirements and submitting their bids
online on the CPP Portal.
More information useful for submitting online bids on the CPP Portal may be obtained at:
https://eprocure.gov.in/eprocure/app.
1. REGISTRATION
a) Bidders are required to enroll on the e-Procurement module of the Central Public Procurement
Portal (URL: https://eprocure.gov.in/eprocure/app) by clicking on the link “Online bidder
Enrollment” on the CPP Portal which is free of charge.
b) As part of the enrolment process, the bidders will be required to choose a unique username and
assign a password for their accounts.
c) Bidders are advised to register their valid email address and mobile numbers as part of the
registration process. These would be used for any communication from the CPP Portal.
d) Upon enrolment, the bidders will be required to register their valid Digital Signature Certificate
(Class III Certificates with signing key usage) issued by any Certifying Authority recognized by
CCA India (e.g. Sify / nCode / eMudhra etc.), with their profile.
e) Only one valid DSC should be registered by a bidder. Please note that the bidders are
responsible to ensure that they do not lend their DSC’s to others which may lead to misuse.
a) There are various search options built in the CPP Portal, to facilitate bidders to search active
tenders by several parameters. These parameters could include Tender ID, Organization Name,
Location, Date, Value, etc. There is also an option of advanced search for tenders, wherein the
bidders may combine a number of search parameters such as Organization Name, Form of
Contract, Location, Date, Other keywords etc. to search for a tender published on the CPP
Portal.
b) Once the bidders have selected the tenders they are interested in, they may download the
required documents / tender schedules. These tenders can be moved to the respective ‘My
Tenders’ folder. This would enable the CPP Portal to intimate the bidders through SMS/e-mail
in case there is any corrigendum issued to the tender document.
c) The bidder should make a note of the unique Tender ID assigned to each tender, in case they
want to obtain any clarification / help from the Helpdesk.
d) For CMRL tenders funded by AIIB/NDB/GoTN/JICA ,tender documents shall be viewed under
the section heading “Tender by organization>Chennai Metro Rail Limited>” .In case of ADB
funded tenders, tender documents shall be viewed under the section heading “Tender by
organization>Chennai Metro Rail Limited-Funded by ADB>”
5. PREPARATION OF BIDS
a) Bidder should take into account any corrigendum published on the tender document before
submitting their bids.
b) Please go through the tender advertisement and the tender document carefully to understand the
documents required to be submitted as part of the bid. Please note the number of covers in which
the bid documents have to be submitted, the number of documents - including the names and
content of each of the document that need to be submitted. Any deviations from these may lead
to rejection of the bid.
Bidder, in advance, should get ready with the required documents to be submitted as indicated in
the tender document / schedule and generally, they can be in PDF / XLS / RAR / DWF/JPG
formats. Documents may be scanned with 100 dpi with black and white option which helps in
reducing size of the scanned document.
c) To ease with CPP Portal bid submission checklist for documents/form submission is enclosed in
every tender. Bidders at their own interest shall arrange the documents/forms as per the checklist
and upload the same at the time of the bid submission.
d) To avoid the time and effort required in uploading the same set of standard documents which are
required to be submitted as a part of every bid, a provision of uploading such standard
documents (e.g. PAN card copy, annual reports, auditor certificates etc.) has been provided to
the bidders. Bidders can use “My Space” or ‘’Other Important Documents’’ area available to
them to upload such documents. These documents may be directly submitted from the “My
Space” area while submitting a bid, and need not be uploaded again and again. This will lead to
a reduction in the time required for bid submission process.
Note: My Documents space is only a repository given to the Bidders to ease the uploading process.
If Bidder has uploaded his Documents in My Documents space, this does not automatically ensure
these Documents being part of Technical Bid.
6. SUBMISSION OF BIDS
a) Bidder should log into the CPP Portal site well in advance for bid submission so that they can
upload the bid in time i.e. on or before the last date and time of bid submission. Attempting to
upload the bid in the last minute, may result in JAVA or other related software failures and
internet connectivity failures. Bidder will be solely responsible for any delay due to such issues
or other related issues and CMRL does not take any responsibility towards bid submission
failure in such circumstances.
b) It is the directive of Govt. of India to process tendering on line to ensure transparency, and
fairness in the process and security of documents. Hence, the bidder has to submit the bids on
line in the system available at the above referred portal. The bidder has to agree to the online
user portal agreement. Then only, the system will permit the bidder to proceed further in the
system. He has to fill all mandatory fields indicated by an asterisk (*).
d) It is the bidder’s responsibility to comply with the system requirement i.e. hardware, software
and internet connectivity at bidder’s premises to access the e-tender website. Under any
circumstances, CMRL shall not be liable to the bidders for any direct/indirect loss or damages
incurred by them arising out of incorrect use of the e-tender system or internet connectivity
failures.
e) The bidder has to digitally sign and upload the required bid documents one by one as indicated
in the tender document and as per the checklist.
f) Bidder has to select the payment option as “offline” to pay the tender fee / EMD as applicable
and enter details of the instrument.
g) BID SECURITY/EMD:
iv. In case of DD, Name of the Bidder and tender id/tender reference number need to be
written on the backside. In case of NEFT /RTGS/SWIFT bidders shall write tender
id/tender reference number in the purpose/comment section while making payments.
v. Acknowledgement of the receipt of DD/BG for Tender fees and EMD will be given by
office of Additional General Manager (Contract Procurement).
vi. The Bid Security of unsuccessful Bidders shall be returned as promptly as possible
within 28 Days after award of work to successful bidder.
vii. The Bid Security of the successful Bidder shall be returned as promptly as possible once
the successful Bidder has signed the Contract and furnished the required Performance
Security.
viii. The Bid Security may be forfeited if a Bidder:
a. withdraws its Bid during the period of Bid submission deadline and Bid validity
period or any extension thereto be provided by the Bidder.
b. Revokes or cancel their tender after submission or vary any terms thereof without
the consent of the CMRL.
c. Changes/varies any terms and conditions mentioned in Letter of Acceptance
(LOA) thereof without the consent of the CMRL.
h) The server time (which is displayed on the bidders’ dashboard) will be considered as the
standard time for referencing the deadlines for submission of the bids by the bidders, opening of
bids etc. The bidders should follow this time during bid submission.
i) All the documents being submitted by the bidders would be encrypted using PKI encryption
techniques to ensure the secrecy of the data. The data entered cannot be viewed by unauthorized
persons until the time of bid opening. The confidentiality of the bids is maintained using the
secured Socket Layer 128 bit encryption technology. Data storage encryption of sensitive fields
is done. Any bid document that is uploaded to the server is subjected to symmetric encryption
using a system generated symmetric key. Further this key is subjected to asymmetric encryption
using buyers/bid opener’s public keys. Overall, the uploaded tender documents become readable
only after the tender opening by the authorized bid openers.
j) The uploaded bids become readable only after the tender opening by the authorized bid openers
of CMRL.
k) Upon the successful and timely submission of bids (i.e. after Clicking “Freeze Bid Submission”
in the portal), the portal will give a successful bid submission message & a bid summary will be
displayed with the bid no. and the date & time of submission of the bid with all other relevant
CMRL BDS - 18 December 2021
Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section - II
TENDER No. CP06/UG06/RT01 Bid Data Sheet(BDS)
details.
l) The bid summary has to be printed and kept as an acknowledgement of the submission of the
bid. This acknowledgement may be used as an entry pass for any bid opening meetings.
7. OPENING OF BIDS
a) The Technical bids will be decrypted and opened online, on or after the scheduled date and time.
Till such time, the bids will be only in the encrypted form. After the scheduled time, the bids
will be opened by stipulated Bid Openers with their Digital Signature Certificates (DSC).
b) After evaluation of technical bids, evaluation report will be published by CMRL there after all
the bidders who participated in the tender will get information regarding their acceptance or
otherwise of their technical bid. Thereafter, a system generated e-mail confirmation will be sent
to all Technically qualified bidders communicating the date and time of opening of price-bid, in
case of TWO BID SYSTEM ONLY.
c) In case of ADB tenders bids will be opened on the same day and after the 2 hours of bid
submission time
8. GOVERNING OF TENDER
Any order resulting from this tender enquiry, shall be governed by the terms & conditions of the
tender, and the tenderer quoting against this enquiry, shall be deemed to have read and
understood the same.
9. COST OF TENDERING
The tenderer shall bear all the costs associated with the preparation and submission of its offer,
and CMRL will in no case be responsible or liable for those costs, regardless of the conduct or
outcome of the tendering process including cancellation of this tender process.
a) Any queries relating to the tender document and the terms and conditions contained therein
should be addressed to the Tender Inviting Authority for a tender or the relevant contact person
indicated in the tender.
b) Any queries relating to the process of online bid submission or queries relating to CPP Portal in
general may be directed to the 24x7 CPP Portal Helpdesk.
CMRL BDS - 19 December 2021
Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section - II
TENDER No. CP06/UG06/RT01 Bid Data Sheet(BDS)
c) For any technical related queries please call the Helpdesk. The 24 x 7 Help Desk Number
+91 0120-4200462, +91 0120-4001002, +91 0120-4001005 and
a. E-Mail : support- eproc[at]nic[dot]in
b. Note- Bidders are requested to kindly mention the URL of the Portal and Tender Id in
the subject while emailing any issue along with the Contact details.
c. For any Policy related matter / Clarifications Please contact Dept of Expenditure,
Ministry of Finance E-Mail : cppp-doe[at]nic[dot]in
d. For any Issues / Clarifications relating to the published tender(s) Kindly contact the
respective Tender Inviting Authority/CMRL.
11. Price Bid: Bidders are requested to note that they should necessarily submit their financial bids
in the format provided and no other format is acceptable. If the price bid has been given as a
standard BoQ format with the tender document, then the same is to be downloaded and to be
filled by all the bidders. Bidders are required to download the BoQ file, open it and complete the
blue coloured (unprotected) cells with their respective financial quotes and other details (such as
name of the bidder). No other cells should be changed.. If the BoQ file is found to be modified
by the bidder, the bid will be rejected. The bidders should not rename the file or modify the
format while uploading in the system. The file name should be the same as the file name
given in the tender. The filled price bid shall be uploaded and submitted ONLY in the e-
procurement portal. The bidders may modify and resubmit the bid on-line, if he wishes before
the bid submission date and time. The system will accept only the last submitted bid. Bidder can
find out the status of his tender on line, any time after opening the bids. Upon opening of
financial bids, the system will generate a comparative statement indicating ranking of bidders as
per their quoted price.
12. Withdrawal of Bid: Bidder may withdraw a bid submitted already before the bid submission
date and time. Bidders can withdraw the bid on CPP Portal using DSC.
The tender must be valid for a minimum period of 90/120180 days from the stipulated date of
the tender opening as indicated in Tender Document. In exceptional circumstances, CMRL may
request for extending the period of validity for a specified additional period. CMRL request and
tenderer response shall be made in writing.
14. Any special conditions mentioned in any document by the bidder will not be acceptable to
CMRL. Conditional Bids will be rejected.
CMRL BDS - 20 December 2021
Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section - II
TENDER No. CP06/UG06/RT01 Bid Data Sheet(BDS)
15. Any other means of tender submission will not be accepted by CMRL.
16. CMRL Bank account & GST Details:
To facilitate payment of tender fee and bid security through RTGS, NEFT & IMPS/SWIFT, the
details of bank account & GST Number of CMRL are mentioned below:
PH Road,Koyambedu,Chennai – 107
Email: gurunath.reddy@cmrl.in”
18. It shall be the responsibility of the bidders to ensure that his tender is submitted on time before
the deadline of submission through CPP portal.
Note: The Information given by the vendors is attached for facilitating the Foreign Nationals to procure
DSCs from the Indian CA authorized vendors for information purpose only as shared by the respective
CA's.
Please find below the details of various vendors and application form for obtaining DSC:
a) GNFC
b) eMudhra
PART-1
BIDDING PROCEDURES
SECTION - III
DECEMBER 2021
Chennai Metro Rail Project – Phase -2, Corridor-5 Part-1,Section - III
TENDER No. CP06/UG06/RT01 Evaluation and Qualification Criteria (EQC)
1. Evaluation
1.1.1 Personnel
The Bidder must demonstrate that it has the personnel for the Key Staff who
will meet the following requirements:
Total Experience
No. of
Work in
Key
Experienc Similar
Minimum Educational Personn
No. Position e Works
Qualification el
(Minimum (Minimum
Position
number of number of
s.
years) years)
B.E/B.Tech in
1. Project Manager Civil/Structural/Geotechnical 1 20 15
Eng.
B.E/B.Tech in
2. Chief Tunnel Manager Civil/Structural/Geotechnical 3 15 10
Eng.
B.E/B.Tech in
Station Construction
3. Civil/Structural/Geotechnical 5 15 8
Manager
Eng.
Legend
Notes:
1. The Bidder shall provide details of their proposed personnel and their experience
record in Form PER-1 and Form PER-2 in Section – IVA, Bidding Forms. These
forms shall be signed by the individual Key Personnel and counter signed by
the Bidder’s Authorized Representative.
1.1.2 Equipment
The Bidder must demonstrate that it has the key equipment listed hereafter:
A minimum of 2 TBMs and any other goods (if the cost of 2 TBMs is less than INR
120 Crore) have to be sourced from Japanese manufacturer in a manner that they
qualify as Japanese Goods (Refer Section V - Eligible Source Countries). Proof for
the same shall be submitted to the Engineer as soon as the order is placed but not
later than six weeks from the award of contract.
The Bidder shall provide further details of their proposed items of equipment using
Forms 4.10(a), 4.10(b), 4.10(c) in Section IV-A, Bidding Forms.
CMRL, the Employer, has floated many tenders for various packages in respect of
Phase-II of Chennai Metro Rail Project for different corridors and the tenders are at
different stages from invitation to evaluation.
