You are on page 1of 188

CHENNAI METRO RAIL LIMITED

CHENNAI METRO RAIL PROJECT PHASE 2, CORRIDOR 5


TENDER No. CP06/UG06/RT01

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”.

IFB No. : CMRL/CON/PHASE-II/CORR-5/CP06/UG06/RT01/2021


Employer : Chennai Metro Rail Limited
Country : India
JICA Loan No. : ID-P272
Project : Chennai Metro Rail Project Phase II – Corridor 5
Tender No. : CP06/UG06/RT01
CHENNAI METRO RAIL LIMITED
CHENNAI METRO RAIL PROJECT PHASE 2, CORRIDOR 5
TENDER No. CP06/UG06/RT01

“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

SINGLE STAGE TWO ENVELOPE BIDDING

DECEMBER 2021
CHENNAI METRO RAIL LIMITED
CHENNAI METRO RAIL PROJECT PHASE 2, CORRIDOR 5
TENDER No. CP06/UG06/RT01
BIDDING DOCUMENTS

PART 1 Bidding Procedures


Section - I Instructions to Bidders (ITB)
Section - II Bid Data Sheet (BDS)
Section - III Evaluation and Qualification Criteria (EQC)
Section – IV A Bidding Forms
Section - IV-B Pricing Document
Section - V Eligible Source Countries

PART 2 Works Requirements

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

Section - IX. General Conditions (GC)


Section - X. Particular Conditions (PC)
Section - XI. Contract Forms (CF)

PART 4 Reference Documents


A. Geotechnical Investigation Record
B. Existing Building Condition Survey Reports
C. Temporary Traffic Diversion Plans
D. Existing Utilities Drawings
CHENNAI METRO RAIL LIMITED
CHENNAI METRO RAIL PROJECT PHASE 2, CORRIDOR 5
TENDER No. CP06/UG06/RT01

“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

SINGLE STAGE TWO ENVELOPE BIDDING

SECTION – I

INSTRUCTION TO BIDDERS (ITB)

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)

37.Employer’s Right to Accept Any Bid, and to Reject Any or All


Bids…................................................................................................ 30
F. Award of Contract…….. ........................................................................ 30
38. Award Criteria............................................................................... 30
39. Notification of Award .................................................................... 30
40. Signing of Contract........................................................................ 30
41. Performance Security .................................................................... 31
42. Notification to Unsuccessful Bidders and Debriefing ................ 31

CMRL ITB - 2 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – I
TENDER No. CP06/UG06/RT01 Instruction To Bidders(ITB)

Section I. Instructions to Bidders

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.

CMRL ITB - 3 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – I
TENDER No. CP06/UG06/RT01 Instruction To Bidders(ITB)

2.2 Disbursement of a Japanese ODA Loan by JICA will be


subject, in all respects, to the terms and conditions of the
Loan Agreement, including the disbursement procedures
and the applicable Guidelines for Procurement under
Japanese ODA Loans specified in the BDS. No party
other than the Borrower shall derive any rights from the
Loan Agreement or have any claim to the loan proceeds.

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.

3. Corrupt and Fraudulent Practices

3.1 It is JICA’s policy to require that the Bidders and the


Contractors, as well as the Borrowers, the Project
Executing Agencies and the Employers, under contracts
funded with Japanese ODA Loans and other Japanese
ODA, to observe the highest standard of ethics during the
procurement and execution of such contracts. In pursuance
of this policy, JICA:

(a) will reject a proposal for award if it determines that the


Bidder recommended for award has engaged in corrupt or
fraudulent practices in competing for the contract in
question.
(b) will recognize a Bidder or Contractor as ineligible, for a
period determined by JICA, to be awarded a contract
funded with Japanese ODA Loans if it at any time
determines that the Bidder or the Contractor has engaged
in any corrupt or fraudulent practice in competing for, or
in executing, another contract funded with Japanese ODA
Loans or other Japanese ODA. The list of ineligible firms
and individuals is available at the electronic address
specified in the BDS.

(c) will recognize a Contractor as ineligible to be awarded a


contract funded with Japanese ODA Loans if the
Contractor or subcontractor, who has a direct contract
with the Contractor, is debarred under the cross debarment
decisions by the Multilateral Development Banks. Such
period of ineligibility shall not exceed three (3) years from
(and including) the date on which the cross debarment is
imposed.

CMRL ITB - 4 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – I
TENDER No. CP06/UG06/RT01 Instruction To Bidders(ITB)

“Cross debarment decisions by the Multilateral


Development Banks” is a corporate sanction in
accordance with the agreement among the African
Development Bank Group, Asian Development Bank,
European Bank for Reconstruction and Development,

Inter -American Development Bank Group and the


World Bank Group signed on 9 April 2010 (as amended
from time to time). JICA will recognize the World Bank
Group’s debarment of which period exceeds one year,
imposed after 19 July 2010, the date on which the World
Bank Group started cross debarment, as “cross
debarment decisions by the Multilateral Development
Banks.” The list of debarred firms and individuals is
available at the electronic address specified in the BDS.
JICA will recognize a Bidder or Contractor as ineligible
to be awarded a contract funded with Japanese ODA
Loans if the Bidder or Contractor is debarred by the
World Bank Group for the period starting from the date
of the Invitation for Bid, if prequalification has not been
conducted, or the date of the Advertisement for
Prequalification, if prequalification has been conducted,
up to the signing of the contract, unless (i) such
debarment period does not exceed one year, or (ii) three
(3) years have passed since such debarment decision.
If it is revealed that the Contractor was ineligible to be
awarded a contract according to above, JICA will, in
principle, impose sanctions against the Contractor.
If it is revealed that a subcontractor, who has a direct
contract with the Contractor, was debarred by the World
Bank Group on the subcontract date, JICA will, in
principle, require the Borrower to have the Contractor
cancel the subcontract immediately, unless (i) such
debarment period does not exceed one year, or (ii) three
(3) years have passed since such debarment decision. If
the Contractor refuses, JICA will require the Borrower to
declare invalidity or cancellation of the contract and
demand the refund of the relevant proceeds of the loan or
any other remedies on the grounds of contractual
violation.
3.2 If the Employer determines, based on reasonable
evidence, that any Bidder has engaged in any corrupt or
fraudulent practice, the Employer may disqualify such
Bidder after notifying the grounds of such
disqualification.

CMRL ITB - 5 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – I
TENDER No. CP06/UG06/RT01 Instruction To Bidders(ITB)

3.3 Furthermore, the Bidders shall be aware of the


provision stated in Sub-Clause 15.6 of the Conditions of
Contract.
4. Eligible Bidders

4.1 The Bidder may be a single firm or a JV. In the case of a


JV:

(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

CMRL ITB - 6 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – I
TENDER No. CP06/UG06/RT01 Instruction To Bidders(ITB)

Bidding Document for the Contract, (ii) the


prequalification evaluation (if any conducted) and/or the
Bid evaluation, or (iii) the supervision of such contract,
shall be disqualified.
(c) Based on the “One Bid Per Bidder” principle, which is to
ensure fair competition, a firm and any affiliate that
directly or indirectly controls, is controlled by, or is under
common control with that firm shall not be allowed to
submit more than one Bid, either individually as a single
firm or as a member of a JV. A firm (including its
affiliate), if acting in the capacity of a subcontractor in
one Bid, may participate in other Bids, only in that
capacity.
(d) A firm having any other form of conflict of interest other
than (a) through (c) above shall also be disqualified.
4.3 The Bidder shall meet the requirements as to eligibility of the
Bidders as specified in Section V, Eligible Source Countries of
Japanese ODA Loans.

4.4 The Bidder that has been determined to be ineligible by JICA


in accordance with ITB 3.1 shall not be eligible to be awarded
a Contract.
4.5 This bidding is open only to the prequalified Bidders unless
specified in the BDS.
4.6 The Bidder shall provide such evidence of its continued
eligibility satisfactory to the Employer, as the Employer shall
reasonably request.

5. Eligible Goods and Services


5.1 The goods and services comprising the Works to be supplied
under the Contract and financed by JICA shall meet the
requirements specified in Section V, Eligible Source
Countries of Japanese ODA Loans.

B. Contents of Bidding Document

6. Sections of Bidding Document

6.1 The Bidding Document consists of Parts 1, 2, and 3,


which include all the Sections specified below, and
which should be read in conjunction with any
addenda issued in accordance with ITB 8.

CMRL ITB - 7 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – I
TENDER No. CP06/UG06/RT01 Instruction To Bidders(ITB)

PART 1 Bidding Procedures


 Section I. Instructions to Bidders (ITB)
 Section II. Bid Data Sheet (BDS)
 Section III. Evaluation and Qualification Criteria
(EQC).
 Section IV. Bidding Forms
 Section V. Eligible Source Countries of Japanese ODA
Loans

PART 2 Works Requirements


 Section VI. Works Requirements

PART 3 Conditions of Contract and Contract Forms


 Section VII. General Conditions (GC)
 Section VIII. Particular Conditions (PC)
 Section IX. Contract Forms

6.2 The Invitation for Bids issued by the Employer is not part of
the Bidding Document.

6.3 Unless obtained directly from the Employer, the Employer is


not responsible for the completeness of the Bidding Document,
responses to requests for clarification, the minutes of the pre-bid
meeting (if any), or addenda to the Bidding Document in
accordance with ITB 8. In case of any contradiction, documents
obtained directly from the Employer shall prevail.

6.4 The Bidder is expected to examine all instructions, forms, terms,


and specifications in the Bidding Document and to furnish with
its Bid all information and documentation as is required by the
Bidding Document. The information or documentation shall be
complete, accurate, current, and verifiable.

7. Clarification of Bidding Document, Site Visit, Pre-Bid Meeting


7.1 The Bidder requiring any clarification of the Bidding Document
shall contact the Employer in writing at the Employer’s address
specified in the BDS or raise its enquiries during the pre-bid
meeting if provided for in accordance with ITB 7.4. The
Employer will respond in writing to any request for
clarification, provided that such request is received no later than
fourteen (14) days prior to the deadline for submission of Bids.
The Employer shall forward copies of its response to all Bidders
CMRL ITB - 8 December 2021
Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – I
TENDER No. CP06/UG06/RT01 Instruction To Bidders(ITB)

who have acquired the Bidding Document in accordance with


ITB 6.3, including a description of the inquiry but without
identifying its source. If so specified in the BDS, the Employer
shall also promptly publish its response on the Employer’s web
page identified in the BDS. Should the clarification result in
changes to the essential elements of the Bidding Document, the
Employer shall amend the Bidding Document following the
procedure under ITB 8 and ITB 22.2.

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. Amendment of Bidding Document

8.1 At any time prior to the deadline for submission of Bids, the

CMRL ITB - 9 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – I
TENDER No. CP06/UG06/RT01 Instruction To Bidders(ITB)

Employer may amend the Bidding Document by issuing


addenda.
8.2 Any addendum issued shall be part of the Bidding Document
and shall be communicated in writing to all who have obtained
the Bidding Document from the Employer in accordance with
ITB 6.3. If so specified in the BDS, the Employer shall also
promptly publish the addendum on the Employer’s web page in
accordance with ITB 7.1.
8.3 To give the Bidders reasonable time in which to take an
addendum into account in preparing their Bids, the Employer
may extend the deadline for the submission of Bids, pursuant to
ITB 22.2.

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.

11. Documents Comprising the Bid

11.1 The Bid shall comprise two envelopes submitted


simultaneously, one called the Technical Bid containing the
documents listed in ITB 11.2 and the other the Price Bid
containing the documents listed in ITB 11.3, both envelopes
enclosed together in an outer single envelope.

11.2 The Technical Bid shall comprise the following:


(a) Letter of Technical Bid, in accordance with ITB 12.1;
(b) Bid Security, in accordance with ITB 19;
(c) Power of Attorney, authorizing the signatory of the Bid to
commit the Bidder, in accordance with ITB 20.2 and ITB
20.3;

CMRL ITB - 10 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – I
TENDER No. CP06/UG06/RT01 Instruction To Bidders(ITB)

(d) copy of the JV Agreement, or Letter of Intent to enter into


a JV including a draft agreement in the case of a Bid
submitted by a JV in accordance with ITB 4.1;
(e) documentary evidence in accordance with ITB 17
establishing the Bidder’s eligibility and qualifications to
perform the Contract if its Bid is accepted;
(f) Technical Proposal in accordance with ITB 16;
(g) Acknowledgement of Compliance with the Guidelines for
Procurement under Japanese ODA Loans (Form ACK),
which shall be signed and dated by the Bidder’s
authorized representative; and
(h) any other document required in the BDS.

11.3 The Price Bid shall comprise the following:

(a) Letter of Price Bid, in accordance with ITB 12;


(b) Completed Schedules in accordance with ITB 12.1 and
ITB 14, including priced Bill of Quantities, and
completed Schedule of Adjustment Data (if any
required in accordance with ITB 14.5) but excluding
any Schedule(s) required in ITB 11.2.
(c) any other document required in the BDS.

12. Letter of Bid and Schedules

12.1 The Bidder shall complete the Letters of Technical Bid


and Price Bid and the Schedules, including the Bill of
Quantities, and the Schedule of Adjustment Data (only if
required in ITB 14.5), using the relevant forms furnished
in Section IV, Bidding Forms. The forms must be
completed without any alterations to the text, and no
substitutes shall be accepted. All blank spaces shall be
filled in with the information requested.

13. Alternatives to the Bid Requirements and Alternative Bids


13.1 If so specified in the BDS, alternative times for
completion will be permitted, and the method of evaluating
different times for completion shall be as specified in
Section III, Evaluation and Qualification Criteria.

13.2 If so specified in the BDS, alternative Bids will be


permitted, and the Bidders, wishing to offer technical

CMRL ITB - 11 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – I
TENDER No. CP06/UG06/RT01 Instruction To Bidders(ITB)

alternatives to the Bid requirements, may in addition to the


substantially responsive Bid (hereinafter referred to as
“Base Bid”), submit an alternative Bid. The alternative Bid
shall be complete with all information necessary for a
complete evaluation of the alternative by the Employer
including drawings, design calculations, technical
specifications, breakdown of prices, proposed construction
methodology and other relevant details.

Only the alternative Bids, if any, submitted by the Bidder


whose Base Bid is determined to be the lowest evaluated
Bid under ITB 36.1 shall be considered by the Employer.

14. Bid Prices and Discounts

14.1 The prices and discounts (including any price reduction)


quoted by the Bidder in the Letter of Price Bid and in the
Bill of Quantities shall conform to the requirements
specified below.

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.

For the purpose of evaluation, any item against which no


rate or price is entered by the Bidder shall be assumed to
be not included in the Bid. However provided that the Bid
is determined to be substantially responsive
notwithstanding this omission, the average price of the
item quoted by the substantially responsive Bidders will
be added to the Bid Price and the total cost of the Bid so
determined will be used for price comparison.

14.3 The price to be quoted in the Letter of Price Bid, in


accordance with ITB 12.1, shall be the total price of the
Bid, excluding any discounts offered. Absence of the total
bid price in the Letter of Price Bid may result in the
rejection of the Bid.

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.

14.5 Unless otherwise specified in the BDS and the Conditions


of Contract, the rates and prices quoted by the Bidder are
subject to adjustment during the performance of the
CMRL ITB - 12 December 2021
Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – I
TENDER No. CP06/UG06/RT01 Instruction To Bidders(ITB)

Contract in accordance with the provisions of the


Conditions of Contract. In such a case, the Bidder shall
furnish the indices and/or weightings for the price
adjustment formulae in the Schedule of Adjustment Data
and the Employer may require the Bidder to justify its
proposed indices and weightings.

14.6 If so specified in BDS 1.1, Bids are being invited for


multiple lots. The Bidders wishing to offer any discounts
(including price reduction) for the award of more than one
lot shall specify in their Letter of Price Bid, discounts
applicable to such award. Discounts shall be submitted in
accordance with ITB 14.4, provided the Bids for all lots are
opened at the same time.

14.7 Unless otherwise provided in the BDS, all duties, taxes,


and levies payable by the Contractor under the Contract, or
for any other cause, as of the date twenty-eight (28) days
prior to the deadline for submission of Bids, shall be
included in the rates and prices and the total Bid Price
submitted by the Bidder.

14.8 The exact amounts of the Provisional Sums shall be


indicated in the completed Bill of Quantities in the
following manner:
(a) The exact amounts and currencies of the Specified
Provisional Sums and contingency allowance, if any, shall
be as specified in the BDS.
(b)The amount of the Provisional Sum, if any, for the
Daywork shall be derived by the Bidder (by entering rates
and/or prices in the Schedule of Daywork Rates in the Bill
of Quantities) and indicated in the Summary of the
completed Bill of Quantities.
The Bidder shall be aware of the provisions stated in Sub-
Clauses 1.1.4.10, 13.5 and 13.6 of the Conditions of
Contract.

15. Currencies of Bid and Payment

15.1 The currency(ies) of the Bid shall be as specified in the


BDS. 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.

CMRL ITB - 13 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – I
TENDER No. CP06/UG06/RT01 Instruction To Bidders(ITB)

15.2 The Bidders may be required by the Employer to justify,


to the Employer’s satisfaction, their local and foreign
currency requirements, and to substantiate that the
amounts included in the unit rates and prices and shown
in the Schedule of Adjustment Data are reasonable.

16. Technical Proposal and Subcontractors

16.1 The Bidder shall furnish as part of the Technical Bid, a


Technical Proposal including a statement of work
methods, equipment, personnel, schedule, safety plan and
any other information as stipulated in Section IV, Bidding
Forms, in sufficient detail to demonstrate substantial
responsiveness of the Bidder’s proposal to meet the work
requirements and the completion time.
16.2 Unless otherwise stated in the BDS, the Employer does
not intend to execute any specific elements of the Works
by subcontractors selected in advance by the Employer
(nominated Subcontractors).
The Bidder may propose to subcontract any of the key
activities indicated in Section III, Evaluation Qualification
Criteria 2.4.2 (b). In such a case,
(a) the Bidder may list one or more subcontractor(s)
against any of the key activities aforementioned and
summation of the subcontractors’ qualifications against
each of criteria for key activities is accepted;
(b) the Bidder shall clearly identify the proposed
subcontractor(s) in Forms ELI-3 and EXP-2(b) in
Section IV, Bidding Forms and submit the Schedule
of Subcontractors, as part of its Technical Proposal,
listing out all subcontractors so proposed; and
(c) substitution of the proposed subcontractor(s) shall
not be allowed after the Bid submission deadline date
prescribed by the Employer in accordance with ITB
22.1.
If the prequalification process was conducted prior to
the bidding process, the Bidder shall name and list out
in the Schedule of Subcontractors, the same
subcontractor(s) whose experience in the key activities
was evaluated in the prequalification, except only for
such changes as are explicitly approved by the
Employer in accordance with ITB 17.2.

CMRL ITB - 14 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – I
TENDER No. CP06/UG06/RT01 Instruction To Bidders(ITB)

17. Documents Establishing the Qualifications of the Bidder

17.1 In accordance with Section III, Evaluation and


Qualification Criteria,

(a) if the prequalification process was conducted prior to the


bidding process, the Bidder shall provide in the
corresponding information sheets included in Section IV,
Bidding Forms, updated information on any assessed
aspect to establish that the Bidder continues to meet the
criteria used at the time of prequalification, and
(b) if the prequalification process was not conducted prior to
the bidding process, the Bidder shall provide the
information requested in the corresponding information
sheets included in Section IV, Bidding Forms.
The aforementioned Evaluation and Qualification Criteria
contains, among other things, the requirements as to
eligibility specified in ITB 4.

17.2 Any change in the structure or formation of the Bidder


after being prequalified and invited to bid (including, in the
case of a JV, any change in the structure or formation of
any member thereto) shall be subject to the written approval
of the Employer prior to the deadline for submission of
Bids. Such approval shall be denied if:
(a) such change has not taken place by the free choice of
the firms involved;
(b) as a consequence of the change, the Bidder no longer
substantially meets the qualification criteria set forth in
the Prequalification Document; or
(c) in the opinion of the Employer, the change may result
in a substantial reduction in competition.

Any such change should be submitted to the Employer


not later than twenty-eight (28) days before the Bid
submission deadline.

18. Period of Validity of Bids


18.1 Bids shall remain valid for the period specified in the
BDS after the Bid submission deadline date prescribed by
the Employer in accordance with ITB 22.1. A Bid valid
for a shorter period shall be rejected by the Employer as
nonresponsive.
18.2 In exceptional circumstances, prior to the expiration of the
Bid validity period, the Employer may request the
Bidders to extend the period of validity of their Bids. The
request and the responses shall be made in writing. The
Bid Security shall also be extended for twenty-eight (28)

CMRL ITB - 15 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – I
TENDER No. CP06/UG06/RT01 Instruction To Bidders(ITB)

days beyond the deadline of the extended validity period.


