You are on page 1of 106

CHENNAI METRO RAIL LIMITED

FACILITY MANAGEMENT SERVICES (FMS) FOR ELECTRICAL AND MECHANICAL


(E&M) SYSTEMS AT
1. THIRTEEN ELEVATED STATIONS
a. Corridor 1: Koyambedu to St. Thomas Mount
b. Corridor 2: Airport to Littlemount
2. TEN UNDERGROUND STATIONS
a. Corridor 1: Saidapet to Washermanpet
3. KOYAMBEDU ADMINISTRATIVE BUILDING and
4. KOYAMBEDU DEPOT

Chennai Metro Rail Limited (CMRL)


(A JV of Govt. of India and Govt of Tamil Nadu)
METROS, Anna Salai, Nandanam, Chennai – 600 035

Page 1 of 106 Seal and Sign of Authorized Rep of Bidder


Table of Contents

S. No Chapter Page No

PART-I

1 Tender Information 5
2 Instruction to Tenderers 6 to 7
3 Qualification and Evaluation Criteria 7 to 17
PART-II
4 Forms of Bidding 18
5 Form-1 (Initial Filter Criteria) 19 to 20
6 Form-2 (Mandatory Information) 21 to 23
7 Form-3 (Turnover Details) 24
8 Form-4 (Similar Experience Criteria) 25
9 Form-5 (Bank Guarantee Format for EMD) 26
10 Form-6 (Bank Guarantee Format for PBG) 27 to 28
11 Form-7 (Power of Attorney) 29 to 30
12 Form-8 (Indemnity Bond) 31
13 Form-9 (Integrity Pact Agreement) 32 to 35
14 Form-10 (Checklist for Upload of Documents) 36 to 37
15 Form 11 & Form 12 38
PART-III
16 Work Requirements/ Scope of Works 39 to 76
17 General Conditions of Contract 77 to 87
18 Particular Conditions of Contract 88 to 94
19 Master License Agreement (Format) 95 to 106

Page 2 of 106 Seal and Sign of Authorized Rep of Bidder


DISCLAIMER

1. CHENNAI METRO RAIL LIMITED, (hereinafter mentioned as CMRL) does not make any
representation or warranty as to the accuracy, reliability or completeness of the information in this Bid
Document. Therefore, each Bidder should conduct their own investigations and analysis and check the
accuracy, reliability and completeness of the information in this Bid Document and obtain independent
advice from appropriate sources. The Bidder shall bear all its costs associated with the preparation
and submission of its Bid including expenses associated with any clarifications, which may be required
by CMRL or any other costs incurred in connection with or relating to its Bid. All such costs and
expenses will remain with the Bidder and CMRL shall not be liable in any manner.
2. CMRL will have no liability to any Bidder or any other person under the law of contract, tort, the
principles of restitution or unjust enrichment or otherwise for any loss, expense or damage which may
arise from or be incurred or suffered in connection with anything contained in this Bid Document, any
matter deemed to form part of this Bid Document, the award of the License, the information and any
other information supplied by or on behalf of CMRL or otherwise arising in any way from the selection
process of the License.
3. The issue of this Document does not imply that CMRL is bound to select the Bidder or to appoint the
Selected Bidder. CMRL reserves the right to reject any or all of the Bids submitted in response to this
Bid Document at any stage without assigning any reasons whatsoever. CMRL also reserves the
right to withhold or withdraw the process at any stage with intimation to all Bidders who have submitted
the Bid.
4. CMRL reserves the right to change / modify / amend any or all of the provisions of this Bid Document
at any stage. Such changes shall not be notified to all bidders who havebought the tender document.
5. Bidders are advised to remain vigilant and monitor the website https://gem.gov.in/ for all updates on
the Tender Document such as Addendum(s), Reply to Query, Postponement of any schedule etc. No
claims or compensation will be entertained on account of the Bidder having not read/noticed the
updates

Page 3 of 106 Seal and Sign of Authorized Rep of Bidder


PART – I

Page 4 of 106 Seal and Sign of Authorized Rep of Bidder


CHENNAI METRO RAIL LIMITED

CMRL invites digitally GeM open tender from reputed, experienced, financially sound, eligible
applicants, who fulfill the qualification criteria as mentioned in the tender under Single Stage two
Envelope with initial filter (Technical & Financial) system for the works as detailed below
1. Name of work Facility Management Services (FMS) for Electrical and
Mechanical (E&M) Systems at
1. Thirteen Elevated Stations (Corridor 1: Koyambedu to St.
Thomas Mount; Corridor 2: Airport to Littlemount),
2. Ten Underground Stations (Corridor 1: Saidapet to
Washermanpet),
3. Koyambedu Administrative Building and
4. Koyambedu depot.
2. Bid validity 90 days from the date of submission of tender.

3. Approximate value of INR 15.61 Cr.


work (excluding GST)
4. 4Bid Security Amount EMD Amount: The total bid security/EMD amount shall be equal to
(EMD) & Validity INR 15,62,000/- (Indian Rupees Fifteen Lakhs Sixty Two
Thousand Only) in the form of NEFT / RTGS / Bank Guarantee / e-
Bank Guarantee
Validity: 118 Days
5. Duration of Contract 4 Years
Contract Contract Contract
Location
Start Date End Date Duration
13 Elevated 01.07.2023 30.06.2027 4 Years
Station (1461 Days)
Koyambedu 01.07.2023 30.06.2027 4 Years
Admin & (1461 Days)
Depot
10 01.10.2023 30.06.2027 3 Years 9
Underground Months
Stations (1369 Days)
6. Submission of Originals a) Submission of Originals: BG (in original) Towards Bid Security /
EMD) shall be accepted up to bid submission end date & time in
the office of CGM (Electrical – O&M) at the address, METROS,
Anna Salai, Nandanam, Chennai – 600 035.
b) In case of BG/RTGS/NEFT transactions, bidders shall upload the
scanned copies along with online bid submission.
A copy of GST Registration Details of the Indian Bidder to be
provided along with Bid submission Fees/EMD.
7. Pre-bid Meeting Date: as mentioned in Bid Document at 11.00 hours in CMRL
followed by site visit Admin Building, Koyambedu & online meeting.
8. Authority for seeking Director (Systems & Operation),
clarifications METROS, Anna Salai, Nandanam, Chennai – 600 035
Tel No.044-2437 8000,
Email id: susanta.das@cmrl.in , karthikeyan.s@cmrl.in,
saravanan.n@cmrl.in
Note: If the date of opening of Bids happens to be a public holiday, Bids will be opened on the next
working day at the same time.

Director (Systems & Operation)


Page 5 of 106 Seal and Sign of Authorized Rep of Bidder
INSTRUCTION TO
TENDERERS (ITT)

Page 6 of 106 Seal and Sign of Authorized Rep of Bidder


INSTRUCTION TO TENDERERS

1. GENERAL INSTRUCTIONS
1.1. Director (Systems & Operation) on behalf of CMRL, invites tenders for ―Facility Management
Services (FMS) for Electrical and Mechanical (E&M) Systems at Thirteen Elevated Stations
(Corridor 1: Koyambedu to St. Thomas Mount; Corridor 2: Airport to Littlemount), Ten
Underground Stations (Corridor 1: Saidapet to Washermanpet), Koyambedu administrative
building and Koyambedu depot”
1.2. Contents
1.2.1. Instructions to Tenderers
1.2.2. Forms 1 to 14 containing Employer requirements and other mandatory forms
1.2.3. Scope of works
1.2.4. General Conditions of Contract
1.2.5. Particular Conditions of Contract
1.3. Clarification of Tender Documents if any:
Any clarification to be sought by the prospective bidders must be raised in writing by E
Mail (Mail IDs mentioned in NIT). Clarification for the queries raised will be published/
Displayed at GeM portal with in the stipulated date. No separate communication in this
regard will be further entertained.
1.4. Amendment of Tender Documents
Any amendments to this tender document will be published in GeM portal. Prospective
bidders are requested to regularly check the same in their own interest.
2. COMPLIANCE WITH TECHNICAL SPECIFICATION:
2.1. The services offered should be in accordance with the stipulated technical specifications in
"GCC, SCC and all forms & Annexures".
2.2. The bidders must comply with the stipulated technical specifications and special/particular
conditions as mentioned in the tender documents.

3. QUALIFICATION CRITERIA:

3.1. Bidder Turn over:


S.
Criteria Documents to be submitted
No.
The minimum average annual financial turnover Documentary evidence in the form of
of the bidder during the last three years, ending certified Audited Balance Sheets of
on 31st March of the previous financial year, relevant periods and a certificate from
should be at least Rs. 4,70,00,000/- (Rupees the Chartered Accountant / Cost
Four Crores and Seventy Lakhs Only) and Accountant indicating the turnover
should be profit making company. details for the relevant period shall be
uploaded with the bid. In case the date
of constitution / incorporation of the
1
bidder is less than 3 year old, the
average turnover in respect of the
completed financial years after the date
of constitution shall be taken into
account for this criteria.
FY 2021-22
FY 2020-21
FY 2019-20

Page 7 of 106 Seal and Sign of Authorized Rep of Bidder


AND

3.2. Similar work Experience:

Work Experience: -

During last 7 years ending last day of month previous to


the date on which applications are invited (From 1 Mar
2016 to 31 Mar 2023) bidder should have any one of the
following experiences The following documents
may be considered as valid
Financial Capacity of Bidder:
1 proof for meeting the
The bidders should have executed experience criteria
a) Purchase Order copy
Three similar works costing not less than Rs. and
2,34,15,000/- (Rupees Two Crore Thirty Four Lakhs b) Execution / Completion
Fifteen Thousand) excl GST Certificate by Client with
Or order value (or) invoices
with CA certified TDS
Two Similar Works costing not less than Rs. Certificate for the
3,12,20,000/- (Rupees Three Crore Twelve Lakhs particular work.
Twenty Thousand) excl GST

Or

One Similar Work costing not less than Rs.


5,46,35,000/- (Rupees Five Crore Forty Lakhs Thirty
Five Thousand) excl GST

Similar Work: -
2
“Similar work‖ means “Providing Facility Management Services (FMS) for E&M
(Electrical and Mechanical) equipment like (LT panels, UPS, Air-conditioning, Lifts,
Escalators, Lights, Pumps, Transformers, HT panels, water treatment plants, STP)
in High rise buildings / Metro stations / Railway stations / CPWD / Large
Engineering Industries / Large Malls / PSU / Private Companies”

4. ADDITIONAL MANDATORY REQUIREMENTS


In addition to the foregoing, Bidders should satisfy the following conditions:

4.1. Subcontractors‟ experience and resources shall not be taken into account in
determining the Tenderer‟s compliance with the Qualifying Criteria
4.2. Even though the Tenderers meet the Qualification Criteria in accordance to ITT Clause 3,
they are subject to be disqualified, if they have;
a. made misleading or false representations in the forms, statements and attachments
submitted in proof of the qualification requirements; and/or
b. record of poor performance such as abandoning the works, not properly completing
the Contract, inordinate delays in completion, litigation history, or financial failures
etc.; and/or
4.2.1. The Bidder either single or JV should not have been suspended barred, blacklisted
by GOI, GOTN, PSU‘s, Metro Rail Corporations, or whose contracts were terminated as

Page 8 of 106 Seal and Sign of Authorized Rep of Bidder


on date of submissions of bid are ineligible to apply for this tenderwork.
4.2.2. The Bidder, and its Affiliates should, in the last 3 (three) years, have neither failed to
perform on any contract, as evidenced by imposition of a penalty by an arbitral or judicial
authority or a judicial pronouncement or arbitration award against the Bidder or its
Affiliates, as the case may be, nor have been expelled from any contract by any
Government Authority nor have had any contract with a Government Authority terminated
for breach by such Bidder. A declaration to this effect shall be submitted with the Bid
Document
4.2.3. The Bidders shall not have defaulted on any bank/ institutions' loans in the past. They
should not be defaulters in payment of statutory dues or liabilities. They should not have
been under blacklisting by any Government Authority now.
4.2.4. Bidders with history of nonperformance of contract due to contractor‘s default,
pending litigation in total representing more than fifty percent (50%) of bidder‘s Net worth
with consistent history of court/arbitral award decisions against bidder as on date of the
submission of the bid are ineligible to apply for this tender work.
4.2.5. The Bidder should have been a profit-making entity for the preceding three financial
years in which the annual turnover is calculated (Copy of statement of Profit and Loss
Account certified by Chartered Accountant for each of the three preceding [FY 2019-20,
2020-21, 2021-22] financial years to be enclosed.) Form-3
4.2.6. Participation in this Tender as Joint Ventures (JV) is not allowed.
4.3. Conflict of Interest:
The Bidder shall not have a conflict of interest ("Conflict of Interest") that affects the bidding
process. Any Bidder found to have a Conflict of Interest shall be disqualified. A Bidder shall
be deemed to have a Conflict of Interest affecting the bidding process, if:
4.3.1. A constituent of such Bidder is also a constituent of another Bidder, or Such Bidder, or
any Affiliate there of receives or has received any direct or indirect subsidy, grant,
concessional loan or subordinated debt from any other Bidder, or any Affiliate thereof or
has provided any such subsidy, grant, concessional loan orsubordinated debt to any other
Bidder, its member or any Affiliate thereof; or
4.3.2. Such Bidder has the same legal representative for purposes of this Bid as any other
Bidder; or
4.3.3. Such Bidder, or any Affiliate thereof has a relationship with another Bidder, or any
Affiliate thereof, directly or through common third party/ parties, that puts either or both of
them in a position to have access to each other‘s' information about, or to influence the
Bid of either or each other; or
4.3.4. Such Bidder, or any Affiliate thereof has participated as a contractor to the CMRL in
the preparation of this document, design or technical specifications.
4.3.5. A Bidder shall be liable for disqualification if any legal, financial or technical
officer/staff/adviser of CMRL is engaged by the Bidder, its Member or any Affiliate hereof
in any manner for matters related to or incidental.
4.4. BID SECURITY (EMD - EARNEST MONEY DEPOSIT):
a. Bid Security (EMD) – INR 15,62,000/- (Indian Rupees Fifteen Lakhs Sixty Two
Thousand only).
b. The EMD shall be made payable without any condition to the CMRL
c. Bidders can submit the EMD with Payment online through RTGS / internet banking /
Bank Guarantee / e Bank Guarantee in Beneficiary name Chennai Metro Rail Limited
 Account No. 34926306854
 IFSC Code SBIN0009675

Page 9 of 106 Seal and Sign of Authorized Rep of Bidder


 Bank Name State Bank of India
 Branch address Koyambedu Branch
d. In case of Bank Guarantee, Bidder shall upload scanned copy along with online bid
submission. The physical copy of same should be submitted to CMRL office on or before
the last date of Bid submission.
e. In case of Payment Online through RTGS / Internet Banking, Bidder to indicate bid
number and name of bidding entity in the transaction details field at the time of on-line
transfer. Bidder has to upload scanned copy / proof of the Online Payment Transfer along
with bid.
f. Following categories of bidders shall however, be exempted from furnishing Bid
Security
 Micro and Small Enterprises who are registered as Services Category -
whose credentials are validated online through Udyam Registration / Udyog
Aadhaar (as validated by Government from time to time) and through uploaded
supporting documents
g. A copy of GST Registration details of the Indian Bidder to be provided along with the Bid
submission fees / EMD.
h. All bidders shall submit proof of payment for EMD along with the bid documents. Any bid
document submitted without the EMD in the approved form shall be summarily rejected.
i. No interest is payable for the EMD amount.
j. EMD and Tender Fee submission should be prior to bid submission date and time.
k. Bid securities of the unsuccessful bidders should be returned at the earliest after expiry of
the final bid validity period and latest by the 30th day after the award of the contract.
l. EMD of successful bidders will be returned back within 30 days from the date of
acceptance of delivered items and / or furnishing the performance security.
m. A bidder‘s bid security will be forfeited if the bidder: -
 If the bidder withdraws / modify his tender during the period of tender validity.
 In case of Successful bidder: -
• Revokes or cancel their tender after submission or vary any terms thereof
without the consent of CMRL.
• Changes/varies any terms and conditions mentioned in P.O. thereof without
the consent of CMRL.

4.5. Pre Bid Meeting:


A Pre-Bid Meeting is scheduled to be held on the date & at the address as given in the bid
document, with the prospective bidders who have interested in the participation of the
tender.

4.6. Number of bids and costs thereof:


No Bidder shall submit more than one Bid. The Bidders shall be responsible for all of the
costs associated with the preparation of their Bids and their participation in the Bid Process.
The CMRL will not be responsible or in any way liable for such costs, regardless of the
conduct or outcome of the Bidding Process.

4.7. Language:
The Bid and all related correspondence and documents in relation to the bidding process
shall be in English language. Supporting documents and printed literature furnished by the
Bidder with the Bid may be in any other language provided that they are accompanied by
translations of all the pertinent passages in the English language, duly authenticated and
certified by the Bidder. Supporting materials, which are not translated into English, may not
be considered. For the purpose of interpretation and evaluation of the Bid, the English

Page 10 of 106 Seal and Sign of Authorized Rep of Bidder


languagetranslation shall prevail.

4.8. PERFORMANCE SECURITY:


a. To ensure due performance of the contract, Performance Security is to be given from any
Public Sector Bank / Scheduled commercial banks of India by the successful bidder who is
awarded the contract.
b. Performance Security shall be @ 10% of contract value as per GeM GTC.
Performance Security may be furnished to Chennai Metro Rail Limited in the form of a
Bank Guarantee / e-Bank Guarantee from any Public Sector Bank / Scheduled
commercial banks of India in the prescribed format as per Form-6 given in Part-II of
Tender document
c. Within 28 days of the receipt of notification of award from the CMRL, the successful
Bidder shall furnish the performance security in accordance with the Conditions of
Contract, as per the prescribed format(Form-6)
d. Performance Security should remain valid for a period of 06 months beyond the date of
completion of all contractual obligations including warranty obligations. No interest will be
paid for the Performance Security amount during the validity period of Performance
Security
e. The proceeds of the performance security shall be payable to the CMRL as compensation
for any loss resulting from the Contractors failure to complete its obligations under the
Contract.
f. Failure of the successful bidder to submit the required Performance Security shall
constitute sufficient grounds for the annulment of the award of the Tender and forfeiture of
the EMD.
g. The performance security shall be returned to the contractor only after successful
completion of contract period. Part withdrawal of performance security shall not be
allowed.
h. The value of performance guarantee shall remain fixed during the complete contract
period including extension if any. No claim will be entertained to reduce the value of
performance guarantee during the course of contract period.
4.9. All offers shall be in typed format only. No hand written bids will be accepted.
This is a single stage two packets open tender with initial filter. Tenderer has to
submit their offer in single stage in GeM portal. Both technical and commercial bid shall be
submitted in the same time.
Bidders shall ensure the submitted bid has following;
a) Earnest Money Deposit (EMD)
b) Bidding Forms Form 1 to Form 14
c) Documents related to qualifying requirement and undertaking by Bidder as Form-3,
Form -4.
d) Price bid as per format given in GeM Portal.
4.10. Any individuals signing the tender or other documents connected therein should specify
whether he is signing: -
4.10.1. as sole proprietor of the concern or as attorney of the sole proprietor;
4.10.2. as a Director, Manager or Secretary in the case of a limited company duly authorized
by a resolution passed by the board of directors or in pursuance of the authority
conferred by Memorandum of Association.
4.10.3. The original power of attorney or other documents empowering the individual or
individuals to sign should be furnished to the Purchaser for verification.

Page 11 of 106 Seal and Sign of Authorized Rep of Bidder


5. EVALUATION CRITERIA:
i. All bids will be evaluated and compared based on the substantial responsiveness to
technical specification and commercial conditions set out in the bidding documents and fully
conforming to the terms and conditions.
ii. The tenderer has to completely fill all the spaces in the price schedule and upload the same
as financial bid.
iii. The techno commercial bids will be opened online, on or after the scheduled dates and time.
After the scheduled time, the bids will be opened by Buyer. The technical bids shall be
evaluated based on the information furnished by bidders. If any clarification is required from
bidder, CMRL will seek such clarifications.
iv. After evaluation of technical-bids, only successful bidders who have participated in the tender
will be informed regarding the acceptance of their tender. Thereafter, a system generated e-
mail confirmation will be sent to the successful bidders communicating the date and time of
opening of price-bid.
v. The price-bid of the successful bidders (qualified in technical-bid) will be opened on-line, on
or after the scheduled date and time.
vi. Techno-commercially qualified bids will be evaluated on the value as specified in ―Total‖
value (exclusive of all taxes, duties and other charges) of the price schedule.
vii. Bids will be evaluated on the total value including GST.
viii. The contract order will be issued to the lowest techno-commercially qualified bidder subject
to fulfilling other requirements specified in this tender document.
ix. No representations will be entertained in the matter of selection of L1 bidder.
x. CMRL reserves right to accept or reject any tender without assigning any reason thereofat any
stage. CMRL reserves the right to alter the conditions of the tender schedule in appropriate
cases, in the interest of CMRL.
xi. CMRL reserves right not to return back or disclose any documents that are submitted along
with this tender.
xii. Over above mentioned all points, Evaluation shall be done as per GeM GTC.
6. ACCEPTANCE OF TENDER:
6.1. CMRL may accept or reject any offer without assigning any reason.
6.2. Successful bidder will be communicated by CMRL.
7. BANKRUPTCY:
CMRL may at any time by notice in writing summarily terminate the Contract without
compensation any of the following events.
7.1. If the Contractor shall at any time be adjudged bankrupt, or shall have a Receiving Order or
Order for Administration of his estate made against him or shall instigate any proceedings for
liquidation or composition under the relevant legislation for the time being in force, or make
any conveyance or assignment of his effects or composition or arrangement for the benefit of
his creditors, or purport so to do;
OR
7.2. If the Contractor, being a company, shall pass a resolution, or the court shall make an order
for the liquidation of its affairs, a Receiver on behalf of the creditors shall be appointed.
Provided always that such determination shall have not prejudice or affect any right of action
or remedy which shall have accrue thereafter to CMRL.
7.3. In either of the cases or in any other case where in the opinion of CMRL, the Contractor is
performing his duties unsatisfactorily, CMRL may employ and pay another contractor to carry
out and complete the work and may purchase all materials necessary for the carrying out of
the work. In such cases, the value of the work done shall be assessed by CMRL and CMRL

Page 12 of 106 Seal and Sign of Authorized Rep of Bidder


shall have the right to recover such sums from the Contractor.
8. EFFECT AND VALIDITY OF OFFER:
8.1. The submission of any offer connected with these specifications and documents shall
constitute an agreement that the tenderer shall have no cause of action and claim, against the
CMRL for rejection of offer. The CMRL shall always be at liberty to reject or accept any offer
or offers at his sole discretion and any such action will not be called into question and the
tenderer shall have no claim in that regard against the Purchaser.
8.2. The tender shall remain valid and open for acceptance for a period of 90 days from the date of
Bid opening. In exceptional circumstances, prior to the expiry of the tender validity period,
CMRL may request the bidders for a specified extension in the period of tender validity. The
request and the response thereto shall be made by GeM Portal. Bidders may refuse the
request without forfeiting their EMD. Bidders agreeing to the request for extension of tender
validity period shall not be permitted to modify their tender but will be required to extend the
validity of the periodof the EMD correspondingly.
9. GENERAL:
9.1. The tenderers must ensure that the conditions laid down for submission of offers detailed in
the preceding paras, are completely and correctly fulfilled. Offers, which are not complete in
all respects as stipulated above, may be summarily rejected. For tender‘s guidance in
submitting complete offers, a check List has been enclosed with the tender documents Form-
10 which must be filled in the furnished with the tender.
10. LAST DATE OF RECEIPT OF TENDERS:
The offers complete in all respects should be uploaded in GeM Portal not later than the time
and date as specified in the bid document.
11. OTHER TENDER GUIDELINES
11.1. CMRL reserves the right not to proceed with the tender process at any time without any
notice, justification or liability.
11.2. All tenders, documents and other information submitted by the bidders to CMRL shall
become the property of CMRL. Bidders shall treat all information furnished as strictly
confidential. CMRL will not return any submission.
11.3. The tender document is not transferable under any circumstances.
11.4. Telegraphic, conditional or incomplete tenders will not be accepted. Canvassing of any kind,
direct or indirect, shall lead to disqualification of the bidder.
11.5. Tender in any form other than the prescribed format issued by CMRL will not be entertained
and will be summarily rejected.
11.6. Tenders with revised / modified rates / offer after submission / opening of the tender will be
summarily rejected. In such a case CMRL may forfeit the Earnest Money Deposit submitted
with the tender.
11.7. CMRL may not consider bidders who have poor performance records such as abandoning
works, not following statutory requirements, financial failure, etc.
11.8. Bidders are advised to submit only one tender either by themselves, or as a partner in a joint
venture, or as a consortium. If a Bidder, or if any one of the partners in a joint venture, or any
one of the members of the consortium participates, submits more than one tender, all the
tenders in which the bidder has participated shall be considered invalid.
11.9. Sub-contractor shall not contact directly with CMRL on any score. All Rules and regulations
applicable for principal contractor‘s employees will be applicable to them also.
11.10. Facility Management Services mentioned in this document is indicative only and may be

Page 13 of 106 Seal and Sign of Authorized Rep of Bidder


reduced or enhanced. The payment for services will be reduced/ enhanced proportionately on
the quoted /accepted rates as in BOQ. As the requirement will be based on facilities available,
the requirement and payment shall be proportionately made on the quoted price.
11.11. CMRL may offer piecemeal works (small wirings, earth excavation works, small equipment
repairs which were not in AMC) other than the scheduled works as and when circumstances
warrant and demand which shall also be fulfilled by the contractor on payment basis. CMRL
will pay at the proportionate rate on the quoted rates only for materials (preferably by OEM)
not to services or labour charges.
12. AWARD OF TENDER:
12.1. CMRL in its sole discretion and without incurring any obligation or liability, reserves the right,
at any time, to:
12.2. Suspend and / or cancel the Bidding Process and / or amend and / or supplement the
Bidding Process or modify the dates or other terms and conditions relating thereto.
12.3. Consult with any Bidder in order to receive clarification or further information.
12.4. Retain any information and / or evidence submitted to CMRL by, on behalf of, and / or in
relation to any Bidder; and / or
12.5. Independently verify, disqualify, reject and / or accept any and all submissions or other
information and / or evidence submitted by or on behalf of any Bidder.
12.6. It shall be deemed that by submitting the Bid, the Bidder agrees and releases CMRL, its
employees, agents and advisers, irrevocably, unconditionally, fully and finally from any and all
liability for claims, losses, damages, costs, expenses or liabilities in any way related to or
arising from the exercise of any rights and / or performance of any obligations hereunder and
the Bidding Documents, pursuant hereto, and / or in connection with the Bidding Process, to
the full extent permitted by applicable law, and waives any and all rights and / or claims it may
have in this respect, whether actual or contingent, whether present or in future.
12.7. The Disclaimer as set forth at the outset of this document and the License Agreement as
stated in this Document shall be deemed to be the part of this Document.
12.8. The selected Bidder shall have to execute the License Agreement in the manner and format
as indicated by CMRL in this Document.
12.9. CMRL will award the contract to bidder whose tender has been determined to be
substantially responsive, Techno-Commercially and financially suitable, complete and in
accordance with the tender document.
12.10. Responsive bid is one that conforms to all the terms, conditions, and Specifications of the
Tender Documents without material deviations, exceptions, objections, conditionality‘s or
reservation,
12.11. One that limits in any substantial way may vary the scope, quality, or performance of the
Product/materials.
12.12. that limits, in any substantial way that is inconsistent with the tender documents, CMRL
rights or the successful bidders‘ obligations under the contract; and
12.13. One that the acceptance of which would unfairly affect the competitive position of other
bidders who have submitted substantially responsive bids. If a bid is not substantially
responsive, it will be rejected by CMRL and may not subsequently be made responsive by the
bidder by correction of the nonconformity.
12.14. CMRL‘s determination of bid responsiveness will be based on the contents of bid itself and
any written clarifications sought by CMRL in writing the response to which shall also be in
writing and no change in rates shall be sought, offered or permitted.
12.15. In case, two or more Techno-Commercially qualified bidders quote the same amounts in
the Commercial Bid, then the tender would be awarded to the bidder who has the highest /
higher Average Annual Turnover for the last 3 financial years.