In case, the bidder has already been awarded any of the other packages and intends
to participate in the present bid, then the bidder's annual turnover will be subjected
to the combined requirement of Average annual turnover, Bid Capacity, Key
Personnel (EQC Clause 1.1.1) and Construction Equipment (EQC Clause 1.1.2)
asked against any awarded package(s) to the bidder, and the bid under consideration
as on the date of evaluation of the technical package.
Not Applicable
Not Applicable
2. Qualification
(I) Qualification of the Bidder but not of that of Bidder’s Affiliate
It is the legal entity or entities comprising the Bidder (which is/are party to the Bidder under a JV or as subcontractors to be employed
for the key activities listed in this Section), and not the Bidder’s parent company(ies), group companies, subsidiaries, or other affiliates,
that must satisfy the qualification criteria.
Wherever a Form in Section IV A, Bidding Forms, requires the Bidder to state a monetary amount, the Bidder should indicate the INR
equivalent using the rate of exchange determined as follows:
(a) For construction turnover or financial data required for each year - Exchange rate prevailing on the last day of the respective calendar
year. Upon converting into INR, 5% inflation per year (annual compounding) shall be applied for updating to the current price level.
(b) Value of contracts - Exchange rate prevailing on the date of completion / substantial completion certificate as applicable. Foreign
currency component shall be converted into INR equivalent by applying respective exchange rate on date of completion / substantial
completion as applicable. Upon converting into INR, 5% inflation per year (annual compounding) shall be applied for updating to the
current price level.
(c) The Inflation of 5% (annual compounding) is applicable to Turnover, Financial data and value of contracts in INR also.
Exchange rates shall be taken from the publicly available source identified in BDS 34.1 or, in case such rates are not available in the
source identified above, any other publicly available source acceptable to the Employer. Any error in determining the exchange rates
may be corrected by the Employer.
2.1 Eligibility
Eligibility and Qualification Criteria Compliance Requirements Documentation
Joint Venture
(existing or intended)
Submission
No. Factor Requirement Single Firm All
Each One Requirements
Members
Member Member
Combined
2.1.1 Nationality Nationality in accordance with ITB Must meet N/A Must meet N/A Forms ELI –1 and
4.3 requirement requirement ELI- 2(i) with
attachments
2.1.2 Conflict of No conflicts of interest in Must meet N/A Must meet N/A Letter of
Interest accordance with ITB 4.2 requirement requirement Technical Bid
(ii)
2.1.3 JICA Not having been declared ineligible Must meet N/A Must meet N/A Letter of
Ineligibility by JICA, as described in ITB 4.4 requirement requirement Technical Bid
(ii) &
Form ACK
Notes for the Bidders
(i) ELI -2 is required only if the Bidder is a JV.
(ii) This requirement also applies to subcontractors if proposed by the Bidder under 2.4.2(b) below.
2.2.2 Pending Bidder's financial position and Must meet N/A Must meet N/A Form CON
Litigation prospective long-term profitability still requirement requirement
sound according to criteria established (ii) (ii)
2.3.2 Average Minimum average annual Must meet Must meet Must meet Must meet Form FIN –2
Annual construction turnover of INR 575 Crores requirement requirement Minimum 25 Minimum
Turnover calculated as total certified payments % of the 40 % of the
received for contracts in progress and/or requirement requirement
completed, within the last 5 years(i)
divided by 5 years.
2.3.4 Bid Capacity Available bid capacity = (2xAxN)-B. X ≥ INR X ≥ INR X ≥ INR
1580 1580 630 Form FIR
Available bid capacity Crores Crores N/A Crores
should be = INR “X” Crores.
2.4 Experience
PART - 1
BIDDING PROCEDURES
SECTION – IV A
BIDDING FORMS
DECEMBER 2021
Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms
2. Price Bid
Table of Forms
[Prepare this Letter of Technical Bid on stationery with its letterhead clearly showing
the Bidder’s complete name and business address.]
To:
Director Projects
Chennai Metro Rail Limited
CMRL Depot, Admin Building,
Poonamallee High Road,
Koyambedu, Chennai 600 107.
Tamil Nadu, India.
(a) We have examined and have no reservations to the Bidding Documents, including
addenda issued in accordance with Instructions to Bidders (ITB 8). [Insert the number
and issuing date of each addendum];
(b) We, including subcontractors meet the eligibility requirements in accordance with ITB
4 and ITB 5;
(c) We, including subcontractors have no conflict of interest in accordance with ITB 4;
(d) We offer to execute in conformity with the Bidding Documents the following Works:
“Construction of Underground Stations at Kolathur Junction, Srinivasa Nagar,
Villivakkam Sub-urban Station (Villivakkam), Villivakkam Bus-Terminus and
Nathamuni (Villivakkam MTH Road ) with Entry / Exit, Ventilation shafts,
Plumbing, Earthmat, Architectural finishes & Signages etc. including Twin
Bored Tunnels from Kolathur Juntion Retrieval Shaft to Nathamuni
(Villivakkam MTH Road ) Launching Shaft and Ramps with U - section in
Corridor-5 of CMRL phase-II project”.
(e) Our Bid shall be valid for a period of 180 days from the date fixed for the Bid
submission deadline in accordance with the Bidding Documents, and it shall remain
binding upon us and may be accepted at any time before the expiration of that period;
(f) We are not participating, as a Bidder or as a subcontractor, in more than one Bid in
this bidding process in accordance with ITB 4.2(c); and
(g) We hereby certify that we have taken steps to ensure that no person acting for us or on
our behalf will engage in any type of fraud or corruption.
[Prepare this Letter of Price Bid on stationery with its letterhead clearly showing the
Bidder’s complete name and business address.]
To:
Director Projects,
Chennai Metro Rail Limited
CMRL Depot, Admin Building,
Poonamallee High Road,
Koyambedu, Chennai 600 107,
Tamil Nadu, India.
(a) We have examined and have no reservations to the Bidding Documents, including
addenda issued in accordance with Instructions to Bidders (ITB 8). [Insert the number
and issuing date of each addendum];
(b) We offer to execute in conformity with the Bidding Documents and Technical Bid the
following Works: “Construction of Underground Stations at Kolathur Junction,
Srinivasa Nagar, Villivakkam Sub-urban Station (Villivakkam), Villivakkam
Bus-Terminus and Nathamuni (Villivakkam MTH Road ) with Entry / Exit,
Ventilation shafts, Plumbing, Earthmat, Architectural finishes & Signages etc.
including Twin Bored Tunnels from Kolathur Juntion Retrieval Shaft to
Nathamuni (Villivakkam MTH Road ) Launching Shaft and Ramps with U -
section in Corridor-5 of CMRL phase-II project”.
(c) The total price of our Bid, excluding any discounts offered in item (d) below is:
[In case of only one lot insert the total price of the Bid in words and figures,
indicating the amounts in the respective currencies]
(d) The discounts offered and the methodology for their application are:
The exact method of calculations to determine the net price after application of
discounts is shown below: [Specify in detail the method that shall be used to apply the
discounts.];
(e) Our Bid shall be valid for a period of 180 days from the date fixed for the Bid
submission deadline in accordance with the Bidding Documents, and it shall remain
binding upon us and may be accepted at any time before the expiration of that period;
(g) We understand that this Bid, together with your written acceptance thereof included in
your Letter of Acceptance, shall constitute a binding contract between us, until a
formal contract is prepared and executed; and
(h) We understand that you are not bound to accept the lowest evaluated Bid or any other
Bid that you may receive.
Index code Index description Source of index Base value and Weightage
date
- Non-adjustment 0.15
(Fixed)
RBI/EA-WPI-
Manufacture of 0.13
Plat and
Machinery for
Machinery
mining, quarrying
and construction
Total 1.00
Legend:
RBI: Reserve Bank of India
CPI: Consumer Price Index
WPI: Wholesale Price Index
EA: Office of Economic advisor
Price escalation shall be calculated as per the above table and as per subclause 13.8
(adjustment for changes in cost) of Section X – Particular conditions.
B. Foreign Currency
Foreign currency payment shall be converted into equivalent INR using the Reserve Bank
of India (RBI) / Financial Benchmark India Pvt. Ltd (FBIL) Exchange Rate (applicable 28
days prior to billing date). Price escalation shall be calculated as per the above table (Table
A) and as per subclause 13.8 (adjustment for changes in cost) of Section X – Particular
conditions.
3. BILL OF QUANTITIES
4. TECHNICAL PROPOSAL
The Bidder shall provide with the Bid a complete Schedule and Organization Chart as
required.
1. The name, qualification background and professional experience of each key staff member
to be assigned to this project, with particular reference to his experience of a nature similar
to that of the proposed assignment. Corporate affiliation of all proposed management
personnel (above the level of shift supervisor) and specialists for this work.
2. An organization chart with assignment of each key staff member (identified by name),
duration & timing together with clear description of the responsibilities of each key staff
member within the overall work programme. The submission shall include a provisional
management structure and organization chart showing areas of responsibility, relative
seniorities and lines of reporting . The proposed staffing plan shall in no way be less than
the minimum requirement as indicated in Section III: Evaluation and Qualification
Criteria.
3. Co-ordination & Control Team including the name and qualifications of the Team Leader
responsible for the interface co-ordination with Designated Contractors.
We hereby confirm to deploy the minimum manpower as per “Key personnel” under
Section - III Evaluation and Qualification Criteria with prescribed qualifications and
experiences as detailed.
We also confirm to deploy manpower required for safety as per OHS& E Requirements
attached with the Bidding Documents
Note: The Bidder shall provide a complete Staffing Schedule and Organization Chart he
proposes for the work, which must satisfy the requirement above.
Each Bidder shall set out details of the Method Statement for the Works to demonstrate
how it will meet the Employer’s Requirements. As a minimum, the Method Statement shall
address the following:
i. Details of the arrangements and methods which the Bidder proposes to implement
for the construction of the Works, in sufficient detail to demonstrate their adequacy
to achieve the requirements of the Contract including completion within the Time for
Completion stated in the Particular Conditions of the Contract.
ii. Outline of the arrangements of the Bidder to manage co-ordination of Site access.
iii. Comments on the geotechnical and subsurface aspects of the Works including
materials, material sources.
vi. Outline of the arrangements and organization of the Bidder to ensure compliance
with the Works requirements.
vii. Outline of the arrangements of the Bidder to carry out testing upon completion as
specified in the Works Requirements.
1. The Bidder shall submit a mobilization Plan as a part of the Bid which shall
contain the Proposed mobilization Programme.
2. The Bidder’s proposed mobilization Programme shall indicate how the Bidder
intends to organize and carry out the mobilization of all the Plants, equipments,
staffs, and Initial Establishment in Stages and complete the whole of the
mobilization in compliance with the appropriate Key Dates. The Programme shall
be prepared in terms of weeks from the Commencement Date of Works.
3. The mobilization Programme shall include details as stipulated in scope of Work,
work Requirements, for review by the Engineer.
1. The Bidder shall submit a Work Plan as a part of the Bid which shall contain the
Proposed Works Programme.
2. The Bidder’s proposed Works Programme shall indicate how the Bidder intends to
organize and carry out the Works and achieve Stages and complete the whole of
the Works by the appropriate Key Dates. The Works Programme shall be prepared
in terms of weeks from the Commencement Date of Works.
4. The proposed Works Programme shall show how the Bidder proposes to organize
and carry out the Works and to achieve Stages and complete the whole of the
Works by the given Key Dates.
6. The proposed Works Programme shall show achievement of all Key Dates, but the
Key dates shall not be taken as imposing any constraints that in any way affect the
logic or limit any other dates in the Programme.
7. The proposed Works Programme shall take account of the Designs which would be
provided by the Employer and should indicate, wherever possible, dates and
periods relating to interfaces with and between other interfacing contractors
including dates for submission of further documents required by the Contract and
periods for their acceptance.
8. The proposed Works Programme shall contain sufficient detail to assure the
Employer of the feasibility of the plan and approach proposed by the Bidder.
9. The Bidder should have regard to the possibility, that during the Bid evaluation
period, should CMRL require in writing for the Bidder to amplify / explain for
clarification purposes, the proposed Works Programme may be developed into a
Programme which, in the event of award of the Contract, would be the submission
CMRL BF - 16 December 2021
Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms
of the Preliminary Works Programme. To facilitate this process the Bidder shall, in
the preparation of the proposed Works Programme, take due account of the
provisions
11. The Bidder’s attention is drawn to the Key dates specified in Employer’s
Requirement Part-2. The Bidder shall prepare logic diagrams providing the
philosophy for interface with other designated contractors & availability of track,
electrification and signaling system to be available and submitted as part of its
Bid. These logic diagrams shall be developed and submitted along with the
Works Programmes as submitted during the course of the Works. All
programmes shall include procurement periods of major materials, off-shore
production, production in India, dispatch, transport, interface periods for system
wide, and adjacent contractors, testing and commissioning (including integrated
testing & commissioning) along with any other training and service trial running
information.
The Bidder shall submit as part of his Bid, an Occupational Safety, Health &
Environment Plan which shall contain sufficient information to demonstrate clearly
the Bidder’s proposals for achieving effective and efficient compliance to the
conditions of contract on SHE and SHE manual. The Outline Plan should include an
outline of the procedures and regulations to be developed and the mechanism by
which they will be implemented for ensuring safety as required by Clause 4.8, 4.18 &
6.7 of the GCC and section VI-A of the Employer’s Requirements.
The Outline Plan shall be headed with a formal statement of policy in relation to Safety,
Health & Environment protection and shall be sufficiently informative to define the
Bidder’s plans and set out in summary an adequate basis for the development of the Site
Safety, Health & Environment Plan to be submitted in accordance with Clause 4.8, 4.18
& 6.7 of the GCC and section VI-A of the Employer’s Requirements.
The Bidder may be requested to amplify, explain or develop his Outline Safety,
Health & Environment Plan prior to the date of acceptance of the Bid and to provide
more details with a view to reaching provisional acceptance of such a plan.