A Bidder may refuse the request without forfeiting its Bid
Security. A Bidder granting the request shall not be
required or permitted to modify its Bid, except as
provided in ITB 18.3.
18.3 If the award is delayed by a period exceeding fifty-six (56)
days beyond the expiry of the initial Bid validity period,
the Contract price shall be determined as follows:
(a) In the case of fixed price contracts, the Contract price
shall be the Bid Price adjusted by the factor specified in
the BDS.
(b) In the case of adjustable price contracts, no adjustment
shall be made.
In any case, Bid evaluation shall be based on the Bid Price
without taking into consideration the effect of the
adjustment indicated in the above paragraph.

19. Bid Security

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:

(a) an unconditional guarantee issued by a bank or non-bank


financial institution (such as an insurance, bonding or surety
company);
(b)an irrevocable standby letter of credit;
(c) a cashier’s or certified check; or
(d)another security specified in the BDS,
from a reputable source. If the unconditional guarantee is
issued by a non-bank financial institution located outside
the Employer’s Country, the issuing financial institution
shall have a correspondent financial institution located in
the Employer’s Country to make it enforceable. In the case
of a bank guarantee, the Bid Security shall be submitted
either using the Bid Security Form included in Section IV,
Bidding Forms, or in another substantially similar format
approved by the Employer prior to Bid submission. In
either case, the form must include the complete name of the

CMRL ITB - 16 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – I
TENDER No. CP06/UG06/RT01 Instruction To Bidders(ITB)

Bidder. The Bid Security shall be valid for twenty-eight


(28) days beyond the original validity period of the Bid, or
beyond any period of extension if requested under ITB 18.2.
19.3 Any Bid not accompanied by a substantially responsive
Bid Security shall be rejected by the Employer as non-
responsive.
19.4 The Bid Security of all Bidders who have been rejected on
the grounds of their Technical Bids being substantially
nonresponsive to the requirements of the Bidding
Document, shall be returned as promptly as possible upon
the Employer’s notification of such rejection pursuant to
ITB 25.8.
The Bid Security of all unsuccessful Bidders (other than
those referred in the above paragraph) shall be returned as
promptly as possible upon the successful Bidder’s signing
the Contract and furnishing the Performance Security
pursuant to ITB 41.
19.5 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.
19.6 The Bid Security may be forfeited:
(a) if a Bidder withdraws its Bid during the period of Bid
validity specified by the Bidder on the Letters of Technical
Bid and Price Bid, or any extension thereto provided by the
Bidder; or
(b) if the successful Bidder fails to:
(i) sign the Contract in accordance with ITB 40; or

(ii) furnish a Performance Security in accordance with


ITB 41.
19.7 The Bid Security of a JV shall be in the name of the JV that
submits the Bid. If the JV has not been legally constituted
into a legally enforceable JV at the time of bidding, the Bid
Security shall be in the names of all future members as
named in the Letter of Intent referred to in ITB 4.1.
20. Format and Signing of Bid

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

CMRL ITB - 17 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – I
TENDER No. CP06/UG06/RT01 Instruction To Bidders(ITB)

appropriate. Alternative Bids, if permitted in accordance


with ITB 13.2, shall be clearly marked “ALTERNATIVE BID -
ORIGINAL”.
In addition, the Bidder shall submit copies of the Technical
and Price Bids, in the number specified in the BDS and
clearly mark each of them “TECHNICAL BID - COPY”,
“PRICE BID - COPY” and “ALTERNATIVE BID - COPY”, as
appropriate.
In the event of any discrepancy between the original and
the copies, the original shall prevail.
20.2 The original of the Bid shall be typed or written in indelible
ink and shall be signed by a person duly authorized to sign on
behalf of the Bidder. This authorization shall be in the form of
a Power of Attorney included in the Technical Bid. All pages
of the Bid where entries or amendments have been made shall
be signed or initialed by the person signing the Bid.
20.3 A bid submitted by a JV shall be signed by an authorized
representative of the JV accompanied by a Power of
Attorney from each member of the JV giving that
authorized representative the power to sign on their behalf
and legally bind them all. Such power shall also be given
by a person duly authorized to do so on behalf of each
member evidenced by a Power of Attorney.
20.4 Any interlineation, erasures, or overwriting shall be valid
only if they are signed or initialed by the person signing the
Bid.
20.5 The Bidders shall clearly mark “CONFIDENTIAL” any
information which they regard as confidential to their
business. Such information may include proprietary
information, trade secrets, or commercial or financially
sensitive information.

D. Submission and Opening of Bids

21. Sealing and Marking of Bids

21.1 The Bidder shall enclose:


(a) in a sealed envelope, duly marked as “TECHNICAL BID -
ORIGINAL”, all documents comprising the Technical Bid, as
described in ITB 11.2;
(b) in a sealed envelope, duly marked as “PRICE BID -
ORIGINAL”, all documents comprising the Price Bid, as
described in ITB 11.3;

CMRL ITB - 18 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – I
TENDER No. CP06/UG06/RT01 Instruction To Bidders(ITB)

(c) in sealed envelopes, duly marked as “TECHNICAL BID -


COPY”, all required copies of the Technical Bid,
sequentially numbered;
(d) in sealed envelopes, duly marked as “PRICE BID - COPY”,
all required copies of the Price Bid, sequentially numbered;
and
(e) if alternative Bids are permitted in accordance with ITB
13.2, and if relevant:
(i) in an envelope marked “ALTERNATIVE BID - ORIGINAL”,
the alternative Bid; and
(ii) in the envelope marked “ALTERNATIVE BID - COPY”, all
required copies of the alternative Bid, sequentially
numbered.
These envelopes (inner envelopes) containing the original
and the copies shall then be enclosed in one single envelope
(outer envelope).
21.2 The inner and outer envelopes shall be:
(a) clearly marked with the name and address of the Bidder;
(b)addressed to the Employer in accordance with ITB 22.1;
and
(c) clearly marked with the specific identification of this
bidding process specified in BDS 1.1.
21.3 The outer envelopes and the inner envelopes containing the
Technical Bid shall be clearly marked with a warning
“NOT TO BE OPENED BEFORE THE TIME AND
DATE FOR THE OPENING OF TECHNICAL BID”, in
accordance with ITB 25.1.

21.4 The inner envelopes containing the Price Bid shall be


clearly marked with a warning “NOT TO BE OPENED
UNTIL ADVISED BY THE EMPLOYER”, in
accordance with ITB 25.7.
21.5 The inner envelopes containing the alternative Bids, if any,
shall be clearly marked with a warning “NOT TO BE
OPENED UNTIL ADVISED BY THE EMPLOYER”, in
accordance with ITB 13.2.
21.6 If all envelopes are not sealed and marked as required, the
Employer will assume no responsibility for the
misplacement or premature opening of the Bid.

CMRL ITB - 19 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – I
TENDER No. CP06/UG06/RT01 Instruction To Bidders(ITB)

22. Deadline for Submission of Bids


22.1 Bids must be received by the Employer at the address and
no later than the date and time specified in the BDS.

22.2 The Employer may, at its discretion, extend the deadline


for the submission of Bids by amending the Bidding
Document in accordance with ITB 8, in which case all
rights and obligations of the Employer and the Bidders
subject to the previous deadline shall thereafter be subject
to the deadline as extended.
23. Late Bids
23.1 The Employer shall not consider any Bid that arrives after
the deadline for submission of Bids, in accordance with
ITB 22. Any Bid received by the Employer after the
deadline for submission of Bids shall be declared late,
rejected, and returned unopened to the Bidder.

24. Withdrawal, Substitution, and Modification of Bids

24.1 A Bidder may withdraw, substitute, or modify its Bid –


Technical or Price – after it has been submitted and prior to
the deadline for submission of Bids, by sending a written
notice, duly signed by an authorized representative, and
shall include a copy of the Power of Attorney in
accordance with ITB 20.2 and ITB 20.3. The
corresponding substitution or modification of the Bid must
accompany the respective written notice. All notices must
be:

(a) prepared and submitted in accordance with ITB 20 and


ITB 21 (except that withdrawals notices do not require
copies), and in addition, the respective outer envelopes
shall be clearly marked “WITHDRAWAL”,
“SUBSTITUTION”, “MODIFICATION”, and
(b) received by the Employer prior to the deadline
prescribed for submission of Bids, in accordance with
ITB 22.

24.2 Bids requested to be withdrawn in accordance with ITB


24.1 shall be returned unopened to the Bidders.

24.3 No Bid may be withdrawn, substituted, or modified in the


interval between the deadline for submission of Bids and
the expiration of the period of Bid validity specified by
the Bidder on the Letters of Technical Bid and Price Bid
or any extension thereof.

CMRL ITB - 20 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – I
TENDER No. CP06/UG06/RT01 Instruction To Bidders(ITB)

25. Bid Opening


25.1 Except in the cases specified in ITB 23 and ITB 24, the
Employer shall publicly open and read out in accordance
with ITB 25.5 all Technical Bids received by the
deadline, at the date, time and place specified in the
BDS, in the presence of the Bidders’ designated
representatives and anyone who choose to attend. The
Price Bids will remain unopened and will be held in
custody of the Employer until the time of their opening
to be specified in accordance with ITB 25.7. Alternative
Bids, if any, shall remain unopened in accordance with
ITB 13.2.
If the Technical Bid and the Price Bid are submitted
together in one envelope, the Employer may reject the
entire Bid.
25.2 First, envelopes marked “WITHDRAWAL” shall be opened
and read out and the envelope with the corresponding
Bid shall not be opened, but returned to the Bidder. No
Bid withdrawal shall be permitted unless the
corresponding withdrawal notice contains a valid
authorization to request the withdrawal and is read out at
the opening of Technical Bids.
25.3 Next, outer envelopes marked “SUBSTITUTION” shall be
opened. The inner envelopes containing Substitution
Technical Bid and/or Substitution Price Bid shall be
exchanged with the corresponding envelopes being
substituted, which are to be returned to the Bidder
unopened. Only the Substitution Technical Bid, if any,
shall be opened and read out. Substitution Price Bid will
remain unopened in accordance with ITB 25.1. No Bid
substitution shall be permitted unless the corresponding
substitution notice contains a valid authorization to
request the substitution and is read out at the opening of
Technical Bids.
25.4 Next, outer envelopes marked “MODIFICATION” shall be
opened. No Technical Bid and/or Price Bid modification
shall be permitted unless the corresponding modification
notice contains a valid authorization to request the
modification and is read out at the opening of Technical
Bids. Only the Technical Bids, both Original as well as
Modification, are to be opened and read out at the
opening of Technical Bids. Price Bids, both Original as
well as Modification, shall remain unopened in
accordance with ITB 25.1.
25.5 Next, all other envelopes holding the Technical Bids shall
be opened one at a time, reading out:
CMRL ITB - 21 December 2021
Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – I
TENDER No. CP06/UG06/RT01 Instruction To Bidders(ITB)

(a) the name of the Bidder;


(b) whether there is a withdrawal, substitution, or
modification;
(c) whether there is an alternative Bid without opening its
envelope;
(d) the presence or absence of a Bid Security; and
(e) any other details as the Employer may consider
appropriate.
Only Technical Bids read out at Bid opening shall be
considered for evaluation. The Employer shall neither
discuss the merits of any Bid nor reject any Bid (except
for late Bids, in accordance with ITB 23.1).
25.6 The Employer shall prepare a record of the opening of
Technical Bids that shall include, as a minimum:
(a) the name of the Bidder;
(b) whether there is a withdrawal, substitution, or
modification;
(c) whether there is an alternative Bid; and
(d) the presence or absence of a Bid Security.
The Bidders’ representatives who are present shall be
requested to sign the record. The omission of a Bidder’s
signature on the record shall not invalidate the contents
and effect of the record. A copy of the record shall be
distributed to all Bidders who submitted Bids in time, and
to JICA.
25.7 At the end of the evaluation of the Technical Bids, the
Employer will invite the Bidders who have submitted
substantially responsive Technical Bids and who have
been determined as being qualified for award to attend the
opening of the Price Bids. The date, time, and location of
the opening of Price Bids will be advised in writing by the
Employer. The opening date should allow the Bidders
sufficient time to make arrangements for attending the
opening of Price Bids.
25.8 The Employer will notify, in writing, the Bidders who
have been rejected on the grounds of their Technical
Bids being substantially non-responsive to the
requirements of the Bidding Document and/or who have
been determined as being disqualified for award, and
return their Price Bids unopened together with the Bid
Security.
CMRL ITB - 22 December 2021
Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – I
TENDER No. CP06/UG06/RT01 Instruction To Bidders(ITB)

25.9 The Employer shall conduct the opening of Price Bids of


all Bidders who submitted substantially responsive
Technical Bids and who were determined as being
qualified for award, in the presence of the Bidders’
representatives who choose to attend at the address, date
and time specified by the Employer. The Bidder’s
representatives who are present shall be requested to sign
a register evidencing their attendance.
25.10 All envelopes containing Price Bids and alternative Bids,
if any, shall be opened one at a time, reading out:
(a) the name of the Bidder;
(b) whether there is a withdrawal, substitution or
modification;
(c) the total Bid Price, including any discounts and
alternative Bids; and in the case of bidding for multiple
lots, the total price for each lot together with the sum of
the total prices for all lots including any discounts; and
(d) any other details as the Employer may consider
appropriate.
Only Price Bids and Price Bid discounts read out and
recorded at the opening of Price Bids shall be considered
for evaluation. The Employer shall neither discuss the
merit of any Price Bid nor reject any Price Bid at the
Price Bids opening.
25.11 The Employer shall prepare a record of the opening of
Price Bids that shall include, as a minimum:
(a) the name of the Bidder; and
(b) the total Bid Price; including any discounts and
alternative Bids; and in the case of bidding for multiple
lots, the total price for each lot together with the total
price for all lots including any discounts.
The Bidders’ representatives who are present shall be
requested to sign the record. The omission of a Bidder’s
signature on the record shall not invalidate the contents
and effect of the record. A copy of the record shall be
distributed to all Bidders who submitted Bids in time,
and to JICA.

CMRL ITB - 23 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – I
TENDER No. CP06/UG06/RT01 Instruction To Bidders(ITB)

E. Evaluation and Comparison of Bids


26. Confidentiality
26.1 Information relating to the evaluation of Bids and
recommendation of Contract award shall not be disclosed
to the Bidders or any other persons not officially
concerned with the bidding process until information on
Contract award is communicated to all Bidders in
accordance with ITB 39.

The use by any Bidder of confidential information related


to this bidding process may result in the rejection of its
Bid.
26.2 Any attempt by a Bidder to influence the Employer in the
evaluation of the Bids or Contract award decisions may
result in the rejection of its Bid.
26.3 Notwithstanding ITB 26.2, from the time of Bid opening
to the time of Contract award, if any Bidder wishes to
contact the Employer on any matter related to the bidding
process, it shall do so in writing.
27. Clarification of Bids
27.1 To assist in the examination, evaluation, and comparison
of the Technical and Price Bids, and qualification of the
Bidders, the Employer may, at its discretion, ask any
Bidder for a clarification of its Bid, giving a reasonable
time for a response. Any clarification submitted by a
Bidder that is not in response to a request by the
Employer shall not be considered. The Employer’s
request for clarification and the response shall be in
writing. No change in the substance of the Technical Bid
or prices in the Price Bid, including any voluntary
increase or decrease in the prices, shall be sought,
offered, or permitted, except to confirm the correction of
arithmetical errors discovered by the Employer in the
evaluation of the Price Bids, in accordance with ITB 33.
27.2 If a Bidder does not provide clarifications of its Bid by the
date and time set in the Employer’s request for
clarification, its Bid may be rejected.

28. Deviations, Reservations, and Omissions


28.1 During the evaluation of Bids, the following definitions
apply:

CMRL ITB - 24 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – I
TENDER No. CP06/UG06/RT01 Instruction To Bidders(ITB)

(a) “Deviation” is a departure from the requirements specified


in the Bidding Document;
(b) “Reservation” is the setting of limiting conditions or
withholding from complete acceptance of the
requirements specified in the Bidding Document; and
(c) “Omission” is the failure to submit part or all of the
information or documentation required in the Bidding
Document.
29. Preliminary Examination of Technical Bids
29.1 The Employer shall examine the Bid to confirm that all
documents and information requested in ITB 11.2 have
been provided, and to determine the completeness of each
document submitted.
29.2 The Employer shall confirm that the following documents and
information have been provided in the Technical Bid. If any of
these documents or information is missing, the Bid shall be
rejected.
(a) Letter of Technical Bid;
(b) Power of Attorney to commit the Bidder;
(c) Bid Security; and
(d) Technical Proposal in accordance with ITB 16.
30. Qualification of the Bidders
30.1 The Bidders shall substantially meet or exceed the specified
qualification requirements. The Employer shall determine to
its satisfaction whether the Bidders meet the qualifying criteria
specified in Section III, Evaluation and Qualification Criteria,
during the evaluation of Technical Bids. However, if the
prequalification process was carried out prior to the bidding
process, the Employer may carry out the assessment of the
qualification criteria specified in Section III, Evaluation and
Qualification Criteria, only for the Bidder who submitted the
lowest evaluated and substantially responsive Bid.
30.2 The determination shall be based upon an examination of the
documentary evidence of the Bidder’s qualifications
submitted by the Bidder, pursuant to ITB 17. For the
purposes of this determination, only the qualification of the
legal entity(ies) comprising the Bidder shall be considered. In
particular, the qualifications of affiliated entities (such as the
parent company(ies), group companies, subsidiaries or other
affiliates) shall not be considered unless they are parties to
the Bidder under a JV in accordance with ITB 4.1 or as

CMRL ITB - 25 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – I
TENDER No. CP06/UG06/RT01 Instruction To Bidders(ITB)

subcontractors to be employed in accordance with ITB 16.2


for the key activities listed in Section III Evaluation and
Qualification Criteria 2.4.2(b).

30.3 The Employer reserves the right to waiver minor


(nonmaterial) deviations in the qualification criteria if they
do not materially affect the technical capability and
financial resources of the Bidder to perform the contract.
30.4 An affirmative determination shall be a prerequisite for award
of the Contract to the Bidder. A negative determination shall
result in disqualification of the Bid.
If the assessment of the Bidder’s qualification was conducted
only for the lowest evaluated Bidder, in accordance with ITB
30.1, and the result of such assessment is negative, the
Employer shall proceed to the next lowest evaluated Bid to
make a similar determination.
30.5 The subcontractors proposed by the Bidder in its Bid shall
meet the eligibility requirements of ITB 4.

Furthermore, the subcontractor proposed in accordance with


ITB 16.2 who does not meet the corresponding criteria for
the key activities specified in Evaluation and Qualification
Criteria 2.4.2(b) shall be disqualified.

31. Determination of Responsiveness of Technical Bids

31.1 The Employer’s determination of a Technical Bid’s


responsiveness is to be based on the contents of the
Technical Bid itself, as defined in ITB 11.2.
31.2 For the purposes of this determination, a substantially
responsive Technical Bid is one that meets the requirements
of the Bidding Document without material deviation,
reservation, or omission. A material deviation, reservation,
or omission is one that,
(a) if accepted, would
(i) affect in any substantial way the scope, quality, or
performance of the Works specified in the Contract; or
(ii) limit in any substantial way, inconsistent with the Bidding
Document, the Employer’s rights or the Bidder’s
obligations under the proposed Contract; or
(b) if rectified, would unfairly affect the competitive
position of the other Bidders presenting substantially
responsive Bids

CMRL ITB - 26 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – I
TENDER No. CP06/UG06/RT01 Instruction To Bidders(ITB)

31.3 The Employer shall examine the Technical Bid submitted in


accordance with ITB 16 and Section III, Evaluation and
Qualification Criteria, in particular, to confirm that all
requirements of Section VI, Works Requirements have been
met without any material deviation, reservation or omission.

31.4 If a Technical Bid is not substantially responsive to the


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

32. Nonmaterial Nonconformities


32.1 Provided that a Technical Bid is substantially responsive, the
Employer may waive any nonconformities (deviation,
reservation or omission) in the Technical Bid.
32.2 Provided that a Technical Bid is substantially responsive, the
Employer may request that the Bidder submit the necessary
information or documentation, within a reasonable period of
time, to rectify nonmaterial nonconformities in the Technical
Bid related to documentation requirements. Requesting
information or documentation on such nonconformities shall
not be related to any aspect of the Price Bid. Failure of the
Bidder to comply with the request may result in the rejection
of its Bid.
32.3 Provided that a Technical Bid is substantially responsive,
the Employer shall rectify quantifiable nonmaterial
nonconformities related to the Bid Price. To this effect, the
Bid Price shall be adjusted, for comparison purposes only,
to reflect the price of a missing or non-conforming item or
component. Adjustment to the rates and prices of the Bill
of Quantities shall be made in accordance with ITB 14.2.