Page 14 of 106 Seal and Sign of Authorized Rep of Bidder


12.16. Prior to the expiry of the period of tender validity, CMRL will notify the successful bidder
that his tender has been accepted.
13. AWARD OF CONTRACT:
13.1. GeM contract order (being generated in GeM Portal) shall be considered as ―LOA‖ and / or
―Contract Order‖
13.2. Upon contract order being accepted by the successful bidder, CMRL will promptly notify the
unsuccessful bidders and discharge / return their EMD/ BG thereof.
13.3. All the contract staffs has to be deployed within 30 days‘ time from the notification of award
from CMRL with the all mentioned conditions like tools, uniform, etc
14. CANCELLATION OF CONTRACT ORDER:
14.1. After notification of award from the CMRL, in case, the successful bidder fails to commence
the work, for whatsoever reasons, as per terms and conditions of Tender then the contract
shall be cancelled and the EMD will be forfeited in favour of CMRL.
14.2. CMRL will reject the tender or rescind the contract if CMRL determines that the Bidder/
Contractor or the employees deployed by the contractor for the performance of services are
engaged in corrupt or fraudulent practices or other immoral activity.
14.3. CMRL will declare a Contractor ineligible, either indefinitely or for a stated period of time, to
be awarded a contract(s) if it at any time determines that the Contractor has engaged in
corrupt or fraudulent practices in competing for or in executing the contract.
14.4. The successful Bidder/Contractor shall apprise CMRL through Chief Vigilance Officer, CMRL
of any fraud/suspected fraud as soon as it comes to their notice.
14.5. Contactor shall be debarred from disputing the correctness of the items covered by "No
Claim" Certificate or demanding a clearance to arbitration in respect thereof.

15. SIGNING OF CONTRACT AGREEMENT:


15.1. CMRL shall prepare the contract agreement as in the proforma given in this tender
document, duly incorporating all the terms and conditions of the tender.
15.2. For the purpose of preparing of the contract agreement, the successful bidder shall be
required to deposit 2 Non Judicial Stamp Papers each of appropriate value, as intimated by
CMRL.
15.3. Prior to signing of the Contract Agreement, the successful bidder shall be required to
submit the following: -
15.3.1. Performance Security within 28 days of notification of award from CMRL.
15.3.2. Power of Attorney in favour of Authorized Signatory(s)
15.4. The Contract Agreement shall require to be executed within Thirty (30) days of notification
of award from CMRL.

16. CONFIDENTIALITY:
16.1. The Contractor shall take all precautions not to disclose, divulge and / or disseminate to any
third party any confidential information, proprietary information on the CMRL‘s business or
security arrangements (including but not limited to the Assignment Instructions, Schedules
and other subsequent Agreements) and/or business of the CMRL. The obligation is not limited
to any scope and the Contractor shall be held responsible in case of breach of the
confidentiality of CMRL‘s information.
16.2. If the Contractor receives enquiries from Press / News / Media/ Radio / Television or other
bodies / persons, the same shall be referred by the Contractor to CMRL immediately on
receipt of such queries and shall not divulge any information.
17. NOISE AND DISTURBANCE/POLLUTION:

Page 15 of 106 Seal and Sign of Authorized Rep of Bidder


All works shall be carried out without unreasonable noise and disturbance. The Contractor shall
indemnify and keep indemnified the CMRL from and against any liability for damages on
account of noise or other disturbance created while carrying out the work, and from and against
all claims, demands, proceedings, damages, costs, charges, and expenses, whatsoever, in
regard or in relation to such liability. Subject and without prejudice to any other provision of the
Contract and the law of the land and its obligation as applicable, the Contractor shall take all
reasonable precautions.
18. DAMAGE TO CMRL PROPERTY OR PRIVATE LIFE AND PROPERTY:
The Contractor shall be responsible for all risk to the work and for trespass and shall make
good at his own expense all loss or damage whether to the works themselves or to any other
property of the CMRL or the lives, persons or property of others from whatsoever cause in
connection with the works until they are taken over by the CMRL and this although all
reasonable and proper precautions may have been taken by the Contractor, and in case the
CMRL shall be called upon to make good any costs, loss or damages, or to pay any
compensation, including that payable under the provisions of the Workmen's Compensation Act
or any statutory amendments thereof to any person or persons sustaining damages as
aforesaid by reason of any act, or any negligence or omissions on the part of the Contractor;
the amount of any costs or charges including costs and charges in connection with legal
proceedings, which the CMRL may incur in reference thereto, shall be charged to the
Contractor. The CMRL shall have the power and right to pay or to defend or compromise any
claim of threatened legal proceedings or in anticipation of legal proceedings being instituted
consequent on the action or default of the Contractor, to take such steps as may be considered
necessary or desirable to ward off or mitigate the effect of such proceedings, charging to
Contractor, as aforesaid, any sum or sums of money which may be paid and any expenses
whether for reinstatement or otherwise which may be incurred and the propriety of any such
payment, defense or compromise, and the incurring of any such expenses shall not be called in
question by the Contractor.
19. RIGHT OF WAY:
Right of way (within CMRL land) to the work site will be provided to the Contractor and his
employees. They shall always carry their Photo identity card jointly signed by the contractor and
authorized signatory of CMRL.
20. COORDINATION WITH OTHER CONTRACTORS:
The contractor for this package shall plan and execute work in coordination and in co-operation
with other contractors working for CMRL in the same package /other packages.
21. SPECIFICATIONS:
One copy of specifications shall be supplied to the Contractor. The Contractor shall promptly
inform CMRL of any error, omission, fault and other defects in the Specifications, which are
discovered when reviewing the Contract Documents or in the process of execution of the
Works.
22. SECURITY MEASURES:
22.1. Security arrangements for the work shall be in accordance with general requirements and
the Contractor shall confirm to such requirements and shall be held responsible for the action
or inaction on the part of his staff, employees. A fine of Rs.5,000/- shall be imposed on the
contractor plus recovery of cost of material in addition to the police action against the
contractor staff if any employee of contractor is caught stealing CMRL property. Decision of
CMRL shall be final.
22.2. Contractors‘ employees and representatives shall wear Identification Badges (cards),
uniforms, helmets; gum boots and other safety/protection wear as directed by inCharge, and
to be provided by the Contractor. Badges shall identify the Contractor and show the
employee‘s name and number and shall be worn at all times while on duty.
22.3. All vehicles used by the Contractor shall be clearly marked with the Contractor‘s name and

Page 16 of 106 Seal and Sign of Authorized Rep of Bidder


identification mark.
22.4. Contractor shall submit the police verification of each employee and staff. In case the
employee is replaced, then the contractor shall inform Station Manager / CMRL E&M In
charge and CMRL office and also submit the police verification of changed person‟s /
equipment on site. On every replacement contractor shall provide replacement form&
Joining form (Shall be given by CMRL) and get approval from the E&M In
charge/nominated official in- charge.
23. CARRIAGE OF MATERIALS:
23.1. No contractor‘s materials shall be carried by metro trains unless specifically permitted by
operations department
23.2. Transportation between stations and Admin & depot during operational and non-operational
hours should belong to contractor scope.
24. FACILITIES FOR INSPECTION:
The Contractor shall permit CMRL and its Representative every facility for entering in and upon
every portion of the work at all hours for the purpose of inspection or otherwise and shall
provide all labour, materials, planks, ladders, pumps, appliances and things of every kind
required for the purpose and the CMRL and its Representative shall at all times have free
access to every part of the works and to all places at which materials for the works are stored
or being prepared.
25. SAFETY OF PUBLIC/STAFF:
The Contractor shall be responsible to take all precautions to ensure the safety of the public
and staff whether on public or CMRL property and shall post such look out men as May, in
the opinion of CMRL, be required to comply with regulations appertaining to the work.
26. WORKMANSHIP AND TESTING:
The whole of the works and/or supply of materials specified and provided in the contract or
that may be necessary to be done in order to form and complete any part thereof shall be
executed in the best and most substantial workman like manner with materials of the best
and most approved quality of their respective kinds, agreeable to the particulars contained in
or implied by the specifications and as referred to in and represented by the drawings or in
such other additional particulars, instructions and drawings may be found requisite to be
given during the carrying on of the works and to the entire satisfaction of CMRL according to
the instructions and directions which the Contractors may from time to time receive from
CMRL. The materials may be subjected to tests by means of such machines, instruments
and appliances as the CMRL may direct and wholly at the expense of the Contractor.

Page 17 of 106 Seal and Sign of Authorized Rep of Bidder


PART-II
(BIDDING FORMS)

Page 18 of 106 Seal and Sign of Authorized Rep of Bidder


Form-1
INITIAL FILTER CRITERIA
(On Company‟s letter head)

S.NO Criteria Yes No

1 Has the Bidder abandoned any work in the last five years?

Has the Bidder‘s contract with any organisation ever been


2
terminated due to poor performance?
Has the Bidder‘s Security Deposit for any contract has ever
3 been forfeited in any Government / Semi-government/
PSUs/ Metro Railways?
Has the Bidder been involved in frequent litigations in last
4
five years?

Has the Bidder suffered insolvency/bankruptcy in the last


5
five years?

6 Has the Bidder been blacklisted by any organisation?

7 Has any misleading information is given in the tender?

8 Is the Bidder is financially not sound to perform the work?

9 Is the Bidder‘s net worth negative?


Has the Bidder failed to certify that no middlemen has been
10 or will be engaged or that any commission has been or will
be paid?
Do the documents submitted reveal that any commission
11
has been or will be paid?
Those who are Single or JV under suspension, debarred,
12 blacklisted by GOI, GOTN, PSU‘s, Metro Rail Corporation,
CMRL or whose contracts were terminated earlier

Note: ‗Yes‘ answer to any of the above 1 to 12 points shall disqualify the Bidder. The Bidder should
also enclose the following undertaking on Rs.100/- Non-Judicial stamp Paper duly notarized as per
the format given below along with the Technical Bid.

Page 19 of 106 Seal and Sign of Authorized Rep of Bidder


ON NON-JUDICIAL STAMP PAPER OF RS.100/- DULY NOTARIZED]

UNDERTAKING FOR INITIAL FILTER CRITERIA

(Each member in case of Consortium)

Sub: - Facility Management Services (FMS) for Electrical and Mechanical (E&M) Systems at
Thirteen Elevated Stations (Corridor 1: Koyambedu to St. Thomas Mount; Corridor 2: Airport
to Littlemount), Ten Underground Stations (Corridor 1: Saidapet to Washermanpet),
Koyambedu Administrative Building and Koyambedu depot.

1. I, Mr./Ms. _________________________ (Authorized Signatory) on behalf of


_______________________________________________ (Company‘s Name) having its
registered office at ______________________________________, hereby confirm, declare and
undertake that the information given in the Initial filter Criteria is true and nothing has been
concealed or misrepresented.

2. CMRL is free to verify the information given by the undersigned in the Initial Filter Criteria. If any
submission by us is found false or misleading at a later stage, even after completion of the tender
process, then CMRL may annul the award and forfeit our EMD (if any held with CMRL) and
Performance Security (if any available with CMRL). Further, in such a case, we may be banned for
future tenders of CMRL.

Signature of Authorized Signatory________________________

Name of Authorized Signatory___________________________

Seal of the Authorized Signatory

Page 20 of 106 Seal and Sign of Authorized Rep of Bidder


Form-2
MANDATORY INFORMATION FOR ELIGIBILITY OF THE BID

1. The form below should be filled by Bidder along with all supporting documents as stipulated in the
relevant rows. Failure to adhere to the format will lead to rejection of Bid.
Details (to be filled by
S.No Techno-Commercial Criteria Page No‟s.
the bidder)

1 Name of the Bidder


Contact person of the Bidder designated for
2 the bid along with Telephone, Fax No. and
email ID.
2.a Name of designated staff

2.b Designation of the Staff

2.c Mobile No

2.d Email ID

Full address of the Bidder with Telephone No.


3
and Fax No.

Details of Tender Document Fee for Amount


4 Rs. ________ (Rupees __________
provide: UTR number:
Details of EMD for Amount Rs. ________
5 (Rupees __________ only)
provide: UTR number:
6 Bank Details

6.a Bank Name

6.b Beneficiary Name

6.c Bank Address

6.d Bank Account No

6.e IFSC Code


Specify the Legal Status of Bidder : Company /
7
Partnership Firm / Individual
In case of Company, please enclose
Memorandum and Articles of Association
8
along with Certificates of Incorporation and
date of commencement of business

Page 21 of 106 Seal and Sign of Authorized Rep of Bidder


Details (to be filled by
S.No Techno-Commercial Criteria Page No‟s.
the bidder)
In case of Firm, registered under the
Partnership Act 1932, please enclose details
9 of Partners along with Certificate of
Registration, details of their business and
partnership deed, etc. duly attested by Notary
PAN of the Bidder (Please enclose the
10 attested photocopy of PAN card issued by
Income Tax Department)
GST Number of the Bidder (Please enclose
the attested photocopy of Service Tax /
11
GST Registration Certificate issued by
relevant authorities)
PF Registration of the Bidder (Please enclose
12 attested photocopy of Provident Fund
Commissioner)
Copy of licence under Contract Labour Act,
13
1970
ESI Registration(Please enclose attested
14
photocopy)
Quality Certifications (ISO Certifications)
15 available for bidders(Please enclose attested
photocopy)
Turnover of the Bidder for the preceding three
years, viz 2019-20, 2020-21 and 2021-22
16
(Please enclose a statement duly certified
by Chartered Accountant):
Profit and Loss statement for three years, viz.
2019-20, 2020-21 and 2021-22 (Please
17
enclose a statement duly certified by
Chartered Accountant)

Note:

1. The Details as required in must be submitted with supporting documents for each of criteria
mentioned at each rows. Failure to submit details is a Disqualification
2. Bids with alterations shall be attested by the Bidder.

I/We ________________________________________________ do hereby declare that the entries


made are true to the best of my/our knowledge and also that we shall be bound by the acts of my/our
duly constituted Attorney.

I/We further understand that in case of any information submitted by me / us being found to be
incorrect either before or even after the award of contract, CMRL will have the right to summarily
reject the bid, cancel the contract or revoke the same at any time without assigning any reason
whatsoever.

____________________ SEAL

Page 22 of 106 Seal and Sign of Authorized Rep of Bidder


(Signature of the Bidder)
Date:
Name:

Address:

FOLLOWING NEEDS TO BE SUBMITTED BY THE TENDERER:

 Affidavit in case of Proprietary firm.


 Partnership Deed in case of partnership firm.
 Memorandum & Article of Association in case of a Public/Private limited company.
 Authorization/POA in favour of authorized signatory of tenderer to sign the tender, and also in
favour of authorized representative of each member in case of JV/Consortium.
 PAN of the bidder
 GST of the bidder

Page 23 of 106 Seal and Sign of Authorized Rep of Bidder


Form-3

Turnover of the bidder

2019-2020 2020-2021 2021-2022 Average

1. The form below should be filled by bidder along-with all supporting documents as stipulated
in the relevant rows.

2. 2. For JV / Consortium; all partners to provide the details provide details of annual revenues
for each head, as applicable, for the last 3 financial years.

___________________________________ ______________________
(Chartered Accountant‘s Signature & Date) Bidder‘s signature and Name
Name of the CA: Name of the Authorized Signatory
Chartered Accountant‘s Seal Bidder‘s Seal
CA Registration Number:
CA‘s Address:
CA‘s Telephone / Fax Number

Page 24 of 106 Seal and Sign of Authorized Rep of Bidder


Form-4

Similar Work Experience Details (considering Escalation as per Eligibility Clause)

Specific Experience (shall be submitted separately for each work claimed for work
experience)

Contract Number of Work

Name of the Company

Details of Work

Award date

Completion date

Employer Name

Employer Address:

Telephone / Fax number: E


Mail:

Rs. In equivalent INR at as on date of tender


Completion Cost
_________________ submission price level

NOTE: 1. Only the value of contract as executed by the applicant/member in his own name should
be indicated.

2. Separate sheet for each work along with Clients Performance Certificate/Completion certificate &
LOA / Order copy to be submitted.

Page 25 of 106 Seal and Sign of Authorized Rep of Bidder


Form-5

BANKER'S GUARANTEE FORMAT FOR EMD

In consideration of the Chennai Metro Rail Limited (hereinafter referred to as CMRL) having
agreed to accept from .........…………. [here in after called "the said Tenderer(s)"] earnest
money in the form of Guarantee Bond, under the terms and conditions of Tender No: Facility
Management Services (FMS) for Electrical and Mechanical (E&M) Systems at Thirteen
Elevated Stations (Corridor 1: Koyambedu to St. Thomas Mount; Corridor 2: Airport to
Littlemount), Ten Underground Stations (Corridor 1: Saidapet to Washermanpet), Koyambedu
Administrative Building and Koyambedu depot
in connection with by the said Tenderer of the stipulation to keep the offer open for acceptance for a
period of ……………. days from the date of opening of tenders, to execute an agreement within the
time specified, to start work within the period specified after notification of the acceptance of his/their
tender and the deposit of Earnest Money in cash or furnish fresh Bank Guarantee for the said amount
as part of security for the due and faithful fulfilment of the contract on acceptance of the tender on
production of a Bank Guarantee for Rs. 15,62,000 (Rupees Fifteen Lakhs Sixty Two Thousand
only), payable at a designated Bank Branch located in Chennai.
We,………………………………………… Bank Ltd., do hereby undertake to pay on demand to the
CMRL, the sum of Rs. 15,62,000 (Rupees Fifteen Lakhs Sixty Two Thousand only) in the event of
the said tender having incurred of the forfeiture of Earnest Money/Security Deposit as aforesaid for
the breach of any of the terms or conditions of the stipulations aforesaid and contained in the said
tender under an order of the authority competent to invite tender. We …… ……………. Bank Ltd.
further agree that the guarantee herein contained shall remain in full force and effect till the authority
competent to invite the tender discharges the guarantee, subject however that CMRL shall have no
right under this Bond after the expiry of one year from the date of its execution and our liability under
the bond shall be discharged if the demand for payment is not made within this period,
we,………................... Bank Ltd; lastly undertake not to revoke this guarantee during its currency
except with the previous consent of CMRL in writing.

Dated…………day of ……………………

For …………………….Bank Ltd.

Page 26 of 106 Seal and Sign of Authorized Rep of Bidder


Form-6

FORMAT FOR PERFORMANCE BANK GUARANTEE BOND

Ref _______________

Bank Guarantee No___________________

Date____________________

1. This deed of Guarantee made this day of ________________________ between Bank of


___________________________ (hereinafter called the ―Bank‖) of the one part, and
Chennai Metro Rail Limited (hereinafter called the ―the Employer‖) of the other part.

2. Whereas Chennai Metro Rail Limited, has awarded the contract for ______________
(Name of work) (hereinafter called the contract) _____________________________
(hereinafter called the Contractor). (Name of the Contractor)

3. AND WHEREAS the Contractor is bound by the said Contract to submit to the Employer a
Performance Security for a total amount of
Rs.__________________________________(Amount in figures and words).

4. Now we the Undersigned _______________________________ (Name of the Bank) being


fully authorized to sign and to incur obligations for and on behalf of and in the name of
_____________________________ (Full Name of Bank), hereby declare that the said Bank
will guarantee the Employer the full amount of Rs._____________________ (Amount in
figures and Words) as stated above.

5. After the Contractor has signed the aforementioned Contract with the Employer, the Bank is
engaged to pay the Employer, any amount up to and inclusive of the aforementioned full
amount upon written order from the Employer to indemnify the Employer for any liability of
damage resulting from any defects or shortcomings of the Contractor or the debts he may
have incurred to any parties involved in the Works under the Contract mentioned above,
whether these defects or shortcomings or debts are actual or estimated or expected.

The Bank will deliver the money required by the Employer immediately on demand without
delay and demur any without reference to the Contractor and without the necessity of a
previous notice or of judicial or administrative procedures and without it being necessary to
prove to the Bank the liability or damages resulting from any defects or shortcomings or
debts of the Contractor. The bank shall pay to the Employer any money so demanded
notwithstanding any dispute/disputes raised by the Contractor in any suit or proceedings
pending before any Court, Tribunal or Arbitrator/s relating thereto and the liability under this
guarantee shall be absolute and unequivocal.

6. This Guarantee is valid till ________________(The initial period for which this Guarantee
will be valid for 6 months beyond the date of completion of all contractual obligations of the
supplier including warranty obligations as stated in Tender Document)

7. At any time during the period in which this Guarantee is still valid, if the Employer agrees to
grant a time extension to the Contractor or if the Contractor fails to complete the Works
within the time of completion as stated in the Contract, or fails to discharge himself of the
liability or damages or debts as stated under Para 5 above, it is understood that the Bank
will extend this Guarantee under the same conditions for the required time on demand by
the Employer and at the cost of the Contractor.

8. The Guarantee hereinbefore contained shall not be affected by any change in the

Page 27 of 106 Seal and Sign of Authorized Rep of Bidder


Constitution of the Bank or of the Contractor.

9. The neglect or forbearance of the Employer in enforcement of payment of any moneys, the
payment whereof is intended to be hereby secured or the giving of time by the Employer for
the payment hereof shall in no way relieve the bank of their liability under this deed.

10.The expressions ―the Employer‖, ―the Bank‖ and ―the Contractor‖ hereinbefore used shall
include their respective successors and assigns.

11.Notwithstanding anything contained herein:


a) Our liability under this Bank Guarantee shall not exceed Rs__________
(Rupees__________________________________________________________)
b) This Bank Guarantee shall be valid up to _______________________________.
c) We are liable to pay the guarantee amount or part thereof under this Bank Guarantee
only & only if you serve upon us a written claim or demand on or before
_____________.

This bank guarantee is payable on demand at a designated bank branch locating at Chennai.

In witness whereof I/We of the Bank have signed and sealed this guarantee on the ……
…………day of …………………….. (Month)……….. (Year) being herewith duly authorized.
For and on behalf of

The _____________________________Bank.

Signature of Authorized Bank official:

Name: _____________________________________

Designation: _______________________________

Stamp/Seal of the Bank:_______________________

Signed, sealed and delivered


For and on behalf of the
Bank by the above

Named _______________________in the presence of:

Witness 1.Witness 2.

Signature ……………………………. Signature…………………………


Name………………………………… Name……………………………..
Address………………………………. Address…………………………….

Page 28 of 106 Seal and Sign of Authorized Rep of Bidder


Form-7

POWER OF ATTORNEY FOR SIGNING OF BID

Know all men by these presents, we __________________________________ (name of the firm


and address of the Registered Office) do hereby irrevocably constitute, nominate, appoint and
authorize Mr. / Ms. (name), __________________ son / daughter / wife of _____________ and
presently residing at _______________________________________ , who is presently employed
with us / the Lead Member of our Consortium and holding the position of
_____________________, as our true and lawful Attorney (hereinafter referred to as the
―Attorney‖) to do in our name and on our behalf, all such acts, deeds and things as are necessary
or required in connection with or incidental to submission of our bid for the award of the license for
―Facility Management Services (FMS) for Electrical and Mechanical (E&M) Systems at
Thirteen Elevated Stations (Corridor 1: Koyambedu to St. Thomas Mount; Corridor 2: Airport
to Littlemount), Ten Underground Stations (Corridor 1: Saidapet to Washermanpet),
Koyambedu Administrative Building and Koyambedu depot‖ for which proposals are invited by
Chennai Metro Rail Limited, (CMRL) including but not limited to signing and submission of all Bids
and other documents and writings, participate in bidders and other conferences and providing
information / responses to Chennai Metro Rail Limited (CMRL), representing us in all matters
before Chennai Metro Rail Limited, (CMRL) signing and execution of all contracts including the
License Agreement and undertakings consequent to acceptance of our Bid and generally dealing
with CMRL in all matters in connection with or relating to or arising out of our Bid for the award of
License to us and / or till the entering into of the License Agreement with CMRL.

AND we hereby agree to ratify and confirm and do hereby ratify and confirm all acts, deeds and
things done or caused to be done by our said Attorney pursuant to and in exercise of the powers
conferred by this Power of Attorney and that all acts, deeds and things done by our said Attorney in
exercise of the Powers hereby conferred shall and shall always be deemed to have been done by
us.

IN WITNESS WHEREOF WE, ____________________ THE ABOVE NAMED PRINCIPAL HAVE


EXECUTED THIS POWER OF ATTORNEY ON THIS ________ DAY OF ________ 20____

For ___________________ (Signature, name, designation and address)

Witnesses:
(Notarized)
1.
2.

Accepted
_______________ (Signature)

(Name, Title and Address of the Attorney)

Notes:
The mode of execution of the Power of Attorney should be in accordance with the procedure, if
any, laid down by the applicable law and the charter documents of the executants(s) and when It is
so required; the same should be under common seal affixed in accordance with the required
procedure.

The Bidder should submit for verification the extract of the charter documents and documents such

Page 29 of 106 Seal and Sign of Authorized Rep of Bidder


as a Board or shareholders‖ resolution / power of attorney in favour of the person executing this
Power of Attorney for the delegation of power hereunder on behalf of the Bidder along with bid
document at the time of executing the agreement.

Page 30 of 106 Seal and Sign of Authorized Rep of Bidder


Form-8

INDEMNITY BOND

This Indemnity is made and executed at ______________ on this ______ day of


_________ 2023 by

M/s. [Thiru/Tmt/Selvi] ___________________________ represented by its Managing


Director, __________________, son of ____________________ having administrative
Office at ____________ hereinafter called INDEMNIFIER – CONTRACTOR AND IN
FAVOUR OF (name and address) ________________________ hereinafter called
INDEMNIFIED –Chennai Metro Rail Limited (CMRL),

The terms ‗INDEMNIFIER-CONTRACTOR‘ and the ‗INDEMNIFIED – CMRL‘ unless


repugnant to the context shall mean and include legal representatives, successors,
executors and administrators.

I hereby irrevocably agree to indemnify and keep harmless the CMRL from and against
all claims and proceedings, actions, suits, claims, damages, losses, expenses and
demands of every nature and description, by reasons of any act or omission by myself or
by my representative or by my employees in the execution of the works. This
indemnification obligation includes but not to be limited to claims, damages, losses,
damage-proceedings, charges and expenses which are attributable to

a. Sickness or disease or death or injury to any person, and

b. Loss of, or damage to, or destruction of any property including consequential loss or
use, and

c. Loss or damage or costs arising from the carriage of materials, or any subcontractor or any tier.

All sums payable by way of compensation under these conditions shall be considered reasonable
compensation payable to CMRL without reference to actual loss or damage sustained and whether
or not any damage shall have been sustained. The decision of CMRL as to compensation claimed
shall be final and binding.
IN WITNESS whereof, the Contractors have put their signatures in the presence of the witnesses.

(Name, signature of Managing Director/Managing Partner, date& address of Contractor)


1. WITNESS: NAME & ADDRESS

2. WITNESS: NAME & ADDRESS

Page 31 of 106 Seal and Sign of Authorized Rep of Bidder


Form-9

INTEGRITY PACT AGREEMENT

Chennai Metro Rail Limited (CMRL) hereinafter referred to as ―The Employer‖ and
……………………………. hereinafter referred to as ―The Bidder/Contractor‖
Preamble

The Employer intends to award, under laid down organizational procedures, contract/s for
……………………………………………The Employer values full compliance with all relevant laws
of the land, rules, regulations, economic use of resources (manpower/ Equipment) and of
fairness/transparency in its relations with its Bidder(s) and /or Contractor(s).
In order to achieve these goals, the Employer will appoint an Independent External Monitor
(IEM), who will monitor the tender process and the execution of the contract for compliance with
the principles mentioned above.

Section 1- Commitments of the Principal.

1. The Employer commits itself to take all measures necessary to prevent corruption and to
observe the following principles:-
a. No employee of the Employer personally or through family members, will in connection
with the tender for, or the execution of a contract, demand, take a promise for or accept,
for self or third person, any material or immaterial benefit which the person is not legally
entitled to.
b. The Employer will during the tender process treat all Bidder(s) with equity and
reason. The Employer will in particular, before and during the tender process,
provide to all Bidder(s) the same information and will not provide to any Bidder(s)
confidential/additional information through which the Bidder(s) could obtain an advantage
in relation to the process or the contract execution.
c. The Employer will exclude from the process all known prejudiced persons.

2. If the Employer obtains information on the conduct of any of its employees which is a
criminal offence under the IPC/PC Act, or it there be a substantive suspicion in this
regard, the Employer will inform the Chief Vigilance Officer and in addition can initiate
disciplinary actions.