The Bidder shall submit as part of his Bid, an Environment Plan which shall contain
sufficient information to demonstrate clearly the Bidder’s proposals for achieving effective
and efficient compliance to the conditions of contract on Environment manual. The
Outline Plan should include an outline of the procedures and regulations to be developed
and the mechanism by which they will be implemented for ensuring Environmental safety
as required by relevant clauses in GCC and section VI-A of the Employer’s Requirements.
The Outline Plan shall be headed with a formal statement of policy in relation to
Environment protection and shall be sufficiently informative to define the Bidder’s plans
and set out in summary an adequate basis for the development of the Environment Plan to
be submitted in accordance with relevant GCC clauses and section VI-A of the Employer’s
Requirements. The Outline Plan shall also include the methods and procedures for the
Environmental Impact Assessment to be performed under the Contract.
The Bidder may be requested to amplify, explain or develop his Outline Environment Plan
prior to the date of acceptance of the Bid and to provide more details with a view to
reaching provisional acceptance of such a plan.
Subcontractor
No. Key Activity
Name Nationality
[The Bidder shall provide the names of suitably qualified personnel to meet the specified
requirements stated in Section III, Evaluation and Qualification Criteria, Clause 1.1.1. ‘Title
of Position’ shall be filled in with key positions as listed in the above Clause.]
1. Title of position
Name
2. Title of position
Name
3. Title of position
Name
4. Title of position
Name
[The Bidder shall provide the data on the experience of the personnel indicated in Form
PER-1, in the form below:]
Name of Bidder
Position
Professional qualifications
Address of employer
Fax E-mail
[The Bidder shall summarize professional experience over the last 20 years, in a reverse
chronological order. Indicate particular technical and managerial experience relevant to
the position of the proposed personnel.]
Company :
Project :
Position :
Experience:
Company :
Project :
Position :
Experience:
Company :
Project :
Position :
Experience:
I understand that any incorrect information given above may lead to my disqualification or
dismissal, if engaged.
Date:
[Signature of Key Personnel]
Bidder
Certified that I have verified the credentials of Mr………………… proposed for the key position
of ………………….
Signatory Authorised
[The Bidder shall provide adequate information to demonstrate clearly that it has the
capability to meet the requirements for Tunnel Boring Machines listed in Section III,
Evaluation and Qualification Criteria, Clause 1.1.2. , Part-2 Section VI, Section D (D17
Tunnel boring Machine) and Part-2 Section VI, Outline Construction Specification, Sub-
Section-2, Tunnelling. A separate Form shall be prepared for each TBM proposed by the
Bidder.]
[The Bidder shall provide adequate information to demonstrate clearly that it has the
capability to meet the requirements for Hydraulic Trench Cutters listed in Section III,
Evaluation and Qualification Criteria, Clause 1.1.2 and Clause 1.4.5.2 Sub-Section-1 of
Ouline Construction Specifications]
[The Bidder shall provide adequate information to demonstrate clearly that it has the
capability to meet the requirements for the key equipment listed in Section III, Evaluation
and Qualification Criteria, Clause 1.1.3. A separate Form shall be prepared for each item
of equipment listed, or for alternative equipment proposed by the Bidder.]
Item of Equipment
Current Location
Current status
Details of current commitments
Indicate source of the Equipment
Source
□ Owned □ Rented □ Leased □ Specially manufactured
Please provide the following information for the equipment proposed to be hired by the
Bidder.
The contractor shall establish and maintain a Quality Assurance System in construction
procedures and the interfaces between them. This Quality Assurance system shall be
applied without prejudice to, or without in any way limiting, any Quality Assurance
Systems that the Contractor already maintains.
The Bidder shall submit with the bid their corporate quality policy document duly signed
by managing director/whole-time director/director/chief executive officer or any other
officer duly authorized by its board of directors (in case of company)/governing body (in
case of any entity other than a company).
The Bidder shall submit as part of its Bid an Outline Quality Plan which shall contain
sufficient information to demonstrate clearly the Bidder’s proposals for achieving effective
and efficient Quality Assurance System. The Outline Quality Plan should include an
outline of the procedures and regulations to be developed and the mechanism by which
they will be implemented for ensuring Quality as indicated in the Employer’s
Requirements (Part 2).
The Bidder may be requested to amplify, explain or develop its Outline Quality plan prior
to the date of acceptance of the Bid and to provide more detail with a view to reaching
provisional acceptance of such a plan.
5. BIDDERS QUALIFICATION
To establish its qualifications to perform the contract in accordance with Section III,
Evaluation and Qualification Criteria, the Bidder shall provide the information requested
in the corresponding forms included hereunder:
[The following form is additional to Form ELI-1, and shall be completed to provide
information relating to each JV member, in case if the Bidder is a JV. The documents
listed/ stated as required shall be submitted as attachments hereto.]
[The following form is additional to Form ELI-1 and ELI-2 (if applicable), and shall be
completed to provide information relating to the Subcontractor(s) (if any) proposed to be
used by the Bidder for the execution of the key activities listed in the Prequalification
criteria or Section III, Evaluation and Qualification Criteria, Sub-Factor 2.4.2(b), as
appropriate. The documents listed/ stated as required shall be submitted as attachments
hereto.]
Non-Performing Contracts
In accordance with the Section III, Evaluation and Qualification Criteria, Sub-Factor 2.2.1, since 1st
January 2015:
[The Bidder shall indicate the applicable wording below by checking the appropriate box.]
contract non-performance did not occur.
contract non-performance occurred as indicated below:
Year Non- performed portion Contract Identification Total Contract
of contract Amount
[insert [insert amount and Contract Identification: [insert complete [insert current
year] percentage] contract name, number, and any other value, currency,
identification] exchange rate and
Name of Employer: [insert full name] INR equivalent]
Address of Employer: [insert mailing
address]
Telephone/Fax numbers: [insert
telephone/fax numbers, including
country and city codes]
Email address: [insert email address]
Reason(s) for non-performance:
[indicate main reason(s)]
2. Pending Litigation
Pending Litigation
In accordance with Section III, Evaluation and Qualification Criteria, Sub-Factor 2.2.2,
[The Bidder shall choose the relevant wording below by checking the appropriate box.]
there is no pending litigation involving the Bidder.
there is pending litigation involving the Bidder as indicated below:
Year of Amount in dispute Outcome Contract Identification Total Contract
dispute (currency) as Amount
Percentage
of Net
Worth
[insert year] [insert amount] [insert Contract Identification: [insert current
percentage] [indicate complete value, currency,
contract name, number, exchange rate and
and any other INR equivalent]
identification]
Name of Employer:
[insert full name]
Address of Employer:
[insert mailing address]
Telephone/Fax numbers:
[insert telephone/fax
numbers, including
country and city codes]
Email address: [insert
email address]
Party who initiated
Litigation: [indicate
“Employer” or
“Contractor”]
Matter in dispute:
[indicate main issues in
dispute]
3. Litigation History
Litigation History
In accordance with Section III, Evaluation and Qualification Criteria, Sub-Factor 2.2.3, since 1st
January 2015:
[The Bidder shall choose the relevant wording below by checking the appropriate box]
there are no court orders against the Bidder.
there are court orders against the Bidder as indicated below:
Year of Contract Identification Total Contract
award Amount
[insert year] Contract Identification: [indicate complete contract [insert current
name, number, and any other identification] value, currency,
Name of Employer: [insert full name] exchange rate and
INR equivalent]
Address of Employer: [insert mailing address]
Telephone/Fax numbers: [insert telephone/fax numbers,
including country and city codes]
Email address: [insert email address]
Matter in dispute: [indicate main issues in dispute]
Party who initiated litigation: [indicate “Employer” or
“Contractor”]
Abstract of the Court Order: [state concisely the court
order concerning main issues in dispute]
1. Financial data
Type of Financial information Historic information for previous [insert number] years
in (amount in currency, currency, exchange rate, INR
(currency) equivalent)
2. Financial documents
The Bidder and its parties shall provide copies of the financial statements1 for the number of
years indicated in the relevant Prequalification criteria or Section III, Evaluation and
Qualification Criteria Sub-Factor 2.3.1, as appropriate. The financial statements shall:
(a) Reflect the financial situation of the legal entity(ies) comprising the Bidder, and not of
the affiliated entities (such as parent company(ies), group companies or subsidiaries) of
the Bidder unless they are parties to the Bidder under a JV in accordance with ITB 4.1.
(b) Be independently audited or certified in accordance with local legislation.
(c) Be complete, including all notes to the financial statements.
(d) Correspond to accounting periods already completed and audited.
Attached herewith are copies of financial statements for the number of years required above,
and complying with the requirements.
[The following table shall be filled in for the Bidder, and for each JV member if the Bidder
is a JV.]
Date: [insert day, month, year]
Bidder’s Legal Name: [insert full name]
Bidder’s Party Legal Name:[insert full name]
IFB No. CP06/UG06/RT01
Page [insert page number] of [insert total number] page
[Specify proposed sources of financing, such as liquid assets, unencumbered real assets,
lines of credit, and other financial means, net of current commitments, available to meet
the total construction cash flow demands of the subject contract or contracts as specified in
the Prequalification Criteria or Section III, Evaluation and Qualification Criteria, Sub-
Factor 2.3.3, as appropriate.]
Financial Resources
Source of financing1 Amount
No.
(INR equivalent)
1
[The Bidder and each JV member should provide information on their current
commitments on all contracts that have been awarded, or for which a Letter of Intent or
acceptance has been received, or for contracts approaching completion, but for which an
unqualified, full Taking-over Certificate/ Completion Certificate has yet to be issued, in
accordance with the Prequalification Criteria or Section III, Evaluation and Qualification
Criteria, Sub-Factor 2.3.3, as appropriate.]
[The Bidder shall identify contracts that demonstrate continuous experience pursuant to
Section III, Evaluation and Qualification Criteria, Sub-Factor 2.4.1 and list contracts
chronologically, according to their commencement (starting) dates.]
[The Bidder shall fill out one (1) form per contract, in accordance with Section III,
Evaluation and Qualification Criteria, Sub-Factor 2.4.2(a).]
Address:
[insert mailing address]
Telephone/fax number
[insert telephone/fax numbers, including country and
city area codes]
E-mail:
CMRL BF - 41 December 2021
Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms
Key Activity
Single Firm / JV Member/ Subcontractor
No Description
1 [insert name of Activity [insert full name(s) of Single Firm/JV Member(s)/Subcontractor(s)]
No. 1]
(i) ____________________________________________
(ii) ____________________________________________
(iii) ____________________________________________
2 [insert name of Activity [insert full name(s) of Single Firm/JV Member(s)/Subcontractor(s)]
No. 2]
(i) ____________________________________________
(ii) ____________________________________________
(iii) ____________________________________________
3 [insert name of Activity [insert full name(s) of Single Firm/JV Member(s)/Subcontractor(s)]
No. 3]
(i) ____________________________________________
(ii) ____________________________________________
(iii) ____________________________________________
4 [insert name of Activity [insert full name(s) of Single Firm/JV Member(s)/Subcontractor(s)]
No. 4]
(i) ____________________________________________
(ii) ____________________________________________
(iii) ____________________________________________
2. Contract Information
Key Activity No (1): [insert name of Key Activity]
[Fill out one (1) form per contracts performed by the Bidder (Single Firm)/ JV member/
Subcontractor as listed in the Summary of Key Activities above in accordance with Section
III, Evaluation and Qualification Criteria, Sub-Factor 2.4.2(b). The documents listed/
stated as required shall be submitted as attachments hereto.]
(i) [insert full name of Single Firm /JV Member’s /Subcontractor’s Legal Name]
Item Information
Contract Identification [insert contract name and number, if applicable]
Award Date [insert day, month, year, e.g., 15 June 2015]
Completion Date [insert day, month, year, e.g., 03 October 2017]
(ii) [insert full name of Single Firm /JV Member’s /Subcontractor’s Legal Name]
(iii) [insert full name of Single Firm /JV Member’s /Subcontractor’s Legal Name]
*Price level assuming 5% inflation for INR per year (annual compounding). Foreign
currency component shall be converted into INR equivalent by applying respective exchange
rate as per EQC Cl. 2 (ii) on the date of award of the work as mentioned in experience
certificate. Upon converting into INR, 5% inflation per year (annual compounding) shall be
applied for updating to the current price level
BANK CERTIFICATE
This is to certify that M/s ............................................ is a reputed company with a good financial
standing.
Signature:
Name of the Bank:
Authorized signatory:
Address of the Bank:
This is to certify that M/s ............................................. who has formed a JV/Consortium with M/s
..................................... And M/s ................................................... for participating in this Bid, is a
reputed company with a good financial standing.
Signature:
Name of the Bank:
Authorized Signatory:
Address of the Bank:
(i) all information provided in the Bid submitted by the Bidder and its subcontractors
for [insert name of the Project, and name, number and identification of lot(s)
(contracts(s)) as stated in BDS 1.1] is true, correct and accurate to the best of the
Bidder’s and my knowledge and belief; and
(ii) the Bidder or any of its subcontractors has not, directly or indirectly, taken any
action which is or constitutes a corrupt or fraudulent practice and is not subject to
any conflict of interest as stipulated in the relevant section of the Guidelines and
the Bidding Document.
<If debarment for more than one year by the World Bank Group is NOT imposed, use
the following sentence B).>
B) I certify that the Bidder has NOT been debarred by the World Bank Group for more
than one year since the date of issuance of Invitation for Bids.
<If debarment for more than one year by the World Bank Group has been imposed
BUT three (3) years have passed since the date of such debarment decision, use the
following sentence B’).>
B’) I certify that the Bidder has been debarred by the World Bank Group for a period
more than one year BUT that on the date of issuance of Invitation for Bids at least
three (3) years had passed since the date of such debarment decision. Details of the
debarment are as follows:
name of the debarred starting date of ending date of reason for debarment
firm debarment debarment
C) I certify that the Bidder will not enter into a subcontract with a firm which has been
debarred by the World Bank Group for a period more than one year, unless on the date
of the subcontract at least three (3) years have passed since the date of such debarment
decision.