33. Correction of Arithmetical Errors


33.1 Provided that the bid is substantially responsive, the
Employer shall correct arithmetical errors on the following
basis:
(a) where there is a discrepancy between the unit price and
the total price that is obtained by multiplying the unit price
and quantity, the unit price shall prevail and the total price
shall be corrected, unless in the opinion of the Employer
there is an obvious misplacement of the decimal point in
the unit price, in which case the total price as quoted shall
govern and the unit price shall be corrected;

CMRL ITB - 27 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – I
TENDER No. CP06/UG06/RT01 Instruction To Bidders(ITB)

(b) where there is an error in a total corresponding to the


addition or subtraction of subtotals, the subtotals shall
prevail and the total shall be corrected; and

(c) where there is a discrepancy between words and figures,


the amount in words shall prevail, unless the amount
expressed in words is related to an arithmetical error, in
which case the amount in figures shall prevail subject to
(a) and (b) above.
33.2 The Bidders shall be requested to accept correction of
arithmetical errors. Failure to accept the correction in
accordance with ITB 33.1, shall result in the rejection of
the Bid.
34. Conversion to Single Currency
34.1 For evaluation and comparison purposes, the currency(ies)
of the Bid shall be converted into a single currency as
specified in the BDS. The Employer will convert the
amounts in various currencies in which the Bid Price,
corrected pursuant to ITB 33, is denominated to the single
currency identified above at the selling rates established
for similar transactions by the authority specified in the
BDS and on the date stipulated in the BDS.
35. Evaluation of Price Bids
35.1 To evaluate a Price Bid, the Employer shall consider the
following:

(a) the Bid Price, excluding the Specified Provisional Sums


and contingency allowance, if any in the Grand Summary
of the Bill of Quantities, but including the Provisional
Sum for Daywork when priced competitively;
(b) price adjustment for correction of arithmetic errors in
accordance with ITB 33.1;
(c) price adjustment due to discounts offered in accordance
with ITB 14.4;
(d) the additional evaluation factors specified in Section III,
Evaluation and Qualification Criteria;
(e) price adjustment due to quantifiable nonmaterial
nonconformities in accordance with ITB 32.3; and
(f) converting the amount resulting from applying (a) to (e)
above, if relevant, to a single currency in accordance with
ITB 34.

CMRL ITB - 28 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – I
TENDER No. CP06/UG06/RT01 Instruction To Bidders(ITB)

35.2 If price adjustment is allowed in accordance with ITB


14.5, the estimated effect of the price adjustment
provisions of the Conditions of Contract, applied over the
period of execution of the Contract, shall not be taken into
account in Bid evaluation.

35.3 In the case of bidding for multiple lots, the lowest


evaluated price of the lot(s) shall be determined as specified
in Section III, Evaluation and Qualification Criteria.
36. Comparison of Bids
36.1 The Employer shall compare the evaluated prices of all
substantially responsive Bids established in accordance
with ITB 35.1 to determine the lowest evaluated Bid.
36.2 If the Bid, which results in the lowest Evaluated Bid Price,
is seriously unbalanced or front loaded in the opinion of the
Employer, the Employer may require the Bidder to produce
detailed price analyses for any or all items of the Bill of
Quantities, to demonstrate the internal consistency of those
prices with the construction methods and schedule
proposed. After evaluation of the price analyses, taking into
consideration the schedule of estimated Contract payments,
the Employer may require that the amount of the
Performance Security be increased at the expense of the
Bidder to a level sufficient to protect the Employer against
financial loss in the event of default of the successful
Bidder under the Contract.
36.3 In the event of identification of a potentially abnormally
low Bid, the Employer shall seek written clarifications from
the Bidder, including detailed price analyses of its Bid Price
in relation to the subject matter of the contract, scope,
proposed methodology, schedule, allocation of risks and
responsibilities and any other requirements of the Bidding
Document.
After evaluation of the price analyses, in the event that the
Employer determines that the Bidder has failed to
demonstrate its capability to perform the Contract for the
offered Bid Price, the Employer shall reject the Bid.
For the purposes of this ITB 36.3, an abnormally low Bid is
one where the Bid price, in combination with other
elements of the Bid, appears so low that it raises material
concerns as to the capability of the Bidder to perform the
Contract for the offered Bid Price.

CMRL ITB - 29 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – I
TENDER No. CP06/UG06/RT01 Instruction To Bidders(ITB)

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

38.1 Subject to ITB 37.1, the Employer shall award the


Contract to the Bidder whose offer has been determined to
be the lowest evaluated Bid and is substantially responsive
to the Bidding Document, provided further that the Bidder
is determined to be qualified to perform the Contract
satisfactorily.
39. Notification of Award
39.1 Prior to the expiration of the period of Bid validity, the
Employer shall notify the successful Bidder, in writing,
that its Bid has been accepted. The notification letter
(hereinafter and in the Conditions of Contract and
Contract Forms called the “Letter of Acceptance”) shall
specify the sum that the Employer will pay the Contractor
in consideration of the execution and completion of the
Works (hereinafter and in the Conditions of Contract and
Contract Forms called “the Accepted Contract Amount”).

39.2 After a contract has been determined to be eligible for


financing under Japanese ODA Loans, the following
information may be made public by JICA:

(a) name of each Bidder who submitted a Bid;


(b) Bid Prices as read out at Bid Opening;
(c) name and address of the successful Bidder; and
(d) signing date and amount of the contract.
39.3 Until a formal contract is prepared and executed, the Letter
of Acceptance shall constitute a binding Contract.

40. Signing of Contract


40.1 Promptly upon notification, the Employer shall send the
successful Bidder the Contract Agreement.

CMRL ITB - 30 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – I
TENDER No. CP06/UG06/RT01 Instruction To Bidders(ITB)

40.2 Within twenty-eight (28) days of receipt of the Contract


Agreement, the successful Bidder shall sign, date, and
return it to the Employer.
41. Performance Security

41.1 Within twenty-eight (28) days of the receipt of the


Letter of Acceptance from the Employer, the successful
Bidder shall furnish the Performance Security in
accordance with the Conditions of Contract, subject to
ITB 36.2 using for that purpose the Performance
Security Form included in Section IX, Contract Forms,
or another form acceptable to the Employer. If the
Performance Security furnished by the successful
Bidder is in the form of a bond, it shall be issued by a
bonding or insurance company that has been
determined by the successful Bidder to be acceptable to
the Employer. A foreign institution providing a bond
shall have a correspondent financial institution located
in the Employer’s Country.
41.2 Failure of the successful Bidder to submit the above-
mentioned Performance Security or sign the Contract
shall constitute sufficient grounds for the annulment of
the award and forfeiture of the Bid Security. In that event
the Employer may award the Contract to the next lowest
evaluated Bidder whose Bid is substantially responsive
and is determined by the Employer to be qualified to
perform the Contract satisfactorily.

42. Notification to Unsuccessful Bidders and Debriefing

42.1 As promptly as possible upon the successful Bidder


signing the Contract and furnishing the Performance
Security pursuant to ITB 41, the Employer shall notify all
unsuccessful Bidders of the results of the bidding.

42.2 After receipt of the Employer’s notification pursuant to


ITB 42.1 above, the unsuccessful Bidders (including those
rejected on the grounds of their Technical Bids not being
substantially responsive) may request in writing to the
Employer a debriefing seeking an explanation of the
grounds on which their Bids were not selected. The
Employer shall promptly respond in writing to any
unsuccessful Bidder who requests a debriefing in
accordance with this Clause.

CMRL ITB - 31 December 2021


CHENNAI METRO RAIL LIMITED
CHENNAI METRO RAIL PROJECT PHASE 2, CORRIDOR 5
TENDER No. CP06/UG06/RT01

“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

SINGLE STAGE TWO ENVELOPE BIDDING

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)

Bid Data Sheet

A. General

ITB 1.1 The number of the Invitation for Bids is:


CMRL/CON/PHASE-II/CORR-5/CP06/UG06/RT01/2021
The Employer is: Chennai Metro Rail Limited (CMRL),
Located in: Director (Projects)
Chennai Metro Rail Limited,
Admin Building,
CMRL Depot, PH Road,
Kovambedu, Chennai – 107, India.
The Project is: Chennai Metro Rail Project - Phase II, Corridor – 5.
The name of the Contract is: “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”
The multiple lots of the Project for which the Bids are being invited
are: Not Applicable
ITB 2.1 The Borrower is: President of India
The number of the JICA Loan Agreement is: ID-P272
The amount of a Japanese ODA Loan is: JPY 75,519,000,000
The signed date of the Loan Agreement is: 21st December 2018

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.

CMRL BDS - 1 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section - II
TENDER No. CP06/UG06/RT01 Bid Data Sheet(BDS)

ITB 4.7 Add a new Sub-Clause 4.7

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.

ITB 4.9 Add a new Sub-Clause 4.9

Canvassing or offer of an advantage or any other inducement by any


person with a view to influencing acceptance of a Bid will be an offence
under laws of India. Such action will result in the rejection of the Bid, in
addition to other punitive measures.

B. Bidding Documents
ITB 6.1 Replace Sub-Clause 6.1 with the following

The Bidding Documents consist of Parts 1, 2, 3 & 4 which include all


the Sections indicated below and should be read in conjunction with any
Addenda issued in accordance with ITB 8.

PART 1 - Bidding Procedures


Section – I Instructions to Bidders (ITB)
Section – II Bid Data Sheet (BDS)
Section – III Evaluation and Qualification Criteria (EQC)
Section – IV A Bidding Forms

CMRL BDS - 2 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section - II
TENDER No. CP06/UG06/RT01 Bid Data Sheet(BDS)

Section – IV-B Pricing Document


Section – V Eligible Source Countries
PART 2 - Employer’s Requirements
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
Section - IX. General Conditions (GC)
Section - X. Particular Conditions (PC)
Section - XI. Contract Forms
PART 4 – Reference Documents
A. Geotechnical Investigation Record
B. Existing Building Condition Survey Reports
C. Temporary Traffic Diversion Plans
D. Existing Utilities Drawings
The Bidder shall check the pages of all documents against page numbers
given in the contents page and in the event of discovery of any
discrepancy, the Bidder shall inform the Employer forthwith.
ITB 6.3 Add the following to the end of Sub-Clause 6.3
Failure to comply with the requirements of the Bidding Documents and
to furnish all information required by the Bidding Documents or
submission of a Bid not substantially responsive to the Bidding
Documents in every respect will be at the Bidder’s risk and may result in
rejection of its Bid.
ITB 6.5 Add a new Sub-Clause 6.5
The documents including the Bid Documents and all attached documents
provided by CMRL are and shall remain or become the property of

CMRL BDS - 3 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section - II
TENDER No. CP06/UG06/RT01 Bid Data Sheet(BDS)

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.

ITB 7.1 Add the following to the end of Sub-Clause 7.1


For clarification purposes and for any update/ addendum/
corrigendum/ pre-bid queries the Employer’s address is:
Attention: AGM (Contract Procurement)
Address:
Chennai Metro Rail Limited
Admin Building, CMRL Depot,
Poonamallee High Road, Koyambedu
Chennai 600 107, India
Telephone: +91-44-2379 2300, Extn. 22347
Facsimile number: +91-44-2379 2200
Email: agmcm@cmrl.in
Responses to any request for clarification, if any, will be published on the
Employer’s web page/e-tendering portal indicated below,
Web page: https://chennaimetrorail.org/
E-tendering portal : https://eprocure.gov.in/eprocure/app
Should the Bidder for any reason whatsoever, be in doubt about the
meaning of anything contained in the Bid Documents or the extent of
detail in the Employer’s Requirements and the Employer’s Drawings, the
Bidder shall seek clarification from the Employer in the format attached
in Section IV A: Bidding Forms (Form 6).

ITB 7.2 Add the following to the end of Sub-Clause 7.2


The Bidder shall note the existence of above ground, at grade and
underground structures, utilities, heritage buildings and infrastructure in
the near vicinity of the Works to be constructed.
The Bidder’s attention is drawn to Sub-Clause 4.10 of Part-3 – General
Conditions of Contract. The costs of visiting the site shall be at the
Bidder’s own expense.
ITB 7.4 A Pre-bid meeting will take place at the following date, time and place:
Date: As Specified in NIT
Time: As Specified in NIT
Place: As Specified in NIT
A site visit at the time of the pre-bid meeting will be organized by the
Employer.

CMRL BDS - 4 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section - II
TENDER No. CP06/UG06/RT01 Bid Data Sheet(BDS)

ITB 7.6 Replace Sub-Clause 7.6 with the following


Minutes of the pre-bid meeting, if applicable, including the text of the
questions asked by Bidders, without identifying the source, and the
responses given, together with any responses prepared after the meeting,
will be published in the CPP portal https://eprocure.gov.in/eprocure/app.
Any modification to the Bidding Documents that may become necessary
as a result of the pre- bid meeting shall be made by the Employer
exclusively through the issue of an addendum / corrigendum pursuant to
ITB 8 and shall be published on the CPP portal and the same shall also be
part and parcel of the Bid Document. Non-attendance at the pre-bid
meeting will not be a cause for disqualification of the Bidder.
ITB 8.2 Addenda, if any, will be published on the Employer’s web page / CPP
portal mentioned above.
C. Preparation of Bids
ITB 10.1 The language of the Bid is: English
ITB 11.1 Replace Sub-Clause 11.1 with the following

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).

A. Cost of the bid: Shall be Paid by NEFT/RTGS/Demand Draft /


SWIFT. Scanned copy to be uploaded online at the time of bid
submission. In case of DD Name of the Bidder and tender id / tender
reference number is to be written on the backside).

B. Bid Security/EMD: Shall be Paid by BG / NEFT / RTGS / Demand


Draft. Scanned copy of BG / DD / NEFT / RTGS receipt to be uploaded
online at the time of bid submission. If EMD is submitted in the form of
Bank Guarantee, it shall be as per format given in bid documents, from a
Scheduled Commercial Bank. Bidders should ensure submission of the
original Bank Guarantee / DD by person / post / courier at the office of
the Employer at the address specified in the Bid document before 15.00
Hrs of the bid submission due date.

C. Technical Package: To be submitted at appropriate place i.e.


Technical Envelope on CPP portal.
D. Financial Package: Financial Bid Excel sheet to be downloaded,
filled and uploaded in commercial envelope of CPP Portal and not
anywhere else.
If the Bidder fails either to upload the scanned copy of the BG/DD online
along with bid submission or fails to submit the originals at the aforesaid
location, his Bid shall not be considered for evaluation and shall be

CMRL BDS - 5 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section - II
TENDER No. CP06/UG06/RT01 Bid Data Sheet(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 14.5 Replace ITB 14.5 with the following


The rates and prices quoted by the Bidder are subject to adjustment
during the performance of the Contract in accordance with the provisions
of the Conditions of Contract. The Bidder shall use the indices and/or
weightings in Schedule of Adjustment Data for the price adjustment
formulae in the Particular conditions of contract.
ITB 14.7 Add the following to Sub-Clause 14.7

Duties, taxes and other levies indicated below shall be reimbursed


1. Only GST will be reimbursed against proof of discharge of
liability.
ITB 14.8 The Amounts and Currencies of the Specified Provisional Sums shall be
as follows:
Item Amount
Description
No. Local (INR) Foreign
Architectural finishes for
Stations including
landscaping and
restoration works in
1 parking identified at 70,00,00,000 -
various station locations,
finishing of vent shafts
and above ground
structures
Utility diversion/shifting
2 works and Statutory 22,12,31,800 -
Connections
3 Payment towards DAB 2,18,90,000 -

Total – Specified Provisional


94,31,21,800 -
Sums

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.

Payments in foreign currencies shall be made only on satisfactory


production of documentary proof of sourcing the material, any equipment
CMRL BDS - 7 December 2021
Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section - II
TENDER No. CP06/UG06/RT01 Bid Data Sheet(BDS)

or services outside the Employer's country.


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.
ITB 18.1 The Bid validity period shall be 120 days.
ITB 18.3(a) This BDS 18.3 (a) is not applicable.

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.

If EMD is submitted in the form of Bank Guarantee, it shall be as per


format given in bid documents, from a Scheduled Commercial Bank as
defined in Section 2(e) of RBI Act 1934 or from any Japanese Bank as
listed under Schedule of Commercial Banks by The Reserve Bank of
India (RBI).

A scanned copy of this BG is to be uploaded online and the Bidder


should ensure submission of the original Bank Guarantee by Person /
Post / Courier so as to reach at the office of the Employer at the address
specified in the Bid document before 1500Hrs of the Bid submission due
date.

If EMD / Bid submission Fee is submitted as


NEFT/RTGS/SWIFT/Demand Draft, a scanned copy of Transaction
receipt /DD is to be uploaded online along with Bid Submission and the
Bidder should ensure submission of the original Bank Guarantee by
Person / Post / Courier so as to reach at the office of the Employer at the
address specified in the Bid document before 1500Hrs of the Bid
submission due date.

In case of NEFT /RTGS/SWIFT /DD, Name of the Bidder and Bid


Number is to be written on the backside. If the Bidder either fails to
upload the scanned copy of the BG / Demand Draft / Transaction receipt
of NEFT/RTGS/SWIFT along with his Bid or fails to submit the original
Bank Guarantee or Demand Draft at the aforesaid location, his Bid shall
not be considered for evaluation and shall be summarily rejected .

CMRL BDS - 8 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section - II
TENDER No. CP06/UG06/RT01 Bid Data Sheet(BDS)

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

CMRL BDS - 9 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section - II
TENDER No. CP06/UG06/RT01 Bid Data Sheet(BDS)

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

Where there is a discrepancy between the words and figures in BOQ


Excel sheet , the amount in figure shall prevail.

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.

E. Evaluation, and Comparison of Bids


ITB 34.1 The currency that shall be used for Bid evaluation and comparison
purposes to convert all Bid Prices expressed in various currencies into a
single currency is: Indian Rupees (INR)
The source of exchange rate shall be: 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.
The date for the exchange rate shall be: 28 days prior to the stipulated
date of submission of the Bid as amended from time to time.
ITB 35.1 (a) Replace Sub-clause 35.1 (a) and (b) with the following:
& (b)
(a) The Bid Price including discounts if any but excluding Provisional
Sum and GST.;
(b) Not applicable.
ITB 36.3 Add the following at the end of Sub-Clause 36.3

Abnormally Low Bids

(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.

(b)When the offered bid price appears to be abnormally low, the


Employer shall undertake three-step review process as follows:

 Identify abnormally low costs and unit rates by comparing them


with the Engineer’s estimates, other substantially responsive bids,
or recently awarded similar contracts;
 Clarify and analyze the Bidder’s resource inputs and pricing,
including overheads, contingencies and profit margins; and
CMRL BDS - 11 December 2021
Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section - II
TENDER No. CP06/UG06/RT01 Bid Data Sheet(BDS)

 Decide whether to accept or reject the bid.

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

 analyses presented by the Bidder, the Employer may · accept the


bid, if the evidences provided satisfactorily accounts for the low
bid price and costs, in which case the bid is not considered
abnormally low;
OR
 reject the bid if the evidence provided does not satisfactorily
account for the low bid price and make a similar determination for
the next ranked bid, if required.
F. Award of Contract
Add the following to Sub-Clause 40.2:
In case of Joint venture (JV), all members are required to sign and seal all
ITB 40.2
the pages of the Contract Agreement & Documents forming the
agreement.

CMRL BDS - 12 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section - II
TENDER No. CP06/UG06/RT01 Bid Data Sheet(BDS)

Annexure to BDS

E-TENDER TOOL KIT


INSTRUCTIONS FOR ONLINE BID SUBMISSION THROUGH CPP PORTAL

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.

2. Procedure for Obtaining Digital Signature by Foreign Bidders

a) “Certifying Authorities” under CCA are issuing Digital Signature to Foreign


bidders. Below are the names of the vendors issuing DSC to Foreign bidders?
i. Capricorn Identity Services Pvt. Ltd.(www.certificate.digital/ )
ii. eMudhra (www.e-mudhra.com/ )
iii. Sify Technologies Limited (www.sifycorp.com/ )
iv. VSIGN (www.vsign.in/ )

CMRL BDS - 13 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section - II
TENDER No. CP06/UG06/RT01 Bid Data Sheet(BDS)

b) Following documents are required to be submitted by Foreign bidders towards


DSC registration:
I. Email id, mobile number, photo, scanned copy of proof of identity and
scanned copy of proof of address are required to be submitted.
II. Foreign Individual:
 For identity proof, the scanned copy of Passport/Local Govt issued
identity/PAN/OCI passport can be submitted.
 For the address proof the scanned copy of passport/OCI passport/local
government issued id having address/bank details having address/any
utility bills in the name of applicant issued within three months, or
document issued from embassy with residential address can be provided.
III. Foreign Organization:
 Scanned copy of organisational id, organisational email id, mobile number,
organizational address and letter of authorization from organization are
required.
 Scanned copy of registration/incorporation document.
 If the organization is already registered/ empanelled in government
organizations of India, then the scanned copy of the letter of request
issued from Indian government organization with the details of DSC
applicant can be accepted as address proof/existence of organisation for
DSC issuance.
c) Once registration process is completed, bidder then logs in to the site through the
secured log-in by entering their user ID / password and the password of the DSC /
e-Token.
d) Please visit respective CA’s websites for detailed and latest information on
procurement of DSC.

3. COST OF BIDDING DOCUMENTS

a) A non-refundable Bid cost as mentioned in NIT/Corrigendums shall be paid as a Demand Draft/


NEFT/RTGS/SWIFT in the name of "Chennai Metro Rail Limited” payable at Chennai.
b) The scanned copy of Demand Draft/NEFT/RTGS/SWIFT has to be uploaded along with the
submission of Bid.