Section 2 – Commitments of the Bidder(s)/ Contractor(s)

1. The Bidder(s)/Contractor(s) commit himself to take all measures necessary to prevent


corruption. He commits himself to observe the following principles during his participation in
the tender process and during the contract execution.

a. The Bidder(s) / contractor(s) will not, directly or through any other persons or firm,
offer promise or give to any of the Principal‘s employees involved in the tender process
or the execution of the contract or to any third person any material or other benefit which
he/she is not legally entitled to, in order to obtain in exchange any advantage or during
the execution of the contract.
b. The Bidder(s)/Contractor(s) will not enter with other Bidders into any undisclosed
agreement or understanding, whether formal or informal. This applies in particular to
prices, specifications, certifications, subsidiary contracts, submission or non-submission of
bids or any other actions to restrict competitiveness or to introduce cartelization in the
bidding process.
c. The Bidder(s)/Contractor(s) will not commit any offence under the relevant IPC/PC
Act; further the Bidder(s) /Contractors will not use improperly, for purposes of

Page 32 of 106 Seal and Sign of Authorized Rep of Bidder


competition or personal gain, or pass on to others, any information or document provided
by the Employer as part of the business relationship, regarding plans, technical proposals
and business details, including information contained or transmitted electronically.
d. The Bidder(s)/Contractor(s) of foreign origin shall disclose the name and address of the
Agents/representatives in India, if any. Similarly, the bidder(s)/contractor(s) o f I n d i a n
N a t i o n a l i t y s h a l l f u r n i s h the name and address of the foreign Employer, if any.
Further details as mentioned in the ―Guidelines on Indian Agents of Foreign Suppliers‖
shall be disclosed by the Bidder(s)/Contractor(s). Further, as mentioned in the Guidelines
all the payments made to the Indian agent/representative have to be in Indian Rupees
only. Copy of the ―Guidelines on Indian Agents of Foreign Suppliers‟ as annexed and
marked as Annexure.
e. The Bidder(s)/Contractor(s) will, when presenting his bid, disclose any and all payments he
has made, is committed to or intends to make to agents, brokers or any other
intermediaries in connection with the award of the contract.
2. The Bidder(s)/Contractor(s) will not instigate third persons to commit offences outlined above
or be an accessory to such offences.

Section 3 : Disqualification from tender process and exclusion from future contracts

If the Bidder(s)/Contractor(s), before award or during execution has committed a


transgression through a violation of Section 2, above or in any other form such as to put his
reliability or credibility in question, the Employer is entitled to disqualify the
Bidder(s)/Contractor(s) from the tender process or take action as per the procedure mentioned in
the ―Guidelines on Banning of business dealings‖. Copy of the ―Guidelines on Banning of
business dealings‖ is annexed and marked as Annexure‖.

Section 4: Compensation for Damages


1. If the Employer has disqualified the Bidder(s) from the tender process prior to the award
according to Section 3, the Employer is entitled to demand and recover the damages
equivalent to Earnest Money Deposit/Bid Security.
2. If the Employer has terminated the contract according to Section 3, or if the Employer is
entitled to terminate the contract according to Section 3, the Employer shall be entitled to
demand and recover from the Contractor liquidated damages of the Contract value or the
amount equivalent to Performance Bank Guarantee.
Section 5: Previous Transgression
1. The Bidder declares that no previous transgressions occurred in the last three years with any
other company in any country conforming to the anti-corruption approach or with any other
public sector enterprise in India that could justify his exclusion from the tender process.
2. If the bidder makes incorrect statement on this subject, he can be disqualified from the tender
process for action can be taken as per the procedure mentioned in ―Guidelines on Banning of
business dealings‖.

Section 6: Equal treatment of all Bidders/Contractors/Subcontractors.


1. The Bidder(s)/Contractor(s) undertake(s) to demand from all subcontractors a commitment in
conformity with this Integrity Pact, and to submit it to the Employer before contract signing.
2. The Employer will enter into agreements with identical conditions as this one with all bidders,
contractors and subcontractors.
3. The Employer will disqualify from the tender process all bidders who do not sign this Pact or
violate its provisions.
Section 7: Criminal charges against violation Bidder(s)/Contractor(s)/Sub- Contractor(s)
If the Employer obtains knowledge of conduct of a Bidder, Contractor or Subcontractor, or of an
employee or a representative or an associate of a Bidder, Contractor or Subcontractor which
constitutes corruption, or if the Employer has substantive suspicion in this regard, the Employer
will inform the same to the Chief Vigilance Officer.
Page 33 of 106 Seal and Sign of Authorized Rep of Bidder
Section 8: Independent External Monitor/Monitors
1. The Employer appoints competent and credible Independent External Monitor for this Pact.
The task of the Monitor is to review independently and objectively, whether and to what extent
the parties comply with the obligations under this agreement.
2. The Monitor is not subject to instructions by the representatives of the parties and performs
his functions neutrally and independently. He reports to the Chairman, CMRL.
3. The Bidder(s)/Contractor(s) accepts that the Monitor has the right to access without restriction
to all project documentation of the Employer including that provided by the Contractor. The
Contractor will also grant the Monitor, upon his request and demonstration of a valid interest,
unrestricted and unconditional access to his project documentation. The same is applicable to
Subcontractors. The Monitor is under contractual obligation to treat the information and
documents of the Bidder(s)/Contractor(s)/ Subcontractor(s) with confidentiality.
4. The Employer will provide to the Monitor sufficient information about all meetings among the
parties related to the Project provided such meetings could have an impact on the contractual
relations between the Employer and the Contractor. The parties offer to the Monitor the option
to participate in such meetings.
5. As soon as the Monitor notices, or believes to notice, a violation of this agreement, he will so
inform the Management of the Employer and request the Management to discontinue or take
corrective action, or to take other relevant action. The monitor can in this regard submit non-
binding recommendations. Beyond this, the Monitor has no right to demand from the parties
that they act in a specific manner, refrain from action or tolerate action.
6. The Monitor will submit a written report to the Chairman, CMRL within 8 to 10 weeks from the
date of reference or intimation to him by the Employer and, should the occasion arise, submit
proposals for correcting problematic situations.
7. Monitor shall be entitling to compensation on the same terms as being extended to / provided
to Independent Directors on the CMRL Board.
8. If the Monitor has reported to the Chairman CMRL, a substantiated suspicion of an offence
under relevant IPC/PC Act, and the Chairman CMRL has not, within the reasonable time
taken visible action to proceed against such offence or reported it to the Chief Vigilance
Officer, the Monitor may also transmit this information directly to the Central Vigilance
Commissioner.
9. The word „Monitor‟ would include both singular and plural.
Section 9 – Pact Duration

This pact begins when both parties have legally signed it. It expires for the Contractor 10 months
after the last payment under the contract, and for all other Bidders & months ---- the contract has
been awarded. If any claim is made / lodged during this time, the same shall be binding and
continue to be valid despite the lapse of this pact as specified above, unless it is discharged /
determined by Chairman of CMRL.

Section 10 – Other provisions

 T h i s agreement is subject to Indian Law, Place of performance and jurisdiction is the


Registered Office of the Employer i.e Chennai
 Changes and supplements as well as termination notices need to be made in writing. Side
agreements have not been made.
 I f the Contractor is a partnership or a consortium, this agreement must be signed by
all partners or consortium members.
 Should one or several provisions of this agreement turn out to be invalid, the remainder of
this agreement remains valid. In this case, the parties will strive to come to an agreement
to their original intentions.

Page 34 of 106 Seal and Sign of Authorized Rep of Bidder


(For & on behalf of the Principal) (For & On behalf of Bidder/ Contractor)
(Office Seal) (Office Seal)
Place ------------------
Date ------------------

Witness 1:
(Name & Address)
Witness 2:
(Name & Address)

Page 35 of 106 Seal and Sign of Authorized Rep of Bidder


Form-10

CHECKLIST OF DETAILS/DOCUMENTS TO BE UPLOADED / SUBMITTED

Whether complied –
S.NO Details / Documents uploaded / submitted please indicate „Yes‟
or „No‟.
Amount:

Have you transferred EMD / Submitted BG for EMD (Online Transferred Date:
1. Transaction UTR no to be provide) or BG Ref number in case of _________
BG
Transaction UTR No /
BG No.____________
Have you attached Receipt or acknowledgement towards
2. payment of EMD (UTR Number) or submitted BG in originals to
CMRL
Have you attached/uploaded Power of Attorney for signing the
3.
Tender Document as Form 7

Have you signed all pages of the Tender Document (To be signed
4.
by the authorized signatory as per the Power Attorney)
Form-1:
5. Is Initial filter criteria filled and submitted on company‘s letter
head?
Form-1:
6. Is Undertaking submitted for initial filter criteria on non-judicial
stamp paper of Rs. 100/- duly notarized?
Form 2
7. Is Mandatory Information form for eligibility of the bid submitted
with all attachments as mentioned in Form 2?
Form 3
Whether Company‘s average annual financial turnover details for
8. the last three years submitted? Average annual financial turn over
should be at least Rs. 4,70,00,000/- and should be profit
making company
Whether Company Profit and loss statements and Balance sheets
9.
for the last three financial years submitted?
Form 4:
10. Is relevant work Experience sheets are submitted?
How many No. of. Work Experience sheets submitted? _______

Form 8:
11.
Is indemnity bond filled and submitted?

Form 9:
12.
Is integrity pact agreement signed and submitted?

13. Have you submitted Form 10 – Checklist of Docs Submitted?

14. Have you submitted Form 11 and Form 12?

Page 36 of 106 Seal and Sign of Authorized Rep of Bidder


Seal of the Bidder
Signature:………………………..

Name of Authorized signatory:……………………

Page 37 of 106 Seal and Sign of Authorized Rep of Bidder


Form - 11

TO WHOMSOEVER IT MAY CONERN

Ref: Tender Document No: …………………

I / We,…………………………………….. Hereby affirm, after careful study of the tender documents

confirm, the rights of CMRL to have a third-party audit in the course of the license period and the

result of such audit is binding on us.

Authorized Signatory

(Name)
Seal

Date:
Place:

Form - 12

TO WHOMSOEVER IT MAY CONERN

Ref: Tender Document No: ………………..

This is to confirm and certify that I / We, ……………………………… in the process of bidding this

tender, not have engaged any middleman or agency to advance our tender.

Authorized Signatory

(Name)
Seal

Date:
Place:

Page 38 of 106 Seal and Sign of Authorized Rep of Bidder


PART – III
I. Work Requirements / Scope of Works
II. General Conditions of Contract
III. Particular Condition of Contract

Page 39 of 106 Seal and Sign of Authorized Rep of Bidder


I. WORK REQUIREMENTS / SCOPE OF WORKS
1. CONDITIONS GOVERNING THE CONTRACT:
The special/particular conditions of contract contained herein shall be supplemented to the General
Conditions of the contract. In the event of any conflict or inconsistency between them,
Special/Particular conditions of the contract will supersede the General conditions of the contract.

ABBREVIATIONS USED
S. No Abbreviation Full form
1 ACB Air Circuit Breaker
2 ASS Auxiliary Sub Station
3 BMS Building Management System
4 CAMC Comprehensive Annual Maintenance Contract
4 DLP Defects Liability Period
5 CMRL Chennai Metro Rail Limited
6 E&M Electrical & Mechanical
7 GS General Specification (this document)
8 IEC International Electro-technical Commission
9 IEE The Institution of Electrical Engineers
10 IS Indian Standards
11 ISO International Organization for Standards
12 ITT Instructions To Tenderers
13 MCB Miniature Circuit Breaker
14 OCC Operations Control Centre
15 PS/TS Particular Specification / Technical Specification
16 RAMS Reliability, Availability, Maintainability and
17 SAT Safety
Systems Acceptance Test(s)
18 SCADA Supervisory Control and Data Acquisition
19 PCC System Conditions of Contract
Particular
20 SIL Safety Integrity Level
21 TSS Traction Sub Station
22 TVS Tunnel Ventilation System
23 UPS Uninterrupted Power Supply
24 AHU Air handling unit
25 CT Cooling Tower
26 MBV Motorized Butterfly Valve
27 CHWP Chilled Water Pump
28 CDWP Condenser water Pump
29 CHW Chilled Water
30 CDW Condenser Water
31 FCU Fan Coil Unit
32 BOH Back Of House
33 WCC Water Cooled chiller
34 VAC Ventilation and Air conditioning
35 OTE Over Track Exhaust
36 UPE Under Platform Exhaust
37 SCR Station control room
38 RO Reverse Osmosis
39 VRV / VRF Variable Refrigerant Volume / Flow
40 MCCB Moulded Case Circuit Breaker
41 ATS Auto Transfer Switch
42 OEM Original Equipment Manufacturer
43 DI Digital Input
44 DOC Date of commissioning
45 AI Analog Input

Page 40 of 106 Seal and Sign of Authorized Rep of Bidder


S. No Abbreviation Full form
46 AO Analog Output
47 SER Signaling Equipment Room
48 TER Telecom Equipment Room
49 S&T Signaling &Telecom
50 TOM Ticket Operating Machine
52
51 SMR Station Manager Room
53 CDMA Code Division Multiple Access
54 TR Tons Of Refrigeration
55 LPS Liters Per second
56 KW Kilo Watt
57 CMS Cubic Meter per Second
58 MDB Main Distribution board
59 FLFD Fusible Link Fire Damper
60 ELCB Earth Leakage Circuit Breaker
61 MPCB Motor Protection circuit breaker
62 EOCR Electronic Over Current Relay
63 CFM Cubic Feet Per minute
64 TEF Track way Extraction Fan
65 TVF Tunnel Ventilation Fan
66 TVD Tunnel Ventilation Damper
67 TES Track way Extraction System
68 FMS Facility Management Systems
69 EMDB Essential Main Distribution Board
70 DB Distribution Board

2. SCOPE OF WORK

Round the clock Operation (24 X 7 hrs.), Repair & Maintenance of E&M Works in Phase 1
Metro Stations as follows.

 13 Elevated Stations
o Corridor 2: SKO – SMM
o Corridor 1: SAP – SLM
 Cut and Cover Tunnel Section (Between SME and SOT)
 10 Underground Stations
o Corridor 1: SSA – SWA
o Including associated tunnels and Saidapet cut & cover ramp
o Mayday Egress Shaft (Between SGE and SCC)
 Koyambedu RSS (Receiving Sub Station)
 Alandur RSS
 Koyambedu Administrative Building and
 Koyambedu Depot (including staff quarters)

Contract Start Contract End


S. No Location
Date Date
13 Elevated Station including cut &
1 01.07.2023 30.06.2027
cover tunnel section
Koyambedu Admin & Depot
2 01.07.2023 30.06.2027
(including staff quarters)
10 Underground Stations including
3 associated tunnels, Mayday Egress 01.10.2023 30.06.2027
shaft & Saidapet Ramp

Page 41 of 106 Seal and Sign of Authorized Rep of Bidder


3. STATION NAMES WITH CODES:

Corridor Name of Metro Station Station Code


Airport SAP
Meenambakkam Metro SME
Corridor 1 (Elevated –
Nanganallur Road SOT
5 Stations)
Guindy Metro SGU
Little Mount SLM
Saidapet Metro SSA
Nandanam SCR
Teynampet STE
AG-DMS SGM
Corridor 1 Thousand Lights STL
(Underground – 10
Metro Stations) LIC SLI
Government Estate SGE
High Court SHC
Mannadi SMA
Washermanpet Metro SWA
St. Thomas Mount Metro SMM
Alandur SAL
Ekkattuthangal SSI
Corridor 2 (Elevated – Ashok Nagar SAN
8 Stations) Vadapalani SVA
Arumbakkam SAR
CMBT SCM
Koyambedu SKO

4. COMPONENTS/EQUIPMENTS COVERED UNDER FMS /SCOPE OF WORK:


The Component/equipment covered under FMS (Facility Management Services) Contract shall
include all Electrical & Mechanical Systems as described below:
The equipment‟s covered under FMS are as follows but not limited to:
1.1. LV Electrical System:
a. LT panels and LT power supply including all LT equipment like ACB, MCCB, relays etc.
b. Electrical Distribution System
c. Lighting System (indoor, outdoor, Tunnel and Ramp, Public area & Parking area ) with
lighting control system
d. Power Sockets (1 Phase & 3 Phase) in Buildings, Stations and Tunnels
e. UPS (Uninterrupted Power Supply) system with Battery Banks
f. Earthing and Bonding System
g. Lightning Protection System
h. Electrical supply and Monitoring of Electrical energy system for Property Development
Panels, Advertisement panel & Kiosks, ATMs etc.

Page 42 of 106 Seal and Sign of Authorized Rep of Bidder


1.2. Fire Alarm Detection and Fire Fighting System:
a. Main Fire Alarm Control Panel, Sub Alarm Control Panels, Repeater Panels and Mimic
Panels.
b. VESDA Panel and Automatic Clean agent flooding system Panel etc.
c. Gas Suppression System and Panel Flooding System
d. Smoke Detector, Heat Detector, Multi Detector, VESDA detection system.
e. Manual Call points (In Buildings, Stations and Tunnels) and other fire alarm devices.
f. Linear Heat Detection Cable (In Tunnels).
g. Fire Pumps (Jockey, Main and Diesel Pumps) and its associated Electrical Panels Water
Pumping systems of all type and applications
h. Wet Mains System comprises pipe work, landing valves, automatic air release valves,
RRL hoses and its accessories etc.
i. Fire Hose Reel System
j. Automatic Fire Sprinkler System
k. Portable Fire Extinguishers

1.3. Water Pumping System


a. Hydro pneumatic Pump sets and Electrical Control Panels etc.
b. Other Pumps such as Centrifugal Pumps, Bore Well Pumps, Submersible Pumps,
Monoblock Pumps, Dosing Pumps, etc.
c. VAC System Pumps in Admin Building
d. Water supply for the Cleaning, Drinking, Gardening & Toilet
e. Water supply and Monitoring consumption for Buildings, Stations, Property Development,
etc.
f. Water Meter control and Monitoring the individual meters for Buildings and Stations
1.4. Water Purification System
1.5. Lifts and Escalators
1.6. STP (Sewage Treatment Plant)
1.7. WTP (Water Treatment Plant)
1.8. Air conditioners (VRV/VRF, Chillers and other types) and Ventilation System
1.9. BMS SCADA (in Koyambedu Administrative Building)
1.10.Monitoring of Solar Power Plants
1.11.Additional E&M works (Supply of materials and Installation)
1.12.Repair works by OEM and authorized vendors

Page 43 of 106 Seal and Sign of Authorized Rep of Bidder


DETAILED SCOPE OF E&M SERVICES
LV Electrical System:
1. Electrical System includes operation & maintenance of LT Power Distribution System, UPS
System with Batteries, Earthing, Lightning Protection, Indoor Lighting, Emergency Lightings,
Outdoor Lighting like Pole Lights and HML Lights, single and three phase power Sockets, VFD‘s,
all available single and three phase motors, etc.
2. Contractor shall ensure power supply to the Buildings, Stations load. LV power supply to be
monitored each shift and parameters to be recorded.
3. In case of any disturbance in power supply occurs, swift action shall be taken by the shift station
staff to restore power supply.
4. Ensure all equipment are working in good fettle and if any equipment is not working in good
condition necessary action needs to be taken to rectify the fault . In case of that particular
equipment is in CAMC with OEM, the respective vendor shall be called by the FMS contractor and
the failure shall get attended and the report should be recorded promptly
5. Street Pole, High Mast Lights and Roof lights repair and maintenance and bulbs replacement with
suitable height accessible equipment‘s and safety PPE‘s should be the responsible of FMS
agency.
6. Should include workings in all Electrical available Infrastructures such as shafts, trays, etc.
7. Day to Day Maintenance & Periodic checking of Online Uninterrupted Power Supply System
(UPS) including Batteries
8. Monitoring of Solar PV panels generation and metering on daily basis wherever available.
9. All the Earth pits should be inspected on a quarterly basis and values should be checked on half
yearly basis with the joint inspection report and the date of next due should be indicated in each
earth pit and the record of the same to be maintained.
10. ACB and other circuit breakers maintenance shall be carried out as Annual maintenance by the
FMS contractor including relay testing, Actual cost shall be paid by CMRL.
11. Energy Consumption Records to be monitored and maintained in view of Energy Conservation
measures.
Fire Alarm Detection and Fire Fighting System:
1. Fire Detection System includes Addressable Fire Alarm System and VESDA System with all
necessary panels included Main panel, Sub panels, Repeater panels, VESDA, Linear Heat
Detection Cable (In Tunnel), etc.
2. Should keep up the records and periodical inspection of all devices as per the CMRL
requirements and checklists given. Always maintain all the devices with trouble free operation and
the healthy system.
3. Fire Fighting System includes Fire Hydrant system including piping network, Wet Mains Riser
System comprises landing valves, automatic air release valves, RRL hoses and its accessories
etc, Gas Suppression System (FM 200 & NOVEC), Sprinkler, CO2 Based Panel Gas Flooding
System and Fire Extinguishers.
4. Portable Fire Extinguishers including refilling as per periodical schedules / as required by CMRL.
(Testing and usage during emergencies will be borne by CMRL).
5. Should be responsible for the periodical inspection and checking of availability and reliability of
entire system as per CMRL requirements.
6. Always maintain the cleanliness in all the mentioned systems and accessories of firefighting
systems (including painting works).
7. Operation/Maintenance of fire alarm system is in the scope of the FMS contractor.
8. Operation/Maintenance of fire alarm system is in the scope of the FMS contractor.
9. FMS contractor shall acknowledge any fire alarm and take necessary action.

Page 44 of 106 Seal and Sign of Authorized Rep of Bidder


10. FMS contractor shall coordinate with CAMC contractor for any failure attention and periodical
maintenance.
11. Maintenance of fire hydrants and keeping the specified pressure level in the hydrants is the
responsibility of the FMS contractor.
12. Maintenance of Fire pumps, (Jockey, Main and Diesel), Fire hose cabinets, and periodical
checking of Fire hydrants and pumps is in the FMS contractor scope.
13. Attending to Failure of any Fire hydrant pipes, Pumps and control panels is in the scope of FMS
contractor.
14. Maintaining inventory of Fire extinguishers and periodical checking is in the scope of the FMS
contractor.
15. Maintaining panel flooding system and Room flooding (Gas based fire suppression system) is in
the scope of the FMS contractor
Water Pumping System:
1. Water Supply System includes Hydro Pneumatic Pumping system, Cooling Tower pumping,
Irrigation pumping, Dewatering system, Sewer Pumping System including pumps and other
accessories feed systems & coordinating water supply from CMWSSB to ensure uninterruptable
water supply for cooling tower, cleaning, drinking & for other domestic usage.
2. Should be able to removal, re-fixing, assembling and dismantling of all types of water pumps with
proper alignment works with necessary instruments.
3. Dewatering of Lift & Escalator pits, parking areas, cross passages, under craft, rain water
harvesting pits or ponds using necessary pumps and piping‘s with existing equipment‘s or
additional requirements as and when required during monsoon season.
4. Ensure the 100 percent availability of all emergency portable and fixed dewatering pumps
(Electrical & Diesel driven) by periodical inspection and should responsible for any failure of the
same during emergency.
5. Contractor should ensure the uninterruptable treated water supply from STPs for cooling tower,
cleaning, gardening, irrigation, train coach wash plant, solar panels cleaning, flushing, etc. and
keep up the records for the same.
6. Operation and Maintenance of Water Treatment Plant (WTP) and Sewage Treatment Plant
(STP) by routine shifts to obtain minimum of designed output water to be treated as per the
requirement. Ensure the availability of necessary chemicals and consumables and report to CMRL
promptly.
7. Regularly monitoring and Recording of the Water Flow Meter Readings on daily basis and cleaning
of water flow meters on weekly basis.
8. All kinds of preventive maintenance of pumping system shall be carried out by the FMS
contractor. The operational status of pumps shall be recorded each shift by the technical staff. The
working of hydro pneumatic pumps for station water supply and dewatering pumps shall be
maintained in good fettle. De-watering from the lift and escalator pits, pond, under craft, Cross
passages in tunnels is the responsibility of the FMS contractor.
STP (Sewage Treatment Plant):
1. The sewage treatment plant shall be operated and operated/maintained in good fettle by the FMS
contractor.
2. Any breakdown shall be promptly intimated to the CAMC vendor, if any, to clear the fault and
make the plant upright.
Water Treatment Plant:
1. Water treatment plants of all capacity to be operated/maintained in good fettle.
2. In case of any failure, the CAMC contractor shall be promptly contacted and get the fault attended.
Cleaning of the containers shall be carried out regularly.

Page 45 of 106 Seal and Sign of Authorized Rep of Bidder


Water Purification System
Should be responsible for the O&M of Drinking Water RO Plant (2 No‘s of 250 LPH) and RO purifiers
of all capacity (10 LPH to 50 LPH) available in Buildings and Stations which includes daily monitoring
of water parameters (pH and TDS), backwashing, periodical cleaning of filters and upkeep of the
records for same.

Lighting System

1. Lights in all areas of the Buildings, Stations, Tunnel, Undercraft shall be maintained in good fettle.
Failed lights shall get replaced by the FMS contractor time to time. Lights will be supplied by
CMRL and the accessing equipment like ladder, Scaffolding etc. shall be arranged by the FMS
contractor at his own cost.
2. If the lights are purchased by the contractor, the agreed rates shall be paid by CMRL without any
overhead.

Lifts and Escalators

1. Should be responsible for daily inspection of Lifts and Escalators operation coordinating with AMC
vendors for periodical maintenance and breakdown maintenance.
2. Lifts and Escalator operation shall be monitored by FMS contractor continuously. Any failure of
Lifts and Escalators shall be reported to CAMC contractor promptly. Preventive maintenance
carried out by CAMC contractor shall be certified.
3. Recording of faults, breakdowns, mantraps, etc. promptly at respective CAMC mobile app
4. Each fault shall be recorded through Mobile App and Web app by the FMS contractor. The
registered faults shall be cleared by CAMC contractor by following up closely. Rescue operations
is in the scope of the FMS contractor
5. Rescue of passengers from Lift in case of Mantrap at the earliest.

Ventilation and Air Conditioning System (VAC):


Koyambedu Administrative Building, Depot, 13 Elevated Stations:

1. VAC System includes Operation and maintenance of Water Cooled Chillers and its associated
accessories like Cooling Towers, Pumps, Expansion Tanks, pressurization units, Dosing pumps,
Air Handling Units (AHU‘s, FCU‘s, Cassette or Hi-wall Types) in Koyambedu Administrative
Building.
2. Operation and maintenance of Split units, VRV units (Both Indoor and Outdoor) and its related
equipment‘s to ensure smooth running of VAC equipment‘s and to maintain the temperature as
per CMRL requirement and noise level in the critical rooms are within acceptable limits
3. VRV system comprises Outdoor (Range between 8 Hp to 40 Hp) and Indoor unit‘s types of Split,
Ductable, Cassette and Floor Standing unit. Should be able to technically trouble shoot and
identify the fault and rectify at the earliest without any interruptions.
4. Operation and Maintenance of all the Ventilation Fans which is available in Stations, Admin
(Including ASS-1 Transformer Room) and Depot premises like Tube Axial fans, Propeller fans,
Duct Inline fans, Toilet Exhaust Fans, Emergency Smoke Extraction fans, etc.
5. All the respective AC and Ventilation ducting‘s and Dampers (VCD & MVCD), Grills, Diffusers
O&M, cleaning, repair and services should be included.
6. Operation & Maintenance of Electrolytic Scale Remover (ELSR) of cooling tower water treatment
in Koyambedu Administrative Building.
7. Chemical dosing System includes ensuring and monitoring the proper dosing of chemicals and
maintaining the parameters of Chilled water within the specified limits.