D) I certify, on behalf of the Bidder and its subcontractors, that if selected to undertake
works and services in connection with the Contract, the Bidder and its subcontractors
shall carry out such works and services in continuing compliance with the terms and
conditions of the Contract.
E) I further certify, on behalf of the Bidder and its subcontractors, that if the Bidder and
any of its subcontractors is requested, directly or indirectly, to engage in any corrupt
CMRL BF - 49 December 2021
Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms
or fraudulent practice under any applicable law, such as the payment of a rebate, at
any time or any stage of a process of procurement such as negotiations, execution or
implementation of contract (including amendment thereof), the Bidder shall report all
relevant facts regarding such request to the relevant section in JICA (details of which
are specified below) in a timely manner.
JICA’s information desk on fraud and corruption (A report can be made to either of
the offices identified below.)
(1) JICA Headquarters: Legal Affairs Division, General Affairs Department
URL: https://www2.jica.go.jp/en/odainfo/index.php
Tel: +81 (0)3 5226 8850
(2) JICA India Office:
16th Floor, Hindustan Time House, 18-20, Kasturba Gandhi Marg,
New Delhi - 110-001, INDIA
Tel: +91-11-4768 5500
The Bidder acknowledges and agrees that the reporting obligation stated above shall
NOT in any way affect the Bidder’s responsibilities, obligations or rights, under
relevant laws, regulations, contracts, guidelines or otherwise, to disclose or report
such request or other information to any other person(s) including the Employer or to
take any other action, required to or allowed to, be taken by the Bidder. The Bidder
further acknowledges and agrees that JICA is not involved in or responsible for the
procurement process in any way.
____________________________
_ Authorized Signatory
[insert name of signatory; title]
Guarantor: [insert name and address of place of issue, unless indicated in the letterhead]
We have been informed that [insert name of the Bidder, which in the case of a joint
venture shall be the name of the joint venture (whether legally constituted or prospective)
or the names of all members thereof] (hereinafter called "the Applicant") has submitted or
will submit to the Beneficiary its Bid (hereinafter called "the Bid") for the execution of
[insert description of contract].
At the request of the Applicant, we, as Guarantor, hereby irrevocably undertake to pay the
Beneficiary any sum or sums not exceeding in total an amount of [insert amount in words]
([insert amount in figures]) upon receipt by us of the Beneficiary’s complying demand,
supported by the Beneficiary’s statement, whether in the demand itself or a separate signed
document accompanying or identifying the demand, stating that either the Applicant:
(a) has withdrawn its Bid during the period of bid validity set forth in the Applicant’s
Letters of Technical Bid and Price Bid (“the Bid Validity Period”), or any extension
thereto provided by the Applicant; or
(b) having been notified of the acceptance of its Bid by the Beneficiary during the Bid
Validity Period or any extension thereto provided by the Applicant, (i) has failed to
execute the contract agreement, or (ii) has failed to furnish the Performance Security,
in accordance with the Instructions to Bidders of the Beneficiary’s bidding
document.
This guarantee shall expire and be returned to us: (a) if the Applicant is the successful
Bidder, upon our receipt of copies of the contract agreement signed by the Applicant and
the Performance Security issued to the Beneficiary in relation to such contract agreement;
or (b) if the Applicant is not the successful Bidder, upon the earlier of (i) our receipt of a
copy of the Beneficiary’s notification to the Applicant of the results of the bidding process;
or (ii) twenty-eight days after the end of the Bid Validity Period.
Consequently, any demand for payment under this guarantee must be received by us at the
office indicated above on or before that date.
This guarantee is subject to the Uniform Rules for Demand Guarantees (URDG) 2010
Revision, ICC Publication No. 758.
_____________________________
[signature(s)]
[Note: All italicized text is for use in preparing this form and shall be deleted from the
final product.]
We have gone through the tender drawings and confirm that the design is fit for purpose
from constructability point of view.
We understand that the risks involved in this project as stated in Clause 1.8 Risk factors,
Table -2 of pricing document is not exhaustive, and any other risks envisaged is also
considered. We will perform the services pertaining to the scope stated in employer’s
requirement Part-2 Section-VI.
We confirm that we had visited the project site and fully understand the conditions and the
constraints involved in completing the project.
I/we undertake to procure the following goods from Japanese Manufacturers worth atleast
INR 120 Crores after award of work and Documentary proof of the same shall be
submitted to the Engineer
1. 2Nos TBMs
2. Any other Goods (if the amount from S. No.1 is less than INR 120 Crores)
Authorised Signatory
PART - 1
BIDDING PROCEDURES
SECTION – IV B
PRICING DOCUMENT
DECEMBER 2021
Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV B
TENDER No. CP06/UG06/RT01 Pricing Schedule
PRICING SCHEDULE
1.1. Preamble
The Pricing Document shall be read in conjunction with NIT, Instructions to Bidders and all Bidding
documents, specifications and drawings as listed in contents of Bidding Document.
The pricing of this contract will be governed by the Conditions of the Contract.
a) The Work shall be carried out all as per the Employer’s Drawings and as per the Employer’s
Requirements. Progress Payments shall be made as per Schedule of Payment Price Centres A to
J.
b) This Contract adjusted by the Price Variation Formula detailed in SP Clause 13.8 of Part 3. The
Works are divided into Price Centres each representing one or more groups of inter-related works
forming part of the Works.
c) The individual item descriptions within each Price Centre are indicative only of the work included
in this Contract and shall not be taken as defining the scope of work to be executed either under
the Price Centre or the Contract. The detailed scope of work is given in Part-02, Employer’s
Requirements, Drawings and Specifications.
d) The item descriptions given, are general summaries only, therefore no omission from, or error in,
item descriptions within this Pricing Document shall warrant an adjustment of the Contract Price
nor entitle the contractor to seek an extension of time under the Contract.
e) The amount quoted in the Pricing Document are for finished items of work 100% complete in all
respects and shall be held to include all waste on materials, duties, landing charges, shipping costs
for transport by air, sea or land (or any combination thereof), insurance, import taxes and duties,
unloading, storage, getting into position, hoisting, lowering, erection, distributing to positions,
fixing, temporary works including false-work and formwork (shuttering),demolition, excavation,
removal of debris, labour, materials, scaffolding and staging, plant, supervision, maintenance,
Bidders profit and establishment/overheads, all general risks, insurance liabilities, compliance of
labour laws and taxes/duties etc. as per statutory obligations set out or implied in the Contract
excluding GST, making good prior to handing over to the Employer and anything reasonably to
be inferred from the description of the item and indispensably necessary thereto, and all other
requirements of the Contract.
f) The Bidder shall also consider the credit for utilization/disposal of excavated material
considering all associated costs including taxes and royalty as per statutory requirements.
g) The activity descriptions for items within Price centres shall be deemed to cover all aspects of the
relevant item scope, irrespective of the fact that the Bidder may not have inserted an amount
against any item description. The total amount of each Price Centre shall be deemed inclusive of
all of the Bidder’s obligations to execute the part of the Works covered by the Price Centre and to
perform all of his other obligations under the Contract in respect thereof. The Bidder shall not be
entitled to receive any further or additional payment in respect of such Price Centre.
h) The inputs to the Works within the Employer’s country shall be quoted in Indian Rupees (INR),
referred to as “the local currency”. The inputs to the Works that are from outside the Employer’s
country (referred to as “the foreign currency”) shall be quoted in the combination of Japanese Yen
(JPY), US Dollar (USD) or Euro and shall be paid only on satisfactory production of documentary
proof for sourcing the material, the equipment or services. Any unutilized portion of Foreign
Currency shall be paid in equivalent INR at an exchange(reference) rate as published by the
Financial Benchmarks India Pvt Ltd (FBIL) 28 days prior to the date of submission of the Bid.
i) The total sum of Price Centre ‘’A’’, Preliminaries shall be equal to 5% of the Sum of the Price
Centres B to J inserted into the Pricing Summary after adjusting discount (if any) and excluding
GST and Provisional sum.
j) The total amount of each Price Centres B to J shall be equal to 95% of the Sum of the Price Centres
inserted into the Pricing Summary after adjusting discount (if any) offered by the successful
Bidder.
k) The payment will be made as per the quantities derived from design drawings and not from the
actual quantity executed in construction.
Any work not covered in the Employer’s Drawings or the Specifications or the Employer’s
Requirements or other part of this Contract document shall be considered as a Variation. Any work
covered in the Employer’s Drawings or Specifications or Employer’s Requirements or other part
of this Contract document but omitted during construction or modified shall also be considered as
Variations. All Variation shall be instructed by the Engineer.
The Positive or Negative Variations will be based on the variation to design and drawings, and the
variation will be paid as per the rates against the items described and given in the Annexure-I,
attached to this section. These rates are exclusive of GST. Price escalation is applicable as per
PCC Clause 13.8 for variation items for which rates have been fixed as per Annexure-1.For items
not covered in Annexure-I rates shall be evaluated under GCC Sub Clause 12.3 Evaluation.
GST on variation items shall be reimbursed to the Contractor against the submission of proof of
discharge of his liability.
c) Payment of the Contract Price shall be made in the currency or currencies in which the Bid Price
is expressed in the Bid of the successful Bidder. Payments in foreign currencies shall be made
only on satisfactory production of documentary proof of sourcing the material, any equipment or
services outside the Employer's country.
a) The Pricing Documents comprise Price Centre ‘’A”, which represents ‘’Preliminaries and
General Requirements” associated with Price Centres B to J, which represent portion of the
work based on Detailed design drawings.
b) Separate Provisional Sums will be operated for specific works as listed below:
(i) The scope for shifting/diversion includes all miscellaneous items such as cut-open and
reinstating of roads, foot paths etc. associated to utility diversion works.
(ii) The contractor shall carry out the works relating to the utilities in consultation with the
utility agencies and the utility works shall be carried out through the approved contractors
of the respective utility agencies (CMWSSB, TNEB, BSNL etc.). The Contractor shall
be paid as per the actual executed quantities, based on the approved estimate of the
respective Department / as per current Schedule of Rates (SoR) of the concerned Utility
Department or in case the rates are not available in the SoR, Market rates .The Contractor
shall also be paid 15% towards overhead charges and profit over the above . This 15%
fee is not applicable for any Departmental Supervision Charges & Connection charges to
be paid to the utility agencies for the diverted utilities and for the utility connection
charges for the new metro stations.
(iii) Any other associated miscellaneous works under Provisional Sum will be operated as
per the rates given in the following schedule of rates (SoR) excluding GST in the same
order as given below:
GST on the above shall be reimbursed to the Contractor against the submission of proof
of discharge of his liability.
i. A separate Architectural Provisional Sum (ASP) is provided, which will be operated for
Architectural Works to be executed by the Contractor through a direct Sub-Contractor
under him, who will be selected as specified in the Section B2 of Employer’s
Requirements. The Employer will finalise the drawings and specifications for the works
under the Architectural Provisional Sum (APS). Scope of Works for the Contractor and
the direct Sub-Contractor under him are given in Employer’s Requirements.
ii. The Contractor shall be paid 10% of the executed Architectural Finishes Contract Price
for his Scope of Works including his overheads charges, profit etc. No Price Variation
is applicable for this 10% fee as well as for the Architectural Provisional Sum Contract.
iii. The Architectural Provisional Sum (APS) may be expended or omitted in whole or in
part as required by the Engineer and the Contractor shall not have any claim in respect
thereof.
iv. Interim payments in respect of such Sub-Contracts shall be made in the same manner
as payments for the Works in accordance with the Contract and the Contractor’s fee of
10% is calculated based on the value of such Sub-Contract works done during that
period.
3) Provisional Sum for services such as payment towards invoices and expenses of Dispute
Board (DB) etc.
i. The cost/charges towards DB shall be borne equally by the Employer and the
Contractor. The Contractor shall produce the DB invoices and satisfactory evidence of
having paid 100% of such invoices as part of the substantiation of those Statements,
which contain requests for payment under the provisional sum toward the cost of the
DB. The Engineer’s certification of such statements shall be based upon such invoices
and such evidence of payment by the Contractor. Contractor’s overhead, profit etc. shall
not be included for the cost of the DB.
1.4.2. The Schedule of Payments (refer to Sub-Clause 14.4 of GC Part-3) for a Price Centre
shows the amount payable to the Contractor for work carried out in that Price Centre
subject to conditions stated in this contract and shall be used to determine the amounts of
the interim payments.
1.4.3. As part of the first Monthly Progress Report provided in accordance with Sub-Clause 4.21
of GC Part-3, the Contractor shall convert the time scale of the SOPs included as part of
the Contractor’s Submission from ‘’months after Commencement Date” to months and
years on the Gregorian Calendar.
1.5.1. Payment will be calculated using Schedule of Payments (SOPs) provided below, subject
to the Engineer certifying that the works for each item is actually completed, as per
Drawings, Specification and employer’s Requirements. Payment will be based on the
Bidder’s submission of a monthly statement, in accordance with Sub-clause 14.3 of GC
Part 3.
1.5.2. Subject to the Bidder’s Monthly Statement meeting the minimum value criteria as defined
in clause 14.6 of Contract Data, and after the Engineer’s assessment, an Interim Payment
Certificate calculated on actual work done under each item for respective Price Centres
will be issued.
In the event of revision to the Price Centre as required in the contract in accordance with clause
14 of GCC the following procedures shall apply
A. Where new items are required, the schedule of payments, and Price Centre description shall be
revised by the Contractor to include the new item/items with appropriate description of work
and submitted to Engineer for Notice.
B. Where revisions to Existing price centre are required the appropriate price centre description
shall be revised by the Engineer to reflect the revisions to the work.