CMRL BDS - 14 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section - II
TENDER No. CP06/UG06/RT01 Bid Data Sheet(BDS)

c) The Original Demand Draft of Tender Fees need to be submitted in person/post/courier on


or before the bid submission due date to the office of Additional General Manager
(Contract Procurement). The delay attributed to submission by courier/postal delays of
EMD, BG & Tender fees will be on the liability of the bidder and CMRL is in no way
accountable/ liable to receive delayed/late original DD along with Bank Guarantee towards
Bid Security.
d) 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.
e) Acknowledgement of the receipt of DD for Tender fees will be given by office of Additional
General Manager (Contract Procurement).
f) Indian bidders are to provide their GST registration details. However, if the foreign
bidders or JV turn out to be successful bidders, they shall obtain the GST registration
details and submit to the Engineer before getting any payments.

4. SEARCHING FOR TENDER DOCUMENTS

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>”

CMRL BDS - 15 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section - II
TENDER No. CP06/UG06/RT01 Bid Data Sheet(BDS)

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

CMRL BDS - 16 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section - II
TENDER No. CP06/UG06/RT01 Bid Data Sheet(BDS)

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 (*).

c) All bids are to be submitted on-line on the website http://eprocure.gov.in/eprocure/app.

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:

i. The EMD/Bid Security shall be submitted in the form of NEFT/RTGS/SWIFT/Bank


Guarantee/Demand Draft.
ii. The scanned copy of Demand Draft/NEFT/RTGS/SWIFT has to be uploaded along
with the submission of Bid. The originals of BG/DD shall be submitted through
post/courier/in-person to the office of Additional General Manager (Contract
Procurement) on or before bid submission due date. The delay attributed to
courier/postal delays will be on the liability of the bidder.
iii. The details of the NEFT/RTGS/Bank Guarantee/Demand Draft, originals sent should
tally with the details available in the scanned copy available in the data entered during
bid submission time. If there is any discrepancy found in the originals and Scanned copy
submitted in online bid submission, then the bidder will be disqualified and its bid will
not be qualified for further evaluation. Otherwise the uploaded bid will be rejected.

CMRL BDS - 17 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section - II
TENDER No. CP06/UG06/RT01 Bid Data Sheet(BDS)

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.

10. ASSISTANCE TO BIDDERS

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.

13. VALIDITY OF TENDER

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:

Beneficiary Name Chennai Metro Rail Limited

Name of the Bank Canara Bank

Branch Address Teynampet, Chennai 600018 17. T


he
Beneficiary Account No 0416214000030
Name
Type of Account Current Account
and
IFSC Code CNRB0000416 Design
MICR 600017014 ation

CMRL GST Number 33AADCC2233K1Z0 of


Officer
CMRL PAN Number AADCC2233K
and
Corporate Identity Number U60100TN2007SGC065596
Place
submission of Bid Security & Bid document Cost, Pre-bid Meeting and for clarification
Purposes is

“Additional General Manager (Contract Procurement)

Room No. 507,5th Floor

Chennai Metro Rail Limited

Admin Building, CMRL Depot

PH Road,Koyambedu,Chennai – 107

Telephone: 044 2379 2000, Extn- 22347.

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.

CMRL BDS - 21 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section - II
TENDER No. CP06/UG06/RT01 Bid Data Sheet(BDS)

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

CMRL BDS - 22 December 2021


CHENNAI METRO RAIL LIMITED
CHENNAI METRO RAIL PROJECT PHASE 2, CORRIDOR 5
TENDER No. CP06/UG06/RT01

“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

SINGLE STAGE TWO ENVELOPE BIDDING

SECTION - III

EVALUATION AND QUALIFICATION CRITERIA


(EQC)

DECEMBER 2021
Chennai Metro Rail Project – Phase -2, Corridor-5 Part-1,Section - III
TENDER No. CP06/UG06/RT01 Evaluation and Qualification Criteria (EQC)

Evaluation and Qualification Criteria


(Without Prequalification)

1. Evaluation

1.1 Evaluation of Technical Bids

The evaluation of the Technical Bids consists of the following:


(a) assessment of the qualification of the Bidder to perform the Contract
satisfactorily, in accordance with ITB 30. The qualification criteria for the
purpose of this assessment have been described in detail under item 2
(Qualification) below.
(b) determination of the substantial responsiveness of the Technical Bid in
accordance with ITB 31. The evaluation criteria for the purpose of this
determination have been described herein under.
Determination of the substantial responsiveness of the Technical Bid
includes, among other things, an assessment of the adequacy of the Bidder’s
Technical Proposal, during which the Bidder’s technical capacity to
complete the Works will be assessed in terms of the following. Based on
such assessment, the Employer will determine whether the Technical
Proposal is substantially responsive to the requirements stipulated in
Section VI, Work’s Requirements.
(i) mobilisation of key construction equipment and personnel for the
execution of the Works.
(ii) adequately supervising and controlling the execution of the Works by
the appropriate allocation of staff.
(iii) planning and scheduling of all work activities in such a manner that
the Works will be completed on time and meet with all Contract
requirements.
(iv) execution of the Works fully in accordance with all Contract
requirements including but not limited to work methods, material
sourcing, etc.
(v) carrying out all operations for the execution of the Works safely and
in an environment friendly manner.

CMRL EQC - 1 December 2021


Chennai Metro Rail Project – Phase -2, Corridor-5 Part-1,Section - III
TENDER No. CP06/UG06/RT01 Evaluation and Qualification Criteria (EQC)

1.1.1 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.

Chief Interface B.E/B.Tech in


4. Civil/Electrical/Mechanical 1 15 7
Coordinator
Eng.
Chief Quality
5. Assurance & Control B.E/B.Tech in 1 15 10
Manager Civil Eng.
M. E/ M. Tech in Industrial
6. Chief OHS&E Manager * 1 15 10
Safety
7. Planning Manager B.E/B.Tech in Civil Eng 1 10 5

8. BIM Manager B.E/B.Tech in Civil Eng. 1 10 5

Total No. of Key Personnel 14

Legend

1) * - Refer to item-1 Table-2 of OHS&E Requirement, Section VI, Sec E

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.

2. Alternative candidates for key positions shall not be evaluated.


3. For qualification of the staff mentioned in the above table, refer to Section – VI, Sub
Section – A, Part – 2 of bidding document.

CMRL EQC - 2 December 2021


Chennai Metro Rail Project – Phase -2, Corridor-5 Part-1,Section - III
TENDER No. CP06/UG06/RT01 Evaluation and Qualification Criteria (EQC)

1.1.2 Equipment
The Bidder must demonstrate that it has the key equipment listed hereafter:

Minimum Number Form No.


No. Equipment Type and Characteristics Required
Tunnel boring Machine of 6.6m dia. (Machine shall be
4 (New and/ or
1. capable of changing from open to close mode) 4.10 (a)
Remanufactured)

2. Trench Cutters for Diaphragm Wall 3 4.10 (b)

Set of Equipment for Diaphragm Wall (Trench Cutter /


3. 3 4.10 (c)
Grab) *

Total No. of Equipment’s 10

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.

*Suitable equipment to meet the geological conditions of each of the stations to be


proposed by the Bidder in Technical Bid). The number indicated above is minimum for
the Project. However, the Bidder has to propose suitable number, type and capacity of
equipment in its technical proposal based on his own Construction Methodology, fully
taking account of the productivities in view of anticipated geology and timelines of
meeting the key dates which will remain paramount. The Contractor will be obliged to
mobilise extra equipment anytime during the project as necessary to meet the timeline of
the project at no extra cost to the Employer.

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.

1.1.3 Other Evaluation Criteria

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)

CMRL EQC - 3 December 2021


Chennai Metro Rail Project – Phase -2, Corridor-5 Part-1,Section - III
TENDER No. CP06/UG06/RT01 Evaluation and Qualification Criteria (EQC)

asked against any awarded package(s) to the bidder, and the bid under consideration
as on the date of evaluation of the technical package.

1.2 Evaluation of Price Bids


In addition to the criteria listed in ITB 35.1 (a) – (c), (e) and (f), the following
criteria shall apply:

1.2.1 Other Evaluation Criteria (ITB 35.1(d))

Not Applicable

1.2.2 Award Criteria for Multiple Lots (ITB-35.3)

Not Applicable

1.3 Alternative Times for Completion (ITB 13.1)


Time for Completion of the Works shall be: 1395 days.

CMRL EQC - 4 December 2021


Chennai Metro Rail Project – Phase -2, Corridor-5 Part-1,Section - III
TENDER No. CP06/UG06/RT01 Evaluation and Qualification Criteria (EQC)

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.

(II) Exchange Rate for 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.

(III) Qualification Criteria for Award of Multiple Lots


Not Applicable.

CMRL EQC - 5 December 2021


Chennai Metro Rail Project – Phase -2, Corridor-5 Part-1,Section - III
TENDER No. CP06/UG06/RT01 Evaluation and Qualification Criteria (EQC)

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.

CMRL EQC - 6 December 2021


Chennai Metro Rail Project – Phase -2, Corridor-5 Part-1,Section - III
TENDER No. CP06/UG06/RT01 Evaluation and Qualification Criteria (EQC)

2.2 Historical Contract Non-Performance and Litigation

Eligibility and Qualification Criteria Compliance Requirements Documentatio


n
Joint Venture
Single (existing or intended) Submission
No. Factor Requirement
Firm All Members Each One Requirements
Combined Member Member
2.2.1 History of Non- Non-performance(i) of a contract did Must meet N/A Must meet N/A Form CON
Performing not occur as a result of contractor’s requirement requirement
Contracts default since 1st April 2016. (ii) (ii)

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)

in 2.3.1 below and assuming that all


pending litigation will be resolved
against the Bidder.
2.2.3 Litigation No consistent history of court orders/ Must meet N/A Must meet N/A Form CON
History arbitral award decisions against the requirement requirement
Bidder (iii) since 1st April 2016. (ii) (ii)

Notes for the Bidders


(i) Non-performance, as decided by the Employer, shall include all contracts:
(a) where non-performance was not challenged by the contractor, including through referral to the dispute resolution mechanism under the
respective contract, and
(b) that were so challenged but fully settled against the contractor.

CMRL EQC - 7 December 2021


Chennai Metro Rail Project – Phase -2, Corridor-5 Part-1,Section - III
TENDER No. CP06/UG06/RT01 Evaluation and Qualification Criteria (EQC)

Eligibility and Qualification Criteria Compliance Requirements Documentatio


n
Joint Venture
Single (existing or intended) Submission
No. Factor Requirement
Firm All Members Each One Requirements
Combined Member Member
Non-performance shall not include contracts where Employer’s decision was overruled by the dispute resolution mechanism. Moreover, non-
performance must be based on all information on fully settled disputes or litigation, i.e. dispute or litigation that has been resolved in accordance
with the dispute resolution mechanism under the respective contract and where all appeal instances available to the Bidder have been exhausted.
(ii) This requirement also applies to contracts executed by the Bidder as a JV member.
(iii) The Bidder shall provide accurate information on the related Bidding Form about any litigation resulting from contracts completed or on going
under its execution over the last five (5) years. A consistent history of court orders against the Bidder or any member of a joint venture may
result in failure of the Bid.

CMRL EQC - 8 December 2021


Chennai Metro Rail Project – Phase -2, Corridor-5 Part-1,Section - III
TENDER No. CP06/UG06/RT01 Evaluation and Qualification Criteria (EQC)

2.3 Financial Situation and Capabilities


Eligibility and Qualification Criteria Compliance Requirements Documentatio
n
Joint Venture
(existing or intended)
Single Submission
No. Factor Requirement All
Firm Each One Requirements
Members
Member Member
Combined
2.3.1 Financial The financial statements for the last (5) Must meet N/A Must meet N/A Form FIN –1
Performance five years(i) shall be submitted and must requirement requirement with
demonstrate the current soundness of the attachments
Bidder’s financial position and indicate its
prospective long-term profitability.

As the minimum requirement, the


Bidder’s net worth calculated as the
difference between total assets and total
liabilities should be positive

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.

CMRL EQC - 9 December 2021


Chennai Metro Rail Project – Phase -2, Corridor-5 Part-1,Section - III
TENDER No. CP06/UG06/RT01 Evaluation and Qualification Criteria (EQC)

Eligibility and Qualification Criteria Compliance Requirements Documentatio


n
Joint Venture
(existing or intended)
Single Submission
No. Factor Requirement All
Firm Each One Requirements
Members
Member Member
Combined
2.3.3 Financial The Bidder shall demonstrate, to the Must meet Must meet N/A N/A Form FIN –3
Capabilities satisfaction of the Employer that it requirement requirement and
currently (as of the Bid submission FIN –4
deadline), has access to, or has available,
liquid assets, unencumbered real assets,
lines of credit, and other financial means
(independent of any contractual advance
payment) sufficient to meet the
construction cash flow requirements
estimated as INR 190Cr for the subject
contract(s) net of the Bidder’s all other
commitments, both current and future.

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.

CMRL EQC - 10 December 2021


Chennai Metro Rail Project – Phase -2, Corridor-5 Part-1,Section - III
TENDER No. CP06/UG06/RT01 Evaluation and Qualification Criteria (EQC)

Notes for the Bidder:


(i) Available bid capacity = (2xAxN)-B. Where,
A = Maximum of the value of works executed in any one year during the last five financial years (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).
N = number of years assigned for the completion of the proposed work (3 years 10 months in this case).
B = Value of existing commitments/work in hand as on 28 days before the proposed Bid submission date, (to be completed during the
assigned time of the completion of the proposed work put to the Tender).

CMRL EQC - 11 December 2021


Chennai Metro Rail Project – Phase -2, Corridor-5 Part-1,Section - III
TENDER No. CP06/UG06/RT01 Evaluation and Qualification Criteria (EQC)

2.4 Experience

Eligibility and Qualification Criteria Compliance Requirements Documentation


Joint Venture
(existing or intended) Submission
No. Factor Requirement Single Firm
All Members Each One Requirements
Combined Member Member
2.4.1 General Continuous experience Must meet N/A Must meet N/A Form EXP –1
Experience under construction requirement requirement
contracts in the role of
prime contractor(i) (single
firm or JV member) or
subcontractor between 1st
April 2016 and the Bid
submission deadline.
2.4.2 Specific (a) Experience in Must meet Must meet N/A One work of Form EXP –2(a) with
Experience construction in the role of requirement requirement bored tunnels attachment
Prime Contractor(i) (v)
and
(Single entity or JV underground
member(iv)) must have stations of
been Substantially value INR
(x)
Completed between 01st 524 Crores or
April 2011 and Bid above must
submission deadline have been
satisfactorily
A minimum number of
Completed as
a prime
contractor

CMRL EQC - 12 December 2021


Chennai Metro Rail Project – Phase -2, Corridor-5 Part-1,Section - III
TENDER No. CP06/UG06/RT01 Evaluation and Qualification Criteria (EQC)

Eligibility and Qualification Criteria Compliance Requirements Documentation


Joint Venture
(existing or intended) Submission
No. Factor Requirement Single Firm
All Members Each One Requirements
Combined Member Member
(i) One Work of value (single entity
INR 1000 Crores(ii) or or JV
above. member) (v)
OR in the last 10
years starting
(ii) Two works of value 01.01.2010
INR 625 Crores(ii) or
above.
OR

(iii)Three works of value


INR 500 Crores(ii) or
above.
(b) For the works stated in Must meet Must meet N/A Must meet Form EXP –2(b) with
2.4.2 (a) above or other requirement requirement requirement attachment
contracts completed(iii) (v)
And under
implementation as prime Following
contractor(i) (single entity Following Following activities can
or JV member) (iv)
or activities can activities can be met
subcontractor(vi) between be met be met through a
1st April 2011 and Bid through a through a subcontractor
submission deadline, a subcontractor subcontractor :
minimum experience in :

CMRL EQC - 13 December 2021


Chennai Metro Rail Project – Phase -2, Corridor-5 Part-1,Section - III
TENDER No. CP06/UG06/RT01 Evaluation and Qualification Criteria (EQC)

Eligibility and Qualification Criteria Compliance Requirements Documentation


Joint Venture
(existing or intended) Submission
No. Factor Requirement Single Firm
All Members Each One Requirements
Combined Member Member
the following key Architectural : Architectural
activities: Finishes Finishes
Architectural
Finishes
(i)Substantially
Completed(x) at least 4
Kms of Single Tunnel
with minimum 5m
diameter by Closed
Face TBM in urban
area.
And
(a) Substantially
completed(x) One
Underground Metro
Station with diaphragm
walls;
Or
(b) Substantially
completed(x) One
Underground Metro
Station and in case of
no experience in D-
Walls, the JV /

CMRL EQC - 14 December 2021


Chennai Metro Rail Project – Phase -2, Corridor-5 Part-1,Section - III
TENDER No. CP06/UG06/RT01 Evaluation and Qualification Criteria (EQC)

Eligibility and Qualification Criteria Compliance Requirements Documentation


Joint Venture
(existing or intended) Submission
No. Factor Requirement Single Firm
All Members Each One Requirements
Combined Member Member
Consortium shall
consist of one member
who has experience in
Diaphragm wall
construction of
minimum 600mm long
x 20m deep either as a
Prime Contractor(i)
(single entity or JV
member) (iv) or as a
Specialist
Subcontractor(vi);

CMRL EQC - 15 December 2021


Chennai Metro Rail Project – Phase -2, Corridor-5 Part-1,Section - III
TENDER No. CP06/UG06/RT01 Evaluation and Qualification Criteria (EQC)

Eligibility and Qualification Criteria Compliance Requirements Documentation


Joint Venture
(existing or intended) Submission
No. Factor Requirement Single Firm
All Members Each One Requirements
Combined Member Member
Notes for the Bidders
(i) For the purposes of this criterion, a ‘management contractor’ is also considered as a prime contractor. A firm which takes on the role of
contract management is referred herein as ‘management contractor’. A management contractor does not normally perform directly the
construction work(s) associated with the contract. Rather, it manages the work of other (sub) contractors while bearing full responsibility and
risk for price, quality, and timely performance of the work contract.
(ii) Summation of number of small value contracts (less than the value specified under requirement) to meet the overall requirement will not be
accepted.
(iii) Completion shall be evidenced by submission of end-user certificates such as Taking-over Certificates and Completion Certificates as
required to be submitted as attachment to Form EXP-2(a) or Form EXP-2(b) of Section IV, Bidding Forms.
(iv) For contracts under which the Bidder participated as a JV member, only the Bidder’s share, by value, shall be considered to meet this
requirement.
(v) In case of a JV, the value of contracts completed by its members shall not be aggregated to determine whether the requirement of the minimum
value of a single contract has been met. Instead, each contract performed by each member shall satisfy the minimum value of a single contract
as required for single entity. In determining whether the JV meets the requirement of total number of contracts, only the number of contracts
completed by all members, each of value equal or more than the minimum value required, shall be aggregated.
(vi) For contracts under which the Bidder participated as a JV member or subcontractor, only the Bidder’s share, by value and role, shall be
considered to meet this requirement.
(vii) Price level (annual compounding) assuming 5% inflation for Indian Rupees every year shall be used for calculations during evaluation of
2.4.2 – Specific Experience above. Foreign currency component shall be converted into INR equivalent by applying respective exchange
rate as per EQC Cl. 2 (ii) ie., applicable on the date of completion / date given in substantial completion certificate. Upon converting into
INR, 5% inflation per year (annual compounding) shall be applied for updating to the current price level

CMRL EQC - 16 December 2021


Chennai Metro Rail Project – Phase -2, Corridor-5 Part-1,Section - III
TENDER No. CP06/UG06/RT01 Evaluation and Qualification Criteria (EQC)

Eligibility and Qualification Criteria Compliance Requirements Documentation


Joint Venture
(existing or intended) Submission
No. Factor Requirement Single Firm
All Members Each One Requirements
Combined Member Member
(viii) For projects executed outside India, all documents including Completion Certificates or Performance Certificates, or Implementation
Completion Reports shall be translated to unambiguous English language stated in ITB 10.
(ix) The bidder should be ready to execute the tunneling and cross passage works in mixed ground condition that vary from weak alluvial deposits
to competent rock under local ground water table.
(x) The term ‘substantially completed for the purpose of this clause means that the works that have been progressed above 80% of the value of
the work. Such progress shall be evidenced by the employers’ interim payment certificates.