Page 46 of 106 Seal and Sign of Authorized Rep of Bidder


8. Keep up the records of entire chemicals and coordination with vendors for maintaining the
uninterrupted regular stocks at all times.
9. Air conditioners of any type (Chiller/VRV/Unitary AC plants) available in the station shall be
monitored for its proper working and operation. CAMC activities by the OEM/CAMC contractors
should be properly monitored by the FMS contractor.
10. If the VAC system is in contract with another contractor for operation, the status / Working
condition shall be monitored and recorded especially parameters like Critical room / Platform/
Concourse Temperature, humidity and CO2 level etc.
Ten Underground Stations:

11. Monitoring and co-ordination with O&M contractor of Ventilation Air Conditioning (VAC) and
Tunnel Ventilation System (TVS) in 10 Underground stations.
12. Air conditioners of any type (Chiller/VRV/Unitary AC plants) available in the station shall be
monitored for its proper working and operation. CAMC activities by the OEM/CAMC contractors
should be properly monitored by the FMS contractor.
13. If the VAC system is in contract with another contractor for operation, the status / Working
condition shall be monitored and recorded especially parameters like Critical room / Platform/
Concourse Temperature, humidity and CO2 level etc.
UPS (Uninterrupted Power Supply):

1. UPS system supplying power to critical equipment‘s like OCC servers, communication Equipment
Rooms and shall be maintained in good fettle. Periodical maintenance by OEM shall be promptly
carried and the same shall be ensured and recorded by the FMS contractor.
2. Battery Voltage/Discharge test shall be carried out and the parameters to be recorded in each
month by the FMS contractor as per the schedule.
3. Scheduled maintenance by OEM shall be carried out promptly and the same shall be certified and
recorded and to be reported to CMRL by the FMS contractor.
Earthing System:
Earth pits shall be maintained once a year, and the value of earth pits shall be recorded once a year.
If the recorded values are out of the limits, necessary action to be taken for treatment of the Earth pits
and the resistance values of earth pits shall be written on the designated places. Any cost incurred for
consumables/Materials involved will be reimbursed by CMRL.
Lightning Arresters (Lightning Protection System):
Lightning arresters shall be maintained in good fettle. Lightning arrester earth pits shall be
maintained by the FMS contractor in good condition as described in earth pits.
Painting & Cleaning Works:
1. Necessary painting and cleaning of E&M related components and equipment‘s should be
performed as and when required by CMRL belongs to the contractor scope.
2. Repainting of all fire water lines and related equipment‘s like pumps, motors, hose box and hose
reel drum etc. once in a year.
3. Repainting of metal water pipe lines for chiller circuits and pumps with base mountings etc. once
in a year, in Koyambedu Administrative Building.
4. All the necessary supporting spares and materials for painting such as thinner, turpentine,
brushes, emery paper, etc. should belongs to the contractor scope.
Cut & Cover Section:
Operation and Maintenance of the equipment‘s in cut & cover section includes dewatering sumps with
the available submergible pumps, Electrical panels, Lights and Fire hydrant system, panel flooding
system, etc.
Page 47 of 106 Seal and Sign of Authorized Rep of Bidder
ARSS Building (Alandur) & KRSS Building (Koyambedu):
Operation and Maintenance of the equipment‘s in ARSS and KRSS Building and Transformer Rooms
(ASS-1,2,3) includes available split Air conditioners, AHU‘s, Fire Extinguishers, Fire Alarm system
and Panel Flooding System.
Staff Quarters (Koyambedu Depot):
1. Koyambedu Depot Staff Quarters O&M services should be included in contractor scope such as
Water supply and Monitoring of level in sumps.
2. Hydro pneumatic pumping system with pumps, Fire pumping network with pumps.
3. Sewer pumping networks to be ensured,
4. O&M services of Electrical LT Panels, Lifts, Fire Alarm Systems.
General Activities:
1. Daily/Weekly/Monthly/Quarterly/Half Yearly / Yearly Monitoring and Maintenance of E&M
equipment‘s and keep up the records by maintaining the entire given checklist in annexure. This
may revised periodically based on CMRL requirements.
2. FMS contractor is responsible for cleanliness of E&M equipment‘s and rooms.
3. All the scheduled Monitoring and Maintenance should be performed such as Hourly, Daily,
Monthly, Quarterly, Half yearly and Annual Maintenance as per the given checklist by CMRL and
4. History Card (Details of Preventive Maintenance, Corrective Maintenance, spares replacement if
any, etc.) for all E&M equipment‘s shall be maintained by FMS Contractor based on CMRL
requirement.
5. O&M activities which is required power block in non-revenue hours (OHE shutdown is required
while working in the premises of OHE within 2m (height works), Tunnels, etc.) shall be planned
prior and accordingly get power block from CMRL. The responsible staffs from FMS agency shall
obtain Permit to Work (PTW) at work location and ensure the Overhead Line (Electrically
energized) are properly earthed. The availability of works permit shall be based on the trains
movements / testing during non-revenue hours.
6. Earthing of OHE lines shall be properly done using earth rods before execution of work. Training
for providing earth rods in OHE lines shall be arranged by CMRL on request from FMS agency.
7. E&M related scrap materials to be stored safely with upkeep of records.
8. Co-ordination with all facilitation & technical rooms and other systems for proper working of E&M
System
9. Frequent rounds to site to check the operation & healthiness of equipment‘s
10. Removing and Reinstallation of any false ceiling boards which is pertaining to E&M related
equipment‘s.
11. All the daily receiving complaints and faults should be attended promptly within 24 hours.
(Except the failures which needs to be attended immediately).
12. All the FMS and AMC Maintenance works shall be carried out only after obtaining Permit to Work
(PTW) from either SC or CMRL JE, and PTW details to be recorded in the respective checklist.
13. The contractor shall maintain the all the log books of E&M Equipment‘s like Electrical Panel, UPS,
Chiller Parameters, Maintenance registers, etc.
14. The contractor shall perform the all maintenance practice and procedures (Both Preventive &
Breakdown) as per CMRL SOP and submit the suitable detailed reports on monthly basis.
15. The contractor shall be responsible for attending and rectifying the day to day general complaints
pertaining to E&M systems and resolved the problems/complaints within the acceptable limits with
necessary tools, spares and materials as required.
16. All complaints list and action taken on complaints shall be recorded on daily basis.
17. If any faults and complaints unattended for more than 7 days which attributable to the
contractor, CMRL will directly complete by engaging third party vendor and the suitable

Page 48 of 106 Seal and Sign of Authorized Rep of Bidder


rectification costs will be debited from the contractor running monthly bills without any
notice.
18. All Tools & Tackles, Plants, equipment‘s and materials required to carry out the repair and
maintenance work at site are to be provided and well maintained by the Contractor.
19. The contractor should maintain all necessary safety precaution for their labours with personnel
protective equipment‘s (PPE‘s).
20. The Employees shall always be prepared for emergency services like firefighting operation and
they must be trained for such situation. (Monthly Mockup has been conducted for training among
all the FMS staffs and suitable record shall be submit to CMRL).
21. Any other works as and when directed by the authorized person from CMRL other than mentioned
above falling under the domain of E&M Works, directly or indirectly (Such additional works like
wiring, Nailing, piping‘s, false ceiling adjustment and any minor installations etc. as per CMRL
requirement wherever required).
22. Contractor shall also carry out all in-house preventive/breakdown maintenance for associated
equipment‘s which are not mentioned but required for completion of job and system healthiness.
23. Contractor shall prepare report comprising of all the E&M system equipment status & failure
report, Area wise Energy Consumption Readings, Commercial Energy Consumption Readings
and any other maintenance activities should submit to CMRL at 1st of succeeding month.
24. Any consumables required for repair and maintenance shall be arranged by the contractor.
25. Any failure shall be immediately reported to CMRL Engineer in charge and submit the incident
report for the same.
26. Agency needs to provide Uniform, Identity Cards, Name bearing Plates etc. to each and every
deployed Staff and all the staffs should entry and exit with the mentioned identity in CMRL
premises.
27. FMS manager needs to receive the day to day complaints from CMRL and close the faults.
28. Daily reports shall be updated to CMRL such as Energy & water consumption and daily work
performance, etc.
29. System Orientation training shall be given by CMRL.
30. All the refreshments trainings to be given to all their technical staffs belong to E&M systems by the
contractor every 6 months which includes practical and theoretical knowledge of all systems and
First Aid, Firefighting training, Lift rescue operation, etc. CMRL may also arrange/recommend for
training.
31. All FMS technical staffs needs to undergone the intensive preliminary tests conducted by CMRL,
and to meets the minimum required eligibility criteria in tests conducted and fixed by CMRL
32. Based on CMRL Certification, suitable competency certificate shall be issued to technical staffs by
FMS contractor. Competency shall be issued to all technical staffs within one month from
contract effective date.
33. All Monsoon preventive measures and protective equipment‘s should be arranged to all their
staffs such as Rain coats, Gumboots, etc.
34. If any Equipment‘s or Systems of CMRL are damaged due to mishandling by technical staffs are
the whole responsible and rectify the same at their own risk and cost.
35. Shift On duty FMS Staffs shall report to CMRL staffs.
36. All the shifts relieving procedures shall be made at the respective locations only such as Admin,
Depot & Stations with proper handing overs with log format.
37. Compliance report for the entire scope of works and monthly consolidated report should be
submitted along with the monthly invoice to CMRL
38. Always maintain the 5S (Seiri, Seiton, Siesu, Seiketsu & Shitsuke) principles invariably in all
places in Admin, Depot and Every stations belongs to E&M premises.

Page 49 of 106 Seal and Sign of Authorized Rep of Bidder


39. No continuous two shifts are permitted for Technical Assistants, suitable alternative
reliving man power should be available unless otherwise prior permission from CMRL in
charge during very emergency situation.
40. Additional work (Supply and installation of Materials)
Additional works apart from O&M works specified above are to be carried out by FMS
contractor by Supplying and installation of required materials and accessories and by
deploying required Tools and Plants. The rates of material and installation cost to be
considered from TNPWD SOR 2023-24 or the latest in force. FMS contractor shall perform this
kind of activity on instruction from CMRL and the actual cost involved will be paid on
certification by CMRL representative. No overhead charges will be paid except the actual cost.
If the rates are not available for any item in TNPWD, rate analysis and justification shall be
done by contractor and concurrence shall be obtained from CMRL for that particular item.
41. Repair work by OEM and authorized vendors
Repair work by OEM, OEM authorized vendors and local reputed vendors shall be carried out
by the FMS contractor. The rate quoted by the Vendor shall be submitted to CMRL by FMS
contractor and upon instruction from CMRL, FMS contractor shall complete the work in
stipulated time and get paid on submission of invoice. The OEM/Authorized vendor shall be
paid by the FMS contractor promptly. Repair work affecting train operation shall be attended in
12 hours and station operation shall be attended in 24 hours. Other kind of works shall be
completed in 7 days.
42. The cap for the works carried out as per clause 40 and 41 (as above) is +25% of total
contract value.
43. FMS staffs should be well connected with the CMRL fault app and act promptly for all the day to
day complaints received on each stations and buildings. Immediate action to be taken for closing
of the faults which is raised in fault app and monthly reports to be submitted to CMRL.
44. The FMS Agency shall have a bicycle in each station, Admin Building & Depot.
45. The FMS agency keeps a biometric attendance system in each stations and Koyambedu
Administrative Building. It has to be monitored and accessible to CMRL and monthly reports to be
submitted. Decision of attendance monitoring through Bio metric or mobile application are solely
based on CMRL direction.
46. Each staff should have Smart mobile phone to access the app and GPS locator enabled to track
and map the staff.
47. The FMS Agency must arrange common CUG numbers for common communication based on
CMRL requirement.
48. FMS agency should make necessary arrangements of printout and binding of the entire O&M
checklists, templates shall be issued by CMRL.
49. The FMS agency must arrange 3 Sets of Desktop Computer and Printer (Laser Printer) for day to
day operations. The same shall be kept at CMRL premises (Koyambedu Admin, Alandur, AG-
DMS Stations)
Specification for Desktop: Intel i5/i7 processor, HP / Dell or Equivalent, 8 GB DD4 Ram, 1TB SSD
capacity, 18‖ screen, Windows.
The above mentioned Conditions (41 to 46) needs to be complied within the time frame
of 30 days from the contract effective date, otherwise penalty will be applied (0.1 % daily
or 0.5% on Weekly basis on total monthly contract value).
50. Co-ordination with AMC Vendors for Preventive and Breakdown maintenance like UPS/Chiller/Fire
Alarm System /Lifts/Escalators/VAC/TVS/Water Purifiers etc. shall take care by FMS contractor.
On failure of Equipment complaint should be lodged and follow up the AMC vendor for the
execution and completion of works and the Report should be submitted to CMRL. (Entering in to

Page 50 of 106 Seal and Sign of Authorized Rep of Bidder


AMC for particular equipment is at the discretion of CMRL and the AMC cost shall be borne by
CMRL).

Page 51 of 106 Seal and Sign of Authorized Rep of Bidder


51. Competency:
Seven days Orientation / On Job training shall be been given to staffs deployed for Technical
Assistants. On completion of the orientation followed by written examination and interview will
be conducted by a two member committee in E&M.
The question paper shall be set on objective type pattern for marks as indicated below for the
respective subjects.

S. No Subject Marks(Max)
1 E&M Operation & Maintenance 70
2 Electrical & Mechanical General safety rules 10
3 Interview by committee 20
Total 100
Qualifying criteria: The staffs are required to obtain 60% marks aggregate.
If candidate fails to qualify then he will be put on additional training for a period as specified by
committee. After completion of training, a written examination and interview will be conducted
again for competency evaluation.
Based on the above criteria, competency certificate will be issued by Dept. to the proposed
outsourcing staff.
Note:
1. The attendance and billing will not be certified during orientation until qualified for
competency certificate.
2. Any newly joined staff during the contract tenure shall also be followed the same procedure
mentioned above for qualifying in nature.
52. Proprietary Rights:
The maintenance contractor will be handling maintenance data, operation & maintenance
manuals, and maintenance records of E&M equipment‘s. These are proprietary to CMRL and
should not be shared with anyone.
53. CMRL quality audit
a. CMRL will perform random, periodic or continuous audits to ascertain the quality of
maintenance to the expected levels. The contractor will be penalized for the non-
conformances observed during the audit.
b. The contractor should strive to exceed the expectations of CMRL through continual
improvement of methods, sequences, motion economy and practices.
c. CMRL reserves the right to instruct the contractor to increase manpower for improving quality
of maintenance. If the contractor is not in a position to perform maintenance service to the
satisfaction of CMRL even after deploying the maximum manpower, the contract will be
terminated after giving three months prior notice, in which case the contractor‘s performance
bank guarantee will be forfeited.
54. Training for Employees:
For the sake of capacity building of the Employees, once in 6 months they shall be sent for
External Trainings at the cost of the FMS contractor as per the direction from CMRL.

55. Working Hours:


E&M maintenance needs to be performed round the clock. Hence the Technical Assistants
need to work in three shifts and general shifts. The working hours shall normally be consistent
and shall be intimated by CMRL based on the criticality.
56. Hand back:

Page 52 of 106 Seal and Sign of Authorized Rep of Bidder


a. At the end of the contract period or termination, all the equipment, hand tools, software,
maintenance data, hard copies of maintenance documents, maintenance manuals or any
other items belonging to CMRL shall be handed back in good condition.
b. Any damages found shall be recovered from the contractor whatever amount CMRL feels
necessary.
57. Weekly and Monthly Meetings with CMRL:
The Contractor along with the Managerial In charge to attend the Weekly meeting with CMRL
Engineers to appraise the ongoing PM activities (AMC and Non-AMC), Rectification process,
Faults App Status and Availability of spares, etc. and the reports for the same to be provided
on weekly and monthly basis.
Monthly meeting along with CMRL Management shall be attended by the Managerial In
charge to appraise the works carried out by them.
58. Safety Audit:
The Contractor shall conduct internal safety audit on both the Safety Management system and
the internal site conditions to ensure safe working of Equipment‘s system during the tenure of
Contract.
59. Emergency Works:
If, by reason of an emergency arising in connection with and during the execution of the
Contract, any protective or remedial work is necessary as a matter of urgency to prevent
damage to the Facilities, the Contractor shall immediately carry out such work, under
intimation to the Engineer.
60. Contractor‟s Liability:
The Contractor shall pay salary & allowances to their staff as per extant Labour Laws, and
proof of payment to their employees and statutory payments shall be submitted with bills.
61. Subcontracting:
Prior approval of the CMRL shall be obtained before sub-contracting only any repair works.
However, the Contractor shall not subcontract the whole of the Works.
62. Compliance with labour regulations:
During continuance of the Contract, the Contractor and his sub-Contractors shall abide at all
times by all existing labour enactments and rules made there under, regulations, notifications
and bye laws of the State or Central Government or local authority and any other labour law
(including rules), regulations, bye laws that may be passed or notification that may be issued
under any labour law in future either by the State or the Central Government or the local
authority. The Contractor shall keep the CMRL indemnified in case any action is taken against
the CMRL by the competent authority on account of contravention of any of the provisions of
any Act or rules made there under, regulations or notifications including amendments. If the
CMRL is caused to pay or reimburse, such amounts as may be necessary to cause or observe,
or for non-observance of the provisions stipulated in the notifications / bye laws / Acts / Rules /
regulations including amendments, if any, on the part of the Contractor, CMRL shall have the
right to deduct any money due to the Contractor including his amount of Security Deposit. The
CMRL shall also have right to recover from the Contractor any sum required or estimated to be
required for making good the loss or damage suffered by the CMRL.
The Employees of the Contractor and the Sub-Contractor in no case shall be treated as the
employees of the CMRL at any point of time.
63. Identity Cards or Passes:
The Contractor, his agents and representatives are required individually to be in possession of
Page 53 of 106 Seal and Sign of Authorized Rep of Bidder
an identity card or Pass duly verified by the CMRL or his authorized Representative.
64. Identity of Workmen:
(i) Every workman shall be in possession of an identity card. The Identity Card will be issued
after thorough investigation of the antecedents of the laborers by the Contractors and
attested by Officer-in-Charge of the contractor of the unit concerned in accordance with the
Standing Rules and regulations of the units.
(ii) Contractor shall be responsible for the conduct and action of his workmen, agents or
representatives.
65. Access to restricted area after completion of Works:
After the works are completed and surplus stores etc. are removed, the Contractor, his agents,
representatives or workmen etc., may not be allowed to have access to the restricted area
except for attending any rectification of defects pointed out to him by the Engineer / Employer.
66. Variations:
The Total variation shall be limited up to ± 25% of the total original value of the contract,
through which a station (at contract price) or the systems / stations can be added/deleted, in
this FMS contract.
67. Use of Contract Documents and Information:
The Contractor shall not communicate any classified information regarding work to others
without prior approval of Engineer. The Contractor shall also not make copies of the
design/drawings and other documents furnished to him in respect of works and he shall return
all documents after completion of works or on earlier determination of Contract. The
Contractor shall along with final bill, attach a receipt from the Engineer in respect of his having
returned the classified documents as per condition of General Conditions of Contract.
68. Protection of Environment:
The contractor shall take all reasonable steps to protect the environment on and off the Site
and to avoid damage or nuisance to persons or to property of the public or others resulting
from pollution, noise or other causes arising because of his methods of operation. During
continuance of the Contract, the Contractor and his sub -contractors shall abide at all times by
all existing enactments on environmental protection and rules made there under, regulations,
notifications and bye-laws of the State or Central Government, or local authorities and any
other law, bye-law, regulations that may be passed or notification that may be issued in this
respect in future by the State or Central Government or the local authority.
69. Permits, Licenses or Approvals:
It shall be contractor‘s exclusive responsibility to get approvals, permits or license required for
the Contract. However, the CMRL may (where he is in a position to do so) provide reasonable
assistance to the Contractor at the request and cost of the Contractor in getting permits,
License or Approvals required during the Contract.
The rendering of such assistance by the employer shall not be interpreted as a pretext by the
contractor as condoning of any delay or non-performance of any of the Contractors
obligations. The following up of all such applications shall be the responsibility of the
contractor.
70. Deployment of Staff and Office space:

a. The Contractor shall set up a full-fledged office space with computers and internet. Space will
be given in CMRL premises. There shall be a space for CMRL package in-charge
b. The contractor shall deploy minimum Key Staff having specialization & experience.
Page 54 of 106 Seal and Sign of Authorized Rep of Bidder
c. Contractor shall depute sufficient number of trained and competent manpower as required for
work stipulated in the contract document. Such persons shall have their generic competence
established and must demonstrate their specific competence and knowledge in the particular
systems, environment and procedures.
d. The competency and knowledge of personnel shall be supervised by CMRL. If personnel
deployed by the contractor are found unsuitable or incompetent, then CMRL shall recommend
for their exit from this contract, and such advice of CMRL shall be binding on the contractor.
e. Minimum required staff as mentioned shall be deployed per day for daily checking and
maintenance round the clock.
71. Responsibilities of Contractor:

a. In addition to the obligations under the conditions of Contract, the Contractor shall provide
maintenance services (like technically competent personnel, all consumables, undertaking all
requisite repair/overhaul/ reconditioning/ replacement, requisite tools & Plants, equipment
transportation, etc.) for attending maintenance schedules and breakdowns/failures throughout
the period of the contract coordinating with AMC vendors if required.
b. All defects shall be attended by the contractor by undertaking all required repair/overhaul/re-
conditioning of any component(s)/sub-component(s), whether observed in maintenance
schedules or during attending to the call for break down / failure. The maintenance services
shall include all work necessary to maintain the system in good working order at all times.
c. The Contractor shall ensure that adequate communication facilities are provided to its staffs.
d. Contractor shall do calibration for all the measuring instruments and field devices available,
and belongs to the contractor, once in a year and submit the calibration report from NABL
certified lab.

Page 55 of 106 Seal and Sign of Authorized Rep of Bidder


Annexure - 1

Schedule of Equipment (Electrical & Mechanical)


List of Equipment’s in Admin/Depot & Elevated Stations:
Koyambed Alandur St. Cut and
Administra Ashok Ekkatu Little Nanganal Meenamb
S u Depot Koyambed CMBT Arumbakk Vadapala Station Guindy Airport Thomas Cover
Equipment Description tive Nagar thangal Mount lur Road akkam
No (Including u Station Station am Station ni Station (Includin Station Station Mount Tunnel
Building Station Station Station Station Station
KRSS) g ARSS) Station Section
250
250 KVA 320 KVA 320 KVA 500KVA 250
1000 KVA 1000 KVA 320 KVA 250 KVA KVA 250 KVA 250 KVA 250 KVA – 380 KVA 320 KVA
1. DG Details DG – 1 DG – 1 DG – 1 DG – 1 KVA – -
DG – 1 No DG – 2 No’s DG – 1 N0 DG – 1 No DG – 1 – 1 No – 1 No 1 No - 1 No – 1 No
No No No No 1 No
No
120 KVA – 120 KVA – 60 KVA
80 KVA – 2 60 KVA 80 KVA – 80 KVA 100 KVA 150 KVA
4 No’s 2 No’s –2 40 KVA 40 KVA 40 KVA – 60 KVA – 60 KVA 60 KVA
2. UPS & Batteries No’s – 2 No’s 2 No’s – 2 No’s – 2 No’s – 2 No’s -
300 KVA – 20 KVA – No’s – 2 No’s – 2 No’s 2 No’s 2 No’s – 2 No’s – 2 No’s
2 No’s 2No’s
10 10
3. LT Panels 47 No’s 52 No’s 10 Panels 10 Panels 10 Panels 10 Panels 10 Panels 15 Panels 10 Panels 10 Panels 10 Panels 15 Panels 15 Panels 2 panels
Panels Panels
100
4. Distribution Boards 50 No’s 57 No’s 100 DBs 100 DBs 100 DBs 100 DBs 100 DBs 100 DBs 100 DBs 100 DBs 100 DBs 100 DBs 100 DBs 100 DBs 10 No’s
DBs
LED & Conventional Light
Applicab Applicabl Applicab Applica Applicabl Applica Applicab Applicabl Applicab Applicab Applica
5. Fixtures with Lighting Applicable Applicable Applicable Applicable Applicable
le e le ble e ble le e le le ble
Control Panels
Water
Chiller Cooled – 3 Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil
No’s
Cooling Tower 3 No’s Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil

Associated
10 No’s Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil
Pumps
AHU – 9
CAHU – 5
VAHU – 15
AHU (In No’s) 1 No Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil
(3 TR to 70
TR)
TFA – 7
HVAC
6. 3 FCU – 54
Details FCU Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil
No’s
Cassette
Cassette Unit Unit – 36 Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil
No’s
AC Split Unit 3 No’s 10 No’s Nil Nil Nil 2No’s Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil

Hi Wall Units 2 No’s Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil

8 HP – 5 36HP-18 26HP-15 42HP-21 38HP-19 46HP- 36HP- 72HP-33 28HP- 28HP-13 30HP-13 26HP-11 40HP-23 20HP-09
IDUs IDUs IDUs IDUs IDUs 23IDUs 17 IDUs IDUs 10 IDUs IDUs IDUs IDUs IDUs IDUs
VRV Nil Nil
36 HP – 22 36HP-18 26HP-15 42HP-21 38HP-19 46HP-23 36HP- 56HP-22 28HP- 28HP-13 30HP-13 26HP-11 40HP-23 20HP-09
IDUs IDUs IDUs IDUs IDUs IDUs 17 IDUs IDUs 11 IDUs IDUs IDUs IDUs IDUs IDUs

Page 56 of 106 Seal and Sign of Authorized Rep of Bidder


Koyambed Alandur St. Cut and
Administra Ashok Ekkatu Little Nanganal Meenamb
S u Depot Koyambed CMBT Arumbakk Vadapala Station Guindy Airport Thomas Cover
Equipment Description tive Nagar thangal Mount lur Road akkam
No (Including u Station Station am Station ni Station (Includin Station Station Mount Tunnel
Building Station Station Station Station Station
KRSS) g ARSS) Station Section
10 HP-6
32 HP – 10 10 HP-7 8 HP-6 10 HP-6 16 HP-9 10 HP-7 44 HP-15 08HP- 26HP-11 06HP-02 32HP-09
IDUs
IDUs IDUs IDUs IDUs IDUs IDUs IDUs 03 IDUs IDUs IDUs IDUs
22 HP – 7 20 HP-7 08HP- 26HP-11 06HP-02 32HP-09
IDUs IDUs 03 IDUs IDUs IDUs IDUs
ITM Intelligent
Nil Nil 1 No 1 No 1 No 1 No 1 No 1 No 1 No 1 No 1 No 1 No 1 No 1 No 1 No Nil
Touch Manager
EXF -
EXF – 40 Ex Fan – 35 EXF -11 EXF -11 EXF -11 EXF -11 EXF -11 EXF -12 EXF -11 EXF -11 EXF -11 EXF -11 EXF -12 EXF -12
11
Propeller
FAF – 08 FAF-4 FAF-4 FAF-4 FAF-4 FAF-4 FAF-4 FAF-6 FAF-4 FAF-4 FAF-4 FAF-4 FAF-6 FAF-6
Fan – 75
7. 4 Ventilation System (In No’s) Pressure. Nil
Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil
Fan -2 Smoke
Smoke Extraction
Extraction Fan – 13 Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil
Fan – 1
HVAC and
8. 5 Pumps 11 No’s 2 No’s 4 No’s 4 No’s 4 No’s 4 No’s 4 No’s 4 No’s 4 No’s 4 No’s 4 No’s 4 No’s 4 No’s 4 No’s 4 No’s 12 No’s
PHE Related

VESDA 23 No’s 5 No’s 8 No’s 8 No’s 8 No’s 8 No’s 8 No’s 8 No’s 8 No’s - - - - - - -

Addressable
Fire Added
Fire Alarm 3 Loops 3 Loops 3 Loops 3 Loops 3 Loops 3 Loops 3 Loops
9. 6 Detection 6 Loops 2 Loops 3 Loops 3 Loops 3 Loops 3 Loops 3 Loops 5 Loops with
System with with with with with with with
System with with with with with with with with Meenam
(Panels, addressa addressa address addressa addressa addressa addressa
addressable addressable addressable addressable addressabl addressabl addressabl addressable bakkam
Detectors, ble ble able ble ble ble ble
devices devices devices devices e devices e devices e devices devices FAS
MCP’s& devices devices devices devices devices devices devices
Loop
Modules)
Electric
Electrical Electrical al Electrical Electrica
Electrical Electrical Electrical Electrical Electrical Electrical
Pumps Electrical Pumps Pumps Pumps 15 l Pumps
Electrical Pumps 20 Pumps Pumps Pumps Pumps Pumps
10 HP-1 Pumps 20 HP-1 15 HP-1 HP-1 No, 10HP –
25 HP – 1 No, 90 HP – 2 Pumps HP-1 No, 10HP – 1 10HP – 1 20HP – 1 10HP – 1 20HP – 1
No, 60 10 HP-1 No, 75 No, 60 60 HP- 1 1 No
No’s of Electrical Pumps 10 HP-1 No, 75 HP- 1 No No No No No
Fire Pumps HP- 1 No No, 60 HP- HP- 1 No HP- 1 No 50HP – Nil
and 60 HP- 1 No No and 50HP – 1 50HP – 1 100HP – 1 75HP – 1 75HP – 1
And 1 No and And No And 1 No
1 Diesel Pump And Diesel Diesel No and 1 No and 1 No and 1 No and 1 No and 1
Diesel Diesel Diesel And Diesel and 1
Pump-1 No Pump-1 Diesel Diesel Diesel Diesel Diesel
Pump-1 Pump-1 No Pump-1 Diesel Pump-1 Diesel
No Pump Pump Pump Pump Pump
No No Pump-1 No Pump
No
Fire Fighting
10. 7 GI and
System
DI Pipe
GI and GI and GI and GI and GI and GI and GI and
GI and DI GI and DI GI and DI GI and DI GI and DI GI and DI GI and DI GI and DI Network
DI pipe DI pipe DI pipe DI pipe DI pipe DI pipe DI pipe
Piping pipe pipe pipe pipe pipe pipe pipe pipe in 1.5
network network network network network network network
Network network in 4 Network in network in 4 network in network network in network in network in Km
in 4 in 4 in 4 in 4 in 4 in 4 in 4
Acres 64 acres Acres 4 Acres in 4 Acres 4 Acres 4 Acres 4 Acres length
Acres Acres Acres Acres Acres Acres Acres
of
Corridor
Fire
Hydrants &
27 No’s 79 No’s 20 No’s 20 No’s 20 No’s 20 No’s 20 No’s 20 No’s 20 No’s 20 No’s 20 No’s 20 No’s 20 No’s 20 No’s 20 No’s 18 No’s
Hose Reel
System