The bidder may quote his offer in Indian Rupees (INR) or in combination of INR, YEN and USD or
EURO
The Offer should be in the following proforma as given in the BOQ of e-procurement portal:
Villivakam Sub-Urban
Metro Station Works as
per the Employer’s
Drawings, the
3 D 1 LS
Employer’s
Requirements, and the
Scope of Works covered
in Part-2.
Villivakam Bus
Terminus Station Works
as per the Employer’s
Drawings, the
4 E 1 LS
Employer’s
Requirements, and the
Scope of Works covered
in Part-2.
Nathamuni Metro
Station Works as per the
Employer’s Drawings,
5 the Employer’s F 1 LS
Requirements, and the
Scope of Works covered
in Part-2.
Retrieval Shaft, Cut &
Cover ramp and ‘U’
section as per the
Employer’s Drawings,
6 G 1 LS
the Employer’s
Requirements, and the
Scope of Works covered
in Part-2.at Kolathur
Launching Shaft, Cut &
Cover ramp and ‘U’
section as per the
Employer’s Drawings,
7 H 1 LS
the Employer’s
Requirements, and the
Scope of Works covered
in Part-2.at Nathamuni
Bored Tunnel Works as
per the Employer’s AMOUNT NOT TO BE FILLED HERE.
Drawings, the
8 Employer’s I 1 LS KINDLY FILL THE PRICE BID FORM
Requirements, and the AVAILABLE IN E-PROCUREMENT
Scope of Works covered PORTAL
in Part-2
Cross Passages and
sumps as per the
Employer’s Drawings,
9 the Employer’s J 1 LS
Requirements, and the
Scope of Works covered
in Part-2
PRICE CENTER TOTAL (B + C + D + E + F + G + H AUTO CALCULATED FROM E-PROCUREMENT
+ I + J) PORTAL
NOT TO BE FILLED HERE.KINDLY FILL THE PRICE BID
Discount (if any) FORM AVAILABLE IN E-PROCUREMENT PORTAL
WILL BE
CALCULATED
BY
GST @ 12% EMPLOYER
AFTER
OPENING OF
BID
Total Amount including GST & Provisional Sum
(In Figures) WILL BE CALCULATED BY EMPLOYER AFTER OPENING
OF BID
Total Amount including GST & Provisional
Sum (In Words)
Note:
(i) Payment of the Contract Price shall be made in the currency or currencies in which the Bid Price is
expressed in the Bid of the successful Bidder. Payments in foreign currencies shall be made only on
satisfactory production of documentary proof of sourcing the material, any equipment or services
outside the Employer's country. Bidder’s shall quote for the Price Centres B to J including all taxes
and duties including Customs Duty# and fees but excluding GST. Price Centre A has not been priced
and will be 5% of the price center totals of Price Centres B to J quoted in the Price bid form table.
# This project is eligible for Project Import Scheme under the heading 98.01under Customs Tariff Act 1975. The
Employer will provide necessary certificate for the eligibility of this Project under this Act.
(ii) The Bid price shall be excluding GST i.e. base price shall not have any GST component in it. GST
shall be reimbursed to the Contractor against the submission of proof of discharge of his liability. The
Bidder is to note that GST must be paid in Indian Rupees only.
(iii) The Tender subtotal mentioned above, shall be converted into Indian Rupees if other currencies are
used and the exchange rates(s) shall be as published by the Reserve Bank of India exchange rate
/FBIL reference rates at the close of business hours of Financial Benchmarks India Pvt Ltd (FBIL)
as delegated by the Reserve Bank of India vide their order no. RBI/2018-19/34
DBR.Ret.BC.No.01/12.01.001/2018-19 dated August 02, 2018, 28 days prior to date of submission
of the Bid. The Tender Sub Total (Contract Price) mentioned above shall be considered in INR
equivalent for tender evaluation.
(iv) Provisional Sum and GST shall not be considered during evaluation.
PRICE CENTRES
1.7.2 SCHEDULE OF PAYMENT FOR PRICE CENTRE A
A Preliminaries (5%)
A1 Contractual Submissions (Submissions of PII, Bond, Insurances, etc)
A1.1 Submission of PII, Bond, Insurances, etc
A1.1 a Submission of Performance BG
A1.1 b Professional Indemnity Insurance
A1.1 c “CAR” Policy (insurances) Item 1 5%
Employer’s Liability Insurance Certificate BOCWR
registration, interstate migrant workers license, Contract
A1.1d
labour license, Any other statutory requirements as per the
union and state act.
A2 General Items
A2.1 Initial Works Programme, Item 1 3%
Detailed Works Programme, updates, revisions and Three
A2.2 No. 16 6%
Month Rolling Programme
1.7.5 SCHEDULE OF PAYMENT FOR PRICE CENTRE D – Villivakam Sub-Urban Metro Station
1.7.8. SCHEDULE OF PAYMENT FOR PRICE CENTRE G – Retrieval Shaft, Cut & Cover / ‘U’ Section
Ramp at Kolathur
G1 General
Submit and obtain the Employer’s Representative’s Notice of No Objection for Detailed
G 1.1 Survey Reports and Drawings, including topographic surveys and pre-condition 0.5%
surveys of adjacent buildings, structures, water wells, railway facilities, etc...
Undertake site clearance to the satisfaction of the Employer’s Representative of all site
G 1.2 areas including the removal of vegetation, tree felling, removal of refuse, removal of 0.2%
unsuitable soil, removal of surface water, demolition of existing structures, etc...
1.7.9 SCHEDULE OF PAYMENT FOR PRICE CENTRE H – Launching Shaft, Cut & Cover / ‘U’
Section Ramp at Nathamuni
Excavate the shaft / ramp volume within the diaphragm wall including the removal of
the excavated material, the provision of temporary whalers and struts to maintain
stability including the preloading of struts if necessary, provision of temporary decking
for temporary traffic and works areas and dewatering measures including cut off testing
H 2.5 10%
and recharging if necessary. The exposed base level shall be inspected and tested, with
reports provided, to the satisfaction of the Employer’s representative before subsequent
works proceed. Dismantling and removal of all temporary works on completion of
permanent works.
Preparation & Construction of the reinforced concrete base slab of shaft and cut & cover
box with cut-off drain and rain water sump (as per recommended specifications and
drawings) with provision of waterproofing and protection layers including supply and
H 2.6 14%
provision of reinforcement, dewatering, drainage blanket, compaction and PCC below
base slab, with supply certificates of materials and test results for the concrete and steel
shall be provided for the Engineer’s Notice of No Objection.
Preparation and construction of reinforced concrete columns, walls, slabs and beams for
the structure from the top of the base slab to the top of the top level slab including the
H 2.7 provision of waterproofing and protection layers , with supply certificates of materials 10%
and test results for the concrete and steel shall be provided for the Employer’s
Representative’s Notice of No Objection.
Preparation and Construction of reinforced concrete ‘U’section from cut & cover ramp
H 2.8 to the elevated ramp including necessary inserts, embedment etc.. for installation of rail 5%
systems.
H.2.9 Placement of compacted soil to reinstate the ground level above the cut & cover and re-
2%
instate drainage works affected by the construction.
H3 First stage concrete with Shear Connectors 1%
Embedded Drainage provisions, Inserts, conduits etc for MEP & Rail Systems,
H4 connections to sewer connection and storm water connections including manholes, 1%
valve chambers etc
H5 General Infrastructure
Provision of new facilities including additional soft and hard landscaping to integrate
H 5.1 the Shaft / ‘U’ Section into its environs including hand rails above ‘U’ sections as shown 2%
on the drawings
H6 Submission of As-built records and drawings 1%
H7 All Remaining Works
H 7.1 All remaining works as shown in the Employer’s drawings and Specifications 3%
Total Percentage 100%
Undertake the construction of all the cross passages including, but not limited to, any
probing and pre-treatment of ground, excavation in all types of soil and rock, muck
J1 removal, lining and grouting , ground treatment , temporary support to tunnel rings, 70%
Mining & temporary support for sump, Permanent Lining, Supply & Fixing Fire
Resistant doors as per NFPA 130.
Monitor the settlement control points for the duration of the tunnel construction,
J 1.2 including daily reporting to the Engineer, plus real time monitoring where stipulated in 20%
the Contract and maintenance.
J 1.3 All remaining miscellaneous works 10%
Total Percentage 100%
Table – 2
S.No. Risk Item Description of item
1 Geotechnical Risk Validation of Geotechnical profile and any
unforeseen/unforeseeable ground condition the
Bidder should include this risk in his price. The
Contractor may take further investigations to
confirm the Ground condition suitability for his
working methods and risk to be undertaken in
the project.
2 Risk associated with selection of TBM The selection of TBM and its suitability for the
ground condition will be Bidder responsibility.
And it should comply with the contract
specification.
3 Building Condition Survey and The Bidder shall evaluate the building condition
protection and protection of public and take appropriate measures to arrest any
assets (utilities)/Railway Line/Roads damage to these buildings/ Public assets due to
bridges etc. tunnelling operations. Any damage caused to
these buildings/Public assets (sewer, water
supply, rail track, etc.) during tunnelling
operation will be at Bidder’s cost and time.
Sufficient insurance cover should be taken by
the contractor.
4 Stuck TBM during tunnelling In case the TBM stuck due to any reasons such
operation as changed ground condition geological/Bore
wells/Buried utility/ ground cavity /break
downs or any other reasons. The Bidder shall
make necessary allowances in their pricing and
programme to overcome this situation this
should include temporary relocation of resident
of distressed structure/building.
The Bidder shall also make necessary
allowance in his cost and programme for any
TBM and/or related ancillary breakdown.
Table – 2
S.No. Risk Item Description of item
5 Ground Improvement The Bidder shall take the cost for any ground
Improvement necessary for his
tunnelling/Building protection/utility
protection/Railway track crossing or any other
public assets which requires such measures.
6 Verification of Design Suitability The Bidder shall verify the design for its
constructability.
7 Manufacture of segments The Bidder shall price for all the measures
required for the manufacture of the segments
such as preparation of reinforcement cage,
casting, stream curing, demoulding, stacking in
stages, curing etc. Any damages or out of
tolerance casting of segments will be at Bidders
cost and time.
8 Transportation of Segments The Bidder shall price for all the measures
required for safe transportation of segments
from casting yard to feeding the TBM for
building the rings. Any damage to segments
during this activity will be at Bidders cost and
time.
9 Building the Rings The Bidder shall ensure a safe installation of
rings with the tolerances specified in the
contract. Any damages to tunnel/rings/segments
shall be repaired by the Bidder and in case the
damage is beyond repair the rings shall be
replaced at Bidder’s cost and time.
10 Alignment The Bidder shall take cost of necessary
measures to drive the TBM in the designated
path. In case of any departure from the
alignment beyond the specified tolerances the
necessary correctives measures shall be on the
account of Bidder cost and time.
11 TBM operations The Bidder shall take the cost of all the
necessary measures to drive the TBM for
mining, installation of the rings, grouting
(Primary and secondary) and shall have enough
spares such as cutting teeth, disk cutters etc. to
drive TBM without any breakdown. He should
have all the contingency measures in case of
cutter head intervention or changing the cutter
head.
12 TBM Break down and its Ancillary The Bidder shall make necessary allowances in
Plants his cost and programme for any TBM and/or
related ancillary Breakdown.
Table – 2
S.No. Risk Item Description of item
13 Land requirement for building the The Bidder shall validate that the land allocated
underground facility for Precast cast yard, batching plant, TBM
launch site, dump site etc. are adequate for the
purpose of building the underground facilities
(Stations, Tunnels and Cross passages) prior to
submission of bids. The use of these land shall
be for construction purpose only and it should
not cause any disturbance to residents living in
the vicinity of these site.
14 Approvals from Public Authority and The Bidder shall make necessary provisions in
other statutory requirement. their price to take into account any approval
from public authority and statutory
requirements.
15 Disposal of any muck, slurry, The Bidder shall make necessary allocation in
untreated sewerage &water or any their price proposal to dispose the muck, slurry
material and untreated sewerage& water as per statuary
requirement and acquire necessary clearances
from public utility authority. In case there is any
choking of drainage system due to disposal of
construction waste. The necessary remedial
measures will be on the account of Bidder’s cost
and time.
16 Public assets Public assets relocation such as Bus stop
protection/relocation/Utility /Electrical wire/transformer& electrical
diversion/protection/demolition and substation/Panel, Telephone cables/poles,
reinstatement electrical poles/ lighting poles/traffic signal or
any other similar activity, the Bidder shall safely
implement these activities in accordance to
statutory and public authority guidelines and the
Employer’s Requirements.
17 Cross passage with/without sump The Bidder shall take the cost for any ground
Improvement/ temporary
support/dewatering/protection of buildings/ and
whatsoever necessary measures are required for
the safe construction of cross passage works.
Table – 2
S.No. Risk Item Description of item
18 Diaphragm wall The bidder should price for all the risk
whatsoever it may be for the construction of D-
wall, such as bulging of D-wall, construction of
out of tolerance D-Wall, leakages any
strengthening required for transportation and
erection of reinforcement cages. Furthermore,
in case after the excavation if there are any
defects in the diaphragm wall it should be
repaired or replaced/strengthen to the
satisfaction of the employer.
Rate
S.No Description Unit (Excluding
GST)
1 DIAPHRAGM WALL
Constructing cast-in situ RCC diaphragm wall with M40 grade
concrete as per the Employer’s Drawings, the Employers
Requirements and specifications covered in Part-2. (Excluding
Reinforcement & Couplers)
1.1 800 mm thick Cum 26675.00
1.2 1000 mm thick Cum 33350.00
Constructing cast-in situ Barrete wall as per the Employer’s
1.3 Drawings, the Employers Requirements, and the Scope of Works Cum 26,680.00
covered in Part-2. (Excluding Reinforcement, Structural Steel &
Couplers)
2 EARTHWORK
Earthwork excavation for within the Diaphragm walls of station,
2.1 Entry / Exits upto 10m depth in soil as per the Employer’s Cum 475.00
Drawings, the Employers Requirements, and the Scope of Works
covered in Part-2.