CMRL EQC - 17 December 2021


CHENNAI METRO RAIL LIMITED
CHENNAI METRO RAIL PROJECT PHASE 2, CORRIDOR 5
TENDER No. CP06/UG06/RT01

“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

SINGLE STAGE TWO ENVELOPE BIDDING

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

THE FORMS INCLUDED IN THIS SECTION SHALL BE COMPLETED BY THE


BIDDER IN ACCORDANCE WITH GUIDANCE AND INSTRUCTIONS PROVIDED
IN THIS SECTION AND OTHER SECTIONS OF THE BIDDING DOCUMENT, AND
SUBMITTED AS PART OF ITS TECHNICAL AND PRICE BIDS AS INDICATED IN
THE TABLE BELOW:
The Bid submitted by the Bidder
1. Technical Bid
a) Letter of Technical Bid, in accordance with ITB 12.1.
b) Bid Security, in accordance with ITB 19.
c) Power of Attorney, authorizing the signatory of the Bids to commit the Bidder, in
accordance with ITB 20.2 and ITB 20.3.
d) Copy of the JV Agreement, or Letter of Intent to enter into a JV including a draft
agreement in the case of a Bid submitted by a JV in accordance with ITB 4.1.
e) Documentary evidence in accordance with ITB 17 establishing the Bidder’s eligibility
and qualifications to perform the Contract if its Bid is accepted.
I. Form ELI -1: Bidder Information Form.
II. Form ELI -2: JV Member Information Form.
III. Form ELI -3: Subcontractor Information Form. (NOT USED)
IV. Form CON: Historical Contract Non-Performance and Litigation.
V. Form FIN -1: Financial Situation.
VI. Form FIN -2: Average Annual Turnover.
VII. Form FIN -3: Financial Resources.
VIII. Form FIN -4: Current Contract Commitments.
IX. Form EXP -1: General Construction Experience.
X. Form EXP -2(a): Specific Construction Experience.
XI. Form EXP -2(b): Construction Experience in Key Activities.
f) Technical Proposal in accordance with ITB 16.
I. Site Organization.
II. Method Statement.
III. Mobilization Schedule.
IV. Construction Schedule.
V. Health and Safety Plan.
VI. Environmental Plan.
VII. Schedule of Subcontractors. (NOT USED)
VIII. Form PER -1: Proposed Personnel.
IX. Form PER -2: Resume of Proposed Personnel.
X. Form EQU: Construction Equipment.
g) Acknowledgement of Compliance with the Guidelines for Procurement under
Japanese ODA Loans (Form ACK) which shall be signed and dated by the Bidder’s
authorized representative.
h) Any other document required in BDS 11.2(j).

CMRL BF - 1 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

a) Letter of Price Bid, in accordance with ITB 12.1.


b) Completed BOQ Price Bid (Excel sheet)
c) Any other document required in BDS 11.3(c).

CMRL BF - 2 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms

Table of Forms

1.1. LETTER OF TECHNICAL BID ..................................................................................5


1.2. LETTER OF PRICE BID...........................................................................................7
2. SCHEDULE OF ADJUSTMENT DATA .........................................................................9
3. BILL OF QUANTITIES ............................................................................................ 11
4. TECHNICAL PROPOSAL ........................................................................................ 12
4.1 SITE ORGANIZATION ...................................................................................... 13
4.2 METHOD STATEMENT .................................................................................... 14
4.3 MOBILIZATION SCHEDULE .............................................................................. 15
4.4 CONSTRUCTION SCHEDULE ............................................................................ 16
4.5 HEALTH AND SAFETY PLAN............................................................................. 18
4.6 ENVIRONMENTAL PLAN ................................................................................. 19
4.7 SCHEDULE OF SUBCONTRACTORS................................................................... 20
4.8 Form PER -1: Proposed Personnel ................................................................... 21
4.9 Form PER -2: Resume of Proposed Personnel .................................................. 22
4.10 Form EQU: Construction Equipment ............................................................. 23
4.10(a) Form for Tunnel Boring Machine .............................................................. 24
4.10(b) Form for Hydraulic Trench Cutters ............................................................ 25
4.10(c) Form for Other Equipment’s ..................................................................... 26
4.11 Outline Quality Plan ..................................................................................... 27
5. BIDDERS QUALIFICATION .................................................................................... 28
Form ELI -1: Bidder Information Form .................................................................. 29
Form ELI -2: JV Member Information Form ........................................................... 30
Form ELI -3: Subcontractor Information Form ....................................................... 31
Form CON: Historical Contract Non-Performance and Litigation ........................... 32
Form FIN -1: Financial Situation ........................................................................... 35
Form FIN -2: Average Annual Turnover ................................................................ 37
Form FIN -3: Financial Resources .......................................................................... 38
Form FIN -4: Current Contract Commitments ........................................................ 39
Form EXP -1: General Experience ......................................................................... 40

CMRL BF - 3 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms

Form EXP -2(a): Specific Experience ...................................................................... 41


Form EXP -2(b): Experience in Key Activities ......................................................... 43
Form FIR: BID CAPACITY....................................................................................... 46
6. FORM FOR SEEKING CLARIFICATION ON BIDDING DOCUMENTS ........................... 47
7. SAMPLE FORMAT FOR BANKING REFERNCE LIQUIDITY ......................................... 48
8. FORM ACK ACKNOWLEDGEMENT OF COMPLIANCE WITH GUIDELINES FOR PROCUREMENT UNDER

JAPANESE ODA LOANS ................................................................................................. 49


9. FORM OF BID SECURITY ............................................................................................. 51
10. DESIGN VERIFICATION CERTIFICATE FOR CONSTRUCTABILITY BY THE BIDDER ........................... 53
11. UNDERTAKING FOR PROCUREMENT OF GOODS FROM JAPANESE MANUFACTURERS .................. 54

CMRL BF - 4 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms

[Prepare this Letter of Technical Bid on stationery with its letterhead clearly showing
the Bidder’s complete name and business address.]

1.1. LETTER OF TECHNICAL BID

Date: [insert date of Bid submission]


IFB No.: CP06/UG06/RT01

To:
Director Projects
Chennai Metro Rail Limited
CMRL Depot, Admin Building,
Poonamallee High Road,
Koyambedu, Chennai 600 107.
Tamil Nadu, India.

We, the undersigned, declare that:

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

CMRL BF - 5 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms

Name of the Bidder1 [insert name of the Bidder]


Name of the person duly authorized to sign the Bid on behalf of the Bidder2 [insert
complete name of person duly authorized to sign the Bid]
Title of the person signing the Bid [insert complete title of the person signing the Bid]
Signature of the person named above [insert signature of person whose name and capacity
are shown above]
Date signed [insert date of signing] day of [insert month], [insert year]

Notes for the Bidders


1. In the case of a Bid submitted by a Joint Venture, specify the name of the Joint Venture
as Bidder.
2. Person signing the Bid shall have the Power of Attorney given by the Bidder to be
included in the Technical Bid.

CMRL BF - 6 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms

[Prepare this Letter of Price Bid on stationery with its letterhead clearly showing the
Bidder’s complete name and business address.]

1.2. LETTER OF PRICE BID


(To be Submitted with Price Bid Only)

Date: [insert date of Bid submission]


IFB No.: CP06/UG06/RT01

To:
Director Projects,
Chennai Metro Rail Limited
CMRL Depot, Admin Building,
Poonamallee High Road,
Koyambedu, Chennai 600 107,
Tamil Nadu, India.

We, the undersigned, declare that:

(a) We have examined and have no reservations to the Bidding Documents, including
addenda issued in accordance with Instructions to Bidders (ITB 8). [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 discounts offered are: [specify in detail each discount offered]

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.];

CMRL BF - 7 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms

(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) If our Bid is accepted, we commit to obtain a Performance Security in accordance


with the Bidding Documents;

(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.

Name of the Bidder1 [insert name of the Bidder]


Name of the person duly authorized to sign the Bid on behalf of the Bidder [insert
complete name of person duly authorized to sign the Bid]
Title of the person signing the Bid [insert complete title of the person signing the Bid]
Signature of the person named above [insert signature of person whose name and capacity
are shown above]
Date signed [insert date of signing] day of [insert month], [insert year]

Notes for the Bidders


1. In the case of a Bid submitted by a Joint Venture, specify the name of the Joint Venture
as Bidder.

CMRL BF - 8 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms

2. SCHEDULE OF ADJUSTMENT DATA


Table A. Indian Currency

(i) (ii) (iii) (iv) (v)

Index code Index description Source of index Base value and Weightage
date

- Non-adjustment 0.15
(Fixed)

CPI Numbers for


Labour Bureau Labour Industrial Workers 0.22
(Govt.of India) for Chennai
Month prior to 28
RBI/EA-WPI- days from the due
Cement Manufacture of date of bid 0.12
cement, Lime and submission
RBI Bulletin/ Plaster
Office of RBI/EA-WPI-Mild
Economic Steel Steel Long 0.28
advisor (EA) Products
RBI/EA-WPI-Fuel
Fuel & Power 0.10

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.

CMRL BF - 9 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms

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.

CMRL BF - 10 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms

3. BILL OF QUANTITIES

(Reference shall be made to Section IV B – Pricing Schedule)

CMRL BF - 11 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms

4. TECHNICAL PROPOSAL

- 4.1 Site Organization


- 4.2 Method Statement
- 4.3 Mobilization Schedule
- 4.4 Construction Schedule
- 4.5 Health and Safety Plan
- 4.6 Environmental Plan
- 4.7 Schedule of Subcontractors
- 4.8 Personnel Form PER-1: Proposed Personnel
- 4.9 Personnel Form PER -2: Resume of Proposed Personnel
- 4.10 Construction Equipment - Form EQU
- 4.11 Outline Quality Plan

CMRL BF - 12 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms

4.1 SITE ORGANIZATION

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.

CMRL BF - 13 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms

4.2 METHOD STATEMENT

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.

iv. Comments on any offshore or waterfront aspects; e.g. Schedule of components to be


manufactured off-shore and description of plants to be imported etc.

v. Comments on logistics and traffic management [as may be appropriate].

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.

viii. [Insert other information, as may be appropriate.]

CMRL BF - 14 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms

4.3 MOBILIZATION SCHEDULE

Requirements for proposed Mobilization Schedule:

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.

CMRL BF - 15 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms

4.4 CONSTRUCTION SCHEDULE


[Insert Construction Schedule]

Requirements for proposed Construction Schedule/Works Programme:

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.

3. The Works Programme shall include details as stipulated in Work Requirements,


for review by the Engineer.

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.

5. The proposed Works Programme or Programmes shall be developed as a critical


path network using the Precedence Diagramming Method and be presented in bar
chart and time scaled logic network format and shall clearly show the division of
the Works into the Cost Centers, the start and completion dates for each activity
and their inter-relationships, Milestones, and Key Dates. The network must be fully
resourced and show the coordination with Designated Contractors.

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

10. The proposed Works Programme shall be accompanied by a narrative statement


that shall describe Programme activities, assumptions and logic, and highlight the
Bidder’s perception of the major critical areas of concern in the organization,
construction/installation, supply and transport of materials, testing and
commissioning of various sections. This narrative statement shall also indicate
which elements of the Works the Bidder intends to carry out offshore and/or in
India with details of the proposed locations of where any such work is to be carried
out, the facilities available and or proposed to be set up. In particular the Bidder
must state the assumptions made in respect of the interfaces with the Employer,
other contractors and third parties both in detail and time, and any requirements for
information on matters which would affect his works.

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.

CMRL BF - 17 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms

4.5 HEALTH AND SAFETY PLAN

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.

CMRL BF - 18 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms

4.6 ENVIRONMENTAL 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.

CMRL BF - 19 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms

4.7 SCHEDULE OF SUBCONTRACTORS


[The Bidder shall list below, subcontractors (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, Sub-Factor 2.4.2(b) as appropriate, in accordance with
Section I, Instruction to Bidders, ITB 16.2, as appropriate. The completed Schedule once
accepted by the Employer will be a Contract document in accordance with the Contract
Agreement. Nominated Subcontractors shall not be listed in this Schedule.]

Subcontractor
No. Key Activity
Name Nationality

CMRL BF - 20 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms

4.8 Form PER -1: Proposed Personnel


Date:[insert day, month, year]
Bidder’s Legal Name: [insert full name]
JV Member Legal Name: [insert full name]
IFB No. CP06/UG06/RT01
Page [insert page number] of [insert total number] page

[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

CMRL BF - 21 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms

4.9 Form PER -2: Resume of Proposed Personnel


Date: [insert day, month, year]
Bidder’s Legal Name: [insert full name]
JV Member Legal Name: [insert full name]
IFB No. CP06/UG06/RT01
Page [insert page number] of [insert total number] page

[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

Personnel Name Date of birth


information

Professional qualifications

Present Name of employer


employment

Address of employer

Telephone Contact (manager / personnel


officer)

Fax E-mail

Job title Years with present employer

CMRL BF - 22 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms

[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.]

From To Relevant Technical and Management Experience


Company :
Project :
Position :
Experience:

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

4.10 Form EQU: Construction Equipment


CMRL BF - 23 December 2021
Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms

4.10(a) Form for Tunnel Boring Machine


Date: [insert day, month, year]
Bidder’s Legal Name: [insert full name]
Joint Venture Party Legal Name:[insert full name]
IFB No. CP06/UG06/RT01
Page [insert page number] of [insert total number] page

[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.]

Item of Equipment – New and/or Remanufactured TBM


Name of manufacturer Model and power rating
Capacity Year of manufacturing
Equipment information Diameter of Cutter head
Face Pressure Operation mode
Steering cylinders Belt Scale
Current Location
Current status
Details of current commitments
Indicate source of the Equipment
Source
□ Owned □ Rented □ Leased □ Specially manufactured

Omit the following information for equipment owned by the Bidder.

Owner Name of Owner


Address of owner

Telephone Contact name and title


Fax Telex
Agreements Details of rental/lease/manufacture agreements specific to the project.

CMRL BF - 24 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms

4.10(b) Form for Hydraulic Trench Cutters


Date: [insert day, month, year]
Bidder’s Legal Name: [insert full name]
Joint Venture Party Legal Name: [insert full name]
IFB NO: CP06/UG06/RT01
Page [insert page number] of [insert page number]

[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]

Item of Equipment – Trench Cutter


Name of manufacturer Model and power rating
Capacity Year of manufacturing
Equipment information
Cutter Length Cutter Width

Mud Pump delivery rate Verticality Control


Current Location
Current status
Details of current commitments
Indicate source of the Equipment
Source
□ Owned □ Rented □ Leased □ Specially manufactured

Omit the following information for equipment owned by the Bidder.

Owner Name of Owner


Address of owner

Telephone Contact name and title


Fax Telex
Agreements Details of rental/lease/manufacture agreements specific to the project.

CMRL BF - 25 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms

4.10(c) Form for Other Equipment

Date: [insert day, month, year]


Bidder’s Legal Name: [insert full name]
Joint Venture Party Legal Name: [insert full name]
IFB NO: CP06/UG06/RT01
Page [insert page number] of [insert page number]

[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

Name of manufacturer Model and power rating


Equipment information
Capacity Year of manufacturing

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.

Owner Name of Owner


Address of owner

Telephone Contact name and title


Fax Telex
Agreements Details of rental/lease/manufacture agreements specific to the project.

CMRL BF - 26 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms

4.11 Outline Quality Plan

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.

CMRL BF - 27 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms

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:

Form ELI -1 : Bidder Information Form


Form ELI -2 : JV Member Information Form
Form ELI -3 : Subcontractor Information Form (Not Used)
Form CON : Historical Contract Non-Performance and Litigation
Form FIN -1 : Financial Situation
Form FIN -2 : Average Annual Turnover
Form FIN -3 : Financial Resources
Form FIN -4 : Current Contract Commitments
Form EXP -1 : General Experience
Form EXP -2(a) : Specific Experience
Form EXP -2(b) : Experience in Key Activities
Form FIR : Bid Capacity

CMRL BF - 28 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms

Form ELI -1: Bidder Information Form


Date: [insert day, month, year]
IFB No.: CP06/UG06/RT01
Page [insert page number] of [insert total number] pages

[Bidders shall provide the following information:]

Bidder's legal name:


[insert full name]
In case of a JV, legal name of the representative member and of each member:
[insert full name of each member in the JV and specify the representative member.]
Bidder's actual or intended country of registration:
[insert country of registration]
Bidder's actual or intended year of incorporation:
[insert year of incorporation]
Bidder's legal address in country of registration:
[insert mailing address]
Bidder's authorized representative information
Name: [insert full name]
Address: [insert mailing address]
Telephone/Fax numbers: [insert telephone/fax numbers, including country and city codes]
Email address: [insert email address]
1. Attached are copies of original documents of Articles of Incorporation (or equivalent
documents of constitution or association), and/or documents of registration of the legal entity
named above.
2. Included are the organizational chart, a list of Board of Directors, and the beneficial
ownership.

CMRL BF - 29 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms

Form ELI -2: JV Member Information Form


Date: [insert day, month, year]
IFB No.: CP06/UG06/RT01
Page [insert page number] of [insert total number] pages

[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.]

Bidder’s legal name:


[insert full name]
JV Member’s legal name:
[insert full name of Bidder’s party]
Percentage participation in the JV for each JV members:

JV Member’s country of registration:


[insert country of registration]
JV Member’s year of incorporation:
[insert year of incorporation]
JV Member’s legal address in country of registration:
[insert mailing address]
JV Member’s authorized representative information
Name: [insert full name]
Address: [insert mailing address]
Telephone/Fax numbers: [insert telephone/fax numbers, including country and city codes]
Email address: [insert email address]
1. Attached are copies of original documents of Articles of Incorporation (or equivalent
documents of constitution or association), and/or registration documents of the legal entity
named above.
2. Included are the organizational chart, a list of Board of Directors, and the beneficial
ownership.

CMRL BF - 30 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms

Form ELI -3: Subcontractor Information Form (Not Used)


Date: [insert day, month, year]
IFB No.: CP06/UG06/RT01
Page [insert page number] of [insert total number] pages

[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.]

Bidder’s legal name:


[insert full name]
Subcontractor’s legal name:
[insert full name of Subcontractor]
Subcontractor’s country of registration:
[insert country of registration]
Subcontractor’s year of incorporation:
[insert year of incorporation]
Subcontractor’s legal address in country of registration:
[insert mailing address]
Subcontractor’s authorized representative information
Name: [insert full name]
Address: [insert mailing address]
Telephone/Fax numbers: [insert telephone/fax numbers, including country and city codes]
Email address: [insert email address]
1. Attached are copies of original documents of Articles of Incorporation (or equivalent
documents of constitution or association), and/or registration documents of the legal entity
named above.
2. Included are the organizational chart, a list of Board of Directors, and the beneficial
ownership.

CMRL BF - 31 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms

Form CON: Historical Contract Non-Performance and


Litigation
[The following table shall be filled in for the Bidder, and for each 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] pages

1. History of Non-Performing Contracts

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)]

CMRL BF - 32 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms

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]

CMRL BF - 33 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms

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]

CMRL BF - 34 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms

Form FIN -1: Financial Situation


[The following table shall be filled in for the Bidder, and for each JV member if the Bidder is a
JV. The documents listed/ stated as required shall be submitted as attachments hereto.]

Date: [insert day, month, year]


Bidder’s Legal Name: [insert full name]
JV Member’s Legal Name: [insert full name]
IFB No.: CP06/UG06/RT01
Page [insert page number] of [insert total number] page

1. Financial data

Type of Financial information Historic information for previous [insert number] years
in (amount in currency, currency, exchange rate, INR
(currency) equivalent)

Year 1 Year 2 Year 3 Year 4 Year 5


Information from Balance Sheet
Total Assets (TA)
Total Liabilities (TL)
Net Worth (NW)
Current Assets (CA)
Current Liabilities (CL)
Working Capital (WC)

Information from Income Statement


Total Revenue (TR)
Profits Before Taxes (PBT)
Profits After Taxes (PAT)
Information from Cash Flow Statement
Cash Flow from
Operating Activities

CMRL BF - 35 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms

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.

Notes for the Bidders


1. If the most recent set of financial statements is for a period earlier than 12 months from
the date of bid, the reason for this should be justified.

CMRL BF - 36 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms

Form FIN -2: Average Annual Turnover

[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

Annual Turnover Data


Year Amount and Currency Exchange Rate INR equivalent
[indicate [insert amount and indicate [insert applicable [insert amount in INR
year] currency] exchange rate] equivalent]

Average Annual Construction Turnover 1

Notes for the Bidders


1. Total INR equivalent for all years divided by the total number of years, in accordance
with the Prequalification criteria or Section III, Evaluation and Qualification Criteria,
Sub-Factor 2.3.2, as appropriate.

CMRL BF - 37 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms

Form FIN -3: Financial Resources


[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]
JV Member’s 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

Notes for the Bidders


1. Sources of financing may include working capital (to be taken from FIN-1), Credit Line
(to be substantiated by a letter from the bank issuing the line of credit), etc.

CMRL BF - 38 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms

Form FIN -4: Current Contract Commitments


[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

[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.]

Current Contract Commitments


No. Name of Employer’s Value of Commencement Estimated Average
Contract Mailing Outstanding Date Completion Monthly
Address, Tel, Work Date Invoicing Over
Fax. [Current INR Last Six
Equivalent] Months
[INR/month]
1

CMRL BF - 39 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms

Form EXP -1: General Experience


[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]
JV Member’s Legal Name: [insert full name]
IFB No. CP06/UG06/RT01
Page [insert page number] of [insert total number] page

[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.]