Page 57 of 106 Seal and Sign of Authorized Rep of Bidder


Koyambed Alandur St. Cut and
Administra Ashok Ekkatu Little Nanganal Meenamb
S u Depot Koyambed CMBT Arumbakk Vadapala Station Guindy Airport Thomas Cover
Equipment Description tive Nagar thangal Mount lur Road akkam
No (Including u Station Station am Station ni Station (Includin Station Station Mount Tunnel
Building Station Station Station Station Station
KRSS) g ARSS) Station Section
1300 No’s – 100 No’s –
Sprinklers Upright Upright 10 No’s 10 No’s 10 No’s 10 No’s 200 No’s 10 No’s 25 No’s - - - - 30 No’s 30 No’s Nil
Pendant Pendant
Fire
Extinguisher 161 113 60 No’s 60 No’s 60 No’s 60 No’s 60 No’s 60 No’s 60 No’s 60 No’s 60 No’s 60 No’s 60 No’s 80 No’s 80 No’s 4 No’s
s (In No’s)
Total Gas
Flooding 20 Rooms 8 Rooms 8 No’s 8 No’s 8 No’s 8 No’s 8 No’s 8 No’s 8 No’s 2 No’s 3 No’s 2 No’s 2 No’s 3 No’s 3 No’s Nil
System
Panel Gas
Flooding Nil Nil Nil Nil Nil Nil Nil Nil Nil 2 No’s 2 No’s 2 No’s 2 No’s 2 No’s 2 No’s 2 No’s
System
Hydro 2 No’s 2 No’s
2 No’s of 2 No’s of 5 2 No’s of 2 No’s of 2 No’s of 2 No’s of 2 No’s of 2 No’s of 2 No’s of 2 No’s of 2 No’s of 2 No’s of 2 No’s of
Pneumatic of 7.5 of 7.5 Nil
7.5 HP HP in ETP 7.5HP 7.5 HP 7.5 HP 7.5 HP 7.5 HP 7.5 HP 7.5 HP 7.5 HP 7.5 HP 7.5 HP 7.5 HP
Pumps HP HP
Sumps
Sumps – 8 Sumps – Sumps – 4 Sumps – 4 Sumps – Sumps – 4
Sumps – 4 –4 Dewater
11. 8 PHE Water Sumps No’s Tank – 5 4 No’s; No’s; No’s; 4 No’s; No’s; Sumps – Sumps – Sumps – 4 Sumps – 4 Sumps – Sumps –
No’s; Tanks No’s; ing
& Tanks Tanks – 4 Tanks Tanks – Tanks – 1 Tanks – 1 Tanks – Tanks – 1 4 No’s 4 No’s No’s No’s 4 No’s 4 No’s
– 1 no Tanks – Sumps –
No’s 1 no no no 1 no no
1 no 4 No’s
Water Flow
6 No’s 2 No’s 5 No’s 5 No’s 5 No’s 5 No’s 5 No’s 5 No’s 5 No’s 1No’s 1No’s 1No’s 1No’s 1No’s 1No’s -
Meters

Earth Mat 1 Nil 1 1 1 1 1 1 1 1 1 1 1 1 1 -


12. 9 Earthing
Earth Pits 40 100 11 11 11 11 11 11 11 11 11 11 11 11 11 4
BMS Network comprising
1 Main Server, 1 Mail
13. 1
BMS PLCs, 2 Workstations, 16 BMS Network to monitor and control E&M Equipment’s in Stations Nil Nil Nil Nil Nil Nil Nil
0
PLCs and OFC network
having redundant system
14. 1
STP 150 KLD Designed Output Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil Nil
1

15. Bore Wells 2 No’s 1 No Nil 1 No Nil Nil 1 No Nil 1 No Nil Nil Nil Nil Nil Nil Nil

16. Lightning Arrestor Spikes 30 No’s 3 No’s 3 No’s 3 No’s 3 No’s 3 No’s 3 No’s 3 No’s 3 No’s 3 No’s 3 No’s 3 No’s 3 No’s 3 No’s Nil
17. R
Plant of Designed Output
r WTP RO Plant 3 No’s 2 No’s 2 No’s 2 No’s 2 No’s 2 No’s 2 No’s 2 No’s 2 No’s 2 No’s 2 No’s 2 No’s 2 No’s 2 No’s
80KLD
d
Drinking Water Plant Plant of Designed Output 2
18. NA NA NA NA NA NA NA NA NA NA NA NA NA NA
(RO+UV+Ozonator) No’s of 250LPH
Staff Quarters External External systems and services include Fire line networks with pumps,
19. NA NA NA NA NA NA NA NA NA NA NA
Services Hydropnemumatic pumps and sewer pumps

NOTE: All the above mentioned quantities are indicative only.

Page 58 of 106 Seal and Sign of Authorized Rep of Bidder


List of Equipments for the typical Under Ground Station

1. Electrical System

1.1 Panels Details (Per Station)


Panels Name of Panels Current Ratings No. of Panels
Description
Main Main Distribution Board(MDB) 3200Amps of 50 1 (with Section-
Distribution KAfault Rating 1 andSection 2
Panels with Bus
Coupler).

Emergenc Emergency Main Distribution 1600Amps 1 (with Section-


yMain DB Panels (EMDB) 1 andSection 2
(EMDB) with Bus
Coupler).

Automatic Automatic transfer switch (ATS) 1600Amps (2 3 No`s


transfer No`s)400Amps -
switch (ATS) 1No

Sub SMDB 1&2, ESMDB 1&2, EPP Varies as per 17 No‟s


Distribution 1&2, UPSDB 1&2, Escalator Panelsizes (approx. per
Panels panel 1&2, Fire Pump Panel station)
1&2, Drainage, Cross Passage
Drainage and Tunnel Drainage
Panels and Fire Pump Panel
1&2.
Distribution Lighting DBS , Small Power Varies As per 33 Nos.
Boards DBS and APDB‟s, PDB, DBSizes (approx. per
Tunnel Lighting and Small power station)
DBS and ULDB‘s

LCP Lighting Control 33%, 66%,100% in 7 No‘s each


Panels with LCP touch monitor controller station
including
Stations &
Tunnel
Pump Description Rating of Pump No. of Pumps
Hydro Pneumatic Pump - 150 LPM 2 No‘s
(Cooling Tower Feed Pump, (One working + one stand
Drinking water ,Rest rooms & by)
Landscaping)

1.2 UPS System with Battery :-


a) SSA,SCR,STE,STL,SLI,SGE,SHC,SMA - 2*60KVA with 2 sets of battery bank with 2
Volt Cells.
b) SGM, SWA - 2*80 KVA with 2 sets of battery bank with 2 Volt Cells.
1.3 LED, T-5 Light Fixtures with Lighting Control Panels (Local and Centralizes).
1.4 Single Phase and three Phase Small Power Sockets (IP 54 and IndustrialSockets).

Page 59 of 106 Seal and Sign of Authorized Rep of Bidder


1.5 Earthing System (Earth pits (14) (approx.) and Main Earth Mat (2) and CleanEarth Mat (1)
1.6 Lightning Protections system and its dedicated pits in Ancillary building.
2. Water Supply System:-
a) RO –water tanks, Filter & Pumping system.
b) Sump Water level indicator, Level switch & Float ball valve for Fire Main tank
c) Water Meter for CMSSWB main inlet, HVAC & Domestic system individual Meter
d) Air vessel tank and electrical control panel
e) Different types of Valves , Couplings , Strainers, Lifting Rail with chain block, Dedicated
chambers, Chamber cover lifting hooks including any other accessories etc.
3. Sewage and Drainage System:-

Pump Description Rating of Pump No. of Pumps Total Set


Seepage Drainage Pump 800 LPM 2 No‘s
(One working + 20 sets
onestand by)
Sewage Drainage Pump 600 LPM 2 No‘s
(One working + 20 sets
onestand by)
Pump room Drainage Pump (in 180 LPM 2 No‘s
AncillaryBuilding) (One working + 15 sets
onestand by)
Tunnel Cross Passage Drainage 800 LPM 2 No‘s
Pump (One working + 9 sets
onestand by)
Ramp Drainage Pump 1200 LPM 2 No‘s
(One working + 1 set
onestand by)
3.1 Level indicator with sensors switch‗s for Drainage pump operations in tunnels, stations
and ancillary building.
3.2 Level indicator with sensors switch‗s for sewage pump operations in stations. Different
types of Valves, Couplings, Strainers, Lifting Rail with chain block, dedicated chambers,
Chamber cover lifting hooks including any other accessories etc.
4. Fire Alarm System:-
4.1 Main Fire Alarm control Panel (6 loop) & 21 no of Zones in each stations approximate
Quantity.
a. MAP -1 No,
b. Sub Alarm Panel – 4 No‘s,
c. Mimic – 7 No‘s.
d. Repeater Panels - 2 No‘s.
e. Microcomputer modulator – 20 No‘s.
f. Junction Box – 20 No‘s.
g. End line – 20 No‘s.
h. Fault isolator – 68 No‘s.
i. Relay Module – 62 No‘s.
j. Input Module – 93 No‘s.

Page 60 of 106 Seal and Sign of Authorized Rep of Bidder


Output Module – 51 No‘s.
k.
Directional Sounder – 21 No‘s.
l.
Hooter Cum strobe – 32 No‘s.
m.
Weather Proof MCP – 23 No‘s.
n.
Manual Call point – 47 No‘s.
o.
True ceiling (MCD) – 91 No‘s.
p.
True ceiling SD – 55 No‘s.
q.
Below False Ceiling (SD) – 144 No‘s.
r.
s.
Above ceiling SD - 72 No‘s.
4.2 Detectors (smoke, heat and Multi sensor Detectors).
4.3 Input Module, Monitor Module, Output Module, Control Module, Fault isolators.
4.4 Manual Call points, Hooter and Strobe Lights etc.
4.5 Linear heat detectors cables including its associated equipment‗s and devices in tunnel
area
4.6 VESDA -Very early smoke Detector and aspiration system
a) VESDA- Panels
b) VESDA – Smoke Detectors
c) VESDA- Piping system.
5. Fire Fighting System.
5.1 Main Hydrant Electric pump, Diesel driven pump and Jockey Pump.
Pump Description Rating of Pump No. of Pumps
Main Hydrant Pump 2850 LPM (One working)
Diesel Driven Pump 2850 LPM (Stand by)
Jockey Pump 180 LPM (One)
5.2 Fire pumps and diesel pump including Diesel tank and Control Panels and Battery
Maintenance.
5.3 Fire hose cabinet boxes- Nos, hose reel Box in street level etc.
5.4 Sprinklers system, Flow switch, Alarm bell and its associated pipes (Only in Store Rooms
& Lunch room, Locker room).
5.5 NOVAC 1230 Clean Gas suppression system for total room flooding in UPS & Battery
Rooms (SSA,SCR,STE,STL,SLI,SGE,SGM).
5.6 NOVAC 1230 Clean Gas suppression system for Panel flooding in MDB,EMDB,HT
PANELS AMF Etc (SSA,SCR,STE,STL,SLI,SGE,SGM).
5.7 FM-200 Gas Cylinders, gas release and Control panel etc.6 No‘s Rooms per Station. In
SHC,SMA, SWA stations.
5.8 Portable Fire Extinguishers.
a) H20 type Fire Extinguisher –4.5 kg- Each station 20 No`s
b) DCP type Fire Extinguisher—5 Kg- Each station 20 No`s
c) CO2 type Fire Extinguisher –9 Kg -Each station 15 No`s
d) Extinguisher in Tunnel Cross passage – Each CP -2 No‘s
6. SCADA System
6.1 RPU Panels (Remote Processing Units ) 4- No‘s
6.2 RIO‘s (Remote input & output Panel) 3No for Station.
6.3 RPU, RIO – individual UPS & Battery system.

Page 61 of 106 Seal and Sign of Authorized Rep of Bidder


6.4 Sensors, HMI and Display monitors.
6.5 Combined work station (PAVA, CCTV, E&M).

Page 62 of 106 Seal and Sign of Authorized Rep of Bidder


Annexure-2
I. QUANTITY OF TOOLS AND CONSUMABLES TO BE SUPPLIED BY CONTRACTOR

DESCRIPTION OF TOOLS AND CONSUMABLES QTY


REQUIRED Admin
S. No Under
(Admin & Depot, Elevated and Under ground & Elevated
Stations) Ground
Depot
1. Portable Air Blower (Multi speed) (Bosch) 1 13 10
Portable Vacuum Cleaner (Small) – 5 Liters capacity
2. 1 13 10
(Bosch)
Vacuum Cleaner Larger – 15 Liters capacity (Make:
3. 1 2 2
Bosch)
4. Tester (Make: Taparia) 1 13 10
5. Screw Driver (Medium) (Star and Flat) (Make: Taparia) 1 13 10
6. Cutting Pliers (Make: Taparia) 1 13 10
7. Adjustable spanner (Medium) - 12‖ (Make: Taparia) 1 13 10
8. Adjustable spanner (Small) (Make: Taparia) 1 13 10
9. Rough File ( Flat & Half Round) (Make: Taparia) 1 13 10
10. Smooth File ( Flat & Half Round) (Make: Taparia) 1 13 10
11. Pipe Wrench (18‘) (Make: Taparia) 1 13 10
12. Pipe Wrench (24‘) (Make: Taparia) 1 13 10
13. Double End Spanner set (6-32) (Make: Taparia) 1 13 10
14. Ring spanner set (6-32mm) (Make: Taparia) 1 13 10
Ladder ‗A‘ Type (6 feet) (MoC: Aluminium, Standard
15. 1 13 10
Make)
Ladder ‗A‘ type (Adjustable 12-25 Feet) (MoC:
16. 1 13 10
Aluminium, Standard Make)
LED Torch (Rechargeable) Coverage Minimum of 300
17. 1 13 10
Meters (Make: Philips)
18. 3 Jaw Bearing Puller (Medium Size) (Standard Make) 1 2 2
19. 3 Jaw Bearing Puller (Large Size) (Standard Make)
20. Hacksaw Frame with Blades (Make: Taparia) 1 13 10
21. Hammer (2 Pounds) (Make: Taparia) 1 13 10
22. Hammer (4 Pounds) (Make: Taparia) 1 13 10
23. Chisel (Flat and Point) (Make: Taparia) 1 13 10
24. Monkey Spanner (Medium) (Make: Taparia) 1 13 10
25. Torque wrench – Ratchet set (Make: Taparia) 1 13 10
Allen Key set (Both Inches & mm) in Sets (Make:
26. 1 13 10
Taparia)
27. Grip Plier (Make: Taparia) 1 13 10
28. Nose Plier (Make: Taparia) 1 13 10
29. Measuring tape (5mts) steel 1 13 10
30. Spirit level ( 18 inches) 1 13 10
31. Tool Box or Bag (Make: Taparia) 1 13 10
32. Drilling Machine kit (Bosch Make) Heavy Duty 1 13 10

Page 63 of 106 Seal and Sign of Authorized Rep of Bidder


Hydraulic Crimping Tools (Up to 300 Sq.mm bits)
33. 1 2 2
(Make: Jainson or Equivalent)
34. Soldering and De soldering set Iron Test 1 2 2
35. Ratchet Set (Make: Taparia) 1 13 10
36. Electrical Safety Gloves (Up to 11 KV ) (Standard Make) 1 13 10
Copper pipe brazing set ( inclusive of gas for brazing,
37. 1 1 1
brazing rods)
Acid resistant gloves (for handling chemicals) (Standard
38. 1 13 10
Make)
Stainless Steel Cabinet for keeping Tools and
39. 2 13 10
instruments (Make: Godrej) – 6 Feet in height
Stainless Steel Cabinet/ Almirah 6 feet for keeping
40. 2 13 10
maintenance log book (Make: Godrej)
Stainless Steel Cabinet/ Almirah 6 feet for keeping
41. 2 13 10
materials (Make: Godrej)
Mono Block pump (1 HP) with accessories (Make:
42. 1 13 10
Crompton)
Portable Dewatering pump with starter panel 2 HP (1
43. 1 13 10
Phase) Submersible (Make: Crompton)
Portable Dewatering pump with starter panel 3 HP (3
44. 1 13 10
Phase) Submersible (Make: Crompton)
45. Plastic hose 1 inch 50 meters 1 13 10
46. First Aid Kits (Advanced) (Standard Make) 1 13 10
47. Pallet track (Heavy duty) 2 Ton Capacity 1 13 10
Full Body harness with Shock absorber (Safety Belt
48. 1 13 10
work at height) (Standard Make)
Aluminium scaffolding removable Type 50 feet
49. 1 2 2
(Standard Make)
50. Electrical Float Switch (15 meters cable) 6 18 24
51. Automatic Pump operating controller with level sensor 2 6 10
52. Panel Locks 50 150 250
Fire Hydrant Hose Cabinet Glass (FRP) (30‖ X 18‖)
53. 20 50 50
Thickness – 3 mm
Nitrile Rubber Insulation sheet (Minimum 3 mm
54. 20 40 20
thickness) in meters
55. Rubber Gasket Sheet (3 mm Thickness) 20 meters
56. Rubber Gasket Sheet (2 mm Thickness) 10 meters
57. Chain Pulley Block 2 Ton Capacity 1 1 1
58. Chain Pulley Block 5 Ton Capacity 1 1 1
59. R, Y, B Indicators (Equal Proportion) 100 200 200
The above mentioned tools and tackles needs to be supplied within the time frame of 45 days from
the contract effective date, otherwise penalty will be applied (0.1% on daily or 0.5% on Weekly basis
on total quoted value for Tools).
The cost of tools and tackles are inclusive in contract cost. All Tools should be an OSHA standard.
CMRL will decide the allocation of Tools within the above limit of quantity and accordingly FMS
agency should distribute the Tools at each station as per the CMRL direction.

Page 64 of 106 Seal and Sign of Authorized Rep of Bidder


II. INSTRUMENTS (Inclusive of contract)

QTY
S. DESCRIPTION OF INSTRUMENTS REQUIRED
No (Admin, Depot & Stage1 & 1A Stations) Admin & Under
Elevated
Depot Ground
1. Infrared Temperature Gun (Make: Fluke) 1 13 10
2. Multimeter – (Make: Fluke) 1 13 10
3. Clamp Meter – (0-300 A) (Make: Fluke) 1 13 10
4. Lux meter – Standard Make (Make: Fluke) 1 2 2
5. Decibel Meter – Standard Make (Fluke) 1 2 2
6. Anemometer – Standard Make (Fluke) 1 2 2
7. Sling Psychrometer (Standard Make) 1 13 10
8. Insulation Tester (Megger) (0-1000 Volts) 1 2 2
9. Earth Tester with complete kit (Standard Make like CEI) 1 2 2
10. Hydrometer (Standard Make) 1 13 10
11. Magnetic Dial gauge with V-block arrangement 1 2 2
12. Thermography Meter (Make: Fluke) 1 2 2
13. Total Hardness Measuring Kit (Standard Make) 1 13 10
14. TDS Meter (Up to 10,000 PPM) (Make: Hanna) 1 13 10
15. PH Meter (Make: Hanna) 1 13 10
Mobile Tablet
Specifications: 6 GB RAM, 128GB Storage, With 12 (5 for contractor and 7 for
16.
Calling Facility, 10.6‖ Display Screen, >7500 mAH CMRL)
Battery
17. Vernier caliper (Make: Mitutoyo) 1 2 2
18. Electrical Armoured Cable Joining Kit up to 300 Sq.mm 1 1 1
19. Feeler Gauge (Medium Size) 1 2 2
20. Cable fault locators (up to 240 Sq.mm) 1 1 1
The above mentioned instruments needs to be supplied within the time frame of 45 days from the
contract effective date, otherwise penalty will be applied (0.1% on daily or 0.5% on Weekly basis on
total monthly contract value).
The cost of instruments are inclusive in contract cost. All Instruments should be an OSHA standard.
CMRL will decide the allocation of instruments within the above limit of quantity and accordingly FMS
agency should distribute the instruments at each station as per the CMRL direction.

Page 65 of 106 Seal and Sign of Authorized Rep of Bidder


III. AIR CIRCUIT BREAKER DETAILS

S
Location Description Qty
No
U-Power ACB with rating from 3500A – 4000A 4 No‘s
1
Make: L&T
U-Power ACB with rating from 2500A 2 No‘s
2 Admin & Depot
Make: L&T
U-Power ACB with rating from 630A – 1600A 51 No‘s
3
Make: L&T
Thirteen Elevated
ACB with rating from 630A – 1600A
4 Stations including cut & 77 No‘s
Make: ABB & Schneider
cover tunnel
ACB with rating from 3200A
5 30 No‘s
Ten Underground Make: ABB & Schneider
Stations ACB with rating from 630A – 1600A
6 90 No‘s
Make: ABB & Schneider

i. ACB Servicing shall be done by FMS agency every year, with prior approval from CMRL.
ii. The cost of ACB servicing shall be paid by CMRL, based on rates given by respective OEM.
iii. ACB servicing should be carried out by OEM / OEM authorized service provider. The
documentary evidence for the same shall be submitted to CMRL before execution of work.
iv. Includes Testing of matrix release with matrix release test kit
v. All ACB matrix release set points for various protection has to be submitted and the trip setting
values should be as per site as built drawings.
vi. Any component in ACB (spares), which is required to replace in ACB, shall be arranged by FMS
agency with prior approval from CMRL and the amount shall be paid by CMRL based on rates
given by respective OEM.
vii. Includes lubrication of Rack in Rack out (cradle) mechanism
viii. If rack in and rack out mechanism found faulty, which is required to replace, shall be arranged
by FMS agency with prior approval from CMRL and the amount shall be paid by CMRL based
on rates given by respective OEM.
ix. After completion of service, detailed report of ACB to be submitted, the report includes all
parameters of switchgears and status of operation, etc.

Page 66 of 106 Seal and Sign of Authorized Rep of Bidder


IV. ANNUAL OVERHAULING OF DIESEL ENGINE OF FIRE PUMP

S
Location Make Capacity Qty
No
1 Admin & Depot Kirloskar 120 HP 2 No‘s

Thirteen Elevated Stations Kirloskar / Greaves 60 HP –


2 13 No‘s
including cut & cover tunnel Cotton Ltd. 100 HP
3 Ten Underground Stations Greaves Cotton Ltd. 75 HP 10 No‘s
i. Diesel Engine overhauling shall be done by FMS agency every year, with prior approval from
CMRL.
ii. The cost of Diesel engine overhauling shall be paid by CMRL, based on rates given by
respective OEM / OEM authorized service provider.
iii. Diesel Engine overhauling should be carried out by OEM / OEM authorized service provider.
The documentary evidence for the same shall be submitted to CMRL before execution of work.
iv. Tentative Overhauling Checkpoint is as follows, detailed procedure for overhauling shall be
shared to successful bidder.
 General Inspection & Cleaning (Exhaust system, Fuel system, DC electrical system,
Engine)
 Check coolant heater
 Check coolant level
 Check oil level
 Check fuel level
 Check charge-air piping
 Check/clean air cleaner
 Check battery charger
 Check battery specific gravity
 Check turbo charger
 Check RPM
 Drain fuel filter
 Drain water from fuel tank
 Check coolant concentration
 Check drive belt tension
 Drain exhaust condensate
 Check starting batteries
 Change lubrication engine oil and oil filter
 Change coolant filter
 Clean crankcase breather
 Change air cleaner element
 Check radiator hoses
 Change fuel filters
 Clean cooling system
 Inspection of coupler
 Inspection of fuel injection pump and injectors
 Cleaning of silencer
 Painting to be done if required
v. Overhauling of Diesel engine is inclusive of supply and replacement of spares whatever
required as per the check points given.

Page 67 of 106 Seal and Sign of Authorized Rep of Bidder


vi. Supply and replacement of any major spares apart from checkpoints, shall be arranged by FMS
agency with prior approval from CMRL and the amount shall be paid by CMRL based on rates
given by respective OEM.

Page 68 of 106 Seal and Sign of Authorized Rep of Bidder


V. CONSUMABLES

S. No MATERIAL DESCRIPTION
1. Screws, Bolts and Nuts, Washers
2. Insulation Tapes, Connectors, Cable Lugs (Up to 10 Sq.mm)
3. CRC sprays, WD 40 , Rustolene, etc.
4. Grease, Lube Oils
5. Waste Cleaning Cloths (Cotton Waste)
6. M-Seal, Teflon Tapes
7. Fevikwik, Araldite, SR- Paste Fevicol, Insulation foam sheet, etc.,
Silicon Sealant, Gel, Paint brushes, Emery sheets Thinners, turpentine and all the minor
8.
consumables items
9. AA, AAA, 9V Batteries, etc.
10. Push Buttons, All types of Fuses (Up to 10A), etc.
11. Indicator Lamps
12. All the specified standard make Tools & tackles, instruments and equipment‘s for O&M
13. Personal protective equipment‘s (PPE‘s)

Submission of Daily Status Reports, Failure Investigation and Incidence Reports,


14.
Operation & Maintenance Reports as required by CMRL.
Maintenance of Reports, Log Books etc. for Operation & Maintenance of Various
15.
Systems & Equipment‘s.
16. Maintenance of Equipment History and up keep the records
All the stationaries and computer accessories to shift in charge to be supplies for day to
17.
day work activities and record submission
Always maintain the loaded First Aid kits at the respective designated places in
18.
Admin/Depot and every stations and it should be periodically inspected.
Contractor shall make the own arrangements of material shifting to various places in and
19.
around Admin, Depot and all stations for O&M purpose as per CMRL requirements.
Hiring of Specialized Tools/Tackles i.e. Sludge Pumps, Welding machines, Generators,
20.
etc. required for operation and maintenance of E&M System.
All the technical staffs should have the own tool kits with basic tools and tackles during
21.
their duty hours.
Note:

a) Above mentioned list of consumable shall be inclusive of contract cost scope and should be
procured by the contractor.
b) As given above consumable are mandatory requirements for maintenance however it is not
limited to above consumable, any other consumable required for operation and maintenance
to be purchased by the contractor
c) However, uniforms, cotton gloves, face/nose masks and ear plugs, Gum boots and other
PPE‘s to Technical Assistants shall be provided by the contractor at his own cost
d) Contractor shall make the own arrangements of Spares/material shifting to various places in
and around all stations for O&M purpose as per CMRL requirement
e) Quarterly Tools, Instruments and Consumables audit shall be performed by the contractor and
report to be submitted to CMRL.

Page 69 of 106 Seal and Sign of Authorized Rep of Bidder


f) During the audit any fault or damage identified in the tools, tackles and instruments shall be
rectified or replaced by the contractor. Otherwise CMRL will rectify and the actual cost plus
Rs. 2,000/- (Rupees Two Thousand Only) shall be deducted for each case. The tools,
tackles and the instruments shall be handed over to CMRL at the end of the contract period.