Earthwork excavation for within the Diaphragm walls of station,
2.2 Entry / Exits below 10m depth in soil as per the Employer’s Cum 1550.00
Drawings, the Employers Requirements, and the Scope of Works
covered in Part-2.
Earthwork excavation for within the Diaphragm walls of station,
2.3 Entry / Exits at all depths in weathered rock and of Grade IV and Cum 2812.50
weaker as per the Employer’s Drawings, the Employers
Requirements, and the Scope of Works covered in Part-2.
Earthwork excavation for within the Diaphragm walls of station,
2.4 Entry / Exits at all depths in rocks stronger than Grade IV as per Cum 3675.00
the Employer’s Drawings, the Employers Requirements, and the
Scope of Works covered in Part-2.
Backfilling with approved excavated good earth / quarry dust / sand
2.5 as per the Employer’s Drawings, the Employers Requirements, and Cum 237.50
the Scope of Works covered in Part-2.
Disposal of surplus excavated material including loading, unloading
2.6 and for all leads and lifts as per the Employer’s Drawings, the Cum 575.00
Employers Requirements, and the Scope of Works covered in Part-
2.
3 CONCRETE WORKS
Supplying, providing & laying M10 grade Plain cement concrete as
3.1 per the Employer’s Drawings, the Employers Requirements, and the Cum 8875.00
Scope of Works covered in Part-2.
Supplying, providing & laying M30 grade Plain cement concrete as
3.2 first stage concrete as per the Employer’s Drawings, the Employers Cum 10037.50
Requirements, and the Scope of Works covered in Part-2.
3.3 Providing and laying M35 Grade Reinforced cement concrete as per
the Employer’s Drawings, the Employers Requirements, and the Cum 10112.50
specifications covered in Part-2.
Rate
S.No Description Unit (Excluding
GST)
Providing and laying M40 Grade Reinforced cement concrete as per
3.4 the Employer’s Drawings, the Employers Requirements, and the Cum 11775.00
specifications covered in Part-2.
Providing rigid and water tight centering and shuttering in all cast in
3.5 situ concretes in Slabs, beams, columns, staircases, walls as per the Sqm 850.00
Employer’s Drawings, the Employers Requirements, and the Scope
of Works covered in Part-2.
3.6 Providing rigid and water tight centering and shuttering in cast
concrete Slabs in Launching /Retrieval as per the Employer’s Sqm 1156.25
Drawings, the Employers Requirements, and the Scope of Works
covered in Part-2.
4 STEEL WORKS
Providing, cutting, bending, placing and tying of
4.1 Reinforcement steel bars conforming to IS:1786, HYSD Fe MT 90987.50
500 D grade at all heights & depth as per the Employer’s
Drawings, the Employers Requirements, and the specifications
covered in Part-2.
Providing and fixing parallel threaded couplers conforming to IS
4.2 code on “Reinforcement Couplers for Mechanical Splices of Bars
for Concrete Reinforcement - Specification”, as per the Employer’s
Drawings, the Employers Requirements, and the Scope of Works
covered in Part-2.
a. 16 mm No. 137.50
b. 20 mm No. 150.00
c. 25 mm No. 212.50
d. 32 mm No. 293.75
e. 36 mm No. 300.00
f. 40 mm No. 331.25
Structural steel work for strutting, decking, supports: Providing,
4.3 fabricating to required profile and shape, transporting, erecting and MT 110337.50
fixing in position at all levels of steel work as per the Employer’s
Drawings, the Employers Requirements, and the Scope of Works
covered in Part-2.
4.4 Credit to CMRL for the salvage of structural steel material obtained
from the removal of temporary support works during excavation. MT 11562.50
Rate is inclusive of cutting, removal, lead, lift, loading, transport,
unloading etc.,
Rate
S.No Description Unit (Excluding
GST)
Providing and applying 2 coat of spray applied waterproofing
treatment to the RCC roof slab as per the Employer’s Drawings, the Sqm 1045.00
5.2
Employers Requirements, and the Scope of Works covered in Part-
2.
6 TUNNEL WORKS
6.1 Construction of single bored tunnel of 5.8 m internal Diameter in all
type of soil, hard rock and in mixed rock condition as per the Rm 5,15,760.00
Employer’s Drawings, the Employers Requirements, and the
Specifications covered in Part-2.
6.2 Construction of Cross passage with sumps as per the Employer’s
Drawings, the Employers Requirements, and the Scope of Works No. 1,40,96,000.00
covered in Part-2.
6.3 Construction of Cross passage without sumps as per the Employer’s
Drawings, the Employers Requirements, and the Scope of Works No. 1,25,00,000.00
covered in Part-2.
7 OTHER WORKS
Providing temporary barricade of 2m height of plain MS sheet 16
Gauge fixed with steel frame, painting (including primer of approved
quality) with synthetic enamel paint of approved colour, quality and
brand, writing lettering and logo of Metro including maintenance of
the same duly cleaning the same on fortnightly basis and painting if
required, arrangement for blinker lights on barricades during night as
per requirement and as per the instruction of the engineer. Barricading
should be rugged. During the construction, barricading has to be kept
continuously. Nothing extra will be paid for dismantling and re-
erecting the barricades at the same place. There should not be any
opening at the end of barricade except at locations approved by
Engineer.
Note:
(i) Barricades on either side shall be measured individually.
7.1 Rm 3062.50
(ii) Once barricade has been provided and work started, removal of
barricade is not permitted till completion of construction.
(iii) While erecting barricade, the bottom gap between barricade and
road should be plugged with cement concrete from inside.
(iv) There should be minimum openings at the end of barricade to
allow access of trucks / lorries and machine to site work area. Even
these spacing should have proper opening & closing arrangements.
(v) Adequate blinking lights on barricade during night time must be
ensured. The cost of this item should include provision for power pack
/ Genset etc. so as to ensure the blinking of lights in night time as long
as barricades are in position at the work spot.
(vi) After completion of the entire work, the barricades shall be the
property of the contractor.
7.2 Portable barricades in construction Zone: Installation of steel portable Nos 3350.00
barricade with horizontal rail 300mm wide, 2.5m in length fitted on a
'A' frame made with 45x45x5mm angle iron section, 1.5m in height,
horizontal rail painted (2 coats) with yellow and white stripes, 150mm
in width at an angle of 45 degree,' A' frame painted with two coats of
yellow paint, complete as per IRC: SP:55-2001 including cost of all
Rate
S.No Description Unit (Excluding
GST)
materials, labour, loading, lead, lift, transporting etc., complete as per
MORTH specification: 813.6.
7.3 Earthwork Excavation by using mechanical or any other means as Cum 200.00
directed by engineer for roadway, drains, return walls, foundation
structures of culverts, sub ways, FOBs, similar works etc., in all types
of soil, rock including ordinary rock and hard rock with all lifts &
lead, backfilling with approved excavated materials etc., as per
Employers Requirements and the Scope of Works covered in Part-2.
7.4 Construction of Granular Sub base with close graded materials as per Cum 2725.00
Employers Requirements and the Scope of Works covered in Part-2.
7.5 Construction of Wet Mix Macadam as per Employers Requirements Cum 2862.50
and the Scope of Works covered in Part-2.
7.6 Construction of Prime Coat as per Employers Requirements and the Cum 43.75
Scope of Works covered in Part-2.
7.7 Construction of Dense Graded Bituminous Macadam as per Sqm 10887.50
Employers Requirements and the Scope of Works covered in Part-2.
7.8 Construction of tack coat as per Employers Requirements and the Cum 43.75
Scope of Works covered in Part-2.
7.9 Construction of Bituminous Concrete as per Employers Requirements Cum 11837.50
and the Scope of Works covered in Part-2.
7.10 Supplying and laying heavy duty cobble stones 75mm thick interlock Sqm 937.50
pavers, using cement and course sand for manufacture of blocks of
approved size, shape and colour with a minimum compressive
strength of 281 kg per sqcm over 50mm thick sand bed (average
thickness) and compacting with plate vibrator having 3 tons
compaction force thereby forcing part of sand underneath to come up
in between joints, final compaction of paver surface joints into its final
level, including cost of materials, labour and HOM of machineries,
with all lead and lifts etc., complete as per specifications.
7.11 Supplying and fixing Precast solid concrete kerb stones made out of Rm 725.00
M15 (CC 1:2:4) and finished with CM 1:3 plastering and finishing,
cutting, with all lead and lifts etc., complete of size 450 x 200 x
400mm.
7.12 Filling pot holes and patch repairs with bituminous concrete, 40mm Sqm 387.50
thick as per Employers Requirements and the Scope of Works covered
in Part-2.
7.13 Providing & laying M35 grade, reinforced cement concrete in drains, Cum 10112.50
culverts, precast flooring slabs, retaining walls, FOB, road median,
subways and walkways as per Employers Requirements and the
Scope of Works covered in Part-2.
7.14 Providing rigid and water tight centering and shuttering using best Sqm 850.00
quality of shuttering ply wood, steel centering sheets with steel props,
acro tubes etc., including strutting, propping, bracing, staging, etc;
complete for all R.C.C items as per Employers Requirements and the
Scope of Works covered in Part-2.
7.15 Direction and place identification signs upto 0.9 sqm size Board: Sqm 9787.50
Supplying and erecting direction and place identification retro-
reflectorized sign as per Employers Requirements and the Scope of
Works covered in Part-2.
Rate
S.No Description Unit (Excluding
GST)
7.16 Deployment of adequate manpower (Traffic marshals) for Man day 900.00
management of traffic at intersection, junctions, traffic diversions etc.
at various levels to the complete satisfaction of local traffic police and
as directed by engineer.
Note: The traffic marshals should be familiar with traffic rules and
regulations.
7.17 Diagonal Cross trenching works for identifying underground utility to Cum 300.00
the required length, width and depth, which includes excavation in all
types of soil, hard soil, rock, footpath, bitumen road, concrete road,
medians, etc. cutting of all types road surfaces and backfilling the
same with available excavated earth and 150mm concrete filling on
top. The rate includes surveying and taking coordinates of the existing
utility and submitting the reports (hard & soft copy) of the same as
per the directions of the Engineer
8 OTHER WORKS
8.1 Propping / Supporting / bracing of the existing buildings along the Sqm 312.50
work area as identified during the construction period as per the
Employer’s Drawings, the Employers Requirements, and the Scope
of Works covered in Part-2.
8.2 Propping / Supporting / bracing of the existing buildings of 100 Sqm Nos 137500.00
plinth area along the work area as identified during the construction
period along with temporary relocation for 2 months time period as
per the Employer’s Drawings, the Employers Requirements, and the
Scope of Works covered in Part-2.
8.3 Blockwork with cement mortar 1:4 (1 cement : 4 coarse sand) as per Cum 7175.00
the Employer’s Drawings, the Employers Requirements, and the
Scope of Works covered in Part-2.
8.4 Plastering with cement mortar 1:4 (1 cement : 4 Coarse sand) as per Sqm 287.50
the Employer’s Drawings, the Employers Requirements, and the
Scope of Works covered in Part-2.
8.5 Dismantling / Knocking off Diaphragm walls as per the Employer’s Cum 2750.00
Drawings, the Employers Requirements, and the Scope of Works
covered in Part-2.
8.6 Demolition/Removal of existing Tunnel segments consisting of Cum 3687.50
Reinforced Cement concrete (RCC) structures inclusive of cutting of
reinforcement steel as per the Employer’s Drawings, the Employers
Requirements, and the Scope of Works covered in Part-2.
8.7 Excavation (trenching / boring) for ground improvement / Barette Cum 10750.00
wall as per the Employer’s Drawings, the Employers Requirements,
and the Scope of Works covered in Part-2.
8.8 M5 grade Concrete for ground improvement / Barette wall as per the Cum 8000.00
Employer’s Drawings, the Employers Requirements, and the Scope
of Works covered in Part-2.
8.9 Sand / Quarry dust filling in ground improvement / Barette wall as Cum 2625.00
per the Employer’s Drawings, the Employers Requirements, and the
Scope of Works covered in Part-2.
9 EARTHING SYSTEM
9.1 Main Earthmat
9.1.1 Supply, Installation, testing and commissioning of 18 mm dia CU rod Rm 3556.25
for earth mat grid horizontal conductor depth of 300 mm from base
Rate
S.No Description Unit (Excluding
GST)
slab or as per the final approved drawings and technical
specifications & Exothermic weld joints and providing bitumin coat
at every joint as required. Exothermic welding shall comply with
IEEE 837. Risers from earth mat to be brought out as per the
Employer’s Drawings, the Employers Requirements, and the Scope
of Works covered in Part-2 (Cost of risers cable not included in this
item).
9.1.2 Supply, Installation, testing and commissioning of vertical earth Nos 15250.00
electrodes of 18 mm dia, 3 m Length CU rod including boring
(Copper electrodes of high conductivity with minimum copper
content of 99.9%) From earth mat including weld joints with earth
mat as per approved drawings and specifications. The weld joints to
be provided with bitumin coats. Each vertical Earth electrode
minimum 2 packs of 20kg Earth enhanching material to be poured. if
value is not acheived, required earth enhanching material shall be
poured to acheive resistance value less than one Ohm. The work shall
be carried out as per the Employer’s Drawings, the Employers
Requirements, and the Scope of Works covered in Part-2.
9.2 Clean Earthmat
9.2.1 Supply, laying, testing and commissioning of 13 mm dia CU rod for Rm 1550.00
earth mat grid horizontal conductor (at depth of 300 mm from base
slab or as per the final approved drawings and technical
specifications & Exothermic weld joints and providing bitumin coat
at every joint as required Exothermic welding shall comply with
IEEE 837. Risers from earth mat to be brought out as per the
Employer’s Drawings, the Employers Requirements, and the Scope
of Works covered in Part-2 (Cost of risers not included in this item).