General Construction Experience


Starting Ending Contract Identification Role of
Year Year Bidder

[indicate [indicate  Contract name: [insert full name] [insert "Prime


year] year]  Brief description of the contract performed by Contractor (single
the Bidder: [describe the contract performed entity or JV
briefly] member)” or
"Subcontractor”]
 Amount of contract: [insert amount in currency,
mention currency used, exchange rate and USD
equivalent]
 Name of Employer: [insert full name]
 Address: [insert mailing address]

CMRL BF - 40 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms

Form EXP -2(a): Specific Experience


[The following table shall be filled in for the Bidder, and for each JV member if the Bidder
is a JV. The documents listed/ stated as required shall be submitted as attachments
hereto.]

Date: [insert day, month, year]


Bidder’s Legal Name: [insert full name]
JV Member’s Legal Name: [insert full name]
IFB No. CP06/UG06/RT01
Page [insert page number] of [insert total number] page

[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).]

Contract of Similar Size and Nature


Similar Contract No. Information
[insert number] of [insert number
of similar contracts required]
Contract Identification [insert contract name and reference identification
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]

Role in Contract Prime Contractor


[check the appropriate box]
Single entity JV member
 
Total Contract Amount [insert total contract amount INR [insert exchange
and currency(ies)] rate and total contract
amount in INR
equivalent]
If member in a JV, specify [insert [insert total INR [insert exchange rate
participation in total Contract percentage contract and total contract amount
amount participation] amount and in INR equivalent]
currency(ies)]

[describe participation in JV and work performed]

Employer's Name: [insert full name]

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

Contract of Similar Size and Nature


Similar Contract No. Information
[insert number] of [insert number
of similar contracts required]
[insert email address, if available]
Description of the similarity in
accordance with Sub-Factor
2.4.2(a) of Section III:
1. Physical Size of Required [insert physical size of items]
Works items
2. Complexity [insert description of complexity]
3. Construction Methods/ [insert specific aspects of the methods/ technology
Technology involved in the contract]
4. Other Characteristics [insert other characteristics as described in Section
VI, Works Requirements]

Attached herewith are the copies of originals of:


(a) abstracts of contract documents, JV Agreements, etc. evidencing that the size and nature of
the above-mentioned contract meets the requirements specified in Section III, Evaluation and
Qualification Criteria, Sub-Factor 2.4.2(a).
(b) the end-user certificate(s) (i.e. Taking-over Certificate(s)/ Completion Certificate(s)),
evidencing that the contract above-mentioned contract has been successfully completed.

CMRL BF - 42 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms

Form EXP -2(b): Experience in Key Activities

Date: [insert day, month, year]


Bidder’s Legal Name: [insert full name]
IFB No.: CP06/UG06/RT01
Page [insert page number] of [insert total number] pages

1. Summary of Key Activities


[Fill out if the Bidder is a Single Firm / JV or proposes Subcontractors for the execution
of any of the key activities.]
Summary of Single Firm / JV Member/ Subcontractor for Key Activities

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) ____________________________________________

etc. _______________ ______________

CMRL BF - 43 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms

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]

Contract with Similar Key Activities

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]

Role in Contract Prime Contractor


[check the appropriate box] Subcontractor
Single entity  JV member  
Total Contract Amount [insert total contract INR [insert
amount and currency(ies)] Exchange rate and
total contract amount
in INR
equivalent]
[insert brief description of the [Describe briefly how the corresponding minimum
Activity No. (1)] requirement is met.]

Employer’s Name: [insert full name]

Address: [indicate mailing address]

Telephone/fax number [insert telephone/fax numbers, including country and


city area codes]

Email: [insert email address, if available]

Attached herewith are the copies of originals of:


(a) abstracts of contract documents, sub-contract agreements, JV Agreements, etc. evidencing
that the above activity meets the criteria specified in Section III, Evaluation and Qualification
Criteria, Sub-Factor 2.4.2(b).
(b) the end-user certificate(s) (i.e. Taking-over Certificate(s)/ Completion Certificate(s)) for the
CMRL BF - 44 December 2021
Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms

Contract with Similar Key Activities


above-mentioned contract, evidencing that the above activity has been successfully carried
out.

(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]

Key Activity No. (2):

Key Activity No. (3):

CMRL BF - 45 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms

Form FIR: BID CAPACITY

(Bid Capacity Calculation of Single Entity or Members of Joint Venture)

S. Each Maximum Value of Number of Bid Balance Remarks


No Member value of works existing years Capacity bid
Name executed in any commitment assigned for (Rupees in capacity
one year during s/work in hand the Crores)
the last five as on 28 days completion of
financial years before the the proposed
(*) proposed Bid work (3 years
(Updated to submission & 10 months
31.03.2020 date. (to be in this case)
price level) completed
during the
assigned time of
the completion
of the proposed
work put to the
Bidder).
31.03.2020)
A B N (2*A*N) -
B

*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

CMRL BF - 46 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms

6. FORM FOR SEEKING CLARIFICATION ON BIDDING


DOCUMENTS
(Soft copy shall also be submitted by e-mail along with the singed PDF
copy)

Name of the Bidder:

Part/Section Clause Original Bid


Sl No. No. No. Condition Bidder’s Query
1
2
3
4
5
6
7
8
9
10
11
12
13
14
15
..
..
Continue
as
required

CMRL BF - 47 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms

7. SAMPLE FORMAT FOR BANKING REFERNCE LIQUIDITY


[ To be submitted on the letter head of the Bank with Contact Details, Address, Phone
Number, E-mail ID etc.]

BANK CERTIFICATE

This is to certify that M/s ............................................ is a reputed company with a good financial
standing.

If the contract for the work, namely ............................................................................................. is


awarded to the above firm, we shall provide overdraft/credit facilities to the extent of Rs.
...........................................................to meet their working capital requirements for executing the
above contract.

Signature:
Name of the Bank:

Authorized signatory:
Address of the Bank:

Change the text as follows for Joint Venture/Consortium

[This should be given by the JV Members in proportion to their percentage participation]

This is to certify that M/s ............................................. who has formed a JV/Consortium with M/s
..................................... And M/s ................................................... for participating in this Bid, is a
reputed company with a good financial standing.

If the contract for the work, namely ............................................................................................. is


awarded to the above joint venture/consortium, we shall provide overdraft/credit facilities
to the extent of Rs. .........................................................to meet their working capital requirements
for executing the above contract.

Signature:
Name of the Bank:

Authorized Signatory:
Address of the Bank:

CMRL BF - 48 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms

8. Form ACK Acknowledgement of Compliance with


Guidelines for Procurement under Japanese ODA Loans
A) I, [insert name and position of authorized signatory], being duly authorized by [insert
name of Bidder/members of joint venture (“JV”)] (hereinafter referred to as the
“Bidder”) to execute this Acknowledgement of Compliance with the Guidelines for
Procurement under Japanese ODA Loans, hereby certify on behalf of the Bidder and
myself that:

(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.

F) If any of the statements made herein is subsequently proven to be untrue or incorrect


based on facts subsequently determined, or if any of the warranties or covenants made
herein is not complied with, the Bidder will accept, comply with, and not object to any
remedies taken by the Employer and any sanctions imposed by or actions taken by
JICA.

____________________________
_ Authorized Signatory
[insert name of signatory; title]

For and on behalf of


[insert name of the Bidder]
Date: [insert date]

CMRL BF - 50 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms

9. Form of Bid Security


(Bank Guarantee)

[Guarantor letterhead or SWIFT identifier code]

Beneficiary: [insert its name and address]

IFB No.: [insert number of Invitation for Bids]

Date: [insert date of issue]

BID GUARANTEE No.: [insert guarantee reference number]

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].

Furthermore, we understand that, according to the Beneficiary’s conditions, Bids must be


supported by a bid guarantee.

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.

CMRL BF - 51 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms

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.]

CMRL BF - 52 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms

10. Design Verification Certificate for constructability


by the Bidder

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.

Authorised Signatory with Company seal

CMRL BF - 53 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV A
TENDER No. CP06/UG06/RT01 Bidding Forms

11. Undertaking for Procurement of Goods from


Japanese Manufacturers

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

CMRL BF - 54 December 2021


CHENNAI METRO RAIL LIMITED
CHENNAI METRO RAIL PROJECT PHASE 2, CORRIDOR 5
TENDER No. CP06/UG06/RT01

“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

SINGLE STAGE TWO ENVELOPE BIDDING

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.

CMRL PS - 2 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV B
TENDER No. CP06/UG06/RT01 Pricing Schedule

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.

l) Provisional Sum and GST shall not be considered during evaluation.

1.1.1.Variation in Tender Design Quantity:

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.

1.2. Contract Price


a) The total of all Price Centres B to J as shown in the Pricing Summary, after adjusting the
Discount (if any) offered by the successful bidder constitutes the ‘’Contract Price’’.
GST shall be reimbursed to the Contractor against the submission of proof of discharge of his
liability.
b) The Price Centre totals, and the Contract Price represent the full extent of the Bidder’s
entitlement to receive payment in respect of such Price Centres.

CMRL PS - 3 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV B
TENDER No. CP06/UG06/RT01 Pricing Schedule

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.

1.3. Description of Pricing Centres


1.3.1. Price Centre Description

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:

1) Shifting/diversion of all chartered and unchartered utilities:

(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:

1. Central Public Works Department- Delhi Schedule of Rates-2021 (Excluding GST)


escalated @ 2% per year to the year of the execution.
2. Indian Railways Unified Standard Schedule of Rates-2019 (IR-USSOR 2019)
(Excluding GST) escalated @ 2% per year to the year of the execution.
3. In case, the item is not available under the two SoRs mentioned above, then market
rate shall be used for analysis of rates using DAR or MORTH DATA BOOK analysis
with CPOH in line with DAR @ 15%.
(Any new SoR released after the year mentioned above shall not be considered)

GST on the above shall be reimbursed to the Contractor against the submission of proof
of discharge of his liability.

CMRL PS - 4 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV B
TENDER No. CP06/UG06/RT01 Pricing Schedule

2) Provisional Sum for Architectural Works (APS):

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.

1.3.2. Price Centre A


Price Centre A is not priced as it is deemed to be included in the total amount inserted into
the Pricing Summary for Price Centres ‘’B to J” and is included in this document for payment
purposes only. Price Centre A is dedicated to Preliminaries and General Requirements as
stated in the Schedule of Payments, including, but not limited to the following, as per the
requirements and other details given in the Employer’s Requirements, Drawings and
Specifications:
a) Initial Works Programme
b) Three Month Rolling Programme
c) Detailed Works Programme
d) Monthly Progress Report
e) Interface Management Plan
f) Interface matrix and specific contract interface sheets
g) Station co-ordination installation plan for each station
h) Project Management information systems
i) Building Information Modelling System

CMRL PS - 5 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV B
TENDER No. CP06/UG06/RT01 Pricing Schedule

j) Contractor’s staff organisation plan


k) Occupation Safety, Health & Environmental Plan
l) OHS&E manual requirements submission
m) Environmental Management plan
n) Dust Control Plan
o) Temporary traffic and control plan
p) Contractor’s Manufacturing/ Procurement Management plan
q) Testing and Commissioning programme
r) Utility Diversion Plan
s) All interfacing works within the Project and other interfacing Contractors and
t) All other items included in the Scope of Works given in Employer’s Requirements (Part
2).
u) As-built records and Drawings
The Bidder is to note that some of the items are payable as a portion of the indicated
percentage on a monthly or quarterly basis or are paid proportionately using the percentages
of the items of works as noted in the brackets (-- %) in the Price Centre A.

1.3.3. PRICE CENTRES ‘B, C,D,E,F, G, H, I & J’


Price Centres ‘B, C, D, E, F, G, H, I & J’ are dedicated to, construction and finishing of all
bored tunnels associated cut & cover and ‘U’ Ramp, launching shafts, Retrieval Shafts,
diaphragm wall for stations including entrances, all station works including entrances and
associated buildings and cross passages in all respects as specified and as stated in the
Schedule of Payments, as per the requirements and the details given in the Employer’s
Requirements, Drawings and Specifications, all as specified in Part-2 of this Bidding
document.
The Contractor is to note that some of the items are payable proportionately using the
percentages of the items of works, as cumulative percentages, as noted in brackets (--%) in
the Price Centre item Description.
The overall price for Price Centres shall include for the capping, removal of or other measures
necessary for dealing with the presence of the existing wells/bore-wells and
replacement/relocation/reinstatement/re-provision of all such affected wells/bore-wells. The
Contractor shall also be responsible for arranging/providing alternative water supplies in lieu
of existing water supplies, which were being catered to by the existing wells/bore-wells
affected by the Works. These alternative water supplies to be arranged by the Contractor shall
continue till the permanent arrangements in the form of
replacement/relocation/reinstatement/re-provision of wells/bore-wells are made by the
Contractor in lieu of affected wells/bore-wells.
PRICE/COST BREAKDOWN
1.3.3.1 The totals for each Price Centres B, C, D, E, F, G, H, I & J of this Pricing Document
shall be deemed to include for all costs associated with the “CONSTRUCTION OF
UNDERGROUND STATIONS AT KOLATHUR JUNCTION, SRINIVASA
NAGAR, VILLIVAKKAM SUB-URBAN STATION (VILLIVAKKAM),
VILLIVAKKAM BUS-TERMINUS AND NATHAMUNI (VILLIVAKKAM MTH

CMRL PS - 6 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV B
TENDER No. CP06/UG06/RT01 Pricing Schedule

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”.
1.3.3.2 The rates quoted for each of the items in the Price Centres B, C, D, E, F, G, H, I & J of
this Pricing Document is for 100% completion of works in all respects.
1.3.3.3 Variations will only be considered on written instruction of the Engineer, if there is any
additional work required beyond the scope given in the Drawings, Specifications and
Employer’s Requirements.
1.3.3.4 Payments to the Contractor will be made on a monthly basis in accordance with Clause
14.3 of the GC, [Application for IPCs, unless otherwise stipulated. All items will be
paid at 100% completion or at percentage of progress as certified by the Engineer].

1.4. Schedule of Payments (SOPs)


1.4.1. The total sum for Price Centre “A” Preliminaries shall be equal for 5% of Price Centres B
to J. Payments under Price Centre A will be made on a monthly, quarterly, or percentage
basis as indicated in Price Centre A.

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. Payment Concept

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.

1.6. REVISIONS DURING THE CONTRACT PERIOD


1.6.1 REVISIONS TO SCHEDULE OF PAYMENTS FOR PRICE CENTRE

CMRL PS - 7 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV B
TENDER No. CP06/UG06/RT01 Pricing Schedule

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.

1.7. Financial Proposal/Package

1.7.1 Pricing Summary

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:

Amount in Amount in Amount in Amount


Figures Figures Figures in Figures
Price
SI.No. Item Description Quantity Units
Centre
(INR) (FC1) (FC2) (FC3)

Kolathur Metro Station


Works as per the
Employer’s Drawings,
the Employer’s
1 B 1 LS
Requirements, and the
Scope of Works covered
in Part-2.

Srinivasa Nagar Metro


Station Works as per the
Employer’s Drawings, AMOUNT NOT TO BE FILLED HERE.
the Employer’s KINDLY FILL THE PRICE BID FORM
2 C 1 LS
Requirements, and the AVAILABLE IN E-PROCUREMENT
Scope of Works covered PORTAL
in Part-2.

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.

CMRL PS - 8 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV B
TENDER No. CP06/UG06/RT01 Pricing Schedule

Amount in Amount in Amount in Amount


Figures Figures Figures in Figures
Price
SI.No. Item Description Quantity Units
Centre
(INR) (FC1) (FC2) (FC3)

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

CMRL PS - 9 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV B
TENDER No. CP06/UG06/RT01 Pricing Schedule

Amount in Amount in Amount in Amount


Figures Figures Figures in Figures
Price
SI.No. Item Description Quantity Units
Centre
(INR) (FC1) (FC2) (FC3)

Tender Sub-Total (including Discount) AUTO CALCULATED FROM E-PROCUREMENT PORTAL

Conversion Factor for converting Foreign


Currency to INR as per Reserve Bank of India WILL BE INSERTED BY EMPLOYER AFTER
exchange rate /FBIL reference rates 28 days OPENING OF BID
prior to submission of the Bid
Total Amount in INR (after conversion of WILL BE CALCULATED BY EMPLOYER AFTER OPENING
Foreign Currencies) OF BID
WILL BE
CALCULATED
BY
GST @ 12% EMPLOYER - - -
AFTER
OPENING OF
BID

Provisional Sum 94,31,21,800 - - -

Total Including Provisional Sum

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

CMRL PS - 10 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV B
TENDER No. CP06/UG06/RT01 Pricing Schedule

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.

CMRL PS - 11 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV B
TENDER No. CP06/UG06/RT01 Pricing Schedule

PRICE CENTRES
1.7.2 SCHEDULE OF PAYMENT FOR PRICE CENTRE A

Payment of Price Centre - A


Price Centre “A” Preliminaries shall be equal to 5% of Sum of Price Centres B to J
% of
Item
Item Description Unit Qty sub-
No.
items

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

A2.3 Monthly Progress Report No 46 6%


Quality Assurance & Quality Control Plans & Audits
A2.4 No 16 8%
Quarterly
A2.5 Interface Management Plan & Audits Quarterly No 16 8%

A2.6 Interface Matrix and Specific Contract Interface Sheets Item 1 4%


All interface management and coordination, including
A2.7 No 16 10%
provision of services, for the interfacing Contractors
Interface Management and coordination from the issue of
A2.8 Taking Over Certificate until start of Revenue Services. No 8 2%
(Employer to instruct if required)
Project Management Information System (The contractor to
manage the system for their contract package as required and
A2.9 share the cost of Cloud, primavera and any other software No 46 4%
required to manage the information other than PMIS basic
software)
Contractor’s Staff and Organization Plan & Key Staff (Key
A2.10 staff payment deduction, refer Part 2-Employers No 46 2%
Requirement-Subsection A – Clause A. 14(8)).

CMRL PS - 12 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV B
TENDER No. CP06/UG06/RT01 Pricing Schedule

Payment of Price Centre - A


Price Centre “A” Preliminaries shall be equal to 5% of Sum of Price Centres B to J
% of
Item
Item Description Unit Qty sub-
No.
items

OHS&E Poster refer GSAF:15 of OH&S Manual and


Occupational Health and Safety Promotion refer clause
A2.11 No:6.2 of OH&S Manual No. 46 2%
 Install and Maintenance of OHS&E Poster: 50%
 Occupational Health and Safety Promotion: 50%
Construction Phase Safety Plan etc. submission refer clause
No.4.4.6.2 of OHS&E Employer’s requirement
A2.12 No. 1 1%
 Submission of OHS Plan etc – 20%
 Compliance of OHS Plan etc – 80%
Audit (refer the clause No:4.5.5) ISO Certifications refer
Clause No: 4.3.2.3 of OHS&E Employer’s Requirements

A2.13 Monthly Audit report (MARS):90% Quarterly 12 9%

International Certification to ISO 45001:2018 and ISO


Item 1 1%
14001:2015 standard 10%

OHS&E Training refer the clause No:4.4.2.4 and Quarterly


OHS&E Audit refer clause No:4.5.5.2 of OHS&E Employer’s
A2.14 Requirements
Training Implementation: 50% Monthly 46 1%

Quarterly Audit: 50% Quarterly 12 1%


Environmental Management Plan & Audits to include: Spoils
A2.15 Management, Diesel Emission Mitigation and Dust control No. 16 4%
Plans & audits Quarterly & Monthly

Comprehensive Testing and Commissioning Programme


A2.16 No. 1 4%
Maintenance of Employer’s/Engineer’s office provided by the
A2.17 contractor Monthly 46 4%

Updating BIM Model at regular intervals with LOD 500 &


A2.18 Quarterly 12 15%
Submission of As-built BIM Model

Total Percentage 100%

CMRL PS - 13 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV B
TENDER No. CP06/UG06/RT01 Pricing Schedule