INCLUSION OF SERVICES

S. No DESCRIPTION
Providing Man powers (Facility Manager, Technical Assistants) for operations &
1.
maintenance, new additional works and repairing works of equipment‘s.
Replacement of bulbs / tubes /chokes / starters / Ballasts for common area / Service Rooms /
2. Sub-Station / Outdoor lights including the landscaping area (Cost of spares/materials will be
borne by CMRL.)
Replacement of Connectors / contactors / lugs / etc. (Cost of spares/materials will be borne
3.
by CMRL)
4. Applying of Grease / lubrication oil / Silica gel to equipment‘s
All testing instruments and minor materials such as cotton waste, old dhoti / cloth, Hacksaw
blade, cleaning agent like kerosene, diesel, CTC, CRC, emery sheets shall be provided by
5.
the contractor within the quoted rates. Nothing will be paid extra. Similarly the waste disposal
is also to be carried out in a totally sealed manner without affecting the environment.
6. Administrative support shall be provided by FMS Agency for all insurance claims
Submission of Daily Status Reports, Failure Investigation Reports, Operation & Maintenance
7.
Reports as required by CMRL.
Up keeping Reports, Log Books etc., for Operation & Maintenance of Various Systems &
8. Equipment‘s and supplying of log books, registers, checklist for the recording of daily monthly
PM checks / operational records
9. Up keeping Equipment History
Coordination with AMC Vendors / Contractors and day to day execution shall be the
10.
responsibility of FMS agency
11. FMS to coordinate with CMRL Engineers for obtaining Fire, Lift and Escalator license.
Following can be reimbursed from CMRL
The rates of material and installation/service cost to be considered from TNPWD SOR 2023-24
or the latest in force. FMS contractor shall perform this kind of activity on instruction from
CMRL and the actual cost involved will be paid on certification by CMRL representative. No
overhead charges will be paid except the actual cost
1. Replacement of parts of Light fixtures, power Sockets/Switches in large quantities.
2. Repair & Rewinding of Pumps / Motors etc. (Without Warranty/AMC Period).
3. Hiring of special tools for Maintenance.
4. Electrical fuses, relays, Thermostats, indicator lamps, limit switches, door handles, UV emitter
bulb and fittings, other similar minor items, Auto level controller etc.
5. Any other spares/materials required for small works, operations and maintenance of Electrical
and Mechanical Facility Maintenance Service.
Note:
a) The FMS agency to foresee the requirements of essential spares as and when required and
take timely action for getting approval and procurement of the same.
b) Reimbursement are subject to prior approval from CMRL and report to be shared upon
successful completion of the said works/ procurement by FMS agency.

Page 70 of 106 Seal and Sign of Authorized Rep of Bidder


EXCLUSION OF MATERIALS WHICH CAN BE REIMBURSED WHILE USED AND SUBMISSION
OF ORIGINAL INVOICE

The following will be reimbursed by CMRL for component / equipment costs any labor and
service charges involved.
The rates of material and installation cost to be considered from TNPWD SOR 2023-24 or the
latest in force. FMS contractor shall perform this kind of activity on instruction from CMRL and
the actual cost involved will be paid on certification by CMRL representative. No overhead
charges will be paid except the actual cost.

S.
DESCRIPTION
No
Capital Equipment‘s Replacement / Major Repair for items or component‘s not covered in
1.
comprehensive AMC
2. Rewinding or Replacement of Motors/Pumps
Bearings, Pulleys, Mechanical seals, Strainers, Control Valves, breakers, ACB‘s, MCB‘s,
3.
Isolators, Dampers, Actuators, Two way valves, Energy Meters, etc.
Spares procurement of Capital Equipment. FMS Agency team will recommend the list, once
4.
the FMS contract is finalized.
5. Supply and replacements of Bulbs or Lamps, Focus Lights (Both conventional & LED)
Wires for rectifications, Panel Screws and Locks, Switches and Small power Sockets with
back boxes, Indication Lamps (Any colors as required), CFL & T5 lamps with holders, Casing
6. Capping and PVC enclosures, etc. and any other O&M related E&M spares needed shall be
arranged by contractor for quick rectification and claim for reimbursement with respect to
usage of materials for faults rectifications.
7. The all above reimbursement are subject to prior approval from CMRL
Additional work like cable laying, pipe laying etc. for which the cost will be reimbursed at
8.
TNPWD latest rates in force.
Always recommend and maintain the minimum level of spares as mentioned in point.4 in
9.
exclusions clause in Tender document as stock

Page 71 of 106 Seal and Sign of Authorized Rep of Bidder


Annexure - 3

Daily / Scheduled Maintenance Check lists (E&M System):


The Following Daily Preventive Maintenance Checklists for Major Equipment‘s to be duly followed as
per the instruction from CMRL. The given are tentative and the suitable modifications shall be
developed as and when required by CMRL and also suggestions for improvements shall be given the
FMS contractor.

ADMIN & DEPOT (KOYAMBEDU)


S.
Doc. ID Checklist Name
No.
1 ADM/001 Chiller Operation Monitoring Checklist

2 ADM/002 E&M Admin Shift Starting Checklist


ADM/003 Critical Equipment Server Room Temperature Monitoring
3
Checklist

4 ADM/004 Fire Alarm System Random Inspection and Monitoring Checklist

5 ADM/005 Daily Closing Readings Checklist

6 ADM/006 Daily Energy and Water Consumption records

7 ADM/007 Weekly Fire Pumps Inspection Checklist

8 ADM/008 E&M Admin Shift Starting Checklist

9 ADM/009 WTP O&M Monitoring Checklist

10 ADM/010 VESDA and FM 200 CGP Panel Monitoring Records

11 ADM/011 Daily Admin Lift Monitoring Checklist

12 ADM/012 AHU Preventive Maintenance Checklist

13 ADM/013 FCU Preventive Maintenance Checklist

14 ADM/014 CASS Unit Preventive Maintenance Checklist

15 ADM/015 Cooling Tower Preventive Maintenance Checklist

16 ADM/016 Pumps Preventive Maintenance Checklist

17 ADM/017 Plumbing Inspection Records in Admin and Depot

18 ADM/018 Depot VRV System Preventive Maintenance Checklist


ADM/019 Admin and Depot FHC Hydrant Cabinets inspection and
19
monitoring records
20 ADM/020 STP Operation and Monitoring Checklist

21 ADM/021 LT Panel Preventive Maintenance Checklist

22 ADM/022 Admin Sub panel Cumulative Readings Checklist

23 ADM/023 Depot Sub panel Cumulative Readings Checklist

24 ADM/024 Distribution Boards Preventive Maintenance Checklist

25 ADM/025 LV Panel Monitoring Checklist

26 ADM/026 120 KVA UPS Monitoring Checklist

27 ADM/027 300 KVA UPS Monitoring Checklist

Page 72 of 106 Seal and Sign of Authorized Rep of Bidder


28 ADM/028 Admin and Depot Drinking Water Parameters Daily Records

29 ADM/029 Yearly Plan Vs Actual Preventive Maintenance Records

30 ADM/030 Fire Extinguishers Inspection Record

31 ADM/031 RO Plant, Purifiers and Dispensers Inspection Records

32 ADM/032 HML and SPL Inspection Records

33 ADM/033 Incomer Breaker Inspection and Changeover records

34 ADM/034 Split AC Units Preventive Maintenance Records

35 ADM/035 HML and Pole light Annual Check-up Records

36 ADM/036 Schedule of Operating Procedure O&M

37 ADM/037 Fire System Pressure Monitoring Checklist

38 ADM/038 Admin and Depot Energy Consumption Chart

39 ADM/039 AMC Register

40 ADM/040 FAS Register

41 ADM/041 ACB Service Register

42 ADM/042 Earth Pit Register

43 ADM/043 RO/Dispenser Register

44 ADM/044 Breakdown Register

45 ADM/045 Spare Replacement

46 ADM/046 DG Register and ACB Rack in/Out Register

47 ADM/047 Pond Pumps Register

ELEVATED STATIONS (PHASE -1)


S.
Doc. ID Checklist Name
No.
1 Stations/001 E&M Equipment Monitoring Log

2 Stations/002 Fire Safety Equipment Functional & Preventive Maintenance log

3 Stations/003 E&M Equipment Functional & Preventive Maintenance log

4 Stations/004 Fire Alarm System Random Inspection and Monitoring Checklist

UNDERGROUND STATIONS (E&M) (PHASE-1)


S.
Doc. ID Checklist Name
No.
1 UG STATIONS/001 Fire Alarm System Checklist

2 UG STATIONS/002 Fire Alarm Daily Checklist

3 UG STATIONS/003 Fire Alarm Weekly Checklist

4 UG STATIONS/004 VESDA Checklist

5 UG STATIONS/005 Fire Suppression Checklist

6 UG STATIONS/006 FHC Checklist

Page 73 of 106 Seal and Sign of Authorized Rep of Bidder


7 UG STATIONS/007 Fire Hydrant Checklist

8 UG STATIONS/008 Fire Pump Checklist

9 UG STATIONS/009 DB Checklist

10 UG STATIONS/010 Panel Checklist

11 UG STATIONS/011 M&E Panels Checklist

12 UG STATIONS/012 Pneumatic Pumps Checklist

13 UG STATIONS/013 RO Units Checklist

14 UG STATIONS/014 Lights & Sockets Checklist

15 UG STATIONS/015 Waste Water Pump Checklist

16 UG STATIONS/016 Sewage Pumps Checklist

17 UG STATIONS/017 CP Pumps Checklist

18 UG STATIONS/018 CP Checklist

19 UG STATIONS/019 Electrical DB PPM Checklist

20 UG STATIONS/020 Electrical Panel PPM Checklist

21 UG STATIONS/021 Station IC Chambers Checklists

22 UG STATIONS/022 Tunnel IC Chambers Checklists

*The Detailed Checklist formats of above shall be shared to successful bidder.

Page 74 of 106 Seal and Sign of Authorized Rep of Bidder


Annexure - 4
Schedule of Maintenance

EQUIPMENTS MONITORING AND PREVENTIVE MAINTENANCE SCHEDULE

S. Equipment Half
Daily Weekly Monthly Quarterly Yearly
No Description Yearly
1. Electrical Panels Y - Y Y Y Y
2. DG Power Backup - Y - - - -
3. Distribution Boards - - - Y Y Y
4. Air Circuit Breakers - - - - Y Y
5. Lights (All Types) - - - Y Y Y
6. Earth Pits - - - - - Y
7. UPS & Batteries Y - Y Y - -
8. Fire Alarm System - Y Y Y - -
9. VESDA & GBFSS - Y - Y - -
10. Fire Pumps - Y Y Y Y Y

11. Fire Hydrant System


- Y Y Y Y Y
& Hose Reel System
12. Fire Extinguishers - - - - Y Y
13. Chiller Y - - Y Y Y
14. Air Handling Unit - - Y Y Y Y

15. Fan Coil Unit/Cass


- - Y Y Y Y
Unit/Split Unit
16. Cooling Tower Y - Y Y Y Y
Electrical Pumps and
17. Motors (HVAC, Fire Y - Y Y Y Y
Fighting, PHE, etc.)
18. Submersible Pumps - - - Y - Y
19. VRV/VRF - - Y Y Y Y
20. WTP/STP Y - Y Y Y Y

21. RO
Y Y Y Y - -
Purifiers/Dispensers

22. Drinking Water


Y - - - - -
Parameters
23. Street Pole Lights - - - Y - -
24. High Mast Lights - - - Y - -
25. Lifts Y - Y Y Y Y
26. Escalators Y - Y Y Y Y

27. Tunnel Ventilation


Y Y Y Y Y Y
System

Page 75 of 106 Seal and Sign of Authorized Rep of Bidder


S. Equipment Half
Daily Weekly Monthly Quarterly Yearly
No Description Yearly
28. BMS - - - Y Y Y
29. Lightning Arrestor - - - - - Y
30. Bore Wells - - - Y - -
Total Gas Flooding
31. - Y - Y Y Y
System
Panel Gas Flooding
32. - Y - - - -
System
33. Water Flow Meters Y - - - - -

Page 76 of 106 Seal and Sign of Authorized Rep of Bidder


II. GENERAL CONTRACT CONDITIONS

Page 77 of 106 Seal and Sign of Authorized Rep of Bidder


General Contract Conditions:
1. Definitions
Capitalized terms in this Bid Document shall, unless the context otherwise requires, have the following
meanings:
1.1. "Applicable Law" shall mean all laws, bye-laws, statutes, rules, regulations, orders,
ordinances, protocols, codes, guidelines, policies, notices, directions, judgments, decrees or
other requirements or official directives of any Governmental Authority or person acting under
the authority of any Governmental Authority and / or of any statutory authority in the Republic
of India, and specifically including the municipal and local authorities in Chennai, Tamil Nadu,
whether in effect on the date of issuance of this Bid Document or thereafter;
1.2. "Applicants" shall mean persons who have purchased this Bid Document in accordance with
the terms hereof;
1.3. "Bid" shall mean a valid, final and binding offer, which includes the Qualification and Technical
Documents and Financial Proposal(s), submitted by a Bidder in response to and on the terms
and conditions contained in this Bid Document;
1.4. "Bidder" shall mean a single Bidder who submits a final, valid and binding Bid, on the terms
and conditions contained in this Bid Document;
1.5. "Bid Document" shall mean this bid document, including all annexure, appendices attached
hereto and any addenda issued in accordance with the terms hereof;
1.6. "Bid Due Date" shall mean the cut-off time and date for submission of Bids as mentioned in
the Key Details;
1.7. "CMRL" shall mean the Chennai Metro Rail Limited, a joint venture company constituted by
the Government of Tamil Nadu and the Government of India and incorporated under the
Companies Act, 1956, having its registered office at MetroS, Anna Salai, Nandanam, Chennai
– 600 035.
Work Site Address:- Administrative Building, CMRL Depot, Poonamallee High Road,
Koyambedu, Chennai 6000107
1.8. “Employer” means Chennai Metro Rail Limited (CMRL)
1.9. “Cost of Tender Document” Means the cost of printed Tender Document for this particular
work. If the document is downloaded by the bidder, the cost of the Tender Document Should
be attached with offer.
1.10."Eligibility Criteria" shall mean the mandatory eligibility requirements to be satisfied by each
Bidder as per Clause 4 of ITT of this Bid Document.
1.11."EMD" or "Earnest Money Deposit" shall mean the deposit to be furnished by the Bidders in
accordance with Clause 4.4 of ITT of this Bid Document;
1.12."Financial Proposal" shall mean an unconditional and unequivocal financial proposal in
respect of a particular Package to be provided in the relevant format provided.
1.13."Government Authority" shall mean the Government of India, the Government of Tamilnadu,
and any other government authority, statutory authority, government department, agency,
commission, board, tribunal or court or other law, rule or regulation making entity having or
purporting to have jurisdiction on behalf of the Republic of India, or any state or other
subdivision thereof or any municipality, district or other subdivision thereof:
1.14."Qualified Bidders" will mean those Bidders who have been shortlisted after financial
evaluation of the Qualification and Technical Documents
1.15."Selected Bidder(s)" shall mean the Bidder(s) selected by CMRL for the purposes of
executing the subject to and on the terms and conditions specified therein.
1.16."Technical Qualifications" shall mean the qualifications listed in clause 3 of ITT
1.17."Working Day" shall mean any day other than a Sunday or a public holiday within the State of
Tamil Nadu.

Page 78 of 106 Seal and Sign of Authorized Rep of Bidder


1.18."Acceptance of Tender‖ means the letter or memorandum communicating to the Contractor
regarding the acceptance of his tender.
1.19.―Contract" means and includes Tender Invitation, Instructions to Tenderers, Tender,
Acceptance of Tender, General Conditions of Contract, Special (Particular) Conditions of
Contract, schedule of Requirements (BOQ and Technical Specification), Annexures particulars
and the other conditions specified in the acceptance of tender, and amendments.
1.20."Drawing" means the drawing or drawings specified in or annexed to the specification;
1.21.The "Inspecting Officer" means the person/team of CMRL specified in the contract for the
purpose of inspection of equipment and includes his/their authorized representatives;
1.22."Particulars" include:
a). Specifications;
b). Drawings
"Proprietary mark" or "brand" means the mark and brand of the product which is owned by an
industrial firm;
Any other details governing the construction, manufacture or supply of stores as may be
prescribed by the contract.
1.23.―Inspection Test‖ means such test or tests as are prescribed by the specifications to be made
by the purchaser or his nominee during installation, and commissioning
1.24."Purchase Officer‖ means the officer signing the acceptance of tender and includes any
officer who has authority to execute the relevant contract on behalf of the Purchaser;
1.25.The "Purchaser‖ means Chennai Metro Rail Ltd (CMRL).
1.26."Signed" includes stamped, except in the case of acceptance of tender or any amendment
thereof;
1.27.―Site" means the Stations specified in the contract at which equipment is required to be
delivered by the Contractor under the contract or any other place approved by the Purchaser
for the purpose;
1.28.―System‖ means an integration of all necessary equipment to achieve the aim of contract.
1.29."Equipment" means the goods in the contract, which the Contractor has agreed to supply
under the contract;
1.30."Test" means such test as is prescribed by the particulars or considered necessary by the
CMRL whether performed or made by the Inspecting Officer or any agency acting under the
direction of the Inspecting Officer.
1.31.―Work" means all the work specified or set forth and required in and by the said specifications,
drawings and "schedule of Requirements", hereto annexed or to be implied there from or
incidental thereto, or to be hereafter specified or required in such explanatory instructions and
drawings (being in conformity with the said original specifications, drawings and "Schedule of
Requirements").
1.32.―Completion‖ means Maintenance and Service contract and training of system as specified in
technical specification in SCC and
1.33.―Writing‖ or ―Written" includes matter either in whole or in part, in manuscript typewritten, or
printed as the case may be.
1.34.―MTBF‖ means Mean time between failure
1.35.―Failure‖ all failure that required subsequent maintenance. This further classified as type 1 &
type 2
2. Contract Documents:
2.1 Subject to Article Order of Precedence of the Contract Agreement all documents forming part of
the Contract (and all parts thereof) are intended to be correlative, complementary and mutually
explanatory. The Contract shall be read as a whole.

Page 79 of 106 Seal and Sign of Authorized Rep of Bidder


3. Order of Precedence:
The order of precedence shall be as below
a) Contract Agreement
b) GeM Contract Order
c) Pre bid queries/Addendum to the Tender Documents
d) Replies to Clarifications on Tender Conditions
e) Form of Tender (FOT)
f) BOQ/Payment schedule/Pricing Document
g) NIT
h) Particular Conditions of Contract
i) Tender Documents & The General Conditions of Contract
j) Employer‘s Requirement
k) Technical Specification and Drawings
l) Contractor‘s proposal and any other document forming part of the contract.
4. Severability:
If any provision or condition of the Contract is prohibited or rendered invalid or unenforceable,
such prohibition, invalidity or unenforceability shall not affect the validity or enforceability of any
other provisions and conditions of the Contract.
5. Contractors Responsibilities:
5.1 The Contractor/Bidder shall be responsible for Facility Management Services (FMS) for
Electrical and Mechanical (E&M) systems at
a. THIRTEEN ELEVATED STATIONS
i. Corridor 1: Koyambedu to St. Thomas Mount
ii. Corridor 2: Airport to Little Mount
b. TEN UNDERGROUND STATIONS
i. Corridor 1: Saidapet to Washermanpet
c. KOYAMBEDU ADMINISTRATIVE BUILDING and
KOYAMBEDU DEPOT
5.2 The Contractor confirms that it has entered into this Contract on the basis of a proper
examination of the data relating to the Facilities provided by the Purchaser. The Contractor
acknowledges that any failure, to acquaint itself with all such data and information shall not
relieve its responsibility for properly estimating the difficulty or cost of successfully performing
the Facilities.
5.3 Contractor shall make a site visit and ascertain the condition of the system, evaluate the
existing fault of any nature, and costing to be done considering the existing faults.
5.4 The Contractor shall comply with all laws in force in India. The laws will include all local, state,
national or other laws that affect the performance of the Contract and bind upon the
Contractor. The Contractor shall indemnify and hold harmless the Purchaser from and against
any and all liabilities, damages, claims, fines, penalties and expenses of whatever nature arising
or resulting from the violation of such laws by the Contractor or its personnel, including the
Subcontractors and their personnel.
6. Confidential Information:
6.1 The Purchaser and the Contractor shall keep confidential and shall not, without the written
consent of the other party hereto, divulge to any third party any documents, data or other
information furnished directly or indirectly by the other party hereto in connection with the
Contract, whether such information has been furnished prior to, during or following termination
of the Contract.

Page 80 of 106 Seal and Sign of Authorized Rep of Bidder


6.2 The Contractor shall not use such documents, data and other information received from the
Purchaser for any purpose other than the design, procurement of Plant and Equipment,
construction or such other work and services as required for the performance of the Contract.
7. Force Majeure:
In the event of any unforeseen event during the execution of the Contract, such as earth quake,
war, fires, floods, or acts of God, any pandemic, as a result of which, either party
(purchaser/contractor) is prevented, or hindered in performing any of its obligations under the
contract, then it shall within a week from the commencement thereof, notify the same in writing
to the other party with reasonable evidence thereof. If the force majeure condition(s) mentioned
above be in force for a period of 90 days or more at any time, the either party shall have the
option to terminate the contract on expiry of 90 days of commencement of such force majeure
by giving 14 days' notice to the other party in writing. In case of such termination, no damages
shall be claimed by either party against the other, save and except those which had occurred
under any other clause of this contract prior to such termination.
8. Employer‟s and Contractor's risks:
The Employer carries the risks, which this Contract states are Employer‘s risks, and the
Contractor carries the risks, which this Contract states are Contractor‘s risks.
8.1 Employer's risks:
8.1.1. The Employer is responsible for the risks which are:
a) Rebellion, riot commotion or disorder unless solely restricted to employees of the Contractor
or his Subcontractors arising from the conduct of the Works; or
b) A cause due solely to the design, Scope of the Works, other than the Contractor‘s design; or
c) Any operation of the forces of nature (in so far as it occurs on the Site) which an
experienced Contractor:
i) Could not have reasonably foreseen; or
ii) Could reasonably have foreseen, but against which he could not reasonably have taken
at least one of the following measures;
Prevent loss or damage to physical property from occurring by taking appropriate measures or
Insure against such loss or damage."
9. Contractor‟s risks:
9.1 Indemnification to CMRL: All risks of loss of or damage to physical property and of personal
injury and death which arise during and in consequence of the performance of the Contract
other than the excepted risks are the responsibility of the Contractor. CMRL should be kept
indemnified for all of the above reasons.
10. Safety and Security measures:
10.1. The Contractor shall be responsible for the safety of all activities on the work site.
10.2. It shall be the entire responsibility of the Contractor to adopt all the safety measures & deploy
only those personnel. If any accident occurs due to wrong operations or due to negligence on
the part of the Contractor‘s personnel, it shall be the full responsibility of the Contractor. In case
by the negligent act of the Contractors or officials of Contractor, if there is loss / damage to
CMRL property, the Contractor will be solely responsible. CMRL reserves the right to recover
such amount along with damage from the bills of Contractor or through legal proceedings.
Employer‘s decision in this regard will be final and binding.
10.3. Security arrangements for the work shall be in accordance with general requirements and the
Contractor shall confirm such requirements and shall be held responsible for the action or
inaction on the part of his staff, employees. All the spare parts components/major Equipment‘s
kept inside the CMRL premises shall be the responsibility of the contractor to safeguard them
in terms of Security.
10.4. The Contractor‘s employees and representatives shall wear safety/protection wear as
required at site.

Page 81 of 106 Seal and Sign of Authorized Rep of Bidder


11. Access to the Site:
The Contractor shall allow the Employer and any person authorized by the Employer access to
the Project Site.
12. Instructions:
12.1. The Contractor shall carry out all instructions of the Employer which comply with the
applicable laws.
12.2. CMRL shall have the right to make Minor Alterations/Additions/Substitutions in the
specifications or in the Scope of Work or issue instructions that may be deemed necessary
during the period of the Contract and Contractor shall carry out the work in accordance with the
instructions which may be given to him by CMRL‘s representative.
13. Sufficiency of Tender:
13.1. The Tenderer shall be entirely responsible for the sufficiency of Prices quoted by him.
13.2. The Contractor shall be paid only at quoted/accepted Prices for the activities given in the
Specifications/ Scope of work.
13.3. The Contractor shall be deemed to have satisfied himself before bidding as to the correctness
and sufficiency of his bid for the works and of the rates and prices quoted in the Bill of
Quantities which rates and prices shall except as otherwise provided, cover all his obligations
under the Contract and everything necessary for the proper completion and maintenance of the
works, if required Contractor shall obtain clearances from concerned local authorities at his
cost. The cost of any item for which the contractor has failed to enter rate shall be deemed to
be covered by other rates entered in the Bill of Quantities. The Contractor shall also co-
ordinate with any other agency working in the same project, compare plans, specifications and
the time schedules and so arrange his work that there will be no interference. CMRL shall
entertain no claim on this account.
14. Supply of Materials, Tools & Plant and Equipment:
14.1. No material, tools, machinery, plant and equipment shall be supplied by the Employer. The
Contractor has to arrange all tools, and consumables required for the work.
14.2. If any local associates are engaged by the Contractor, the Contractor should ensure that they
have the capability by means of trained personnel with valid competency certificate issued by
the Contractor (OEM) and infrastructure to keep the equipment‘s in good fettle.
14.3. The Contractor shall supply the items as installed of the same make. For those items where
no make has been specified. The Contractor shall supply items of reputed makes with ISI mark
only and duly approved by CMRL in charge.
14.4. CMRL will examine the Defectiveness of the Equipment‘s / Spares and suggest
replacements. The Contractor should replace the same without any reconditioning or servicing
by External Agencies. CMRL Engineers decision shall be final and binding in this regards.
14.5. Use and Care of Site:
The Contractor shall not demolish, remove, or alter structures or other facilities on the site without
prior approval of the Employer.
14.6. All garbage/debris shall be removed from site daily or as they accumulate. All garbage/debris
shall be disposed of to the approved locations. The necessary materials required i.e. cartoons/
dustbins etc. to be provided by the Contractor at his cost. The transportation for disposing of
the debris shall also be arranged by the Contractor. The Waste disposal shall be done in
sealed condition without affecting the Environment. The premises should be kept clean and tidy
without any spilling of waste at all times.
14.7. All Electrical and Electronic equipment‘s shall be cleaned under the supervision of an
authorized representative of CMRL.
14.8. The Contractor shall clean only these areas of the Electrical / Electronic & other specified
equipment‘s which are either mentioned in the specifications or are permitted by the Employer
or mentioned by the authorized representative of the Employer.