9.2.2 Supply, Installation, testing and commissioning of vertical earth Nos 7500.00
electrodes of 13 mm dia,3 m Length CU rod including boring
(Copper electrodes of high conductivity with minimum copper
content of 99.9%) From earth mat including weld joints with earth
mat as per approved drawings and specifications. The weld joints to
be provided with bitumin coats. Each vertical Earth electrode
minimum 2 packs of 20kg Earth enhanching material to be poured. if
value is not acheived ,required earth enhanching material shall be
poured to acheive resistance value less than 0.5 Ohm. The work shall
be carried out as per the Employer’s Drawings, the Employers
Requirements, and the Scope of Works covered in Part-2.
9.3 Earthing Cable : Supply, laying and testing of Earth riser cable. Cable
shall be Single core XLPE insulated flexible copper conductors,
450/750 Volts as per BS 7211 and as per the Employer’s Drawings,
the Employers Requirements, and the Scope of Works covered in
Part-2.
1 x 120 sq. mm (For clean Earth mat) Rm 1508.75
1 x 240 sq. mm (For Main Earth mat) Rm 2875.00
Annexure – 2
This is the reference base line quantities for the Price Centres.
Item
Description Unit Quantity
No.
Major Works
1.0 Installation of Diaphragm walls Grade M40 including providing
guide walls, removal of excavated materials from site, placement
of reinforcement cage, flushing, concreting by tremmie method,
water stopper, sonic tube,test upon completion, etc (as per
recommended specifications and drawings)and providing as built
records.
1.1 a Concrete in D-wall (1000 mm thick) Cum 8750**
1.1 b Concrete in D-wall (800 mm thick) Cum 3025**
Providing TMT-500 grade steel bar reinforcement (conforming to
IS:1786, HYSD Fe 500 grade) at all heights & depth as per the
1.3 MT 4200*
Employer’s Drawings, the Employers Requirements, and the
Scope of Works covered in Part-2.
Excavation within the main station and entrance within diaphragm
wall in all types of soil, weathered rock and Hard rock including
2.0 Cum
the removal of the excavated material upto base slab formation 57980
level.
Disposal of excavated material with all leads and lifts upto the 57980
3.0 Cum
designated dumping yards.
Structural Steel work for strutting, decking, supports. Providing,
fabricating to required profile and shape transporting, erecting
500
4.1 and fixing in position at all levels of steel work as per the MT
Employer’s Drawings, the Employers Requirements, and the
Scope of Works covered in Part-2.
Structural Steel work for entrances and other station permanent
4.2 works as per the Employer’s Drawings, the Employers MT 50
Requirements, and the Scope of Works covered in Part-2.
M40 Grade concrete for all permanent works of station and
entrance such as slab, beams, internal walls, platform slab, UPE 14000
5.0 Cum
walls, OTE ducts, Shafts etc. as per drawings and specifications to
the satisfaction of Engineer.
M50 Grade concrete for columns etc. as per drawings and 175
6.0 Cum
specifications
PCC M30 for works inside the station and entrances as per
7.0 Cum 1900
drawings and specifications.
8.0 Waterproofing for station and entrances
8.1 Waterproofing for Station and Entrance roof Sqm 3800
8.2 Waterproofing for Station and Entrance base slab Sqm 3800
Item
Description Unit Quantity
No.
Cutting of 1000mm thick Diaphragm wall (stitch coring) for
9.0 Sqm 1500
integration with Entries, Cut-outs, shafts/ducts etc.
Backfilling with compacted earth and necessary protection for
10.0 utilities over station roof slab as per respective utility departments’ Cum 4350
specifications and to the satisfaction of Engineer.
Excavation of Slurry walls by hydromill / hydrofraise trench cutter
11.0 Cum 3240
in all types of soil and rock (1000 mm thick)
12.0 Lean Concrete Grade M10 for Slurry walls Cum 2500
* - The Quantity of Reinforcement (HYSD bars) provided excludes Chairs, supports, laps at pour
strips, boxouts, lifting and stiffening arrangements and Laps/ Splices other than indicated in tender
drawings.
** - Diaphragm wall concrete quantity excludes concrete in overcut joints.
Item
Description Unit Quantity
No.
Major Works
1.0 Installation of Diaphragm walls Grade M40 including providing
guide walls, removal of excavated materials from site, placement
of reinforcement cage, flushing, concreting by tremmie method,
water stopper, sonic tube,test upon completion, etc (as per
recommended specifications and drawings)and providing as built
records.
1.1 a Concrete in D-wall (1000 mm thick) Cum 10650**
1.1 b Concrete in D-wall (800 mm thick) Cum 3950**
Providing TMT-500 grade steel bar reinforcement (conforming to
IS:1786, HYSD Fe 500 grade) at all heights & depth as per the
1.3 MT 4705*
Employer’s Drawings, the Employers Requirements, and the Scope
of Works covered in Part-2.
Excavation within the main station and entrance within diaphragm
2.0 wall in all types of soil, weathered rock and Hard rock including the Cum 63850
removal of the excavated material upto base slab formation level.
Disposal of excavated material with all leads and lifts upto the 63850
3.0 Cum
designated dumping yards.
Structural Steel work for strutting, decking, supports. Providing,
fabricating to required profile and shape transporting, erecting and
1351
4.1 fixing in position at all levels of steel work as per the Employer’s MT
Drawings, the Employers Requirements, and the Scope of Works
covered in Part-2.
Structural Steel work for entrances and other station permanent
4.2 works as per the Employer’s Drawings, the Employers MT 75
Requirements, and the Scope of Works covered in Part-2.
Boring for Barrettes/Bored piles for plunge columns in all kinds of 150
5.0 RM
soil / rock
M40 Grade concrete for all permanent works of station and 13150
6.0 Cum
entrance such as slab, beams, internal walls, platform slab, UPE
Item
Description Unit Quantity
No.
walls, OTE ducts, Shafts etc. as per drawings and specifications to
the satisfaction of Engineer.
M50 Grade concrete for columns etc. as per drawings and 175
7.0 Cum
specifications
PCC M30 for works inside the station and entrances as per drawings
8.0 Cum 1900
and specifications.
9.0 Waterproofing for station and entrances
9.1 Waterproofing for Station and Entrance roof Sqm 3600
9.2 Waterproofing for Station and Entrance base slab Sqm 4000
Cutting of 1000mm thick Diaphragm wall (stitch coring) for
10.0 Sqm 1500
integration with Entries, Cut-outs, shafts/ducts etc.
Backfilling with compacted earth and necessary protection for
11.0 utilities over station roof slab as per respective utility departments’ Cum 11700
specifications and to the satisfaction of Engineer.
Excavation of Slurry walls by hydromill / hydrofraise trench cutter
12.0 Cum 3550
in all types of soil and rock (1000 mm thick)
13.0 Lean Concrete Grade M10 for Slurry walls Cum 2500
* - The Quantity of Reinforcement (HYSD bars) provided excludes Chairs, supports, laps at pour strips,
boxouts, lifting and stiffening arrangements and Laps/ Splices other than indicated in tender drawings.
** - Diaphragm wall concrete quantity excludes concrete in overcut joints.
Item
Description Unit Quantity
No.
Major Works
1.0 Installation of Diaphragm walls Grade M40 including providing guide
walls, removal of excavated materials from site, placement of
reinforcement cage, flushing, concreting by tremmie method, water
stopper, sonic tube,test upon completion, etc (as per recommended
specifications and drawings)and providing as built records.
1.2 a Concrete in D-wall (1000 mm thick) Cum 11700**
1.2 b Concrete in D-wall (800 mm thick) Cum 5950**
Providing TMT-500 grade steel bar reinforcement (conforming to
IS:1786, HYSD Fe 500 grade) at all heights & depth as per the
1.3 MT 6050*
Employer’s Drawings, the Employers Requirements, and the Scope of
Works covered in Part-2.
Excavation within the main station and entrance within diaphragm wall
2.0 in all types of soil, weathered rock and Hard rock including the removal Cum 81000
of the excavated material upto base slab formation level.
Disposal of excavated material with all leads and lifts upto the 81000
3.0 Cum
designated dumping yards.
Structural Steel work for strutting, decking, supports. Providing,
fabricating to required profile and shape transporting, erecting and
2700
4.1 fixing in position at all levels of steel work as per the Employer’s MT
Drawings, the Employers Requirements, and the Scope of Works
covered in Part-2.
Item
Description Unit Quantity
No.
Structural Steel work for entrances and other station permanent works
4.2 as per the Employer’s Drawings, the Employers Requirements, and the MT 80
Scope of Works covered in Part-2.
M40 Grade concrete for all permanent works of station and entrance
such as slab, beams, internal walls, platform slab, UPE walls, OTE 17500
5.0 Cum
ducts, Shafts etc. as per drawings and specifications to the satisfaction
of Engineer.
200
6.0 M50 Grade concrete for columns etc. as per drawings and specifications Cum
PCC M30 for works inside the station and entrances as per drawings
7.0 Cum 1900
and specifications.
8.0 Waterproofing for station and entrances
8.1 Waterproofing for Station and Entrance roof Sqm 4400
8.2 Waterproofing for Station and Entrance base slab Sqm 4000
Cutting of 1000mm thick Diaphragm wall (stitch coring) for integration
9.0 Sqm 1500
with Entries, Cut-outs, shafts/ducts etc.
Backfilling with compacted earth and necessary protection for utilities
10.0 over station roof slab as per respective utility departments’ Cum 8550
specifications and to the satisfaction of Engineer..
Excavation of Slurry walls by hydromill / hydrofraise trench cutter in
11.0 Cum 5950
all types of soil and rock (1000 mm thick)
12.0 Lean Concrete Grade M10 for Slurry walls Cum 4200
* - The Quantity of Reinforcement (HYSD bars) provided excludes Chairs, supports, laps at pour strips,
boxouts, lifting and stiffening arrangements and Laps/ Splices other than indicated in tender drawings.
** - Diaphragm wall concrete quantity excludes concrete in overcut joints.
Item
Description Unit Quantity
No.
Major Works
1.0 Installation of Diaphragm walls Grade M40 including providing guide
walls, removal of excavated materials from site, placement of
reinforcement cage, flushing, concreting by tremmie method, water
stopper, sonic tube,test upon completion, etc (as per recommended
specifications and drawings)and providing as built records.
1.1 a Concrete in D-wall (1000 mm thick) Cum 11000**
1.1 b Concrete in D-wall (800 mm thick) Cum 3600**
Providing TMT-500 grade steel bar reinforcement (conforming to
IS:1786, HYSD Fe 500 grade) at all heights & depth as per the
1.2 MT 4650*
Employer’s Drawings, the Employers Requirements, and the Scope of
Works covered in Part-2.
Excavation within the main station and entrance within diaphragm wall
2.0 in all types of soil, weathered rock and Hard rock including the removal Cum 69000
of the excavated material upto base slab formation level.
Disposal of excavated material with all leads and lifts upto the designated 69000
3.0 Cum
dumping yards.
Item
Description Unit Quantity
No.
Structural Steel work for strutting, decking, supports. Providing,
fabricating to required profile and shape transporting, erecting and
2400
4.1 fixing in position at all levels of steel work as per the Employer’s MT
Drawings, the Employers Requirements, and the Scope of Works
covered in Part-2.
Structural Steel work for entrances and other station permanent works as
4.2 per the Employer’s Drawings, the Employers Requirements, and the MT 625
Scope of Works covered in Part-2.
Boring for Barrettes/Bored piles for plunge columns in all kinds of soil / 100
5.0 RM
rock
M40 Grade concrete for all permanent works of station and entrance such
as slab, beams, internal walls, platform slab, UPE walls, OTE ducts, 14200
6.0 Cum
Shafts etc. as per drawings and specifications to the satisfaction of
Engineer.
200
7.0 M50 Grade concrete for columns etc. as per drawings and specifications Cum
PCC M30 for works inside the station and entrances as per drawings and
8.0 Cum 1900
specifications.
9.0 Waterproofing for station and entrances
9.1 Waterproofing for Station and Entrance roof Sqm 4400
9.2 Waterproofing for Station and Entrance base slab Sqm 4400
Cutting of 1000mm thick Diaphragm wall (stitch coring) for integration
10.0 Sqm 1500
with Entries, Cut-outs, shafts/ducts etc.
Backfilling with compacted earth and necessary protection for utilities
11.0 over station roof slab as per respective utility departments’ specifications Cum 14725
and to the satisfaction of Engineer.
Excavation of Slurry walls by hydromill / hydrofraise trench cutter in all
12.0 Cum 3300
types of soil and rock (1000 mm thick)
13.0 Lean Concrete M10 For Slurry walls Cum 2350
* - The Quantity of Reinforcement (HYSD bars) provided excludes Chairs, supports, laps at pour strips,
boxouts, lifting and stiffening arrangements and Laps/ Splices other than indicated in tender drawings.
** - Diaphragm wall concrete quantity excludes concrete in overcut joints.
Item
Description Unit Quantity
No.
Major Works
1.0 Installation of Diaphragm walls Grade M40 including providing guide
walls, removal of excavated materials from site, placement of
reinforcement cage, flushing, concreting by tremmie method, water
stopper, sonic tube,test upon completion, etc (as per recommended
specifications and drawings)and providing as built records.
1.2 a Concrete in D-wall (1000 mm thick) Cum 9500**
1.2 b Concrete in D-wall (800 mm thick) Cum 3750**
Providing TMT-500 grade steel bar reinforcement (conforming to
1.3 MT 4675*
IS:1786, HYSD Fe 500 grade) at all heights & depth as per the
Item
Description Unit Quantity
No.
Employer’s Drawings, the Employers Requirements, and the Scope of
Works covered in Part-2.
Excavation within the main station and entrance within diaphragm
2.0 wall in all types of soil, weathered rock and Hard rock including the Cum 60300
removal of the excavated material upto base slab formation level.
Disposal of excavated material with all leads and lifts upto the 60300
3.0 Cum
designated dumping yards.