1.7.3 SCHEDULE OF PAYMENT FOR PRICE CENTRE B – Kolathur Metro Station

Payment of Price Centre – B


SL.No Item Description % of sub-items
B Kolathur Metro Station
B1 General
Submit and obtain the Employer’s Representative’s Notice of No Objection for Detailed
B 1.1 Survey Reports and Drawings, including topographic surveys and pre-condition 0.6%
surveys of adjacent buildings, structures, water wells, railway facilities, etc...
Undertake site clearance to the satisfaction of the Employer’s Representative of all site
B 1.2 areas including the removal of vegetation, tree felling, removal of refuse, removal of 0.25%
unsuitable soil, removal of surface water, demolition of existing structures, etc...
Submit and obtain the Employer’s Representative’s Notice of No Objection of the
Traffic Management Plans including schemes for the diversions of roads, footpaths,
sewers/drains and utilities, phasing of works construction, programme for
B 1.3 0.6%
implementations of schemes, temporary road markings, temporary barricading,
temporary signage, temporary road lighting, temporary traffic lights, etc... and
proposals for submissions to appropriate Authorities to obtain the necessary approvals.
Submit and obtain the Employer’s Representative’s Notice of No Objection of the
Utilities Diversion Plan including drawings identifying existing utilities, drawings
identifying proposed diversions and protection works, drawings for details of diversion
B 1.4 0.35%
and protection works, programme for diversion and protection works, explanatory
narrative reports, etc.. and proposals for submissions to appropriate authorities to obtain
necessary approvals.
B2 Civil / Structural Works
Implementation and Maintenance of barricading board to the satisfaction of the
Employer/Employer’s Representative including cleaning of barricading boards ,
periodic painting , removal of the poster , LED Rope Light, retroreflective traffic sign
boards as per IRC recommendations and ISI approved, Reflective Strip delineators,
B 2.1 1.1%
traffic lights , Barrier Red road safety flashing light, road markings , Water Filled road
barriers or PVC stackable barriers etc. and arranging the diversion of traffic including
obtaining the necessary approval
Payment 50% on installation of barricading and 50% on Monthly basis
Implementation and maintenance of traffic management schemes to the satisfaction of
the Employer’s Representative including provision of temporary roads, footpaths,
B 2.2 1.7%
lighting, signage, traffic lights, road markings, etc.. and arranging the diversion of
traffic including obtaining the necessary approvals.
Reinstatement of existing roads and footpaths at completion of works to the satisfaction
of the Employer’s Representative together with the additional facilities identified on
B 2.3 5.1%
the Drawings including the provision of new pavements, drainage, road marking,
signage, traffic lights, lighting, etc…
Installation of Diaphragm walls (1000 mm thick) and mass concrete panels including
providing guide walls, excavation in all types of soil and rock removal of excavated
materials from site, supply, fabrication and placement of reinforcement cage along with
B 2.4 couplers, GFRP reinforcement in soft eye, flushing, concreting by tremmie method, 35%
water stoppers, sonic tubes, tests upon completion, etc. (as per recommended
specifications and drawings) including instrumentation and monitoring and provide as-
built records.
Excavation in all kind of strata (Soil/Rock) in the station and entrances within the
B 2.5 diaphragm wall including the removal of the excavated material, the provision of 8%
temporary walers and struts to maintain stability including the preloading of struts if

CMRL PS - 14 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV B
TENDER No. CP06/UG06/RT01 Pricing Schedule

Payment of Price Centre – B


SL.No Item Description % of sub-items
necessary, provision of temporary decking for 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. Dismantling and removal
of all temporary works on completion of permanent works.
Preparation & Construction of the reinforced concrete base slab (as per recommended
specifications and drawings) including supply and provision of reinforcement,
dewatering, drainage blanket, compaction and PCC below base slab and earth mat (as
B 2.6 6.2%
per recommended specifications and drawings). 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, slabs and beams for the
structure from the top of the base slab to the top of the concourse level slab, with supply
B 2.7 5%
certificates of materials 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 columns, slabs and beams for the
structure from the top of the concourse level slab to the top of the top level slab including
B 2.8 the provision of waterproofing and protection layers, with supply certificates of 6.2%
materials and test results for the concrete and steel shall be provided for the Employer’s
Representative’s Notice of No Objection.
Construction of internal walls and floors to form above ground structures, plant rooms,
lobbies, toilets, ventilation shafts and other internal rooms and areas, and provide
B 2.9 3%
openings through the diaphragm walls for external connections including the removal
of debris and forming water tight connections.
B 2.10 Construction of underground and above ground structures including 800mm thick
Diaphragm wall external to the station box entrances, subways, walkways, footbridges
12.5%
and ancillary plant buildings. To include all temporary works including excavation,
excavation lateral support, dewatering, etc...
Construction of platform area structure complete with cut-out for MEP area and
B 2.11 drainage beneath and construct the internal lining to concourse levels complete with 1.7%
drainage.
Construct all lift shafts, escalator support structures and staircase structures including
B 2.12 1.1%
necessary inserts for installation and maintenance of lifts and escalators.
Placement of compacted soil to reinstate the ground level above the station and re-
B 2.13 3.3%
instate drainage works affected by the construction.
B3 Architectural and Builder’s Work (ABWF):
Construction of Blockwork, Plastering and its allied works as per the Employer’s
B 3.1 Drawings, the Employer’s Drawings, the Employer Requirements, and the Scope of 2.2%
Works covered in Part-2
B4 First stage concrete with Shear Connectors 0.8%
Embedded Drainage provisions, Inserts, conduits, earth mat etc for MEP & Rail
B5 Systems, borewell, connections to municipal domestic water supply, sewer connection 1.3%
and storm water connections including manholes, valve chambers etc
B6 Submission of As-built records and drawings 1%
B7 All Remaining Miscellaneous Works 3%
Total Percentage 100%

CMRL PS - 15 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV B
TENDER No. CP06/UG06/RT01 Pricing Schedule

1.7.4 SCHEDULE OF PAYMENT FOR PRICE CENTRE C – Srinivasa Nagar Station

Payment of Price Centre - C


SL.No Item Description % of sub-items
C Srinivasa Nagar Metro Station
C1 General
Submit and obtain the Employer’s Representative’s Notice of No Objection for Detailed
C 1.1 Survey Reports and Drawings, including topographic surveys and pre-condition 0.6%
surveys of adjacent buildings, structures, water wells, railway facilities, etc...
Undertake site clearance to the satisfaction of the Employer’s Representative of all site
C 1.2 areas including the removal of vegetation, tree felling, removal of refuse, removal of 0.25%
unsuitable soil, removal of surface water, demolition of existing structures, etc...
Submit and obtain the Employer’s Representative’s Notice of No Objection of the
Traffic Management Plans including schemes for the diversions of roads, footpaths,
sewers/drains and utilities, phasing of works construction, programme for
C 1.3 0.6%
implementations of schemes, temporary road markings, temporary barricading,
temporary signage, temporary road lighting, temporary traffic lights, etc... and
proposals for submissions to appropriate Authorities to obtain the necessary approvals.
Submit and obtain the Employer’s Representative’s Notice of No Objection of the
Utilities Diversion Plan including drawings identifying existing utilities, drawings
identifying proposed diversions and protection works, drawings for details of diversion
C 1.4 0.35%
and protection works, programme for diversion and protection works, explanatory
narrative reports, etc.. and proposals for submissions to appropriate authorities to obtain
necessary approvals.
C2 Civil / Structural Works
Implementation and Maintenance of barricading board to the satisfaction of the
Employer/Employer’s Representative including cleaning of barricading boards ,
periodic painting , removal of the poster , LED Rope Light, retroreflective traffic sign
boards as per IRC recommendations and ISI approved, Reflective Strip delineators,
C 2.1 1.1%
traffic lights , Barrier Red road safety flashing light, road markings , Water Filled road
barriers or PVC stackable barriers etc. and arranging the diversion of traffic including
obtaining the necessary approval
Payment 50% on installation of barricading and 50% on Monthly basis
Implementation and maintenance of traffic management schemes to the satisfaction of
the Employer’s Representative including provision of temporary roads, footpaths,
C 2.2 1.7%
lighting, signage, traffic lights, road markings, etc.. and arranging the diversion of
traffic including obtaining the necessary approvals.
Reinstatement of existing roads and footpaths at completion of works to the satisfaction
of the Employer’s Representative together with the additional facilities identified on the
C 2.3 5.1%
Drawings including the provision of new pavements, drainage, road marking, signage,
traffic lights, lighting, etc…
Installation of Diaphragm walls (1000 mm thick) and mass concrete panels including
providing guide walls, excavation in all types of soil and rock removal of excavated
materials from site, supply, fabrication and placement of reinforcement cage along with
C 2.4 couplers, GFRP reinforcement in soft eye, flushing, concreting by tremmie method, 35%
water stoppers, sonic tubes, tests upon completion, etc. (as per recommended
specifications and drawings) including instrumentation and monitoring and provide as-
built records.
Excavation in all kind of strata (Soil/Rock) in the station and entrances within the
C 2.5 diaphragm wall including the removal of the excavated material, the provision of 8%
temporary walers and struts to maintain stability including the preloading of struts if

CMRL PS - 16 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV B
TENDER No. CP06/UG06/RT01 Pricing Schedule

Payment of Price Centre - C


SL.No Item Description % of sub-items
necessary, provision of temporary decking for 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. Dismantling and removal
of all temporary works on completion of permanent works.
Preparation & Construction of the reinforced concrete base slab (as per recommended
specifications and drawings) including supply and provision of reinforcement,
dewatering, drainage blanket, compaction and PCC below base slab and earth mat (as
C 2.6 6.2%
per recommended specifications and drawings), 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, slabs and beams for the
structure from the top of the base slab to the top of the concourse level slab, with supply
C 2.7 5%
certificates of materials 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 columns, slabs and beams for the
structure from the top of the concourse level slab to the top of the top level slab including
C 2.8 the provision of waterproofing and protection layers, with supply certificates of 6.2%
materials and test results for the concrete and steel shall be provided for the Employer’s
Representative’s Notice of No Objection.
Construction of internal walls and floors to form above ground structures, plant rooms,
lobbies, toilets, ventilation shafts and other internal rooms and areas, and provide
C 2.9 3%
openings through the diaphragm walls for external connections including the removal
of debris and forming water tight connections.
C 2.10 Construction of underground and above ground structures including 800mm thick
Diaphragm wall external to the station box entrances, subways, walkways, footbridges
12.5%
and ancillary plant buildings. To include all temporary works including excavation,
excavation lateral support, dewatering, etc...
Construction of platform area structure complete with cut-out for MEP area and
C 2.11 drainage beneath and construct the internal lining to concourse levels complete with 1.7%
drainage.
Construct all lift shafts, escalator support structures and staircase structures including
C 2.12 1.1%
necessary inserts for installation and maintenance of lifts and escalators.
Placement of compacted soil to reinstate the ground level above the station and re-
C 2.13 3.3%
instate drainage works affected by the construction.
C3 Architectural and Builder’s Work (ABWF):
Construction of Blockwork, Plastering and its allied works as per the Employer’s
C 3.1 Drawings, the Employer’s Drawings, the Employer Requirements, and the Scope of 2.2%
Works covered in Part-2
C4 First stage concrete with Shear Connectors 0.8%
Embedded Drainage provisions, Inserts, conduits, earth mat etc for MEP & Rail
C5 Systems, borewell, connections to municipal domestic water supply, sewer connection 1.3%
and storm water connections including manholes, valve chambers etc
C6 Submission of As-built records and drawings 1%
C7 All Remaining Miscellaneous Works 3%
Total Percentage 100%

CMRL PS - 17 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV B
TENDER No. CP06/UG06/RT01 Pricing Schedule

1.7.5 SCHEDULE OF PAYMENT FOR PRICE CENTRE D – Villivakam Sub-Urban Metro Station

Payment of Price Centre - D


SL.No Item Description % of sub-items
D Villivakam Sub-Urban Metro Station
D1 General
Submit and obtain the Employer’s Representative’s Notice of No Objection for Detailed
D 1.1 Survey Reports and Drawings, including topographic surveys and pre-condition 0.6%
surveys of adjacent buildings, structures, water wells, railway facilities, etc...
Undertake site clearance to the satisfaction of the Employer’s Representative of all site
D 1.2 areas including the removal of vegetation, tree felling, removal of refuse, removal of 0.25%
unsuitable soil, removal of surface water, demolition of existing structures, etc...
Submit and obtain the Employer’s Representative’s Notice of No Objection of the
Traffic Management Plans including schemes for the diversions of roads, footpaths,
sewers/drains and utilities, phasing of works construction, programme for
D 1.3 0.6%
implementations of schemes, temporary road markings, temporary barricading,
temporary signage, temporary road lighting, temporary traffic lights, etc... and
proposals for submissions to appropriate Authorities to obtain the necessary approvals.
Submit and obtain the Employer’s Representative’s Notice of No Objection of the
Utilities Diversion Plan including drawings identifying existing utilities, drawings
identifying proposed diversions and protection works, drawings for details of diversion
D 1.4 0.35%
and protection works, programme for diversion and protection works, explanatory
narrative reports, etc.. and proposals for submissions to appropriate authorities to obtain
necessary approvals.
D2 Civil / Structural Works
Implementation and Maintenance of barricading board to the satisfaction of the
Employer/Employer’s Representative including cleaning of barricading boards ,
periodic painting , removal of the poster , LED Rope Light, retroreflective traffic sign
boards as per IRC recommendations and ISI approved, Reflective Strip delineators,
D 2.1 1.1%
traffic lights , Barrier Red road safety flashing light, road markings , Water Filled road
barriers or PVC stackable barriers etc. and arranging the diversion of traffic including
obtaining the necessary approval
Payment 50% on installation of barricading and 50% on Monthly basis
Implementation and maintenance of traffic management schemes to the satisfaction of
the Employer’s Representative including provision of temporary roads, footpaths,
D 2.2 1.7%
lighting, signage, traffic lights, road markings, etc.. and arranging the diversion of
traffic including obtaining the necessary approvals.
Reinstatement of existing roads and footpaths at completion of works to the satisfaction
of the Employer’s Representative together with the additional facilities identified on the
D 2.3 5.1%
Drawings including the provision of new pavements, drainage, road marking, signage,
traffic lights, lighting, etc…
Installation of Diaphragm walls (1000 mm thick) and mass concrete panels including
providing guide walls, excavation in all types of soil and rock removal of excavated
materials from site, supply, fabrication and placement of reinforcement cage along with
D 2.4 couplers, GFRP reinforcement in soft eye, flushing, concreting by tremmie method, 35%
water stoppers, sonic tubes, tests upon completion, etc. (as per recommended
specifications and drawings) including instrumentation and monitoring and provide as-
built records.
Excavation in all kind of strata (Soil/Rock) in the station and entrances within the
D 2.5 diaphragm wall including the removal of the excavated material, the provision of 8%
temporary walers and struts to maintain stability including the preloading of struts if

CMRL PS - 18 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV B
TENDER No. CP06/UG06/RT01 Pricing Schedule

Payment of Price Centre - D


SL.No Item Description % of sub-items
necessary, provision of temporary decking for 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. Dismantling and removal
of all temporary works on completion of permanent works.
Preparation & Construction of the reinforced concrete base slab (as per recommended
specifications and drawings) including supply and provision of reinforcement,
dewatering, drainage blanket, compaction and PCC below base slab and earth mat (as
D 2.6 5.9%
per recommended specifications and drawings), 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, slabs and beams for the
structure from the top of the base slab to the top of the concourse level slab, with supply
D 2.7 5%
certificates of materials 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 columns, slabs and beams for the
structure from the top of the concourse level slab to the top of the top level slab including
D 2.8 the provision of waterproofing and protection layers, with supply certificates of 6.2%
materials and test results for the concrete and steel shall be provided for the Employer’s
Representative’s Notice of No Objection.
Construction of internal walls and floors to form above ground structures, plant rooms,
lobbies, toilets, ventilation shafts and other internal rooms and areas, and provide
D 2.9 3%
openings through the diaphragm walls for external connections including the removal
of debris and forming water tight connections.
Construction of underground and above ground structures including 800mm thick
D 2.10 Diaphragm wall external to the station box entrances, subways, walkways, footbridges
12.5%
and ancillary plant buildings. To include all temporary works including excavation,
excavation lateral support, dewatering, etc...
Construction of platform area structure complete with cut-out for MEP area and
D 2.11 drainage beneath and construct the internal lining to concourse levels complete with 1.7%
drainage.
Construct all lift shafts, escalator support structures and staircase structures including
D 2.12 1.1%
necessary inserts for installation and maintenance of lifts and escalators.
Placement of compacted soil to reinstate the ground level above the station and re-
D 2.13 3.3%
instate drainage works affected by the construction.
D3 Architectural and Builder’s Work (ABWF):
Construction of Blockwork, Plastering and its allied works as per the Employer’s
D 3.1 Drawings, the Employer’s Drawings, the Employer Requirements, and the Scope of 2.2%
Works covered in Part-2
D4 First stage concrete with Shear Connectors 0.8%
Embedded Drainage provisions, Inserts, conduits, earth mat etc for MEP & Rail
D5 Systems, borewell, connections to municipal domestic water supply, sewer connection 1.3%
and storm water connections including manholes, valve chambers etc
D6 Submission of As-built records and drawings 1%
D6 All Remaining Miscellaneous Works 3%
Total Percentage 100%

CMRL PS - 19 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV B
TENDER No. CP06/UG06/RT01 Pricing Schedule

1.7.6 SCHEDULE OF PAYMENT FOR PRICE CENTRE E – Villivakam Bus-Terminus Special


Tunnel Type Station

Payment of Price Centre - E


SL.No Item Description % of sub-items
E Villivakam Bus-Terminus Station
E1 General
Submit and obtain the Employer’s Representative’s Notice of No Objection for Detailed
E 1.1 Survey Reports and Drawings, including topographic surveys and pre-condition 0.6%
surveys of adjacent buildings, structures, water wells, railway facilities, etc...
Undertake site clearance to the satisfaction of the Employer’s Representative of all site
E 1.2 areas including the removal of vegetation, tree felling, removal of refuse, removal of 0.25%
unsuitable soil, removal of surface water, demolition of existing structures, etc...
Submit and obtain the Employer’s Representative’s Notice of No Objection of the
Traffic Management Plans including schemes for the diversions of roads, footpaths,
sewers/drains and utilities, phasing of works construction, programme for
E 1.3 0.6%
implementations of schemes, temporary road markings, temporary barricading,
temporary signage, temporary road lighting, temporary traffic lights, etc... and
proposals for submissions to appropriate Authorities to obtain the necessary approvals.
Submit and obtain the Employer’s Representative’s Notice of No Objection of the
Utilities Diversion Plan including drawings identifying existing utilities, drawings
identifying proposed diversions and protection works, drawings for details of diversion
E 1.4 0.35%
and protection works, programme for diversion and protection works, explanatory
narrative reports, etc.. and proposals for submissions to appropriate authorities to obtain
necessary approvals.
E2 Civil / Structural Works
Implementation and Maintenance of barricading board to the satisfaction of the
Employer/Employer’s Representative including cleaning of barricading boards ,
periodic painting , removal of the poster , LED Rope Light, retroreflective traffic sign
boards as per IRC recommendations and ISI approved, Reflective Strip delineators,
E 2.1 1.1%
traffic lights , Barrier Red road safety flashing light, road markings , Water Filled road
barriers or PVC stackable barriers etc. and arranging the diversion of traffic including
obtaining the necessary approval
Payment 50% on installation of barricading and 50% on Monthly basis
Implementation and maintenance of traffic management schemes to the satisfaction of
the Employer’s Representative including provision of temporary roads, footpaths,
E 2.2 1.7%
lighting, signage, traffic lights, road markings, etc.. and arranging the diversion of
traffic including obtaining the necessary approvals.
Reinstatement of existing roads and footpaths at completion of works to the satisfaction
of the Employer’s Representative together with the additional facilities identified on the
E 2.3 5.1%
Drawings including the provision of new pavements, drainage, road marking, signage,
traffic lights, lighting, etc…
Installation of Diaphragm walls (1000 mm thick) and mass concrete panels including
providing guide walls, excavation in all types of soil and rock removal of excavated
materials from site, supply, fabrication and placement of reinforcement cage along with
E 2.4 couplers, GFRP reinforcement in soft eye, flushing, concreting by tremmie method, 35%
water stoppers, sonic tubes, tests upon completion, etc. (as per recommended
specifications and drawings) including instrumentation and monitoring and provide as-
built records.
Excavation in all kind of strata (Soil/Rock) in the station and entrances within the
E 2.5 8%
diaphragm wall including the removal of the excavated material, the provision of

CMRL PS - 20 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV B
TENDER No. CP06/UG06/RT01 Pricing Schedule

Payment of Price Centre - E


SL.No Item Description % of sub-items
temporary walers 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 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 (as per recommended
specifications and drawings) including supply and provision of reinforcement,
dewatering, drainage blanket, compaction and PCC below base slab and earth mat (as
E 2.6 6.2%
per recommended specifications and drawings), 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, slabs and beams for the
structure from the top of the base slab to the top of the concourse level slab, with supply
E 2.7 5%
certificates of materials 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 columns, slabs and beams for the
structure from the top of the concourse level slab to the top of the top level slab including
E 2.8 the provision of waterproofing and protection layers, with supply certificates of 6.2%
materials and test results for the concrete and steel shall be provided for the Employer’s
Representative’s Notice of No Objection.
E 2.9 Construction of internal walls and floors to form above ground structures, plant rooms,
lobbies, toilets, ventilation shafts and other internal rooms and areas, and form break
3%
throughs of the diaphragm walls for external connections including the removal of
debris and forming water tight connections.
Construction of underground and above ground structures including 800mm thick
Diaphragm wall external to the station box entrances, subways, walkways, footbridges
E 2.10 12.5%
and ancillary plant buildings. To include all temporary works including excavation,
excavation lateral support, dewatering, etc...
Construction of platform area structure complete with cut-out for MEP area and
E 2.11 drainage beneath and construct the internal lining to concourse levels complete with 1.7%
drainage.
Construct all lift shafts, escalator support structures and staircase structures including
E 2.12 1.1%
necessary inserts for installation and maintenance of lifts and escalators.
Placement of compacted soil to reinstate the ground level above the station and re-
E 2.13 3.3%
instate drainage works affected by the construction.
E3 Architectural and Builder’s Work (ABWF):
Construction of Blockwork, Plastering and its allied works as per the Employer’s
E 3.1 Drawings, the Employer’s Drawings, the Employer Requirements, and the Scope of 2.2%
Works covered in Part-2
E4 First stage concrete with Shear Connectors 0.8%
Embedded Drainage provisions, Inserts, conduits, earth mat etc for MEP & Rail
E5 Systems, borewell, connections to municipal domestic water supply, sewer connection 1.3%
and storm water connections including manholes, valve chambers etc
E6 Submission of As-built records and drawings 1%
E7 All Remaining Miscellaneous Works 3%
Total Percentage 100%