Page 82 of 106 Seal and Sign of Authorized Rep of Bidder


15. Taxes and duties:
15.1. The Contract Price shall be inclusive of all applicable taxes and duties excluding CGST &
SGST. CMRL shall pay the applicable CGST & SGST as per law on the services provided by
the contractor. The Contract price also includes insurance, transportation up to destination,
handling, installation, royalties & any other charges leviable and payable by the Contractor to
the authorities and including Tax to be deducted at source as defined below.
15.2. The Contractor shall ensure full compliance with tax laws of India with regard to this Contract
and shall be solely responsible for the same. He shall submit copies of acknowledgements
evidencing filing of returns every year and shall keep the Employer fully indemnified against
liability of tax, interest, penalty, etc. of the Contractor‘s in respect thereof, which may arise. In
the event of any change (increase or decrease) in rate of tax due to Change in law/legislation,
necessary adjustment in Contract price regarding the change in GST.
16. Advances:
No advances shall be paid to the Contractor.
Quality Control
17. Inspections and Tests:
17.1. The Employer or its representative shall have the right to inspect and/or to test the materials
or works to confirm their conformity to the Contract specifications at no extra cost to the
Employer. Special / Particular Conditions of Contract and the Employers Requirement / Scope
of Work shall specify what inspections and tests the Employer requires and where they are to
be conducted. The Employer shall notify the Contractor in writing in a timely manner of the
identity of any representatives retained for these purposes.
17.2. Should any inspected or tested materials fail to conform to the specifications, the Employer
may reject the materials or Works and the Contractor shall either replace the rejected materials
or make alterations /rectifications necessary to meet specification requirements free of cost to
the Employer.
17.3. The Employer's right to inspect test and, where ever necessary, reject the materials or Works
at Project Site shall in no way be limited or waived by reason of the materials or Works having
previously been inspected, tested and passed by the Employer or its representative prior to the
dispatch of the materials. Identifying defects
18. Indemnity:
The contractor shall indemnify and save harmless the CMRL from and against all actions, suit,
proceedings, losses, costs, damages, charges, claims and demands of every nature and
description brought or recovered against the CMRL by reason of any act or omission of the
contractor, his agents or employees, in the execution of the works or in his guarding of the
same. All sums payable by way of compensation under any of these conditions shall be
considered as reasonable compensation to be applied to the actual loss or damage sustained,
and whether or not any damage shall have been sustained.
19. Corrupt Practices:
The Bidder shall not offer or give or agree to give to any person in the employment of the
Purchaser or working under the orders of the Purchaser any gift or consideration of any kind as
an inducement or reward of doing or forbearing to do or having done or forborne to do any act in
relation to the obtaining or execution of the contract or any other contract with the Purchaser or
Government for showing any favour or for bearing to show disfavor to any person in relation to
the contract or to any other contract with the Purchaser or Government. Any breach of the
aforesaid condition by the Contractor, or any one employed by him or acting on his behalf,
under Chapter IX of the Indian Penal code,1860 or the Prevention of Corruption Act, 1947 or
any other act enacted for the prevention of corruption by public servants shall entitle the
Purchaser to cancel the contract and all or any other contracts with the Bidder and to recover

Page 83 of 106 Seal and Sign of Authorized Rep of Bidder


from the bidder the amount of any loss arising from such cancellation in accordance with the
provision of clause 13.2. Integrity pact shall be strictly maintained.
20. Insolvency and Breach of Contract:
The Purchaser may at any time, be notice in writing summarily determine the contract
without compensation to the Contractor in any of the following events, that is to say: -
If the Contractor being an individual or a firm. Any partner thereof, shall at any time, be
adjudged insolvent or shall have a receiving order or order for administration of his estate
made against him or shall take any proceeding for composition under any Insolvency Act
for the time being in force or make any conveyance or assignment of his effects or enter
into any assignment or composition with his creditors or suspend payment or if the firm be
dissolved under the Partnership Act, or
If the Contractor being a company is wound up voluntarily or by the order
of a Court or a Receiver, Liquidator, or Manager on behalf of the debenture holders is
appointed, or circumstances shall have arisen which entitle the Court or Debenture holders to
appoint a Receiver, Liquidator or Manager, or
If the contractor commits any breach of the contract not herein specifically provided for.
Provided always that such determination shall not prejudice any right of action or
remedy which shall have accrued or shall accrue thereafter to the Purchaser and
provided also the Contractor shall be liable to pay to the Purchaser any extra expenditure he
is thereby put to and the Contractor shall, under no circumstances, be entitled to any gain
on re purchase.
21. Laws Governing the Contract:
This contract shall be governed by the Laws of India for the time being in force.
Irrespective of the place of delivery and the place of payment under the contract, the contract
shall be deemed to have been made at the panel in India from where the acceptance of tender
has been issued.
Jurisdiction of Courts: - The Courts of the place from where the acceptance of tender has been
issued shall above have jurisdiction to decide any dispute arising out of or in respect of the
contract.
22. Dispute Resolution
22.1. Negotiation and Amicable Settlement:
In the event of any dispute (of any kind whatsoever) arises between the Parties in connection
with or arising out of the contract between the parties (―Disputes‖), the parties shall firstly
attempt to amicably resolve such disputes through the highest level of negotiations and
discussions.
22.2. Conciliation:
There shall be a Conciliator well experienced in required field that will carry out the conciliation
process under part III of the Arbitration and Conciliation Act, 1996 as amended by the
Arbitration and Conciliation (Amendment) Act 2015.
22.2.1.If the disputes are not resolved through Negotiation and Amicable settlement, the parties
shall attempt to settle such dispute through Conciliation.
22.2.2.Both parties will agree for nominating sole Conciliator from the list provided by CMRL,
CMRL shall, within fifteen days from the date of failure of Negotiation and Amicable
settlement, send a panel of 5 (Five) independent and neutral members who shall be
professionals, experienced in the relevant field. The Contractor shall nominate one
member from the List within fifteen days from the date of receipt of the List from CMRL
22.2.3.Conciliation proceedings shall commence when the party submit a brief statement of the
claims/disputes to the conciliator. The Conciliator shall be paid a fee of Rs. 25000/- per
sitting plus Rs.3000/- towards local transport charges for each day of proceedings. An

Page 84 of 106 Seal and Sign of Authorized Rep of Bidder


outstation member shall be reimbursed the air fare by economy class and hotel
accommodation additionally. Applicable taxes, if any, shall be reimbursed as per actuals.
The expenditure shall be shared equally by both the parties.
22.2.4.The Conciliator shall hold its sitting at a designated place in Chennai. Conciliator may
hold as many sittings every month as he deems appropriate keeping in view the volume of
work at its disposal. The proceedings shall be completed within 10 sittings in a period of 6
months. In case more sittings are required by the Conciliator, the same may be held at the
discretion of the Conciliator with the consent of the parties.
22.2.5.The procedures and methodologies of the Conciliation proceedings shall be evolved by
the Conciliator in its first meeting. The Forum of Conciliator is a settlement forum,
where mutual give and take constitutes the essence, rather than strict legal positions
of the parties. The parties are expected to be brief and to the point before the conciliator
with regards to their respective stand and views to exercise the spirit of settlement.
22.2.6.The Parties before the Conciliator shall be represented by a senior Executive and regular
employee of the company, supported by an Authorization letter to enter into a Settlement
Agreement. The representing parties appearing before the Conciliator shall be capable of
taking decision immediately and settle the dispute.
22.2.7.The Conciliator shall be guided by principles of objectivity, fairness and justice, giving
consideration to other things, the rights and obligations of the parties and usage of the
trade practice and circumstances surrounding the dispute and suggest the proposal for a
settlement of the dispute. If a settlement is arrived at, the same shall be recorded as a
settlement agreement and signed by the Contractor, CMRL and the Conciliator. The
settlement agreement shall be final and binding on the parties in terms of section 73 of the
Arbitration and Conciliation Act 1996 as amended.
22.2.8.In case of failure of the conciliation process, the Conciliator shall write a declaration after
consultation with the parties to the effect that further efforts at conciliation are no longer
justified on the date of declaration.
22.2.9.If any dispute between the parties is not resolved through Conciliation, either party on or
before 30 days from the date of declaration of Conciliator, shall give notice in writing to the
other party of its intention to refer such dispute to Arbitration.
22.3. Arbitration:
The dispute so referred shall be settled by Arbitration and the parties agree on the
following procedure for appointing the Arbitrator:
22.3.1.The dispute shall be referred to a Sole-Member Arbitral Tribunal. Such Sole-Member
shall be nominated by the party seeking arbitration from the List of Arbitrators,
maintained by CMRL, consisting of independent persons to be nominated as Arbitrators,
who shall meet with the requirements relating to the independence or impartiality of
arbitrators referred to in the Fifth and Seventh schedules, read with Section 12, sub-
sections (1) (a), (b) and (5) of the Arbitration and Conciliation Act, 1996 as amended by
the Arbitration and Conciliation (Amendment) Act 2015.
22.3.2.If the party seeking Arbitration is the Contractor, such proposal shall be addressed to
CMRL and CMRL shall, within fifteen days from the date of receipt of such proposal, send
the List of Arbitrators maintained by CMRL, referred in clause 22.3.1 above, to the
Contractor. The Contractor shall nominate an arbitrator from the List within fifteen days
from the date of receipt of the List from CMRL. If the party seeking Arbitration is CMRL, it
shall forward such proposal to the Contractor along with the nomination of an Arbitrator
from the List referred to in clause 22.3.1 above.
22.3.3.If either party fails to nominate the arbitrator within the prescribed time limit, as
mentioned above, then such other party, after the expiry of the prescribed time limit, has

Page 85 of 106 Seal and Sign of Authorized Rep of Bidder


the right to nominate the Arbitrator from the said List on behalf of the party failing to
nominate.
22.3.4.The Parties agree that the selection and nomination of Arbitrator from the List should be
based on the nature and subject matter of dispute to be adjudicated upon, that is, the
nominated Arbitrator shall have sufficient knowledge and experience to decide upon the
disputed matter.
22.3.5.In the event of an arbitrator dying, neglecting or refusing to act or resigning or being
unable to act for any reason, it shall be lawful to appoint another arbitrator in the
manner aforesaid.
22.3.6. Subject to the aforesaid, the Arbitration and Conciliation Act, 1996, as amended from
time to time and the rules thereunder and any statutory modifications thereof for the time
being in force shall be deemed to apply to the arbitration proceedings under this clause.
22.3.7.The Seat and venue of the arbitration shall be Chennai. The cost of Arbitration including
the fees of the Arbitrator shall be borne equally by both the parties.
22.3.8.Jurisdiction of Courts: The Courts at Chennai shall have exclusive jurisdiction in
respect of all disputes between the parties arising out of this agreement.
23. The life cycle of contract is as follow:
23.1.1.Release of NIT
23.1.2.Sale of tender document (online)
23.1.3.Bid Submission
23.1.4.Bid evaluation
23.1.5.Issue of contract order
23.1.6.Signing of Agreement
24. Labour Laws, Provident Fund, ESI etc.
The contractor shall obtain all legal licenses and approvals before the commencement of work;
otherwise the contract shall stand cancelled.
The contractor shall comply with the provisions of all labour legislation‘s including the
requirements of:
i. The Contract Labour Act, 1970
ii. Minimum Wages Act 1948
iii. Weekly Holidays Act 1942
iv. Prevention of Child Labour Act 1986 (No child labour shall be employed by the
Contractor)
v. The Payment of Wages Act, 1936
vi. Hours of employment Regulations
vii. The Workmen‘s Compensation Act, 1923
viii. The EPF Act
ix. The Bonus Act
x. The ESI Act
xi. The Inter-State Migrant Workmen (Regulation of Employment and Conditions of Service)
Act, 1979
And any other Acts, Rules, Regulations or Statutes, which are in force or which are to be
passed by both the Central Government and State of Tamil Nadu.

The contractor shall enforce the provisions of ESI Act and Scheme with regard to all his
employees involved in the performance of this contract.

The contractor should comply with the provisions of the Employees Provident Fund Act. They
should promptly deposit P.F. deduction of the eligible employees. For this purpose, the agency
must submit a certificate every month that PF amount has been deducted from the eligible

Page 86 of 106 Seal and Sign of Authorized Rep of Bidder


employees and has been deposited with R.P.F.C. In support of this, the agency must furnish the
Challan / receipt for the payment made to RPFC, along with list of employees who are covered
while submitting the Bills for payment.

The contractor has to maintain record of all details called for by EPF organization for the labour
employed by them and has to submit the same at any time if called for.

All liabilities like Salaries, wages and other statutory obligations in respect of the persons
engaged by the contractor shall be borne by them. The contractor shall take necessary steps to
cover its employees under the above said enactments and shall submit proof of such
compliance to CMRL periodically or at any date upon such request, as may be made by CMRL.
The staff engaged by the contractor, shall at no stage have any claim for employment in CMRL.
This fact should be incorporated in their appointment letter, if any, issued by the contractor.

In the case of delay/default in payment of contribution under ESI Scheme and EPF Scheme,
besides the recovery of the amounts due by the contractor towards their contribution, penal
interest and / or damages as may be levied by the ESI or PF Authorities, a penalty of 20% of
the above amount would also be levied and recovered from their Security Deposit. In the event
of cessation of the contract due to any reason whatsoever, the Security Deposit shall be
refunded only after due satisfaction as regards the above payments.

In case of any enhancement in PF contribution, bonus act, ESI etc. all such increments /
enhancements have to be borne by the Contractor.

The bidder shall produce certificate of Registration from the Department of Labour for engaging
Contract Labours.
25. INJURY TO PERSONS:

The Contractor shall be solely liable for and shall indemnify CMRL in respect of any liability,
loss, claim or proceeding whatsoever, arising under any legislation in respect of personal injury
to or the death of any person whomsoever arising out of or in the course of or caused by the
execution of the work whether or not due to his negligence and shall effect adequate insurance
cover in respect of such risks and shall furnish CMRL with a copy of the insurance policy.

Page 87 of 106 Seal and Sign of Authorized Rep of Bidder


III.PARTICULAR CONTRACT CONDITIONS

Page 88 of 106 Seal and Sign of Authorized Rep of Bidder


I. STAFF REQUIREMENTS

Staff Requirement for Phase -1 Thirteen Elevated Stations and Ten Underground Stations &
Koyambedu Admin & Depot for E&M Operation & Maintenance

Technical Assistant Grade II


Per Shift per Shift Number of
Section Total
station (A,B,C) stations
Total =
A B C
AxBxC
13 Elevated Stations 1 3 13 39
Admin/OCC 2 3 1 6
Depot/Koyambedu 2 3 1 6
Koyambedu Depot STP / WTP /
1 3 1 3
Drinking Water Plant
Koyambedu Staff Quarters /
1 3 1 3
Stores
UG Stations / SSA to SWA 1 3 10 30
Total 87
Technical Assistant Grade I
Shift Number of set
Section Per Shift Total
(A,B,C) of stations
13 Elevated Stations 1 3 2 6
Admin/Depot 1 3 1 3
UG Stations / SSA to SWA 1 3 2 6
Total 15
Facility Manager
Number of set
Section Per Day Shift Total
of stations
13 Elevated Stations, Admin & 1
1 1 1
Depot Koyambedu (General)
1
UG Stations / SSA to SWA 1 1 1
(General)
Total 2

S.NO DESCRIPTION QTY


1 Facility Manager 2
2 Technical Assistant Grade I 15
3 Technical Assistant Grade II 87
Total No. of Manpower 104

Note:
1. Relieving Staff / Leave Reserve Staff shall be the responsibility of the Contractor.
2. Technical Staffs should be available round the clock for 365 days in a year.

Page 89 of 106 Seal and Sign of Authorized Rep of Bidder


3. Please note that in case CMRL judges that the continuation of any person of the Contractor
including its subcontractor (s) is not in the interest of work, a written notice will be given to the
contractor, who must promptly remove the person within a week. CMRL can withdraw the
approval of any persons at any stage during execution.
4. [Note: CV‘s of the above required and Staffs are to be submitted to the employer for approval
after the award of the contract, the staffs have to be duly interviewed by the contractor judging
his technical capabilities depending on which the contractor shall submit the resume to CMRL
for review, interview and approval. Only then the deployment of the said personnel shall be
affected.]

II. MINIMUM ELIGIBILITY CRITERIA FOR STAFFS

Name of the
S. No Qualification
Post

Candidate must be a Graduate Engineer in Mechanical / Electrical with


minimum 10 years‘ experience in E&M Operation & Maintenance
Services / Diploma Engineer in Mechanical / Electrical with minimum 15
years‘ experience (Minimum 5 Years‘ Experience in E&M Operation &
1 Facility Manager
Maintenance Services). The candidate should have adequate technical
knowledge of LT, HT power system as well as fire & VAC systems.
Having valid „C‟ license is preferable.
Age: Less than 50
Candidate must be a Graduate / Diploma Engineer in Mechanical /
Technical Electrical with minimum 5 years‘ experience in E&M Operation &
2 Assistant Grade Maintenance Services. The candidate should have adequate technical
I knowledge of LT, HT power system as well as fire & VAC systems.
Age: Less than 40.
Candidate must be a Graduate / Diploma Engineer in Mechanical /
Electrical with minimum 3 years‘ experience in E&M Operation &
Technical Maintenance Services / ITI with Mechanical / Electrical / Fitter /
3 Assistant Grade Machinist with minimum 5 Years‘ experience in E&M Operation &
II Maintenance Services. The candidate should have adequate technical
knowledge of LT, HT power system as well as fire & VAC systems.
Age : Less than 35.
Candidate must be a Graduate / Diploma Engineer in Mechanical /
Technical Electrical with minimum 3 years‘ experience in E&M Operation &
Assistant Grade Maintenance Services / ITI with Mechanical / Electrical / Fitter / Plumber
4 II for STP / WTP / Machinist with minimum 5 Years‘ experience,
/ Drinking Water Minimum two years’ experience in the field of O&M of STP / WTP /
Plant ETP is must.
Age: Less than 35.

1. Eye sight: 6/6 without Glasses and No colour blindness for all the above posts.
2. Language: For all the above posts, the candidate having adequate knowledge for reading and
writing in Tamil and English is desirable.

Page 90 of 106 Seal and Sign of Authorized Rep of Bidder


3. Payment to the Staff : Minimum Monthly Payment to the staff shall be made at per day rates as
follows
Rate per day in Rs.
S. No Grade
excl GST
1 Facility Manager 1,835
2 Tech Assistant Grade- I 1,049
3 Tech Assistant Grade-II 945
Per day rates to be multiplied by calendar days in a month, which includes DA. All
allowances, ESI, PF, annual increments, annual bonus etc., will be contractor’s
responsibility and shall be considered during costing. Proof of payment shall be
submitted along with bills. TN minimum wages act shall be followed, any increment in
wages and other allowances (during contract period) shall be borne by the contractor.
III. KEY PERFORMANCE INDICATORS (KPI)
KPI shall be evaluated by CMRL separately for
1. Koyambedu Admin & Depot
2. Thirteen Elevated Stations & Cut and Cover Section
3. Ten Underground Stations and Tunnels
Weightage in Weightage in
S. % % for
KPI Description
No For Admin & Elevated &
Depot UG Stations
100% Staff Deployment, (for lesser
deployment KPI will be calculated
1. 80% 80%
proportionately) based on Mobile App
Attendance details generated
Preventive Maintenance Reports along with
5% 5%
2. Checklists as described in Tender
Document (Annexure 3 & 4) (Scale: 1 to 5)
Breakdown Maintenance / Monthly O&M
10%
3. Reports including water and energy 5%
(Scale: 1 to 10)
consumption details for all equipment‘s.
History Card for all the equipment (Hard
4. copy as well as Soft Copy) in both AMC and 5% 5%
Non AMC Equipment‘s. (Scale: 1 to 5)
Fault App Closing Response (Time) (No. of
5. Faults pending in a month will be - 5%
calculated). (Scale: 1 to 5)
The overall performance grading will be done on a monthly basis. The payment as per the bill
raised by the contractor will depend upon the overall score obtained by the contractor (as
detailed in KPI Form given above). The payment terms shall be as below:-
Monthly Score of 90% and above: 100% monthly payment
Monthly Score of 80 to 89%: 95% monthly payment
Monthly Score of 75 to 79%: 85% monthly payment
Monthly Score of <75%: 75% monthly payment
If the monthly KPI score is consistently below 75% for 3 consecutive months or for more than
6 months in a period of one year from the contract effective date as per contract order then the
contract will be subjected to termination with three month notice.

Page 91 of 106 Seal and Sign of Authorized Rep of Bidder


Note: Specified KPI formats have to be freeze and get the approval from CMRL within 30 days
from the date of notification of award from CMRL.
IV. PENALTY CLAUSE:

S No Description of Fault Penalty

An amount of Rs. 250/- per man day in


Shortfall of Technical Assistant
1. addition to the deduction for non-
Grade II
availability
An amount of Rs. 350/- per man day in
Shortfall of Technical Assistant
2. addition to the deduction for non-
Grade I
availability
An amount of Rs. 500/- per man day in
3. Shortfall of Facility Manager addition to the deduction for non-
availability
If complaint is resolved within the agreed
timelines of contract (48 Hours) – No
Minor faults, which does not affect penalty
4.
(E&M) system service If breakdown is not rectified within 48
Hours – Penalty of Rs. 500/- for every 24
hours of delay
Major faults, which affects (E&M) If complaint is resolved within the agreed
system service like pumps, water timelines of contract (72 Hours) – No
supply systems, Fire hydrant penalty.
5. Systems including pumps and
pipes, LV Panels and Breakers, If breakdown is not rectified within 72
AC indoor units and AHU‘s at Hours – Penalty of Rs. 1,000/- for every
Admin/DEK 24 hours of delay
Any system breakdowns which
Penalty of Rs. 50, 000/- (Rupees Fifty
6. interrupt the metro passenger
Thousand only) per incidence
services
Faulty or Damaged Tools, Tackles, Rs. 2,000/- for each case as per the Audit
7.
Instruments report
If cumulative penalties reach 10% Termination of contract with three month
8.
of the annual contract value notice period
1. The number of complaints/deficiencies will also be maintained for the purpose of review of
contract.
2. 100% Staff deployment should be ensured, for not maintaining more than 95% staffs for 3
consecutive months or for more than 6 months in a period of one year from contract effective
date (as per contract order), then the contract will be subjected to a penalty of Rs. 25000/-
(Twenty five thousand).
3. If the monthly KPI score is consistently below 75% for 3 consecutive months or for more than 6
months in a period of one year from contract effective date (as per contract order) then the
contract will be subjected to termination with three month notice period.
4. The Web application will capture the penalties and other deductions, and accordingly work out
an amount, which will only be paid by CMRL. Hence it is the responsibility of the contractor to
follow and close faults promptly and update in application.
5. The penalty(ies) that may be levied by the CMRL on the Licensee in any of the instances
mentioned above shall include but not limited to the following:
a. forfeiture/appropriation of the Security Deposit in whole or part thereof, furnished by the
Licensee; and/or
b. to annul the license and forthwith terminate the License Agreement; and/or

Page 92 of 106 Seal and Sign of Authorized Rep of Bidder


c. debar the Licensee from participating in the future similar contract/license of the CMRL
for a period of five (5) year.
*Note: All the applicable amount of penalties mentioned is incl. of GST
Contract shall become effective as per NIT and tender document. The successful bidder shall
mobilize required manpower and material accordingly. However contractor shall be given a ramp
up period of one month from the Contract Effective Date with respect to penalty.
During the ramp up period, penalty shall be imposed as follows,
a)No penalty for the first month
b)From second month onwards the applicable penalty as per clause IV of PCC.
V. PAYMENT METHOD:

1. Rates mentioned in Price schedule shall be firm throughout the contract period.
2. Payments shall be adjusted for deductions for penalties (ref clause IV of PCC), if any, other
recoveries in terms of Contract and taxes due to be deducted at source, as applicable under
the law. The Employer shall pay the Contractor within 28 days of submission of complete and
valid Bill without any deficiency. The Contractor shall be liable to pay Penalty for shortfall in
progress.
3. The Contractor shall supply all types man-power as per “Staff Requirements” of CMRL
Requirement for carrying out Facility Management Services of E&M (O&M)
4. Whenever transportation or handling is needed, the Contractor shall arrange the same at his
cost.
5. Payment shall be made to the successful bidder as per GeM general terms & conditions.
6. Payment shall be made on a Monthly basis based on obtained KPI marks (as per Clause
III above), due payment after completion of each Month after making any recoveries etc.
towards taxes, duties & non-performance (penalties) as described elsewhere in the Bid
documents shall be made to the Contractor. No payment to the Contractor shall be released till
the Contractor submit the bills for the work done by him.
7. In case of any difference of opinion between the Engineer and the Contractor, regarding the
non-performance or unsatisfactory performance of work, the matter will be referred to the
Competent Authority, CMRL, whose decision on the matter shall be final.
8. The monthly bills shall be paid only if it is accompanied by the proof of the following, but not
limited to:
a. CMRL certified KPI sheets as described in Tender Document.
b. Having paid due wages to all the workmen engaged in the provision of the services
during the previous month, as per the contract conditions (proof of payment).
c. Having deposited the contribution to PF, ESI etc. with the concerned authorities for the
previous month as per the relevant statutes.
d. Certificate from the official of CMRL regarding manpower deployment during the period
of the bill.
9. It is mandatory to maintain all statutory documents at any point of time and the documents and
records should be made available for inspection by CMRL officials or by any other official at
any point of time
10. The payment for the work/service will be released only through NEFT/RTGS/SWIFT and to
provide the Bank Account details for the same
11. It is mandatory that the contractor shall submit a copy of the previous month PF/ESI/Service
Tax/GST remittance challan along with current month bill.
12. GST would be reimbursed on production of document evidence for the payment of GST.
13. Contractor shall provide the entire relevant document along with original GST Invoice to claim
the Input tax credit by CMRL. In case, if CMRL unable to claim the input tax credit on account

Page 93 of 106 Seal and Sign of Authorized Rep of Bidder


of vendor default, CMRL shall have the right to recover such unclaimed GST amount from the
supplier.
VI. MOBILE/ WEB APPLICATION FOR MONITORING / MAINTENANCE/PAYMENT:

1. CMRL will develop a Mobile/Web App which shall be used by the contractor.
2. This mobile app will be capable of capturing staff attendance (GPS/QR code), downtime,
penalties, faults, attention given, and parts replaced etc.
3. The app will be developed in such a way that monthly payment will be worked out taking
into account staff attendance, faults and its down time, penalties, KPI parameters etc.
4. Maintenance reports (Daily and Periodical) also will be generated through the Mobile
application.
5. Modifications in the application will be made according to the needs of CMRL and the same
shall be followed by the contractor.

Page 94 of 106 Seal and Sign of Authorized Rep of Bidder


MASTER LICENSE AGREEMENT

Between CMRL

And THE LICENSEE

Date: ___________________

MASTER LICENSE AGREEMENT

This Master License Agreement (the ―Agreement‖), is executed at Chennai on this _________ day of
__________________ 20___________,

BETWEEN

―Chennai Metro Rail Limited (hereinafter referred to as CMRL)‖which expression shall, unless
repugnant to the meaning or context thereof, be deemed to mean and include its officers permitted
assigns) as part of the First Part;

AND

__________________________, a company incorporated under the laws of


___________________________ and having its registered office at ___________________ _______
(hereinafter referred to as ―Licensee ―which expression shall, unless repugnant to the meaning or
context thereof, be deemed to mean and include its such defined affiliates as set forth herein this
Agreement, successors, permitted assigns and affiliates of Licensee) as party of the Other Part;
"CMRL" and "Licensee" shall hereinafter be collectively referred to as 'Parties'.
WHERE AS:

CMRL has called for provision of FACILITY MANAGEMENT SERVICES (FMS) FOR ELECTRICAL
AND MECHANICAL (E&M) SYSTEMS AT THIRTEEN ELEVATED STATIONS (Corridor 1:
Koyambedu to St. Thomas Mount, Corridor 2: Airport to Little Mount), TEN UNDERGROUND
STATIONS (Corridor 1: Saidapet to Washermanpet), KOYAMBEDU ADMINISTRATIVE BUILDING
and KOYAMBEDU DEPOT

A. The Licensee, inter-alia, is currently engaged in the business of such services;

B. CMRL, pursuant to the Bid dated ---------------------------, has -floated a Bid for the license for
Providing Facility management services, on the basis of the evaluation of the various bids
received by CMRL, including the bid response by the Licensee, CMRL has confirmed to the
Licensee that it is established as the ‗Selected Bidder‘ on the basis of the commercial and
Techno-Commercial evaluation;

C. In terms of the Bid, the submissions of the Licensee and such other subsequent discussions
between the Parties, the Parties hereby agree to confirm the license arrangement on such
terms and conditions as set forth herein.

NOW THEREFORE, IN CONSIDERATION OF THE MUTUAL COVENANTS AND


UNDERSTANDINGS HEREIN SHARED BETWEEN THE PARTIES, THE PARTIES, HEREBY
AGREE AS FOLLOWS:

CMRL and the licensee agree as follows:

1. In this Agreement, words and expressions shall have the same meanings as are respectively
assigned to them in the Contract documents referred to.

Page 95 of 106 Seal and Sign of Authorized Rep of Bidder


2. The following documents shall be deemed to form and be read and construed as part of this
agreement. The documents forming the Contract are to be taken as mutually explanatory of
one another. For the purposes of interpretation, the priority of the documents shall be in
accordance with the following sequence.‘
a) This Contract Agreement
b) GeM contract order
c) Pre bid queries/Addendum to the Tender Documents
d) Replies to Clarifications on Tender Conditions
e) Form of Tender (FOT)
f) BOQ/Payment schedule/Pricing Document
g) NIT
h) Particular Conditions of Contract
i) Tender Documents & The General Conditions of Contract
j) Employer‘s Requirement
k) Technical Specification and Drawings
l) Contractor‘s proposal and any other document forming part of the contract.

ARTICLE 1 - SCOPE OF THE ARRANGEMENT


1.1. The parties agree that the scope of services shall be principally to this Agreement confirms and
establishes that the scope of the arrangement between the parties shall be governed by the
provisions scope of services to be rendered by the Licensee.

1.2. It is further agreed by the parties that the scope of services as set forth by CMRL in the Bid
Document shall integrally form part of the scope of services for the Licensee.
ARTICLE 2- COMMENCEMENT OF OPERATION UNDER THE LICENSE
2.1 Pursuant to the scope of services to be provided by the Licensee, the parties agree that the plan
for the commencement of operations shall be undertaken by the parties. It shall be the duty and the
exclusive obligation of the Licensee to propose the plan for commencement of operations which shall
be subject to the approval by CMRL. Any changes suggested by CMRL in the proposed plan for
commencement of operations (by the Licensee) shall be also duly implemented by the Licensee prior
to commencement of operations.

2.2 Given that the plan for commencement of operations would require considerable assessment and
planning by both parties, the parties agree that the plan for commencement of operations shall be in
conformity and compliance with the Bid and/or the response thereto by the Licensee.