Structural Steel work for strutting, decking, supports. Providing,
fabricating to required profile and shape transporting, erecting and
3500
4.1 fixing in position at all levels of steel work as per the Employer’s MT
Drawings, the Employers Requirements, and the Scope of Works
covered in Part-2.
Structural Steel work for entrances and other station permanent works
4.2 as per the Employer’s Drawings, the Employers Requirements, and the MT 75
Scope of Works covered in Part-2.
Boring for Barrettes/Bored piles for plunge columns in all kinds of soil 550
5.0 RM
/ rock
M40 Grade concrete for all permanent works of station and entrance
such as slab, beams, internal walls, platform slab, UPE walls, OTE 14000
6.0 Cum
ducts, Shafts etc. as per drawings and specifications to the satisfaction
of Engineer.
M50 Grade concrete for columns etc. as per drawings and 200
7.0 Cum
specifications
PCC M30 for works inside the station and entrances as per drawings
8.0 Cum 1900
and specifications.
9.0 Waterproofing for station and entrances
9.1 Waterproofing for Station and Entrance roof Sqm 3800
9.2 Waterproofing for Station and Entrance base slab Sqm 3950
Cutting of 1000mm thick Diaphragm wall (stitch coring) for
10.0 Sqm 1400
integration with Entries, Cut-outs, shafts/ducts etc.
Backfilling with compacted earth and necessary protection for utilities
11.0 over station roof slab as per respective utility departments’ Cum 7600
specifications and to the satisfaction of Engineer.
Excavation of Slurry walls by hydromill / hydrofraise trench cutter in
12.0 Cum 4000
all types of soil and rock (1000 mm thick)
13.0 Lean Concrete Grade M10 for Slurry walls Cum 3000
* - The Quantity of Reinforcement (HYSD bars) provided excludes Chairs, supports, laps at pour strips,
boxouts, lifting and stiffening arrangements and Laps/ Splices other than indicated in tender drawings.
** - Diaphragm wall concrete quantity excludes concrete in overcut joints.
Item
Description Unit Quantity
No.
Major Works
1.0 Installation of Diaphragm walls Grade M40 including providing
guide walls, removal of excavated materials from site, placement of
Item
Description Unit Quantity
No.
reinforcement cage, flushing, concreting by tremmie method, water
stopper, sonic tubes, test upon completion, etc. (as per recommended
specifications and drawings). and provide as built records.
1.1 D-wall (1000 mm thk) concrete Cum 1500**
Reinforcement steel rebar in D-wall including the other major
1.2 elements in retrieval shaft and ramp such as base slab, walls, etc. (as MT 1180*
per recommended specification and drawings)
Excavate within the diaphragm and sheet pile wall in all kind of soil
and rock including the removal of the excavated material, the
provision of temporary walers and struts to maintain stability
including the preloading of struts if necessary, provision of temporary
2.0 decking for temporary traffic and works areas and dewatering Cum 15600
measures including cut off testing and recharging if necessary. The
exposed base level shall be inspected and tested, with reports
provided, to the satisfaction of the Employer’s representative before
subsequent works proceed.
3.0 Disposal of excavated material with all leads and lifts upto the
Cum 15600
designated dumping yards.
Installation of Struts, Walers, Waler brackets, Runner beams, Runner
4.0 brackets, Lateral supports, King post etc and removal of the all above MT 100
materials as per recommended specifications and drawings.
5.0 PCC M30 works for the Retrieval shaft and ‘U’ Ramp Cum 1000
Supply Fabrication and installation of sheet piles as per detail
6.0 MT 850
drawings and specifications (for temporary works).
Boring for Barrettes/Bored piles for plunge columns in all kinds of
7.0 RM 500
soil / rock
M40 grade concrete for concrete for all permanent works of
8.0 underground ramp and Retrieval shaft as per drawings and Cum 5250
specifications.
9.0
Waterproofing for Cut & Cover and “U” ramp slabs and walls
9.1 Waterproofing for Cut & Cover and “U” ramp base slabs Sqm 3000
9.2 Waterproofing for Cut & Cover and “U” ramp roof and walls Sqm 3100
Backfilling with compacted earth and necessary protection for
10.0
utilities over station roof slab as per respective utility departments’ Cum 800
specifications and to the satisfaction of Engineer.
Excavation of Slurry walls by hydromill / hydrofraise trench cutter in
11.0 Cum 1050
all types of soil and rock (1000 mm thick)
12.0 Lean Concrete M10 For Slurry walls Cum 775
* - The Quantity of Reinforcement (HYSD bars) provided excludes Chairs, supports, laps at pour strips,
boxouts, lifting and stiffening arrangements and Laps/ Splices other than indicated in tender drawings.
** - Diaphragm wall concrete quantity excludes concrete in overcut joints.
Item
Description Unit Quantity
No.
Major Works
1.0 Installation of Diaphragm walls Grade M40 including providing guide
walls, removal of excavated materials from site, placement of
reinforcement cage, flushing, concreting by tremmie method, water
stopper, sonic tubes, test upon completion, etc. (as per recommended
specifications and drawings). and provide as built records.
1.2 D-wall (1000 mm thk) concrete Cum 2900**
Reinforcement steel rebar in D-wall including the other major elements
1.3 in retrieval shaft and ramp such as base slab, walls, etc. (as per MT 1700*
recommended specification and drawings)
Excavate within the diaphragm and sheet pile wall in all kind of soil and
rock including the removal of the excavated material, the provision of
temporary walers and struts to maintain stability including the
preloading of struts if necessary, provision of temporary decking for
2.0 Cum 19500
temporary traffic and works areas and dewatering measures including
cut off testing and recharging if necessary. The exposed base level shall
be inspected and tested, with reports provided, to the satisfaction of the
Employer’s representative before subsequent works proceed.
3.0 Disposal of excavated material with all leads and lifts upto the
Cum 20200
designated dumping yards.
Installation of Struts, Walers, Waler brackets, Runner beams, Runner
4.0 brackets, Lateral supports, King post etc and removal of the all above MT 150
materials as per recommended specifications and drawings.
5.0 PCC M30 works for the Launching shaft and ‘U’ Ramp Cum 1800
Supply Fabrication and installation of sheet piles as per detail drawings
6.0 MT 500
and specifications (for temporary works).
Boring for Barrettes/Bored piles for plunge columns in all kinds of soil
7.0 RM 500
/ rock
M40 grade concrete for concrete for all permanent works of
8.0 underground ramp and Retrieval shaft as per drawings and Cum 6400
specifications.
9.0
Waterproofing for Cut & Cover and “U” ramp slabs and walls
9.1 Waterproofing for Cut & Cover and “U” ramp base slabs Sqm 4100
9.2 Waterproofing for Cut & Cover and “U” ramp roof and walls Sqm 3600
Backfilling with compacted earth and necessary protection for utilities
10.0
over station roof slab as per respective utility departments’ Cum 650
specifications and to the satisfaction of Engineer..
Excavation of Slurry walls by hydromill / hydrofraise trench cutter in
11.0 Cum 1050
all types of soil and rock (1000 mm thick)
12.0 Lean Concrete Grade M10 for Slurry walls Cum 775
* - The Quantity of Reinforcement (HYSD bars) provided excludes Chairs, supports, laps at pour strips,
boxouts, lifting and stiffening arrangements and Laps/ Splices other than indicated in tender drawings.
** - Diaphragm wall concrete quantity excludes concrete in overcut joints.
Item
Description Unit Quantity
No.
Major Works
1.0 Construction of single bored tunnel of 5.8 m internal Diameter in
all type of soil, hard rock and in mixed rock condition as per the
Rm 7870
Employer’s Drawings, the Employers Requirements, and the
Scope of Works covered in Part-2.
Cleaning of invert, wriggle survey along with track alignment and Rm 7870
2.0 laying of first stage concrete of M 30 Grade along with shear
connectors as per drawings and specifications.
Item
Description Unit Quantity
No.
Major Works
1.0 Construction of Cross passage as per the Employer’s Drawings,
the Employers Requirements, and the Scope of Works covered in Nos. 2
Part-2.
BIDDING PROCEDURES
SECTION – V A
DECEMBER 2021
Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – V A
TENDER No. CP06/UG06/RT01 Eligible Source Countries
Section V
Eligible Source Countries of Japanese ODA Step Loans
All Indian and Japanese Companies or juridical persons meeting the criteria mentioned
below are eligible to participate.
A. Eligible Nationality:
(1) The Eligible Nationality of the Supplier(s) for procurement of all goods and services to be financed out of
the proceeds of the Loan shall be the following:
(a) Japan and India in the case of the prime contractor; and
(b) All countries and areas in the case of the sub-contractor(s).
(2) With regard to (1) above, in case where the prime contractor is a joint venture, such joint venture will be
eligible provided that the nationality of partner is Japan and/or India.
(3) With regard to Section (1) and (2) above,
For Goods and services:
(i) The Prime Contractor or, in the case of a joint venture, the Japanese partners shall be nationals
of Japan or juridical persons incorporated and registered in Japan, and have their appropriate
facilities for producing or providing the goods and services in Japan, and actually conduct their
business there (hereinafter referred to as the ‘’Japanese Partner’’)
(ii) A juridical person incorporated in a country or area other than Japan that satisfies all of the
following conditions can be regarded as the Japanese partner:
- It is a subsidiary included in the scope of consolidation and factored into the aggregated
accounting figure of a consolidated financial statement of the Japanese Company made in
accordance with the Financial Instruments and Exchange Act of Japan and the related
ministerial ordinances; and
- It is registered in the country or area where it was incorporated, has its appropriate
facilities for producing or providing goods and services there, and actually conducts its
business therein,
(iii) When the prime Contractor is an Indian company, the company must satisfy all the following
conditions:
a. The company is a juridical person incorporated and registered in India
b. The company has its appropriate facilities for producing or providing goods and
services in India
c. The company actually conducts its business in India and
d. The majority of the subscribed shares of the company are held by an Indian
national(s) and or Juridical persons(s)
(hereinafter referred to as the “Indian Company”).
(4) Procurement of following components from Japan is mandatory under this package
i) 2. Nos. of TBMs.
ii) Any other goods (if the amount from S.No. 4 (i) is less than INR 120 crores.
(5) With regard to Section A. (4) above, the goods procured form the eligible local manufacturing
company(ies) invested by Japanese Companies (hereinafter referred to as the “Eligible Local
Manufacturing Company(ies)”) can be regarded and counted as Japanese origin if such Eligible Local
Manufacturing Company(ies) satisty(ies) all of the following conditions:
a) Juridical persons incorporated and registered in India, and which have their appropriate facilities for
producing or providing the goods and services in India and actually conduct their business there;
b) Not less than ten percent (10%) of shares are held by a single Japanese Company or juridical
person stipulated in Section A. 3. (a) (ii); and
c) The proportion of the shares held by the Japanese Company or juridical person stipulated in Section
A. 3. (a) (ii) mentioned in (b) above (or the company having the largest share among Japanese
companies if more than one Japanese Company or juridical person stipulated in Section A. 3. (a) (ii)
meet the condition stated in (b) above) is the same as or greater than that of the shares held by any
company of the third country or area.
(6) With regard to Section A. (4) above, the goods procured form the eligible development partners’
manufacturing company(ies) invested by Japanese companies (hereinafter referred to as the “Eligible
Development Partners’ Manufacturing Company(ies)”) can be regarded and counted as Japanese origin
if such Eligible Development Partners’ Manufacturing Company(ies) satisfy(ies) all of the following
conditions:
a) Juridical persons incorporated and registered in a country or area on DAC List of ODA Recipients
effective at the time of conclusion of the Loan Agreement and which have their appropriate facilities
for producing or providing the goods and services in the country or area and actually conduct their
business there;
b) Not less than one-third of shares are held by a single Japanese Company or juridical person
stipulated in Section A. 3. (a) (ii); and
c) The proportion of the shares held by the Japanese Company or juridical person stipulated in Section
A. 3. (a) (ii) mentioned (b) above (or the company having the largest share among Japanese
companies if more than one Japanese Company or juridical person stipulated in Section A. 3. (a) (ii)
meet the condition stated in (b) above) is the same as or greater than that of the shares held by any
company of a third country or area.
(7) With regard to Section A. (4) above, the goods procured form the eligible manufacturing company(ies) in
developed countries invested by the Japanese Companies (hereinafter referred to as the “Eligible
Developed Countries’ Manufacturing Company(ies)”) can be regarded and counted as Japanese origin if
such Eligible Developed Countries’ Manufacturing Company(ies) satisfy(ies) all of the following
conditions:
a) It is a subsidiary in a country or area other than Japan included in the scope of consolidation and
factored into the aggregated accounting figure of a consolidated financial statement of the Japanese
Company made in accordance with the Financial Instruments and Exchange Act of Japan and the
(8) With regard to Section A. (4) above, if the major components(s) of goods is(are) substantially
manufactured by an Eligible Local Manufacturing Company, such components can be regarded and
counted ad Japanese origin even if the goods are not procured from Japan. Eligible Local Manufacturing
Company(ies).Nor Eligible Developed countries’ Manufacturing Company(ies).
(9) With regard to Section A. (4) above, if the major components(s) of goods, which is(are) procured form the
Indian Company(ies), is(are) substantially manufactured by a Japanese Company(ies), the goods can be
regarded and counted as Japanese origin.
(10)With regard to Section A (4) above and in, the goods procured from Indian Company(ies) can be
regarded and counted as Japanese origin if such goods satisfy all of the following conditions:
a) The major component(s) is(are) substantially manufactured by a Japanese Company(ies); and
b) Japanese Company(ies) substantially manufactures major components and substantially engage with
final assembly or the final refinement / processing by the Indian Company(ies) the manners including, but
limited to , technical cooperation, commissioning of manufacturing or provision of design.
(11)With regard to Section A. (4) above, the services provided by the Japanese Partner(s) can be regarded
and counted as Japanese origin.
****