CMRL PS - 21 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV B
TENDER No. CP06/UG06/RT01 Pricing Schedule

1.7.7. SCHEDULE OF PAYMENT FOR PRICE CENTRE F – Nathamuni Metro Station

Payment of Price Centre - F


SL.No Item Description % of sub-items
F Nathamuni Metro Station
F1 General
Submit and obtain the Employer’s Representative’s Notice of No Objection for Detailed
F 1.1 Survey Reports and Drawings, including topographic surveys and pre-condition 0.6%
surveys of adjacent buildings, structures, water wells, railway facilities, etc...
Undertake site clearance to the satisfaction of the Employer’s Representative of all site
F 1.2 areas including the removal of vegetation, tree felling, removal of refuse, removal of 0.25%
unsuitable soil, removal of surface water, demolition of existing structures, etc...
Submit and obtain the Employer’s Representative’s Notice of No Objection of the
Traffic Management Plans including schemes for the diversions of roads, footpaths,
sewers/drains and utilities, phasing of works construction, programme for
F 1.3 0.6%
implementations of schemes, temporary road markings, temporary barricading,
temporary signage, temporary road lighting, temporary traffic lights, etc... and
proposals for submissions to appropriate Authorities to obtain the necessary approvals.
Submit and obtain the Employer’s Representative’s Notice of No Objection of the
Utilities Diversion Plan including drawings identifying existing utilities, drawings
identifying proposed diversions and protection works, drawings for details of diversion
F 1.4 0.35%
and protection works, programme for diversion and protection works, explanatory
narrative reports, etc.. and proposals for submissions to appropriate authorities to obtain
necessary approvals.
F2 Civil / Structural Works
Implementation and Maintenance of barricading board to the satisfaction of the
Employer/Employer’s Representative including cleaning of barricading boards ,
periodic painting , removal of the poster , LED Rope Light, retroreflective traffic sign
boards as per IRC recommendations and ISI approved, Reflective Strip delineators,
F 2.1 1.1%
traffic lights , Barrier Red road safety flashing light, road markings , Water Filled road
barriers or PVC stackable barriers etc. and arranging the diversion of traffic including
obtaining the necessary approval
Payment 50% on installation of barricading and 50% on Monthly basis
Implementation and maintenance of traffic management schemes to the satisfaction of
the Employer’s Representative including provision of temporary roads, footpaths,
F 2.2 1.7%
lighting, signage, traffic lights, road markings, etc.. and arranging the diversion of
traffic including obtaining the necessary approvals.
Reinstatement of existing roads and footpaths at completion of works to the satisfaction
of the Employer’s Representative together with the additional facilities identified on the
F 2.3 5.1%
Drawings including the provision of new pavements, drainage, road marking, signage,
traffic lights, lighting, etc…
Installation of Diaphragm walls (1000 mm thick) and mass concrete panels including
providing guide walls, excavation in all types of soil and rock removal of excavated
materials from site, supply, fabrication and placement of reinforcement cage along with
F 2.4 couplers, GFRP reinforcement in soft eye, flushing, concreting by tremmie method, 35%
water stoppers, sonic tubes, tests upon completion, etc. (as per recommended
specifications and drawings) including instrumentation and monitoring and provide as-
built records.
Excavation in all kind of strata (Soil/Rock) in the station and entrances within the
F 2.5 8%
diaphragm wall including the removal of the excavated material, the provision of

CMRL PS - 22 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV B
TENDER No. CP06/UG06/RT01 Pricing Schedule

Payment of Price Centre - F


SL.No Item Description % of sub-items
temporary walers 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 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 (as per recommended
specifications and drawings) including supply and provision of reinforcement,
dewatering, drainage blanket, compaction and PCC below base slab and earth mat (as
F 2.6 6.2%
per recommended specifications and drawings), 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, slabs and beams for the
structure from the top of the base slab to the top of the concourse level slab, with supply
F 2.7 5%
certificates of materials 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 columns, slabs and beams for the
structure from the top of the concourse level slab to the top of the top level slab including
F 2.8 the provision of waterproofing and protection layers , with supply certificates of 6.2%
materials and test results for the concrete and steel shall be provided for the Employer’s
Representative’s Notice of No Objection.
Construction of internal walls and floors to form above ground structures, plant rooms,
lobbies, toilets, ventilation shafts and other internal rooms and areas, and provide
F 2.9 3%
openings through the diaphragm walls for external connections including the removal
of debris and forming water tight connections.
F 2.10 Construction of underground and above ground structures including 800mm thick
Diaphragm wall external to the station box entrances, subways, walkways, footbridges
12.5%
and ancillary plant buildings. To include all temporary works including excavation,
excavation lateral support, dewatering, etc...
Construction of platform area structure complete with cut-out for MEP area and
F 2.11 drainage beneath and construct the internal lining to concourse levels complete with 1.7%
drainage.
Construct all lift shafts, escalator support structures and staircase structures including
F 2.12 1.1%
necessary inserts for installation and maintenance of lifts and escalators.
Placement of compacted soil to reinstate the ground level above the station and re-
F 2.13 3.3%
instate drainage works affected by the construction.
F3 Architectural and Builder’s Work (ABWF):
Construction of Blockwork, Plastering and its allied works as per the Employer’s
F 3.1 Drawings, the Employer’s Drawings, the Employer Requirements, and the Scope of 2.2%
Works covered in Part-2
F4 First stage concrete with Shear Connectors 0.8%
Embedded Drainage provisions, Inserts, conduits, earth mat etc for MEP & Rail
F5 Systems, borewell, connections to municipal domestic water supply, sewer connection 1.3%
and storm water connections including manholes, valve chambers etc
F6 Submission of As-built records and drawings 1%
F5 All Remaining Miscellaneous Works 3%
Total Percentage 100%

CMRL PS - 23 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV B
TENDER No. CP06/UG06/RT01 Pricing Schedule

1.7.8. SCHEDULE OF PAYMENT FOR PRICE CENTRE G – Retrieval Shaft, Cut & Cover / ‘U’ Section
Ramp at Kolathur

Payment of Price Centre - G


SL.No Item Description % of sub-items

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...

Submit and obtain the Employer’s Representative’s Notice of No Objection of the


Traffic Management Plans including schemes for the diversions of roads, footpaths,
sewers/drains and utilities, phasing of works construction, programme for
G 1.3 0.5%
implementations of schemes, temporary road markings, temporary barricading,
temporary signage, temporary road lighting, temporary traffic lights, etc... and
proposals for submissions to appropriate Authorities to obtain the necessary approvals.

Submit and obtain the Employer’s Representative’s Notice of No Objection of the


Utilities Diversion Plan including drawings identifying existing utilities, drawings
identifying proposed diversions and protection works, drawings for details of diversion
G 1.4 0.3%
and protection works, programme for diversion and protection works, explanatory
narrative reports, etc.. and proposals for submissions to appropriate authorities to obtain
necessary approvals.

G2 Civil / Structural Works

Implementation and Maintenance of barricading board to the satisfaction of the


Employer/Employer’s Representative including cleaning of barricading boards ,
periodic painting , removal of the poster , LED Rope Light, retroreflective traffic sign
boards as per IRC recommendations and ISI approved, Reflective Strip delineators,
G 2.1 1%
traffic lights , Barrier Red road safety flashing light, road markings , Water Filled road
barriers or PVC stackable barriers etc. and arranging the diversion of traffic including
obtaining the necessary approval
Payment 50% on installation of barricading and 50% on Monthly basis

Implementation and maintenance of traffic management schemes to the satisfaction of


the Employer’s Representative including provision of temporary roads, footpaths,
G 2.2 1%
lighting, signage, traffic lights, road markings, etc.. and arranging the diversion of traffic
including obtaining the necessary approvals.
Reinstatement of existing roads and footpaths at completion of works to the satisfaction
of the Employer’s Representative together with the additional facilities identified on the
G 2.3 3.5%
Drawings including the provision of new pavements, drainage, road marking, signage,
traffic lights, lighting, etc…
Installation of Diaphragm walls (1000 mm thick) and mass concrete panels by grabbing,
G 2.4 44%
including providing guide walls, excavation in all types of soil and rock removal of

CMRL PS - 24 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV B
TENDER No. CP06/UG06/RT01 Pricing Schedule

Payment of Price Centre - G


SL.No Item Description % of sub-items
excavated materials from site, supply, fabrication and placement of reinforcement cage
along with couplers, GFRP reinforcement in soft eye, flushing, concreting by tremmie
method, water stoppers, sonic tubes, tests upon completion, etc. (as per recommended
specifications and drawings) including instrumentation and monitoring and provide as-
built records.
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
G 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
G 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
G 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
G 2.8 to the elevated ramp including necessary inserts, embedment etc.. for installation of rail 5%
systems.
G.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.
G3 First stage concrete with Shear Connectors 1%
Embedded Drainage provisions, Inserts, conduits etc for MEP & Rail Systems,
G4 connections to sewer connection and storm water connections including manholes, 1%
valve chambers etc
G5 General Infrastructure
Provision of new facilities including additional soft and hard landscaping to integrate
G 5.1 the Shaft / ‘U’ Section into its environs including hand rails above ‘U’ sections as shown 2%
on the drawings
G6 Submission of As-built records and drawings 1%
G7 All Remaining Works
G 7.1 All remaining works as shown in the Employer’s drawings and Specifications 3%
Total Percentage 100%

CMRL PS - 25 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV B
TENDER No. CP06/UG06/RT01 Pricing Schedule

1.7.9 SCHEDULE OF PAYMENT FOR PRICE CENTRE H – Launching Shaft, Cut & Cover / ‘U’
Section Ramp at Nathamuni

Payment of Price Centre - H


SL.No Item Description % of sub-items

H Launching Shaft, Cut & Cover / ‘U’ Section Ramp at Nathamuni


H1 General
Submit and obtain the Employer’s Representative’s Notice of No Objection for Detailed
H 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
H 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...
Submit and obtain the Employer’s Representative’s Notice of No Objection of the
Traffic Management Plans including schemes for the diversions of roads, footpaths,
sewers/drains and utilities, phasing of works construction, programme for
H 1.3 0.5%
implementations of schemes, temporary road markings, temporary barricading,
temporary signage, temporary road lighting, temporary traffic lights, etc... and
proposals for submissions to appropriate Authorities to obtain the necessary approvals.
Submit and obtain the Employer’s Representative’s Notice of No Objection of the
Utilities Diversion Plan including drawings identifying existing utilities, drawings
identifying proposed diversions and protection works, drawings for details of diversion
H 1.4 0.3%
and protection works, programme for diversion and protection works, explanatory
narrative reports, etc.. and proposals for submissions to appropriate authorities to obtain
necessary approvals.
H2 Civil / Structural Works
Implementation and Maintenance of barricading board to the satisfaction of the
Employer/Employer’s Representative including cleaning of barricading boards ,
periodic painting , removal of the poster , LED Rope Light, retroreflective traffic sign
boards as per IRC recommendations and ISI approved, Reflective Strip delineators,
H 2.1 1%
traffic lights , Barrier Red road safety flashing light, road markings , Water Filled road
barriers or PVC stackable barriers etc. and arranging the diversion of traffic including
obtaining the necessary approval
Payment 50% on installation of barricading and 50% on Monthly basis
Implementation and maintenance of traffic management schemes to the satisfaction of
the Employer’s Representative including provision of temporary roads, footpaths,
H 2.2 1%
lighting, signage, traffic lights, road markings, etc.. and arranging the diversion of
traffic including obtaining the necessary approvals.
Reinstatement of existing roads and footpaths at completion of works to the satisfaction
of the Employer’s Representative together with the additional facilities identified on the
H 2.3 3.5%
Drawings including the provision of new pavements, drainage, road marking, signage,
traffic lights, lighting, etc…
Installation of Diaphragm walls (1000 mm thick) and mass concrete panels by grabbing,
including providing guide walls, excavation in all types of soil and rock removal of
excavated materials from site, supply, fabrication and placement of reinforcement cage
H 2.4 along with couplers, GFRP reinforcement in soft eye, flushing, concreting by tremmie 44%
method, water stoppers, sonic tubes, tests upon completion, etc. (as per recommended
specifications and drawings) including instrumentation and monitoring and provide as-
built records.

CMRL PS - 26 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV B
TENDER No. CP06/UG06/RT01 Pricing Schedule

Payment of Price Centre - H


SL.No Item Description % of sub-items

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%

CMRL PS - 27 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV B
TENDER No. CP06/UG06/RT01 Pricing Schedule

1.7.10 SCHEDULE OF PAYMENT FOR PRICE CENTRE I – Bored Tunnel Works

Payment of Price Centre - I


SL.No Item Description % of sub-items

Procurement, delivery of 4 Nos. OEM (minimum of 2 TBM’s has to be sourced


from Japanese manufacturer) certified New/Remanufacturing Tunnel Boring
I1 Machines, and Design shall include design details and the proposed method of operation
of the TBM which shall include an assessment of the impacts of the TBM operation on
the environs through which it will pass, including the existing adjacent buildings,
structures, water wells, railway facilities, etc.
I 1.1 On proof of procurement 1.25%
I 1.2 On Delivery to Site 1.75%
I 1.3 Full Assembly in position at site & after completion of Site Acceptance Test. 10%
I 1.4 Successful trial working (after 100m) initial drive 2%
Alignment topographical survey, existing building condition, Instrumentation &
I 2. Monitoring before one month & after three-month and wriggle survey, cleaning of 2%
tunnel, unforeseen ground condition, risk, Misc. Contingencies
Shifting of TBMs from 1st launching for further drive, assembling, testing and initial
I 3. 3%
drive up to 100m.
Establishment of casting yard (including segment moulds, gantry, steam curing
I 4. 4%
arrangements etc.)
Segment Casting in Casting Yard Master ring building including segment moulds (min.
I 5. 5%
3no.)
Entire Plant & machineries and set up facilities for Tunnel Works near Launching Shafts
including DG, including safety devices as per IS standards Launching Shaft Gantry,
I 6. 5%
Reaction frame, preparatory work at Launching Shaft, Ancillary facilities for TBM
Operation, etc.
I 7. Installation and commissioning of Batching Plant 3%
Undertake tunnel boring, excavation in all types of soil and rock including but not
limited to, any necessary probing and pre-treatment of ground, excavation, muck
removal, installation of linings complete in position including transportation of
segments from casting yard and initial grouting. At all times the tunnel under
I 8. 50%
construction shall be well lit and ventilated and clean and safe access routes shall be
maintained to the work face, Primary & Secondary Grouting (as per drawings and
recommended specifications), Segments gasket, bolts, caulking groove filling (as
required), etc. (as per drawings and recommended specifications)
I 9. First stage concrete with Shear Connectors 5%
Tunnel fit outs for tunnelling works such as temporary rails including fixtures, supports,
I 10. brackets, grout pipe line, water Line, lighting, ventilation, temporary walk way, cables, 2%
etc.,
I 12. Submission of As-built records and drawings 1%
I 11. All other remaining works 5%
Total Percentage 100%

CMRL PS - 28 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV B
TENDER No. CP06/UG06/RT01 Pricing Schedule

1.7.11 SCHEDULE OF PAYMENT FOR PRICE CENTRE J – Cross Passage

Payment of Price Centre - J


SL.No Item Description % of sub-items

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%

CMRL PS - 29 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV B
TENDER No. CP06/UG06/RT01 Pricing Schedule

1.8. Risk factors


The Bidder shall include in price allowance for all the risk whatsoever it may be in the
construction of underground facilities i.e. bored tunnels, Underground Stations, cut and
cover tunnels , ramps, demolition of buildings, protection of buildings, protection of public
assets such as roads, railway tracks, and utilities etc. The Bidder shall also make allowances in
his price bid for necessary measures including traffic diversion in case of any sink holes and
subsidence of roads, collapse of any structure and damages to public utility or any other activity
associated with the construction of underground facility. Some of these risks are mentioned
below, but they are not exhaustive and are not limited to the items in the list (Table-2).

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.

CMRL PS - 30 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV B
TENDER No. CP06/UG06/RT01 Pricing Schedule

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.

CMRL PS - 31 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV B
TENDER No. CP06/UG06/RT01 Pricing Schedule

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.

The Bidder shall evaluate the building condition


and take appropriate measures to arrest any
damage to these buildings/ Public assets during
cross passage construction.

Any damage caused to these buildings/Public


assets (sewer, water supply, rail track, etc.)
during cross passage construction will be at
Bidder’s cost and time.

CMRL PS - 32 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV B
TENDER No. CP06/UG06/RT01 Pricing Schedule

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.

CMRL PS - 33 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV B
TENDER No. CP06/UG06/RT01 Pricing Schedule

Rates for Variation to Tender Design Quantity


Annexure – 1

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.

CMRL PS - 34 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV B
TENDER No. CP06/UG06/RT01 Pricing Schedule

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.,

4.5 Supplying and threading uncoated stress-relieved low relaxation


steel for precast segments as per the Employer’s Drawings, the MT 194250.00
Employers Requirements, and the Scope of Works covered in Part-
2.

5 WATER PROOFING WORKS


Providing and applying HDPE fully bonded waterproofing
5.1 treatment to the RCC structures as per the Employer’s Drawings, Sqm 1277.50
the Employers Requirements, and the Scope of Works covered in
Part-2.

CMRL PS - 35 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV B
TENDER No. CP06/UG06/RT01 Pricing Schedule

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

CMRL PS - 36 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV B
TENDER No. CP06/UG06/RT01 Pricing Schedule

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.

CMRL PS - 37 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV B
TENDER No. CP06/UG06/RT01 Pricing Schedule

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

CMRL PS - 38 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV B
TENDER No. CP06/UG06/RT01 Pricing Schedule

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

CMRL PS - 39 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV B
TENDER No. CP06/UG06/RT01 Pricing Schedule

Annexure – 2

Reference Quantities of Major Items

This is the reference base line quantities for the Price Centres.

Reference quantities for Price Centre-B: Kolathur Station

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

CMRL PS - 40 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV B
TENDER No. CP06/UG06/RT01 Pricing Schedule

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.

Reference quantities for Price Centre-C: Srinivasa Nagar Station

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

CMRL PS - 41 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV B
TENDER No. CP06/UG06/RT01 Pricing Schedule

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.

Reference quantities for Price Centre-D: Villivakkam Sub Urban

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.

CMRL PS - 42 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV B
TENDER No. CP06/UG06/RT01 Pricing Schedule

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.

Reference quantities for Price Centre-E: Villivakkam Bus Terminus

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.

CMRL PS - 43 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV B
TENDER No. CP06/UG06/RT01 Pricing Schedule

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.

Reference quantities for Price Centre-F: Nathamuni Station

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

CMRL PS - 44 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV B
TENDER No. CP06/UG06/RT01 Pricing Schedule

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.

Reference quantities for Price Centre-G: Retrieval Shaft at Kolathur

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

CMRL PS - 45 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV B
TENDER No. CP06/UG06/RT01 Pricing Schedule

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.

CMRL PS - 46 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV B
TENDER No. CP06/UG06/RT01 Pricing Schedule

Reference quantities for Price Centre-H: Nathamuni Launching Shaft

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.

CMRL PS - 47 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – IV B
TENDER No. CP06/UG06/RT01 Pricing Schedule

Reference quantities for Price Centre-I: Bored Twin Tunnel

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.

Reference quantities for Price Centre-J: Cross Passage

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.

CMRL PS - 48 December 2021


CHENNAI METRO RAIL LIMITED
CHENNAI METRO RAIL PROJECT PHASE 2, CORRIDOR 5
TENDER No. CP06/UG06/RT01

“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”.

BIDDING PROCEDURES

SINGLE STAGE TWO ENVELOPE BIDDING

SECTION – V A

ELIGIBLE SOURCE COUNTRIES

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.

CMRL ESC - 1 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – V A
TENDER No. CP06/UG06/RT01 Eligible Source Countries

(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

CMRL ESC - 1 December 2021


Chennai Metro Rail Project – Phase 2, Corridor 5. Part-1, Section – V A
TENDER No. CP06/UG06/RT01 Eligible Source Countries

related ministerial ordinances;


b) It was incorporated and is registered in country or area other than that on the DAC List of ODA
Recipients effective at the time of conclusion of the Loan Agreement; and
c) It has its appropriate facilities for producing or providing goods and services there, and actually
conducts its business therein.

(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.

****

CMRL ESC - 1 December 2021

You might also like