2.3The Licensee hereby represents and undertakes that Licensee shall be bound to comply with all
submissions, commitments & representations made in response to the Bid unless agreed otherwise in
this Agreement.
ARTICLE 3 -TENURE OF THE AGREEMENT
3.1 The Tenure of the Agreement will commence on the …………Commencement Date…………
which has been agreed by the parties for a period of 4 (four) years from ………….. to ……………
.
3.2 Extension of contract beyond 4 years will be based on recommendation made by an evaluation
committee nominated by CMRL based on satisfactory performance. Evaluation criteria and price
changes shall be decided by evaluation committee.

ARTICLE 4 -FINANCIAL TERMS AND CONDITIONS In consideration of the provision of the services
and the Bid submissions of the Licensee, the CMRL shall pay to LICENSEE an agreed sum of
Rs………………..

Page 96 of 106 Seal and Sign of Authorized Rep of Bidder


4.1 Payment of taxes
Licensee, thus, agrees that all taxes payable on account of the grant of license shall be borne by the
Licensee exclusively and that the CMRL shall not be responsible towards the same at any time
during the term. Furthermore, in the event that any new tax is imposed or an existing tax enhanced
under a governing law upon the services/deliverables of the Licensee, then the licensee; shall be
also borne by the Licensee exclusively.
4.2 Mode of Payment
Any payment payable by the Licensee to CMRL under this Agreement shall be paid through the
Licensee‘s own account vide demand draft made in favour of CMRL except where specific
alternatives have been incorporated in the Bid Document.
4.3 Recovery of outstanding dues
Notwithstanding anything contained in this Agreement, the CMRL shall be at liberty to receive any
payments /outstanding dues including penalties against the Licensee from the Security Deposit
provided by the Licensee after which CMRL shall communicate to the Licensee of the deduction from
the Security Deposit. In such an event, the Licensee shall be obligated to ensure that the Security
Deposit is restored to its original value within ten (10) working days from such deduction failing which
the same shall be deemed as material breach by the Licensee and entitle the CMRL to terminate this
Agreement.

Note: This will be evoked when there are no sufficient payments due from the CMRL.
ARTICLE 5 - PERFORMANCE SECURITY DEPOSIT
5.1 As mentioned elsewhere in this Agreement, the Licensee shall furnish to CMRL (in the manner
and form acceptable to CMRL) a Security Deposit for an amount equal to 10% (ten percent) of the
Total Contract Value for the entire duration of the License, within 28 (twenty eight) days from form the
notification of award from CMRL.

5.2 Security Deposit shall be paid in the form of Bank Draft / irrevocable Bank Guarantee (PBG) /
Cash. The said BG shall be paid for in the manner as set forth in the Bid. The said PBG shall be given
in format provided at valid for the Term of the Agreement and a period extending 6 months beyond
the Term of the Agreement. CMRL agree to discharge the bank guarantee within 90 days from the
expiry of the aforementioned period after deduction/settlement of outstanding dues against the
Licensee. The Licensee shall bear the cost of the bank guarantee it provides to CMRL. If the Security
Deposit is paid in the form of Bank Draft, no interest shall be payable by CMRL on the same.

5.3 Notwithstanding anything mentioned to the contrary in this Agreement, upon any default or breach
of obligations by the Licensee under the Agreement, CMRL may at its sole discretion draw upon the
Performance Security Deposit to satisfy its claims against the Licensee by way of imposition of
Penalties or otherwise, irrespective of any other remedy under this Agreement.
ARTICLE 6 - RIGHTS AND OBLIGATION OF THE LICENSEE
6.1 General:
a. The Licensee hereby agrees to fulfill all the commitments made in its response to the Bid.

b. Without prejudice to the aforesaid, it is represented by the Licensee that all services will be
performed in a professional manner by its personnel and that the said performance by
Licensee shall be in accordance with the ‗Performance Levels‘.

c. The Licensee represents and warrants that during the Term of this Agreement, the Licensee shall
at all times be responsible for ensuring that the service are undertaken with utmost care and
diligence,

d. Furthermore, the Licensee represents and warrants that all Techno-Commercial and commercial
requirements set forth in the Bid are met by the Licensee and that it shall be bound by all its
representations and submissions in response to the Bid including those relating to service levels.

Page 97 of 106 Seal and Sign of Authorized Rep of Bidder


6.2 Certificates/Permissions:
The Licensee shall obtain necessary certificates/permissions required by law or as required as per
the local regulations from the competent authority obtain the necessary certificates/permissions, the
Licensee will be solely responsible for its penalty and consequences.
6.3 Right of user only:
The Licensee will only provide the services on the stations and will have the right of user only on
leave and license basis.

6.4 No unlawful/illegal activity:


The Licensee and/or its staff shall not carry on any unlawful, immoral or illegal activity at the
station(s)/Depot. It is clarified that if the Licensee suffers any loss or damage on account of the
Licensee being restrained by the CMRL or any other competent authority for indulging in illegal
activities or any contravention of any law, the Licensee shall not be entitled to any compensation
whatsoever.
6.5 Presence of Licensee/authorized Manager:
The Licensee or a duly authorized and competent Manager appointed and paid by the Licensee
shall remain present in person to manage or supervise the services to be carried on under the
provisions of this agreement and to ensure that the obligations of Licensee under the Agreement are
duly performed and observed. The name(s) of the Manager will be advised by the Licensee to the
CMRL from time to time.
6.6 Staff Uniform, Identity cards, etc.
a. The Licensee shall provide distinctive uniforms for Facility Management staff with their identity
cards clearly mentioning the nature of job assigned. The Licensee shall seek approval of the pattern
and style of uniforms to be adopted for the services staff from the CMRL.
b. The Licensee shall ensure that the staff at all times displays the nameplate along with the
designation for clear identification of their area of work.
6.7 Attendance Register:
The Licensee shall maintain the attendance register and biometric system of all the Facility
Management staff. The attendance register will also mention the designation of the staff like
manager, cleaner, maintainer, technician etc.
6.8 Enquiry into the antecedents of the Licensee‟s Employees:
The licensee shall not in any capacity employ any person of bad character or any person, whose
antecedents have not been investigated / certified by the Police Authorities/1st Class Magistrate /
Gazetted Officer and shall issue an appointment certificate (signed by the Licensee) which shall
contain a photograph of the employed with his or her left/right hand thumb impression affixed thereon
in Printer‘s ink which he will carry with him/her while on duty. The expenses for such verification are
too beckoned by the Licensee.
6.9 Provision of equipment:
The Licensee will arrange his own equipment‘s other than those provided for baggage screening
6.10 Provision of first aid box:
The Licensee shall provide and maintain First Aid box for rendering first aid to the staff The Licensee
shall ensure that requisite certificates in this regard should be available with the Manager.
6.11 Damage to CMRL property and equipment:
The Licensee shall be responsible for any damage caused to the property and equipment‘s provided
that, such damage should arise due to the acts of omission or commission of the staff of the
Licensee

6.12 Handing over of Premises on expiration/termination of the Agreement:


Upon expiration or early termination of this Agreement the Licensee shall immediately vacate the
premises and shall deliver the vacant possession along with the CMRL‘ fixtures and fittings therein in

Page 98 of 106 Seal and Sign of Authorized Rep of Bidder


good condition. In default, the CMRL shall be entitled to enter and take possession of other articles
of the Licensee that may be lying there and to dispose of the same by sale or otherwise without
being liable, for any damages, and all expenses incurred in connection therewith, shall be deducted
by CMRL from the sale proceeds or from the Security Deposit or outstanding dues of CMRL.
6.13 Information:
The Licensee shall furnish all information, records, within fifteen (15) days as may be required by the
CMRL from time to time, failing which the CMRL reserve the right to impose suitable penalties on the
Licensee including termination of the Agreement.

6.14Compliance of Instructions:

The Licensee shall comply with any other instructions issued by the CMRL from time to time as may
be necessary to ensure better services.

ARTICLE 7 -RIGHTS AND OBLIGATIONS OF CMRL

7.1 General:

a. It is agreed by CMRL that the principal obligation upon CMRL towards the Licensee under the
Agreement, shall be to render assistance (as mutually agreed by the parties) to the Licensee during
the finalization of the plan for commencement of operations.
b. The CMRL shall have the right to inspect/check the services provided by the Licensee for
reviewing its standards, quality. In case of unsatisfactory performance or complaint of any nature, the
CMRL will be entitled to initiate the suitable action against the Licensee including termination of this
Agreement as per the terms and conditions of this Agreement.

7.2 Right to make substitute arrangement in the event of unsatisfactory services, etc. by the
Licensee:

(a)In the event of unsatisfactory service, poor quality of materials, persistent complaints from
passengers, and services below the desired performance level or any failure or default at any time
on the part of the Licensee to carry out the terms and provisions of the agreement to the satisfaction
of the CMRL (who will be sole judge and whose decision shall be final), then without prejudice to any
other remedy that may be available to the CMRL under this Agreement or otherwise, the CMRL
reserve the right to make any substitute arrangement in any manner, it may deem fit at the cost and
risk of the Licensee

(b)The Licensee agrees to make good all cost and expenses, if any incurred by the CMRL for making
the substitute arrangements referred to above.

ARTICLE 8 -PERFORMANCE LEVEL GUARANTEE COMPLIANCE

8.1 The Licensee hereby undertakes and represents that it shall adhere to the ‗Performance Levels‘

8.2 The ‗ Performance Levels‘, shall apply at all times with regards to the terms of the License
applicable on the Licensee including those set forth in the Bid and those indicated in the approved
plan for commencement of operations.

8.3 The Licensee undertakes and agrees that in the event that the ‗ Performance Levels‘ are not
complied with, then CMRL has the right to impose service level penalties (Penalties) on the Licensee
in accordance with the provisions of the Bid

8.4 Without prejudice to the generality of the above Article 8.3, the Licensee hereby acknowledges
and agrees that the right for the imposition of Penalties by CMRL is irrevocable and undisputed and
that the Licensee shall not have any right whatsoever to pre-empt CMRL from claiming Penalties
automatically as and when there are performance level defaults by the Licensee. For purpose of this

Page 99 of 106 Seal and Sign of Authorized Rep of Bidder


Agreement, performance level default shall imply any violation by the Licensee of the ‗Performance
Levels‘

8.5 For purposes of monitoring & auditing the ‗Performance Levels‘, the parties agree that CMRL shall
have the sole & exclusive right to audit, re-evaluate, independently monitor and assess the
performance of the Licensee.

8.6 In addition to the ‗ Performance Levels‘ committed by the Licensee, it hereby also agrees and
undertakes to render all the services, at such locations and with requisite manpower as designated by
CMRL in the Bid or as may be mutually agreed by the parties. The aforesaid requirement is in relation
to the inherent obligation of the Licensee to comply with the terms of the plan for commencement of
operations including but not limited to provision of adequate staff, training to the said staff, etc.

8.7 It is agreed by the Licensee that no additional costs whatsoever shall be charged upon CMRL for
purposes of deployment of resources (material or human) by the Licensee on account of any request
made by CMRL under this Agreement including under the provisions of Article 8.6 hereinabove.
CMRL on its part shall facilitate and provide to the Licensee all such assistance and logistical help on
a best effort basis that may be required under this Agreement.

ARTICLE 9- THIRD PARTY CONTRACTORS AND PROHIBITIONOF SUB-LETTING

9.1. The Licensee shall not sublet, transfer or assign this Agreement or any part thereof more than
permitted in general clause.
9.2. Under this Agreement, then the Licensee shall at all times remain principally liable towards the
CMRL and that there shall be no exception to their liability under this Agreement. The Licensee will
also remain at the sole point of contact regarding all the services during the Term of this Agreement.
9.3. If the CMRL at any point of time expresses any concerns to the Licensee regarding any third
party sub-contractor (appointed under 9(a)), then the Licensee will comply with the requirements of
the CMRL forthwith; which may include the direction by the CMRL to remove the said sub-contractor,
etc.

ARTICLE 10 - PROPRIETARY RIGHTS

10.1. For purposes of this Agreement, it is agreed by the parties that the respective proprietary rights
of each party at the time of execution of this Agreement shall remain as the sole and exclusive rights
of that party

10.2. If any property of either party is to be used by the other party for purposes of provision of
services under this Agreement, then the said party (owning the property) will grant a limited right to
use to the other party for the specific purpose and Term of this Agreement only. The aforesaid license
to use shall be restricted for the specific purpose and Term of this Agreement and shall not involve
any need for the payment of consideration as this Agreement shall form part and basis of valid
consideration for such purposes.

10.3. Notwithstanding the other provisions of this Article 11, the Parties agree not to use any
trademark or service mark of the other party unless the same is under written consent of the owning
party.

ARTICLE 11 – CONFIDENTIALITY

11.1. It is agreed and acknowledged by the parties herein that every aspect of the present Agreement
including but not limited to the commercial terms, Techno-Commercial parameters, etc. are invaluable
to each party and are to be collectively regarded as part of confidential information.

11.2. In addition to the above, during the Term of this Agreement, the Licensee acknowledges that all
information, data, material, etc., of its systems and operations shared by CMRL with the Licensee,
shall be regarded as part of confidential information by the Licensee.

Page 100 of 106 Seal and Sign of Authorized Rep of Bidder


ARTICLE 12 -AUDIT RIGHTS

12.1 CMRL being the service beneficiary under the Agreement shall have audit and inspection rights
upon the Licensee during the entire Term of this Agreement.

12.2 CMRL shall have the right to conduct periodic audits in the stations along with audits of the
facilities of the Licensee at regular intervals. Such audits shall include the audit of Techno-
Commercial and performance records of the Licensee which may be based on passenger feedback
and other parameters set forth by CMRL.

12.3 In addition to the audit rights under Article 12.2 herein above, CMRL shall have the right to audit
particular performance records of the Licensee including payment records, etc.

12.4 Each audit team of CMRL shall be nominated by CMRL administration exclusively and the
Licensee shall not be intimated any audit visits by CMRL. The location, time, etc. of the audit shall be
decided by CMRL exclusively and costs relating to the audit shall be borne by CMRL. The parties also
agree that upon the conclusion of each audit, representatives of both parties are to mutually sign-off
on the observations.

12.5 In the event that any audit by CMRL reveals any discrepancy as determined by CMRL, the same
would then be communicated by CMRL in writing to the Licensee; who shall be under obligations to
comply with the audit results/directions of CMRL within 30 days of receipt of written communication
from CMRL.

ARTICLE 13 -INSURANCE & INDEMNITIES

13.1 During the Term of this Agreement, the Licensee will obtain and maintain at its own expense,
adequate insurance with regards all its obligations under this agreement including insurance for
COMMERCIAL GENERAL LIABILITY (CGL) INSURANCE Covering bodily injury or death suffered
by third parties and loss of or damage to property (including the CMRL‘s property, Professional
Indemnity Insurance covering for the financial consequences of professional negligence, following a
breach of professional duty by way of neglect, error or omission, additionally, cover shall also be
provided in respect of any legal and other costs and expenses incurred, and Workers‟
Compensation In accordance with the statutory requirements applicable in the country where the
facilities or any part thereof is executed. The CMRL‘s name Should be mentioned under all insurance
policies taken out by the Contractor except for Workers‘ Compensation Insurance. The Contractor‘s
Subcontractors name also to be named under all the insurance policies taken out by the contractor.

13.2 The Licensee agrees to indemnify, hold harmless and defend CMRL from any and all losses,
claims, actions, damages, liabilities, costs and expenses, including Attorneys' fees that may be
claimed upon or incurred by CMRL due to breach or violation or non-compliance of the terms of this
Agreement (including ‗ Performance Levels‘, representations & other commitments herein) by the
Licensee. The aforesaid indemnity granted by the Licensee can be invoked by CMRL at any point of
time during the tenure of the Agreement and the same shall be complied with by the Licensee
forthwith without any delay, protest or demur.

13.3 The Licensee accepts liability, civil and criminal for compensation/damages in accordance with
provision of Consumer Protection Act, 1986 or any statutory modification of the Act or any other law
for the time being in force for action occasioned by negligence, deficiency of service, imperfect or
improper performance by the Licensee, his workmen, servants and agents. The Licensee shall
indemnify the CMRL from and against all payments made under the provision of the said Act or law
including all costs. Any money which may become payable by the CMRL as aforesaid shall be
deemed to be money payable to the CMRL by the Licensee and in case of failure by the Licensee to
repay the CMRL any money paid by it as aforesaid within fifteen(15) days after the same have been
demanded by the CMRL, the CMRL shall be entitled to recover the same from the Security Deposit.
The licensee shall be solely responsible for consumer complaints and in case of any

Page 101 of 106 Seal and Sign of Authorized Rep of Bidder


direction/judgment from Consumer Court(s), the Licensee shall be solely responsible for fulfilling the
requirements.

13.4 In case the Licensee suffers any loss on account of it being restrained by the CMRL or any
competent authority for indulging in illegal activities or any contravention of law, the CMRLs shall not
be liable to pay any indemnification/compensation to the Licensee. CMRL shall bear no liability in
case of loss/damage to the licensee‘s moveable/immovable property, if any, due to accidents.

13.5 The Licensee shall, at all times indemnify the CMRL against all claims and penalties which may
be suffered by the CMRL or its employees by reason of any default on the part of the Licensee or its
staff in due observance and performance of provision of:

i. The Contract Labour Act (1970)


ii. Minimum Wages Act 1948
iii. Weekly Holidays Act 1942
iv. Prevention of Child Labour Act (No child labour shall be employed by the Contractor)
v. The Payment of Wages Act, 1936
vi. Hours of employment Regulations
vii. The Workmen‘s Compensation Act, 1923
viii. The EPF Act
ix. The Bonus Act
x. The ESI Act
xi. The Inter-State Migrant Workmen (Regulation of Employment and Conditions of Service)
Act, 1979

And any other Acts, Rules, Regulations and Statutes in force or to be passed by both the Union
Government of India and State Government of Tamil Nadu.

ARTICLE 14- EVENTS OF DEFAULT/MATERIAL BREACH

14.1 The following event(s) shall be deemed to be the event(s) of default or material breach on the
part of the Licensee:

(a)If the Licensee fails to start service within one (1) month from the Commencement Date as defined
in Article 1.1 of the Master License Agreement.

(b) If the Licensee fails to provide satisfactory services as under the License; or

(c )If the Licensee fails to adhere to the Performance Levels as determined by CMRL at any time
during the term of this Agreement; or

(d) If the CMRL receives persistent complaints against the Licensee from the passengers or
otherwise; or

(e) If the Licensee engages in corrupt or fraudulent practices in execution of services under the
Agreement; or

(f) If the Licensee fails to provide any information/record within the prescribed time as may be
demanded by the CMRL from time to time; or

(g) If there is any failure or default at any time on the part of the Licensee to carry out the terms and
provisions of this Agreement to the satisfaction of the CMRL.

ARTICLE 15 -PENALTIES

Page 102 of 106 Seal and Sign of Authorized Rep of Bidder


S No Description of Fault Penalty

Shortfall of Technical Assistant An amount of Rs. 250/- per man day in addition
1.
Grade II to the deduction for non-availability
Shortfall of Technical Assistant An amount of Rs. 350/- per man day in addition
2.
Grade I to the deduction for non-availability
An amount of Rs. 500/- per man day in addition
3. Shortfall of Facility Manager
to the deduction for non-availability
If complaint is resolved within the agreed
Minor faults, which does not affect timelines of contract (48 Hours) – No penalty
4.
(E&M) system service If breakdown is not rectified within 48 Hours –
Penalty of Rs. 500/- for every 24 hours of delay
Major faults, which affects (E&M)
system service like pumps, water If complaint is resolved within the agreed
supply systems, Fire hydrant timelines of contract (72 Hours) – No penalty.
5. Systems including pumps and If breakdown is not rectified within 72 Hours –
pipes, LV Panels and Breakers, Penalty of Rs. 1,000/- for every 24 hours of
AC indoor units and AHU‘s at delay
Admin/DEK
Any system breakdowns which
Penalty of Rs. 50, 000/- (Rupees Fifty Thousand
6. interrupt the metro passenger
only) per incidence
services
Faulty or Damaged Tools, Tackles,
7. Rs. 2,000/- for each case as per the Audit report
Instruments
If cumulative penalties reach 10% Termination of contract with three month notice
8.
of the annual contract value period

15.1 The deficiencies will be classified as major deficiency and minor deficiency and accordingly
hefty fines/penalties will be imposed on the licensee in case of major deficiencies. The
fines/penalties shall be decided at the appropriate level.
15.2 The number of complaints/deficiencies will also be maintained for the purpose of review of
contract.
15.3 100% Staff deployment should be ensured, for not maintaining more than 95% staffs for 3
consecutive months or for more than 6 months in a period of one year from contract effective
date, then the contract will be subjected to a penalty of Rs. 1,00, 000/- (Rupees One Lakh
only).
15.4 If the monthly KPI score is consistently below 75% for 3 consecutive months or for more than
6 months in a period of one year from contract effective date, then the contract will be
subjected to termination with 3 month notice period.
15.5 The Web application will capture the penalties and other deductions, and accordingly work
out an amount, which will only be paid by CMRL. Hence it is the responsibility of the
contractor to follow and close faults promptly and update in application.
15.6 The penalty(ies) that may be levied by the CMRL on the Licensee in any of the instances
mentioned above shall include but not limited to the following:
i. forfeiture/appropriation of the Security Deposit in whole or part thereof, furnished by the
Licensee; and/or
ii. to annul the license and forthwith terminate the License Agreement; and/or
iii. debar the Licensee from participating in the future similar contract/license of the CMRL
for a period of four (4) year.

*Note: All the applicable amount of penalties mentioned is incl. of GST

Page 103 of 106 Seal and Sign of Authorized Rep of Bidder


Contract shall become effective as per NIT and tender document. The successful bidder shall
mobilize required manpower and material accordingly. However contractor shall be given a ramp
up period of one month from the Contract Effective Date with respect to penalty.
During the ramp up period, penalty shall be imposed as follows,
a) No penalty for the first month
b) From second month onwards the applicable penalty as per clause IV of PCC.

ARTICLE 16 - TERMINATION

16.1 If either party to the Agreement is subject to liquidation or insolvency under the applicable law,
then the other party may forthwith terminate this Agreement by issuing four months‘ Notice for
termination upon such confirmed events having taken place.

16.2 The parties agree that ‗Material Breach‘ for the Licensee shall also mean (other than those
instances set forth in this Agreement), the failure to maintain the Performance Levels‘ and/or any
misrepresentation or violation of the commitments set forth in this entire Agreement or in response to
the Bid or the breach or non-compliance by Licensee of its fundamental obligations under this
Agreement, such that the breach or non-achievement defeats the object and purpose of this
Agreement.

16.3 CMRL shall also have, without prejudice to other rights and remedies, the right, in the event of
‗Material Breach‘ by the Licensee of any of the terms and conditions of the contract, or due to the
Licensee‘s inability to perform as agreed for any reason whatsoever, to terminate the contract
forthwith and get the work done for the un-expired period of the License at the ‗risk and cost‘ of the
Licensee or in the manner CMRL deems fit to recover losses, damages, expenses or costs that may
be suffered or incurred by the CMRL. The decision of the CMRL about the breach/failure on the part
of the Licensee shall be final and binding on the Licensee and shall not be called into question.

16.4 CMRL, in case of material breach as defined in clause-15 may terminate this agreement without
assigning any reason to the licensee by giving fourteen (14) days‘ notice in writing to the licensee.

16.5 CMRL may terminate whole or any portion of the contract by giving three months‘ notice.

16.6 In the event that the Agreement is terminated, pursuant to Article 16.1, the effective date of
termination shall be decided by CMRL. However, the effective date of termination shall not be more
than 3 (three) months from the date of notice, as given in Article 16.1 or Article 16.4.

16.7 In the event the Agreement is terminated by the Licensee under Article 16.1, the CMRL shall
forfeit the License Fee, as per Article 16.8, paid by the Licensee and invoke the Security Deposit.

16.8 In the event that the Agreement is terminated by either party prior to the achievement of the
Commencement Date, then the parties to the Agreement agree to stop working on the plan for
commencement of operations.

16.9 In the event the Agreement is terminated after Commencement Date, then the Licensee
acknowledges and undertakes to continue performance of the services under the Agreement until the
effective date of termination as confirmed by CMRL, irrespective of whichever party has terminated
the Agreement. Further, during the intervening period, the Licensee agrees to provide services on the
same terms as it were being provided during the tenure of the Agreement. The forfeiture of Licensee
Fee shall however, only be for the period for which the service has not been rendered by the Licensee
proportionate to the license period.

ARTICLE 17 -DISPUTE RESOLUTION & ARBITRATION

Any dispute raised between parties it should be resolved by terms and conditions stated in Tender
Clause No.22 of GCC in the Tender Document.

Page 104 of 106 Seal and Sign of Authorized Rep of Bidder


ARTICLE 18 -MISCELLANEOUS

18.1 Interpretation
This Agreement and the arrangement between the parties shall at all times be read along with the
terms of the Bid and the response of the Licensee to the Bid. In the event of any interpretation of the
provisions of this arrangement between the parties, the documents shall be read in the following order
of precedence:-
a) This Contract Agreement
b) GeM contract order
c) Pre bid queries/Addendum to the Tender Documents
d) Replies to Clarifications on Tender Conditions
e) Form of Tender (FOT)
f) BOQ/Payment schedule/Pricing Document
g) NIT
h) Particular Conditions of Contract
i) Tender Documents & The General Conditions of Contract
j) Employer‘s Requirement
k) Technical Specification and Drawings
l) Contractor‘s proposal and any other document forming part of the contract.
18.2 Relation between the Parties: The Parties to this Agreement are entering into this arrangement
as independent contractors, and this Agreement does not bestow either Party the right against the
other, as partner, agent or joint venture or any other form of legal association.
18.3 Survival This Agreement along with the Bid and the response of the Licensee collectively
constitute the full and complete arrangement between the Parties with respect to the subject matter
hereof. The expiration or termination of this Agreement for any reason will not release either Party
from any liabilities or obligations set forth herein this Agreement and such Articles (as applicable to
the parties) will survive any termination of this Agreement.
18.4 Jurisdiction This Agreement will be governed by and construed in accordance with the laws of
the Republic of India and the Courts at Chennai shall have exclusive jurisdiction in all matters relating
to this Agreement.
18.5 Amendments Any changes or modifications to this Agreement or its Annexure(s) can only be
made by a written amendment mutually signed by the Parties.
18.6 Waiver Unless otherwise expressly provided in this Agreement, a delay or omission by either
Party to exercise any of its rights under this Agreement will not be construed to be a waiver thereof.
18.7 Assignment This Agreement is binding on the successors and permitted assigns of each party;
however neither party has the power to assign this Agreement without the prior written consent of the
other party.
18.8 Notice All notices under this Agreement by either party will be in writing and will be deemed to
have been duly given if delivered by courier/registered AD Post. All notices under this Agreement are
to be addressed as under In the case of CMRL:

Director (Systems & Operations),


Chennai Metro Rail Limited, Admin Building,
MetroS, Anna Salai, Nandanam,
Chennai – 600 035

In the case of Licensee:


[Insert name of person & address]
Any change in the aforesaid address of either party shall be immediately informed to the other party
by way of a notice as aforesaid.

Page 105 of 106 Seal and Sign of Authorized Rep of Bidder


18.9 Force Majeure
In the event of any unforeseen event directly interfering with the operation of license arising during the
currency of this Agreement; such as war, insurrection, restraint imposed by the Government, act of
legislature or other authority, explosion, act of public enemy, acts of God, any pandemic, sabotage,
etc., the Licensee shall, within a week from the commencement thereof, notify the same in writing to
the CMRL with reasonable evidence thereof. In such event of force majeure, the conditions of the
License will not be enforced by either party. Further, if mutually agreed by both parties, the tenure of
this Agreement may be further extended for the period during which license was not operational.

18.10 Execution of the Agreement:


This Agreement shall be executed/entered only with the Licensee on a non-judicial stamp paper of
Rs. 100/- and all cost and expenses for registration, stamp duty, etc. thereof shall be borne by the
Licensee.

IN WITNESS WHEREOF, THE PARTIES HAVE DULY EXECUTED AND DELIVERED THIS
AGREEMENT BY THEIR DULY AUTHORIZED REPRESENTATIVES AS OF THE EFFECTIVE

CMRL LICENSEE

By: _____________ By: ______________

Title: ______ Title:______

Date: Date:

IN WITNESS OF:

1.
2.

Page 106 of 106 Seal and Sign of Authorized Rep of Bidder

You might also like